Loading...
HomeMy WebLinkAboutMINUTES - 09072021 - Board of SupervisorsCALENDAR FOR THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY AND FOR SPECIAL DISTRICTS, AGENCIES, AND AUTHORITIES GOVERNED BY THE BOARD BOARD CHAMBERS, ADMINISTRATION BUILDING, 1025 ESCOBAR STREET MARTINEZ, CALIFORNIA 94553-1229 DIANE BURGIS, CHAIR, 3RD DISTRICT FEDERAL D. GLOVER, VICE CHAIR, 5TH DISTRICT JOHN GIOIA , 1ST DISTRICT CANDACE ANDERSEN, 2ND DISTRICT KAREN MITCHOFF , 4TH DISTRICT MONICA NINO, CLERK OF THE BOARD AND COUNTY ADMINISTRATOR, (925) 655-2075 PERSONS WHO WISH TO ADDRESS THE BOARD DURING PUBLIC COMMENT OR WITH RESPECT TO AN ITEM THAT IS ON THE AGENDA, MAY BE LIMITED TO TWO (2) MINUTES. A LUNCH BREAK MAY BE CALLED AT THE DISCRETION OF THE BOARD CHAIR. To slow the spread of COVID-19, the Health Officer’s Shelter Order of September 14, 2020, prevents public gatherings (Health Officer Order). In lieu of a public gathering, the Board of Supervisors meeting will be accessible via television and live-streaming to all members of the public as permitted by the Governor’s Executive Order N29-20. Board meetings are televised live on Comcast Cable 27, ATT/U-Verse Channel 99, and WAVE Channel 32, and can be seen live online at www.contracosta.ca.gov. PERSONS WHO WISH TO ADDRESS THE BOARD DURING PUBLIC COMMENT OR WITH RESPECT TO AN ITEM THAT IS ON THE AGENDA MAY CALL IN DURING THE MEETING BY DIALING 888-251-2949 FOLLOWED BY THE ACCESS CODE 1672589#. To indicate you wish to speak on an agenda item, please push "#2" on your phone. All telephone callers will be limited to two (2) minutes apiece. The Board Chair may reduce the amount of time allotted per telephone caller at the beginning of each item or public comment period depending on the number of calls and the business of the day. Your patience is appreciated. A lunch break or closed session may be called at the discretion of the Board Chair. Staff reports related to open session items on the agenda are also accessible on line at www.contracosta.ca.gov. ANNOTATED AGENDA & MINUTES September 7, 2021            9:00 A.M. Convene, call to order and opening ceremonies. Closed Session A. CONFERENCE WITH LABOR NEGOTIATORS (Gov. Code § 54957.6) Agency Negotiators: Monica Nino. Employee Organizations and Unrepresented Employees: Public Employees Union, Local 1; AFSCME Locals 512 and 2700; California Nurses Assn.; SEIU Locals 1021 and 2015; District Attorney Investigators’ Assn.; Deputy Sheriffs Assn.; United Prof. Firefighters I.A.F.F., Local 1230; Physicians’ & Dentists’ Org. of Contra Costa; Western Council of Engineers; United Chief Officers Assn.; Contra Costa County Defenders Assn.; Contra Costa County Deputy District Attorneys’ Assn.; Prof. & Tech. Engineers IFPTE, Local 21; Teamsters Local 856; and all unrepresented employees. B. CONFERENCE WITH LEGAL COUNSEL--EXISTING LITIGATION (Gov. Code § 54956.9(d)(1)) Contra Costa County Deputy Sheriff’s Association v. County of Contra Costa, David O. Livingston, et al., Contra Costa County Superior Court Case No. N19-0097 1. Architectural Preservation of Foundation of Contra Costa County, et al. v. Contra Costa County, et al., Contra Costa County Superior Court Case No. N17-0946 2. Mary Elizabeth Knox, et al. v. Contra Costa County, et al.; United States District Court, Northern District of California Case No. 3:20-cv-01449 JCS 3. Clarence Frazier v. Contra Costa County, et al., United States District Court, Northern District of California Case4. Clarence Frazier v. Contra Costa County, et al., United States District Court, Northern District of California Case No. 3:21-cv-02204 DMR 4. Inspirational Thought- "To find joy in work is to discover the fountain of youth." ~ Pearl S. Buck, writer Present: John Gioia, District I Supervisor; Candace Andersen, District II Supervisor; Diane Burgis, District III Supervisor; Karen Mitchoff, District IV Supervisor; Federal D. Glover, District V Supervisor Staff Present:Monica Nino, County Administrator Mary Ann Mason, County Counsel  There were no announcements from closed session.   CONSIDER CONSENT ITEMS (Items listed as C.1 through C.155 on the following agenda) – Items are subject to removal from Consent Calendar by request of any Supervisor or on request for discussion by a member of the public. Items removed from the Consent Calendar will be considered with the Discussion Items.   PRESENTATIONS (5 Minutes Each)   PRESENTATION declaring October 6, 2021 Clean Air Day in Contra Costa County. (Supervisor Gioia)   DISCUSSION ITEMS   D.1 CONSIDER authorizing the County Administrator, or designee, to execute contract renewals with the NonPERS Medical, Dental, Vision, Computer Vision Care Program and Life Insurance Plan carriers for the period of January 1, 2022 - December 31, 2022. (Ann Elliott, Human Resources Department)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover D.2 ACCEPT update on COVID 19; and PROVIDE direction to staff. ~Health Department - Randy Sawyer, Deputy Director and Dr. Ori Tzvieli       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover D.3 HEARING on the itemized costs of abatement for property located at 2860 Delta Road, Brentwood, in unincorporated Contra Costa County (Estate of Mary Laveau and Linda Smith, owners). (Jason Crapo, Department of Conservation and Development)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover D.4 HEARING on the itemized costs of abatement for property located at 0 Gateway Rd., Bethel Island, in unincorporated Contra Costa County (Franks Marina, Inc., owner). (Jason Crapo, Department of Conservation and Development)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover D.5 HEARING on the itemized costs of abatement for property located at 616 Grove Avenue, Richmond, in unincorporated Contra Costa County (Estate of Fanny Wilson c/o Tracey Warren, owner). (Jason Crapo, Conservation and Development Department)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover D.6 CONSIDER awarding a Design Build-Contract to Webcor Construction L.P., in an amount not to exceed    D.6 CONSIDER awarding a Design Build-Contract to Webcor Construction L.P., in an amount not to exceed $58,238,551, for the design and construction of a new office building and parking at the current location of the former County Administration Building at 651 Pine Street, the demolition of the former County Administration Building, the demolition of the Old Jail complex, and construction of a new plaza and open space at 650 Pine Street, and APPROVE and AUTHORIZE payment of a stipend of $75,000 each to Swinerton Builders and to Clark/Sullivan Construction and Broward Builders, in accordance with the Request for Proposals released April 21, 2021, and related actions. (Eric Angstadt, Chief Assistant County Administrator) (Consider with D.7)       Speakers: Harland Strickland, Architectural Preservation Foundation, Contra Costa County. Written commentary received from Cheryll Grover, Architectural Preservation Foundation; Christine Dean; Priscilla Tudor (attached).    AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover D.7 CONSIDER approving the Redevelopment of 651 Pine Street Project for the construction of a new office building and parking at the current location of the former County Administration Building, determine that the project is exempt from the California Environmental Quality Act as in-fill development, and related actions, as recommended by the Public Works Director, Martinez area. (Eric Angstadt, County Administrator's Office) (Consider with D.6)       Speakers: Nancy Wainwright; Kristen Henderson, Architectural Preservation Foundation; Kathy Kline, Martinez; Jocobson906; Cheryl Grover, Architectural Preservation Foundation; Greg Felter, Martinez.   D. 8 CONSIDER Consent Items previously removed.    Item C.34 INTRODUCE Ordinance No. 2021-31 authorizing the Contra Costa Health Plan to serve as the single local plan for Medi-Cal managed care enrollees in the County commencing on January 1, 2024, WAIVE READING and FIX September 14, 2021 for adoption was removed from consent to allow for public commentary. The item was adopted as presented.   D. 9 PUBLIC COMMENT (2 Minutes/Speaker)    Written commentary received from Ralph A. Hernandez, Antioch CA in regard to complaints against the District Attorney's Office and the Public Defenders Office (attached).   D. 10 CONSIDER reports of Board members.    Supervisor Andersen wished all a Happy Rosh Hashanah.   ADJOURN in memory of Robert Shaner Retired Naval Lieutenant Commander, Kensington Resident     Adjourned today's meeting at 1:20 p.m.   CONSENT ITEMS   Road and Transportation   C. 1 ADOPT Resolution No. 2021/257 accepting as complete the contracted work performed by Kerex Engineering, Inc. for the Rodeo Pedestrian Enhancement Project, as recommended by the Public Works Director, Rodeo area. (33% Transportation Development Act Grant Funds, 67% Local Road Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 2 ADOPT Resolution No. 2021/258 accepting as complete the contracted work performed by GradeTech Inc., for the Bel Air Trail Crossing Project, as recommended by the Public Works Director, Bay Point area. (18% Transportation Development Act Grant Funds, 82% Local Road Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 3 ADOPT Resolution No. 2021/264 approving and authorizing the Public Works Director, or designee, to fully close a portion of Stanford Avenue, on September 20, 2021 from 7:00 a.m. through 5:00 p.m., for the purpose of replacing a utility pole, Kensington area. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 4 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with Park Engineering, Inc., in an amount not to exceed $350,000 for on-call construction management services for the period September 7, 2021 through September 30, 2024, Countywide. (100% Various Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 5 ADOPT Resolution No. 2021/267 approving and authorizing the Public Works Director, or designee, to fully close all of Rolph Avenue, on September 26, 2021 from 6:00 a.m. through 8:00 p.m., for the purpose of 13th Annual Sugartown Festival, Crockett area. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 6 APPROVE improvement plans for the installation of a crash cushion along Kirker Pass Road, approximately one mile southwest of Nortonville Road, as recommended by the Public Works Director, Pittsburg area. (100% Local Road Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Engineering Services   C. 7 ADOPT Resolution No. 2021/259 accepting completion of private improvements per the Subdivision Agreement and release of cash deposit for faithful performance for minor subdivision MS16-00002 for a project developed by David Erb and Cynthia Erb, as recommended by the Public Works Director, Alamo area. (100% Developer Fees)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 8 ADOPT Resolution No. 2021/265 approving the Subdivision Agreement (Right-of-Way Landscaping) for park acceptance PA04-00018, for a project being developed by Shapell Industries, Inc., as recommended by the Public Works Director, San Ramon (Dougherty Valley) area. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 9 ADOPT Resolution No. 2021/266 approving the Stormwater Management Facilities Operation and Maintenance Agreement for land use permit LP17-02030, for a project being developed by AU Energy LLC, as recommended by the Public Works Director, El Sobrante area. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane  AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Special Districts & County Airports   C. 10 APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with David Macdonald for a south-facing hangar at Buchanan Field Airport effective August 6, 2021 in the monthly amount of $370, Pacheco area (100% Airport Enterprise Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 11 APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with Bluebird Pacific Aviation, LLC for a south-facing shade hangar at Buchanan Field Airport effective August 1, 2021 in the monthly amount of $140, Pacheco area (100% Airport Enterprise Fund).       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 12 APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with Andrew Wells for a modernized north-facing hangar at Buchanan Field Airport effective August 13, 2021 in the monthly amount of $390, Pacheco area (100% Airport Enterprise Fund).       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 13 APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a Consulting Services Agreement amendment with Kimley-Horn and Associates, Inc. to increase the payment limit by $57,500, to a new payment limit of $507,500, for construction design services and APPROVE the revised design plans and specifications for the construction of the security upgrades at Buchanan Field Airport. Project No. 4855 4663 SAS 6X5342, and FAA Project No. 03-06-0050-027. (100% Airport Enterprise Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 14 AUTHORIZE the Director of Airports, or designee, to negotiate a long-term ground lease and development terms between the County, as Landlord, and Skyview Aviation, LLC, as the developer, for approximately 2-acres of land on the south side of the Byron Airport. (100% Airport Enterprise Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 15 As the governing body of the Contra Costa County Flood Control and Water Conservation District, APPROVE and AUTHORIZE the Chief Engineer, or designee, to execute a license agreement with GTE Mobilnet of California Limited Partnership (dba Verizon Wireless), authorizing the use of a portion of District-owned property in Alamo for a five-year term beginning February 1, 2021 and ending January 31, 2026, at an initial annual rent of $2,000, for the purpose of maintaining a subsurface utility line, Alamo area. (100% Flood Control Zone 3B Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 16 APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with Kevin Olson for a south-facing hangar at Buchanan Field Airport effective September 3, 2021 in the monthly amount of $350, Pacheco area (100% Airport Enterprise Fund).       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Geologic Hazard Abatement Districts   C. 17 Acting as the Governing Board of the Wiedemann Ranch Geological Hazard Abatement District, ADOPT Resolution No. 2021/281 approving the annexation of the Magee Preserve development into the Wiedemann Ranch Geologic Hazard Abatement District, as required by Public Resources Code section 26581.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 18 Acting as the Governing Board of the Wendt Ranch Geological Hazard Abatement District, ADOPT Resolution No. 2021/282 approving the annexation of the Somerset development into the Wendt Ranch Geologic Hazard Abatement District as required by Public Resources Code Section 26581.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Claims, Collections & Litigation   C. 19 RECEIVE report concerning the final settlement of Christopher Schleupner vs. Contra Costa County; and AUTHORIZE payment from the Workers' Compensation Internal Service Fund in an amount not to exceed $75,000, as recommended by the Director of Risk Management. (100% Workers' Compensation Internal Service Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 20 DENY claims filed by Sonia Miller, Robert Miyamoto, Michael Porter, Irvin W. Whiteman III, and Eric Salvador Zaragoza-Rios.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Statutory Actions   C. 21 ACCEPT Board members meeting reports for June 2021.      AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Honors & Proclamations   C. 22 ADOPT Resolution 2021/223 to honor CCAS volunteer, Sue Underwood, for her 25 years of service upon the occasion of her retirement, as recommended by the Animal Services Director.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 23 ADOPT Resolution No. 2021/242 recognizing Brent Manley, Animal Services Officer, for his 20 years of service with Contra Costa County, as recommended by the Animal Services Director.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 24 ADOPT Resolution No. 2021/241 recognizing Cedric Williams-Cain, Animal Services Sergeant, for his 20 years of service with Contra Costa County, as recommended by the Animal Services Director.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 25 ADOPT Resolution No. 2021/243 to recognize Paul Madsen, Animal Services Officer, for 20 years of service and the occasion of his retirement with Contra Costa County, as recommended by the Animal Services Director.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 26 ADOPT Resolution No. 2021/244 recognizing Tom Aswad for his service to Contra Costa County, as recommended by Supervisor Mitchoff.       Speakers: Dillon Johnston, Contra Costa resident, Support for Recovery board member, Alcohol and Other Drugs Advisory board member and small business owner; and Antoine, thanked Mr. Aswad for his service.    AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 27 ADOPT Resolution No. 2021/261 declaring October 6, 2021 Clean Air Day in Contra Costa County, as recommended by Supervisor Gioia.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 28 ADOPT Resolution No. 2021/263 recognizing the 40th Anniversary of the Bay Area Crisis Nursery for their support and dedication to helping children and families in our community, as recommended by Supervisor Mitchoff.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 29 ADOPT Resolution No. 2021/272 to recognize Jennifer Shen on the occasion of her 21 years of service to Contra Costa County, as recommended by the Director of Risk Management.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 30 ADOPT Resolution No. 2021/268 honoring Betty Reid Soskin for her remarkable life’s contributions to history, to the United States and to her community, as recommended by Supervisor Gioia.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 31 ADOPT Resolution No. 2021/273 recognizing Dorcas Craig, Tax Compliance Officer- Advanced with the Treasurer-Tax Collector's Office, for her 20 years of dedicated service with Contra Costa County, as recommended by the Treasurer-Tax Collector.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 32 ADOPT Resolution No. 2021/276 honoring the remarkable public service career of Richmond City Councilmember Nathanial Rubin Bates on his 90th birthday, as recommended by Supervisor Gioia.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Ordinances   C. 33 INTRODUCE Ordinance No. 2021-26 amending the County Ordinance Code to delete the classifications of Chief Deputy Treasurer-Tax Collector-Exempt and Labor Relations Manager-Exempt, WAIVE READING and FIX September 14, 2021, for adoption, as recommended by the Human Resources Department.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 34 INTRODUCE Ordinance No. 2021-31 authorizing the Contra Costa Health Plan to serve as the single local plan for Medi-Cal managed care enrollees in the County commencing on January 1, 2024, WAIVE READING and FIX September 14, 2021 for adoption, as recommended by the Health Services Director.       Speaker: Les Ybarra, President of California Medicaid, Anthem Blue Cross. Written remarks attached.    AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Hearing Dates   C. 35 ADOPT Resolution No. 2021/269 declaring the intention to form Zone 214 within County Service Area P-6 in the Bay Point area and fixing a public hearing for October 5, 2021, to consider public input regarding the establishment of Zone 214, and the adoption of Ordinance No. 2021-29 authorizing the levy of a special tax within Zone 214 to fund police protection services, as recommended by the Conservation and Development Director. (100% Developer fees)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 36 ADOPT Resolution No. 2021/270 declaring the intention to form Zone 1517 within County Service Area P-6 in the unincorporated Walnut Creek area and fixing a public hearing for October 5, 2021, to consider public input regarding the establishment of Zone 1517, and the adoption of Ordinance No. 2021-30 authorizing the levy of a special tax within Zone 1517 to fund police protection services, as recommended by the Conservation and Development Director. (100% Developer fees)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Appointments & Resignations   C. 37 REAPPOINT Mary Flott, Alamo resident,to the District II seat on the Family and Children's Trust Committee for a term ending September 30, 2023, as recommended by Supervisor Andersen.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 38 APPOINT Shauna Polk to the District 3 seat on the Contra Costa Commission for Women and Girls for a term ending February 28, 2022, as recommended by Supervisor Burgis.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 39 APPOINT Victoria Smith to the District II Alternate Seat on the Assessment Appeals Board for a term ending September 1, 2024, as recommended by Supervisor Andersen.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 40 APPOINT Marilyn Cachola Lucey to the District II Seat of the First 5 Children and Families Commission for    C. 40 APPOINT Marilyn Cachola Lucey to the District II Seat of the First 5 Children and Families Commission for a term ending September 6, 2024, as recommended by Supervisor Andersen.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 41 REAPPOINT Dennis Reigle to the District II Seat on the Contra Costa County Merit Board for a term ending June 30, 2025, as recommended by Supervisor Andersen.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 42 APPOINT Bruce Gekko to the Appointee 2 seat on County Service Area, P-2A to a term ending December 31, 2021, as recommended by Supervisor Burgis.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 43 REAPPOINT Richard Frankel to the District IV Seat on the Assessment Appeals Board for a term ending September 1, 2024, as recommended by Supervisor Mitchoff.      C. 44 REAPPOINT Richard Bell to the District 1 seat on the Family & Children's Trust Committee for a term ending September 30, 2023, as recommended by Supervisor Gioia.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 45 DECLARE vacant the Hazardous Materials Commission General Public Seat held by Audrey Comeaux for a term ending December 31, 2023, and DIRECT the Clerk of the Board to post the vacancy, as recommended by the Health Services Department.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 46 REAPPOINT Jeffrey Kalin and Wendy Mailer to the At-Large 5 and At-Large 3 seats on the Managed Care Commission for terms ending on August 31, 2024, and APPOINT Bruce Gorman, Barbara Hockett, and Clifton Louie to the At-Large 1, At-Large 4, and Provider seats for terms ending August 31, 2024, as recommended by the Managed Care Commission.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 47 REAPPOINT Floy Andrews to the District 1 seat of the Assessment Appeals Board for a term ending September 1, 2024, as recommended by Supervisor Gioia.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 48 REAPPOINT Matt Regan and Gareth Ashley to the District IV Seat and District IV Alternate Seat on the First 5 Children and Families Commission for terms ending on September 7, 2024, as recommended by Supervisor Mitchoff.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Personnel Actions   C. 49 ADOPT Position Adjustment Resolution No. 25787 to retitle the Library Department classifications of    C. 49 ADOPT Position Adjustment Resolution No. 25787 to retitle the Library Department classifications of Librarian Trainee (represented), Librarian (represented) and Librarian Specialist (represented) to Librarian I, II and III, respectively, and reallocate them on the Salary Schedule. (100% Library Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 50 ADOPT Position Adjustment Resolution No. 25785 to transition one Institutional Services Aide-Project (represented) position and its incumbent into the Merit System in the Health Services Department. (Cost neutral)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 51 ADOPT Position Adjustment Resolution No. 25794 to cancel one part-time (32/40) Psychiatric Technician (represented) position and add one part-time (32/40) Registered Nurse (represented) position in the Health Services Department. (100% Mental Health Realignment)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 52 ADOPT Position Adjustment Resolution No. 25784 to reassign one Account Clerk - Experienced Level (represented) and incumbent from the Community Services Bureau to the Administrative Services Bureau in the Employment and Human Services Department.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 53 ADOPT Position Adjustment Resolution No. 25792 to add one Property Tax Business Systems Manager (represented) position in the Treasurer-Tax Collector's Office. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 54 ADOPT Position Adjustment Resolution No. 25790 to add one Structural Engineer (represented) position to the Department of Conservation and Development. (100% Land Development Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 55 ADOPT Position Adjustment Resolution No. 25791 to increase the hours of one Librarian position (represented) from part time (20/40) to full time in the Library Department. (100% Library Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 56 ADOPT Position Adjustment Resolution No. 25793 to cancel one Library Assistant-Advanced Level (represented) position, and add one Librarian Specialist (represented) position at the Library. (100% Library Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 57 ADOPT Position Adjustment Resolution No. 25795 to add one Substance Abuse Counselor Trainee (represented) position in the Health Services department. (50% Realignment, 50% Substance Abuse Block Grant)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 58 ADOPT Position Adjustment Resolution No. 25797 to cancel one vacant Mental Health Clinical Specialist position and add one Substance Abuse Counselor position in the Health Services department. (Represented) (100% Mental Health Service Act Innovation Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 59 ADOPT Position Adjustment Resolution No. 25799 to reassign one Mental Health Clinical Specialist (represented) position and one Clerk-Senior Level (represented) position, from the Behavioral Health Division to the Contra Costa Health Plan (CCHP) Division in the Health Services Department. (100% CCHP member premiums)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 60 ADOPT Position Adjustment Resolution No. 25798 to add one Information Systems Programmer/Analyst IV (represented) position in the Department of Information Technology. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 61 ADOPT Position Adjustment Resolution No. 25796 to add one Clerk Experienced Level and cancel one Civil Litigation Secretary position in the Office of the County Counsel. (100% Salary Savings)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Grants & Contracts   APPROVE and AUTHORIZE execution of agreements between the County and the following agencies for receipt of fund and/or services:   C. 62 APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to execute an Interagency Service Agreement between the Community Services Bureau and First 5 Contra Costa and accept the payment limit of $610,000 to coordinate and administer a Family Support program for the period July 1, 2021 through June 30, 2022, and AUTHORIZE the Chair of Board of Supervisors to sign the Agreement. (100% Federal funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 63 APPROVE and AUTHORIZE the County Librarian, or designee, to apply for and accept a grant in the amount of $10,000 from Keller Canyon Landfill Mitigation Fund to provide Google Cardboard Virtual Reality kits to the community and other STEAM (Science, Technology, Engineering, the Arts and Mathematics)-oriented programming for the Bay Point Library youth and adult community for the period August 1, 2021 through June 30, 2022. (No Library Fund match)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 64 ADOPT Resolution No. 2021/255 approving and authorizing the Health Services Director, or designee, to execute a grant agreement with the California Board of State and Community Corrections, for the Residential Substance Abuse Treatment Grant Program in an amount not to exceed $500,000 for substance use disorders treatment at the West County Detention Facility for the period July 1, 2021 through June 30, 2022. (43% County match)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 65 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Rainbow    C. 65 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Rainbow Community Center of Contra Costa County, to pay the County up to $251,850 for transitional housing and case management support services for homeless transition-age youth in Contra Costa County for the period October 1, 2021 through September 30, 2023. (No County match)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 66 APPROVE and AUTHORIZE the Agricultural Commissioner, or designee, to execute an agreement with the California Department of Food and Agriculture in an amount not to exceed $2,218 to reimburse the County for plant nursery inspections and related enforcement activities for the period July 1, 2021 through June 30, 2022. (100% State)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 67 APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to accept grant funding from the United States Department of Health and Human Services, Administration for Children and Families, Office of Head Start, in an amount not to exceed $9,013,798 for Early Head Start Program services for the period January 1, 2022 through December 31, 2022 and AUTHORIZE the Chair of Board of Supervisors to sign the grant application. (100% Federal Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 68 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Mt. Diablo Unified School District, to pay the County an amount up to $533,891 to provide professional school-based mental health services, crisis intervention, and day treatment services for students for the period July 1, 2021 through June 30, 2022. (No County match)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 69 APPROVE and AUTHORIZE the Purchasing Agent, on behalf of the Chief Information Officer, Department of Information Technology, to execute a purchase order and General Terms and Conditions with NTT America, Inc. in an amount not to exceed $199,000, for Proofpoint email protection software and services for the period of August 1, 2021 through July 31, 2022. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 70 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with the U.S. Department of Housing and Urban Development, for McKinney-Vento Act funds, to pay County an amount not to exceed $443,304 to provide housing and support services for the County’s Continuum of Care Project for the period December 1, 2021 through November 30, 2022. (25% County match)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 71 APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to accept grant funding from the U.S. Department of Health and Human Services, Administration for Children and Families, Office of Head Start, in an amount not to exceed $17,820,497 for Head Start Program services for the period January 1, 2022 through December 31, 2022 and AUTHORIZE the Chair of Board of Supervisors to sign the grant application. (100% Federal funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover APPROVE and AUTHORIZE execution of agreement between the County and the following parties as noted for APPROVE and AUTHORIZE execution of agreement between the County and the following parties as noted for the purchase of equipment and/or services:   C. 72 APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Health Services Director, a purchase order with Roche Diagnostics Corporation, in an amount not to exceed $3,750,000 for the purchase of reagents and supplies for the Contra Costa Regional Medical Center and Health Centers for the period August 15, 2021 through August 14, 2026. (20% Hospital Enterprise Fund I; 80% American Rescue Plan)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 73 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Nuance Communications, Inc.in an amount not to exceed $551,000 to provide software products, services, maintenance, and support to Contra Costa Regional Medical Center’s Radiology Unit for the period August 1, 2020 through September 30, 2024. (100% Hospital Enterprise Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 74 APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Chief Information Officer, Department of Information Technology, a purchase order with Dell in the amount of $215,000 to procure 30 Dell Mobile Precision laptops for the Workday financial management system modernization project. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 75 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Loving Campos Associates, Architects, Inc. (dba LCA Architects, Inc.), effective September 7, 2021, to increase the payment limit by $100,000 to a new payment limit of $500,000 to provide as-needed architectural services for various County projects, with no change to the term November 11, 2019 through November 11, 2023, Countywide. (100% Various Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 76 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Terracon Consultants, Inc., effective September 7, 2021, to increase the payment limit by $500,000 to a new payment limit of $695,000 and extend the term from May 1, 2023 to May 1, 2024, to continue providing as-needed industrial hygiene services for various County projects, Countywide. (100% Various Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 77 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with Sharjo, Inc. (dba ServiceMaster Restoration Services), in an amount not to exceed $3,000,000 to provide on-call restoration services at various County facilities, for the period September 1, 2021 through August 31, 2024, Countywide. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 78 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with ATI Restoration, LLC, in an amount not to exceed $2,000,000 to provide on-call restoration services at various County facilities, for the period September 1, 2021 through August 31, 2024, Countywide. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 79 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the County, a participating addendum with Kimball Office, Inc., in an amount not to exceed $1,000,000 for the distribution of various furniture, design and installation services for use by all County departments, during the period from September 7, 2021 through April 30, 2024, under the terms of a master contract awarded by the University of California, Office of the President, and distributed through Be. Workplace Design, Countywide. (100% User Departments)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 80 APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Health Services Director, a purchase order with Cardinal Health Pharmacy Services, LLC, in the amount of $25,000,000 to purchase pharmaceuticals and related supplies at Contra Costa Regional Medical Center, Contra Costa Health Centers, Martinez Detention Facility and Contra Costa Health Plan for the period September 1, 2021 through August 31, 2022. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 81 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Comprehensive Care of Oakland, LP (dba Bay Area Healthcare Center) in an amount not to exceed $300,000 to provide skilled nursing facility services for Contra Costa Health Plan members for the period August 1, 2021 through July 31, 2024. (100% Contra Costa Health Plan Enterprise Fund II)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 82 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the Public Works Director, a purchase order amendment with EAN Services, LLC, to increase the payment limit by $550,000 to a new payment limit of $1,000,000 for car and light truck rentals, with no change to the term August 1, 2020 through July 31, 2022, Countywide. (100% User Departments)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 83 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Stericycle, Inc., in an amount not to exceed $1,200,000 to provide hazardous waste management removal services at the Contra Costa Regional Medical Center and Health Centers for the period July 1, 2021 through June 30, 2024. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 84 APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract with Managed Health Network, in an amount not to exceed $54,480 to provide counseling services to Sheriff-Coroner employees for the period October 1, 2021 through September 30, 2022. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 85 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with Frank McGuire (dba The Landscape Company), in an amount not to exceed $2,000,000 to provide on-call landscaping services at various County sites and facilities, for the period September 1, 2021 through August 31, 2024, Countywide. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 86 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the County, a    C. 86 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the County, a participating addendum with Home Depot U.S.A., Inc., in an amount not to exceed $9,000,000 for the distribution of maintenance, repair and operating supplies, industrial supplies and related products and services for use by all County departments during the period from September 7, 2021 through December 31, 2026, under the terms of a master contract awarded by Maricopa County, Phoenix, AZ, Countywide. (100% User Departments)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 87 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the County, a participating addendum with Maxon Furniture, Inc., in an amount not to exceed $1,000,000 for the distribution of various furniture, design and installation services for use by all County departments, during the period from September 7, 2021 through April 30, 2023, under the terms of a master contract awarded by the Region 4 Education Service Center, and distributed through Be. Workplace Design, Countywide. (100% User Departments)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 88 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with the Regents of the University of California, Davis (dba University of California, Davis Health), in an amount not to exceed $35,000 to provide specialized outside laboratory testing services for Contra Costa Regional Medical and Health Centers for the period November 1, 2019 through October 31, 2021. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 89 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract amendment with Per Diem Staffing Systems, Inc., effective July 1, 2021, to decrease the payment limit by $300,000 to a new payment limit of $1,200,000 and modify the rate schedule for the period July 1, 2021 through June 30, 2022. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 90 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Apollo Healthcare, LLC, in an amount not to exceed $1,200,000 to provide home health care services to Contra Costa Health Plan members for the period August 1, 2021 through July 31, 2024. (100% Contra Costa Health Plan Enterprise Fund II)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 91 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Aquity Solutions, LLC, in an amount not to exceed $1,000,000 to provide medical coding services for the Contra Costa Regional Medical Center and Health Centers for the period October 1, 2021 through September 30, 2024. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 92 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Initha R. Elangovan, M.D., in an amount not to exceed $1,400,000 to provide pulmonology services to Contra Costa Regional Medical Center and Health Center patients for the period September 1, 2021 through August 31, 2024. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 93 APPROVE and AUTHORIZE the Public Defender, or designee, to execute a contract with Jewish Family and    C. 93 APPROVE and AUTHORIZE the Public Defender, or designee, to execute a contract with Jewish Family and Community Resources East Bay, in an amount not to exceed $441,129, to provide civil legal deportation defense and community services for Stand Together Contra Costa, for the period from August 1, 2021 through June 30, 2022. (80% AB 109 Public Safety Realignment, 20% Restricted Donation Revenue)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 94 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Neil Sachs, M.D., in an amount not to exceed $269,568 to provide outpatient psychiatric care services to mentally ill adults in West Contra Costa County for the period October 1, 2021 through September 30, 2022. (100% Mental Health Realignment)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 95 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Anchor QEA, LLC, effective September 14, 2021, to extend the term from September 14, 2021 through September 14, 2023, and increase the payment limit by $100,000 to a new payment limit of $450,000 for on-call environmental services, Countywide. (45% Local Road and Transportation Funds, 45% Flood Control Funds, 6% Capital Project Funds, 4% Airport Enterprise Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 96 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the County, a participating addendum with OFS Brands, Inc., in an amount not to exceed $1,000,000 for the distribution of various furniture, design and installation services for use by all County departments, during the period from September 7, 2021 through April 30, 2023, under the terms of a master contract awarded by the Region 4 Education Service Center, and distributed through Be. Workplace Design, Countywide. (100% User Departments)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 97 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Metropolitan Van and Storage Inc., in an amount not to exceed $300,000 to provide moving and storage services for Contra Costa Regional Medical Center and Health Centers for the period October 1, 2021 through September 30, 2023. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 98 APPROVE and AUTHORIZE the Conservation and Development Director, or designee, to execute an interagency agreement with The Regents of the University of California, in an amount not to exceed $58,235 to conduct a carbon sequestration feasibility study being developed by the Department of Conservation and Development through a grant from the California Strategic Growth Council. (100% Sustainable Agricultural Lands Conservation Grant)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C. 99 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with RHD Healthcare Consulting, Inc., in an amount not to exceed $319,908 to provide consultation and technical assistance on billing, privacy and related regulatory issues for the Health Services Department for the period October 1, 2021 through September 30, 2022. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.100 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a novation contract with    C.100 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a novation contract with NAMI Contra Costa, in an amount not to exceed $618,000 to provide a Family Volunteer Network Program to support families with loved ones who have mental health issues for the period July 1, 2021 through June 30, 2022, including a six-month automatic extension through December 31, 2022 in an amount not to exceed $309,000. (100% Mental Health Services Act)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.101 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Arianne Ferguson, M.D., in an amount not to exceed $209,664 to provide outpatient psychiatric care services to mentally ill adults in Central Contra Costa County for the period September 1, 2021 through August 31, 2022. (100% Mental Health Realignment)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.102 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the Public Works Director, a purchase order amendment with Southern Counties Fuels, to increase the payment limit by $1,300,000 to a new payment limit of $2,600,000 and extend the term from December 31, 2021 through December 31, 2022, for fuel, Countywide. (100% Fleet Internal Service Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.103 APPROVE and AUTHORIZE the Conservation and Development Director, or designee, to execute a contract amendment with FCS International, Inc. (dba FirstCarbon Solutions/Michael Brandman Associates), to extend the term from December 31, 2021 through December 31, 2022 and increase the payment limit by $68,894 to a new payment limit of $293,473 for environmental impact report preparation services for the CenterPoint warehouse project in the North Richmond area. (100% Applicant fees)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.104 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with LSA Associates, Inc., to extend the term from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.105 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Nichols Consulting Engineers, CHTD (dba NCE) to extend the term from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.106 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with HELIX Environmental Planning Inc., to extend the term from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.107 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with ICF Jones & Stokes, Inc., to extend the term from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.108 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with FCS International, Inc. (dba FirstCarbon Solutions), to extend the term from September 14, 2021 through September 14, 2023, and increase the payment limit by $150,000 to a new payment limit of $500,000 for on-call environmental services, Countywide. (45% Local Road and Transportation Funds, 45% Flood Control Funds, 6% Capitol Project Funds, 4% Airport Enterprise Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.109 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract amendment with Public Health Foundation Enterprises, Inc., to increase the payment limit by $99,528 to a new payment limit of $873,740 for the COVID-19 Adult Ambassador Program to promote testing in underserved areas of the County with no change in the term December 1, 2020 through October 31, 2021. (100% Employment and Human Services Department)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.110 APPROVE and AUTHORIZE the Public Works Director, or designee, to execute the Solar PV Operation and Maintenance Agreement with Borrego Solar Systems, Inc., in an amount not to exceed $71,150 for the Solar Photovoltaic Installation at West County Detention Facility, 5555 Giant Highway, Richmond, for the Sheriff-Coroner’s Office for the period September 7, 2021 through September 6, 2026. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.111 AWARD and AUTHORIZE the Public Works Director, or designee, to execute a construction contract with GradeTech Inc., in the amount of $111,988 for the Ygnacio Valley Library Parking Lot Rehabilitation and ADA Improvements Project, Walnut Creek area. (85% Community Development Block Grant Funds, 15% Library Department Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.112 APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute, on behalf of the Sheriff-Coroner, a purchase order amendment with Buchanan Food Service to increase the payment limit by $125,000 to a new payment limit of $375,000 to provide bread loaves, rolls and all related bakery items as needed for the West County, Martinez and Marsh Creek detention facilities through the effective period of November 30, 2021. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.113 APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Sheriff-Coroner, a purchase order amendment with Producers Dairy Products Inc., to increase the payment limit by $200,000 to a new payment limit of $550,000 for the purchase of dairy products as needed for the West County, Martinez and Marsh Creek detention facilities through the effective period of November 30, 2021 (100% General Fund).       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.114 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Bettina Mutter, M.D., in an amount not to exceed $319,488 to provide psychiatric care services to seriously emotionally disturbed children and adolescents in Central Contra Costa County for the period November 1, 2021 through October 31, 2022. (100% Mental Health Realignment)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane  AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.115 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Modesto Residential Living Center, Inc., in an amount not to exceed $306,567 to provide augmented board and care services for Contra Costa County patients for the period September 1, 2021 through August 31, 2022. (51% Mental Health Realignment; 49% Mental Health Services Act)       RELISTED to a future date uncertain.   C.116 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Vitas Healthcare Corporation of California, in an amount not to exceed $1,500,000 to provide hospice care services to Contra Costa Health Plan members for the period September 1, 2021 through August 31, 2024. (100% Contra Costa Health Plan Enterprise Fund II)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.117 APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract with Thales DIS USA, Inc., in an amount not to exceed, $268,221 for on-site support of the Thales Biometric Systems for the period July 1, 2021 through June 30, 2023.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.118 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with the San Ramon Valley Fire Department, in an amount not to exceed $393,750 to coordinate the services of a Fire Services Emergency Medical Services Medical Director for the period December 15, 2020 through December 14, 2023. (100% Measure H Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.119 APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract with Redwood Toxicology Laboratory, Inc., in an amount not to exceed $300,000 to provide toxicology screening services for the period September 1, 2021 through August 31, 2024. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.120 APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Health Services Department, a purchase order with Experian Health Inc., in an amount not to exceed $358,475 to renew its subscription to Experian’s Electronic Claims and Remittance Systems Software for the period July 1, 2021 through June 30, 2022. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.121 APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract with Central Medical Laboratory, Inc., in the amount of $999,000 to provide blood withdrawal services for the period September 1, 2021 through August 31, 2023. (85% User Agency fees, 15% Participant Fines and Fee revenue)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.122 APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Health Services Director, a purchase order with Werfen USA, LLC., in an amount not to exceed $534,000 for reagents and supplies for the clinical laboratory at the Contra Costa Regional Medical Center and Contra Costa Health Centers for the period May 1, 2021 through April 30, 2026. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.123 APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to increase the payment limit under the Master Support Agreement with Tritech Software Systems, a Central Square Company, by $278,075 from $1,210,051 to a new payment limit of $1,488,126 for dispatch and records systems support for the period September 10, 2021 to September 9, 2022. (19% Federal, 81% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.124 APPROVE and AUTHORIZE the Chief Information Officer, Department of Information Technology, or designee, to execute a contract with Graviton Consulting Services, Inc., in an amount not to exceed $220,000 to provide PeopleSoft technical support services for the period of August 1, 2021 through June 30, 2022. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.125 APPROVE and AUTHORIZE the Chief Information Officer, Department of Information Technology, or designee, to execute an Order Form with Workday, Inc. in an amount not to exceed $1,690,000 to add Procurement module licenses to the County’s Workday software subscription, for the term July 28, 2021 through January 19, 2030. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.126 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Contra Costa Interfaith Transitional Housing, Inc. (dba Home Solutions), in an amount not to exceed $1,100,866 to provide case management and housing navigation services to homeless individuals on probation for the period July 1, 2021 through June 30, 2022. (100% State)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.127 APPROVE and AUTHORIZE the Chief Information Officer, Department of Information Technology, or designee, to execute a contract amendment with Accenture LLP, to extend the term from December 31, 2022 to June 30, 2023, and increase the payment limit by $1,300,942 from $4,200,000 to a new payment limit of $5,500,942 to add the procurement module into the scope of the Workday Financial Management System project. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.128 APPROVE and AUTHORIZE the Public Defender, or designee, to execute a contract with Rubicon Programs, Inc., in an amount not to exceed $305,700, to provide client services in Contra Costa County for Holistic Intervention Partnership participants for the period of October 1, 2021 to September 30, 2022. (100% State).       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.129 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract amendment with God’s Grace Caring Home, Inc., effective July 1, 2021, to increase the payment limit by $42,000 to a new payment limit of $204,000, to provide additional skilled nursing services for difficult to place patients from Contra Costa Regional Medical Center with no change in the term July 1, 2021 through June 30, 2022. (100% County)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.130 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract amendment with PerformRx, effective July 1, 2021, to modify pharmacy benefit management services in compliance with the State Department of Health Care Services requirements, with no change in the payment limit of $119,000,000 and no change in the original term of January 1, 2021 through December 31, 2021. (100% Contra Costa Health Plan Enterprise Fund II)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover Other Actions   C.131 APPROVE and AUTHORIZE the County Administrator, or designee, to execute a Cooperative Agreement with the City of Oakley in an amount not to exceed $200,000 for the demolition of the former Sheriff’s Substation at 210 O’Hara Avenue in Oakley and the transfer of the property to the City of Oakley for the term September 7, 2021 to July 30, 2024.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.132 APPROVE and AUTHORIZE the Auditor-Controller, or designee, to pay $13,496 to God’s Grace Caring Home, Inc., for skilled nursing services to difficult to place patients from Contra Costa Regional Medical Center for the period June 1, 2021 through June 30, 2021. (100% Hospital Enterprise Fund I)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.133 ADOPT Resolution No. 2021/254 to approve and authorize the Employment and Human Services Director, or designee, to execute a non-financial contract with the California Department of Social Services to provide legal consultation and representation services associated with the Resource Family Approval Program for the period July 1, 2021 through June 30, 2024. (No Fiscal Impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.134 AUTHORIZE initiation of a General Plan Amendment process to consider changing the General Plan land use designation from Single-Family Residential High-Density to Multiple-Family Residential High-Density for two parcels located at 1927 and 1932 Giaramita Street in the North Richmond area, Assessor's Parcel Nos. 409-272-009 and 409-292-001, as recommended by the Conservation and Development Director. (County File #GP21-0003) (100% Applicant fees)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.135 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute a contract with Samuel Merritt University, Department of Nursing, to provide supervised field instruction to nursing students at Contra Costa Regional Medical Center and Health Centers for the period October 1, 2021 through September 30, 2024. (Nonfinancial agreement)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.136 ACCEPT the July 2021 update report on the operations of the Employment and Human Services Department, Community Services Bureau, as recommended by the Employment and Human Services Director.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.137 APPROVE and AUTHORIZE the Conservation and Development Director, or designee, to execute a    C.137 APPROVE and AUTHORIZE the Conservation and Development Director, or designee, to execute a Community Benefits Agreement with Ameresco Keller Canyon RNG LLC (Ameresco), effective as of August 10, 2021, to pay the County $50,000 per year while Ameresco’s Renewable Natural Gas Processing Facility and Pipeline is operational. (Revenue to Keller Canyon Mitigation Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.138 APPROVE the 2020 Annual Crop Report and AUTHORIZE the Agricultural Commissioner, or designee, to submit the publication to the California Department of Food and Agriculture. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.139 ADOPT Resolution No. 2021/260 as approved by the Retirement Board, which establishes retirement plan contribution rates effective July 1, 2022 through June 30, 2023, as recommended by the County Administrator.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.140 APPROVE clarification of Board action of June 8, 2021 (C.88) for a contract with Ombudsman Services of Contra Costa, Inc., a corporation, to change the name of the contractor to read Empowered Aging, a corporation, with no change in the payment limit of $505,120 and no change in the term July 1, 2021 through June 30, 2022, as recommended by the Employment and Human Services Director. (81.2% State; 18.8% Federal)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.141 ACCEPT quarterly report of the Post Retirement Health Benefits Trust Agreement Advisory Body, as recommended by the Post Retirement Health Benefits Trust Agreement Advisory Body.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.142 RECEIVE notice of adjustment in compensation paid to members of the Board of Supervisors, showing a 4.3 percent salary increase for Board members effective July 1, 2021, as required by Ordinance 2019-11. (100% General Fund)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.143 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute an agreement with Contra Costa Mosquito and Vector Control District, for Contra Costa County to share Protected Health Information on human cases of Vector-Borne Diseases for the period November 1, 2021 through October 31, 2026. (Nonfinancial agreement)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.144 APPROVE and AUTHORIZE the Health Services Director, or designee, to execute an agreement with the San Ramon Valley Fire Protection District extending the term of the existing emergency ambulance agreement for Emergency Response Area IV through October 31, 2021. (Nonfinancial agreement)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.145 ACCEPT the Treasurer's Quarterly Investment Report as of June 30, 2021, as recommended by the County Treasurer-Tax Collector.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane  AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.146 APPROVE the list of providers recommended by Contra Costa Health Plan’s Peer Review and Credentialing Committee and the Health Services Director, and as required by the State Departments of Health Care Services and Managed Health Care, and the Centers for Medicare and Medicaid Services.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.147 APPROVE the list of providers recommended by Contra Costa Health Plan’s Medical Director and the Health Services Director, and as required by the State Departments of Health Care Services and Managed Health Care, and the Centers for Medicare and Medicaid Services.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.148 APPROVE and AUTHORIZE the County Administrator, or designee, to execute a contract with KNN Public Finance LLC, in an amount not to exceed $350,000 for Independent Registered Municipal Financial Advisor services for the period of September 8, 2021 through June 30, 2024. (Various County Projects/Funds)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.149 APPROVE and AUTHORIZE the Clerk-Recorder, or designee, to execute a Liability Waiver and Release and Indemnification Agreement with the City of Clayton for the use of Endeavor Hall for the September 14, 2021 Statewide Gubernatorial Recall Election. (No fiscal impact)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.150 APPROVE and AUTHORIZE the Auditor-Controller, or designee, to pay John Muir Behavioral Health Center $22,980 for psychiatric treatment services rendered in good faith during the period February 21, 2019 through March 15, 2019, as recommended by the Health Services Director. (100% Mental Health Realignment)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.151 REFER to the Finance Committee development of a County policy regarding Enhanced Infrastructure Financing Districts, as recommended by the County Administrator.       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.152 APPROVE and AUTHORIZE the Health Services Director, or designee to execute an amendment agreement with the City of Antioch, for the County and State contractor's use of the City’s Antioch Community Center parking lot for COVID-19 testing and immunizations to extend the term from September 1, 2021 through December 31, 2021. (Nonfinancial agreement)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.153 APPROVE and AUTHORIZE the Health Services Director, or designee to execute a contract with the Contra Costa Community College District, for use of the District’s Diablo Valley College Overflow Lot for drive-thru COVID-19 testing, COVID-19 immunizations and other related services, for the period July 31, 2021 through December 31, 2021. (Nonfinancial agreement)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.154 APPROVE and AUTHORIZE the Health Services Director, or designee to execute a contract with the City of Brentwood, for the County and State contractors' use of the City’s Brentwood Technology and Education Center for COVID-19 testing and immunizations, for the period July 19, 2021 through December 31, 2021. (Nonfinancial agreement)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover C.155 APPROVE and AUTHORIZE the Health Services Director, or designee to execute an amendment agreement with the City of Antioch, for the use of the City’s Nick Rodriguez Community Center for COVID-19 testing and immunizations and to extend the term end date through December 31, 2021. (Nonfinancial agreement)       AYE: District I Supervisor John Gioia, District II Supervisor Candace Andersen, District III Supervisor Diane Burgis, District IV Supervisor Karen Mitchoff, District V Supervisor Federal D. Glover   GENERAL INFORMATION The Board meets in all its capacities pursuant to Ordinance Code Section 24-2.402, including as the Housing Authority and the Successor Agency to the Redevelopment Agency. Persons who wish to address the Board should complete the form provided for that purpose and furnish a copy of any written statement to the Clerk. Any disclosable public records related to an open session item on a regular meeting agenda and distributed by the Clerk of the Board to a majority of the members of the Board of Supervisors less than 96 hours prior to that meeting are available for public inspection at 1025 Escobar Street, First Floor, Martinez, CA 94553, during normal business hours. All matters listed under CONSENT ITEMS are considered by the Board to be routine and will be enacted by one motion. There will be no separate discussion of these items unless requested by a member of the Board or a member of the public prior to the time the Board votes on the motion to adopt. Persons who wish to speak on matters set for PUBLIC HEARINGS will be heard when the Chair calls for comments from those persons who are in support thereof or in opposition thereto. After persons have spoken, the hearing is closed and the matter is subject to discussion and action by the Board. Comments on matters listed on the agenda or otherwise within the purview of the Board of Supervisors can be submitted to the office of the Clerk of the Board via mail: Board of Supervisors, 1025 Escobar Street, First Floor, Martinez, CA 94553 or to clerkoftheboard@cob.cccounty.us. The County will provide reasonable accommodations for persons with disabilities planning to attend Board meetings who contact the Clerk of the Board at least 24 hours before the meeting, at (925) 655-2000. An assistive listening device is available from the Clerk, First Floor. Copies of recordings of all or portions of a Board meeting may be purchased from the Clerk of the Board. Please telephone the Office of the Clerk of the Board, (925) 655-2000, to make the necessary arrangements. Forms are available to anyone desiring to submit an inspirational thought nomination for inclusion on the Board Agenda. Forms may be obtained at the Office of the County Administrator or Office of the Clerk of the Board, 1025 Escobar Street, Martinez, California. Subscribe to receive to the weekly Board Agenda by calling the Office of the Clerk of the Board, (925) 655-2000 or using the County's on line subscription feature at the County’s Internet Web Page, where agendas and supporting information may also be viewed: www.contracosta.ca.gov STANDING COMMITTEES The Airport Committee (Supervisors Karen Mitchoff and Diane Burgis) meets quarterly on the second Wednesday of the month at 11:00 a.m. at the Director of Airports Office, 550 Sally Ride Drive, Concord. The Family and Human Services Committee (Supervisors John Gioia and Candace Andersen) meets on the fourth Monday of the month at 9:00 a.m. in Room 110, County Administration Building, 1025 Escobar Street, Martinez. The Finance Committee (Supervisors John Gioia and Karen Mitchoff) meets on the first Monday of the month at 9:00 a.m. in Room 110, County Administration Building, 1025 Escobar Street, Martinez. The Hiring Outreach Oversight Committee (Supervisors Federal D. Glover and John Gioia) meets quarterly on the first Monday of the month at 10:30 a.m.. in Room 110, County Administration Building, 1025 Escobar Street, Martinez. The Internal Operations Committee (Supervisors Candace Andersen and Diane Burgis) meets on the second Monday of the month at 10:30 a.m. in Room 110, County Administration Building, 1025 Escobar Street, Martinez. The Legislation Committee (Supervisors Karen Mitchoff and Diane Burgis) meets on the second Monday of the month at 1:00 p.m. in Room 110, County Administration Building, 1025 Street, Martinez. The Public Protection Committee (Supervisors Andersen and Federal D. Glover) meets on the fourth Monday of the month at 10:30 a.m. in Room 110, County Administration Building, 1025 Escobar Street, Martinez. The Sustainability Committee (Supervisors Federal D. Glover and John Gioia) meets on the fourth Monday of every other month at 1:00 p.m. in Room 110, County Administration Building, 1025 Escobar Street, Martinez. The Transportation, Water & Infrastructure Committee (Supervisors Candace Andersen and Karen Mitchoff) meets on the second Monday of the month at 9:00 a.m. in Room 110, County Administration Building, 1025 Escobar Street, Martinez. Airports Committee December 8, 2021 11:00 a.m.See above Family & Human Services Committee September 27, 2021 9:00 a.m.See above Finance Committee September 13, 2021 9:00 a.m.See above Hiring Outreach Oversight Committee September 13, 2021 10:30 a.m.See above Internal Operations Committee September 13, 2021 10:30 a.m.See above Legislation Committee September 13, 2021 1:00 p.m.See above Public Protection Committee September 27, 2021 10:30 a.m.See above Sustainability Committee September 28, 2021 1:00 p.m.See above Transportation, Water & Infrastructure Committee September 13, 2021 9:00 a.m.See above AGENDA DEADLINE: Thursday, 12 noon, 12 days before the Tuesday Board meetings. Glossary of Acronyms, Abbreviations, and other Terms (in alphabetical order): Contra Costa County has a policy of making limited use of acronyms, abbreviations, and industry-specific language in its Board of Supervisors meetings and written materials. Following is a list of commonly used language that may appear in oral presentations and written materials associated with Board meetings: AB Assembly Bill ABAG Association of Bay Area Governments ACA Assembly Constitutional Amendment ADA Americans with Disabilities Act of 1990 AFSCME American Federation of State County and Municipal Employees AICP American Institute of Certified Planners AIDS Acquired Immunodeficiency Syndrome ALUC Airport Land Use Commission AOD Alcohol and Other Drugs ARRA American Recovery & Reinvestment Act of 2009 BAAQMD Bay Area Air Quality Management District BART Bay Area Rapid Transit District BayRICS Bay Area Regional Interoperable Communications System BCDC Bay Conservation & Development Commission BGO Better Government Ordinance BOS Board of Supervisors CALTRANS California Department of Transportation CALTRANS California Department of Transportation CalWIN California Works Information Network CalWORKS California Work Opportunity and Responsibility to Kids CAER Community Awareness Emergency Response CAO County Administrative Officer or Office CCCPFD (ConFire) Contra Costa County Fire Protection District CCHP Contra Costa Health Plan CCTA Contra Costa Transportation Authority CCRMC Contra Costa Regional Medical Center CCWD Contra Costa Water District CDBG Community Development Block Grant CFDA Catalog of Federal Domestic Assistance CEQA California Environmental Quality Act CIO Chief Information Officer COLA Cost of living adjustment ConFire (CCCFPD) Contra Costa County Fire Protection District CPA Certified Public Accountant CPI Consumer Price Index CSA County Service Area CSAC California State Association of Counties CTC California Transportation Commission dba doing business as DSRIP Delivery System Reform Incentive Program EBMUD East Bay Municipal Utility District ECCFPD East Contra Costa Fire Protection District EIR Environmental Impact Report EIS Environmental Impact Statement EMCC Emergency Medical Care Committee EMS Emergency Medical Services EPSDT Early State Periodic Screening, Diagnosis and Treatment Program (Mental Health) et al. et alii (and others) FAA Federal Aviation Administration FEMA Federal Emergency Management Agency F&HS Family and Human Services Committee First 5 First Five Children and Families Commission (Proposition 10) FTE Full Time Equivalent FY Fiscal Year GHAD Geologic Hazard Abatement District GIS Geographic Information System HCD (State Dept of) Housing & Community Development HHS (State Dept of ) Health and Human Services HIPAA Health Insurance Portability and Accountability Act HIV Human Immunodeficiency Syndrome HOV High Occupancy Vehicle HR Human Resources HUD United States Department of Housing and Urban Development IHSS In-Home Supportive Services Inc. Incorporated IOC Internal Operations Committee ISO Industrial Safety Ordinance JPA Joint (exercise of) Powers Authority or Agreement Lamorinda Lafayette-Moraga-Orinda Area LAFCo Local Agency Formation Commission LLC Limited Liability Company LLP Limited Liability Partnership Local 1 Public Employees Union Local 1 LVN Licensed Vocational Nurse MAC Municipal Advisory Council MBE Minority Business Enterprise M.D. Medical Doctor M.F.T. Marriage and Family Therapist MIS Management Information System MOE Maintenance of Effort MOU Memorandum of Understanding MTC Metropolitan Transportation Commission NACo National Association of Counties NEPA National Environmental Policy Act OB-GYN Obstetrics and Gynecology O.D. Doctor of Optometry OES-EOC Office of Emergency Services-Emergency Operations Center OPEB Other Post Employment Benefits OSHA Occupational Safety and Health Administration PARS Public Agencies Retirement Services PEPRA Public Employees Pension Reform Act Psy.D. Doctor of Psychology RDA Redevelopment Agency RFI Request For Information RFP Request For Proposal RFQ Request For Qualifications RN Registered Nurse SB Senate Bill SBE Small Business Enterprise SEIU Service Employees International Union SUASI Super Urban Area Security Initiative SWAT Southwest Area Transportation Committee TRANSPAC Transportation Partnership & Cooperation (Central) TRANSPLAN Transportation Planning Committee (East County) TRE or TTE Trustee TWIC Transportation, Water and Infrastructure Committee UASI Urban Area Security Initiative VA Department of Veterans Affairs vs. versus (against) WAN Wide Area Network WBE Women Business Enterprise WCCTAC West Contra Costa Transportation Advisory Committee RECOMMENDATION(S): AUTHORIZE the County Administrator, or Designee, to execute contract renewals with the NonPERS Medical, Dental, Vision, Computer Vision Care Program and Life Insurance Plan carriers for the period of January 1, 2022 - December 31, 2022. FISCAL IMPACT: The premiums for existing Kaiser plans, DeltaCare HMO, Delta Dental PPO and the VOYA Life Insurance plans will not increase for the 2022 plan year. There will also be a decrease to the Computer Vision Care plan rates of -48.70% and the Voluntary Vision plan by -10.00%. The CCHP plan premiums will increase by 5.36%, the Health Net HMO Plan by 6.64% and Health Net PPO plan by 9.00%. Premiums for active, retired and survivor enrollees are funded by a combination of charges to County Departments, Special Districts, and employee/retiree/survivor contributions. The fiscal impact is based on projections of 2022 using 2021 census data with no adjustment for future migration between plans. The 2022 projected total premium cost for active employees is approximately $102.5 million; 2021 is expected to reach $99.8 million by year end. The currently negotiated cost to the County is $89.9 million of that total ($85.7 million in 2021). APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Salma Sadiq 925-655-2176 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: D.1 To:Board of Supervisors From:Ann Elliott, Human Resources Director Date:September 7, 2021 Contra Costa County Subject:2022 Renewals for NonPERS Health Plans BACKGROUND: Insurance coverage is an important benefit and a valuable recruitment and retention tool. To ensure that high quality insurance is available for eligible Contra Costa County employees and retirees, the County contracts for group medical, dental, life insurance, voluntary vision insurance, as well as computer vision care coverage, on an annual basis with a number of carriers/providers. The County's existing insurance and coverage contracts are for the calendar year and expire December 31, 2021. To assist the County in negotiating the best possible health care terms for our active and retired employees, the County contracts with a consultant, who has expertise in public sector employee benefit plan design and rate structure. All medical insurance contracts continue to offer essential medical benefits and coverage compliant with the requirements of the Affordable Care Act (ACA). Beginning January 1, 2022, the County subsidy, for the majority of employees eligible for NonPERS medical plans, will be 80% of the second lowest priced non-deductible HMO plan for all tiers (Employee, Employee +1 and Employee +2 or more). Based on the 2022 proposed rates, Health Net Smart Care HMO B will be used for subsidy calculations. Coverage Type Health Net SmartCare HMO B Premium % _County Subsidy Employee Only $992.83 80%$794.27 Employee +1 $1,985.66 80%$1,588.53 Employee +2/More $2,978.49 80%$2,382.80 In order to ensure uninterrupted coverage for enrolled members (eligible active employees, retired employees and survivors of retired employees) staff requests authorization from the Board of Supervisors to renew existing insurance coverage at the rates provided in Attachment 1. The chart reflects the different premium structures - either Two Tier or Three Tier - based on what has been negotiated with various bargaining groups. Rate sheets, by bargaining group for actives and retirees, for the 2022 plan year reflecting County subsidies and employee/retiree costs will be available in October, prior to the Open Enrollment period. These rate sheets will be posted on the Employee Benefits website and a sample draft is provided in Attachment 2. We are pleased to announce that in collaboration with the County’s consultant and the Joint Labor Management Benefits Committee (JLMBC), the County is able to provide competitive rates for our benefits plans. The Kaiser plans, DeltaCare HMO, Delta Dental PPO and the Supplemental & Basic Life Insurance plans will not increase in 2022. The premiums for the VSP Computer Vision Care (CVC) Plan and the Voluntary Vision Plan will decrease. With the renewals and increase in County subsidy for 2022, approximately 87% of our employees enrolled in NonPERS medical plans will see the same rate or a reduction in their monthly medical plan contributions and 100% of employees enrolled in the Dental and Vision plans will have the same or reduced costs. The County is proud of the collaboration and results achieved by our consultants and the Joint Labor Management Benefits Committee (JLMBC). CONSEQUENCE OF NEGATIVE ACTION: In order to prevent the disruption of services for group benefits that are offered to eligible active employees, retirees, survivors and dependents, it is necessary to execute contract renewals prior to open enrollment which is planned for October 18, 2021 – November 5,2021 for the 2022 plan year ATTACHMENTS Attachment 1 Attachment 2 NonPERS Medical Plans 3 Tier Rate Structure Coverage 2021 2022 % of Change Contra Costa Health Plan A Employee (EE) $ 979.31 $ 1,031.76 5.36% EE + 1 $ 1,958.59 $ 2,063.48 5.36% EE + 2 or more $ 2,937.92 $ 3,095.26 5.36% Contra Costa Health Plan B Employee (EE) $ 1,085.58 $ 1,143.72 5.36% EE + 1 $ 2,171.16 $ 2,287.43 5.36% EE + 2 or more $ 3,256.75 $ 3,431.16 5.36% Kaiser Permanente Plan A Employee (EE) $ 909.04 $ 909.04 0.00% EE + 1 $ 1,818.08 $ 1,818.08 0.00% EE + 2 or more $ 2,727.12 $ 2,727.12 0.00% Kaiser Permanente Plan B Employee (EE) $ 722.50 $ 722.50 0.00% EE + 1 $ 1,445.00 $ 1,445.00 0.00% EE + 2 or more $ 2,167.50 $ 2,167.50 0.00% Kaiser Permanente HDHP Employee (EE) $ 579.96 $ 579.96 0.00% EE + 1 $ 1,159.92 $ 1,159.92 0.00% EE + 2 or more $ 1,739.88 $ 1,739.88 0.00% Teamsters Local Union No. 856 Employee (EE) $ 724.50 $ 759.71 4.86% Trust Fund KP Health Plan EE + 1 $ 1,487.83 $ 1,554.78 4.50% EE + 2 or more $ 2,132.70 $ 2,226.06 4.38% Health Net SmartCare HMO A Employee (EE) $ 1,305.65 $ 1,392.39 6.64% EE + 1 $ 2,611.30 $ 2,784.78 6.64% EE + 2 or more $ 3,916.95 $ 4,177.17 6.64% Health Net SmartCare HMO B Employee (EE) $ 930.98 $ 992.83 6.64% EE + 1 $ 1,861.96 $ 1,985.66 6.64% EE + 2 or more $ 2,792.94 $ 2,978.49 6.64% Health Net CA & OOS PPO Plan A Employee (EE) $ 2,967.02 $ 3,234.05 9.00% EE + 1 $ 5,934.04 $ 6,468.10 9.00% EE + 2 or more $ 8,901.06 $ 9,702.15 9.00% 2 Tier Rate Structure *Coverage 2021 2022 % of Change Contra Costa Health Plan A Employee (EE) $ 1,056.79 $1,113.39 5.36% Family $ 2,517.84 $2,652.68 5.36% Contra Costa Health Plan B Employee (EE) $ 1,171.46 $1,234.20 5.36% Family $ 2,783.58 $2,932.65 5.36% Kaiser Permanente Plan A Employee (EE) $ 993.36 $993.36 0.00% Family $ 2,314.54 $2,314.54 0.00% Kaiser Permanente Plan B Employee (EE) $ 809.92 $809.92 0.00% Family $ 1,887.12 $1,887.12 0.00% Health Net HMO Plan A Employee (EE) $ 1,861.66 $1,985.33 6.64% Family $ 4,561.07 $4,864.06 6.64% Health Net HMO Plan B Employee (EE) $ 1,294.56 $1,380.56 6.64% Family $ 3,171.67 $3,382.37 6.64% Health Net CA & OOS PPO Plan A Employee (EE) $ 3,068.33 $3,344.48 9.00% Family $ 7,302.63 $7,959.86 9.00% Kaiser Permanente HDHP Employee (EE) $ 653.99 $653.99 0.00% Family $ 1,523.80 $1,523.80 0.00% Contra Costa Health Plan A2 Employee (EE) $ 806.54 $ 850.08 5.40% Family $ 1,804.18 $ 1,901.60 5.40% * The 2 Tier Rate Structure only applies to CNA Actives and Early Retirees NonPERS Medical, Dental, Vision, CVC and Life Insurance Renewal Rates EXISTING PLANS and PERCENTAGE of RATE INCREASE or DECREASE NonPERS Medicare Coordination of Benefits (COB) Plans 3 Tier Rate Structure Coverage 2021 2022 % of Change Contra Costa COB Health Plan A Retiree $ 486.04 $ 512.07 5.36% 2 Medicare $ 972.08 $ 1,024.14 5.36% Contra Costa COB Health Plan B Retiree $ 500.63 $ 527.44 5.36% 2 Medicare $ 1,001.26 $ 1,054.88 5.36% Health Net HMO A COB Plan Retiree $ 899.85 $ 910.65 1.20% 2 Medicare $ 1,799.70 $ 1,821.30 1.20% Health Net HMO B COB Plan Retiree $ 836.62 $ 846.66 1.20% 2 Medicare $ 1,673.24 $ 1,693.32 1.20% Health Net CA &OOS COB PPO Plan A Retiree $ 1,231.57 $ 1,246.35 1.20% 2 Medicare $ 2,463.14 $ 2,492.70 1.20% 2 Tier Rate Structure*Coverage 2021 2022 % of Change Contra Costa COB Health Plan A Retiree $ 486.04 $ 512.07 5.36% 2 Medicare $ 972.08 $ 1,024.14 5.36% Contra Costa COB Health Plan B Retiree $ 500.63 $ 527.44 5.36% 2 Medicare $ 1,001.26 $ 1,054.88 5.36% Health Net HMO A COB Plan Retiree $ 899.85 $ 910.65 1.20% 2 Medicare $ 1,799.70 $ 1,821.30 1.20% Health Net HMO B COB Plan Retiree $ 836.62 $ 846.66 1.20% 2 Medicare $ 1,673.24 $ 1,693.32 1.20% Health Net CA &OOS COB PPO Plan A Retiree $ 1,231.57 $ 1,246.35 1.20% 2 Medicare $ 2,463.14 $ 2,492.70 1.20% * The 2 Tier Rate Structure only applies to CNA Actives and Early Retirees Medicare Senior Advantage Plans 3 Tier Rate Structure Coverage 2021 2022 % of Change Kaiser Senior Advantage Plan A Retiree $ 372.65 $ 333.68 -10.46% 2 Medicare $ 1,005.97 $ 900.66 -10.47% Kaiser Senior Advantage Plan B Retiree $ 282.50 $ 253.00 -10.44% 2 Medicare $ 762.35 $ 682.62 -10.46% Health Net Seniority Plus Plan A Retiree $ 663.07 $ 702.90 6.01% 2 Medicare $ 1,326.14 $ 1,405.80 6.01% Health Net Seniority Plus Plan B Retiree $ 556.65 $ 590.09 6.01% 2 Medicare $ 1,113.30 $ 1,180.18 6.01% 2 Tier Rate Structure Coverage 2021 2022 % of Change Kaiser Senior Advantage Plan A Retiree $ 372.70 $ 333.73 -10.46% 2 Medicare $ 1,006.62 $ 901.31 -10.46% Kaiser Senior Advantage Plan B Retiree $ 282.55 $ 253.05 -10.44% 2 Medicare $ 763.00 $ 683.27 -10.45% Health Net Seniority Plus Plan A Retiree $ 663.07 $ 702.90 6.01% 2 Medicare $ 1,326.14 $ 1,405.80 6.01% Health Net Seniority Plus Plan B Retiree $ 556.65 $ 590.09 6.01% 2 Medicare $ 1,113.30 $ 1,180.18 6.01% Dental PPO 2 Tier & 3 Tier Rate Structure Coverage 2021 2022 % of Change Delta Dental PPO ASO Fees N/A $5.03 $5.03 0.00% Delta Dental PPO Employee (EE)$46.52 $46.52 0.00% EE + 1 (Family)$105.08 $105.08 0.00% EE + 2 or more (Family)$105.08 $105.08 0.00% Dental DHMO 2 Tier & 3 Tier Rate Structure Coverage 2021 2022 % of Change Delta Care HMO Employee (EE)$25.35 $25.35 0.00% EE + 1 (Family)$54.78 $54.78 0.00% EE + 2 or more (Family)$54.78 $54.78 0.00% Vision 2021 2022 % of Change VSP Computer Vision Care Plan (CVC)Employee (EE)$3.47 $1.78 -48.70% VSP Voluntary Vision Plan (3-tier)Employee (EE)$9.98 $9.00 -10.00% EE + 1 $19.94 $17.99 -10.00% EE + 2 or more $32.12 $28.98 -10.00% Life Insurance 2021 2022 % of Change VOYA Basic Life AD&D Program $0.074/$1000 $0.074/$1000 0.00% VOYA Supplemental Life AD&D Program 2021 2022 % of Change Employee and Spouse Age:Rate per $1000 Rate per $1000 0-24 $0.07 $0.07 0.00% 25-29 $0.08 $0.08 0.00% 30-34 $0.10 $0.10 0.00% 35-39 $0.11 $0.11 0.00% 40-44 $0.14 $0.14 0.00% 45-49 $0.22 $0.22 0.00% 50-54 $0.34 $0.34 0.00% 55-59 $0.59 $0.59 0.00% 60-64 $0.99 $0.99 0.00% 65-69 $1.80 $1.80 0.00% > 70 $3.50 $3.50 0.00% Dependent Children (Supp. Life only): $5,000 $0.80 $0.80 0.00% $10,000 $1.60 $1.60 0.00% 2022 CONTRA COSTA COUNTY MONTHLY MEDICAL AND DENTAL PLAN PREMIUMS 2022 TOTAL MONTHLY PREMIUM 2022 COUNTY MONTHLY SUBSIDY 2022 EMPLOYEE MONTHLY SHARE $1,031.76 $794.27 $237.49 $2,063.48 $1,588.53 $474.95 $3,095.26 $2,382.80 $712.46 $1,143.72 $794.27 $349.45 $2,287.43 $1,588.53 $698.90 $3,431.16 $2,382.80 $1,048.36 $909.04 $794.27 $114.77 $1,818.08 $1,588.53 $229.55 $2,727.12 $2,382.80 $344.32 $722.50 $702.50 $20.00 $1,445.00 $1,405.00 $40.00 $2,167.50 $2,107.50 $60.00 $579.96 $579.96 $0.00 $1,159.92 $1,159.92 $0.00 $1,739.88 $1,739.88 $0.00 $759.71 $694.71 $65.00 $1,554.78 $1,429.78 $125.00 $2,226.06 $2,051.06 $175.00 $1,392.39 $794.27 $598.12 $2,784.78 $1,588.53 $1,196.25 $4,177.17 $2,382.80 $1,794.37 $992.83 $794.27 $198.56 $1,985.66 $1,588.53 $397.13 $2,978.49 $2,382.80 $595.69 $3,234.05 $794.27 $2,439.78 $6,468.10 $1,588.53 $4,879.57 $9,702.15 $2,382.80 $7,319.35 Employee & 2 or more dependents on Basic Plan PERMANENT FULL TIME EMPLOYEES AND PART TIME EMPLOYEES SCHEDULED TO WORK AT LEAST 20 HOURS PER WEEK PLAN/COVERAGE DESCRIPTION CONTRA COSTA HEALTH PLAN - BASIC PLAN A Employee on Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan CONTRA COSTA HEALTH PLAN - BASIC PLAN B Employee on Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan KAISER PERMANENTE - BASIC PLAN A Employee on Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan KAISER PERMANENTE - BASIC PLAN B Employee on Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan KAISER PERMANENTE - HIGH DEDUCTIBLE PLAN Employee on Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan Health Net SmartCare HMO A Employee on Basic Plan TEAMSTERS 856 TRUST FUND KP HEALTH PLAN Employee on Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan Health Net SmartCare HMO B Employee on Basic Plan Employee & 1 HEALTH NET PPO PLAN - BASIC PLAN A Employee on PPO Basic Plan Employee & 1 Employee & 2 or more dependents on Basic Plan PAGE 1 OF 2 2022 CONTRA COSTA COUNTY MONTHLY MEDICAL AND DENTAL PLAN PREMIUMS 2022 TOTAL MONTHLY PREMIUM 2022 COUNTY MONTHLY SUBSIDY 2022 EMPLOYEE MONTHLY SHARE PERMANENT FULL TIME EMPLOYEES AND PART TIME EMPLOYEES SCHEDULED TO WORK AT LEAST 20 HOURS PER WEEK PLAN/COVERAGE DESCRIPTION Employee $46.52 $41.17 $5.35 Employee + 1 $105.08 $93.00 $12.08 Employee + 2 or more $105.08 $93.00 $12.08 Employee $46.52 $34.02 $12.50 Employee + 1 $105.08 $76.77 $28.31 Employee + 2 or more $105.08 $76.77 $28.31 Employee $46.52 $34.02 $12.50 Employee + 1 $105.08 $76.77 $28.31 Employee + 2 or more $105.08 $76.77 $28.31 Employee $46.52 $43.35 $3.17 Employee + 1 $105.08 $97.81 $7.27 Employee + 2 or more $105.08 $97.81 $7.27 DELTA CARE (HMO) Employee $25.35 $25.35 $0.00 Employee + 1 $54.78 $54.78 $0.00 Employee + 2 or more $54.78 $54.78 $0.00 Employee $25.35 $21.31 $4.04 Employee + 1 $54.78 $46.05 $8.73 Employee + 2 or more $54.78 $46.05 $8.73 Employee $25.35 $21.31 $4.04 Employee + 1 $54.78 $46.05 $8.73 Employee + 2 or more $54.78 $46.05 $8.73 Employee $25.35 $25.35 $0.00 Employee + 1 $54.78 $54.78 $0.00 Employee + 2 or more $54.78 $54.78 $0.00 VSP VOLUNTARY VISION PLAN Employee $9.00 $0.00 $9.00 Employee + 1 $17.99 $0.00 $17.99 Employee + 2 or more $28.98 $0.00 $28.98 DELTA DENTAL PREMIER PPO - $1,800 Annual Maximum For CCHP Plans For Health Net Plans For Kaiser Permanente Plans Without a Health Plan For CCHP Plans For Health Net Plans For Kaiser Permanente Plans Without a Health Plan PAGE 2 OF 2 RECOMMENDATION(S): CONSIDER update on COVID 19; and PROVIDE direction to staff. Health Department - Randy Sawyer, Deputy Director and Dr. Ori Tzvieli FISCAL IMPACT: Administrative Reports with no specific fiscal impact. BACKGROUND: The Health Services Department has established a website dedicated to COVID-19, including daily updates. The site is located at: https://www.coronavirus.cchealth.org/ APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Monica Nino I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: D.2 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:Update on COVID -19 AGENDA ATTACHMENTS MINUTES ATTACHMENTS Covid-19 Update Covid Update D.2 09-07-2021 Randy Sawyer, Deputy Health Services Director, said that surge in the delta variant of Covid-19 virus is being fueled by the unvaccinated. Based on Health Services own data, a person with Covid-19 is 13 times more likely to be hospitalized if they are unvaccinated. He reports a significant uptick in first doses of the vaccine since the implementation of employer-based vaccine mandates and full Food and Drug Administration (FDA) approval being given to the Pfizer vaccine. Health Services believes the pandemic will last for years and expects there will be additional surges and variants. Contra Costa Health Services (CCHS) is now preparing for COVID-19 response for the next 5-10 years. For the 7-day period that ended on August 31st, 15 people in Contra Costa County passed away from Covid-19. This week, September 1-7, preliminary data shows 20 Covid-19 deaths. The county has not had that level of deaths since back in March. And in the interim, the numbers had gone down. May 19-25, 2021 there was a week with only one. The death numbers are coming up. CCHS is asking people to vaccinate, to wear a mask and supports the schools in all the hard work of contact tracing and identifying cases. CCHS asks everyone to follow the guidances and protect themselves and others Dr. Ori Tzvieli, Medical Director, Public Health Division, reports a large increase in the demand for Covid testing. CCHS is working with the state to ensure that residents have access to quick, free, dependable testing in all the regions of the county. HS in fact set new records in the past week for number of tests done per day countywide. The results from a county run test takes approximately 48 hours. The state-run site run in San Pablo opened today, September 7, the Antioch testing site began offering seven days a week 7:00 a.m. to 7:00 p.m. and the Brentwood site will begin the same expanded hours on 13th of September. Health Services has requested it’s partners John Muir Health and Kaiser Permanente and community clinics to increase their testing capacity as well. Because CCHS is adding more scheduled appointments, walk-ins slots are available at the three county testing sites which are in Pleasant Hill, Richmond and San Ramon up to 11:30 in the morning. Wanted to talk about COVID and this long-standing pandemic and all our response to it and all the things we are recommending our community members do. I want to just give the analogy that living with COVID circulating in our community is like driving a car. So, when you get in the car, you always put on your seat belt and with COVID it is the same thing. You wear a mask which is like wearing a seat belt. To keep yourself safer. Cars also have air bags. In regard to updates on our healthcare guidance, CCHS released a new youth sports and activities guidance to help young people and spectators say safe when playing field sports and other extracurricular activities. The state has a guidance for sports in K-12 schools. County guidance is not a legally binding health order, but it is expert advice for how to stay safest while participating in these activities that have so much value to our communities. In addition to what the state has in their K-12 school sports guidance, CCHS has added recommendations for using face coverings, for vaccination, for COVID-19 testing and also for transportation and hygiene practices. This guidance applies to both school and non-School activities. Health Services strongly encourages masks for all participants, coaches, staff, volunteers, spectators in outdoor sports. They are already required for indoor sports. They also recommend parents, including participants, staff, coaches to get COVID testing. Teams who travel outside of the Bay Area should consider following the CDC recommendations for quarantine after travel as well. CCHS has also updated Contra Costa’s health order that requires indoor face gatherings so that performers and public speakers can take their masks off if everyone in the venue is fully vaccinated. This requires the venue operators to require attendees, performers and others to verify they are vaccinated, unless they are under 12. And we also have some extra guidance in there about socially distancing appropriately. If that is the case, the performers can take their masks off if they stay six feet apart from the audience and from other performers. Contra Costa had a more restrictive health order than some of the other Bay Area counties that didn't have this exception. Now that the case numbers are coming down a little bit, HS feels it is safe to make this update for the live theater venues. The updated order is available on our website at CChealth.org/Coronavirus if anyone wants to check it out. There is great anticipation for more guidance on booster shots. CCHS is awaiting more details from the Federal Government. At this time, boosters are available only for people who are immunocompromised. The Federal Government has indicated that likely beginning in the week of September 20th, they will open boosters up to other categories. Most likely will be the elderly, residents of long-term care facilities. It is possible that the latest indications are that it is possible that they will start boosters with people who have gotten the Pfizer vaccine first. They are still evaluating the data on Moderna. That should not be far behind. CCHS does expect to have more information until just before the September 20th date. The committee that is making those recommendations is supposed to meet on the 17th. CCHS will get the message out as soon as it is known. Almost 100% of the covid virus circulating is the Delta variant. It is evident that for people are getting infected faster with this variant. Now that more is known about this variant CCHS has added a new option for quarantine in Contra Costa County. This option states that if you are in close contact with someone with COVID-19, if you test yourself on day six or after, you can come back. You can end your quarantine as soon as day seven. That is called shortened quarantine. If you don't get that testing done on day six, if you get it earlier or later, you have to complete the full ten days. But if you get it on day six and it is negative when you get that test result, you can end your quarantine. As long as you are symptom free, obviously. People who are fully vaccinated don't need to quarantine at all. The vaccination rates in Contra Costa are slowly creeping higher. We are still about 1,000 first doses a day countywide. We have vaccination capacity in our vaccine sites. Please get your vaccines. Schools are working really hard now that the kids are back in the classroom. They are contact tracing. They are identifying cases. They are doing either quarantine or modified quarantine. They are putting forth a concerted effort Dr. Tzvieli reminds all that CCHS has a mobile vaccine unit. Any business or organization can request a mobile vaccination clinic using an online form if they are in the county and CCHS will send a mobile health van to provide free vaccinations on site within one week after completing the request. They will come back and do second doses three weeks later. He encourages people to take advantage of that. Gilbert Salinas, Equity Officer, thanked all of the volunteers and the CCHS staff . The medical reserve corps and all of the volunteers that have been showing up every weekend and evening to help support vaccine clinic have provided 96 clinics with 1,100 vaccinations. 3,840 volunteer hours that have been put into this. In terms of economic impact, it's about $248,000 that has been saved with our teams here going out into communities. Gilbert reports that about a third of the hospitalizations in Contra Costa are coming from Antioch. Antioch and other East County cities also have the lowest vaccination rates in the county. For July through September, 80% of our equity strike clinics have been in East County. And 55% of hospitalizations are coming from East County. Clinics stationed in the Sycamore Road area (Antioch) have shown some great success. CCHS will be expanding on that service, to bring service to a farm in Brentwood and a location in downtown Oakley. Vaccine clinics will be available on September 10th at the Baptist church, September 11th at the Pittsburg car show, on September 12th at Macedonia Mission Baptist Church, September 14th, Knightsen and Bethel Island food pantry, September 16th, Veranda Plaza in Concord, September 17th, we will be at Oakley’s Dwelley Family Farms, September 18th, a pop-up clinic will be at Pittsburg arena, pop-up clinic there. The equity team will continue to bring the vaccine out into the communities. All communities, specifically targeting those communities that have been hardest hit and those that are having the lowest vaccination rates. RECOMMENDATION(S): OPEN the hearing of the costs of abating a public nuisance on the real property located at 2860 Delta Road, Brentwood, California, Contra Costa County (APN: 020-130-009); RECEIVE and CONSIDER the attached itemized report on the abatement costs and any objections thereunto from the property owner or other persons with a legal interest in the property; and CLOSE the hearing. DETERMINE the cost of all abatement work and all the administrative costs to be $17,063.50. ORDER the itemized report confirmed and DIRECT that it be filed with he Clerk of the Board of Supervisors. ORDER the costs to be specially assessed against the above-referenced property and AUTHORIZE the recordation of a Notice of Abatement Lien. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jason Crapo (925) 655-2800 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: D.3 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:Cost Confirmation Hearing for Real Property Located at:2860 Delta Road, Brentwood, CA 94513 FISCAL IMPACT: No net fiscal impact. The costs as determined will be added to the tax roll as a special assessment on this property and will be collected at the same time and in the same manner as ordinary County taxes are collected. BACKGROUND: Contra Costa County Ordinance Article 14-6.4 and California Government Code Section 25845 authorize the recovery of abatement costs in public nuisance cases, the recordation of a Notice of Abatement Lien, and inclusion of abatement costs on the tax roll as a special assessment, upon approval of the Board of Supervisors. The Notice and Order to Abate was posted on the above-referenced property in the unincorporated area of Brentwood for a vacant, substandard building with inadequate sanitation. Substandard conditions included the lack of water closet, lavatory, bathtub or shower; lack of kitchen sink, hot or cold running water, adequate heating, and required electrical lighting and no septic or sewer system. The Notice and Order to abate was serviced on the property owner and all persons known to be in possession of the property by certified mail on July 22, 2020. The property owner did not file an appeal of the Notice and Order to Abate. The County Abatement Officer abated the nuisance on March 9, 2021. The property owner was billed for the actual cost of the abatement and all administrative costs. The bill was sent by first-class mail to the property owner on March 11, 2021. The property owner did not pay the bill within 45 days of the date of mailing. Notice of this Cost Hearing was sent to the property owner by certified mail by the Clerk of the Board. For proof of service, see the Clerk of the Board at 1025 Escobar Street, First Floor, Martinez, CA. CONSEQUENCE OF NEGATIVE ACTION: If not approved, the County will not be able to recover the costs for abatement on code violations for this property. ATTACHMENTS Itemized Abatement Costs Before and After CONTRA COSTA COUNTY DATE: July 29, 2021 TO: Clerk of the Board FROM: Department of Conservation & Development By: Conrad Fromme, Senior Building Inspector RE: Itemized Report of Abatement Costs The following is an itemized report of the costs of abatement for the below described property pursuant to C.C.C. Ord. Code ' 14-6.428. OWNER: Laveau Mary Estate Of & Smith Linda POSSESSOR: N/A MORTGAGE HOLDER: N/A ABATEMENT ORDERED DATE: July 22, 2020 ABATEMENT COMPLETED DATE: March 9, 2021 SITE ADDRESS: 2860 Delta Rd., Brentwood, CA 94513 APN#: 020-120-009 PROPERTY DESCRIPTION: Residential AMOUNT OF ABATEMENT COSTS (CCC ORDIN ANCE CODE 14-6.428) ITEM EXPLANATION COST Notice to Comply (include first 2 inspections) $ 300.00 Site Visits (9x $150 @) $ 1350.00 Recording Fee $ 17.00 PIRT (Title Search) $ 150.00 Certified Letter & Regular Mailings $ 36.50 Photos $ 10.00 Contractor hired for abatement $ 14,800.00 Final Site Inspection to Confirm Compliance 200.00 Compliance Report and Board Hearing $ 200.00 Total $ 17,063.50 Abatement costs can be paid at or mailed to Department of Conservation and Development, Building Inspection Division, 30 Muir Rd., Martinez, CA 94553. 2860 Delta Rd. Brentwood, CA 94513 Before Photos Go to: •“Insert” on menu bar. Select “picture”. •Go to the “Pictures (N:)” drive in the network directory. •Select the CODE ENF folder. •Select the folder by parcel number/APN •Use search bar in the top of the window to type in the parcel number •In the folder full of pictures, select the photo to be used •Drag and drop, or double-click the picture •It will appear on this screen •Stretch the picture using the little hollow points on the corners, if necessary. 2860 Delta Rd. Brentwood, CA 94513 After Photos RECOMMENDATION(S): OPEN the hearing of the costs of abating a public nuisance on the real property located at 0 Gateway Road, Bethel Island, California, Contra Costa County (APN: 030-050-026); RECEIVE and CONSIDER the attached itemized report on the abatement costs and any objections thereto from the property owner or other persons with a legal interest in the property; and CLOSE the hearing. DETERMINE THE COSTS of all abatement work and all the administrative costs to be $11,306.20. ORDER the itemized report confirmed and DIRECT that it be filed with the Clerk of the Board of Supervisors. ORDER the costs to be specially assessed against the above-referenced property and AUTHORIZE the recordation of a Notice of Abatement Lien. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jason Crapo (925) 655-2704 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: D.4 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:Cost Confirmation Hearing for Real Property Located at: 0 Gateway Rd, Bethel Island, CA 94511 FISCAL IMPACT: No net fiscal impact. The costs as determined will be added to the tax roll as a special assessment on this property and will be collected at the same time and in the same manner as ordinary County taxes are collected. BACKGROUND: Contra Costa County Ordinance Code Article 14-6.4 and California Governance Code Section 25845 authorize the recovery of abatement costs in public nuisance cases, the recordation of a Notice of Abatement Lien, and inclusion of abatement costs on the tax roll as a special assessment, upon approval of the Board of Supervisors. The Notice and Order to Abate was posted on the above-referenced property in the unincorporated area of Bethel Island for a fire-damaged building and serviced on the property owner and all persons known to be in possession of the property by certified mail on September 23, 2020. The property owner did not file an appeal of the Notice and Order to Abate. The County Abatement Officer abated the nuisance on April 1, 2021. The property owner was billed for the actual costs of the abatement and all administrative costs. The bill was sent by first-class mail to the property owner on April 23, 2021. The property owner did not pay the bill within 45 days of the date of mailing. Notice of this Cost Hearing was sent to the property owner by certified mail by the Clerk of the Board. For proof of service, see Clerk of the Board at 1025 Escobar Street, First Floor, Martinez, CA CONSEQUENCE OF NEGATIVE ACTION: If not approved, the County will not be able to recover the costs for abatement on code violations for this property. ATTACHMENTS Itemized Abatement Costs Before and After Photos CONTRA COSTA COUNTY DATE: July 29, 2021 TO: Clerk of the Board FROM: Department of Conservation & Development By: Conrad Fromme, Building Inspector II RE: Itemized Report of Abatement Costs The following is an itemized report of the costs of abatement for the below described property pursuant to C.C.C. Ord. Code ' 14-6.428. OWNER: Franks Marina Inc. POSSESSOR: N/A MORTGAGE HOLDER: N/A ABATEMENT ORDERED DATE: September 23, 2020 ABATEMENT COMPLETED DATE: April 1, 2021 SITE ADDRESS: 0 Gateway Rd., Bethel Island, CA APN#: 030-050-026 PROPERTY DESCRIPTION: Residential AMOUNT OF ABATEMENT COSTS (CCC ORDIN ANCE CODE 14-6.428) ITEM EXPLANATION COST Notice to Comply (include first 2 inspections) $ 300.00 Site Visits (6 x $15 0 @) $ 900.00 Recording Fee $ 17.00 PIRT (Title Search) $ 150.00 Certified Letter & Regular Mailings $ 29.20 Photos $ 10.00 Contractor hired for abatement $ 9,500.00 Final Site Inspection to Confirm Compliance 200.00 Compliance Report and Board Hearing $ 200.00 Total $ 11, 306.20 Abatement costs can be paid at or mailed to Department of Conservation and Development, Building Inspection Division, 30 Muir Rd., Martinez, CA 94553. 0 Gateway Rd., Bethel Island, CA Before Photos Go to: •“Insert” on menu bar. Select “picture”. •Go to the “Pictures (N:)” drive in the network directory. •Select the CODE ENF folder. •Select the folder by parcel number/APN •Use search bar in the top of the window to type in the parcel number •In the folder full of pictures, select the photo to be used •Drag and drop, or double-click the picture •It will appear on this screen •Stretch the picture using the little hollow points on the corners, if necessary. 0 Gateway Rd., Bethel Island, CA After Photos RECOMMENDATION(S): OPEN the hearing of the costs of abating a public nuisance on the real property located at 616 Grove Avenue, Richmond, California, Contra Costa County (APN: 409-132-002). RECEIVE and CONSIDER the attached itemized report on the abatement costs and any objections thereto from the property owner or other persons with a legal interest in the property; and CLOSE the hearing. DETERMINE the cost of all abatement work and all the administrative costs to be $4,433.57. ORDER the itemized report confirmed and DIRECT that it be filed with the Clerk of the Board of Supervisors. ORDER the costs to be specially assessed against the above-referenced property and AUTHORIZE the recordation of a Notice of Abatement Lien. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jason Crapo (925) 655-2704 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: D.5 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:Cost Confirmation Hearing for Real Property Located at: 616 Grove Avenue, Richmond, CA 94801 FISCAL IMPACT: No net fiscal impact. The cost as determined will be added to the tax roll as a special assessment on this property and will be collected at the same time and in the same manner as ordinary County taxes are collected. BACKGROUND: Contra Costa County Ordinance Code Article 14-6.4 and California Government Code Section 25845 authorize the recovery of abatement costs in public nuisance cases, the recordation of a Notice of Abatement Lien, and inclusion of abatement costs on the tax roll as a special assessment, upon approval of the Board of Supervisors. The Notice and Order to abate was posted on the above-referenced property in the unincorporated area of Richmond for a vacant lot with squatters, and an accumulation of trash, debris, and abandoned vehicles and was serviced on the property owner and all persons known to be in possession of the property by certified mail on November 28, 2018. The property owner did not file an appeal of the Notice and Order to Abate. The County Abatement Officer abated the nuisance December 13, 2018. The property owner was billed for the actual costs of the abatement and all administrative costs. The bill was sent by first-class mail to the property owner January 4, 2019. The property owner did not pay the bill within 45 days of the date of mailing. Notice of the Cost Hearing was sent to the property owner by certified mail by the Clerk of the Board. For proof of service, see Clerk of the Board at 1025 Escobar Street, First Floor, Martinez, CA. CONSEQUENCE OF NEGATIVE ACTION: If not approved, the County will not be able to recover the costs for abatement on code violations for this property. ATTACHMENTS Itemized Abatement Costs Before and After Photos CONTRA COSTA COUNTY DATE: July 29, 2021 TO: Clerk of the Board FROM: Department of Conservation & Development By: Andrew Gomer, Building Inspector I RE: Itemized Report of Abatement Costs The following is an itemized report of the costs of abatement for the below described property pursuant to C.C.C. Ord. Code ' 14-6.428. OWNER: Estate of Fanny Wilson c/o Tracey Warren POSSESSOR: N/A MORTGAGE HOLDER: N/A ABATEMENT ORDERED DATE: November 28, 2018 ABATEMENT COMPLETED DATE: December 13, 2018 SITE ADDRESS: 616 Grove Avenue, Richmond, CA 94801 APN#: 409-132-002 PROPERTY DESCRIPTION: Residential AMOUNT OF ABATEMENT COSTS (CCC ORDIN ANCE CODE 14-6.428) ITEM EXPLANATION COST Notice to Comply (include first 2 inspections) $ 250.00 Site Visits (5 x $100 @) $ 500.00 Recording Fee $ 17.00 PIRT (Title Search) $ 150.00 Certified Letter & Regular Mailings $ 21.57 Photos $ 10.00 Contractor hired for abatement $ 3,085.00 Final Site Inspection to Confirm Compliance 200.00 Compliance Report and Board Hearing $ 200.00 Total $ 4,433.57 Abatement costs can be paid at or mailed to Department of Conservation and Development, Building Inspection Division, 30 Muir Rd., Martinez, CA 94553. 616 Grove Avenue, Richmond, CA 94801 Before Photos 616 Grove Avenue, Richmond, CA After Photos RECOMMENDATION(S): AWARD a Design-Build Contract to Webcor Construction L.P., a Delaware Limited Partnership, in an amount not to exceed $58,238,551, for the design and construction of a county office building and parking on the site of the former administration building at 651 Pine Street including the demolition of the previous administration building and Old Jail complex and new plaza and open space. APPROVE and AUTHORIZE the County Administrator, or designee, to execute the Design-Build Contract after the Public Works Director has received the required insurance, bonds, and Guaranty from Webcor Construction L.P. AUTHORIZE the County Administrator, or designee, to approve final plans, specifications, and design documents necessary to implement and construct the Administration Demolition and Redevelopment (ADR) project consisting of a new County Office building, Plaza and Open Space and Demolition of Old County Administration Building and Old Jail Complex described in Project Document 011110 (Summary of Work), Project Document 011114 (Summary of Work – Design Services and Deliverables), and the Project Bridging Documents. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Eric Angstadt; 925-655-2042 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: D.6 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:AWARD a Design-Build Contract to Webcor Construction L.P., a Delaware Limited Partnership RECOMMENDATION(S): (CONT'D) APPROVE and AUTHORIZE the County Administrator, or designee, to execute stipend agreements for payment of a $75,000 stipend to Swinerton Builders, a California Corporation, and Clark/Sullivan Construction and Broward Builders, a California Joint Venture in accordance with the Request for Proposals released on April 21, 2021. FISCAL IMPACT: Funding for the project comes from $45 million in bonds issued in 2021, annual debt service is approximately $2.8 million per year for 20 years. The remaining funds are from the General Fund Capital Reserves. Demolition and Abatement $6.8 million Building Construction $28.7 million Plaza $2.6 million Contigencies $5.4 million Other Contractor Cost and Permits $14.7 million Total Contract Gauranteed Price $58.2 million Other County Expenses $16.8 million Total Project Cost $75 million BACKGROUND: There is substantial interest from multiple county departments for additional office space in the downtown Martinez area. Staff proposed replacing the old administrative complex at 651 Pine Street with a new office building with parking on the first floor and either one or two floors of office space above the parking. The Board of Supervisors approved issuing a request for proposals for both a two story and three story project at the February 9, 2021 meeting. Based on the proposals received and the interest from County departments for space, staff is recommending the Board approve the three-floor building. The County's design consultant KMD Architects prepared conceptual plans and specifications for the demolition, office building and public open space and plaza to replace the old administrative complex and the Old Jail and annex. The Design-Build procurement process began in November, 2020, and the prequalification process was completed in December, 2020. The project RFP was issued on April 21, 2021. Final proposals were received by the County on June 30, 2021, and the best value evaluation was completed as described below in the Requests for Proposal / Selection Process Section below. Request for Qualifications (RFQ): The Public Works Department released the RFQ on November 12, 2020. The RFQ release was communicated to known contractors, including those in the County’s Local Vendor Database, advertised in the Daily Builder and published in the Contra Costa Times. It was posted to the Public Works Department Plan Room which is accessed via link on the Contra Costa County website under the Contracting Opportunities page. A Pre-RFQ conference for all interested vendors was held on December 3, 2020. The RFQ required that a design-build team describe their outreach efforts to include minority business enterprises, woman-owned business enterprises, and small, local, disabled veterans, and other business enterprises as part of their subcontractors. The RFQ also required the design-build teams to provide references from past projects. Specific questions included: quality of personnel and supervision, adherence to project schedule and budget, timely payment to subcontractors and suppliers, and adequacy of equipment. The County received responses from five Design-Build teams, The County Administrator’s Office, in coordination with Public Works Department staff and the project construction management firm Vanir Construction Management, Inc. reviewed the information submitted and short listed the top three scoring firms on February 5, 2021 according to the RFQ criteria. Request for Proposals / Selection Process: The three shortlisted firms were invited to bid with the request for proposals released on April 21, 2021. On June 30, 2021 the The three shortlisted firms were invited to bid with the request for proposals released on April 21, 2021. On June 30, 2021 the Public Works Department received proposals from all three firms. A five person selection committee consisting of Chief Assistant County Administrators Eric Angstadt and Tim Ewell, Senior Deputy County Administrator Dennis Bozanich, Capitals Projects Division Manager Ramesh Kanzaria and Cymbre Potter, Project Manager with Vanir Construction Management scored the proposals and conducted interviews with the three teams. In summary, the best value proposal evaluation process included two categories of factors: (1) the Evaluation Factor Categories evaluated on a favorable / unfavorable basis as follows: A. Green Building Criteria/LEED-NC Silver or Higher B. Skilled Labor and Safety Record C. Schedule Compliance - a realistic plan to achieve the Project completion date and (2) points Evaluation Factor Categories with points assigned as follows: Subconsultant/Subcontractor Outreach – (10 available points)A. Bridging Documents Conformance – (20 available points)B. Design & Construction Qualifications – (25 available points)C. Best Value Enhancements – (25 available points)D. Interview / presentation questions – (20 available points)E. An additional 10 points was available to bidders if all three favorable / unfavorable factors were scored as favorable. Each member of the selection team independently filled out a scoring sheet for each proposal with a maximum of 110 points available. The scores from each panel member were added together giving a total score for each proposal with a maximum of 550 points. As described in the RFP. The qualifying Bidder with the maximum points will be recommended for the award of the Contract. The results of the scoring process had Webcor with the highest rated proposal with 461.50 points and they were also the highest rated proposal for all five scoring members. Based on their unanimous highest scoring proposal, the selection committee recommends Webcor Construction's proposal as the best value for Contra Costa County citizens. The contractor will be required to enter into a Project Labor Agreement in connection with the services to be performed under the contract. The RFP provided that a stipend in the amount of $75,000 would be paid to any responsible bidder, other than the bidder to whom the Contract is awarded, that submitted a proposal determined by the County to be both balanced and responsive. The stipend is designed to compensate non-awarded bidders for (1) some of the additional efforts bidders expend in developing, refining and enhancing their proposals during the RFP and supplemental information process, and (2) for County’s ownership of the bidder’s proposal documents. Project Features One of the advantages of using a Design Build method of procurement is that the designs can continue to evolve which allows additional improvements and value engineering to the County as we move forward with the project. For the project the following major additions and improvements are part of the proposed contract: LEED Gold rating True Waste Certification documenting over 95% recycling/reuse of both demolition and construction waste Building entrance designed with universal access features Plaza design that uses historic materials from the Old Jail in the original footprint of the Old Jail building All electric systems to reduce carbon footprint and reduce energy costs CEQA Any approval of the above recommended actions is contingent on the Board approving of the Administration Demolition and Redevelopment Project and making a California Environmental Quality Act determination in connection with the project (that item precedes this item on today's agenda. On April 25, 2017, the Board of Supervisors approved the Downtown Martinez Jail Demolition Project (Jail Demolition Project) and certified that project's CEQA environmental impact report. A notice of determination was filed on April 27, 2017. On September 12, 2017, the Board of Supervisors approved County Administration Building Replacement Project (New Administration Building Project), which included construction of the new County Administration Building at 1025 Escobar Street, and the demolition of the old County Administration Building at 651 Pine Street, among other actions (New Administration Building Project). A CEQA notice of exemption for that project was filed on September 15, 2017. The Administration Demo and Redevelopment Project, Jail Demolition Project, and the New Administration Building Project are separate projects for CEQA purposes because (1) each project can be undertaken independently, and/or (2) none of the project depends on any other project, and/or (3) none of the projects is a consequence of any other project. Further, when the New Administration Building Project was approved on September 12, 2017, there were no plans to replace the old administration building at 651 Pine Street with another building. Therefore, at that time, any future use of that property for a new building project was, at best, speculative. CONSEQUENCE OF NEGATIVE ACTION: Not approving the action would leave the County with multiple vacant buildings in downtown Martinez which are not economically feasible to rehabilitate for other uses and which will continue to deteriorate if not demolished. The item to approve the project and make the CEQA finding should be considered and approved before this item is considered. CLERK'S ADDENDUM Speakers: Harland Strickland, Architectural Preservation Foundation, Contra Costa County. Written commentary received from Cheryll Grover, Architectural Preservation Foundation; Christine Dean; Priscilla Tudor (attached). AGENDA ATTACHMENTS Webcor Contract Award PowerPoint MINUTES ATTACHMENTS Correspondence Received Administration Demolition and Redevelopment (ADR) Project Contra Costa County 1 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 2 Project Components •Demo of 651 Pine Street Tower and complex •Demo of Old Jail Complex •Public Plaza including old jail materials and historic exhibit •Build 3 story office building with parking 80 covered parking spaces on ground floor Approximately 40,000 square feet of office space Administration Demolition and Redevelopment (ADR) Project Contra Costa County 3 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 4 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 5 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 6 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 7 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 8 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 9 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 10 Schedule: Notice to Proceed September 2021 Begin Abatement & Demo November 2021 Demolition Finished September 2022 Frame Complete December 2022 Exterior Complete May 2023 Substantially Complete February 2024 Project Complete April 2024 Administration Demolition and Redevelopment (ADR) Project Contra Costa County 11 Sustainability: LEED Gold Certification True Waste Certification All Electric Building Extra Stormwater Retention Reuse of furnishings and materials Administration Demolition and Redevelopment (ADR) Project Contra Costa County 12 Department Interest: •County Administrator’s Office units •Racial Equity and Social Justice •Law and Justice Information Systems Planning and Development •DoIT •Central Library Administration •County Law Library •Public Defender •Sheriff •Probation •Health Services •Employment and Human Services Administration Demolition and Redevelopment (ADR) Project Contra Costa County 13 Project Animation Administration Demolition and Redevelopment (ADR) Project Contra Costa County 14 Questions? 1 June McHuen From:Jami Morritt Sent:Tuesday, September 7, 2021 2:55 PM To:June McHuen Subject:FW: You are not getting the truth from staff-- Please add to the record Follow Up Flag:Follow up Flag Status:Completed For the minutes please. From: Cheryll Grover <>   Sent: Tuesday, September 7, 2021 2:52 PM  To: Supervisor_Burgis <Supervisor_Burgis@bos.cccounty.us>; SupervisorMitchoff  <SupervisorMitchoff@bos.cccounty.us>; John_Gioia <John_Gioia@bos.cccounty.us>; District 5 Supervisor Federal  Glover <federal@federalglover.com>; Jami Morritt <Jami.Morritt@cob.cccounty.us>  Subject: You are not getting the truth from staff‐‐ Please add to the record    We have so much to say about what happened today, not the least of which is Eric last minute switched the items that he could have done well before the agenda was finalized and caused more confusion to participants, AND that there were participants having trouble with access both on zoom and on the phones so you didn't hear from many people intending and trying to speak. (And that isn't the first time this has happened.) The one that sticks out most right now is the comments that the 'City has no interest'. Not sure why the City should because the proposal before you didn't need to have their interest. But is this just another false hurdle or talking point? The City dutifully and with great interest negotiated with the County for at least 3 years (also with the developer at that time) and kept the APFCCC barely aware of how talks were going, so we were involved all that time except those negotiations were secret so our hands were tied throughout that time. We BELIEVED staff that talks were going well and as expected. No hurdles too high, they indicated. It was the County who wrote the letter to break off negotiations and we as the APFCCC could not find out WHY that occurred but were given the opportunity to come up with a new plan via county counsel. WE DID! We didn't need the City for any further negotiations because it would have been more time-consuming on the County's fast track. They could be included again AT ANY TIME! But to hear staff report untruths and hear the Board repeat them as true is unconscionable. If staff is not telling you the truth down this path, all your decisions are suspect. And while your job is full of time-consuming subjects, those subjects affect people's lives, and in this case adversely. As you heard, NO ONE is asking for a bench to sit on at that end of town. 2 THERE WAS NO COMMENT supporting the tearing down of the Jail buildings OR of building a plaza. Especially at the expense of our historic buildings. We totally understand that Eric, and a couple others, dislike "ugly". We have resolved ugly in the picture you received. And we even proposed to Eric and County Counseel that the very first things to take place in the remodel would be all the exterior beautifications including the tops of the buildings -removing al the utility elements, that are in the eyesight of Eric's lovely new office. I am a LIFETIME Martinez resident and I promise you, anything that looks like Walnut Creek or Redevelopment is EXACTLY what this town has fought for centuries and is the REASON for the quaintness that is who we are. We won't let that go. We cant. So if you think Martinez doesn't care you will get a chance to hear from them again in the future. For anyone to say "we have worked on this for so long"- WE have worked on this for so long too. Only LONGER. People BEFORE us have fought the odds to save it and won every time. And yet the County's only vision, even after those wins and the chance to do something creative, is how the County could reuse it. Not have it saved by others, which goes to the fact that they did everything possible to keep people out of there or to have any say about it for the last 10 years. (Letting it fall to further neglect.) All that has been done in all of this is to assess that the County cant afford to bring it up to COUNTY employee standards for County use. No assessment had been allowed to stand for one second for the groups who wish to save and use this surplus property you were obligate to hand over to those who stepped up. Especially to help build a plan where that could happen. (That was a County BOS of old. The Gayl Uilkema times, the Mark DeSaulnier ties, even Tom Powers and Sunne McPeak. We all worked together for the good of communities, not plazas and dump trucks. Please rewatch the video that clearly shows the need for a place for dump trucks. Otherwise, you are tearing down for nothing better than cement fixtures. Neither is mitigation for what is being decided today.) And that is ignoring the fact that demolition takes away a 120 year old historic resource from everyone in the County not just Martinez. You want an expansive modern plaza 2 blocks away from our Historic Downtown. That is proof enough County staff and very possibly this Board has no relationship to the reality around them. But you can't build a wall of a destroyed building to respect Black Lives Matter. Because that is just more of what they call "talk". Black Lives Matter wants to see real action. Real change. Real commitment and your very white Chief Eric is not listening. And this Board continues to paint pictures of plazas that aren't real- instead of creating useful access to social justice with the proposal and a real picture taken of the building. The ivy is drawn on. The cut building was a simple crop. The new windows the county could have done 50 years ago, Instead of leaving ugly to get a worse and worse reputation. That looks very deliberate and very uncaring, and frankly like a narrative because cosmetics are solvable. The new building looked stunningly like the 1944 jail from the front, only with windows without metal screening. 3 But beauty is in the eye of the beholder, and this time it isn't including an eye for budget, history, or community. You don't need to do this. And in fact you DO need to do something to address Social Justice in the justice quarter that is real and tangible and has an effect in people's lives and futures. A huge expansive plaza is not it. The last words when I was cut off on: "Turning Pine St. into a plaza would be a GOOD addition to a Historically themed restaurant, with a renowned community-driven Cultural Arts Center, and a small Patio Garden for outside dining." THAT would be the Civic Center that you could take pride in. As could communities that would be served by this acknowledgment to us all. Cheryll Grover 1 From:James Dean Sent:Sunday, September 5, 2021 4:26 PM To:Supervisor_Burgis; Federal Glover; supervisormitchoff@bos.cccpunty.us; John_Gioia; Candace Andersen; Monica Nino; Clerk of the Board; APFCCC - Save the 1903 Jail Subject:Save the Old Jail I ask that careful consideration be given on demolishing the “Old Jail”….once it is gone…it is forever gone. Where there is  nothing glamorous about a Jail…  these buildings are a part of our history as a County. The construction of the 1902 structure was the beginning of a  County Corrections system that set the pace for incarceration standards throughout the nation.  When the Main  Detention Facility was constructed in the 80’s, it pioneered how detention housing of inmates should be done.  Throughout the United States in the 80’s and 90’s “County Jails” were constructed based on the “Contra Costa County  model.” When other States and Countries came to CA to see the MDF, the Old Jail was also part of the tour…showing the  evolution of custodial housing of inmates.     Research found that this is the oldest standing, original, not‐modified County Jail in California. I believe we owe it to our  children and grandchildren to show them how “things were done in the old days.” And, then show how we now  approach corrections. Tearing it down will only afford future generations to see this type of facility on television or at  the movies. (In the 90’s, movie and television companies filmed in the Old Jail because they desired authenticity and  there was nowhere else in CA s except State prisons that the old guard jail design.    I believe there have been many practical uses for the 1945 facility suggested. There seems to be growing interest by  several non‐profits groups with more and more innovative ideas for its use. If I’m understanding the material on the  demolition of the old jail, the facility costs the county essentially nothing. So, why   would you destroy history for maybe 40 parking spaces and the expenditure of hundred plus thousands of dollars? Does  this make any sense? These buildings could be turned over to several non‐profits, certainly costing the County much less  money and make productive and educational use of the facilities.    From 1972‐1975, I worked in the 1902 facility. It is not with a sentimentality that I urge you not to demolish the building.  But, I so believe in these trying times we have an obligation to hold on to our history. This building is a testament to how  we as community cared for inmates and how we evolved,  prioritized, bettered our systems. I believe it should be  preserved to stand as a reminder of how far as a community we have come.    Respectfully submitted,    Christine Dean        1 ‐‐‐‐‐Original Message‐‐‐‐‐  From: Priscilla Tudor <>   Sent: Tuesday, September 7, 2021 10:52 PM  To: Supervisor_Burgis <Supervisor_Burgis@bos.cccounty.us>; Federal Glover <Federal.Glover@bos.cccounty.us>;  supervisormitchoff@bos.cccpunty.us; John_Gioia <John_Gioia@bos.cccounty.us>; Candace Andersen  <Candace.Andersen@bos.cccounty.us>; Monica Nino <Monica.Nino@cao.cccounty.us>; Clerk of the Board  <ClerkOfTheBoard@cob.cccounty.us>  Subject: SAVE THE JAIL!    The jail is a piece of Martinez history and part of the city’s legacy which needs to be preserved for future generations!!    Priscilla Tudor    Martinez  Sent from my iPhone  RECOMMENDATION(S): APPROVE the Redevelopment of 651 Pine Street Project (Project), Martinez area. [County Project No. WH356B, DCD-CP#21-10] (District V). DETERMINE that the Project is exempt under California Environmental Quality Act (CEQA) Guidelines, Section 15332 (Class 32) Categorical Exemption, pursuant to Article 19, Section 15332 of the CEQA Guidelines because, based on information and reasons included in the attached Notice of Exemption attached to and incorporated in this board order, the Project meets the following criteria: (a) the Project is consistent with the applicable general plan designation and all applicable general plan policies as well as with applicable zoning designation and regulations; (b) the Project occurs within city limits on a project site of no more than five acres substantially surrounded by urban uses; (c) the Project site has no value as habitat for endangered, rare or threatened species; (d) approval of the Project would not result in any significant effects relating to traffic, noise, air quality, or APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS Contact: Emma Burckert (925) 313-2161 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: , Deputy cc: Emma Burckert, Ave' Brown D.7 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE the Redevelopment of 651 Pine Street Project and take related actions under CEQA. RECOMMENDATION(S): (CONT'D) water quality; and (e) the Project site can be adequately served by all required utilities and public services. DIRECT the Director of Department of Conservation and Development, or designee, to file the attached CEQA Notice of Exemption with the County Clerk, and AUTHORIZE the Public Works Director, or designee, to arrange for payment of a $25 fee to the Department of Conservation and Development for processing, and a $50 fee to the County Clerk for filing the attached CEQA Notice of Exemption. FISCAL IMPACT: Estimated Project cost: $58,922,305.00. 100% General Fund. BACKGROUND: The purpose of the Project is to construct a new County office building at 651 Pine Street, the current location of the old County Administration Building. The demolition of the old County Administration Building was previously analyzed under a Class 32 CEQA exemption (Infill Development) as part of the project that included the new County Administration building (CP#17-28 posted to the County Clerk on September 15, 2017). The demolition of the old Administration Building will take place prior to the construction of the new County office building. The new County office building is anticipated to be three stories and approximately 65,000 square feet on a 0.68-acre site. The ground floor will include approximately 20,000 square feet of parking, and approximately 5,000 square feet will be for a lobby and café; short- and long-term bicycle parking will be included in accordance with City regulations. The second and third floors will be approximately 40,000 square feet; approximately 30,000 square feet will be for office space and approximately 10,000 square feet will be for a law library on the second floor. The segment of Pine Street between Escobar Street and Main Street will be temporarily closed during the demolition of the old Administration Building and construction of the new County office building. The segment of the street may also be permanently closed by the City after construction completion, pending further discussion between the City and the County. Whether to close this segment permanently is a decision for the City. This Project can be constructed with or without that closure. However, if the City were to decide to permanently close this segment of Pine Street, the area could be incorporated into a plaza tentatively planned for across the street at 650 Pine Street. This Project is exempt under the California Environmental Quality Act (CEQA), pursuant to CEQA Guideline Section 15322 (Class 32). As more particularly described in the CEQA Notice of Exemption attached to this board order and incorporated herein, the Project meets all of the following criteria: (a) the Project is consistent with the applicable general plan designation and all applicable general plan policies as well as with applicable zoning designation and regulations; (b) the Project occurs within city limits on a project site of no more than five acres substantially surrounded by urban uses; (c) the Project site has no value as habitat for endangered, rare or threatened species; (d) approval of the project would not result in any significant effects relating to traffic, noise, air quality, or water quality; and (e) the Project site can be adequately served by all required utilities and public services. CONSEQUENCE OF NEGATIVE ACTION: Failure to approve this item would prevent this Project from being constructed. CLERK'S ADDENDUM Speakers: Nancy Wainwright; Kristen Henderson, Architectural Preservation Foundation; Kathy Kline, Martinez; Jocobson906; Cheryl Grover, Architectural Preservation Foundation; Greg Felter, Martinez. ATTACHMENTS NOE Proposed new County office building, 651 Pine Street, downtown Martinez RECOMMENDATION(S): ADOPT Resolution No. 2021/257 accepting as complete the contracted work performed by Kerex Engineering, Inc., for the Rodeo Pedestrian Enhancement Project, as recommended by the Public Works Director, Rodeo area. Project No. 0662-6R4148 (District V) FISCAL IMPACT: The Project was funded by 33% Transportation Development Act Grant and 67% Local Road Funds. BACKGROUND: The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions and standard specifications and recommends its acceptance as complete as of June 11, 2021. CONSEQUENCE OF NEGATIVE ACTION: The contractor will not be paid and acceptance notification will not be recorded. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Adelina Huerta, 925.313.2305 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 1 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Notice of Completion for the Rodeo Pedestrian Enhancement Project, Rodeo area. AGENDA ATTACHMENTS Resolution No. 2021/257 MINUTES ATTACHMENTS Signed: Resolution No. 2021/257 Recorded at the request of:Clerk of the Board Return To:Public Works Dept., Design/Construction THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:John Gioia, District I SupervisorCandace Andersen, District II SupervisorDiane Burgis, District III SupervisorKaren Mitchoff, District IV SupervisorFederal D. Glover, District V Supervisor NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/257 The Board of Supervisors RESOLVES that: Owner (sole): Contra Costa County, 255 Glacier Drive, Martinez, CA 94553 Nature of Stated Owner: fee and/or easement Project No.: 0662-6R4148 Project Name: Rodeo Pedestrian Enhancement Project Date of Work Completion: June 11, 2021 Description : Contra Costa County on March 23, 2021 contracted with Kerex Engineering, Inc. for the work generally consisting of installing crosswalk enhancements at three crosswalk locations in Rodeo. Site 1 is located at the intersection of Parker Avenue and 6th Street. Work at this site included installation of solar rectangular rapid flashing beacons, bulbouts, and extension of the existing median to create a pedestrian refuge area. Site 2 is located on 7th Street at the intersections with Napa Avenue and Vallejo Avenue. Work at Site 2 included installation of curb ramps, a speed table, solar powered rectangular rapid flashing beacons, and a sidewalk bulb-out. Work at both sites included installation of striping and pavement markings, and, all in accordance with the plans, drawings, special provisions and/or specifications prepared by or for the Public Works Director and in accordance with the accepted bid proposal. The project was located in the Rodeo area, with the Ohio Casualty Insurance Company, as surety, for work to be performed on the grounds of the County; and The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions and standard specifications and recommends its acceptance as complete as of June 11, 2021. Identification of real property : Rodeo area at: Parker Avenue, 7th Avenue Fees: none Legal References : none Comments: Contact: Adelina Huerta, 925.313.2305 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: RECOMMENDATION(S): ADOPT Resolution No. 2021/258 accepting as complete the contracted work performed by GradeTech Inc., for the Bel Air Trail Crossing Project, as recommended by the Public Works Director, Bay Point area. Project No. 0662-6R4056 (District V) FISCAL IMPACT: The Project was funded by 18% Transportation Development Act Grant and 82% Local Road Funds. BACKGROUND: The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions and standard specifications and recommends its acceptance as complete as of June 24, 2021. CONSEQUENCE OF NEGATIVE ACTION: The contractor will not be paid and acceptance notification will not be recorded. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Adelina Huerta, 925.313.2305 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stascey M. Boyd, Deputy cc: C. 2 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Notice of Completion for the Bel Air Trail Crossing Project, Bay Point area. AGENDA ATTACHMENTS Resolution No. 2021/258 MINUTES ATTACHMENTS Signed: Resolution No. 2021/258 Recorded at the request of:Clerk of the Board Return To:Public Works Dept., Design/Construction THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:John Gioia, District I SupervisorCandace Andersen, District II SupervisorDiane Burgis, District III SupervisorKaren Mitchoff, District IV SupervisorFederal D. Glover, District V Supervisor NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/258 The Board of Supervisors RESOLVES that: Owner (sole): Contra Costa County, 255 Glacier Drive, Martinez, CA 94553 Nature of Stated Owner: fee and/or easement Project No.: 0662-6R4056 Project Name: Bel Air Trail Crossing Project Date of Work Completion: June 24, 2021 Description : Contra Costa County on December 15, 2020 contracted with GradeTech Inc. for the work generally consisting of pavement widening, construction of bulbouts, asphalt path, Hot Mix Asphalt dike, curb ramps, driveway conforms, and, all in accordance with the plans, drawings, special provisions and/or specifications prepared by or for the Public Works Director and in accordance with the accepted bid proposal. The project was located in the Bay Point area, with Great American Insurance Company, as surety, for work to be performed on the grounds of the County; and The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions and standard specifications and recommends its acceptance as complete as of June 24, 2021. Identification of real property : Bay Point area, Madison Avenue Fees: none Legal References : none Comments: Contact: Adelina Huerta, 925.313.2305 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stascey M. Boyd, Deputy cc: RECOMMENDATION(S): ADOPT Resolution No. 2021/264 approving and authorizing the Public Works Director, or designee, to fully close a portion of Stanford Avenue, on September 20, 2021 from 7:00 a.m. through 5:00 p.m., for the purpose of replacing a utility pole, Kensington area. (District I) FISCAL IMPACT: No fiscal impact. BACKGROUND: Existing utility pole has been identified for a scheduled replacement. Applicant previously was granted approval to close Stanford Avenue on August 11, 2021 per RC21-8 Resolution No. 2021/230. Applicant needs additional time to replace existing utility pole. Applicant shall follow guidelines set forth by the Public Works Department. CONSEQUENCE OF NEGATIVE ACTION: Applicant will be unable to close the road for planned activities. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Bob Hendry (925) 374-2136 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Bob Hendry -Engineering Services, CHP, Sheriff - Patrol Division Commander C. 3 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Approve & Authorize to fully close a portion of Stanford Avenue, on September 20, 2021, Kensington area. AGENDA ATTACHMENTS Resolution No. 2021/264 MINUTES ATTACHMENTS Signed: Resolution No. 2021/264 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/264 IN THE MATTER OF: Approving and Authorizing the Public Works Director, or designee, to fully close a portion of Stanford Avenue, on September 20, 2021 from 7:00 a.m. through 5:00 p.m., for the purpose of replacing a utility pole, Kensington area. (District I) RC21-18 NOW, THEREFORE, IT BE RESOLVED that permission is granted to PG&E to fully close a portion of Stanford Avenue, except for emergency traffic, on September 20, 2021 for the period of 7:00 a.m. through 5:00 p.m., subject to the following conditions: 1. Traffic will be detoured per traffic control plan reviewed by Public Works. 2. All signing to be in accordance with the California Manual on Uniform Traffic Control Devices. 3. PG&E shall comply with the requirements of the Ordinance Code of Contra Costa County. 4. Provide the County with a Certificate of Insurance in the amount of $1,000,000.00 for Comprehensive General Public Liability which names the County as an additional insured prior to permit issuance. 5. Obtain approval for the closure from the Sheriff’s Department, the California Highway Patrol, Kensington Police and the Fire District Contact: Bob Hendry (925) 374-2136 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Bob Hendry -Engineering Services, CHP, Sheriff - Patrol Division Commander RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a Consulting Services Agreement with Park Engineering, Inc., in an amount not to exceed $350,000 for on-call construction management services for the period September 7, 2021 through September 30, 2024, Countywide. (Project No.: Various) (All Districts) FISCAL IMPACT: Work performed under this on-call Consulting Services Agreement is 100% funded by Developer Fees and Local, State and Federal funds for Local Road, Flood Control, and Airport Projects. (100% Various Funds) BACKGROUND: The Public Works Department is involved in various projects in the County that require construction management services for road, flood control, and airport projects. After a solicitation process, this firm was selected as one of the seven firms to provide construction management services on an “on-call” basis. The Consultant will augment Public Works staff on an as-needed basis. They will be used as an extension of Public Works staff during busy times when extra help is needed or when in-house expertise is not available. This on-call Consulting Services Agreement will be in effect for three years. Government Code Section 31000 and 4525 authorizes the County to contract for services including the type of construction management that Park Engineering, Inc. provides. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Adelina Huerta, 925-313-2305 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 4 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE Consulting Services Agreement with Park Engineering, Inc., Countywide. BACKGROUND: (CONT'D) This contract includes services provided by represented classifications and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: Without approval from the Board of Supervisors, this Consulting Services Agreement will not be in effect. A possible delay in completing projects requiring construction management services will occur. Executing this Consulting Services Agreement will facilitate the process of design and construction for various Public Works projects requiring construction management expertise. RECOMMENDATION(S): ADOPT Resolution No. 2021/267 approving and authorizing the Public Works Director, or designee, to fully close all of Rolph Avenue, on September 26, 2021 from 6:00 a.m. through 8:00 p.m., for the purpose of 13th Annual Sugartown Festival, Crockett area. (District V) FISCAL IMPACT: No fiscal impact. BACKGROUND: Crockett Chamber of Commerce is seeking a road closure for the 13 th Annual Sugartown Festival in honor of Crockett's founding by C&H Sugar. The event will include live music, seating, and dancing space. Applicant shall follow guidelines set forth by the Public Works Department. CONSEQUENCE OF NEGATIVE ACTION: Applicant will be unable to close the road for planned activities. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Bob Hendry -Engineering Services, Ronald Lai, Engineering Services, CHP, Sheriff - Patrol Division Commander C. 5 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Approve & Authorize to fully close all of Rolph Avenue, on September 26, 2021, Crockett area. AGENDA ATTACHMENTS Resolution No. 2021/267 MINUTES ATTACHMENTS Signed: Resolution No. 2021/267 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/267 IN THE MATTER OF: Approving and Authorizing the Public Works Director, or designee, to fully close all of Rolph Avenue, on September 26, 2021 from 6:00 a.m. through 8:00 p.m., for the purpose of 13th Annual Sugartown Festival, Crockett area. (District V) RC21-17 NOW, THEREFORE, IT BE RESOLVED that permission is granted to Crockett Chamber of Commerce to fully close all of Rolph Avenue, except for emergency traffic, on September 26, 2021, for the period of 6:00 a.m. through 8:00 p.m., subject to the following conditions: 1. Traffic will be detoured per traffic control plan reviewed by Public Works. 2. All signing to be in accordance with the California Manual on Uniform Traffic Control Devices. 3. Crockett Chamber of Commerce shall comply with the requirements of the Ordinance Code of Contra Costa County. 4. Provide the County with a Certificate of Insurance in the amount of $1,000,000.00 for Comprehensive General Public Liability which names the County as an additional insured prior to permit issuance. 5. Obtain approval for the closure from the Sheriff’s Department, the California Highway Patrol, Crockett Police and the Fire District. Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Bob Hendry -Engineering Services, Ronald Lai, Engineering Services, CHP, Sheriff - Patrol Division Commander RECOMMENDATION(S): APPROVE improvement plans for the installation of a crash cushion along Kirker Pass Road, approximately one mile southwest of Nortonville Road, as recommended by the Public Works Director, Pittsburg area. FISCAL IMPACT: The project will be funded by 100% Local Road Funds. BACKGROUND: The existing crash cushion located along Kirker Pass Road in Pittsburg was damaged. This project would remove the existing crash cushion and replace it with a Smart Cushion Innovations® (SCI) Smart Cushion (Model SCI100GM). CONSEQUENCE OF NEGATIVE ACTION: The crash cushion installation project will not have design immunity. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Caroline Tom, 925 313-7007 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 6 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Approve improvement plans for the installation of a crash cushion on Kirker Pass Rd. approximately 1 mile SW of Nortonville Rd., Pittsburg ATTACHMENTS Kirker Pass Crash Cushion RECOMMENDATION(S): ADOPT Resolution No. 2021/259 accepting completion of private improvements per the Subdivision Agreement and release of cash deposit for faithful performance for minor subdivision MS16-00002 for a project developed by David Erb and Cynthia Erb, as recommended by the Public Works Director, Alamo area. (District II) FISCAL IMPACT: 100% Developer Fees BACKGROUND: The developer has completed the private improvements per the Subdivision Agreement, and in accordance with the Title 9 of the County Ordinance Code. CONSEQUENCE OF NEGATIVE ACTION: The developer will not receive a refund of the cash deposit, the Subdivision Agreement and surety bond will not be exonerated, and completion of private improvements will not be accepted. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Ronald Lai, Engineering Services, Renee Hutchins - Records, Karen Piona- Records, Cinda Tovar- Design & Construction, Chris Hallford -Mapping , Michael Mann- Finance, David and Cynthia Erb, Platte River Insurance Company, T-07/07/2022 C. 7 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Accepting completion of private improvements for minor subdivision MS16-00002, Alamo area. AGENDA ATTACHMENTS Resolution No. 2021/259 MINUTES ATTACHMENTS Signed: Resolution No. 2021/259 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/259 IN THE MATTER OF accepting completion of private improvements per the Subdivision Agreement and release of cash deposit for faithful performance for minor subdivision MS16-00002 for a project developed by David Erb and Cynthia Erb, as recommended by the Public Works Director, Alamo area. (District II) WHEREAS, the Public Works Director has notified this Board that the private improvements in minor subdivision MS16-00002 have been completed as provided in the Subdivision Agreement with David Erb and Cynthia Erb, heretofore approved by this Board in conjunction with the filing of the Subdivision Map. WHEREAS, these improvements are approximately located near Hemme Avenue. NOW, THEREFORE, BE IT RESOLVED that the private improvements have been COMPLETED as of September 7, 2021, thereby establishing the six-month termination period for the filing of liens in case of action under said Subdivision Agreement: DATE OF AGREEMENT: January 22, 2019 NAME OF SURETY: Platte River Insurance Company BE IT FURTHER RESOLVED the payment (labor and materials) surety for $29,500.00, Bond No. 41401847 issued by the above surety be RETAINED for the six month lien guarantee period until March 7, 2022, at which time the Board AUTHORIZES the release of said surety less the amount of any claims on file. BE IT FURTHER RESOLVED that there is no warranty period required, and the Public Works Director is AUTHORIZED to refund the $1,000.00 cash security for performance (Auditor's Deposit Permit No. 773915, dated November 8, 2018) plus interest in accordance with Government Code Section 53079, if appropriate, to David Erb, pursuant to the requirements of the Ordinance Code; and the Subdivision Agreement and surety bond, Bond No. 41401847, dated September 18, 2018 are EXONERATED. Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Ronald Lai, Engineering Services, Renee Hutchins - Records, Karen Piona- Records, Cinda Tovar- Design & Construction, Chris Hallford -Mapping , Michael Mann- Finance, David and Cynthia Erb, Platte River Insurance Company, T-07/07/2022 RECOMMENDATION(S): ADOPT Resolution No. 2021/265 approving the Subdivision Agreement (Right-of-Way Landscaping) for park acceptance PA04-00018 (cross-reference subdivision SD16-09326), for a project being developed by Shapell Industries, Inc., as recommended by the Public Works Director, San Ramon (Dougherty Valley) area. (District II) FISCAL IMPACT: No fiscal impact. BACKGROUND: Park acceptance PA04-00018 (cross-reference SD16-09326) has been reviewed and processed by Public Works staff and meets all applicable conditions of approval regarding landscape improvements. CONSEQUENCE OF NEGATIVE ACTION: The Subdivision Agreement (Right-of-Way Landscaping) will not be approved. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Brian Louis- Engineering Services, Ruben Hernandez - DCD, Shapell Industries, Inc., a Delaware Corp., Fidelity and Deposit Company of Maryland, Cinda Tovar- Design & Construction, T-07/07/2022 C. 8 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Approve the Subdivision Agreement (Right-of-Way Landscaping), for park acceptance PA04-00018, San Ramon (Dougherty Valley) area. AGENDA ATTACHMENTS Resolution No. 2021/265 Subdivision Agreement (Right of Way Landscaping) Improvement Security Bond for Public Right of Way Landscape Agreement MINUTES ATTACHMENTS Signed: Resolution No. 2021/265 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/265 IN THE MATTER OF approving the Subdivision Agreement (Right-of-Way Landscaping) for park acceptance PA04-00018 (cross-reference subdivision SD16-09326), for a project being developed by Shapell Industries, Inc., as recommended by the Public Works Director, San Ramon (Dougherty Valley) area. (District II) WHERE AS, the following documents were presented for Board approval this date: The Subdivision Agreement (Right-of-Way Landscaping) with Shapell Industries, Inc., principal, whereby said principal agrees to complete all improvements as required in said Subdivision Agreement (Right-of-Way Landscaping) within 2 year(s) from the date of said agreement. Improvements generally consist of landscaping. Said document was accompanied by the following: Security to guarantee the completion of right-of-way landscaping as required by Titles 8 and 9 of the County Ordinance, as follows: I. Cash Deposit Amount: $41,170,00 Auditor's Deposit Permit No. 832928 Date: July 29, 2021 Submitted by: Toll Brothers, Inc. II. Surety Bond Bond Company: Fidelity and Deposit Company of Maryland Bond Number: 9304036 Date: July 9, 2021 Performance Amount: $4,075,830.00 Labor & Material Amount: $2,058,500.00 Principal: Shapell Industries, Inc. All deposit permits are on file with the Public Works Department. NOW, THEREFORE, BE IT RESOLVED that said Subdivision Agreement (Right-of-Way Landscaping) is APPROVED. Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Brian Louis- Engineering Services, Ruben Hernandez - DCD, Shapell cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Brian Louis- Engineering Services, Ruben Hernandez - DCD, Shapell Industries, Inc., a Delaware Corp., Fidelity and Deposit Company of Maryland, Cinda Tovar- Design & Construction, T-07/07/2022 RECOMMENDATION(S): ADOPT Resolution No. 2021/266 approving the Stormwater Management Facilities Operation and Maintenance Agreement for land use permit LP17-02030, for a project being developed by AU Energy LLC, as recommended by the Public Works Director, El Sobrante area. (District I) FISCAL IMPACT: No fiscal impact. BACKGROUND: The Stormwater Management Facilities Operation and Maintenance Agreement is required by Condition of Approval No. 35. CONSEQUENCE OF NEGATIVE ACTION: The agreement will not be recorded and Contra Costa County may not be in full compliance with its National Pollutant Discharge Elimination System (NPDES) permit and Stormwater Management Discharge Control Ordinance. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Deborah Preciado - Engineering Services, Michelle Mancuso- Watershed Program, Flood Control, John Steere, Watershed Program, Flood Control, AU Energy LLC C. 9 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Approve the Stormwater Management Facilities Operation and Maintenance Agreement for land use permit LP17-02030, El Sobrante area. AGENDA ATTACHMENTS Resolution No. 2021/266 Stormwater Management Facilities Operation & Maintenance Agreement and Right of Entry MINUTES ATTACHMENTS Signed: Resolution No. 2021/266 Recorded at the request of:Clerk of the Board Return To:Public Works Dept- Simone Saleh THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:John Gioia, District I SupervisorCandace Andersen, District II SupervisorDiane Burgis, District III SupervisorKaren Mitchoff, District IV SupervisorFederal D. Glover, District V Supervisor NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/266 IN THE MATTER OF approving the Stormwater Management Facilities Operation and Maintenance Agreement for land use permit LP17-02030 (APN 420-021-032), El Sobrante area. (District I) WHEREAS the Public Works Director has recommended that he be authorized to execute the Stormwater Management Facilities Operation and Maintenance Agreement with AU Energy LLC, as required by the Conditions of Approval for land use permit LP17-02030. This agreement would ensure the operation and maintenance of the stormwater facilities in accordance with the approved Stormwater Control Plan and approved Operation and Maintenance Plan for land use permit LP17-02030, which is located at 3621 San Pablo Dam Road in the El Sobrante area. NOW, THEREFORE, BE IT RESOLVED that the recommendation of the Public Works Director is APPROVED Contact: Randolf Sanders (925) 313-2111 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Larry Gossett- Engineering Services, Randolf Sanders- Engineering Services, Deborah Preciado - Engineering Services, Michelle Mancuso- Watershed Program, Flood Control, John Steere, Watershed Program, Flood Control, AU Energy LLC RECOMMENDATION(S): APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with David Macdonald for a south-facing hangar at Buchanan Field Airport effective August 6, 2021 in the monthly amount of $370.00, Pacheco area (District IV). FISCAL IMPACT: The Airport Enterprise Fund will realize $4,440.00 annually. BACKGROUND: On September 1, 1970, Buchanan Airport Hangar Company entered into a 30-year lease with Contra Costa County for the construction of seventy-five (75) hangars and eighteen (18) aircraft shelters/shade hangars at Buchanan Field Airport. In 1977 Buchanan Airport Hangar Company amended their lease to allow for the construction of another 30-year lease with Contra Costa County for the construction of seventeen (17) additional hangars. Buchanan Airport Hangar Company was responsible for the maintenance and property management of the property during the lease period. On September 1, 2000, the ninety-three APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Beth Lee (925) 681-4200 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 10 To:Board of Supervisors From:Keith Freitas, Airports Director Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a hangar rental agreement with Buchanan Field Airport Hangar tenant BACKGROUND: (CONT'D) (93) t- and shade hangars at Buchanan Field reverted to the County ownership pursuant to the terms of the above lease. On November 14, 2006, the Contra Costa County Board of Supervisors approved the form of the T-Hangar and Shade Hangar Rental Agreement for use with renting the County's t-hangars, shade hangars, medium hangars, and executive hangars at Buchanan Field Airport. On February 16, 2007, the additional seventeen (17) hangars at Buchanan Field reverted back to the County pursuant to the above referenced lease. This row included six (6) large hangars which were not covered by the approved T-Hangar and Shade Hangar Rental Agreement. On February 23, 2007, Contra Costa County Board of Supervisors approved the new Large Hangar Rental Agreement for use with the large East Ramp Hangars. On January 16, 2009, Contra Costa County Board of Supervisors approved an amendment to the T-Hangar and Shade Hangar Rental Agreement and the Large Hangar Rental Agreement (combined "Hangar Rental Agreements") which removed the Aircraft Physical Damage Insurance requirement. The Hangar Rental Agreements are the current forms in use for rental of all the County hangars at Buchanan Field Airport. CONSEQUENCE OF NEGATIVE ACTION: A negative action will cause a loss of revenue to the Airport Enterprise Fund. ATTACHMENTS Hangar Rental Agmt pgs 4-5 RECOMMENDATION(S): APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with Bluebird Pacific Aviation, LLC for a south-facing shade hangar at Buchanan Field Airport effective August 1, 2021 in the monthly amount of $140.00, Pacheco area (District IV). FISCAL IMPACT: The Airport Enterprise Fund will realize $1,680.00 annually. BACKGROUND: On September 1, 1970, Buchanan Airport Hangar Company entered into a 30-year lease with Contra Costa County for the construction of seventy-five (75) hangars and eighteen (18) aircraft shelters/shade hangars at Buchanan Field Airport. In 1977 Buchanan Airport Hangar Company amended their lease to allow for the construction of another 30-year lease with Contra Costa County for the construction of seventeen (17) additional hangars. Buchanan Airport Hangar Company was responsible for the maintenance and property management of the property during the lease period. On September 1, 2000, the ninety-three APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Beth Lee (925) 681-4200 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 11 To:Board of Supervisors From:Keith Freitas, Airports Director Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a hangar rental agreement with Buchanan Field Airport Hangar tenant BACKGROUND: (CONT'D) (93) t- and shade hangars at Buchanan Field reverted to the County ownership pursuant to the terms of the above lease. On November 14, 2006, the Contra Costa County Board of Supervisors approved the form of the T-Hangar and Shade Hangar Rental Agreement for use with renting the County's t-hangars, shade hangars, medium hangars, and executive hangars at Buchanan Field Airport. On February 16, 2007, the additional seventeen (17) hangars at Buchanan Field reverted back to the County pursuant to the above referenced lease. This row included six (6) large hangars which were not covered by the approved T-Hangar and Shade Hangar Rental Agreement. On February 23, 2007, Contra Costa County Board of Supervisors approved the new Large Hangar Rental Agreement for use with the large East Ramp Hangars. On January 16, 2009, Contra Costa County Board of Supervisors approved an amendment to the T-Hangar and Shade Hangar Rental Agreement and the Large Hangar Rental Agreement (combined "Hangar Rental Agreements") which removed the Aircraft Physical Damage Insurance requirement. The Hangar Rental Agreements are the current forms in use for rental of all the County hangars at Buchanan Field Airport CONSEQUENCE OF NEGATIVE ACTION: A negative action will cause a loss of revenue to the Airport Enterprise Fund. ATTACHMENTS Hangar Agmt Bluebird Pacific Aviation, LLC RECOMMENDATION(S): APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with Andrew Wells for a modernized north-facing hangar at Buchanan Field Airport effective August 13, 2021 in the monthly amount of $390.00, Pacheco area. FISCAL IMPACT: The Airport Enterprise Fund will realize $4,680.00 annually. BACKGROUND: On September 1, 1970, Buchanan Airport Hangar Company entered into a 30-year lease with Contra Costa County for the construction of seventy-five (75) hangars and eighteen (18) aircraft shelters/shade hangars at Buchanan Field Airport. In 1977 Buchanan Airport Hangar Company amended their lease to allow for the construction of another 30-year lease with Contra Costa County for the construction of seventeen (17) additional hangars. Buchanan Airport Hangar Company was responsible for the maintenance and property management of the property during the lease period. On APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Beth Lee, (925) 681-4200 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 12 To:Board of Supervisors From:Keith Freitas, Airports Director Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a hangar rental agreement with Buchanan Field Airport Hangar tenant BACKGROUND: (CONT'D) September 1, 2000, the ninety-three (93) t- and shade hangars at Buchanan Field reverted to the County ownership pursuant to the terms of the above lease. On November 14, 2006, the Contra Costa County Board of Supervisors approved the form of the T-Hangar and Shade Hangar Rental Agreement for use with renting the County's t-hangars, shade hangars, medium hangars, and executive hangars at Buchanan Field Airport. On February 16, 2007, the additional seventeen (17) hangars at Buchanan Field reverted back to the County pursuant to the above referenced lease. This row included six (6) large hangars which were not covered by the approved T-Hangar and Shade Hangar Rental Agreement. On February 23, 2007, Contra Costa County Board of Supervisors approved the new Large Hangar Rental Agreement for use with the large East Ramp Hangars. On January 16, 2009, Contra Costa County Board of Supervisors approved an amendment to the T-Hangar and Shade Hangar Rental Agreement and the Large Hangar Rental Agreement (combined "Hangar Rental Agreements") which removed the Aircraft Physical Damage Insurance requirement. The Hangar Rental Agreements are the current forms in use for rental of all the County hangars at Buchanan Field Airport. CONSEQUENCE OF NEGATIVE ACTION: A negative action will cause a loss of revenue to the Airport Enterprise Fund. ATTACHMENTS F-10 Hangar Rental Agreement A Wells RECOMMENDATION(S): APPROVE and AUTHORIZE the Director of Airports, or designee, to execute an amendment to the November 1, 2020, Consulting Services Agreement with Kimley-Horn and Associates, Inc., under which Kimley-Horn provides design services for the construction of security upgrades at Buchanan Field Airport, to increase the payment limit by $57,500, from $450,000 to a new payment limit of $507,500. 1. 2. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Keith Freitas (925) 681-4200 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 13 To:Board of Supervisors From:Keith Freitas, Airports Director Date:September 7, 2021 Contra Costa County Subject:Payment Limit Increase to Consulting Services Agreement with Kimley-Horn and Associates RECOMMENDATION(S): (CONT'D) APPROVE the revised design plans and specifications prepared by Kimley-Horn for the construction of the security upgrades at Buchanan Field Airport. Project No. 4855 4663 SAS 6X5342, and FAA Project No. 03-06-0050-027. FISCAL IMPACT: There is no impact on the County General Fund; the increased cost is fully funded by the Airport Enterprise Fund. BACKGROUND: Under a Consulting Services Agreement dated November 1, 2020, Kimley-Horn prepared designs for the construction of security upgrades at Buchanan Field Airport. Kimley-Horn completed its initial design on time and within the payment limit established in the Consulting Services Agreement. The design was approved by this Board on February 2, 2021. Bids for construction of the design were solicited in spring 2021. The responsive bids came in significantly higher than expected (more than double), due to materials cost increases during the pandemic. As a result, the Federal Aviation Administration (FAA), which is providing the bulk of the funds being used to construct the security upgrades, directed the Airports division to redesign the project to create a less expensive construction project and to put the smaller-scale project out to bid. To satisfy the directive from the FAA and to ensure that the grant funds available from the FAA for the construction project would not be lots, Airport staff requested Kimley-Horn to redesign the security upgrades to create a less expensive construction project. Kimley-Horn did the work. Through this board order, the Board is being asked to (1) approve an amendment to the consulting services agreement to increase the payment limit in order for Kimley-Horn to be paid for the additional work they performed, and (2) approve the revised design of the security upgrades CONSEQUENCE OF NEGATIVE ACTION: If approval of the increase in the payment limit is not approved, Kimley-Horn will not be paid for the work it performed for the County’s benefit, which could lead to an action against the County for payment under the legal theory of “quantum meruit.” If the revised design is not approved, the County may not be adequately protected from a future action against the County based on the design of the upgrades. RECOMMENDATION(S): AUTHORIZE the Director of Airports, or designee, to negotiate a long-term ground lease and development terms between the County, as Landlord, and Skyview Aviation, LLC, as the developer, for approximately 2-acres of land on the south side of the Byron Airport. FISCAL IMPACT: There is no negative impact on the General Fund. The Airport Enterprise Fund could realize lease and other revenues. The County General Fund could realize sales tax and other revenues if a lease is successfully negotiated. BACKGROUND: The development site is approximately 2-acres of vacant land owned by the County and located on the south side of the Byron Field Airport, on the north end of Sally Ride Drive. The parcel is designated for aviation use on the Airport Layout Plan for Byron Airport. On June 30, 2021, the Airport Division of the Contra Costa County Public Works Department received a letter of interest from Skyview Aviation, LLC to lease and develop the property for aviation use. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Beth Lee (925) 681-4200 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 14 To:Board of Supervisors From:Keith Freitas, Airports Director Date:September 7, 2021 Contra Costa County Subject:Contra Costa Airports - Authorization to Negotiate Ground Lease and Development Terms for Approximately 2-Acres of County-Owned Land at Byron Airport BACKGROUND: (CONT'D) In accordance with the Airport Division’s standard, the Airport Division solicited for competitive interest in developing the parcel prior to making a developer selection. This solicitation of competitive interest was transmitted to the current commercial tenants of both County airports and to those persons who have asked to be included on a list of developers interested in developing land at either of the County airports. The County did not receive any other letters of interest to develop this property. Consistent with the master developer selection process that was approved by the Board of Supervisors on May 23, 2006, projects without a competitive interest are to proceed with the traditional environmental review and lease development processes. The aviation development project will be presented to the Aviation Advisory Committee, the Airport Committee, and any other stakeholder to enhance community relations and collaborative relationships. Negotiation of lease terms would expand economic activity, provide additional revenues to the Airport Enterprise Fund, and expand aviation-related facilities and services at the Byron Airport. A business proposal must be consistent with the Airport Master Plan and General Plan for consideration. The proposed aviation development is consistent with the Byron Airport Master Plan and General Plan. Unless and until a final lease agreement is fully executed by all parties, this Board Order, any draft lease agreement, other communications or conduct of the parties shall have absolutely no legal effect, may not be used to impose any legally binding obligation on the County and may not be used as evidence of any oral or implied agreement between the parties or as evidence of the terms and conditions of any implied agreement. CONSEQUENCE OF NEGATIVE ACTION: Delay in initiating the developer selection process will result in a delay of developing vacant land at the Byron Airport and may negatively impact the Airport Enterprise Fund and County General Fund. RECOMMENDATION(S): As the governing body of the Contra Costa County Flood Control and Water Conservation District (District), APPROVE the License Agreement with GTE Mobilnet of California Limited Partnership (dba Verizon Wireless), for the use of a portion of the District-owned San Ramon Creek right of way (Assessor’s Parcel Number 192-082-004), in Alamo, for a five-year term beginning February 1, 2021, and ending January 31, 2026, with two five-year renewal options. The one-time-fee for the initial term is $10,000, $12,000 for the first renewal option, and $14,000 for the second. AUTHORIZE the Chief Engineer, or designee, to execute the License Agreement on behalf of the District. FISCAL IMPACT: 100% Flood Control Zone 3B Funds. BACKGROUND: On February 24, 1998, the District and GTE Mobilnet entered into an agreement for access to maintain their telecommunication utilities through the District-owned property. The License Agreement expired on January 31, 2016. In order to continue access to their telecommunication utilities, GTE Mobilnet of California Limited Partnership (dba Verizon Wireless) and the District desire to enter into a new license agreement. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Margaret Eychner, 925. 957-2463 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Auditor Controller C. 15 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Approve a License Agreement between Contra Costa County Flood Control and Water Conservation District and Verizon Wireless. CONSEQUENCE OF NEGATIVE ACTION: Licensee will be forced to remove their facilities and the District’s Flood Zone 3B will not receive revenue for this agreement. ATTACHMENTS License Agreement RECOMMENDATION(S): APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a month-to-month hangar rental agreement with Kevin Olson for a south-facing hangar at Buchanan Field Airport effective September 3, 2021 in the monthly amount of $350.00, Pacheco area (District IV). FISCAL IMPACT: The Airport Enterprise Fund will realize $4,200.00 annually. BACKGROUND: On September 1, 1970, Buchanan Airport Hangar Company entered into a 30-year lease with Contra Costa County for the construction of seventy-five (75) hangars and eighteen (18) aircraft shelters/shade hangars at Buchanan Field Airport. In 1977 Buchanan Airport Hangar Company amended their lease to allow for the construction of another 30-year lease with Contra Costa County for the construction of seventeen (17) additional hangars. Buchanan Airport Hangar Company was responsible for the maintenance and property management of the property during the lease period. On September 1, 2000, the ninety-three APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Beth Lee (925) 681-4200 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 16 To:Board of Supervisors From:Keith Freitas, Airports Director Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Director of Airports, or designee, to execute a hangar rental agreement with Buchanan Field Airport Hangar tenant BACKGROUND: (CONT'D) (93) t- and shade hangars at Buchanan Field reverted to the County ownership pursuant to the terms of the above lease. On November 14, 2006, the Contra Costa County Board of Supervisors approved the form of the T-Hangar and Shade Hangar Rental Agreement for use with renting the County's t-hangars, shade hangars, medium hangars, and executive hangars at Buchanan Field Airport. On February 16, 2007, the additional seventeen (17) hangars at Buchanan Field reverted back to the County pursuant to the above referenced lease. This row included six (6) large hangars which were not covered by the approved T-Hangar and Shade Hangar Rental Agreement. On February 23, 2007, Contra Costa County Board of Supervisors approved the new Large Hangar Rental Agreement for use with the large East Ramp Hangars. On January 16, 2009, Contra Costa County Board of Supervisors approved an amendment to the T-Hangar and Shade Hangar Rental Agreement and the Large Hangar Rental Agreement (combined "Hangar Rental Agreements") which removed the Aircraft Physical Damage Insurance requirement. The Hangar Rental Agreements are the current forms in use for rental of all the County hangars at Buchanan Field Airport. CONSEQUENCE OF NEGATIVE ACTION: A negative action will cause a loss of revenue to the Airport Enterprise Fund. ATTACHMENTS Hangar Rental Agmt pgs 4 & 5 - K Olson D-10 RECOMMENDATION(S): ADOPT Resolution No. 2021/281 approving the annexation of the Magee Preserve development into the Wiedemann Ranch Geologic Hazard Abatement District, as required by Public Resources Code section 26581. FISCAL IMPACT: None. Funding of GHAD responsibilities within the Magee Preserve development is anticipated in the Engineer’s Report to be brought to the Wiedemann Ranch GHAD Board at a future meeting. BACKGROUND: On September 1, 1998, the Contra Costa County Board of Supervisors adopted Resolution No. 98/438 approving the formation of the Wiedemann Ranch GHAD and appointed itself to serve as the GHAD Board of Directors. Condition of Approval No. I.5, the Town of Danville required that the Magee Preserve development (Subdivision 9291) (the "Project") be included within a GHAD. To satisfy this requirement, annexation of the Project into the Wiedemann Ranch GHAD was approved on July 13, 2021 by the Wiedemann Ranch GHAD Board of Directors. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Haley Ralston (909) 373-5457 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 17 To:Wiedemann Ranch GHAD Board of Directors From:Patricia E. Curtin, GHAD Attorney and General Manager Date:September 7, 2021 Contra Costa County Subject:Annexation of the Magee Preserve Development into the Wiedemann Ranch GHAD BACKGROUND: (CONT'D) Attorneys for the GHAD have advised that this proposed Board of Supervisors action is required by California Public Resources Code Section 26581 which states that the annexation is subject to the approval of the legislative body which ordered formation of the GHAD. The Contra Costa County Board of Supervisors ordered formation of the Wiedemann Ranch GHAD in 1998. The requirement for the legislative body that formed the GHAD to approve any annexations remains, even though members of the Contra Costa County Board of Supervisors also serve as the Wiedemann Ranch GHAD Board of Directors. Approval of the Magee Preserve annexation by the Board of Supervisors will complete actions necessary to under California Public Resources Code Section 26581. CONSEQUENCE OF NEGATIVE ACTION: If the Contra Costa GHAD Board of Supervisors does not proceed with this matter, satisfaction of annexation requirements under California Public Resources Code Section 26581 will not be complete and future transfer of responsibilities to the GHAD as anticipated in the Plan of Control will likely be delayed and possibly may not occur. AGENDA ATTACHMENTS Resolution 2021/281 MINUTES ATTACHMENTS Resolution No. 2021/281 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/281 In the Matter of approving the annexation of the Magee Preserve development in Danville into the Wiedemann Ranch Geologic Hazard Abatement District (“GHAD”). On September 1, 1998, the Contra Costa County Board of Supervisors adopted Resolution No. 98/438 approving the formation of the Wiedemann Ranch GHAD and appointed itself to serve as the GHAD Board of Directors. 1. On July 13, 2021 the Wiedemann Ranch GHAD Board of Directors approved annexation of Magee Preserve development into the Wiedemann Ranch GHAD. 2. Public Resources Code section 26581 states that a proposed annexation into the GHAD is subject to approval of the legislative body that ordered formation of the GHAD on September 1, 1998 pursuant to Resolution No. 98/438. 3. NOW THEREFORE BE IT RESOLVED THAT THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY DECLARES, RESOLVES, FINDS AND ORDERS THAT: The Board of Supervisors of Contra Costa County hereby approves the annexation of the Magee Preserve development to the Wiedemann Ranch GHAD described in the GHAD Petition as required under Public Resources Code Section 26581. 1. This Resolution shall become effective immediately upon its passage and adoption.2. Contact: Haley Ralston (909) 373-5457 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: RECOMMENDATION(S): ADOPT Resolution No. 2021/282 approving the annexation of the Somerset development into the Wendt Ranch Geologic Hazard Abatement District (“GHAD”) as required by Public Resources Code Section 26581. FISCAL IMPACT: None. Funding of GHAD responsibilities within the Somerset development will be addressed in the Engineer’s Report which will be reviewed and considered by the Wendt Ranch GHAD Board at a future meeting. BACKGROUND: On February 12, 2002, the Contra Costa County Board of Supervisors adopted Resolution No. 2002/59 approving the formation of the Wendt Ranch GHAD and appointed itself to serve as the GHAD Board of Directors. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Haley Ralston (909) 373-5457 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 18 To:Wendt Ranch GHAD Board of Directors From:Patricia E. Curtin, GHAD Attorney and General Manager Date:September 7, 2021 Contra Costa County Subject:Annexation of the Somerset Development into the Wendt Ranch GHAD BACKGROUND: (CONT'D) State law allows GHADs to be formed to undertake emergency actions necessary or incidental to the prevention, mitigation, abatement, or control of a geologic hazard (Public Resources Code §26500, “GHAD Law”). GHAD Law gives local agencies the authority to form districts that can speedily address “an actual or threatened landslide, land subsidence, soil erosion, earthquake, or any other natural or unnatural movement of land or earth.” (Public Resources Code §26507). Consistent with GHAD Law, on February 12, 2002, the Contra Costa County Board of Supervisors adopted Resolution No. 2002/59 approving and forming the Wendt Ranch GHAD and thereby putting into place a mechanism to respond to emergencies and to prevent, mitigate and/or respond to geologic hazards. The members of the County Board of Supervisors serve as the Board of Directors of the Wendt Ranch GHAD. Attorneys for the GHAD have advised that this proposed Board of Supervisors action is necessary because California Public Resources Code Section 26581 requires that the annexation is subject to the approval of the legislative body which ordered the formation of the GHAD. The Contra Costa County Board of Supervisors ordered formation of the Wendt Ranch GHAD in 2002. The requirement for the legislative body that formed the GHAD to approve any annexations remains, even though members of the Contra Costa County Board of Supervisors also serve as the Wendt Ranch GHAD Board of Directors. Approval of the Somerset annexation by the Board of Supervisors will complete actions necessary to under California Public Resources Code Section 26581. CONSEQUENCE OF NEGATIVE ACTION: If the Contra Costa GHAD Board of Supervisors does not proceed with this matter, satisfaction of annexation requirements under California Public Resources Code Section 26581 will not be complete and future transfer of responsibilities to the GHAD as anticipated in the Plan of Control will likely be delayed and possibly may not occur. AGENDA ATTACHMENTS Resolution 2021/282 MINUTES ATTACHMENTS Signed: Resolution No. 2021/282 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/282 In the Matter of approving the annexation of the Somerset development in the Danville area of Contra Costa County into the Wendt Ranch Geologic Hazard Abatement District (“GHAD”). On February 12, 2002, the Contra Costa County Board of Supervisors adopted Resolution No. 2002/59 approving the formation of the Wendt Ranch GHAD and appointed itself to serve as the GHAD Board of Directors. 1. On August 3, 2021 the Wendt Ranch GHAD Board of Directors approved annexation of Somerset development into the Wendt Ranch GHAD. 2. Public Resources Code Section 26581 states that a proposed annexation into the GHAD is subject to approval of the legislative body that ordered formation of the GHAD on February 12, 2002 pursuant to Resolution No. 2002/59. 3. NOW THEREFORE BE IT RESOLVED THAT THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY DECLARES, RESOLVES, FINDS AND ORDERS THAT: The Board of Supervisors of Contra Costa County hereby approves the annexation of the Somerset development to the Wendt Ranch GHAD as described in the GHAD Petition as required by Public Resources Code section 26581. 1. This Resolution shall become effective immediately upon its passage and adoption.2. Contact: Haley Ralston (909) 373-5457 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: RECOMMENDATION(S): RECEIVE this report concerning the final settlement of Christopher Schleupner and AUTHORIZE payment from the Workers' Compensation Internal Service Fund in an amount not to exceed $75,000. FISCAL IMPACT: Workers' Compensation Internal Service Fund payment of $75,000 less permanent disability advances. BACKGROUND: Attorney Mark A. Cartier, defense counsel for the County, has advised the County Administrator that within authorization an agreement has been reached settling the workers' compensation claim of Christopher Schleupner vs. Contra Costa County. The Board's August 10, 2021 closed session vote was: Supervisors Gioia, Andersen, Burgis, Mitchoff and Glover - Yes. This action is taken so that the terms of this final settlement and the earlier August 10, 2021 closed session vote of this Board authorizing its negotiated settlement are known publicly. CONSEQUENCE OF NEGATIVE ACTION: Case will not be settled. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Karen Caoile 925-335-1400 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 19 To:Board of Supervisors From:Karen Caoile, Director of Risk Management Date:September 7, 2021 Contra Costa County Subject:Final Settlement of Claim, Schleupner vs. Contra Costa County RECOMMENDATION(S): DENY claims filed by Sonia Miller, Robert Miyamoto, Michael Porter, Irvin W. Whiteman III, and Eric Salvador Zaragoza-Rios. FISCAL IMPACT: No fiscal impact. BACKGROUND: Sonia Miller: Personal injury claim related to police and DA investigation in the amount of $100,000,000. Robert Miyamoto: Property claim for damage to vehicle in the amount of $1,804.09 Michael Porter: Property claim for damage to vehicle in the amount of $130. Irvin W. Whiteman III: Property claim for missing personal items in the amount of $500. Eric Salvador Zaragoza-Rios: Personal injury claim based on excessive force in the amount of $850,000. CONSEQUENCE OF NEGATIVE ACTION: Not acting on the claims could extend the claimants’ time limits to file actions against the County. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Risk Management I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 20 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:Claims RECOMMENDATION(S): ACCEPT Board members meeting reports for June 2021. FISCAL IMPACT: No fiscal impact. BACKGROUND: Government Code section 53232.3(d) requires that members of legislative bodies report on meetings attended for which there has been expense reimbursement (mileage, meals, lodging ex cetera). The attached reports were submitted by the Board of Supervisors members in satisfaction of this requirement. Districts I, IV and V have nothing to report. CONSEQUENCE OF NEGATIVE ACTION: The Board of Supervisors will not be in compliance with Government Code 53232.3(d). APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Joellen Bergamini 925.655.2000 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 21 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:ACCEPT Board members meeting reports for June 2021 ATTACHMENTS District II July 2021 Report Supervisor Candace Andersen – Monthly Meeting Report July 2021 Date Meeting Location 1 County Connection Zoom Meeting 1 Staff meeting Zoom Meeting 6 Staff meeting Zoom meeting 7 Mental Health Comm Zoom meeting 8 Staff meeting Zoom meeting 12 Internal Ops Zoom Meeting 12 First 5 Zoom Meeting 12 SWAT Zoom Meeting 12-16 Staff meeting Zoom Meeting 13 Board of Supervisors Zoom meeting 14 CCCERA Zoom Meeting 14-15 SACRS Zoom meeting 15 CCCTA Zoom meeting 15 ABAG Zoom meeting 19 Alamo Liaison Zoom meeting 19 TVTC Zoom meeting 19 Staff meeting Zoom meeting 20 Special BOS meeting Zoom meeting 20 TRAFFIX Zoom meeting 21 San Ramon Chamber State of County Crow Canyon 22 CCCSWA BOD WC City Hall 23 Coffee w Lafayettte Mayor Zoom meeting 23 Staff meeting Zoom meeting 26 Family & Human Services Zoom meeting 26 Public Protection Zoom meeting 26 GoMentum Station Concord 26 Staff meeting Zoom meeting 27 Board of Supervisors Zoom meeting 28 Staff meeting in-person 29 East Bay EDA Zoom meeting 29 Staff meeting Zoom meeting 29 Applicant interview Zoom meeting RECOMMENDATION(S): ADOPT Resolution 2021/223 in honor of retiring CCAS volunteer, Sue Underwood, for her 25 years of service BACKGROUND: On May 4, 2021, longtime Contra Costa Animal Service (CCAS) volunteer and Volunteer Coordinator, Sue Underwood, announced her retirement after 25 years of service. During her time at Contra Costa Animal Services (CCAS), Sue provided expert stewardship and guidance in the facilitation of CCAS’s foster and transfer partner programs, effectively saving the lives of thousands of animals during her time with the Department. Sue has been a life-long advocate for animal welfare and utilized her role at CCAS to ensure the best outcome possible for every animal she encountered. As a beloved member of our team who has earned the respect and admiration of her colleagues, CCAS proudly recognize the work and legacy of Sue Underwood. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: 9256088413 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 22 To:Board of Supervisors From:Beth Ward, Animal Services Director Date:September 7, 2021 Contra Costa County Subject:ADOPT Resolution 2021/223 in honor of retiring CCAS volunteer, Sue Underwood, for her 25 years of service ATTACHMENTS Resolution 2021/223 In the matter of:Resolution No. 2021/223 ADOPT Resolution 2021/223 in honor of retiring CCAS volunteer, Sue Underwood, for her 25 years of service. WHEREAS, Sue Underwood, Contra Costa Animal Services (CCAS) Volunteer, retired on May 4, 2021, after completing outstanding service to the Animal Service Department, Contra Costa County and its residents since 1996; WHEREAS, Mrs. Underwood provided expert stewardship and guidance in the facilitation of CCAS’s foster and transfer partner programs; WHEREAS, Mrs. Underwood’s efforts have saved the lives of thousands of animals, and have resulted in countless more pets being placed in loving homes, over the last 25 years; WHEREAS, Mrs. Underwood has been a life-long advocate for animal welfare and utilized her role at CCAS to ensure the best outcome possible for every animal she encountered; WHEREAS, Mrs. Underwood is a beloved and valued member of the CCAS team; and WHEREAS, Mrs. Underwood has earned the respect and admiration of the Department’s management, employees, volunteers and partners for her dedication, collegiality, enthusiasm, professionalism, sense of humor and hard work. NOW, THEREFORE, BE RESOLVED that The Contra Costa County Board of Supervisors does hereby recognize Sue Underwood for her long and dedicated service, and herewith expresses its sincere gratitude for the invaluable contributions she has made to Contra Costa County, the Animal Services Department and the countless lives she has touched through her work. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy RECOMMENDATION(S): ADOPT Resolution No. XXXXX to recognize Brent Manley, Animal Services Officer, on the occasion of his 20 years of service with Contra Costa County Animal Services. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Delaina Gillaspy, 925-608-8413 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 23 To:Board of Supervisors From:Beth Ward, Animal Services Director Date:September 7, 2021 Contra Costa County Subject:Brent Manley for 20 Years of Service ATTACHMENTS Resolution 2021/242 In the matter of:Resolution No. 2021/242 Honoring Officer Brent Manley upon the occasion of 20 years of service to Contra Costa County Animal Services. WHEREAS, Officer Brent Manley began his career with Contra Costa County as an Animal Services Officer for Contra Costa Animal Services on July 23, 2001. WHEREAS, since his hire, he has been a crucial part of this department. WHEREAS, resourceful, professional, dependable are just a few ways to describe Officer Manley. WHEREAS, Brent has years of expertise with reptiles and raptors, both of which have been an asset to our agency. WHEREAS, he has always been dedicated to serving the citizens of Contra Costa County. WHEREAS, his service dedication is shown daily with his caring, fair, and professional demeanor when handling his daily assignments. Now, therefore, be it resolved that the Contra Costa County Board of Supervisors congratulate and thank Officer Brent Manley for his 20 years of dedicated service. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy RECOMMENDATION(S): ADOPT Resolution No. 2021/241 to recognize Cedric Williams-Cain, Animal Services Sergeant, on the occasion of his 20 years of service with Contra Costa County Animal Services. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: 19256088413 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 24 To:Board of Supervisors From:Beth Ward, Animal Services Director Date:September 7, 2021 Contra Costa County Subject:Cedric Williams-Cain 20 Years of Service ATTACHMENTS Resolution 2021/241 In the matter of:Resolution No. 2021/241 Honoring Sergeant Cedric Williams-Cain upon the occasion of 20 years of service to Contra Costa County Animal Services. WHEREAS, Sergeant Cedric Williams-Cain began his career with Contra Costa County as an Animal Services Officer for Contra Costa Animal Services on July 23, 2001; WHEREAS, the staff celebrate Sergeant Williams-Cain contributions to performing his duties in accordance with the values of Contra Costa Animal Services mission statement through his dedicated work performance and outstanding work ethic; and WHEREAS, Sergeant Williams-Cain has served the Animal Services division in numerous capacities by improving the department’s ability to mentor other staff members, assist and educate citizens daily, and provide care and humane treatment to the animals of Contra Costa County. Now, therefore, be it resolved that the Contra Costa County Board of Supervisors congratulate and thank Sergeant Cedric Williams-Cain for his 20 years of dedicated service. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy RECOMMENDATION(S): ADOPT Resolution No. 2021/243 to recognize Paul Madsen, Animal Services Officer, on the occasion of his 20 years of service and retirement with Contra Costa County Animal Services. BACKGROUND: APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Delaina Gillaspy, 925-608-8413 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 25 To:Board of Supervisors From:Beth Ward, Animal Services Director Date:September 7, 2021 Contra Costa County Subject:Paul Madsen 20 years of service ATTACHMENTS Resolution 2021/243 In the matter of:Resolution No. 2021/243 Honoring Officer Paul Madsen upon the occasion of 20 years of service to Contra Costa County Animal Services. WHEREAS, Paul Madsen began his career with Contra Costa County as an Animal Services Officer for Contra Costa Animal Services on June 17, 2002; WHEREAS, Paul has been an indispensable employee to this department since he was first hired; WHEREAS, he is resourceful, committed, and a true team player; WHEREAS, Paul Madsen has an inherent ability to track and capture stray dogs safely and humanely; WHEREAS, His dedication to this department is shown daily with his continual professionalism when handling calls; and WHEREAS, Paul Madsen remains an asset and positive representative of this department. Now, therefore, be it resolved that the Contra Costa County Board of Supervisors congratulate and thank Officer Paul Madsen for his 20 years of dedicated service. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: 925-521-7100 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 26 To:Board of Supervisors From:Karen Mitchoff, District IV Supervisor Date:September 7, 2021 Contra Costa County Subject:In the Matter of Recognizing Tom Aswad for his Service to Contra Costa County CLERK'S ADDENDUM Speakers: Dillon Johnston, Contra Costa resident, Support for Recovery board member, Alcohol and Other Drugs Advisory board member and small business owner; and Antoine, thanked Mr. Aswad for his service. ATTACHMENTS Resolution 2021/244 In the matter of:Resolution No. 2021/244 In the Matter of Recognizing Tom Aswad for his Service to Contra Costa County WHEREAS, Tom Aswad has served Contra Costa County as the District 4 representative to the Alcohol and Other Drugs Advisory Board for 22 years, being first appointed by the Board of Supervisors in 1992; and WHEREAS, over his 22 years as a member of the Alcohol and Other Drugs Advisory Board, Tom brought an insightful and inclusive voice to the board creating strong partnerships and important advancements for the recovery community relative to homeless, adolescent treatment, needle exchanges, and treatment in prison; and WHEREAS, Tom has tirelessly advocated for and represented the needs and experience of the recovery community, and has helped forge critical new services and opportunities for people who are in recovery or seeking recovery services; and WHEREAS, Tom's advocacy at the County HIV Prevention Planning group helped create needle exchange services, and in founding the Sober Loving Task Force of Contra Costa County, Tom helped to bring forward the construction of the new Gayle Uilkema House transitional living facility in Martinez; and Whereas, Tom co-founded Support 4 Recovery in 2007, and continues to serve as a board member and Chief Financial officer for the organization which has grown to serve thousands of community members and clients with essential and transformational services; and Whereas, through his leadership as an advocate for the recovery community, Tom was instrumental in the creation of the Discovery House, a 41 bed men’s residential treatment program that has been an essential part of the array of recovery services in Contra Costa County; and Whereas, our community has benefited greatly from Tom Aswad’s enduring service, and the many policy and programmatic improvements that he has advanced in his years of dedication to this cause. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor Now, therefore, be it resolved that the Contra Costa County Board of Supervisors recognizes Tom Aswad upon his retirement from the Alcohol and Other Drugs Advisory Board, for his tireless service to the County over 22 years and his many profound contributions to our community.       I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Kate Rauch 510-334-0885 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 27 To:Board of Supervisors From:John Gioia, District I Supervisor Date:September 7, 2021 Contra Costa County Subject:Declaring October 6 2021 Clean Air Day in Contra Costa County ATTACHMENTS Resolution 2021/261 In the matter of:Resolution No. 2021/261 Declaring October 6 2021 Clean Air Day in Contra Costa County, a day of action for healthy communities  WHEREAS, Air pollution contributes to higher rates of cancer, heart and lung diseases, and asthma, which adversely affect health; and  WHEREAS, Contra Costa County has regular periods with unhealthy air quality, and certain regions of the County are especially impacted by unhealthy emissions; and  WHEREAS, It is vital that we protect the health and well-being of our residents, visitors, and workforce; and  WHEREAS, Emissions from vehicles, industry, and household sources significantly affects the natural environment, air quality and well-being of Contra Costa County residents; and  WHEREAS, Individual actions such as not idling vehicles, walking or biking to work and school, carpooling, and conserving energy can directly improve air quality in our region; and  WHEREAS, County employees, vendors and elected officials have tremendous power to help lower unhealthy emissions; and  WHEREAS, Pledges by individuals have shown to result in action; and  WHEREAS, Education about air quality can raise community awareness, encourage our community to develop better habits, and improve our community health; and  WHEREAS, Californians will be joining together across the state to clear the air on October 6, 2021; and  WHEREAS, Contra Costa County is committed to the health of our residents, workforce, visitors, and community at large.  NOW, THEREFORE, BE IT RESOLVED, that the Contra Costa County Board of Supervisors declares October 6, 2021 as “Clean Air Day” in the County; RESOLVED FURTHER, that each County Department take the organizational pledge and request that their employees take the individual clean air pledge for California Clean Air Day; RESOLVED FURTHER, that we encourage all residents, businesses, employees, and community members to participate in Clean Air Day and help clear the air for all Californians.  ___________________ DIANE BURGIS Chair, District III Supervisor   ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor   ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor   I hereby certify that this is a true and correct copy of an I hereby certify that this is a true and correct copy of an action taken  and entered on the minutes of the Board of Supervisors on the date  shown.   ATTESTED:    September  7, 2021    Monica Nino, County Administrator   By: ____________________________________, Deputy APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Colleen Awad, 925-521-7100 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 28 To:Board of Supervisors From:Karen Mitchoff, District IV Supervisor Date:September 7, 2021 Contra Costa County Subject:In the Matter of recognizing the 40th Anniversary of the Bay Area Crisis Nursery ATTACHMENTS Resolution 2021/263 In the matter of:Resolution No. 2021/263 In the Matter of recognizing the 40th Anniversary of the Bay Area Crisis Nursery for their support and dedication to helping children and families in our community WHEREAS, the Bay Area Crisis Nursery (BACN) was established in 1981 by Founder Sister Ann Weltz and she had a vision of a grassroots organization that would give parents the much-needed time to care for themselves so they could then care for their children; and WHEREAS, BACN is the only crisis nursery in the San Francisco Bay Area; and WHEREAS, BACN’s mission is to prevent child abuse and neglect through providing supportive services to families; and WHEREAS, the Bay Area Crisis Nursery is the only place that provides short-term residential care and emergency childcare services to give parents time to focus on resolving a crisis or stressful situation; and WHEREAS, knowing their children are safe, parents can make better use of other services to mitigate issues causing stress in the family, and this proactive approach reaches children before abuse occurs; and WHEREAS, many of the families that are served are living in poverty, homelessness, escaping domestic violence, dealing with medical and/or mental health emergencies, or have suddenly lost their childcare provider; and WHEREAS, Bay Area Crisis Nursery also provides case managers for the families to support their additional needs including employment search, counseling services, domestic violence programs and immigration resources; and WHEREAS, Sister Ann led the organization for 37 years with grace and dignity and passed away in 2020, but before she passed away, she saw the fulfillment of her vision and dream of having a Crisis Nursery in the East Bay. Now Therefore be it Resolved that the Contra Costa County Board of Supervisors recognizes the dedication of the Bay Area Crisis Nursery to serving families through difficult times and ensuring their children receive care and support in our community. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy RECOMMENDATION(S): ADOPT a Resolution to recognize Jennifer Shen on the occasion of her 21 years of service to Contra Costa County. FISCAL IMPACT: No fiscal impact. BACKGROUND: Jennifer Shen joined the Contra Costa County workforce as a Temporary Student Worker in Risk Management on September 6, 2000. Her diligence and excellent skills lead to a permanent Clerk position and then advancement to Senior Level Clerk. Jennifer's attention to detail, quality control, and willingness to help others whenever needed has served Risk Management well. She has taken great pride in the work she does to provide benefits to her fellow County employees. The Risk Management Department would like to congratulate Jennifer Shen on 21 years of dedicated service and thank her for her contributions to Contra Costa County's Department of Risk Management as well as the employees of Contra Costa County. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Karen Caoile 335-1400 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 29 To:Board of Supervisors From:Karen Caoile, Director of Risk Management Date:September 7, 2021 Contra Costa County Subject:Recognizing Jennifer Shen on her 21 years of service to Contra Costa County CONSEQUENCE OF NEGATIVE ACTION: We would miss the opportunity to recognize a valuable employee. ATTACHMENTS Resolution 2021/272 In the matter of:Resolution No. 2021/272 Recognizing the contributions of Jennifer Shen on the occasion of celebrating her 21 year anniversary with the Risk Management Department of Contra Costa County Whereas, Jennifer Shen began her career with Contra Costa County on September 6, 2000; Whereas, Jennifer advanced her career by being promoted to Senior Level Clerk on May 20, 2005; Whereas, Jennifer is known for her attention to detail and quality control; Whereas, Jennifer has trained newly hired support staff; Whereas, Jennifer is known to present sound suggestions in work process; Whereas, Jennifer takes great pride in the work she does to provide benefits to her fellow injured County employees; and Whereas, Jennifer is also known for her willingness to help others whenever needed; NOW, THEREFORE, BE IT RESOLVED that the Contra Costa County Board of Supervisors does hereby recognize and honor Jennifer Shen for her 21 years of service and thanks her for her dedication and contributions to Contra Costa County's Department of Risk Management, as well as the employees of Contra Costa County. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: James Lyons, 510-942-2222 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 30 To:Board of Supervisors From:John Gioia, District I Supervisor Date:September 7, 2021 Contra Costa County Subject:Honoring Betty Reid Soskin for her remarkable life’s contributions to history, to the United States and to her community ATTACHMENTS Resolution 2021/268 In the matter of:Resolution No. 2021/268 Honoring Betty Reid Soskin for her remarkable life’s contributions to history, to the United States and to her community WHEREAS, Betty Reid Soskin (nee Charbonnet) grew up in a Cajun/Creole African-American family that settled in the East Bay after the historic floods that devastated the City of New Orleans in 1927; her parents joined her maternal grandfather, George Allen, who had resettled in Oakland at the end of World War I; and WHEREAS, Ms. Soskin attended local schools, graduating from Castlemont High School during the World’s Fair at Treasure Island; and WHEREAS, Ms. Soskin worked in a segregated Union Hall, Boilermaker’s A-36, during World War II as a file clerk; in 1945 she and her young husband, Mel Reid, founded a small Berkeley music store -- Reid’s Records; and after getting divorced from Mel Reid in 1972, she married William Soskin, a psychology professor at the University of California, Berkeley; and WHEREAS, Ms. Soskin has held positions as staff to a Berkeley City Council member and as staff for former Assemblymember Dion Aroner and former Senator Loni Hancock where she became active in the early planning stages and development of a national park to memorialize the role of women on the Home Front during World War II; and WHEREAS, Ms. Soskin’s efforts came to fruition when Rosie the Riveter World War II Home Front National Historical Park was established in 2000, to provide a site where future generations could remember the contributions women made to the war effort; and WHEREAS, in 2007, Ms. Soskin became a park ranger for the Rosie the Riveter World War II Home Front National Historical Park in Richmond, California, assigned to civic engagement and community outreach; and she is the oldest National Park Ranger in the United States; and WHEREAS, in 1995, she was named a “Woman of the Year” by the California State Legislature; in 2005 she was named one of the nation’s ten outstanding women, “Builders of communities and dreams” by the National Women’s History Project in ceremonies; and WHEREAS, on December 3, 2015, Ms. Soskin was selected by the National Park Service to participate in the National tree-lighting ceremony at the White House and to introduce President Barack Obama in the nationwide telecast on the annual PBS special; and WHEREAS, on June 10, 2016, Ms. Soskin received the Silver Medallion Award at the World War II Museum in New Orleans in a special ceremony; and WHEREAS, in 2021, the West Contra Costa Unified School District renamed Juan Crespi Middle School in Richmond to Betty Reid Soskin Middle School. NOW, THEREFORE, BE IT RESOLVED that the Contra Costa County Board of Supervisors hereby honors and celebrates the remarkable Betty Reid Soskin for her community advocacy, including her critical role in helping create the Rosie the Riveter World War II Home Front National Historical Park in Richmond, California, and BE IT FURTHER RESOLVED that the Contra Costa County Board of Supervisors honors Betty Reid Soskin for her passionate dedication to educating the public about the World War II home front, including the roles of women working in the shipyards and declares September 2021 as Betty Reid Soskin Month in Contra Costa County. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy RECOMMENDATION(S): ADOPT Resolution No. 2021/273 to recognize Dorcas Craig, Tax Compliance Officer- Advanced with the Treasurer-Tax Collector's Office, on the occasion of her 20+ years of dedicated service with Contra Costa County. FISCAL IMPACT: None BACKGROUND: None. CONSEQUENCE OF NEGATIVE ACTION: None. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Ronda Boler, (925) 957-2806 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 31 To:Board of Supervisors From:Russell Watts, Treasurer-Tax Collector Date:September 7, 2021 Contra Costa County Subject:20 Years Service Award Recognition for Dorcas Craig ATTACHMENTS Resolution 2021/273 20 Year Service Award for Dorcas Craig In the matter of:Resolution No. 2021/273 Recognizing the contributions of Dorcas Craig for her 20+ years of public service to Contra Costa County. WHEREAS, in January 1996, Dorcas Craig began her service with the County as a personnel services staff in the Community Services Department, producing impeccable work with an outstanding ability to recognize problems before they became liabilities to the department; and WHEREAS, in March 2003, the Community Services Department recognized Dorcas for her proactive stance to recommend elimination of positions and abolishment of classes that were no longer occupied and useful, an idea the County Administrator John Sweeten later considered; and WHEREAS, in April 2003, the Community Services Department commended Dorcas for her leadership in the reorganization of the childcare substitute contracts during which she swiftly mobilized staff and gathered all necessary resources to make certain all 21 sites were fully staff by the April 1 deadline; and WHEREAS, in July 2003, Dorcas transferred as Clerk-Specialist to the Treasurer-Tax Collector’s Office, where she quickly met if not exceeded many expectations of her new position, showing a willingness and ability to take on additional responsibilities with confidence and ease; and WHEREAS, in April 2010, Dorcas was hired as Senior Field Tax Collector, a position later reclassified as Tax Compliance Officer – Advanced, in which she showed the makings of a strong team player if not a team leader; she very ably dealt with the public and effectively maintained her workload while multi-tasking other assignments; and WHEREAS, Dorcas is organized, efficient, extremely competent and has had an excellent rapport with staff. Her communication skills, both written and verbal, are strong; she has always arrived on time and been ready to work; her capacity for high quality and timely work seems to come natural; and WHEREAS, Dorcas has assisted the office in implementing very technical and sophisticated systems; has made a significant contribution in delinquent tax collections; and has proven to be a valuable asset to the office. NOW, THEREFORE, BE IT RESOLVED, that Dorcas Craig be recognized for her 20+ years of dedicated service to Contra Costa County, and for the high quality of work and contributions she rendered during such time. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy The Board of Supervisors of Contra Costa County, California In the matter of: Resolution No. 2021/### Recognizing the contributions of Dorcas Craig for her 20+ years of public service to Contra Costa County. WHEREAS, in January 1996, Dorcas Craig began her service with the County as a personnel services staff in the Community Services Department , producing impeccable work with an outstanding ability to recognize problems before they became liabilities to the department; and WHEREAS, in March 2003, the Community Services Department recognized Dorcas for her proactive stance to recommend elimination of positions and abolishment of classes that were no longer occupied and useful , an idea the County Administrator John Sweeten later considered ; and WHEREAS, in April 2003, the Community Services Department commended Dorcas for her leadership in the reorganization of the childcare substitute contracts during which she swiftly mobilized staff and gathered all necessary re sources to make certain all 21 sites were fully staff by the April 1 deadline ; and WHEREAS, in July 2003, Dorcas transferred as Clerk-Specialist to the Treasurer-Tax Collector’s Office, where she quickly met if not exceeded many expectations of her new position, showing a willingness and ability to take on additional responsibilities with confidence and ease; and WHEREAS, in April 2010, Dorcas was hired as Senior Field Tax Collector, a position later reclassified as Tax Compliance Officer – Advanced, in which she showed the makings of a strong t eam player if not a team leader; she very ably dealt with the public and effectively maintained her workload while multi -tasking other assignments; and WHEREAS, Dorcas is organized, efficient, extremely competent and has had an excellent rapport with staf f. Her communication skills , both written and verbal, are strong; she has always arrived on time and been ready to work; her capacity for high quality and tim ely work seems to come natural ; and WHEREAS, Dorcas has assisted the office in implementing very technical and sophisticated systems; has made a significant contribution in delinquent tax collections; and has proven to be a valuable asset to the office. NOW, THEREFORE, BE IT RESOLVED, that Dorcas Craig be recognized for h er 20+ years of dedicated service to Contra Costa County, and for the high quality of work and contributions she rendered during such time. ________________ DIANE BURGIS Chair, District III Supervisor ________________ ________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ________________ ________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of and action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: Monica Nino By: , Deputy APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Robert Rogers, 510.942.2224 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Joellen Bergamini, Deputy cc: C. 32 To:Board of Supervisors From:John Gioia, District I Supervisor Date:September 7, 2021 Contra Costa County Subject:Ceremonial Resolution Honoring the 90th Birthday of Richmond City Councilmember Nathaniel Rubin "Nat" Bates ATTACHMENTS Resolution 2021/276 In the matter of:Resolution No. 2021/276 Honoring the remarkable public service career of Richmond City Councilmember Nathaniel Rubin "Nat" Bates on his 90th Birthday Whereas, Nathaniel “Nat” Bates is the longest-serving elected official in the history of the City of Richmond; and Whereas, Nat Bates has lived in Richmond since 1942, having arrived in Richmond that year via train from Texas to join his mother, who worked at the Santa Fe Railroad Station in Richmond, on Macdonald Avenue; and Whereas, Nat Bates went on to serve in the U.S. Army in Korea from 1953-55, play professional baseball in Canada, earn an education at both San Francisco State University and California State University, Hayward (now called CSU East Bay), and work for the Alameda County Probation Department for 35 years, where he counseled young offenders before retiring as a Probation Supervisor; and Whereas, Nat Bates was one of the first African-Americans to win a local election in the Bay Area, having been first elected to a six-year term on the Richmond City Council in 1967; and Whereas, Nat Bates has went on to win an unprecedented 9 elections in the City of Richmond, and was appointed to serve as Mayor twice, once in 1971-72 and again in 1976-77; and Whereas, Nat Bates served as a National League of Cities Board Director from 1976–1980 and has held a lifetime appointment to the National League of Cities Advisory Board since 1980, and was the first African American to serve as the Contra Costa County Mayor’s Conference Chair in 1978, and served as President of the East Bay League of Cities, and served as a member of the Board of Directors of the League of California Cities, and served as Chairman of the Public Safety Committee and the National League of Cities; and Whereas, Nat Bates holds the distinguished honor of currently being the oldest elected public official to hold elected office in the United States; and Whereas, Nat Bates with his late wife, Shirley Christine Adams Bates, raised four children. Now, Therefore Be It Resolved, that the Board of Supervisors of Contra Costa County does hereby honor and thank Richmond City Councilmember Nathaniel Rubin “Nat” Bates for an unprecedented career in public service and wishes him a very happy 90th birthday on September 9, 2021. ___________________ DIANE BURGIS Chair, District III Supervisor ______________________________________ JOHN GIOIA CANDACE ANDERSEN District I Supervisor District II Supervisor ______________________________________ KAREN MITCHOFF FEDERAL D. GLOVER District IV Supervisor District V Supervisor I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator By: ____________________________________, Deputy RECOMMENDATION(S): INTRODUCE Ordinance No. 2021-26 amending the County Ordinance Code to delete the classifications of Chief Deputy Treasurer-Tax Collector-Exempt (S5B2) and Labor Relations Manager-Exempt (ADD6), update section heading, and reorganize existing section, WAIVE READING and FIX September 14, 2021, for adoption. FISCAL IMPACT: There is no cost associated with this action. BACKGROUND: The Treasurer-Tax Collector has determined that current organizational structure does not warrant the need for a Chief Assistant Treasurer-Tax Collector position. As part of a reorganization of the reporting structure of the County Administrator's Office the existing classification of Chief of Labor Relations, is a more appropriate position than that of Labor Relations Manager. The position provides expert labor relations counsel to the Board of Supervisors and County departments. As this classification more appropriately represents the functions and responsibilities of the incumbent, it is recommended that the current Labor Relations Manager be reclassified to Chief of Labor Relations and eliminate the Labor Relations class. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Gladys Reid (925) 655-2122 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Sylvia WongTam, Eric Suitos C. 33 To:Board of Supervisors From:Ann Elliott, Human Resources Director Date:September 7, 2021 Contra Costa County Subject:Introduce Ordinance No. 2021-26 Amending the County Ordinance Code to Delete Two Classifications CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, the two classifications may not be deleted from the Ordinance Code. ATTACHMENTS Ordinance No 2021-26 Introduce Amendment To Delete, Update, Reorg RECOMMENDATION(S): INTRODUCE Ordinance No. 2021-31 authorizing the Contra Costa Health Plan to serve as the single local plan for Medi-Cal managed care enrollees in the County commencing on January 1, 2024, WAIVE READING and FIX September 14, 2021 for adoption. FISCAL IMPACT: Conversion to a single plan model will increase CCHP’s Medi-Cal membership from 200,000 to approximately 238,000. The net income impact is expected to be positive and in the 2% to 4% of gross revenue. BACKGROUND: The State Department of Health Care Services (DHCS) has begun the procurement process for Commercial Medi-Cal Managed Care plans. As part of the procurement process counties now have the option to request a change in the local plan model. The Contra Costa Health Plan (CCHP) currently operates in a “Two-Plan Model” county. The two plans are CCHP and Anthem Blue Cross. Currently CCHP has approximately 84% of the Medi-Cal membership and Anthem Blue Cross has approximately 16%. An option for CCHP is to convert to a single plan model known as a County Organized Health System (COHS). The COHS model provides a number of benefits for the County’s Medi-Cal population: (a) APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Patrick Godley, 925-957-5405 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Marcy Wilhelm, Jackie Peterson C. 34 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:County Organized Health System enhances the probability of success in the State’s CalAIM initiatives (b) provides the pathway for full Medi-Cal population health initiatives (c) opens possibilities for better management for those transitioning out of incarceration (d) allows for consideration of a fully integrated model inclusive of behavioral health and long-term care and (e) the single plan structure is a cost effective alternative. The Contra Costa County Board of Supervisors is currently the governing body of CCHP. Conversion to a COHS is expected to have no impact on the current governance or organizational structure. Conversion from a two plan to a single plan model requires the State Department of Health Care Services (DHCS) approval, a new County Ordinance, Federal approval of a section 1115 Waiver or other waiver for the creation of a new COHS, and execution of the implementing single plan model managed care plan (MCP) contract with DHCS. The State timeline for model conversion consideration is as follows: BACKGROUND: (CONT'D) Letter of intent approved by the Board by April 30, 2021 (approved by the Board on April 27, 2021 and submitted to the State). CCHP to submit documentation for preliminary planning for a network contracting strategy and ongoing negotiations to support the increased capacity necessary for the local plan responsibility for January 2024 by September 1, 2021 (completed and submitted on August 16, 2021). Please see attached CCHP Network Contracting Strategy Attachment. County Ordinance adoption by October 1, 2021 (as requested in this Board action). State legislative action, if needed, by September 10, 2021 (this step is not required for CCHP). After October 19, 2021 Final Commercial Plan RFP release. 2021-2022 DHCS will work with federal Centers for Medicare and Medicaid Services (CMS) for necessary waiver amendments and other approvals. January 2024 new contracts and plans begin. On March 12, 2021 the Contra Costa Health Plan Joint Conference Committee received and reviewed the option for a CCHP conversion to a single plan model. Supervisors Andersen and Glover are voting members on the Committee, which approved the concept and recommended forwarding the submission to the full County Board of Supervisors for approval. On April 27, 2021 the County Board of Supervisors accepted the concept introduced by the Contra Costa Health Plan at the March 12, 2021 Joint Conference Committee Meeting to convert CCHP from a Medi-Cal two plan model to a single plan model known as a County Organized Health System (COHS), and authorized the Chair of the Board and the Contra Costa Health Plan (CCHP) CEO to sign a non-binding letter of intent to the State of California. As a condition of moving forward to a single plan model the State is requiring an ordinance for any County that is seeking a model change. The State considers the public review process and other aspects of an ordinance important for the interests of Medi-Cal beneficiaries regarding a potential change of this type. Accordingly, an ordinance has been drafted to comply with the State’s requirement. The ordinance stipulates that the “Contra Costa Health Plan is authorized to serve as the single local plan for Medi-Cal managed care enrollees in the County upon approval of the California Department of Health Care Services”. The County’s obligation to implement the single plan model ultimately is dependent upon DHCS’ acceptance of CCHP’s submitted documentation and network contracting strategy, the receipt of all necessary federal approvals, and execution of the Medi-Cal MCP contract with DHCS for a single plan model. On August 31, 2021, the State conditionally approved the County's request to move to a single model. Additional information can be found in the attached DHCS Conditional Approval Decision Letter. CONSEQUENCE OF NEGATIVE ACTION: Failure to approve the ordinance, will prevent CCHP from meeting the State requirements for further model conversion consideration. CLERK'S ADDENDUM Speaker: Les Ybarra, President of California Medicaid, Anthem Blue Cross. Written remarks Speaker: Les Ybarra, President of California Medicaid, Anthem Blue Cross. Written remarks attached. AGENDA ATTACHMENTS Ordinance No. 2021-31 CCHP Network Contracting Strategy DHCS Conditional Approval Decision Letter MINUTES ATTACHMENTS Correspondence Received ORDINANCE NO. 2021-31 Page 1 ORDINANCE NO. 2021-31 AN ORDINANCE AUTHORIZING CONTRA COSTA HEALTH PLAN TO SERVE AS THE SINGLE LOCAL PLAN FOR MEDI-CAL MANAGED CARE ENROLLEES IN CONTRA COSTA COUNTY The Contra Costa County Board of Supervisors ordains as follows: Section 1. Purpose. To protect the health, welfare and safety of the people of Contra Costa County, it is necessary to ensure that the County Health Services Department maintains its flexibility to serve Medi-Cal managed care enrollees in the most effective manner, including but not limited to serving enrollees through a single local plan model. Section 2. Findings and Declaration. The Board of Supervisors finds and declares as follows: (a) Residents of Contra Costa County who are Medi-Cal beneficiaries are currently served under the two-plan model of Medi-Cal managed care that was established by the California Department of Health Care Services. (b) Contra Costa Health Plan, which is directly owned and operated by the County, currently serves as the local initiative plan under the existing two-plan model. (c) The California Department of Health Care Services has offered counties the opportunity to transition to a single local plan model of Medi-Cal managed care. (d) The County operates Contra Costa Health Plan within the County Health Services Department, as authorized by Government Code Section 25209.6, which imposes no limitations on the contracting models available to the County-operated health plan. (e) A single local plan allows for enrollment in one local public health plan, making entry into the health care system and managing care for members more effective and efficient. (f) Contra Costa Health Plan is well-positioned to become the single local Medi-Cal managed care plan because it serves more than 80% of the local Medi-Cal population, contracts with most health care providers who furnish services to Medi-Cal enrollees in the County, and has a demonstrated record of success in arranging and providing Medi- Cal services through managed care. (g) It is in the best interests of the County to maintain its flexibility to operate in a manner that best serves the County’s Medi-Cal managed care population. ORDINANCE NO. 2021-31 Page 2 Section 3. Single Local Plan Model. Contra Costa Health Plan is authorized to serve as the single local plan for Medi-Cal managed care enrollees in the County, upon approval of the California Department of Health Care Services. Section 4. Other Contracting Models. Nothing in this ordinance precludes the County from continuing to operate under the two-plan model or from opting into any other Medi-Cal managed care contracting model the State makes available. Section 5. Effective Date. This ordinance becomes effective 30 days after passage, and within 15 days after passage shall be published once with the names of supervisors voting for or against it in the East Bay Times, a newspaper published in this County. PASSED ON September 14, 2021, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ATTEST: MONICA NINO, ____________________________ Clerk of the Board of Supervisors Board Chair and County Administrator By: _________________________ [SEAL] Deputy Contra Costa Health Plan (CCHP) Network Contracting Strategy: Our DHCS Annual Certification deemed our network adequate, and we can accommodate future membership growth and ensure access to timely preventive services, specialty care, and hospital services. With a stable and robust network, our current market share for membership is 87% and our delivery systems are more than adequate for a 100% of the Medi-Cal Managed Care members.  CCRMC places CCHP at a highly favorable position to provide superior quality services to all Medi-Cal members as the Safety Net Provider for the County.  Kaiser as a plan partner dominates the marketplace and is a major advantage to our network capacity. CCHP’s Current Provider Network: CCHP’s current network has the capacity to accommodate expanded membership. We are contracted with four major delivery systems in our County.). Our strong network can accommodate thousands of new members. CCHP network includes:  Over 830 Primary Care Physicians  Eight Hospitals and 2 Tertiary Facilities in our combined 4 networks  Approximately 14,300 Specialists Due to our extensive network, we can easily absorb the care for membership growth and the conversion to a single plan model. Below is a high-level overview:  Our Specialty Network is three times the size of Anthem’s Network  Three additional hospitals are included in CCHP’s network: o Contra Costa Regional Medical Center (CCRMC) o Kaiser Hospital -Antioch o Kaiser Hospital - Richmond  Eleven additional Federally Qualified Health Centers (the CCRMC delivery system) are included in CCHP’s network.  California Children Services program in Contra Costa County currently has 4,079 members. CCHP’s membership is 3,266 representing approximately 80% of the CCS membership. Based on the ratio of specialty pediatric providers CCHP can easily absorb an extra 20%. Currently, in both Anthem’s & CCHP’s network we have the premier Page 2 of 3 Children’s hospital in the East Bay, UCSF Children’s Hospital Oakland along with the IPA, Children’s First Medical Group. In addition, Sandford’s Lucille Packard Hospital is in each network. Within the County there are three hospitals to include all three health delivery systems, John Muir, Kaiser and Sutter. Current specialty and hospital networks are in both networks.  A comparison of the Long-Term Care Facilities in the county shows two ma jor delivery system Kindred and Kentfield. Both systems are part of Anthem and CCHP’s network. However, CCHP will continue to expand the network as new LTC facilities expand into the County.  Our Skilled Nursing Facilities have 33 SNFS. When compared to Anthem’s SNF network – 19 of the SNFs are in both networks. CCHP Network Expansion Strategy 2021-2023: Anthem’s network does not include Kaiser as a plan partner, or the Contra Costa Regional Medical Center (CCRMC) inclusive of the hospital and the e leven geographical dispersed Federally Qualified Health Centers (FQHCs). CCHP will continue this relationship. When comparing Anthem’s network to CCHP it should be noted: every hospital, FQHC, ancillary and primary care provider in the Anthem network ar e included in CCHP’s network; a one hundred percent match. Of the Specialists in the Anthem network ninety-nine percent are currently included in the CCHP network. Any non-CCHP provider will be recruited if there are any specialty services deficiencies b ased on DHCS network adequacy standards. Recruitment of providers is an on-going process within our Provider Contracting Department and we can expand the provider network when necessary within a 90 day period. Provider recruitment has no impact for access to services for Medi-Cal members. At any given time during the recruitment period, CCHP is prepared to sign Letters of Agreement while credentialling of providers is occurring in the background. CCHP’s network adequacy process is a monthly evaluation of the network where we discuss objectives, strategies and our tactical action plans. A constant evaluation of the network ensures the entire network is stable at any given time. Network expansion strategies are to expand and add more out-patient capacity. Our Contracting Negotiations & Network Roadmap includes:  Children’s First Medi-Cal Group a Pediatric multi-specialty provider is expanding offices into Contra Costa County.  Approach Kaiser Antioch to expand in-patient care that will add another hospital in the East Bay.  Expanding more Behavioral Health Telehealth, and ABA Providers.  Adding more specialists to Telehealth such as; Neurology and Endocrinology.  Strong interest in building out Telehealth as a viable network to meet member preferences.  Working with all of our delivery systems to identify their new services and projections for new providers. Page 3 of 3  Working with the large Medi-Cal Groups on their roadmap for recruiting physicians.  Coordination with the local Alameda Contra Costa Medi-Cal Association to determine the projections for growth in Contra Costa County.  CCHP has started negotiation with UCD on the new Major Organ Transplant Program which will add another Center of Excellency for future transplants.  Developing a deep-dive on any new specialists that may be required after the COVID-19 Pandemic.  California Children’s Services: deep dive of the top 10 specialties required for CCS conditions and expand the CCS Network  Approach San Ramon Medical Center to get CCS paneled to add another CCS Hospital  Evaluate Long Term Care facilities in adjacent counties to expand further (Alameda/Solano counties) – COHS required  Asses Skilled Nursing Facility in adjacent counties to expand further –COHS required CCHP’s 48 years’ rich legacy as being part of the Safety Net for Contra Costa County is in a high state of readiness to provide high quality care to all Medi-Cal members in our county. Based on our capacity, strong relationship and partnership of trust in the community we are poised to successfully convert to a single plan model. Director’s Office MS 0000, P.O. Box 997413, Sacramento, CA 95899-7413 (916) 440-7400 Phone, (916) 440-7404 fax Internet Address: http://www.DHCS.ca.gov State of California—Health and Human Services Agency Department of Health Care Services WILL LIGHTBOURNE GAVIN NEWSOM DIRECTOR GOVERNOR August 31, 2021 Patrick Godley Chief Operating Officer and Chief Financial Officer Contra Costa Health Services 50 Douglas Dr. Ste. 310A Martinez, CA 94533 Subject: Letter of Intent – Conditional Approval Notice Dear Mr. Godley: The Department of Health Care Services (DHCS) has completed the review of the Letter of Intent (LOI) and all required materials submitted by Contra Costa County in response to the County Managed Care Transition to Local Plan: Letter of Intent Instructions.1 As described in the Letter of Intent Instructions, DHCS has authority to determine which, and how many, managed care plans (MCPs) with which the State contracts for Medi-Cal services in all counties. DHCS determination is ultimately guided by the best interests of our Medi-Cal beneficiaries and State goals for the Medi-Cal managed care delivery system under CalAIM, namely to drive quality of care improvements, streamline and reduce complexity, and build on whole person care approaches. This letter is to provide conditional approval to Contra Costa County on successfully passing initial requirements of the LOI which included review of historical quality of care performance and financial information submitted with the LOI. This letter is to provide conditional approval to Contra Costa County on successfully passing initial requirements of the LOI which included review of initial financial and quality of care performance information submitted with the LOI. Additional financial information is requested as noted below. Contra Costa County is approved to move on to the next 1 Available at: https://www.dhcs.ca.gov/services/Documents/MMCD/County-Managed-Care-Transition.pdf. Director’s Office MS 0000, P.O. Box 997413, Sacramento, CA 95899-7413 (916) 440-7400 Phone, (916) 440-7404 fax Internet Address: http://www.DHCS.ca.gov phase of the LOI process as outlined below. DHCS is approving the request based on review of the following: 1. Quality Performance DHCS utilized the MCP’s HEDIS® Aggregated Quality Factor Score based on the Medi-Cal Managed Care Accountability Set (MCAS) measures for Reporting Years (RY) 2017 to RY 2019. For counties/MCPs that applied to become a single plan, DHCS compared each MCP’s score to the statewide and model type benchmarks in the county in which the county/MCP has applied through the model change process. DHCS conditionally passed MCPs if the MCP’s score was higher than both statewide and model type benchmarks in the county they are currently operating. For MCPs that applied to expand to new counties, DHCS also compared the MCP’s score to the county benchmark in the new expansion county. 2. Financial Information DHCS reviewed the initial MCP financial information submitted with the LOI, supplemented with other financial data submitted by the MCP if necessary. DHCS evaluated the financial health and viability of the MCP including, but not limited to, the MCP’s net income, working capital ratio, tangible net equity, cash flow, and other metrics. DHCS conditionally passed MCPs if the MCP’s data was not indicative of poor financial health or inability to manage or assume additional financial risk. DHCS requests the following financial information from the County: 1. Financial attestations of the following: a. The county, or county health authority, is in good financial standing, has a working capital ratio of at least 1:1, and is able to assume financial risk for Medi-Cal managed care services for Medi-Cal members in the county. b. The county, or county health authority, will have the ability to self-fund all pre- implementation activities, including readiness requirements, and will not require funding from DHCS related to the cost of these activities. c. The county health authority will meet financial readiness requirements that are similar to the example requirements listed in the Boilerplate Contracts under Section 2 “Financial Information”, Section 8 “Provider Compensation Arrangements”, and Section 20 “Budget Detail and Payment Provisions”. 2 2. A copy of the county’s, or county health authority’s, most recent extant annual financial statement and forecast 3. A description of any health-related financial sanctions or corrective action plans in effect, and whether the county anticipated they will be lifted or completed by January 2024. 2 See link here: https://www.dhcs.ca.gov/provgovpart/Pages/MMCDBoilerplateContracts.aspx Director’s Office MS 0000, P.O. Box 997413, Sacramento, CA 95899-7413 (916) 440-7400 Phone, (916) 440-7404 fax Internet Address: http://www.DHCS.ca.gov Please provide this financial information by October 15, 2021. If you have any questions please feel free to contact us. The next phase of the LOI process requires Contra Costa County to submit to DHCS, by October 10, 2021, their Approved County ordinance and submission of any State Statute changes filed by the County. In addition, Contra Costa County will be required to submit their Network Strategy to DHCS by December 3, 2021. DHCS will post guidance on the Network Contracting Strategy Reporting by Friday, September 3 and we will notify you when the link is live. Contra Costa Health Plan will be also be required to submit all necessary Operational Readiness Deliverables as outlined by DHCS as part of the Plan Operational Readiness process. DHCS will provide additional details regarding Operational Readiness in the first quarter of 2022. Please confirm within five (5) business days your acceptance of this Conditional Approval for Contra Costa County to transition to a County Organized Health Delivery System (COHS). The notice of acceptance can be sent to Kimberly Seid via e-mail kimberly.seid@dhcs.ca.gov. Sincerely, Original Signed by Susan Philip Susan Philip Deputy Director Health Care Delivery Systems Department of Health Care Services CC: Jacey Cooper State Medicaid Director Chief Deputy Director Health Care Programs Department of Health Care Services Lindy Harrington Deputy Director Health Care Financing Department of Health Care Services Les Ybarra, President CA Medicaid Anthem, Inc. 425 East Colorado Street, Suite 600 Glendale, CA 91205 (818) 914-8392 September 3, 2021 The Honorable Diane Burgis Chair, Contra Costa County Board of Supervisors VIA E-MAIL RE: 9/07/21 Agenda Item C.34 – Request to Remove from Consent Agenda Dear Board Chair Burgis : Thank you for the work you and fellow Supervisors do to ensure the best healthcare for individuals in Contra Costa County. As the state prepares to release an RFP for Medicaid coverage and you consider the potential to move from a county offering two choic es of coverage to their Medi-Cal members to a single plan, I respectfully request that Item C.34 be pulled from the consent agenda and allow for discussion on the model change ordinance. Providing historical context and sharing Anthem Blue Cross’ vision fo r implementing the quickly approaching, expansive changes required by CalAIM is a critical component in any decisions to be made about changing Medi-Cal offerings in Contra Costa county. Since 1994 Anthem Blue Cross has been a partner with the state in m oving Medi-Cal from fee-for-service coverage to managed care. This partnership continues as we work with counties and critical Community Based Organizations to build the substantial infrastructure and programs required to bring enhancements required by the Department of Managed Healthcare Services’ (DHCS) CalAIM program. Our Special Programs team, led by Beau Hennemann, is a recognized leader in building CalAIM programs to reality. Anthem Blue Cross’ experience in other markets along with our Foundation and administrative resources benefit local development and the build out of a long -term infrastructure to better coordinate resources and prepare upcoming Medi-Cal transformation. We bring experience to the county with upcoming program implementations relat ed to Long Term Care (LTC) and LTC transitions programs which have been live sin ce 2013 in Los Angeles and Santa Clara Counties. Anthem has experience to draw upon from other states establishing foster care, jail re -entry and other programs that are components of CalAIM. We are proud of our service to our members and the communities in Contra Costa County. We are committed to building out these programs that move healthcare beyond facility walls and focus on the holistic needs of our members. As with the coverage we provide for our employer groups, for individuals in Covered California, and our senior members in Medicare, it is also true for our Medicaid members – having coverage options and a competitive marketplace empowers the individual and drive s innovation. We ask that you keep these important health plan options open for your Medi-Cal constituents. Anthem Blue Cross understands the importance of your decision regarding how Medi-Cal will be provided to county resident s . As a Medi-Cal provider in the community for twenty three years , we remain committed to providing Contra Costa County residents an option in their Medi-Cal coverage and look forward to having a dialog with you ahead of your final determination on a contract model for the county. Sincerely, Les Ybarra , President of California Medicaid Anthem Blue Cross CC: Supervisor Glover Supervisor Gioia Supervisor Andersen Supervisor Mitchoff Jami Morritt, Chief Assistant Clerk of the Board RECOMMENDATION(S): 1. ADOPT Resolution No. 2021/269, initiating proceedings for the formation of a new zone, Zone 214, within County Service Area P-6, in the Bay Point area of the County. 2. FIX a public hearing for October 5, 2021, at 9:00 a.m., on the formation of Zone 214 within County Service Area P-6. 3. FIX a public hearing for October 5, 2021, at 9:00 a.m., to consider the adoption of Ordinance 2021-29, which would authorize the levy of a special tax to augment funding for police protection services in proposed Zone 214, and to authorize submission of the ordinance to the voters for approval at the December 7, 2021 election. FISCAL IMPACT: The cost of establishing the proposed Police Services Special Tax District is paid for by the developer of the subdivision. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jennifer Cruz, (925) 655-2867 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: C. 35 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:RESOLUTION OF INTENTION TO FORM ZONE 214 OF COUNTY SERVICE AREA P-6 IN THE BAY POINT AREA OF THE COUNTY. (DISTRICT V) BACKGROUND: Per the conditions of approval for Subdivision 9467 (County File #SD17-9467), the developer of the property located at 255 N Bella Monte Avenue in the Bay Point area is required to establish a Special Police Services Tax District for the 6-lot subdivision prior to recording the final map for the subdivision. The proposed special tax district would fund an increase in the level of police protection services that is provided in the Bay Point area. Adoption of a resolution of intent to form a new tax district (Resolution No. 2021/269) is required by Government Code Section 25217, subdivision (b), as the first step in forming the proposed zone, which will serve as the vehicle to collect special taxes within the proposed zone if the tax measure is approved by the voters on the December 7, 2021, ballot. The resolution includes information regarding the name and boundaries of the zone, the different level of services to be provided, and the method by which the increased level of service is to be funded. The resolution also directs the Clerk of the Board to publish and mail notice of a public hearing regarding the proposed zone formation. It is recommended that the Board set this hearing for 9:00 a.m. on October 5, 2021. If at the conclusion of that public hearing the Board determines that more than 50% of the total number of voters residing within the proposed zone have filed written objections to the formation, Government Code Section 25217.1, subdivision (b)(1), would require the Board to determine that a majority protest exists and to terminate the proceedings. The proposed police service district currently consists of a single 0.62-acre property owned by the Discovery Homes Holdings, LLC, who per the conditions of approval for the subdivision is required to establish the police service district prior to recording the final map. If there is no majority protest and the Board elects to proceed with the formation of the zone, a second public hearing would be required to consider the approval of Ordinance No. 2021-29, pertaining to the proposed levy of a special tax on the subject parcel within Zone 214 for police protection services and submission of the measure to the voters, pursuant to Government Code Section 50077, subdivision (a). It is recommended that this hearing be set at 9:00 a.m. on October 5, 2021, immediately following the hearing on the zone formation. If the Board thereafter adopts Ordinance No. 2021-29, then the tax measure would be submitted for placement on the December 7, 2021 ballot. CONSEQUENCE OF NEGATIVE ACTION: If not approved, Ordinance No. 2021-29 will not be adopted, formation of Special Tax Zone 214 will not occur, and the Special Tax District will not be established at the December 7, 2021 hearing. AGENDA ATTACHMENTS Resolution 2021/269 Exhibit_A_Legal_Description Exhibit_B_Plat_Map MINUTES ATTACHMENTS Signed Resolution No. 2021/269 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/269 RESOLUTION OF INTENTION TO FORM ZONE 214 OF COUNTY SERVICE AREA P-6 IN THE BAY POINT AREA The Board of Supervisors of Contra Costa County RESOLVES: 1. The Board of Supervisors of Contra Costa County proposes the formation of new zone in the Bay Point area of County Service Area (CSA) P-6, pursuant to Article 8 of Chapter 2.3 of Part 2 of Division 2 of Title 3 of the California Government Code. 2. The boundaries of the territory to be included in the zone area are described in 'Exhibit A' and shown in 'Exhibit B', both of which are attached hereto and incorporated herein by this reference. 3. The formation of Zone 214 is proposed to provide the County of Contra Costa with a method of financing an increased level of police protection services to the area within the zone. 4. The proposed zone would provide a level of police protection services that exceeds the level of service outside the zone, and if approved by the voters, the proposed zone would generate additional revenue in the form of special taxes to fund the increase in this level of service. 5. The increase in the level of service would be financed through the levy of a voter-approved special tax on all taxable parcels within the zone. 6. The name proposed for the zone is "Zone 214" of CSA P-6. NOW, THEREFORE, BE IT RESOLVED THAT at 9:00 a.m. on October 5, 2021, in the Chamber of the Board of Supervisors, County Administration Building, 1025 Escobar Street, Martinez, CA 94553, this Board will conduct a public hearing upon the proposed formation of Zone 214 of CSA P-6. The Clerk of the Board is hereby directed to give notice of the public hearing by (1) publishing a notice that complies with Government Code Section 25217, subdivision (d)(1), pursuant to Government Code Section 6061; (2) mailing the notice to all owners of property within the proposed zone; (3) mailing the notice to each city and special district that contains, or whose sphere of influence contains the proposed zone; and (4) verifying that the notice is posted in at least three public places within the territory of the proposed zone. Contact: Jennifer Cruz, (925) 655-2867 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: RECOMMENDATION(S): 1. ADOPT Resolution No. 2021/270, initiating proceedings for the formation of a new zone, Zone 1517, within County Service Area P-6, in the unincorporated Walnut Creek area of the County. 2. FIX a public hearing for October 5, 2021, at 9:00 a.m., on the formation of Zone 1517 within County Service Area P-6. 3. FIX a public hearing for October 5, 2021, at 9:00 a.m., to consider the adoption of Ordinance 2021-30, which would authorize the levy of a special tax to augment funding for police protection services in proposed Zone 1517, and to authorize submission of the ordinance to the voters for approval at the December 7, 2021, election. FISCAL IMPACT: The cost of establishing the proposed Police Services Special Tax District is paid for by the developer of the subdivision. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jennifer Cruz, (925) 655-2867 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: C. 36 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:RESOLUTION OF INTENTION TO FORM ZONE 1517 OF COUNTY SERVICE AREA P-6 IN THE UNINCORPORATED WALNUT CREEK AREA OF THE COUNTY. (DISTRICT II) BACKGROUND: Per the conditions of approval for Subdivision 9547 (County File #SD20-9547), the developer of the property located at 2424 Olympic Boulevard in the unincorporated Walnut Creek area is required to establish a Special Police Services Tax District for the 6-lot subdivision prior to recording the final map for the subdivision. The proposed special tax district would fund an increase in the level of police protection services that is provided in the unincorporated Walnut Creek area. Adoption of a resolution of intent to form a new tax district (Resolution No. 2021/270) is required by Government Code Section 25217, subdivision (b), as the first step in forming the proposed zone, which will serve as the vehicle to collect special taxes within the proposed zone if the tax measure is approved by the voters on the December 7, 2021, ballot. The resolution includes information regarding the name and boundaries of the zone, the different level of services to be provided, and the method by which the increased level of service is to be funded. The resolution also directs the Clerk of the Board to publish and mail notice of a public hearing regarding the proposed zone formation. It is recommended that the Board set this hearing for 9:00 a.m. on October 5, 2021. If at the conclusion of that public hearing the Board determines that more than 50% of the total number of voters residing within the proposed zone have filed written objections to the formation, Government Code Section 25217.1, subdivision (b)(1), would require the Board to determine that a majority protest exists and to terminate the proceedings. The proposed police service district currently consists of a single 0.98-acre property owned by the Walnut Creek Venture, Inc., who per the conditions of approval for the subdivision is required to establish the police service district prior to recording the final map. If there is no majority protest and the Board elects to proceed with the formation of the zone, a second public hearing would be required to consider the approval of Ordinance No. 2021-30, pertaining to the proposed levy of a special tax on the subject parcel within Zone 1517 for police protection services and submission of the measure to the voters, pursuant to Government Code Section 50077, subdivision (a). It is recommended that this hearing be set at 9:00 a.m. on October 5, 2021, immediately following the hearing on the zone formation. If the Board thereafter adopts Ordinance No. 2021-30, then the tax measure would be submitted for placement on the December 7, 2021, ballot. CONSEQUENCE OF NEGATIVE ACTION: If not approved, Ordinance No. 2021-30 will not be adopted, formation of Special Tax Zone 1517 will not occur, and the Special Tax District will not be established at the December 7, 2021, hearing. AGENDA ATTACHMENTS Resolution 2021/270 Exhibit A - Legal Description Exhibit B - Plat Map MINUTES ATTACHMENTS Signed Resolution No. 2021/270 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/270 RESOLUTION OF INTENTION TO FORM ZONE 1517 OF COUNTY SERVICE AREA P-6 IN THE UNINCORPORATED WALNUT CREEK AREA The Board of Supervisors of Contra Costa County RESOLVES: 1. The Board of Supervisors of Contra Costa County proposes the formation of new zone in the Bay Point area of County Service Area (CSA) P-6, pursuant to Article 8 of Chapter 2.3 of Part 2 of Division 2 of Title 3 of the California Government Code. 2. The boundaries of the territory to be included in the zone area are described in 'Exhibit A' and shown in 'Exhibit B', both of which are attached hereto and incorporated herein by this reference. 3. The formation of Zone 1517 is proposed to provide the County of Contra Costa with a method of financing an increased level of police protection services to the area within the zone. 4. The proposed zone would provide a level of police protection services that exceeds the level of service outside the zone, and if approved by the voters, the proposed zone would generate additional revenue in the form of special taxes to fund the increase in this level of service. 5. The increase in the level of service would be financed through the levy of a voter-approved special tax on all taxable parcels within the zone. 6. The name proposed for the zone is "Zone 1517" of CSA P-6. NOW, THEREFORE, BE IT RESOLVED THAT at 9:00 a.m. on October 5, 2021, in the Chamber of the Board of Supervisors, County Administration Building, 1025 Escobar Street, Martinez, CA 94553, this Board will conduct a public hearing upon the proposed formation of Zone 1517 of CSA P-6. The Clerk of the Board is hereby directed to give notice of the public hearing by (1) publishing a notice that complies with Government Code Section 25217, subdivision (d)(1), pursuant to Government Code Section 6061; (2) mailing the notice to all owners of property within the proposed zone; (3) mailing the notice to each city and special district that contains, or whose sphere of influence contains the proposed zone; and (4) verifying that the notice is posted in at least three public places within the territory of the proposed zone. Contact: Jennifer Cruz, (925) 655-2867 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: RECOMMENDATION(S): REAPPOINT Mary Flott, Alamo resident, to the District II seat on the Family and Children's Trust Committee for a two-year term with an expiration date of September 30, 2023, as recommended by Supervisor Candace Andersen. FISCAL IMPACT: NONE BACKGROUND: In 1982 the Board of Supervisors established the Family and Children's Trust (FACT) Committee to make recommendations regarding the allocation of funds for the prevention and intervention services to reduce child abuse and neglect, provide support services for families with children, and promote a more coordinated seamless system of services. In addressing the needs of the community focusing on prevention and intervention services to reduce child abuse and neglect, FACT maintains a committee comprised of individuals with diverse knowledge, backgrounds, and community perspectives regarding community needs to serve families with children. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jill Ray, 925-957-8860 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: District 2 Supervisor, Maddy Book, FACT, Appointee C. 37 To:Board of Supervisors From:Candace Andersen, District II Supervisor Date:September 7, 2021 Contra Costa County Subject:APPOINTMENT TO THE FAMILY AND CHILDREN'S TRUST COMMITTEE BACKGROUND: (CONT'D) Supervisor Andersen has been pleased with Ms. Flott's involvement on FACT over the years and would like her to continue for another term. CONSEQUENCE OF NEGATIVE ACTION: The seat will become vacant. CHILDREN'S IMPACT STATEMENT: NONE RECOMMENDATION(S): APPOINT Shauna Polk to the District 3 seat on the Contra Costa Commission for Women and Girls to a term expiring February 28, 2022, as recommended by Supervisor Diane Burgis. Shauna Polk Brentwood, CA FISCAL IMPACT: None. BACKGROUND: The District 3 seat has been vacant since October 2017. Applications were accepted and the recommendation to appoint the above individual was then determined. CONSEQUENCE OF NEGATIVE ACTION: The seat would remain vacant. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lea Castleberry 925-252-4500 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 38 To:Board of Supervisors From:Diane Burgis, District III Supervisor Date:September 7, 2021 Contra Costa County Subject:APPOINTMENT TO WOMEN'S COMMISSION RECOMMENDATION(S): APPOINT the following individual to the District II Alternate Seat of the Assessment Appeals Board for a three-year term with an expiration date of September 1, 2024, as recommended by Supervisor Candace Andersen: Victoria Smith Orinda, CA 94563 FISCAL IMPACT: NONE BACKGROUND: Established May 29, 1973 by Ordinance 73-45, the Assessment Appeals Board is the Board of Equalization for the County, with the power to equalize the valuation of the taxable property in the County for the purpose of taxation and review, as well as equalize and adjust penal and escaped assessments on the roll. There are five Appeals Board Members, and five Alternate Members. To be eligible for these positions, a person must meet the following qualifications: 1. Be knowledgeable in the area of property appraisal and taxation. 2. Have a minimum of five years professional experience in California as one of the following: Certified Public Accountant, Public Accountant, Licensed Real Estate Broker, Attorney, or Property Appraiser accredited by a national professional organization. 3. Five years experience in California as an appraiser certified by the State Board of Equalization. Assessment Appeals Board members serve staggered APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jill Ray, 925-957-8860 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: District 2 Supervisor, Maddy Book, Assessment Appeals Board, Appointee C. 39 To:Board of Supervisors From:Candace Andersen, District II Supervisor Date:September 7, 2021 Contra Costa County Subject:APPOINTMENT TO THE ASSESSMENT APPEALS BOARD three year terms. BACKGROUND: (CONT'D) Supervisor Andersen advertised the vacancy, interviewed Ms. Smith, her credentials have been verified, and feels she will make a positive addition to the Board. CONSEQUENCE OF NEGATIVE ACTION: The seat will remain vacant. RECOMMENDATION(S): APPOINT the following person to the District II Seat of the First 5 Children and Families Commission for a three-year term with an expiration date of September 6, 2024, as recommended by Supervisor Candace Andersen: Marilyn Cachola Lucey Alamo, CA 94507 FISCAL IMPACT: NONE BACKGROUND: The Contra Costa County Board of Supervisors established the First 5 Contra Costa Children and Families Commission on June 15, 1999 (Ordinance 99-15). The Board appointed nine Commission members and nine Alternate members on September 1, 1999. Members include one Supervisor from the County Board of Supervisors, the Director of Health Services and Employment and Human Services, and a representative from the County Administrator’s Office of Children’s Services. The other five members of the Commission are appointed by the Board of Supervisors and represent each Supervisorial District. Commissioners and Alternate Commission members represent various disciplines and backgrounds including pediatrics, early childhood education, child welfare, and schools. Alternate members, including second representatives from the Board of Supervisors, the county agencies mentioned above, and the five APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jill Ray, 925-957-8860 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: District 2 Supervisor, Maddy Book, First 5, Appointee C. 40 To:Board of Supervisors From:Candace Andersen, District II Supervisor Date:September 7, 2021 Contra Costa County Subject:APPOINTMENT TO THE FIRST 5 CONTRA COSTA CHILDREN AND FAMILIES COMMISSION districts, hold all the powers of the appointed Commissioners except voting privileges. CONSEQUENCE OF NEGATIVE ACTION: The seat will become vacant. CHILDREN'S IMPACT STATEMENT: The First 5 Children and Families Commission achieves all 5 Children's Impact Statements: • Children Ready for and Succeeding in School • Children and Youth Healthy and Preparing for Productive Adulthood • Families that are Economically Self Sufficient • Families that are Safe, Stable, and Nurturing • Communities that are Safe and Provide a High Quality of Life for Children and Families RECOMMENDATION(S): REAPPOINT the following person to the District II Seat on the Contra Costa County Merit Board for a four-year term with an expiration date of June 30, 2025, as recommended by Supervisor Candace Andersen: Dennis Reigle Danville, CA 94506 FISCAL IMPACT: NONE BACKGROUND: The Contra Costa County Merit Board consists of five (5) residents of Contra Costa County who are neither County or District employees nor employees of any organization representing County or District employees. Merit Board members shall be appointed by the Board of Supervisors. They are given the following powers and APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jill Ray, 925-957-8860 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: District 2 Supervisor, Maddy Book, Merit Board, Appointee C. 41 To:Board of Supervisors From:Candace Andersen, District II Supervisor Date:September 7, 2021 Contra Costa County Subject:APPOINTMENT TO THE CONTRA COSTA COUNTY MERIT BOARD BACKGROUND: (CONT'D) duties: • The Merit Board shall hear and make final determinations on: appeals from orders and actions of dismissal; suspension; or reduction in rank or compensation unless alternative jurisdiction is conferred by the board of supervisors. When it is given such jurisdiction by the Board of Supervisors, it may decide discrimination complaints and other matters. • It shall hear and make recommended determinations on other matters, when it is given jurisdiction of such matters by the Board of Supervisors. • The Merit Board as a whole shall monitor the operation of the County Personnel Management System including the Merit System and report its recommendations from time to time to the Board of Supervisors. CONSEQUENCE OF NEGATIVE ACTION: The seat will become vacant. CHILDREN'S IMPACT STATEMENT: NONE RECOMMENDATION(S): APPOINT Bruce Gekko to the Appointee 2 seat on County Service Area, P-2A to a term expiring December 31, 2021, as recommended by Supervisor Diane Burgis. Bruce Gekko Danville, CA 94506 FISCAL IMPACT: None. BACKGROUND: The Appointee 2 seat was vacated by the Board of Supervisors on August 3, 2021. Applications were accepted and the recommendation to appoint the above individual was then determined. CONSEQUENCE OF NEGATIVE ACTION: The seat would remain vacant. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lea Castleberry 925-252-4500 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 42 To:Board of Supervisors From:Diane Burgis, District III Supervisor Date:September 7, 2021 Contra Costa County Subject:APPOINTMENT TO P-2A RECOMMENDATION(S): APPOINT the following individual to the District IV seat on the Assessment Appeals Board to a term ending on September 1, 2024, as recommended by Supervisor Karen Mitchoff Richard Frankel Walnut Creek, CA 94598 APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS Contact: Lisa Chow, (925)521-7100 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: , Deputy cc: C. 43 To:Board of Supervisors From:Karen Mitchoff, District IV Supervisor Date:September 7, 2021 Contra Costa County Subject:REAPPOINT Richard Frankel to the Assessment Appeals Board District IV Seat FISCAL IMPACT: none BACKGROUND: Established May 29, 1973 by Ordinance 73-45, the Appeals Board is the Board of Equalization for the County, with the powers to equalize the valuation of the taxable property in the County for the purpose of taxation and review, equalization and adjust penal and escaped assessments on the roll. CONSEQUENCE OF NEGATIVE ACTION: The seat will become vacant. RECOMMENDATION(S): REAPPOINT Richard Bell to the District 1 seat on the Family & Children's Trust Committee to a term ending September 30, 2023. FISCAL IMPACT: None BACKGROUND: Mr. Bell has been serving successfully and Supervisor Gioia wishes to reappoint him. CONSEQUENCE OF NEGATIVE ACTION: The Family & Children's Trust Committee may not be able to have a quorum of members at their meetings. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: James Lyons, 510-942-2222 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 44 To:Board of Supervisors From:John Gioia, District I Supervisor Date:September 7, 2021 Contra Costa County Subject:REAPPOINT Richard Bell to the District 1 seat on the Family & Children's Trust Committee RECOMMENDATION(S): DECLARE vacant Hazardous Materials Commission General Public Seat held by Audrey Comeaux and DIRECT the Clerk of the Board to post the vacancy. FISCAL IMPACT: None. BACKGROUND: The Hazardous Materials Commission was established in 1986 to advise the Board of Supervisors, County staff and the mayor’s council members, and staffs of the cities within the County, on issues related to the development, approval and administration of the County Hazardous Waste Management Plan. Specifically, the Board of Supervisors charged the Commission with drafting a hazardous materials storage and transportation plan and ordinance, coordinating the implementation of the hazardous materials release response plan and inventory program, and to analyze and develop recommendations regarding hazardous materials issues with consideration to broad public input, and report back to the Board on Board referrals. The bylaws of the Commission provide that the APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Michael Kent, 925-250-3227 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Michael Kent, Marcy Wilhelm C. 45 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Declare Vacancy on the Hazardous Materials Commission BACKGROUND: (CONT'D) General Public seat be appointed by the Board of Supervisors. Ms. Comeaux vacated the seat due to personal reasons. CONSEQUENCE OF NEGATIVE ACTION: The seat will remain unfilled, and this will potentially make it more difficult to achieve a quorum and will potentially lessen the viewpoint of the General Public in Commission deliberations. RECOMMENDATION(S): Reappoint Jeffrey Kalin and Wendy Mailer to new three-year terms on the Managed Care Commission following the end of their current terms on August 31, 2021, and appoint new members Barbara Hockett, Bruce Gorman, and Clifton Louie to three-year terms on the Managed Care Commission. FISCAL IMPACT: None. BACKGROUND: The Managed Care Commission recommends the appointment of the following individuals to the Commission, with terms ending August 31, 2024: • Wendy Mailer to the Member-at-Large #3 seat • Jeffrey Kalin to the Member-at-Large #5 seat • Bruce Gorman to the Member-at-Large #1 seat • Barbara Hockett to the Member-at-Large #4 seat • Clifton Louie to the Provider seat The applicants and recommendations for appointment were discussed APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sharron Mackey, 925-313-6004 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Marcy Wilhelm, Wendy Mascitto C. 46 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Managed Care Commission Member Appointment BACKGROUND: (CONT'D) on the Commission’s agenda at their August 26, 2021 Special Meeting. Due to the urgency of these reappointments and appointments, the Office of the County Administrator recommends that the Board of Supervisors consider these appointments directly. CONSEQUENCE OF NEGATIVE ACTION: Managed Care Commission will have no members at the next meeting. RECOMMENDATION(S): REAPPOINT Floy Andrews to the District I Seat on the Assessment Appeals Board to a term ending September 1, 2024, as recommended by Supervisor Gioia. FISCAL IMPACT: Two hundred dollars ($200) per one half day meeting, three hundred dollars ($300) per full day meeting, and four hundred dollars ($400) for any consecutive meeting days, per SD.2, 4/28/98. 2. As to applications which require one full day of hearing time, or the equivalent thereof, or more, twenty-five dollars ($25) per hour for the time individually required to review the record and prepare a decision or findings, but not to exceed time equal to one-half the hearing time, or twenty hours, whichever is less. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: James Lyons, 510-942-2222 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 47 To:Board of Supervisors From:John Gioia, District I Supervisor Date:September 7, 2021 Contra Costa County Subject:REAPPOINT Floy Andrews to the District 1 seat of the Assessment Appeals Board BACKGROUND: The Assessment Appeals Board is established to assess and equalize the valuation of the taxable property in the County for the purpose of taxation; and to perform all duties required by the State Board of Equalization and State law. CONSEQUENCE OF NEGATIVE ACTION: The seat would remain vacant and may impact the ability of the Assessment Appeals Board to have a quorum at their meetings. RECOMMENDATION(S): REAPPOINT the following individuals to the District IV Seats on the First 5 Children and Families Commission with terms set to expire on September 7, 2024: District IV Seat: Matt Regan Pleasant Hill, CA District IV Alternate Seat: Gareth Ashley Concord, CA FISCAL IMPACT: none BACKGROUND: APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lia Bristol, (925)521-7100 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 48 To:Board of Supervisors From:Karen Mitchoff, District IV Supervisor Date:September 7, 2021 Contra Costa County Subject:REAPPOINT Gareth Ashley and Matt Regan to the District IV seats on the First 5 Children and Families Commission BACKGROUND: (CONT'D) The Contra Costa County Board of Supervisors established the First 5 Contra Costa Children and Families Commission on June 15, 1999 (Ordinance 99-15). The Board appointed nine Commission members and nine Alternate members on September 1, 1999. Members include one Supervisor from the County Board of Supervisors, the directors of the County Departments of Health Services, Employment and Human Services, and a representative from the County Administrator's Office of Children's Services. The other five members of the Commission are appointed by the Board of Supervisors and represent each Supervisory District. Commissioners and Alternate Commission members represent various disciplines and backgrounds including pediatrics, early childhood education, child welfare, and schools. Alternate members, including second representatives from the Board of Supervisors, the county agencies mentioned above, and the five districts, hold all the powers of the appointed Commissioners except voting privileges. CONSEQUENCE OF NEGATIVE ACTION: The seats will become vacant. RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25787 to retitle the classification of Librarian Trainee (3AKA) (represented) to Librarian I (represented) and reallocate it on the Salary Schedule at Salary Plan and Grade QX5 1000 ($5,208.02-$6330.38) five (5) steps; retitle Librarian (3AWA) (represented) positions and its incumbents to Librarian II (represented) and reallocate it on the Salary Schedule at salary Plan and Grade QX5 1001 ($5,728.82-$6,963.42) five (5) steps; and retitle Librarian Specialist (3AVA) (represented) positions and its incumbents to Librarian III (represented) and reallocate it on the Salary Schedule at Salary Plan and Grade QX5 1002 ($6,301.70-$7,659.76) five (5) steps. FISCAL IMPACT: 100% Library Fund. The recommended action will result in increased annual salary and benefits cost of approximately $541,500. BACKGROUND: The Library Trainee classification has for many years been unutilized by the Library due primarily to an advanced degree requirement that is inconsistent with the industry's emerging best practices. Consequently, the salary range for the class has not been updated and currently is not competitive in the regional marketplace. As part of a strategic effort to broaden the pathway to a career in County Library, the Library APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Samuel Treanor at (925) 608-7702 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Sylvia Wong Tam, Samuel Treanor C. 49 To:Board of Supervisors From:Alison McKee, County Librarian Date:September 7, 2021 Contra Costa County Subject:Retitle and Reallocate Three Library Department Classifications on the Salary Schedule BACKGROUND: (CONT'D) is proposing to retitle the Librarian Trainee classification to Librarian I and to frame the classification as an entry level anchor for a Librarian classification series. To complete the series, the Library proposes to retitle Librarian to Librarian II, and Librarian Specialist to Librarian III. In the adjusted Librarian I, II, and III series, the Librarian I classification removes the advance degree requirement and provides a direct promotional path to the Librarian II and Librarian III classifications. The adjusted series also realigns the salary ranges of the affected classifications to the County standard of five levels. The recommended salaries bring the entry level class up to the current market standard. At this time, all Librarian Trainee positions are vacant and no County personnel will be affected by the Librarian I classification adjustments. Librarian and Library Specialist employees assigned to the retitled Librarian II and Librarian III classes will receive small salary increases. CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, the Library will continue to have recruitment and promotion difficulties for its Librarian classifications. AGENDA ATTACHMENTS P300 25787 - Retitle and Reallocate Librarian Classes ATTACHMENT A TO P300 25787 MINUTES ATTACHMENTS Signed P300 25787 POSITION ADJUSTMENT REQUEST NO. 25787 DATE 11/5/2018 Department No./ Department County Library Budget Unit No. 0620 Org No. 3702 Agency No. 85 Action Requested: RETITLE Librarian Trainee (3AKA) to Librarian I and allo cate it on the salary schedule at QXX 1286 ($4,386-$5,602); RETITLE Librarian (3AWA) to Librarian II and reallocate; RETITLE Librarian Specialist (3AVA) to Librarian III and reallocate. Proposed Effective Date: 12/1/2018 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: $0.00 Estimated total cost adjustment (salary / benefits / one time): Total annual cost $541,500.00 Net County Cost $0.00 Total this FY $406,000.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Library Fund Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Allison McKee ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT /s/ Erin Steffen 7/25/21 ___________________________________ ________________ Deputy County Administrator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/23/2021 See Attachment A. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. 10/1/2021(Date) Gladys Scott Reid 8/23/2021 ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 8/25/2021 Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources /s/ Julie DiMaggio Enea Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date11/05/18 No. xxxxxx 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year -to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefit s Costs : b. Support Cost s : (services, supplies, equipment, etc.) c . Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c . financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY ATTACHMENT A TO P300 25787 Retitle the classification of Librarian Trainee (3AKA) (represented) to Librarian I (represented) and reallocate it on the Salary Schedule at Salary Plan and Grade QX5 1000 ($5,208.02-$6330.38) five (5) steps; retitle Librarian (3AWA) (represented) positions and its incumbents to Librarian II (represented) and reallocate it on the Salary Schedule at salary Plan and Grade QX5 1001 ($5,728.82-$6,963.42) five (5) steps; and retitle Librarian Specialist (3AVA) (represented) positions and its incumbents to Librarian III (represented) and reallocate it on the Salary Schedule at Salary Plan and Grade QX5 1002 ($6,301.70-$7,659.76) five (5) steps. RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25785 to transition one Institutional Services Aide-Project (1KW4) (represented) position #17058 and its incumbent at Salary Plan and Grade TB5- 0828 ($3,076 - $3,739) into the Merit System classification of Institutional Services Aide (1KWC) (represented) at Salary Plan and Grade TB5 0828 ($3,076 – $3,739) in the Health Services Department. FISCAL IMPACT: There is no increased cost associated with this action. The position has been, and will continue to be, fully funded by Hospital Enterprise Fund I revenues. BACKGROUND: In December of 2016, the Board adopted the Bridge to Success (BTS) Program to provide employment opportunities to individuals with developmental disabilities. BTS program is an alternative employment process designed to provide alternate means of assessing the qualifications and skills of candidates with disabilities. Candidates must be able to successfully demonstrate their ability to perform the essential functions APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jo-Anne Linares, (925) 957-5240 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Jo-Anne Linares, Dave Duet, Swandi Singh, Sylvia WongTam C. 50 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Transition One Institutional Services Aide-Project Position into the Merit System in the Health Services Department BACKGROUND: (CONT'D) of the job, with or without accommodations, in order to complete their BTS evaluation and transition to the Merit System. The classification of Institutional Services Aide-Project was established with project position #17058 added to the Health Services Department. In January 2019, the Department hired the incumbent into the Institutional Services Aide-Project position, and the employee has successfully met the provisions to transition from project to the merit system in accordance with the County's Bridge to Success Program (BTS). CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, the incumbent of position #17058 will not receive the benefits of being a Merit System employee. AGENDA ATTACHMENTS P300 No. 25785 HSD MINUTES ATTACHMENTS Signed P300 No. 25785 POSITION ADJUSTMENT REQUEST NO. 25785 DATE 8/3/2021 Department No./ Department Health Services Budget Unit No. 0540 Org No. 6522 Agency No. A18 Action Requested: Transition one Institutional Services Aide-Project position #17058 and incumbent into the Merit System in the Health Services Department. Proposed Effective Date: 9/8/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: $0.00 Estimated total cost adjustment (salary / benefits / one time): To tal annual cost $0.00 Net County Cost $0.00 Total this FY $0.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT 100% cost neutral (Enterprise Fund I) Department m us t initiate necessary adjustment and su bmit to CAO. Use additional sheet for further explanations or comments. Jo-Anne Linares ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUM AN RESOURCES DEPARTMENT Sarah Kennard for 8/3/2021 ___________________________________ ________________ Deputy County Administrator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/10/2021 Transition one Institutional Services Aide-Project (1KW4) (represented) position #17058 and its incumbent at Salary Plan and Grade TB5 0828 ($3,076 - $3,739) into t he Merit System classification of Institutional Services Aide (1KWC) (represented) at Salary Plan and Grade TB5 0828 ($3,076 – $3,739) in the Health Services Department Am end Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) Gladys Reid 8/10/2021 ___________________________________ ________________ (for) Director of Human Resourc es Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 9/1/2021 Approve Recommendation of Director of Human Res ources Disapprove Recommendation of Director of Human Resources Enid Mendoza Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date 9/1/2021 No. xxxxxx 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Pr oject or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year-to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefit s Costs : b. Support Cost s : (services, supplies , equipment, etc.) c . Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in term s of: a. potential future costs d. political implications b. legal implications e. organizational implications c . financial implications 7. Briefly describe the alternative approaches to delivering the services which you have con sidered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an up dated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resourc es Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s ) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Resolution No. 25794 to cancel one part-time (32/40) Psychiatric Technician (VQWB) position #12686 at salary plan and grade TAX-1240 ($4,479 - $5,720) and add one part-time (32/40) Registered Nurse (VWXG) position at salary plan and grade L32-1880 ($10,398 -$12,986) in the Health Services Department. (Both represented) FISCAL IMPACT: Upon approval, this action will result in an annual cost of approximately $106,078, with $41,137 pension already included. The costs will be 100% funded by Mental Health Realignment revenues. BACKGROUND: The Behavioral Health division of the Health Services Department has been attempting to fill Psychiatric Technician position #12686 for the past year and a half, but has not been successful in doing so. To mitigate this issue and provide much needed help in the West County Adult Mental Health Clinic, Behavioral Health is requesting to cancel the vacant Psychiatric Technician position and add a Registered Nurse position in its place, which will work as a member of a multidisciplinary mental health team in both clinic and community settings. The position will collaborate with psychiatrists to coordinate medication support services and coordination of care with case managers, pharmacists, and other health care providers. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lauren Ludwig, 925-957-5269 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: C. 51 To:Board of Supervisors From:Anna Roth, Health Services Date:September 7, 2021 Contra Costa County Subject:Cancel one Psychiatric Technician position and add one Registered Nurse position in the Health Services Department CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, the West County Adult Mental Health Clinic will continue to go understaffed, which will affect the level of service that can be provided to the community. AGENDA ATTACHMENTS P300 No. 25794 HSD MINUTES ATTACHMENTS Signed P300 No. 25794 POSITION ADJUSTMENT REQUEST NO. 25794 DATE 7/30/2021 Department No./ Department Health Services Budget Unit No. 0467 Org No. 5974 Agency No. A18 Action Requested: Cancel one vacant Psychiatric Technician (VQWB) position #12686 (32/40) at salary plan and grade TAX- 1240 ($4,479 - $5,720) and add one Registered Nurse (VWXG) (32/40) position at salary plan and grade L32 -1880 ($10,398 - $12,986) in the Health Services Department. (Represented) Proposed Effective Date: 9/8/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) as sociated with request: Estimated total cost adjustment (salary / benefits / one time): Total annual cost $106,078.00 Net County Cost $106,078.00 Total this FY $106,078.00 N.C.C. this FY $106,078.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT 100% Mental Health Realignment Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Lauren Ludwig ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT Sarah Kennard for 8/24/2021 ___________________________________ ________________ Deputy County Admini strator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE Exempt from Human Resources review under delegated authority. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) ___________________________________ ________________ (for) Director of Human Resourc es Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 9/2/2021 Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Enid Mendoza Other: Approve as recommended by the Department. ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year-to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25784 to reassign one (1) Account Clerk - Experienced Level (JDVC) (represented) position number 1025 at Salary Plan and Grade 3RH 0755 ($3,737.33 - $4,633.17) and incumbent, from the Community Services Bureau to the Administrative Services Bureau in the Employment and Human Services Department. FISCAL IMPACT: Upon approval, this action will have a salary and benefit cost shift from the Community Services Bureau (0588) to the Administrative Services Bureau (0501). Actual costs for this position has been journaled to the correct department and organization. This action will eliminate the need for future correction journals. The position will time certify and the appropriate costs will be allocated to the Community Services Bureau and the Administrative Services Bureau. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Reni Radeva (925) 608-5036; rradeva@ehsd.cccounty.us I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Sylvia Wong Tam, Reni Radeva C. 52 To:Board of Supervisors From:Kathy Gallagher, Employment & Human Services Director Date:September 7, 2021 Contra Costa County Subject:Reassign Position and Incumbent from Community Services Bureau to Administrative Services Bureau in the Employment and Human Services Department BACKGROUND: In August 2006, the Board of Supervisors approved a proposal to integrate the Community Services Department into the Employment and Human Services Department (EHSD) in order to increase administrative efficiencies and improve the coordination of services to common customer populations. In January 2007, the Board gave final approval to the merger and the integration of the Community Services Bureau Chart of Accounts into the EHSD Chart of Accounts. The Community Services Department Personnel Unit, including payroll and the EHSD Personnel Unit have been merged into a single Personnel Unit in the Administrative Services Bureau in EHSD with the exception of the Account Clerk-Experienced Level handling CSB payroll. The integration and merger of both departments in EHSD will be finalized with this reassignment. CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, the Department’s budget will not align with its position management data, and the County will not be able to maximize efficiency in administering personnel and payroll functions. AGENDA ATTACHMENTS budget Employee info P300 25784 AIR 46424 Reassignment MINUTES ATTACHMENTS Signed P300 No. 25784 ASSIST Request - ##### Date:21-Jul-21 County Annualization Factor 11 Annualization Factor 11 Cost Benefit Percentage 61.42%Benefit Percentage 61.42%Increase Pension Percentage 30.15%Pension Percentage 30.15%(Decrease) Budget Unit/Bureau No:501 xxxx Currenlty filled by: VACANT TRANSFERRED POSITIONS (New Organization No. 0501)OLD POSITION (Old Organization No. 0588) Old Position Number: 1025 Classification Account Clerk-Experienced Lvl Classification Account Clerk-Experienced Lvl Budgeted Monthly Salary 4,119$ Budgeted Monthly Salary 4,119$ Benefit Amount 2,530$ Benefit Amount 2,530$ Salary + Benefit 6,650$ Salary + Benefit 6,650$ Annualized Sal+ Ben Cost 73,146$ Annualized Sal+ Ben Cost 79,796$ Effective Mo's 11 Current Yr. Effective Mo's 11 Upcoming Yr. Cost 73,146$ Current Yr. Cost 73,146$ Federal Percentage 58.00%Federal Percentage 50.00% Federal Cost 42,425$ Federal Cost 36,573$ 5,852$ State Percentage 36.00%State Percentage 50.00% State Cost 26,333$ State Cost 36,573$ (10,240)$ Other Funding 100%-$ Other Funding 100% County Percentage 6.00%County Percentage 0.00% County Cost 4,389$ County Cost -$ 4,389$ Annual Pension Cost 22,054$ Annual Pension Cost 24,058$ (2,004)$ Fiscal Analyst:Chris Dunn Step 1 3,737.33$ Step 1 3,737.33$ Step 2 3,923.50$ Step 2 3,923.50$ Step 3 4,119.47$ Step 3 4,119.47$ Step 4 4,325.23$ Step 4 4,325.23$ Step 5 4,633.17$ Step 5 4,633.17$ Step 6 Step 6 Step 7 Step 7 Step 8 Step 8 Step 9 Step 9 Step 10 Step 10 Step 11 Step 11 Federal 58%Federal 50% State 36%State 50% State 2011 Realign State 2011 Realign State 91/92 Realign State 91/92 Realign Fed/Health Fed/Health County 6%County 100%100% Explanation: Need to move an incumbent Account Clerk Experienced Level (JDVC), position number 1025 from CSB to EHSD, Administrative Services Bureau, to Personnel (payroll). The position will be funded with 58% Fed, 36% State, and 6% County. ASSIST Request - 48350 Date:March 25 2019 County Annualization Factor 12 Annualization Factor 12 Cost Benefit Percentage 69.98%Benefit Percentage 69.98%Increase Pension Percentage 31.60%Pension Percentage 31.60%(Decrease) Budget Unit/Bureau No:501 5315 Currenlty filled by: VACANT TRANSFERRED POSITIONS (New Organization No. 0501)OLD POSITION (Old Organization No. 0504) Old Position Number: 4439 Classification Secretary - Advanced Level Classification Secretary - Journey Level Budgeted Monthly Salary 4,373$ Budgeted Monthly Salary 3,788$ Benefit Amount 3,060$ Benefit Amount 2,651$ Salary + Benefit 7,433$ Salary + Benefit 6,584$ Annualized Sal+ Ben Cost 89,194$ Annualized Sal+ Ben Cost 79,008$ Effective Mo's 12 Current Yr. Effective Mo's 12 Upcoming Yr. Cost 89,194$ Current Yr. Cost 79,008$ Federal Percentage 42.00%Federal Percentage 17.00% Federal Cost 37,462$ Federal Cost 13,431$ 24,030$ State Percentage 53.00%State Percentage 78.00% State Cost 47,273$ State Cost 61,626$ (14,353)$ Other Funding 100% Other Funding 100% County Percentage 5.00%County Percentage 5.00% County Cost 4,460$ County Cost 3,950$ 509$ Annual Pension Cost 28,185$ Annual Pension Cost 24,967$ 3,218$ Fiscal Analyst:Jan Nelson Step 1 4,162.07$ Step 1 3,605.00$ Step 2 4,266.12$ Step 2 3,695.57$ Step 3 4,372.77$ Step 3 3,787.96$ Step 4 4,482.09$ Step 4 3,882.66$ Step 5 4,594.14$ Step 5 3,979.73$ Step 6 4,709.00$ Step 6 4,079.22$ Step 7 4,826.72$ Step 7 4,181.20$ Step 8 Step 8 Step 9 Step 9 Step 10 Step 10 Step 11 Step 11 Federal 42%Federal 17% State 53%State 78% State 2011 Realign State 2011 Realign State 91/92 Realign State 91/92 Realign Fed/Health Fed/Health County 5%County 5% 100%100% This position needs to be moved from Work Force Services Bureau to the Administrative Support Services Bureau. This position will serve as Secretary to the EHSD CFO and will be funded with 42% Fed, 53% State, and 5% County. ATTACHMENT 1 Board Order AIR 46424 – Move position # 1025 from CSB to Admin Position # Employee Name Employee ID Job Title ------------------------------------------------------------------------------------------------------------------------------------ 1025 Christina Karnsouvong 82326 Account Clerk-Experienced Level POSITION ADJUSTMENT REQUEST NO. 25784 DATE 7/19/2021 Department No./ Department Employment and Human Services Budget Unit No. 0501 Org No. 5101 Agency No. 19 Action Requested: ADOPT Position Adjustment Resolution No. 25784 to reassign one (1) Account Clerk - Experienced Level (JDVC) position (#1025) and incumbent from CSB to EHSD Admin. Bureau. Proposed Effective Date: 8/11/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: Estimated total cost adjustment (salary / benefits / one time): Total annual cost $0.00 Net County Cost $0.00 Total this FY $0.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT (58% Federal, 36% State and 6% County) Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Reni Radeva 7/19 /2021 ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT Dennis Bozanich 8/2/2021 ___________________________________ ________________ Deputy County Administrator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/9/2021 Reassign one (1) Account Clerk - Experienced Level (JDVC) (represented) position number 1025 and incumbent, from the Community Services Bureau to the Administrative Services Bureau in the Employment and Human Services Department. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary sc hedule. Effective: Day following Board Action. (Date) Rebecca Martinez 8/9/2021 ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDA TION: DATE Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: David J. Twa, Clerk of the Board of Supervisors Adjust ment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date 8/13/2021 No. xxxxxx 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year -to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefit s Costs : b. Support Cost s : (services, supplies, equipment, etc.) c . Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c . financial implications 7. Briefly describe the alternative approaches to delivering the services which you have consi dered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must subm it an updated cost benefit analysis of each project position at the halfway point of the project duration. This report i s to be submitted to the Human Resources Department, which will forward the report to the Board of Supervisors. Indicate the date that y our cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current jo b 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSA RY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25792 to add one (1) Property Tax Business Systems Manager (LWVD) (represented) position at Salary Plan and Grade ZA5 1836 ($8,345 - $11,183) in the Treasurer-Tax Collector's Office. FISCAL IMPACT: The position will have an annual salary and benefit cost of $164,230 (including approximately $27,000 in pension costs). The cost of the position will be funded by salary savings from the cancelation of the Chief Deputy Treasurer-Tax Collector position. BACKGROUND: The Property Tax Business Systems Manager has been vacant since August 8, 2008. Since that time the Chief Deputy position assumed many of its responsibilities. The Chief Deputy Treasurer-Tax Collector - Exempt position was recently vacated and canceled along with two other positions. Therefore, there is available funding to add a Property Tax Business Systems Manager. Over the past several years there APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Ronda Boler, (925) 957-2806 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Sylvia Wong-Tam, Ronda Boler C. 53 To:Board of Supervisors From:Russell Watts, Treasurer-Tax Collector Date:September 7, 2021 Contra Costa County Subject:Add one Property Tax Business Systems Manager (LWVD) position BACKGROUND: (CONT'D) has been a growing need to restore the Property Tax Business Systems Manager as the office has acquired a number of new information systems. These programs require constant administrative attention for upgrades, backups, tests, modifications, user access, and troubleshooting. Additionally, quality assurance and data security have become more critical for business continuity and recovery. Just as important, the office is preparing to issue an RFP to modernize the Tax System, and this position will play a major role in the transition to and maintenance of the new system. It will take at least a year or two for the selected candidate to become familiar with all the functions and procedures of the tax operation. CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, the department will not be able to ensure the integrity and security of data in its various business systems. AGENDA ATTACHMENTS P300 25792 MINUTES ATTACHMENTS Signed P300 No. 25792 POSITION ADJUSTMENT REQUEST NO. 25792 DATE 8/18/2021 Department No./ Department Treasurer-Tax Collector Budget Unit No. 0015 Org No. 0015 Agenc y No. 15 Action Requested: Add one position of Property Tax Business Systems Manager (LWVD) (represented) at salary plan and grade ZA5 1836 ($8345 - $11,183) in the Treasurer-Tax Collector's Office. Proposed Effective Date: 9/7/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: Estimated total cost adjustment (salary / benefits / one time): Total annual cost $164,230.00 Net County Cost $0.00 Total this FY $136,858.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Salary savings from cancelation of Chief Deputy position Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Russell Watts ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT L.Strobel 8/18/2021 ___________________________________ ________________ Deputy County Administrator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/18/2021 Add one position of Property Tax Business Systems Manager (LWVD) (represented) at salary plan and grade ZA5 1836 ($8345 - $11,183) in the Treasurer-Tax Collector's Office. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) Alycia Leach 8/18/2021 ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year-to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resources Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Resolution No. 25790 to add one (1) Structural Engineer (NCSA) (represented) position at salary plan and grade ZB5 1813 ($8,157 - $9,915) in the Department of Conservation and Development. FISCAL IMPACT: The total cost of adding this position is approximately $169,280 of which $31,000 are pension costs. This position will be funded 100% by the Land Development Fund. No General Fund impact. BACKGROUND: Building permit applications and the resulting plan review activities have increased substantially in recent years, with the issuance rate of building permits reaching its highest point in ten years. Additionally, two senior staff members on the building plan review team retired in July and August 2021. The loss of two experienced, highly efficient staff members has led the department to assess its staffing structure and to determine that additional staffing is needed to support the overall quantity of work. The proposed structural engineer position is necessary to maintain work flow and to continue providing the public with reasonable response times on their applications. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Arnai Maxey (925) 655-2787 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Sylvia WongTam, Arnai Maxey C. 54 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:Add One (1) Structural Engineer position in the Department of Conservation and Development CONSEQUENCE OF NEGATIVE ACTION: Failure to add this position will limit the ability of the Department of Conservation and Development to efficiently and responsively process building and planning applications. AGENDA ATTACHMENTS P300 25790_Add Structural Engineer in DCD MINUTES ATTACHMENTS Signed P300 No. 25790 POSITION ADJUSTMENT REQUEST NO. 25790 DATE 07/29/2021 Department No./ Department Conservation & Development Budget Unit No. 0280 Org No. 2682 Agency No. 38 Action Requested: Add one (1) full-time Structural Engineer (NCSA) (represented) position at salary plan and grade ZB5 1813 ($8,157.330 - $9,915.286) in the Conservation & Development Department. Proposed Effective Date: 09/01/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: $0.00 Estimated total cost adjustment (salary / benefits / one time): Total annual cost $141,067.00 Net County Cost $0.00 Total this FY $169,280.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Land Development Fees Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. John Kopchik ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT /s/ Erin M Steffen 8/18/2021 ___________________________________ ________________ Deputy County Administrator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/18/2021 Add one (1) full-time Structural Engineer (NCSA) (represented) position at salary plan and grade ZB5 1813 ($8,157.330 - $9,915.286) in the Conservation & Development Department. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) Amanda Monson 8/18/2021 ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 8/26/2021 Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources /s/ Julie DiMaggio Enea Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date 8/26/2021 No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year -to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefit s Costs : b. Support Cost s : (services, supplies, equipment, etc.) c . Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c . financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25791 to increase the hours of one (1) vacant Librarian (3AWA) (represented) position #6650 at Salary Plan and Grade QXX 1341 ($5,097 - $6,510) from 20/40 hours to 40/40 hours in the Library Department. FISCAL IMPACT: Upon approval, this action will result in an annual cost to the Library Fund of approximately $43,449. No fiscal impact to the County General Fund. BACKGROUND: The Library has been working on a reallocation of resources to create more efficient staffing at its community library locations. As part of that plan, the Library adjusted hours at various locations to provide more consistency between branches, including at the Oakley Community Library. As a result of the change in hours, the Library has determined that the Oakley community would be better served with a full-time librarian at that location. Following the beginning of the COVID-19 pandemic, the Library worked on evaluating its staffing and scheduling plans to best meet the needs of patrons. Following this evaluation, the Library determined that its APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Samuel Treanor at (925) 608-7702 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Samuel Treanor, Sylvia WongTam C. 55 To:Board of Supervisors From:Alison McKee, County Librarian Date:September 7, 2021 Contra Costa County Subject:Increase the hours of one Librarian position from part-time 20/40 to full-time 40/40 BACKGROUND: (CONT'D) community libraries should each have standardized schedules. With this standardizing of schedules, the Library has been working to adjust schedules of its vacant positions to align with this new scheduling plan. This schedule adjustment includes a consideration of whether patron needs are adequately being met with the hours available to a position. The Library has determined that increasing the Librarian position located in Oakley to full-time better serves the needs of the public. This will allow for more time where there is professional reference staff available to serve the public. It will also allow for easier recruitment and retention as full-time positions are often more desirable. CONSEQUENCE OF NEGATIVE ACTION: If this position change is not approved, the Library will have difficulties with recruitment and retention, as well as providing services to the public. AGENDA ATTACHMENTS P300 25791_Increase Librarian hours, Oakley MINUTES ATTACHMENTS Signed P300 No. 25791 POSITION ADJUSTMENT REQUEST NO. 25791 DATE 7/30/2021 Department No./ Department Library Budget Unit No. 0621 Org No. 3764 Agency No. 85 Action Requested: Increase one 20/40 Librarian position #6650 to 40/40 Proposed E ffective Date: 9/1/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: Estimated total cost adjustment (salary / benefits / one time): Total annual cost $43,449.00 Net County Cost $0.00 Total this FY $36,208.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Library funds Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Alison McKee ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT /s/ Erin M. Steffen 8/17/2021 ___________________________________ ________________ Deputy County Administrator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/18/2021 Increase the hours of one (1) vacant Librarian (3AWA) (represented) position #6650 at salary plan and grade QXX 1341 ($5,097 - $6,510) from 20/40 hours to 40/40 hours in the Library Department. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) Amanda Monson 8/18/2021 ___________________________________ ________________ (for) Director of Human Res ources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 8/26/2021 Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources /s/ Julie DiMaggio Enea Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF S UPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year -to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25793 to cancel one (1) vacant Library Assistant-Advanced Level (3KTB) (represented) position # 12962; and add one (1) Librarian Specialist (3AVA) (represented) position at the Library. FISCAL IMPACT: Upon approval, this action will result in an annual cost to the Library Fund of approximately $20,437. No fiscal impact to the County General Fund. BACKGROUND: Due to an immediate and urgent need, the Library assigned a vacant Librarian Specialist position to its Virtual Services unit to help handle the increasing need to handle web technologies and online systems used by patrons and staff. With the influx of new technologies designed to support libraries, the position is a necessary component in providing virtual services. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Samuel Treanor (925) 608-7702 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Samuel Treanor, Sylvia WongTam C. 56 To:Board of Supervisors From:Alison McKee, County Librarian Date:September 7, 2021 Contra Costa County Subject:Cancel one Library Assistant-Advanced Level and add one Librarian Specialist BACKGROUND: (CONT'D) The vacant Librarian Specialist position was originally assigned to Adult Services. With the position’s reassignment to Virtual Services, there is now a gap to support Adult Services programming and functions. The Library has determined it needs a new position to close this gap in services and meet the needs of the Library’s adult patrons. This position’s focus will allow the Library to further meet its goals outlined in the Library’s Strategic Plan. As part of the Library’s efforts to promote Virtual Services, it recently promoted the incumbent in the Library Assistant-Advanced Level position #12962 to its then-vacant Media Production Technician position. The Library has determined the vacated Library Assistant-Advanced Level position is no longer necessary to meet its goals. CONSEQUENCE OF NEGATIVE ACTION: If this position change is not approved, Library services will be negatively impacted since it will not have professional level staff directly overseeing its Adult Services program, requiring senior management staff to oversee this area. AGENDA ATTACHMENTS P300 25793: Cancel Library Asst-Adv & Add Librarian Specialist MINUTES ATTACHMENTS Signed P300 No. 25793 POSITION ADJUSTMENT REQUEST NO. 25793 DATE 8/10/2021 Department No./ Department Library Budget Unit No. 0621 Org No. 3702 Agency No. 85 Action Requested: Proposed Effective Date: 9/1/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: Estimated total cost adjustment (salary / benefits / one time): Total annual cost $20,437.00 Net County Cost $0.00 Total this FY $17,031.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Library Fund Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Alison McKee ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT /s/ Erin M Steffen 8/20/21 ___________________________________ ________________ Deputy County Administ rator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/20/2021 ADOPT Position Adjustment Resolution No. 25793 to cancel one (1) Library Assistant -Advanced Level (represented) position (#12962), and add one (1) Librarian Specialist (represented) position at the Library. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) Elizabeth Loud 8/20/2021 ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 9/1/2021 Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Huma n Resources /s/ Julie DiMaggio Enea Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year -to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25795 to add one (1) Substance Abuse Counselor Trainee (VHWE) position at salary plan and grade TC5-0903 ($3,313 - $4,027) in the Health Services department. (Represented) FISCAL IMPACT: Upon approval, this action will result in an annual cost of $91,376.58, with $35,435.84 in pension already included. (100% Drug Medi-Cal available through 50% Realignment and 50% Substance Abuse Block Grant) BACKGROUND: Discovery House is a County operated 40-bed residential facility that is licensed by the Department of Health Care Services (DHCS) to serve as a substance use disorder program for men. It is also a Drug Medi-Cal (DMC) certified facility that serves Medi-Cal beneficiaries 24/7. The population has significantly changed over time and many are medically vulnerable. There is no medical staff in the building, but most importantly during an emergency or crisis when there is only one counselor, there is inadequate response and the overall safety of the clients and staff is compromised. The Behavioral Health division of the Health APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Fatima Matal Sol, (925) 335-3307 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Fatima Matal Sol, Jo-Anne Linares, Kathi Caudel, Lauren Ludwig C. 57 To:Board of Supervisors From:Anna Roth, Health Services Date:September 7, 2021 Contra Costa County Subject:Add one Substance Abuse Counselor Trainee position in the Health Service Department BACKGROUND: (CONT'D) Services department is requesting to add another Substance Abuse Counselor Trainee position, which will be assigned to the graveyard shift to ensure that there are at least 2 staff working at any given time. This will not only support safety in the program, but will also reduce liability related to inability to adequately respond to a crisis. CONSEQUENCE OF NEGATIVE ACTION: If not approved, the Discovery House will have insufficient staff to care for clients and ensure their safety during emergency situations. AGENDA ATTACHMENTS P300 No. 25795 HSD MINUTES ATTACHMENTS Signed P300 No. 25795 POSITION ADJUSTMENT REQUEST NO. 25795 DATE 8/18/2021 Department No./ Department Health Services Budget Unit No. 0466 Org No. 5933 Agenc y No. A18 Action Requested: Add one (1) Substance Abuse Counselor Trainee (VHWE) position in the Health Services department. (Represented) Proposed Effective Date: 9/8/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) as sociated with request: $0.00 Estimated total cost adjustment (salary / benefits / one time): Total annual cost $91,376.58 Net County Cost $0.00 Total this FY $91,376.58 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT 100% Drug Medi -Cal (Realignment & Grant) Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Lauren Ludwig ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT Sarah Kennard for 8/24/2021 ___________________________________ ________________ Deputy County Admini strator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE Human Resources review not required under delegated authority. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 9/1/2021 Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Enid Mendoza Other: Approve as recommended by the department. ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year-to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Resolution No. 25797 to cancel one (1) vacant Mental Health Clinical Specialist (VQSB) position #17345 at salary plan and grade TC2-1384 ($5,496 - $8,158) and add one (1) Substance Abuse Counselor (VHVC) position at salary plan and grade TC5-1346 ($5,616 - $6,826) in the Health Services department. (Represented) FISCAL IMPACT: Upon approval, this action will result in an annual cost savings of approximately $24,306.13, with pension costs of $9,426.92 already included. (100% Mental Health Service Act Innovation Dollars) BACKGROUND: The Behavioral Health division of the Health Services department is requesting to cancel one vacant Mental Health Clinical Specialist position, and in its place, add one Substance Abuse Counselor. The new position will be assigned to the Center for Recovery and Empowerment (CORE) Project. The CORE Project is an intensive outpatient treatment program for adolescents who are dually diagnosed with mental health and substance use disorders, and offers three levels of care: intensive, transitional and continuing care. Services include individual, group and family therapy, as well as linkage to community services. Because this project services dually diagnosed adolescents, it is essential to have a Substance Abuse Counselor position to focus on treatment of participants’ substance use issues. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Stacey Tupper, (925) 957-5120 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Stacey Tupper, Jo-Anne Linares, Kathi Caudel, Esther Mejia C. 58 To:Board of Supervisors From:Anna Roth, Health Services Date:September 7, 2021 Contra Costa County Subject:Cancel One Mental Health Clinical Specialist Position and Add One Substance Abuse Counselor Position in the Health Services Department CONSEQUENCE OF NEGATIVE ACTION: If not approved, the CORE Project will not have the appropriate staff to provide the necessary treatment services to its patients. AGENDA ATTACHMENTS P300-25797 MINUTES ATTACHMENTS Signed P300 No. 25797 POSITION ADJUSTMENT REQUEST NO. 25797 DATE 8/19/2021 Department No./ Department Health Services Budget Unit No. 0467 Org No. 5899 Agenc y No. A18 Action Requested: Cancel one vacant Mental Health Clinical Specialist (VQSB) position #17345 and add one Substance Abuse Counselor (VHVC) position in the Health Services department. Proposed Effective Date: Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: Estimated total cost adjustment (salary / benefits / one time): Total annual cost ($24,306.00) Net County Cost $0.00 Total this FY $0.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Cost Savings (100% MH Services Ac t -Innovation) Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Lauren Ludwig ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT Sarah Kennard for 8/25/2021 ___________________________________ ________________ Deputy County Admini strator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE Exempt from Human Resources review under delegated authority Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) ___________________________________ ________________ (for) Director of Human Resourc es Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year -to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25799 to reassign one (1) vacant Mental Health Clinical Specialist (VQSB) position #14637 at salary plan and grade TC2-1384 ($5,496 - $8,158), and one (1) vacant Clerk-Senior Level (JWXC) position #15958 at salary plan and grade 3RX-1033 ($3,759 - $4,800), from department 0467 (Behavioral Health, cost center 5983) to department 0860 (Contra Costa Health Plan, cost center 6109) in the Health Services Department. (Represented) FISCAL IMPACT: Upon approval, this will result in annual cost savings to Behavioral Health (org 5983) of $272,245, including $105,577 in pension already included. This cost will be absorbed by the Contra Costa Health Plan (CCHP) Utilization Management unit (org 6109). (100% CCHP member premium payments) BACKGROUND: In 2014, under the Affordable Care Act, CCHP partnered with Behavioral Health and entered into a memoranda of understanding to delegate the provision of mild-moderate mental health services. Due to the additional functions, CCHP funded several full-time employees at the Access Line and Care Management APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Stacey Tupper, (925) 957-5120 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Jo-Anne Linares, Stacey Tupper, Kathi Caudel C. 59 To:Board of Supervisors From:Anna Roth, Health Services Date:September 7, 2021 Contra Costa County Subject:Reassign One Mental Health Clinical Specialist Position and One Clerk-Senior Position in the Health Services Department BACKGROUND: (CONT'D) Unit within Behavioral Health. In June 2021, CCHP and Behavioral Health mutually decided CCHP will reclaim some functions of Utilization Management. Health Services is requesting to reassign a vacant Mental Health Clinical Specialist position and a vacant Clerk-Senior Level position to CCHP to manage these functions moving forward. The clinician and clerk will be part of CCHP's new Behavioral Health Treatment Unit to process referrals, including concurrent and retrospective reviews, prior authorizations, modifications, and denials. They will coordinate care with community providers, contractors, and County health services staff to ensure Medi-Cal members get connected to mental health services in a timely manner, and compliant with California Department of Health Care Services (DHCS) and California Department of Managed Health Care (DMHC) standards. CONSEQUENCE OF NEGATIVE ACTION: If not approved, Contra Costa Health Plan will not have the clinical and administrative support staff needed to manage the functions of the new Behavioral Health Treatment Unit, restricting Medi-Cal members' access to mental health services. AGENDA ATTACHMENTS P300 No. 25799 HSD MINUTES ATTACHMENTS Signed P300 No. 25799 POSITION ADJUSTMENT REQUEST NO. 25799 DATE 8/20/2021 Department No./ Department Health Services Budget Unit No. 0860 Org No. 6109 Agenc y No. A18 Action Requested: Reassign one (1) vacant Mental Health Clinical Specialist #14637 and one (1) vacant Clerk -Senior position #15958 from department 0467 (Behavioral Health, cost center 5983) to department 0860 (Contra Costa Health Plan, cost center 6109) in the Health Services Department. (Represented) Proposed Effective Date: 9/8/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: $0.00 Estimated total cost adjustment (salary / benefits / one time): Total annual cost $272,244.84 Net County Cost $0.00 Total this FY $226,870.70 N.C.C. this FY $0 SOURCE OF FUNDING TO OFFSET ADJUSTMENT 100% CCHP member premium payments Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Lauren Ludwig ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT Enid Mendoza 8/26/2021 ___________________________________ ________________ Deputy County Admini strator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE Exempt from Human Resources review under delegated authority Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE 8/26/2021 Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Enid Mendoza Other: Approve as recommended by the Department ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year-to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resources Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25798 to add one (1) Information Systems Programmer/Analyst IV (LPNB) (represented) position at salary plan and grade ZA5 1787 ($7,950.01 - $10,653.77) in the Department of Information Technology. FISCAL IMPACT: This action will result in an annual cost of approximately $160,437 of which $26,971 represents pension costs. The cost of the position will be offset by charges to user departments. (100% General Fund) BACKGROUND: The Department of Information Technology is requesting to add one Information Systems Programmer/Analyst IV position in the PeopleSoft/Payroll Unit. The daily workload in this unit has increased significantly over the past year putting the team at risk of not being able to fully support some of our key systems like PeopleSoft, Human Resources, Benefits, County payroll and the County wide Kronos Timekeeping system. In addition to the increased workload, the team has also been tasked with the implementation and integration of two new systems; Workday and Smart ERP. The dedicated support required for these new systems, both during implementation and post go live, will have an even greater impact on the current team’s ability to balance the work. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Marc Shorr, (925) 608-4071 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Nancy Zandonella, Sylvia WongTam C. 60 To:Board of Supervisors From:Marc Shorr, Chief Information Officer Date:September 7, 2021 Contra Costa County Subject:ADOPT Position Adjustment Resolution No. 25798 to add one (1) full-time Information Systems Programmer/Analyst IV (LPNB) (represented) position. BACKGROUND: (CONT'D) If this request is approved, the department will be seeking to fill this new position with someone who possesses progressive leadership skills with an advanced knowledge of PeopleSoft Human Capital Management system (Payroll, Human Resources and Benefits). CONSEQUENCE OF NEGATIVE ACTION: If this request is not approved, the unit will continue to function understaffed and at a service level that is not at its maximum. AGENDA ATTACHMENTS P300 25798 Add ISPA IV MINUTES ATTACHMENTS Signed P300 No.25798 POSITION ADJUSTMENT REQUEST NO. 25798 DATE 8/17/2021 Department No./ Department Department of Information Technology Budget Unit No. 0147 Org No. 1065 Agenc y No. 03 Action Requested: Add one (1) full time Information Systems Programmer/Analyst IV (LPNB) (represented) at salary plan and grade ZA5 1787 ($7,950.01 - $10,653.77) in the Department of Information Technology. Proposed Effective Date: ( Classification Questionnai re attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) associated with request: $0.00 Estimated total cost adjustment (salary / benefits / one time): Total annual cost $160,437.00 Net County Cost $0.00 Total this FY $133,698.00 N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Cost Neutral - currently using a contractor Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Marc Shorr ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT Laura Strobel 8/25/21 ___________________________________ ________________ Deputy County Administrator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/25/2021 Add one (1) full time Information Systems Programmer/Analyst IV (LPNB) (represented) at salary plan a nd grade ZA5 1787 ($7,950.01 - $10,653.77) in the Department of Information Technology. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) Elizabeth Loud 8/25/2021 ___________________________________ ________________ (for) Director of Human Resources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year-to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resources Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): ADOPT Position Adjustment Resolution No. 25796 to add one (1) Clerk Experienced Level (JWXB) (represented) position at salary plan and grade 3RH 0750 ($3,401 -$4,220) and cancel one (1) Civil Litigation Secretary (J3TH) (represented) position No.11095 at salary plan and grade 3R5 1253 ($4,685 - $5,695) in the Office of the County Counsel. FISCAL IMPACT: Upon approval of this action, the department will have an annual cost savings of approximately $26,317 in salary and benefits. BACKGROUND: An ongoing administrative goal of the office has been to identify areas that allow us to continue efficient operations. In this process, it was determined that the support needs of the Tort and Civil Rights Litigation division of the County Counsel’s Office would be better served by adding a Clerk-Experienced Level. The work associated with this position is currently appropriate to the Clerk- Experienced Level. CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, this would result in the department utilizing the Civil Litigation Secretary classification for duties more appropriate for a Clerk-Experienced Level. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Wanda McAdoo, (925) 655-2211 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: June McHuen, Deputy cc: Wanda McAdoo, Sylvia WongTam C. 61 To:Board of Supervisors From:Mary Ann Mason, County Counsel Date:September 7, 2021 Contra Costa County Subject:Position Adjustment Resolution for Clerk Experienced Level Position AGENDA ATTACHMENTS AIR 46757 P300 25796_AddCancel_BOS 9.7.21 MINUTES ATTACHMENTS Signed P300 No. 25796 POSITION ADJUSTMENT REQUEST NO. 25796 DATE 9/7/2021 Department No./ Department Office of the County Counsel Budget Unit No. 0030 Org No. 1735 Agency No. 17 Action Requested: ADOPT Position Adjustment Resolution No. to ADD one (1) full-time Clerk Experienced Level (JXWB) (represented) position at salary plan and grade 3RH 0750 ($3401.39- 4220.24) and cancel one (1) full-time Civil Litigation Secretary (J3TH) (represented) position No. 11095 at salary level 3R5 1253 ($4685.35-5695.07 ) in the Office of the County Counsel. Proposed Effective Date: 9/8/2021 Classification Questionnaire attached: Yes No / Cost is within Department’s budget: Yes No Total One-Time Costs (non-salary) as sociated with request: $0.00 Estimated total cost adjustment (salary / benefits / one time): Total annual cost ($31,581.00) Net County Cost $0.00 Total this FY ($26,317.00) N.C.C. this FY $0.00 SOURCE OF FUNDING TO OFFSET ADJUSTMENT Salary Savings Department must initiate necessary adjustment and submit to CAO. Use additional sheet for further explanations or comments. Mary Ann McNett Mason ______________________________________ (for) Department Head REVIEWED BY CAO AND RELEASED TO HUMAN RESOURCES DEPARTMENT L.Strobel 8/24/2021 ___________________________________ ________________ Deputy County Admini strator Date HUMAN RESOURCES DEPARTMENT RECOMMENDATIONS DATE 8/25/2021 Add one (1) full-time Clerk Experienced Level (JWXB) (represented) position at salary plan and grade 3RH 0750 ($3,401 - $4,220) and cancel one (1) full-time Civil Litigation Secretary (J3TH) (represented) position No.11095 at salary plan and grade 3R5 1253 ($4,685 - $5,695) in the Office of the County Counsel. Amend Resolution 71/17 establishing positions and resolutions allocating classes to the Basic / Exempt salary schedule. Effective: Day following Board Action. (Date) Amanda Monson 8/25/2021 ___________________________________ ________________ (for) Director of Human Res ources Date COUNTY ADMINISTRATOR RECOMMENDATION: DATE Approve Recommendation of Director of Human Resources Disapprove Recommendation of Director of Human Resources Other: ____________________________________________ ___________________________________ (for) County Administrator BOARD OF SUPERVISORS ACTION: Monica Nino, Clerk of the Board of Supervisors Adjustment is APPROVED DISAPPROVED and County Administrator DATE BY APPROVAL OF THIS ADJUSTMENT CONSTITUTES A PERSONNEL / SALARY RESOLUTION AMENDMENT POSITION ADJUSTMENT ACTION TO BE COMPLETED BY HUMAN RESOURCES DEPARTMENT FOLLOWING BOARD ACTION Adjust class(es) / position(s) as follows: P300 (M347) Rev 3/15/01 REQUEST FOR PROJECT POSITIONS Department Date No. 1. Project Positions Requested: 2. Explain Specific Duties of Position(s) 3. Name / Purpose of Project and Funding Source (do not use acronyms i.e. SB40 Project or SDSS Funds) 4. Duration of the Project: Start Date End Date Is funding for a specified period of time (i.e. 2 years) or on a year -to-year basis? Please explain. 5. Project Annual Cost a. Salary & Benefits Costs: b. Support Costs: (services, supplies, equipment, etc.) c. Less revenue or expenditure: d. Net cost to General or other fund: 6. Briefly explain the consequences of not filling the project position(s) in terms of: a. potential future costs d. political implications b. legal implications e. organizational implications c. financial implications 7. Briefly describe the alternative approaches to delivering the services which you have considered. Indicate why these alternatives were not chosen. 8. Departments requesting new project positions must submit an updated cost benefit analysis of each project position at the halfway point of the project duration. This report is to be submitted to the Human Resource s Department, which will forward the report to the Board of Supervisors. Indicate the date that your cost / benefit analysis will be submitted 9. How will the project position(s) be filled? a. Competitive examination(s) b. Existing employment list(s) Which one(s)? c. Direct appointment of: 1. Merit System employee who will be placed on leave from current job 2. Non-County employee Provide a justification if filling position(s) by C1 or C2 USE ADDITIONAL PAPER IF NECESSARY RECOMMENDATION(S): APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to execute an Interagency Service Agreement between the Community Services Bureau (CSB) and First 5 Contra Costa (F5CC) and accept the payment limit of $610,000 to coordinate and administer a Family Support program for the period July 1, 2021 through June 30, 2022, and AUTHORIZE the Chair of Board of Supervisors to sign the Agreement. FISCAL IMPACT: The Agreement is funded 100% by federal funds from the First 5 Contra Costa Children and Families Commission. There is no county match. CFDA# 93.600. BACKGROUND: The purpose of this Agreement is to provide support to local programs and services designed to assist children through development and comprehensive services. CSB has a long-standing partnership with First 5, in which both CSB and F5CC have been sustaining home-based support services for Contra Costa parents and their children. CSB will utilize F5CC resources to oversee the implementation of the F5CC home visiting program model and to increase the number of children served by the Early Head Start home-based support services. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: A. Bailey-Nesbitt, 925-608-4930 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 62 To:Board of Supervisors From:Kathy Gallagher, Employment & Human Services Director Date:September 7, 2021 Contra Costa County Subject:Community Services Bureau Interagency Agreement with First 5 Contra Costa CONSEQUENCE OF NEGATIVE ACTION: If not approved, the County will not be able to distribute childcare availability through partnership with community-based agencies more widely. CHILDREN'S IMPACT STATEMENT: The Employment & Human Services Department Community Services Bureau supports three of Contra Costa County’s community outcomes - Outcome 1: “Children Ready for and Succeeding in School,” Outcome 3: “Families that are Economically Self-sufficient,” and, Outcome 4: “Families that are Safe, Stable, and Nurturing.” These outcomes are achieved by offering comprehensive services, including high quality early childhood education, nutrition, and health services to low-income children throughout Contra Costa County. ATTACHMENTS CSB Interagency Service Agreement INTERAGENCY SERVICE AGREEMENT Contra Costa County, for its Employment and Human Services Department - Community Services Bureau AGREEMENT #21-030 Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement # 21-030 INTERAGENCY AGREEMENT (County Provides Services) Page 2 Initials: County Commission 1. Agreement Identification. Interagency Agreement between First 5 Contra Costa Children and Families Commission and Agency named below to coordinate and administer a Family Support program in Contra Costa County. 2. Parties. First 5 Contra Costa Children and Families Commission (Commission), and the following named Agency mutually agree and promise as follows: Agency: Contra Costa County, for its Employment and Human Services Department – Community Services Bureau “County” Capacity: Public Entity Taxpayer ID #: 94-6000509 Address: 1470 Civic Court, Suite 200 Concord, CA 94520 3. Term. The effective date of this Agreement is 7/1/2021. It terminates on 6/30/2022, unless sooner terminated as provided herein. 4. Payment Limit. Commission’s total payments to County under this Agreement will not exceed $610,000.00. 5. Commission’s Obligations. Commission will pay County for its provision of the services as set forth in the Payment Provisions, which are incorporated herein by this reference, subject to all the terms and conditions contained or incorporated herein. 6. County’s Obligations. County will provide those services and carry out that work described in the Additional Provisions, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Agreement is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Legal Authority. This Agreement is entered into under and subject to the following legal authorities: Health and Safety Code Section 130140.1, Contra Costa County Ordinance Code Section 26-14.026. As required by Ordinance Code Section 26-14.026 and the California Children and Families First Act of 1998 (the “Act”). 9. Project. This Agreement implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference. 10. Signatures. These signatures attest the parties' Agreement hereto: Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement # 21-030 INTERAGENCY AGREEMENT (County Provides Services) Page 3 First 5 Contra Costa Children and Families Commission By: Date: Commission Executive Director/Designee AGENCY COUNTY OF CONTRA COSTA, CALIFORNIA BOARD OF SUPERVISORS By Chairman/Designee ATTEST: Clerk of the Board of Supervisors By Deputy RECOMMENDED: Department of Employment and Human Services By Name and Title Signature The remainder of this page intentionally blank. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 ADDITIONAL PROVISIONS Page 4 Initials: County Commission 1. Background. Proposition 10 was passed in 1998 by California voters. On June 15, 1999 the Contra Costa County Board of Supervisors established the Contra Costa Children and Families Commission to implement the provisions of Proposition 10 (Ordinance 99-15). The purpose of this Ordinance is to support local programs and services designed to help children 0-5 reach their greatest potential in school and life through the development of a seamless, comprehensive system of information and services. In December 2019, the Commission approved a three year Strategic Plan, which outlines the Commission’s funding priorities and objectives from fiscal year 2020-2021 through 2022-2023. A key strategic results area of the plan is Family Support. The purpose of this performance based contract between First 5 Contra Costa Children and Families Commission (F5CC) and Contra Costa County Employment & Human Services Department Community Services Bureau (CSB) is to sustain home-based support services for Contra Costa parents and their children (0-2 years) to be implemented by a qualified social service provider in contract with CSB. 2. Partnership Description. Building on a long-standing partnership with CSB, CSB will utilize F5CC resources to oversee the implementation of the F5CC home visiting program model and increase the number of children served by Early Head Start (EHS) home-based support services. F5CC home visiting model is designed to strengthen families (inclusive of fathers); promote positive parenting practices, develop strong parent-child relationships, support healthy child development, promote school readiness and prevent child maltreatment. Home visits provide parent education and support; child development and depression screening; family-centered case management; referrals and enrollment assistance to access community resources and benefits, and opportunities to broaden informal support networks through meaningful socializations. F5CC Home Visiting Program Model Implementation Guidelines (Guidelines) Attachment B. CSB and the contracted service provider will utilize the F5CC HV Database (ETO) to implement the F5CC home visiting program model. End user support, training and technical assistance will be made available to CSB and/or the Contracted service provider for the purpose of monitoring, evaluating, and reporting outcomes related to the operation and funding of this program. 3. County Obligations. County’s obligations are as follows: A. Administration a. County will ensure that all provisions of this contract are carried out. b. County will ensure a qualified social service provider is contracted to implement the F5CC Home Visiting Program Model for the term of this contract. c. County will ensure First 5 allowable expenses and limits are adhered to by contracted social service provider, Attachment A. d. County will ensure program participation meets the EHS minimum requirement of frequency and dosage for every child (slot). Only filled slots that meet the required level of participation will be eligible for payment Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 ADDITIONAL PROVISIONS Page 5 Initials: County Commission e. County will submit proof of program participation as back up documentation with the submission of any demand, to be submitted monthly for the duration of this contract. f. County will submit detailed program budget to include F5CC and EHS funds prior to the start of this contract and any budget modifications thereafter. B. Contract Amendment and/or Renewal a. County will inform First 5 of any increase or decrease of EHS funded slots within 14 days of the date of notification within the term of this contract. b. County will notify F5CC no later than April 15th the estimated number of children (“slots”) to be served and the EHS rate per slot for the fiscal year beginning July 1st. c. County will submit to F5CC the final number of slots and EHS rate at least 60 days prior to the end of the term of this Contract and not less than 30 days prior to program start date. C. F5CC Home Visiting Program Model Fidelity a. County will ensure fidelity to program model as outlined in the F5CC Home Visiting Program Model Implementation Guidelines (“Implementation Guidelines”). b. County will meet at least once annually with F5CC to review EHS regulations and EHS Partner Agencies Comprehensive Services Protocol to ensure F5CC home visiting program model aligns with required and best practices. c. County will ensure service delivery is regularly monitored for quality and safety through its on-going monitoring system. Monitoring/ quality reports may be requested at any time by First 5 staff. d. County will require and monitor program’s utilization of a healthy food and beverage policy. D. Data Collection and Data System Utilization a. County will ensure F5CC data collection policies and practices are adhered to as outlined in F5CC Home Visiting Program Model. b. County will coordinate with F5CC to address data collection issues at least quarterly, or as needed, to include data reconciliation, reports, and forms revisions. c. County will ensure a Client Information Protection process is implemented with program participants. The process to include: disclosure to clients explaining how personal information will be used, shared and stored, obtaining signed client consent that authorizes use of personal information and program -utilization data be entered into ETO, use of data for a specific period of time, and the option to revoke at any time upon request. d. County will ensure not participant’s personal information is entered into ETO prior to program enrollment, including information provided by family or other referring providers during the referral process. e. County will manage, monitor and limit access to ETO by authorized users only. Authorized users have assigned ETO account with a personalized username, password, security setting, are employed by the County and determined to have an interest and Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 ADDITIONAL PROVISIONS Page 6 Initials: County Commission purpose for having access to program data. County will ensure that the protocol is in alignment with client protection policies generated by First 5. f. County will inform First 5 Contra Costa Family Support Officer and Database Coordinator of dates of separation for any staff leaving the program to ensure ETO user accounts are disabled by the end of business on the staff person’s last day of employment, and will request a new ETO account for all newly-hired staff members. E. Program Monitoring and Evaluation a. County will enable the Commission to monitor the terms of the contract. Monitoring may include, but not limited to site visits, periodic program reviews (e.g., quarterly Contractor Performance Assessment Report), review of written documentation (e.g., program policy and procedures manual), regular and/or special meetings with county. Commission’s online reporting system, hereafter called “First 5 Reports”, Income and Expenditure reports, review of program data and collection procedures, job descriptions and County’s agency organizational structure. b. County will be subject to at least one annual site visit by Commission staff, and will complete the necessary documentations and Expenditure Reports set forth in Section 4 Reporting of these Additional Provisions. c. County will be subject to fiscal compliance site visits as deemed appropriate by the Commission. The Commission will contact the County no less than five (5) working days in advance to schedule the limited fiscal review site visit. d. County will participate in and carryout Commission identified evaluation activities necessary to ensure the accurate and timely collection of data. County-specific data collection requirements are attached hereto as Attachment C and incorporated herein by this reference. e. County’s services hereunder will be in accordance with the First 5 allowable expenses, which is attached hereto as Attachment A and incorporated here in by this reference. County is required to submit a Budget Revision Request form to the Commission when requesting the following changes to the approved budget: i. Expenditures that exceed the 10% variance allowed within budget categories 1-3: ii. Request to move monies between budget categories. 4. Reporting. A. County will participate in training for use of the First 5 Reports system and will use the system to report quarterly progress on Performance Measures identified in this Contract, incorporated herein by this reference and the Contract Compliance Narratives, no later than the 15th of the month following the close of quarters 1-3 and no later than the 31st of the month following the close of the 4th and final quarter. Contract Compliance Narratives may include but are not limited to a description of successes and challenges in program implementation, lessons learned, service or income and expenditure discrepancies, significant staffing changes, and compelling vignettes of service consumers. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 ADDITIONAL PROVISIONS Page 7 Initials: County Commission B. County will submit a general ledger as back-up to support all expenses charged to this Contract. The general ledger should be comprehensive and include current and previous quarter expenses. C. County will submit the following Performance Measures, Compliance Narratives and Budget Reports on the dates set forth below: REPORTS TIME PERIOD DUE QUARTER 1 July 1, 2021 through September 30, 2021 August 15, 2021 QUARTER 2 October 1, 2021 through December 31, 2021 January 15, 2022 QUARTER 3 January 1, 2022 through March 31, 2022 April 15, 2022 QUARTER 4 April 1, 2022 through June 30, 2022 July 3 1, 2022 Performance Measures - Quarterly progress on meeting milestones and targets identified in this agreement. This report is to be completed using the First 5 Reports system. Contract Compliance Narrative – Quarterly narrative on progress. This report is to be completed using the First 5 Reports system. Expenditure Report - Written Report detailing budget expenditures. This report must be electronically delivered to the Commission no later than the report due date. This report is cumulative and must include current and previous quarter expenses. 5. Commission Obligations. A. The Commission will reimburse the County up to 180 slots that meet the EHS minimum requirement of frequency and dosage for every child (slot). B. Contract Monitoring. The Commission will monitor the terms of the contract. Monitoring may include, but is not limited to, site visits, fiscal compliance reviews, periodic reviews and discussions with County, First 5 Online Reporting System, Income and Expenditure reports, review of data collected and data collection procedures, job descriptions and organization structure of the County. 6. Payment Provisions. a. Payment Demands. County will submit Performance Measures, Compliance Narratives and Budget Reports within fifteen (15) days from the end of quarters 1-3 and within thirty-one (31) days from the end of quarter 4, as set forth in Section 4C above. Once the reports are received and approved by the Commission, the Commission will forward a Demand Form to the County for County to complete and submit for payment. b. Commission will make payments to County promptly upon approval of said payment demands by the Executive Director of the Commission, or designee. Upon approval of said payment demands by the Executive Director of the Commission, or designee, the Commission will submit from T/C 35 or T/C 36 for payment. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 ADDITIONAL PROVISIONS Page 8 Initials: County Commission c. Commission’s payment for services will be up to 180 slots per month, at no more than $282.41 per slot. Services must be in accordance with the First 5 allowable expenses (Attachment A). d. Commission will reimburse County for any approved expenditures for agreed upon services within thirty (30) days of approval of said Payment Demand. e. Funds will be made payable to: Contra Costa County, for its Employment and Human Services Department - Community Services Bureau 1470 Civic Court, Suite 200 Concord, CA 94520 g. If County fails to submit to the Commission a timely demand for payment for the final quarter as specified in paragraph 6.a., above, the County is required to complete an Interfund Accrual Request form and submit it to the Commission no later than August 3, 2022 by 5:00 PM. If the Commission does not receive the completed Interfund Accrual Request form by August 3, 2022, the Commission will not pay County for any expenses submitted after the final due date as specified in Section 4(Reporting) above. h. If the Commission is unable to obtain reimbursement from the State of California as a result of County’s failure to submit to the Commission a timely demand for payment as specified in Section 6 (Payment Provisions), the Commission will not pay County for such services to the extent Commission’s recovery of funding is prejudiced by the delay, even though such services were fully provided. i. Right to Withhold. The Commission has the right to withhold payment to County when, in the opinion of the Commission expressed in writing to County, (a) County’s performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) County has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) County has failed to sufficiently itemize or document its demand(s) for payment. j. Audit Exceptions. County agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate county, state or federal audit agencies resulting from its performance of this Agreement. Within thirty (30) days of demand, County will pay the Commission the full amount of the Commission’s obligation, if any, to the state and/or federal government resulting from any audit exceptions, to the extent such are attributable to County’s failure to perform properly any of its obligations under this Agreement. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 ADDITIONAL PROVISIONS Page 9 Initials: County Commission 7. Miscellaneous Provisions. a. Termination. This Agreement may be terminated by either party, at is sole discretion, upon thirty (30) advance written notice thereof to the other, and may be cancelled immediately by written mutual consent. Notwithstanding the foregoing, this Agreement may be terminated if funding of Commission pursuant to the California Children and Families Act of 1998 (California Health & Safety Code §§ 130100, et seq.) ceases. b. Entire Agreement. This Agreement contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understanding, oral or otherwise, regarding the subject matter of this Agreement will be deemed to exist or to bind any of the parties hereto. c. Amendments. This Agreement may be modified or amended by a written document executed by County and Commission, subject to any required state or federal approval. d. Choice of Law and Personal Jurisdiction. This Agreement is made in Contra Costa County and will be governed and construed in accordance with the laws of the State of California. Any action relating to this Agreement will be instituted and prosecuted in the courts of Contra Costa County, State of California. e. Tobacco Policy. County understands and agrees that it is not currently and will not in the future receive financial support from any tobacco or alcohol company, or invest in such companies. f. Conflicts of Interest. County covenants that it presently has no interest and that it will not acquire any interest, direct or indirect, that represents a financial conflict of interest under state law or that would otherwise conflict in any manner or degree with the performance of its services hereunder. County further covenants that in the performance of this Agreement, no person having any such interests will be employed by County. If requested to do so by the Commission, County will complete a “Statement of Economic Interest” form and file it with the Commission and will require any other person doing work under this Agreement to complete a “Statement of Economic Interest” form and file it with the Commission. County covenants that County, its employees and officials, are not now employed by the Commission and have not been so employed by the Commission within twelve months immediately preceding this Agreement; or, if so employed, did not then and do not now occupy a position that would create a conflict of interest under Government Code section 1090. In addition to any indemnity provided by County in this Agreement, County will indemnify, defend, and hold the Commission harmless from any and all claims, investigations, liabilities, or damages resulting from or related to any and all alleged conflicts of interest. County warrants that it has not provided, attempted to provide, or offered to provide any money, gift, gratuity, thing of value, or compensation of any kind to obtain this Agreement. g. Alcohol and Drug Abuse Policy. County will be subject to, support implementation of, and comply with the Commission’s Alcohol and Drug Abuse Policy, adopted by the Commission, which is on file with the Commission and incorporated herein by this reference. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 ADDITIONAL PROVISIONS Page 10 Initials: County Commission h. Child Abuse Index Check. If the services required by this Agreement involve the provision of direct services to children, County agrees to perform the following reference checks on each employee who provides direct services to children: (a) the Child Abuse Index check; (b) the Criminal Record Clearance check by the State Department of Justice; and (c) the State Department of Motor Vehicles (DMV) record check. If any of these reference checks shows an employee has a criminal record involving crimes against children, County will immediately remove that employee from providing any services pursuant to this Agreement. i. Supplantation of Funds. County warrants that the funds received pursuant to this Agreement supplement, and do not supplant, existing levels of service. With regard to services covered by this Agreement and for the term of this Agreement, County agrees to maintain the same level of such services as it provided at the time of this Agreement, utilizing funds other than those provided under this Agreement. j. Acknowledgement of Funds. All printed materials created by County pursuant to this Agreement will contain the following information in a type size and style appropriate to the materials. The Commission will provide camera-ready logo upon request. County will follow the Style and Usage Guide, which is attached hereto as Attachment D and incorporated herein by this reference. Made possible by funding from the See Attachment D for directions k. Separate Public Entity. County acknowledges and agrees that the Commission is a public entity separate from the County of Contra Costa. The rest of this page is intentionally blank ATTACHMENT A First 5 Contra Costa Allowable Expenses Contra Costa County, for its Employment and Human Services Department - Community Services Bureau AGREEMENT #21-030 Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 12 Initials: County Commission Personnel FTE Limits Director 0.02 Maximum Program Mgr 0.5 Maximum Admin Support 1 Minimum Lead EHS Sup 1 Maximum: EHS oversight/ Supervision of no more than 5 HVs Supervisors 1.7 Minimum: Required Ratio 1:6 Home Visitors 15 Minimum: Required Ratio 1:12 Outreach 1 FTE Minimum Father Engagement 0.25 FTE Minimum Fringe Benefits Program and Operations Allowable Expenses Program Supplies Maximum: 6% of First 5 allocation Socializations Office Supplies Staff Training Must Include Growing Great Kids Postage Printing Datanetwork Mileage Minimum: IRS annual rate of reimbursement Equipment Cellular Printing Building Maintenance Utilities Indirect 15%Maximum First 5 Contra Costa Home Visiting Program Social Service Provider Allowable Expenses and Limits F5 Funded EHS Wait List: HV .05 FTE: per slot is required to maintain a wait list to sustain EHS funding/slots. For this fiscal year the minimum FTE needed for pool is .75/9 slots. F5 is providing 2.58 FTE/31 slots Page 13 Initials: County Commission ATTACHMENT B First 5 Contra Costa Home Visiting Program Model (F5HVP) Contra Costa County, for its Employment and Human Services Department - Community Services Bureau AGREEMENT #21-030 Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 14 Initials: County Commission A. FIRST 5 CONTRA COSTA HOME VISITING PROGRAM (F5HVP) First 5 Contra Costa initially designed and funded this program from 2016 – 2020, as a key strategy under the Commission’s Family Support Initiative. An initiative that supports families with children birth to age three, the most critical time in a child’s development. Theoretically rooted in the belief that early, nurturing relationships lay the foundation for life-long, healthy development. The F5HVP incorporates over 15 years of First 5 Contra Costa’s experience designing and funding family support programs: home visiting and family resource centers (First 5 Centers). The F5HVP provides families relationship based indivi dualized in-home services designed to foster school readiness, by promoting early childhood health, well-being, optimal development, and positive parent-child relationships with secure attachment. Building on best practices and principles associated with family support, the F5HVP is strengths-based; family-centered and employs cultural humility and reflective practice. B. PHILOSOPHY AND APPROACH TO SERVICES F5HVP incorporates evidence-based research, best practices and approaches proven effective in the family support field and strengthening families with young children. Family Strengthening is an approach that recognizes the inherent strengths, resilience, and abilities of families. Through mutually respectful partnerships, families enhance their own capacity to understand how to promote the optimal development (cognitive, social, emotional, and physical) of all family members. A strength-based approach also recognizes the significance of supportive relationships and social networks and helps families identify and enhance informal and formal supports. The F5HVP service components aim to strengthen the Five Protective Factors reflected in the Strengthening Families framework, developed by the Center for the Study of Social Policy. Each protective factor, parental resilience, social connections, concrete support in times of need, knowledge of parenting and child development, and social and emotional competence of children, have been proven to be “promotive” factors that build family strengths and a family environment that promotes optimal child and youth development. Research studies support the common-sense notion that when these Protective Factors are well established in a family, the likelihood of child abuse and neglect diminishes. More information can be found at Strengthening Families. The F5HVP practices universal developmental screening and informs parents about the Help Me Grow system to facilitate early detection of developmental delays, initiate appropriate intervention and provide parental support. The goal of developmental screening is to improve a child’s functioning and reduce the need for costly lifelong interventions. Research has shown that when healthcare providers or pediatricians only use clinical judgment or developmental surveillance, many children who are experiencing developmental delays are not identified and do not receive the earliest possible intervention (American Academy of Pediatrics, 2010). Cultural Humility is an approach used to respectfully engage and honor families’ diverse cultural traditions, race/ethnicity, languages, values, belief systems, socio-economic status, family structures, sexual orientation, religion, individual abilities, and other aspects of identity and lived experiences. The F5HVP staff build trusting relationships with families by intentionally facilitating opportunities for families and staff to: learn from each other, honor and value each other’s differences, and adapt programming to be responsive and sensitive to families’ varying needs. For more information about Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 15 Initials: County Commission the principles of Cultural Humility, view the Cultural Humility (https://www.youtube.com/watch?v=SaSHLbS1V4w) video. The F5HVP incorporates the best of all the Home Visiting Best Practices and Evidence Based Program Models. The F5HVP meets the Early Head Start in-home service delivery requirements, incorporates key concepts and elements from Healthy Families America and practices Reflective Practice. Healthy Families America (HFA) is a national program model launched in 1992 by Prevent Child Abuse America (PCA America) in partnership with Ronald McDonald House Charities. The HFA model is based on two decades of research, the experiences of Hawaii’s successful Healthy Start program and best practices from numerous communities and prevention models. More information can be found at Healthy Families America. Reflective Practice is a concept that centers around the idea of lifelong learning in which a practitioner analyzes experiences in order to learn from them. Introduced by Donald Schön in his book The Reflective Practitioner in 1983, Reflective Practice is used to promote independent professionals who are continuously engaged in the reflection of situations they encounter in their professional worlds. The practice has historically been applied most in the educational and medical fields, with widespread application by early childhood practitioners. Reflective practice in the early childhood setting has a profound impact on the relationships and partnerships staff are able to have with parents. Parents directly benefit from a parallel process that happens as home visitors become skilled in reflective dialogue. F5HVP SERVICE COMPONENTS 1. Prenatal education and support that promotes prenatal care, healthy behavior, and nutrition during pregnancy, screens for and supports optimal mental health and wellness, helps parents prepare and plan for the birth of their child, engages fathers early (or other family members as appropriate), and provides important information about raising a family (e.g., benefits of breast feeding, healthy diet, physical activity, oral health, child safety, car seat safety, avoiding alcohol, drugs, and tobacco, environmental toxicants, family planning/spacing). 2. Postpartum education and support supports postpartum care and health to include screening for maternal depression, newborn care (e.g., breast feeding, sleep practices, reading and responding to baby cues, swaddling, food preparation), support for father involvement, and promoting the importance of well child visits and how to detect and respond to child illness. 3. Parent education and support supports and promotes the importance of play, daily routines, infant and toddler caretaking, child development, and positive parenting practices. Social Service Providers to utilize Growing Great Kids or equivalent home visiting curriculum designed for parents of young children. a. Infant and Toddler Caretaking F5HVP provides age-appropriate information on issues related to basic infant and toddler care, including feeding, sleep and scheduling, bathing and clothing, child safety, appropriate well- child care, and what to do if your child is sick. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 16 Initials: County Commission b. Child Development F5HVP provides information and guidance on child development and age-appropriate behavior; teach parents about key milestones and factors influencing development; encourage interaction and play to promote development; and help parents understand how their relationship with their child impacts development. c. Positive Parenting Practices F5HVP provides education and modeling to help parents meet their child’s needs. Programs will help parents gain the knowledge, skills and confidence to read and respond to their baby’s cues, interact frequently with their child (e.g., talking during feedings and responding to vocalizations), understand how a child learns, the importance of play, how parents are their child’s first teacher, turning everyday activities into learning opportunities, and offer techniques and strategies for parents to manage challenging behaviors that negatively impact the parent- child relationship. 4. Developmental screening is administered by program to assess child development at regular intervals to track progress and/or identify concerns that may require a referral for further assessment or early intervention services. All children will be screened utilizing the Ages and Stages Questionnaire 3 (ASQ3) and when appropriate the Ages and Stages SE2 (ASQSE2). When appropriate, F5HVP works closely with Contra Costa’s Help Me Grow system to support parents and coordinate resources and referrals for children with identified developmental concerns. 5. Family -centered case management is offered to parents by creating a comprehensive, strength-based plan that has parent-identified goals and priorities. Home visitors teach strategies to help parents identify achievable goals, develop action steps, and strengthen problem solving and decision making skills when confronted with obstacles. 6. Comprehensive family assessments, (e.g. Life Skills Progression) are conducted according to tool recommendations and utilized in case management, reflective supervision and evaluation. 7. Father engagement is individualized to meet the needs of each enrolled father and include s but not limited to involving fathers in case plan development, regularly scheduled visits, and socializations when possible and appropriate. Fathers receive education, support and case management services within the context of their self-identified roles and level of engagement in parenting, caretaking, and partner support. In some cases, it father participation may need to be incentivized where justified. 8. Information and referrals provided to facilitate access to community resources and services to address basic needs and self-sufficiency. Referrals are tracked, monitored and reported on when family successfully utilizes a resource or referral. 9. Benefits eligibility screening and enrollment assistance is provided for parents to help increase acc ess to state and local resources, services or income support programs (e.g., TANF, health insurance, WIC, CalWORKs, Head Start). Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 17 Initials: County Commission 10. Socializations are offered at a minimum, once a month for the purpose of reducing isolation, promoting peer learning, and strengthening families’ support networks. Socializations are designed to engage all family members, include an educational focus area relative to early childhood, and include interactive activities that foster the development of meaningful relationships among families. Socializations are offered at First 5 Centers when possible. C. SERVICE INITIATION, ELIGIBILTY AND PRIORITY AREAS F5HVP services are initiated prenatally, at birth up to 12 weeks postpartum. Expectant and parenting families, inclusive of fathers (when possible and appropriate), who meet the income eligibility criteria, are actively raising a child aged 0-2 , and reside in Contra Costa are eligible for F5HVP. Home visits are available for families by appointment 46 weeks annually, at least five days a week, with expanded hours to include Saturdays and evenings to maximize access for working parents. Home visitation services are offered within communities with greatest needs, specifically in the Central, East, and West regions of Contra Costa County. Families will primarily reside in the following cities: • Central Region: Concord (Monument Community); Martinez • East Region: Bay Point; Pittsburg; Antioch; Oakley • West Region: San Pablo and Richmond D. POPULATION TO BE SERVED F5HVP is designed to serve families with multiple risk factors who are not in crisis at the time of enrollment, to maximize the level of commitment a family needs to make to benefit from the full scope of the program. Families may present with one or more of the following risk factors: poverty (e.g. Medi-Cal recipients), first-time parents, socially isolated families, residents of a specific neighborhood or geographic region with known challenges (e.g. community violence, low -performing schools, limited access to resources, high crime rate), having less than a high-school education, or multiple psycho-social issues (e.g. domestic violence, strained familial relations, mental health issues). E. OUTREACH AND REFERRAL SOURCE Social Service providers implementing F5HVP must be diligent in developing and maintaining prenatal referral sources and effectively managing a wait-list to ensure the program operates at capacity. G. FAMILY RECRUITMENT AND RETENTION Successful family recruitment and retention relies heavily upon a family’s commitment to full participation by all family members and adequately assessing parents’ interest in strengthening parenting and goal attainment skills. Families who are in crisis at the time of enrollment are not a good fit for the F5HVP, due to the duration and scope of services that does not include crisis intervention. A home visitor who has a relationship with a family who faces a crisis while enrolled in the program is able to refer the family for assistance because of the trusted role they have of connector to community resources. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 18 Initials: County Commission Retaining families for this relationship-based program is accomplished with high quality service delivery by competent home visitors who are able to establish rapport and trust with a family for the duration of the client’s enrollment in the program. H. PROGRAM CASELOADS, FREQUENCY AND DURATION Families will be offered individual face-to-face visits in or outside the home. A full-time Home Visitor will carry a maximum caseload of 15 clients. Caseloads are limited to ensure home visitors have a manageable workload, are sufficiently trained, receive adequate support and participate regularly in reflective supervision. Families will receive weekly visits, but no less than two visits per month. Visits will be 90 minutes in length. To provide the greatest impact for families and their children, the program is intended to engage families prenatally for at least 18 months, up to the child’s second birthday. Families who participate in the program less than 18 months, regardless of the reason of closure, is a pre-mature closure, and will be reported as such. I. COMMUNITY PARTNERSHIP F5HVP staff are an integral part of their communities and work collaboratively with community partners to the benefit of families, including coordination with the First 5 Centers is strongly encouraged. J. INCENTIVES The use of incentives (food/meals, transportation, organized group activities with childcare, child related items, gift cards, etc.) has proven to be an effective strategy to increase and encourage family participation and retention in the program. To model healthy lifestyles, when food is provided to participants of the F5HVP, a healthy food and beverage policy is adhered to. K. STAFFING a. Key Staff Positions and Supervis ion Ratios For effective program implementation, the following positions and/or roles are necessary to have: Program Manager, Supervisor(s), Home Visitor(s), Administrative Assistant (data entry), and a male Home Visitor and/or Father Engagement Specialist. The list of positions above does not assume that each role requires a full-time staff person. Program size will dictate the amount of oversite along with the best practice of F5HVP supervision ratios. Program Manager will have no more than 6 direct reports. Supervisor(s) will have no more than 6 home visitors assigned to them at any given time. Exceeding supervising staff ratios even on a limited or temporary basis will compromise staff’s ability to deliver quality services and maintain best practices embedded in each program component, conversely negatively impacting families and children. b. Home Visitors’ Qualifications and Competencies To address the variety of experiences a home visitor may encounter when working with families with multiple risk factors, home visitors need to be educated in early childhood, child Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 19 Initials: County Commission development, parenting and coaching for goal-attainment. Home visitors serving in this program should possess or be supported to develop the ability to: 1) establish trusting and caring relationships with families; 2) foster empathic and nurturing parenting practices; 3) support parents to optimize their child’s development potential; 4) educate and heighten parents’ interest in caretaking, healthy nutrition, and preventive health; 5) expand the parents’ capacity to manage stress and utilize a variety of community resources; and 6) incorporate cultural practices in home visits aimed at solidifying the family’s identity and enriching parenting. L. STAFF TRAINING Implementation of the F5HVP requires intensive training for home visiting program staff, including primary, ongoing and specialized training. All training when possible should provide a strength-based and family centered perspective. a. Primary Training Primary training establishes a foundation for the program and instructs staff in their roles as Home Visitors, Supervisors, and Program Managers to understand the essential components of family assessment and home visitation. Within the first six months of employment, new staff will need approximately 80 hours of primary training. Primary training covers content and service provision topics such as: working with families with multiple risk factors; offering services and making referrals; establishing eligibility and enrolling families in benefits; child development, child health and safety; establishing and maintaining trust with families; building on family strengths; maintaining professional boundaries; developing an individual family support plan; observing, teaching and modeling healthy parent-child interactions; managing crisis situations; cultural humility; reflective practice; and specific issues such as substance abuse; reporting child abuse; domestic violence; drug-exposed infants; and maternal depression. Curriculum Training is included in primary training. Staff must complete training by a recognized and/or certified trainer affiliated with the curriculum utilized by the F5HVP. Any Social Service Provider implementing the F5HVP must provide curriculum training at least every other year for new and veteran staff to maintain fidelity to the curriculum. Staff should be proficient in working within the full scope of the curriculum, to ensure that the home visitor is able to individualize and meet the families’ unique educational needs and interests. b. Ongoing Training Ongoing training complements primary training and covers the implementation of supplemental curriculum used in F5HVP, as well as topics relevant to the needs of families, such as domestic violence, immigration, literacy and accessing community resources. It is essential that opportunities for staff to receive ongoing training is built into the social service provider’s operating plan and budget. c. Specialized Training Specialized training is offered to strengthen staff’s capacity to implement and/or administer the program. Training may include data base utilization, content focused, assessments and/or screening, reflective practice, five protective factors, trauma informed care etc. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 20 Initials: County Commission M. REFLECTIVE PRACTICE Program Manager and Supervisor(s) provide ongoing, effective supervision that supports Reflective Practice. By employing the practice of Reflective Supervision, home visitors will be able to develop realistic and effective plans to empower families to meet their objectives; to understand why a family may not be making progress and how to work with the family more effectively; and to express their concerns and frustrations. Reflective supervision requires the F5HVP to allocate the time necessary to effectively implement and sustain Reflective Supervision. N. PARTNERSHIP WITH FIRST 5 CONTRA COSTA First 5 Contra Costa, is available upon request, to provide training and/or clarification related to these Implementation Guidelines. First 5 supports the F5CC Home Visiting Data System (ETO) and the evaluation of the program. Additional resources may be made available to the F5HVP like collateral material, information and resources for families, material goods (e.g. car seats, books). O. FIRST 5 HOME VISITING DATA SYSTEM (HVDS) Social Service Provider(s) use the First 5 Home Visiting Data System developed by Social Solutions’ Efforts to Outcomes (ETO). The HVDS is designed to meet the unique needs of this home visiting program. Staff enter data into the HVDS to record, track and manage family information, service and program activities, enrollment information, screening and assessment data (such as ASQ3), surveys (such as the First 5 Family Survey and Parenting Survey), case management plans, referrals, attendance in group activities, and specific program outcomes. C. REQUIREMENTS FOR COMPUTER SYSTEM AND INTERNET ACCESIBILITY Home Visiting Program staff must have a computer and/or laptop with internet accessibility that meet the following requirements: At the office: • PC computer available for every home visitor running Microsoft Windows 7 or higher with an Intel Pentium II processor (or equivalent) that runs at 500 MHz or above, and a minimum of 256 MB memory (1 GB of memory recommended) • Secure high-speed internet connection with a minimum speed of 500kb/s (at least 1 Mb/s highly recommended) • Microsoft Internet Explorer 9 or above In the field: • A tablet or Laptop for each Home Visitor, with internet connection. D. DATA COLLECTION AND REPORTING Social Service Provider will enter data into the F5CC Home Visiting Data System (ETO). Data collection and entry are to be accurate, complete, and timely. A data reconciliation process conducted on a regular basis is recommended to ensure program reports reflect the program’s accomplis hments and data discrepancies are corrected and prevented. On -going training and technical support will be provided by First 5 Contra Costa’s Data Systems’ Coordinator. Contra Costa County, for its Employment and Human Services Department - Community Services Bureau Agreement #21-030 Page 21 Initials: County Commission E. EVALUATION Select data may be extracted from the Home Visiting Data System by staff of the First 5 Evaluation Department and/or their external evaluation firm for the purpose of evaluating specific Program Outcomes (to be agreed to with Contractor), formative process evaluation questions, or other special analysis. Database fields and additional assessments may be added at the request of the Contracting agency, First 5 Program Officer, or First 5 or Contractor’s Evaluation Department as warranted and feasible. The remainder of this page intentionally blank. ATTACHMENT C DATA COLLECTION REQUIREMENTS Contra Costa County, for its Employment and Human Services Department - Community Services Bureau AGREEMENT #21-030 Contra Costa County, for its Department of Health Services – MVIP Agreement #21-030 Page 23 Initials: County Commission Data Collection Tool Administration Submission ETO (Home visiting database system) HV staff record, track and manage family information, enrollment information, home visits, service and program activities, screenings, referrals, and attendance in group activities and other related information about families in ETO. HV staff enter data and periodically review the accuracy and completeness of home visiting information entered into the ETO database no less than quarterly. The following information, including forms, surveys, and consents, is entered by program staff into the First 5 online home visiting database (ETO). First 5 Registration information and Family Survey HV staff ask families to complete survey at intake. HV staff enter information from Family Survey into the ETO database. Ages and Stages Questionnaire 3 (ASQ-3) HV staff administer ASQ 3 at recommended intervals. Staff enter ASQ 3 scores into ETO database. Parent Knowledge Survey (to be identified in conjunction with First 5 staff) HV staff administer Parent Knowle dge Survey at recommended intervals as determined by First 5 staff. HV staff enter Parent Knowledge Survey into the ETO database. Phone Consent Phone interviews are conducted by external evaluator; F5 staff request consent at intake. Family’s acceptance or denial of consent entered into ETO. Paper consents kept on file. Depression Screenings HV staff administer Depression screenings. HV staff enter screening results in ETO database. Case Closure HV staff will complete a Case Closure for each family exiting the program. HV staff enter case closures into ETO database The following reports are entered by program staff into the online First 5 Reports system. Contra Costa County, for its Department of Health Services – MVIP Agreement #21-030 Page 24 Initials: County Commission Routine Reports Completed by County. Quarterly Reports due 4/15 and 7/31 for Units of Service / Population Reached progress updates. This evaluation design may change as the Commission’s needs for information change, and data collection /evaluation requirements from County may change accordingly. County will make reasonable efforts enable F5CC evaluation staff to assess outcomes of this program. The remainder of this page intentionally blank. ATTACHMENT D COMMISSION LOGO STYLE AND USAGE GUIDE Contra Costa County, for its Employment and Human Services Department - Community Services Bureau AGREEMENT #21-030 RECOMMENDATION(S): APPROVE and AUTHORIZE the County Librarian, or designee, to apply for and accept a grant in the amount of $10,000 from Keller Canyon Landfill Mitigation Fund to provide Google Cardboard VR kits to the community and other STEAM-oriented programming for the Bay Point Library for the period of August 2021 through June 2022. FISCAL IMPACT: No Library Fund match. BACKGROUND: The Keller Canyon Landfill Mitigation Fund (KCMF) process was established in August 1992, and funds are used to mitigate effects of the landfill site by funding community-based organizations and County Departments for programs in the following areas: youth services, code enforcement, community beautification, public safety, and community services. In previous years, the Bay Point Library received KCMF funds to purchase Google Expeditions kits, which enable patrons to explore the world virtually and to bring abstract concepts to life. Students use the platform APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Walt Beveridge 925-608-7730 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 63 To:Board of Supervisors From:Alison McKee, County Librarian Date:September 7, 2021 Contra Costa County Subject:Keller Canyon Landfill Mitigation Fund Grant for $10,000 BACKGROUND: (CONT'D) to peruse collections of 360° scenes and 3D objects, discovering interesting sites and artifacts along the way. Expeditions explore history, science, the arts, and the natural world. Due to COVID-related restrictions on social distancing and in-person library programming, the Library has restructured the program to include the use of Google Cardboard VR kits; should the Library's KCMF request be approved, grant funds would be used to purchase the Google Cardboard kits. The original kits purchased in prior funding cycles will still be used for library programming, library outreach, demonstrations, and by educators who want to use this technology in a small classroom setting (10 to 20 students at a time), with Google Cardboard kits distributed to students following the demonstrations. Purchase and distribution of the inexpensive Google Cardboard VR kits enables patrons to continue to utilize the Google Expeditions open technology platform from their own homes, through the use of the cardboard viewers and their own smartphones. The Library also has included a request for KCMF funding to support STEAM programming using virtual reality at this location, including the purchase of 3D printers, electronics and maker kits, as well as instructors for STEAM programming. Programming will include instruction on how students can peruse collections of 360° scenes and 3D objects, and explore history, science, the arts, and the natural world. The Bay Point Library is located in the Riverview Middle School and serves many middle school students. The library’s small staff and the students would benefit from the purchase of the Google Cardboard VR Kits and would be able to offer STEAM-focused after-school programming that is “minimal setup for maximum impact.” CONSEQUENCE OF NEGATIVE ACTION: If this proposal is not approved, Bay Point Library will not be able to offer STEAM-focused afterschool programming and school-break workshops using Virtual Reality, 3D Printing, Coding, Engineering, Historical and Cultural Exploration, Digital Literacy, Problem Solving, Ideation, and Entrepreneurship. CHILDREN'S IMPACT STATEMENT: This project supports the community outcome of “children ready for and succeeding in school.” RECOMMENDATION(S): ADOPT Resolution No. 2021/255 approving and authorizing the Health Services Director, or Behavioral Health Director as designee, to execute Grant Agreement #28-959-1 with the California Board of State and Community Corrections for the Residential Substance Abuse Treatment (RSAT) Grant Program, in an amount not to exceed $500,000 for the implementation of Substance Use Disorders (SUD) treatment at the West County Detention Facility for inmates diagnosed with a SUD, for the period July 1, 2021 through June 30, 2022. FISCAL IMPACT: Approval of this agreement will allow the State to pay the County an amount not to exceed $500,000 for the RSAT Program for FY 2021-2022. (43% County match in an amount not to exceed $217,185 is required) BACKGROUND: The California Board of State and Community Corrections, the designated state administrative agency for the RSAT Program, which is federally funded through Bureau of Justice Assistance. The RSAT Program assists states and local governments in developing and implementing substance use disorder treatment programs in state, local, and tribal correctional and detention facilities, and supports efforts to create and maintain community-based aftercare services for offenders. Historically, the California RSAT Program has funded local detention facilities to provide in-custody treatment services with an aftercare component requirement placed on the grantees. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Suzanne Tavano, 925-957-5212 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 64 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Approval of Grant Agreement #28-959-1 with the California Board of State and Community Corrections Residential Substance Abuse Treatment (RSAT) Grant BACKGROUND: (CONT'D) This program allows for the implementation SUD treatment at the West County Detention facility for inmates diagnosed with a SUD along with resources and information about recovery and treatment, with the ultimate goal of reducing recidivism. An additional twenty-four (24) inmates who are post-sentence, have at least 3 months in custody remaining, and are assessed as high needs, will be provided with three months of substance use treatment while in custody, placement and rent at a sober living environment for up to six months upon release, including ongoing outpatient case management, substance abuse treatment and medication assisted treatment. The project will fill in the gap in SUD treatment options in the Contra Costa County Detention System and create a robust network of treatment options and programs for people transitioning back into society. The provision of substance use treatment post-release will be provided through a network of community-based Drug Medi-Cal certified providers that operate under the Drug Medi-Cal Organized Delivery System (DMC-ODS) Plan. On April 20, 2021, the Board of Supervisors approved Grant Application #28-959 with the California Board of State and Community Corrections for the RSAT Program. On July 13, 2021, the Department received the grant agreement to accept the funds and implement the RSAT Program through June 30, 2022. This agreement includes an obligation by the County to indemnify the State for any claims arising out of the County’s performance under the agreement. CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, the department will not receive up to $500,000 in State grant money for the RSAT program during fiscal year 2021-22. AGENDA ATTACHMENTS Resolution 2021/255 MINUTES ATTACHMENTS Res 2021/255 signed THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/255 In the Matter Of: Grant Agreement with the California Board of State and Community Corrections Residential Substance Abuse Treatment (RSAT) Grant. WHEREAS, the Board of Supervisors of Contra Costa County desires to participate in the RSAT Grant Program funded through and administered by the Board of State and Community Corrections (hereafter referred to as the BSCC). NOW, THEREFORE, BE IT RESOLVED that the Health Services Director, or Behavioral Health Director as designee, will be authorized on behalf of the Board of Supervisors of Contra Costa County to submit the grant proposal for this funding and sign the Grant Agreement with the BSCC, including any amendments thereof. BE IT FURTHER RESOLVED that grant funds received hereunder shall not be used to supplant expenditures controlled by this body. BE IT FURTHER RESOLVED that the Board of Supervisors of Contra Costa County agrees to abide by the terms and conditions of the Grant Agreement as set forth by the BSCC. Contact: Suzanne Tavano, 925-957-5212 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Agreement #28-937-1, with Rainbow Community Center of Contra Costa County, a non-profit corporation, to pay the County an amount not to exceed $251,850 for the provision of transitional housing and case management support services for homeless transition-age youth (TAY) residing in Contra Costa County, for the period from October 1, 2021 through September 30, 2023. FISCAL IMPACT: Approval of this agreement will result in a total payment of $251,850 from Rainbow Community Center of Contra Costa County. No County match required. BACKGROUND: Rainbow Community Center of Contra Costa County provides referrals to transitional housing for TAY experiencing homelessness, ages 18–24, who are eligible for and agree to services. The County will provide transitional housing and case management support services at Contra Costa Youth Continuum of Services (CCYCS) Transitional Living Programs (TLP) located in Concord and Crockett. On APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lavonna Martin, 925-608-6701 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker, M Wilhelm C. 65 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Agreement #28-937-1 with Rainbow Community Center of Contra Costa County BACKGROUND: (CONT'D) November 17, 2020, the Board of Supervisors approved Grant Agreement #28-937 with Rainbow Community Center of Contra Costa County, in an amount not to exceed $125,925 to allow the County to receive funds for transitional housing and case management support services for TAY for the period October 1, 2020 through September 30, 2021. Approval of Agreement #28-937-1 will allow the County to continue to receive funds for transitional housing and case management support services for TAY through September 30, 2023. CONSEQUENCE OF NEGATIVE ACTION: If this agreement is not approved the County will not receive funds for transitional housing and case management support services for TAY, further increasing risks of homelessness. CHILDREN'S IMPACT STATEMENT: This program supports the following Board of Supervisors community outcomes: “Children Ready For and Succeeding in School”; and “Communities that are Safe and Provide a High Quality of Life for Children and Families”. Expected program outcomes include an increase in positive social and emotional development as measured by the Child and Adolescent Functional Assessment Scale (CAFAS). RECOMMENDATION(S): APPROVE and AUTHORIZE the Agricultural Commissioner, or designee, to execute an agreement with the California Department of Food and Agriculture in an amount not to exceed $2,218 to reimburse the County for plant nursery inspections and related enforcement activities for the period July 1, 2021 through June 30, 2022. FISCAL IMPACT: Approval of this action will allow for reimburse from the California Department of Food and Agriculture to the County in an amount not to exceed $2,218. There is no county match of funds nor are grant funds involved. There is no impact to the general fund. BACKGROUND: This agreement with the California Department of Food and Agriculture provides reimbursement to the County for the County Agriculture Department expenses incurred for visual surveys of nurseries and to enforce all laws and regulations pertaining to nursery stock, including licensing requirements. These visual inspections ensure that certain regulatory requirements of the plant nursery industry are met, which protect consumers and stop and/or slow the spread of exotic invasive species that maybe present on certain host material. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Stephanna 608-6600 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 66 To:Board of Supervisors From:Matt Slattengren, Ag Commissioner/Weights & Measures Director Date:September 7, 2021 Contra Costa County Subject:Nursery Inspection Program CONSEQUENCE OF NEGATIVE ACTION: A negative action would cause a loss in revenue for the Agriculture Department. ATTACHMENTS RECOMMENDATION(S): APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to accept grant funding from the United States Department of Health and Human Services, Administration for Children and Families, Office of Head Start, in an amount not to exceed $9,013,798 for Early Head Start Program services for the period January 1, 2022 through December 31, 2022 and AUTHORIZE the Chair of Board of Supervisors to sign the grant application. FISCAL IMPACT: Funding for the period January 1, 2022 through December 31, 2022 is included in the Department’s FY 2021-22 budget. The County, as Grantee, is required to generate a 25% non-federal match of the total grant-budget. For 2022, the match amount equates to $2,253,449, which will be achieved through collaboration with State Child Development programs and the volunteer hours generated from Early Head Start parents and community partners. 100% Federal funds. No County Cost. CFDA #93.600 APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: A. Bailey-Nesbitt, 925-608-4930 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 67 To:Board of Supervisors From:Kathy Gallagher, Employment & Human Services Director Date:September 7, 2021 Contra Costa County Subject:2022 Early Head Start Continuation Grant BACKGROUND: Early Head Start is a federal program that serves low-income pregnant women and families with infants and toddlers from birth to age three. The program design supports and nurtures healthy attachments between the child and their family. Early Head Start programs provide quality child care, child development, and other services including, medical, mental health, and dental services. Head Start/Early Head Start also offers comprehensive services, including health, nutrition, social and other services determined as necessary via family needs assessments. These services respond to each child and family's ethnic, cultural, and linguistic heritage. Children and families access these services through various service models, including centers or schools that children attend half or full-day, family childcare homes, and/or the children's own homes - a Head Start staff visit once per week to provide in-home services. Children who receive home-based services gather periodically with other enrolled families for group learning experiences facilitated by Head Start staff. Contra Costa County applies annually to the U.S. Health and Human Services Department, Administration for Children and Families, Office of Head Start, as the Head Start grantee. The annual application includes newly identified goals and objectives for the program. This is year four of a five-year grant cycle. The year three continuation application was approved by the Board on September 22, 2020. This application was reviewed and approved by the Head Start Policy Council on August 18, 2021. Approval of this board order request will allow the continued provision of Early Head Start services to program eligible children and families. CONSEQUENCE OF NEGATIVE ACTION: If not approved, the County will not receive funding to operate Early Head Start childcare centers. CHILDREN'S IMPACT STATEMENT: The Community Services Bureau of the Employment & Human Services Department’s Early Head Start program supports three of Contra Costa County’s community outcomes - Outcome 1: “Children Ready for and Succeeding in School,” Outcome 3: “Families that are Economically Self-sufficient,” and, Outcome 4: “Families that are Safe, Stable, and Nurturing.” These outcomes are achieved by offering comprehensive services, including high quality early childhood education, nutrition, and health services to low-income pregnant women and families throughout Contra Costa County. ATTACHMENTS EHS Funding Letter EHS Budget Narrative Office of Head Start | 330 C St., SW, 4th Floor, Washington DC 20201 | eclkc.ohs.acf.hhs.gov July 07, 2021 Grant No. 09CH010862 Dear Head Start Grantee: An application for funding for the upcoming budget period must be submitted by October 1, 2021. The following table reflects the annual funding and enrollment levels available to apply for: Funding Type Head Start Early Head Start Program Operations $17,623,153 $8,818,593 Training and Technical Assistance $197,344 $195,205 Total Funding $26,834,295 Program Head Start Early Head Start Federal Funded Enrollment 1,351 573 Period of Funding: 01/01/2022 - 12/31/2022 Application Submission Requirements The application must be prepared and submitted in accordance with the Head Start Grant Application Instructions with Guidance, Version 3 (Application Instructions) for a continuation application. It must be submitted on behalf of the Authorizing Official registered in the HSES. Incomplete applications will not be processed. Application Instructions are available on the home page of HSES. Please review the instructions carefully prior to preparing the application. Submission guidance can be found in the “Resources” section of the HSES. Please contact Chris Pflaumer, Head Start Program Specialist, at 415-437-8445 or chris.pflaumer@acf.hhs.gov or Caitlin Buffa, Grants Management Specialist, at 646-905-8138 or caitlin.buffa@acf.hhs.gov with questions regarding the Application Instructions. For assistance submitting the application in HSES, contact help@hsesinfo.org or 1-866-771- 4737. Funding is contingent upon the availability of federal funds and satisfactory performance under the terms and conditions of the current budget period. Thank you for your cooperation and timely submission of the grant application. Sincerely, /Cynthia Yao/ Cynthia Yao Regional Program Manager Office of Head Start Contra Costa County Employment & Human Services Department Community Services Bureau 2022 Early Head Start Program Continuation Grant Funding Application EXECUTIVE SUMMARY INCOMING FUNDS NARRATIVE STATEMENT 1. PROJECT/PROGRAM TITLE. Early Head Start Program Continuation Grant Funding Application for Budget Period 1/1/22 through 12/31/22. 2. FUNDING AGENCY. Department of Health and Human Services, Administration for Children and Families (ACF), Office of Head Start (OHS). 3. SUBMITTAL STATUS. This is a submission of application for continuation grant funding for FY 2022. 4. PROPOSED TERM. Funding must be requested annually. The standard one budget period is from 1/1/22 through 12/31/22. The budget summary below is for year four of the five year grant period. 5. CURRENT FUNDING. Funding for Early Head Start is provided by federal dollars. Contra Costa County, as Grantee, is required to generate a 2 5% non-federal match of the total grant budget, which may be in cash or in-kind contributions, fairly valued. 6. FUTURE FUNDING. An application for continuation grant funding must be submitted each year. 7. BUDGET SUMMARY- Budget Categories: Training/T echnical Assistance (T/TA) Basic Grant TOTAL Personnel 1,504,600 1,504,600 Fringe Benefits 1,008,000 1,008,000 Travel - Supplies 345,205 345,205 Contractual 100,000 2,552,000 2,652,000 Construction Other 95,205 3,122,914 3,218,119 Sub-Total of Direct Charges 195,205 8,532,719 8,727,924 Indirect Costs 285,874 285,874 Total Federal Amount Requested 195,205 8,818,593 9,013,798 Non-Federal Share 48,801 2,204,648 2,253,449 Total Federal and Non -Federal $244,006 $11,023,241 $11,267,247 8. STAFFING REQUIREMENTS. As Grantee, Contra Costa County operates the Early Head Start Program, which is administered and staffed by the Employment & Human Services Department, 2 Community Services Bureau (CSB). 9. PROGRAM NEED. The Community Services Bureau serves the needs of low-income children (three - five years of age under Head Start, and prenatal - three years under Early Head Start) and their families, by providing quali ty childcare, child development, and other services such as medical, mental health and dental needs. 10. RELATIONSHIP TO OTHER PROGRAMS. The Community Services Bureau’s Head Start Program combines Federal Head Start and State Child D evelopment funding into one cohesive program. The Bureau also has strong collaborations with other departments within the County and partners with community based o rganizations, local private businesses, schools, non-profits, and volunteer organizations. 11. PROJECT GOALS. (Same 2018-2022 goals and objectives for both Head Start and Early Head Start) Goal 1: Through the use of multiple technologies, CSB will develop systems t o enhance staff and client communication while coordinating program-wide approaches to effective data management and ensuring high quality service delivery. Goal 2: Due to an 84% increase in Early Head Start slots (from 311 to 623) in two years (2016-2017), CSB will enhance its Early Head Start programming through a multi -faceted approach. Goal 3: CSB will implement a “Grow Our Own” approach to hiring, developing, and retaining a robust staff across all service areas that are responsive to the clients and intrinsically motivated to be the best they can be through a variety of supports and services. Goal 4: CSB will implement data-driven Parent, Family and Community Engagement (PFCE) services that embrace the PFCE framework and result in measurable impacts that achieve the mission of the organization. 12. STATED OBJECTIVES.  By June 2022, CSB will apply a program-wide approach to further developing CSB’s new website, CSBConnect.org, allowing families and community members to equitably access program servi ces.  By June 2022, comprehensive services forms will be available in digital format on the CSB Web Portal to improve accessibility of forms and timeliness of data collection from parents.  By June 2022, CSB will implement an oral health curriculum for families and staff to support dental health practices at home and at school.  By June 2022, 75% of CSB Infant Toddler Teaching staff and 50% of CSB Infant and Toddler Site Supervisors will receive training in all modules of the Teaching Pyramid for Infants and Toddlers.  By June 2022, 7 additional Teacher Assistant Trainees (TAT) will complete the core 12 units by participating in the Early Childhood Education (ECE) Work Study Program, in partnership with the colleges of Contra Costa and the YMCA of the East Bay.  By June 2022, the Staff Health Improvement Plan, in partnership with the Wellness Champions , will incorporate wellness activities unique to each unit or center’s needs. Impact of efforts will be measured by the annual workforce satisfaction survey.  By June 2022, CSB will develop a focus group to revise job questionnaire s ensuring they are inclusive and equitable to all that apply for CSB positions to strengthen and further embed equity into program policies and practices.  By June 2022, 75% of managers and supervisors will have completed a Psychological First Aid 3 (PSA) Training to enhance the psychological safety for all employees to strengthen our trauma - informed systems as a way of creating more healing and responsive environments for staff, families we serve and the community.  By June 2022, CSB will expand the practice of “Strong Partners/Strong families,” a new approach directed at re-designing Parent Committee Meetings and enhancing meaningful participation by parents and staff.  By June 2022, CSB will reinforce fathering skills for fathers and significant male figures by implement the Fathering in 15 ™ Online learning for dads at all CSB sites.  By June 2022, The Friday Flyer will be available for families on the CSB web portal, allowing families easy access to community events and resources. 13. ACTIVITY SUMMARY. Head Start/Early Head Start Programs continue to provide high-quality services. 14. EVALUATION METHOD(S). Measurable, results-based child and family outcomes have been implemented, such as the required State of California’s Desired Results Developmental Profile, for programs providing services through collaboration with the State of California Department of Education. 15. CHANGES COMPARED TO PRIOR YEAR (if any). Goals and Objectives cover FY 2018 – FY 2022. Policy Council has been involved in the development, review and evaluation process of the goals and objectives. 16. POTENTIAL CONTROVERSIAL ISSUES. None. Public perception of the Head Start and Early Head Start programs remain posi tive. The Policy Council approved submission of this grant on August 18, 2021. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Interagency Agreement #29-513-24 with Mt. Diablo Unified School District, a government agency, to pay the County an amount not to exceed $533,891 to provide professional school-based mental health services, crisis intervention, and day treatment for seriously emotionally disturbed students, for the period from July 1, 2021 through June 30, 2022. FISCAL IMPACT: Approval of this interagency agreement will result in a total payments to the County not to exceed $533,891. No County match is required. BACKGROUND: Fred Finch Youth Center, Families First and Seneca Residential & Day Treatment Center for Children work collaboratively with the County and school district personnel in developing program services and policies. The primary goal of the Early and Periodic Screening, Diagnosis and Treatment (EPSDT) Program and non-Medi-Cal mental health programs are to continue to provide seriously emotionally disturbed children with the services and the support they need to function effectively in school, at home, and in the community. On January 19, 2021, the Board of Supervisors approved Interagency Agreement #29-513-23 with Mt. Diablo Unified School District, in an amount not to exceed $533,891, for Fred Finch Youth Center, APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Suzanne Tavano, Ph.D., 925-957-5212 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alaina Floyd, marcy.wilham C. 68 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Interagency Agreement #29–513–24 with Mt. Diablo Unified School District BACKGROUND: (CONT'D) Families First and Seneca Residential & Day Treatment Center for Children to provide professional school-based mental health services for the period from July 1, 2020 through June 30, 2021. Approval of Interagency Agreement #29-513-24 will allow the County to receive funding from Mt. Diablo Unified School District to support Fred Finch Youth Center, Families First and Seneca Residential & Day Treatment Center for Children in offering continuous mental health services, crisis intervention services and day treatment to its seriously emotionally disturbed students within the District, through June 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this agreement is not approved, seriously emotionally disturbed students will not receive school-based mental health and crisis intervention services. CHILDREN'S IMPACT STATEMENT: This program supports the following Board of Supervisors’ community outcomes: “Children Ready For and Succeeding in School”; “Families that are Safe, Stable, and Nurturing”; and “Communities that are Safe and Provide a High Quality of Life for Children and Families”. Expected program outcomes include an increase in positive social and emotional development as measured by the Child and Adolescent Functional Assessment Scale (CAFAS). RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent, on behalf of the Chief Information Officer, Department of Information Technology, to execute (1) a purchase order with NTT America, Inc. in an amount not to exceed $199,000, and (2) Proofpoint General Terms and Conditions, for Proofpoint email protection software and services for the period of September 1, 2021 through August 31, 2022. FISCAL IMPACT: The cost of this purchase is funded through Venture Capital Funds. (100% General Fund) BACKGROUND: Proofpoint email protection software guards against malware and non-malware threats such as impostor, phishing emails and spam by authenticating all senders without blocking legitimate emails. The Proofpoint software delivers the most effective unified solution to protect critical data from advanced email breaches which in the number one threat for cyber attacks. This software will benefit all County departments except the Health Services Department, which currently has their own Proofpoint software. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Marc Shorr, 925-608-4071 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Nancy Zandonella C. 69 To:Board of Supervisors From:Marc Shorr, Chief Information Officer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Purchasing Agent, on behalf of DoIT, to a execute a purchase order with NTT America. BACKGROUND: (CONT'D) CONSEQUENCE OF NEGATIVE ACTION: This software is a critical component to safeguarding the County's email disparate system using a centralized platform from potential malware attacks. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Grant Agreement #29-544-8 (CA1921L9T052000) with the U.S. Department of Housing and Urban Development (HUD), for McKinney-Vento Act funds, to pay County an amount not to exceed $443,304, for the County’s Continuum of Care Project providing housing and support services for homeless individuals, for the period from December 1, 2021 through November 30, 2022. FISCAL IMPACT: Approval of this agreement will result in an amount not to exceed $443,304, payable to the County from HUD McKinney-Vento Act funds for the County’s Continuum of Care Project. A 25% County match is required and will be fulfilled with current funding allocations. BACKGROUND: The Contra Costa Continuum of Care (CoC), through its Inter-jurisdictional Council on Homelessness was awarded funds for CoC Planning. The CoC’s planning needs and proposed activities include: 1) Evaluating the outcomes of CoC and ESG funded projects; 2) Preparing and submitting an application to HUD on behalf of the entire Continuum of Care membership; 3) Conducting a sheltered and unsheltered point-in-time count; and 4) Monitoring recipients and sub-recipients and enforcing compliance with CoC program APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lavonna Martin, 925-608-6701 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker C. 70 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Grant Agreement #29-544-8 with U.S. Department of Housing and Urban Development BACKGROUND: (CONT'D) requirements. The CoC’s Executive Committee, with the CoC coordinator, will coordinate and implement the activities. This will improve the members’ ability to comply with current and new Mckinney-Vento regulations related to their funding from HUD. On December 15, 2020, the Board of Supervisors approved Grant Agreement #29-544-7 to receive funds in an amount of $462,917 from HUD for the provision of housing and support services for homeless individuals for the period December 1, 2020 through November 30, 2021. Approval of Grant Agreement #29-544-8 will allow the County to continue to receive funding for the Continuum of Care project through November 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this agreement is not approved, the County will not receive funding to support the CoC project. RECOMMENDATION(S): APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to accept grant funding from the U.S. Department of Health and Human Services, Administration for Children and Families, Office of Head Start, in an amount not to exceed $17,820,497 for Head Start Program services for the period January 1, 2022 through December 31, 2022 and AUTHORIZE the Chair of Board of Supervisors to sign the grant application. FISCAL IMPACT: Funding for the period January 1, 2022 through December 31, 2022 is included in the Department’s FY 2021-22 budget. The County, as Grantee, is required to generate a 25% non-federal match of the total grant budget. For 2022, the match amount equates to $4,455,124, which will be achieved through collaboration with State Child Development programs and the volunteer hours generated from Head Start parents and community partners. 100% Federal funds. No County Cost. CFDA #93.600. The application includes $2,321,753 requested funding for the County's Head Start Delegate Agency, First Baptist Church of Pittsburg, California. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: A. Bailey-Nesbitt, 925-608-4930 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 71 To:Board of Supervisors From:Kathy Gallagher, Employment & Human Services Director Date:September 7, 2021 Contra Costa County Subject:2022 Head Start Continuation Grant BACKGROUND: Head Start is a federal program that promotes the school readiness of children ages birth through five years old from low-income families by enhancing their cognitive, social and emotional development. Head Start programs provide a learning environment that supports children's growth in the following domains: language and literacy; cognition and general knowledge; physical development and health; social and emotional development; and approaches to learning. Head Start also offers comprehensive services, including health, nutrition, social and other services determined as necessary via family needs assessments. These services respond to each child and family's ethnic, cultural, and linguistic heritage. Children and families access these through various service models, including: centers or schools that children attend part or full-day, family childcare homes, and/or the children's own homes - a Head Start staff visits once per week to provide in-home services. Children who receive home-based services gather periodically with other enrolled families for group learning experiences facilitated by Head Start staff. Contra Costa County applies annually to the U.S. Health and Human Services Department, Administration for Children and Families, Office of Head Start, as the Head Start grantee. The annual application includes newly identified goals and objectives for the program. This is year four of a five-year funding cycle. Year three continuation application was approved by the Board on September 22, 2020. This application was reviewed for approval by the Head Start Policy Council on August 18, 2021. Approval of this Board order will allow the continued provision of Head Start services to program eligible children and families. CONSEQUENCE OF NEGATIVE ACTION: If not approved, the County will not receive funding to operate Head Start childcare centers. CHILDREN'S IMPACT STATEMENT: The Head Start grant funding supports three of the community outcomes established in the Children's Report Card: 1) “Children Ready for and Succeeding in School, 3) “Families that are Economically Self-sufficient” and, 4) “Families that are Safe, Stable, and Nurturing" by offering comprehensive services, including high quality early childhood education, nutrition, and health services to children from low income families throughout Contra Costa County. ATTACHMENTS Head Start Funding Letter Head Start Budget Narrative Office of Head Start | 330 C St., SW, 4th Floor, Washington DC 20201 | eclkc.ohs.acf.hhs.gov July 07, 2021 Grant No. 09CH010862 Dear Head Start Grantee: An application for funding for the upcoming budget period must be submitted by October 1, 2021. The following table reflects the annual funding and enrollment levels available to apply for: Funding Type Head Start Early Head Start Program Operations $17,623,153 $8,818,593 Training and Technical Assistance $197,344 $195,205 Total Funding $26,834,295 Program Head Start Early Head Start Federal Funded Enrollment 1,351 573 Period of Funding: 01/01/2022 - 12/31/2022 Application Submission Requirements The application must be prepared and submitted in accordance with the Head Start Grant Application Instructions with Guidance, Version 3 (Application Instructions) for a continuation application. It must be submitted on behalf of the Authorizing Official registered in the HSES. Incomplete applications will not be processed. Application Instructions are available on the home page of HSES. Please review the instructions carefully prior to preparing the application. Submission guidance can be found in the “Resources” section of the HSES. Please contact Chris Pflaumer, Head Start Program Specialist, at 415-437-8445 or chris.pflaumer@acf.hhs.gov or Caitlin Buffa, Grants Management Specialist, at 646-905-8138 or caitlin.buffa@acf.hhs.gov with questions regarding the Application Instructions. For assistance submitting the application in HSES, contact help@hsesinfo.org or 1-866-771- 4737. Funding is contingent upon the availability of federal funds and satisfactory performance under the terms and conditions of the current budget period. Thank you for your cooperation and timely submission of the grant application. Sincerely, /Cynthia Yao/ Cynthia Yao Regional Program Manager Office of Head Start Contra Costa County Employment & Human Services Department Community Services Bureau 2022 Head Start Program Continuation Grant Funding Application EXECUTIVE SUMMARY INCOMING FUNDS NARRATIVE STATEMENT 1. PROJECT/PROGRAM TITLE. Head Start Program Continuation Grant Funding Application for Budget Period 1/1/22 through 12/31/22. 2. FUNDING AGENCY. Department of Health and Human Services, Administration for Children and Families (ACF), Office of Head Start (OHS). 3. SUBMITTAL STATUS. This is a submission of application for continuation grant funding for FY 2022. 4. PROPOSED TERM. Funding must be requested annually. The standard one budget period is from 1/1/22 through 12/31/22. The budget summary below is for year four of the five -year grant period. 5. CURRENT FUNDING. Funding for Head Start is provided by federal dollars. Contra Costa County, as Grantee, is required to generate a 25% non-federal match of the total grant budget, which may be in cash or in-kind contributions, fairly valued. 6. FUTURE FUNDING. An application for continuation grant funding must be submitted each year. 7. BUDGET SUMMARY- Budget Categories: Training/T echnical Assistance (T/TA) Basic Grant TOTAL Personnel 4,272,000 4,272,000 Fringe Benefits 2,860,000 2,860,000 T & TA - Travel - Supplies 200,000 200,000 Contractual 100,900 4,100,000 4,200,900 Construction - - Other 96,444 5,379,473 5,475,917 Sub-Total of Direct Charges 197,344 16,811,473 17,008,817 Indirect Costs 811,680 811,680 Total Federal Amount Requested 197,344 17,623,153 17,820,497 Non-Federal Share 49,336 4,405,788 4,455,124 Total Federal and Non -Federal $246,680 $22,028,941 $22,275,621 2 PA22/PA20 Requested Amount for First Baptist (Delegate Agency) included in Total Amount above $8,000 $ 2,313,753 $ 2,321,753 8. STAFFING REQUIREMENTS. As Grantee, Contra Costa County operates the Head Start Program, which is administered and staffed by the Employment & Human Services Department, Community Services Bureau. 9. PROGRAM N EED. The Community Services Bureau serves the needs of low-income children (three - five years of age under Head Start, and prenatal - three years under Early Head Start) and their families, by providing quali ty childcare, child development, and other services such as medical, mental health and dental needs. 10. RELATIONSHIP TO OTHER PROGRAMS. The Community Services Bureau’s Head Start Program combines Federal Head Start and State Child D evelopment funding into one cohesive program. The Bureau also has strong collaborations with other departments within the County and partners with community based o rganizations, local private businesses, schools, non-profits, and volunteer organizations. 11. PROJECT GOALS. (Same 2018-2022 goals and objectives for both Head Start and Early Head Start) Goal 1: Through the use of multiple technologies, CSB will develop systems to enhance staff and client communication while coordinating program-wide approaches to effective data management and ensuring high quality service delivery. Goal 2: Due to an 84% increase in Early Head Start slots (from 311 to 623) in two years (2016-2017), CSB will enhance its Early Head Start programming through a multi -faceted approach. Goal 3: CSB will implement a “Grow Our Own” approach to hiring, developing, and retaining a robust staff across all service areas that are responsive to the clients and intrinsically motivated to be the best they can be through a variety of supports and services. Goal 4: CSB will implement data-driven Parent, Family and Community Engagement (PFCE) services that embrace the PFCE framework and result in measurable impacts that achieve the mission of the organization.  By June 2022, CSB will apply a program-wide approach to further developing CSB’s new website, CSBConnect.org, allowing families and community members to equitably access program services.  By June 2022, comprehensive services forms will be available in digital format on the CSB Web Portal to improve accessibility of forms and timeliness of data collec tion from parents.  By June 2022, CSB will implement an oral health curriculum for families and staff to support dental health practices at home and at school.  By June 2022, 75% of CSB Infant Toddler Teaching staff and 50% of CSB Infant and Toddler Site Supervisors will receive training in all modules of the Teaching Pyramid for Infants and Toddlers.  By June 2022, 7 additional Teacher Assistant Trainees (TAT) will complete the core 12 units by participating in the Early Childhood Education (ECE) Work Study P rogram, in partnership with the 3 colleges of Contra Costa and the YMCA of the East Bay.  By June 2022, the Staff Health Improvement Plan, in partnership with the Wellness Champions , will incorporate wellness activities unique to each unit or center’s needs. Impact of efforts will be measured by the annual workforce satisfaction survey.  By June 2022, CSB will develop a focus group to revise job questionnaire s ensuring they are inclusive and equitable to all that apply for CSB positions to strengthen and furthe r embed equity into program policies and practices.  By June 2022, 75% of managers and supervisors will have completed a Psychological First Aid (PSA) Training to enhance the psychological safety for all employees to strengthen our trauma - informed systems as a way of creating more healing and responsive environments for staff, families we serve and the community.  By June 2022, CSB will expand the practice of “Strong Partners/Strong families,” a new approach directed at re-designing Parent Committee Meetings and enhancing meaningful participation by parents and staff.  By June 2022, CSB will reinforce fathering skills for fathers and significant male figures by implement the Fathering in 15 ™ Online learning for dads at all CSB sites.  By June 2022, The Friday Flyer will be available for families on the CSB web portal, allowing families easy access to community events and resources. 13. ACTIVITY SUMMARY. Head Start/Early Head Start Programs continue to provide high-quality services. 14. EVALUATION METHOD(S). Measurable, results-based child and family outcomes have been implemented, such as the required State of California’s Desired Results Developmental Profile, for programs providing services through collaboration with the State of California Department of Education. 15. CHANGES COMPARED TO PRIOR YEAR (if any). Goals and Objectives cover FY 2018 – FY 2022. Policy Council has been involved in the development, review and evaluation process of the goals and objectives. 16. POTENTIAL CONTROVERSIAL ISSU ES. None. Public perception of the Head Start and Early Head Start programs remain positive. The Policy Council approve d submission of this grant on August 18, 2021. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Health Services Director, a Purchase Order with Roche Diagnostics Corporation., in an amount not to exceed $3,750,000 for the purchase of reagents and supplies for the Clinical and Pathology Laboratory at the Contra Costa Regional Medical Center (CCRMC) and Contra Costa Health Center, for the period from August 15, 2021 through August 14, 2026. FISCAL IMPACT: Approval of this action will result in expenditures of up to $3,750,000 over the 5 year term. Based on current utilization, the laboratory staff estimates 80% of the usage is COVID-related, with 20% related to HPV (human papillomavirus) and other laboratory testing. Funding of approximately $3,000,000 will come from American Rescue Plan funds and other COVID-19 funding sources, and $750,000 will be funded by Hospital Enterprise I revenues. BACKGROUND: The CCRMC Clinical and Pathology Laboratory selected Roche as they are the only ones that can provide the reagents and supplies needed for the Cobas6800 in performing tests such as HPV, COVID-19, and other tests. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5101 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Marcy Wilhelm, Rodney Gottschall C. 72 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Purchase Order with Roche Diagnostics Corporation BACKGROUND: (CONT'D) These factors are required as it allows the system to run 864 results from an 8 hour shift and up to 1440 results in 24 hours. The system allows for 8 hours of walkaway time with 3 user interactions run time which allows the scientists to run more tests. CONSEQUENCE OF NEGATIVE ACTION: If this purchase order is not approved, the CCRMC Clinical Laboratory will not be able to perform the specific patient testing that utilizes these supplies for HPV, COVID-19, and other tests, thus impacting patient safety and health. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #23-511-4 with Nuance Communications, Inc., a corporation, in an amount not to exceed $551,000 to provide software products, services, maintenance, and support to Contra Costa Regional Medical Center’s Radiology Unit and Coding Software support for Clintegrity for the period from August 1, 2020 through September 30, 2024. FISCAL IMPACT: This contract will result in contractual service expenditures of up to $551,000 over a 4-year period and will be funded 100% by Hospital Enterprise Fund (Rate increase) BACKGROUND: This Contract meets the needs of the County’s population by providing an integrated dictation and transcription solution for Contra Costa County’s diagnostic imaging operations and for supporting the coding and compliance of services provided by CCHS. These functions are imperative to the accuracy of the diagnostic reports and for receiving the most appropriate claims amounts for services rendered APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Patrick Wilson, 925-335-8777 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: F Carroll , M Wilhelm C. 73 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #23-511-4 with Nuance Communications, Inc. BACKGROUND: (CONT'D) within CCHS. While implementing Epic in 2011, the Department conducted a bidding process to find a vendor that could provide these tools. By 2012, of the vendors evaluated, Nuance Communications Inc. was chosen for their pricing and functionality, being one of the few software providers with a product offering that fully integrates into the Epic workflow. The solution includes Clintegrity, and PowerScribe which is used in Contra Costa County Health Services Radiology department to dictate reports on the images. Absent of PowerScribe, transcriptions would be done manually.Absent Clintegrity, coding compliance would not be possible, and revenue would be negatively impacted. Additionally, PowerScribe is the only diagnostic imaging transcription solution that Agfa, our radiology management system vendor, has approved. The first year of services were provided by the Contractor in order to meet required target dates for the project, while the parties negotiated the terms of the Business Associate Addendum. The contract provides that County can terminate the agreement for a vendor breach, and in the event the board fails to appropriate funds for payment of the contract in any fiscal year. The contract limits Nuance’s liability to three times the annual amount paid under the contract except for a data breach claim, which caps Nuance’s liability at $2,000,000. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, Contra Costa Regional Medical Center’s Radiology unit will not have an integrated dictation and transcription solution for their diagnostic imaging operations and the coding and billing department could mis-code claims resulting in the organization receiving less revenue or being out of compliance. ATTACHMENTS RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Chief Information Officer, Department of Information Technology, a purchase order with Dell in the amount of $215,000 to procure 30 Dell Mobile Precision 5760 laptops for the Workday financial management system modernization project. FISCAL IMPACT: The cost for this purchase will be funded through the General Fund Reserves. BACKGROUND: The County has fully embarked on the implementation phases of the Workday financial management modernization project. In order to stay on track with the aggressive timeline, the implementation vendor, Accenture, will assign additional staffing resources to assist. Additional computers are required to accommodate these added resources. CONSEQUENCE OF NEGATIVE ACTION: If this request is not approved, the County will not have the tools necessary to accommodate the needs of additional staffing resources. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Marc Shorr, 925-608-4071 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Michelle Colefield, Nancy Zandonella C. 74 To:Board of Supervisors From:Marc Shorr, Chief Information Officer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Purchasing Agent on behalf of the Chief Information Officer, to issue a purchase order to Dell. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute Amendment No. 2 to the Consulting Services Agreement with Loving Campos Associates, Architects, Inc. d/b/a LCA Architects, Inc., effective September7, 2021, to increase the payment limit by $100,000 to a new payment limit of $500,000 to provide as-needed architectural services for various County projects, with no change to the term of November 11, 2019 through November 11, 2023, Countywide. FISCAL IMPACT: 100% various funds as projects are awarded. BACKGROUND: On October 20, 2020, the Board of Supervisors approved Amendment No. 1 with LCA Architects, Inc., increasing the payment limit by $205,000 to a new payment limit of $400,000, and extending the term to November 11, 2023. Amendment No. 2 is necessary for LCA Architects, Inc., to continue to provide as-needed architectural services associated with the completion of ongoing and future new projects. LCA Architects, Inc. is familiar with the countywide projects for design and construction. Therefore, it is recommended that the contract amendment be awarded at this time. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Ramesh Kanzaria 925-957-2480 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 75 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE Amendment No. 2 to Consulting Services Agreement with Loving Campos Associates, Architects, Inc. d/b/a LCA Architects, Inc. CONSEQUENCE OF NEGATIVE ACTION: If Amendment No. 2 is not approved, projects currently in process will be delayed, which will ultimately result in higher project costs. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute Amendment No. 1 to the Consulting Services Agreement with Terracon Consultants, Inc., effective September 7, 2021, to increase the payment limit by $500,000 to a new payment limit of $695,000 and extend the term from May 1, 2023 through May 1, 2024, to continue providing as-needed industrial hygiene services for various County projects, Countywide. FISCAL IMPACT: 100% various funds as projects are awarded. BACKGROUND: Amendment No. 1 is necessary for Terracon Consultants, Inc., to continue to provide as-needed industrial hygiene services associated with the completion of ongoing and future new projects. Terracon Consultants, Inc., is familiar with the countywide projects for design and construction of health care, detention and other County facilities. Therefore, it is recommended that the contract amendment be awarded at this time. CONSEQUENCE OF NEGATIVE ACTION: Without Board approval, the consultant will not be able to provide as-needed industrial hygiene services to continue necessary capital projects. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Ramesh Kanzaria 925-957-2480 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 76 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE Amendment No. 1 to Consulting Services Agreement with Terracon Consultants, Inc. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with Sharjo, Inc., d/b/a ServiceMaster Restoration Services, in an amount not to exceed $3,000,000 to provide on-call restoration services at various County facilities, for the period September 1, 2021 through August 31, 2024, Countywide. FISCAL IMPACT: Facilities Maintenance Budget. (100% General Fund) BACKGROUND: Facilities Services is responsible for the maintenance of all County sites and facilities. On-call restoration contracts are used for emergency restoration services at County buildings which include but are not limited to: water damage, fire damage, smoke damage, mold and asbestos remediation. Government Code Section 25358 authorizes the County to contract for maintenance and upkeep of County facilities. The Public Works Department recently conducted a formal solicitation for on-call restoration services. The Request for Proposal was originally bid on Bidsync #2101-451. The Public Works Department APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Kevin Lachapelle, (925) 313-7082 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 77 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Contract with Sharjo, Inc., d/b/a ServiceMaster Restoration Services, a California Corporation, Countywide. BACKGROUND: (CONT'D) conducted a thorough evaluation and Sharjo, Inc., d/b/a ServiceMaster Restoration Services, was one of three vendors awarded for this contract. The contract will have a limit of $3,000,000 and a term of three (3) years with the option of two (2) one-year extensions and will pay for services according to the rates set forth in the contract. Sharjo, Inc., d/b/a ServiceMaster Restoration Services, will be able to request rate increases equal to the rate of increase in the Consumer Price Index for the San Francisco - Oakland area as published by the Bureau of Labor Statistics, plus two percent, on each anniversary of the effective date of this contract. Facilities Services is requesting a contract with Sharjo, Inc., d/b/a ServiceMaster Restoration Services, to be approved for a period covering three years. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, restoration services with Sharjo, Inc., d/b/a ServiceMaster Restoration Services, will be discontinued. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with ATI Restoration, LLC, in an amount not to exceed $2,000,000 to provide on-call restoration services at various County facilities, for the period September 1, 2021 through August 31, 2024, Countywide. FISCAL IMPACT: Facilities Maintenance Budget. (100% General Fund) BACKGROUND: Facilities Services is responsible for the maintenance of all County sites and facilities. On-call restoration contracts are used for emergency restoration services at County buildings which include but are not limited to: water damage, fire damage, smoke damage, mold and asbestos remediation. Government Code Section 25358 authorizes the County to contract for maintenance and upkeep of County facilities. The Public Works Department recently conducted a formal solicitation for on-call restoration services. The Request for Proposal was originally bid on Bidsync #2101-451. The Public Works Department APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Kevin Lachapelle, (925) 313-7082 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 78 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Contract with ATI Restoration, LLC, a Limited Liability California Corporation, Countywide BACKGROUND: (CONT'D) conducted a thorough evaluation and ATI Restoration, LLC, was one of three vendors awarded for this contract. The contract will have a limit of $2,000,000 and a term of three (3) years with the option of two (2) one-year extensions and will pay for services according to the rates set forth in the contract. ATI Restoration, LLC, will be able to request rate increases equal to the rate of increase in the Consumer Price Index for the San Francisco - Oakland area as published by the Bureau of Labor Statistics, plus two percent, on each anniversary of the effective date of this contract. Facilities Services is requesting a contract with ATI Restoration, LLC, to be approved for a period covering three years. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, restoration services with ATI Restoration, LLC, will be discontinued. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute, on behalf of the County, a Participating Addendum with Kimball Office, Inc., in an amount not to exceed $1,000,000, for the distribution of various furniture, design and installation services for use by all County Departments, during the period from September 7, 2021 through April 30, 2024, under the terms of a Master Contract awarded by the University of California, Office of the President (UC), and distributed through Be. Workplace Design. FISCAL IMPACT: Product and service costs paid by County Departments. (100% User Departments) BACKGROUND: Contra Costa Purchasing Services is requesting approval of a Participating Addendum for various furniture purchases, design and installation services through the Furniture Dealer; Be. Workplace Design. Orders will be unique to each County Department. Products are guaranteed through a master contract awarded by the University of California, Office of the President (UC), OMNIA Cooperative Program. Approval of the addendum APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Cynthia Shehorn, 925-957-2495 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 79 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Participating Addendum with Kimball Office, Inc. through the Distributor, Be. Workplace Design BACKGROUND: (CONT'D) between Contra Costa County and Kimball Office, Inc., allows the County to obtain guaranteed pricing available through the OMNIA Partners contract. The purchase will support all County Departments with a variety of Systems and Freestanding furniture, Storage and Seating options, Tables and Accessories which offer discounts from 39 to 67% off published price lists. This will allow the County the option to choose furniture from more than one source, promote competition among the providers, and is ultimately designed to offer County Departments a variety of product choices and providers. CONSEQUENCE OF NEGATIVE ACTION: Without approval of an alternate furniture source, the County would have limited options, no competition among the providers, and ultimately pay more by not taking advantage of cooperative purchasing discounts. ATTACHMENTS Kimball_OMNIA Partners Quick Reference Sheet Kimball_Pricing Contract_Kimball Kimball Office Inc OMNIA Partners National Agreement Agreement #2019.001896 Contract Term: 05/21/2020 - 04/30/2024 • Open to any agency that exists for the benefit of the public • Publicly solicited, publicly pre-competed and awarded contract • Access via Joint Powers or Cooperative Purchasing Authorities • Provides national aggregate pricing structure • Saves time, effort and resources • No fees required to join • Easy registration at www.omniapartners.com Find your innovative work space at www.kimball.com. CDA: 202183 Dock Delivery Drop ship price includes product delivery to the site, the purchaser is responsible for unloading Discounts/Tiers: (shown in List dollars) Seating/Casegoods/Tables/Perks: $1 - $99,999 $100,000 - $399,999 $400,00 or greater Metal Files: $1 - $99,999 $100,000 - $399,999 $400,00 or greater Systems: $1 - $99,999 $100,000 - $399,999 $400,00 or greater David Edward Collection by Kimball: $1 - $99,999 $100,000 or greater 54% 55% 57% 58% 60% 61% 65% 67% 68% 46% 50% Direct or Dealer Bill Pricing: Current Commercial price list at time of order Registration: Enduser must be registered on OMNIA Partners website Services Design Services: $70/hr Project Management Services: $72/hr - $125/hr Storage: $1.57 rate per sq. ft. (NTE) Standard Installation Labor: $65/hr - $250/hr Labor/Installation - Hourly labor rates are quotes using the appropriate hourly labor application, such as Union rate, Prevailing Wage rate, or your Standard Labor rate. Taking into consideration the labor activity required for the installation and the local labor regulations. Propose to state your standard labor rate as a NTE (not to exceed) rate for national program pricing. Univ. of CA/OMNIA Partners National Agreement No 2019.001896 Kimball CDA# 202183 CDA# 202185 CDA# 202184 CDA# 202186 Products Order Size at List Price by Category Discount From List Delivered- Dock Discount From List Delivered & Installed* Discount From List Delivered- Inside Discount From List Delivered & Expanded Install Seating, Casegoods, Perks $1 - $99,999 54%51%53%47% $100,000 - $399,999 55%53%54.5%50% $400,000 or greater 57%55%56%51% Metal Filing $1 - $99,999 58%55%56%53% $100,000 - $399,999 60%56%58%55% $400,000 or greater 61%57%59%57% Systems $1 - $99,999 65%61%63%59% $100,000 - $399,999 67%63%65%61% $400,000 or greater 68%64%66%63% David Edward Collection by Kimball $1 - $99,999 46%43%45%39% $100,000 or greater 50%47%49%43% Contract Dates: 5/20/2020 - 4/30/2024 Discount for furniture agreement All prices are current pricing at time of order Kimball Services - Offered by Dealers for additional cost when not included in Customer's chosen Discount package. Design Services Project Management Services Standard Installation Labor Rate per Sq. Ft. (NTE) Hourly Rates (NTE) Storage Storage Labor/Installation -Hourly labor rates are quoted using the appropriate hourly labor application, such as Union rate, Prevailing Wage rate, or your Standard Labor rate. taking into consideration the labor activity required for the installation and the local labor regulations. Proposer to state your standard labor rate as a NTE (not to exceed) rate for national program pricing. Hourly Rates (NTE) $70.00 $72.00-125.00 $1.57 $65.00-$250.00 Kimball Services Associated with Discount off List 1. Drop Ship price includes product delivery to the site, the purchaser is responsible for unloading. 2. Inside Delivery price includes product delivered to the site and unloaded. 3. Basic Installation price to include inside delivery, uncrating, assembly, installation, removal of all debris from premises, installation documents and the bill of materials per the purchaser's approved plan and specifications. 4. Expanded Service Installation price to include basic installation; field measurements surveyed, documented and coordinated; electrical and tele/data infeed locations are surveyed, documented and coordinated; attend required coordination meetings with purchaser and other contractors; and creation and implementation of punch list by project manager. Pricing Parameters: - During normal business hours, M-F, 7am-5pm local time - Non-Union labor - All necessary tools and equipment required to install per the drawing or quote - Adequate facilities for delivery, unloading, moving, and staging/storing of the product during the install process - Free and clear access to loading docks and elevators - Job site to be free and clear of debris - Service work not be hindered by other trades, product tools, equipment - Reasonable access to space Exclusions: - Any work requiring a licensed electrician is the purchaser's responsibility - Hardwiring of furniture to the building source - Connection of phone and data lines to the building source Additional Cost: - Union, prevailing wage, overtime, and "after hours" (evenings, weekends, holidays) work University of California, Office of the President (UC) Contract # 2019.001896 for UC Office Furniture and Related Services with Kimball Office, Inc. Effective: May 20, 2020 The following documents comprise the executed contract between the University of California, Office of the President and Kimball Office, Inc. effective May 20, 2020: I. Vendor Contract and Signature Form II. Supplier’s Response to the RFP, incorporated by reference P a g e 1 | 27 Office Furniture Purchasing Agreement #2019.001896 Kimball Office, Inc., Dated May 20, 2020 As a result of Request for Proposal # (RFP ## 001218 - RFP - OFFICE FURNITURE - UC SYSTEMWIDE – JULY182019), the Agreement to furnish certain goods and services described herein and in the documents referenced herein , is a Master Agreement for the purchase of office furniture and related services (“Goods and/or Services”) and is made by and between The Regents of the University of California, a California public corporation (“UC”) on behalf of the University of California, and Kimball Office, Inc. (“Supplier”); such contract to be made available as a Cooperative Purchasing Contract through OMNIA Partners Public Sector. This Agreement is binding only if it is negotiated and executed by an authorized representative with the proper delegation of authority. 1. Statement of Work As a manufacturer of Office Furniture, Supplier agrees to provide Furniture Products the Required Services, either directly or through a network of primary dealers; all as listed in the statement of work attached as Attachment A (“Statement of Work”) and any other documents referenced in the Incorporated Documents section herein , per the terms and the prices set forth in the Statement of Work and any other documents referenced in the Incorporated Documents section herein . Unless otherwise provided in the Agreement, UC will not be obligated to purchase a minimum amount of Goods and/or Services from Supplier. Goods and Services shall be provided to UC and OMNIA Partner’s Participating Agencies, as detailed below: a) The University of California, as the Principal Procurement Agency, defined in the National Requirements Document at time of RFP (see OMNIA Partners Exhibit A within CalUsource RFP), has partnered with OMNIA Partners to make the resultant contract (also known as the “Master Agreement” in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. The University of California is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”). The National Requirements Documents (Exhibits A-H under RFP Guidelines) contains additional information about OMNIA Partners and the cooperative purchasing agreement. b) University of California locations, as defined in Section 3 of Attachment A - Statement of Work 2. Term of Agreement/Termination a) The initial term of the Agreement will be from May 20, 2020 and through April 30, 2024 (Initial Term) and is subject to earlier termination as provided below. UC may renew the Agreement for five (5) successive years (Renewal Term), exercised individually, in combinations, and/or as a single block of 5 years; to be determined by the UC at the time the option years are considered. Supplier will be provided with at least sixty (60) calendar days’ written notice before the end of the Initial Term or any Renewal Term. NOTE: This contract will be signed and available for national use and purc hases, prior to its implementation and availability for purchases by the UC, which will begin November 1, 2020. This does not inhibit the Supplier from engaging with UC customers when requested by UC department for the purposes of preparatory discussions/d esign work on lengthy/large projects which will not be procured until after November 1, 2020. Additionally, it is expected, Suppliers will promote their company and services during campus roll-outs (September 28th through October 31st). b) UC may terminate the Agreement for cause or convenience by giving the other party at least 180 calendar days' written notice. Note, this is a UC System-wide Agreement, extended nationally through OMNIA Partners. Termination by a campus (or department), will not constitute termination of the Agreement for the UC system itself, nor the Agreement as a whole. c) UC or Supplier may terminate the Agreement for cause by giving the other party at least 180 days' notice of failure to cure a material breach of the Agreement within the Cure Period allowed (30 days from written notice of a breach, per this Agreement). For sake of clarity, either Party may provide written Notice of Breach to the Administrators listed in this Agreement. This action shall trigger a thirty (30) day Cure Period. If breach is not resolved, originating party/notifying party, may provide a Notice to Terminate as a result of uncured breach, allowing 180 days of continuing service for new orders DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 2 | 27 and/or completion of existing orders; all of which must be complete within that 180 day period and/or mutually acceptable arrangements made for completion after termination. 3. UC Program Supplier agrees to extend the pricing basis, terms and conditions of the Agreement to all UC Locations. Supplier will make available to any UC Location its improved pricing basis, terms or conditions resulting from increased usage or aggregation of activity by multiple UC Locations. All contractual administration issues (e.g. terms and conditions, extensions, and renewals), operational issues, fiduciary responsibility, payment issues, performance issues and liabiliti es, and disputes involving individual UC Locations will be addressed, administered, and resolved by each UC Location. Any delay in payment or other operational issue involving one UC Location wil l not adversely affect any other UC Location. 4. Cooperative Purchasing Supplier agrees to extend Goods and/or Services to public agencies (public and private schools, colleges and universities, ci ties, counties, non- profits, and all governmental entities) registered with OMNIA Partners, Public Sector under the terms of this agreement, as specified for a National Program. All contractual administration (e.g. terms, conditions, extensions, and renewals) will r emain the UC’s responsibility except as outline in the above referenced RFP (RFP ## 001218). Operational issues, fiduciary responsibility, payment issues and liabilities, and disputes involving individual participating agencies will be addressed, administered, and resolve d by each participating agency. 5. Purchase Order; Advance Payments Unless otherwise provided in the Agreement, Supplier may not begin providing Goods and/or Services until UC approves a Purchase Order for the Goods and/or Services. University's standard payment terms are Net 30 days of receipt of product to UC or to Dealer’s warehouse. Invoices must be paid with a minimum of 90% payment, withholding a maximum of 10% for outstanding line item charges for missing or damaged product specifically relating to the original purchase order and any additional items, only if ‘Date promised by’ aligns with original shipment. Where mutually acceptable, large projects may employ the use of phased payment, for the purpose of covering costs for services already rendered or product already procured; specific details and process to be negotiated between the Supplier and the University campuses based on each site's requirements. A Purchase Order must precede the work or purchase. 6. Pricing Structure, Invoicing Method, and Settlement Method Terms a) Pricing 1. All Goods available through this Agreement, include delivery and are priced as a ‘Discount off List’. These discounts are based against a contracted Manufacturer’s National Price List. List price/MSRP is defined as the product sales price list published in some form by the manufacturer or publisher of a product and available to and recognized by, the trade. ‘Discount off List’ may vary according to delivery or services included. Refer to Attachment A –Statement of Work. For Pricing, discounts, and pricing terms. b) Invoicing and Settlement 1. Each Location will specify the Invoicing Method and Payment Options that will apply, taking into account the operational capabilit ies of Supplier and the UC and/or Participating Agency Location. For UC campuses/locations, plea se see UC’s Procure to Pay Standards for the options that will be considered https://www.ucop.edu/procurement-services/_files/Matrix%20for%20website.pdf Each UC Location will specify these terms in a Statement of Work or Purchase Order, as the case may be. The University at its discretion , may remit payment to the Dealer through P-Card (credit card/similar methods) with a processing fee, as well as checks, or other electronic forms of payment. Supplier reserves the right to elect ACH or Check payment on any projects exceeding $400,000 (High Volume/Negotiable Tier), for the purpose of avoiding additional merchant fees associated with credit card (or similar) payment methods. UC campuses/locations may accept, reject, or negotiate this supplier policy, during planning phase of a large project. Supplier is obligated to notify location of this policy, prior to any engagement of services or ordering of product 2. All payments for UNIVERSITY purchases under this Agreement are Net 30 days of product shipping, unless stated otherwise within this Agreement and shall not be subject to late charges or interest charges. Exceptions for phased payment, are noted above within DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 3 | 27 Section 5. Subject to exception B.1 above, the University, at its discretion, may remit payment to the Supplier through P-Card (credit card or similar, with fees up to 3%), checks, or other electronic forms of payment. N ote the UC (only) is entitled to 30 days free storage (Section 9 of Attachment A) from Dealer, if prearranged or mutually agreed. The 30 days shall begin when product arrives to Dealer’s facility/dock. Any period after that point, may be charged at rates quoted within this Agreement. This arrangement does not extend requirements for payment to Supplier, if product is available for inspection/verification. As previously stated, invoices must be paid with a minimum of 90% payment, withholding a maximum of 10% for outstanding line item charge s. 3. Notwithstanding the provisions of Article 3 of the Terms and Conditions of Purchase, UC will not pay freight/shipping or basi c delivery costs for Manufacturer’s goods. Installation and other services may be charged separately, when not included as part of a ‘Service Package’ (service and product, priced as a reduced percentage off list); all such charges and services listed in Att achment A – Statement of work. All separate Service charges shall include detail (e.g. 2 men, 8hrs. @ $65.00 hourly or 3 hrs. Design Services @ XX). 4. Supplier's Authorized Representatives will submit invoices, following the designated invoice method, directly to UC Accounts Payable Departments at each UC Location, unless the UC Location and the Supplier reach an alternate, mutually acceptable procedure for submitting invoices (i.e., directly from Supplier to UC Location). All invoices must clearly indicate the following infor mation: a. California sales tax as a separate line item, based on the California 10 digit Zip Code; b. UC System Wide Agreement Number; c. Freight or Shipping/Delivery as separate line items, only when applicable (e.g. non-Kimball product) d. Service and Installation costs (with service and labor detail); e. Purchase Order or Release Number; f. Description, quantity, catalog number and manufacturer number of the item ordered; UC Net cost of each item; g. List Price, appropriate % discount applied, and Net Cost; h. Reference to original order number for all credit memos issued (if applicable); i. UC Purchase Order or Release Number; 7. Notices As provided in the UC Terms and Conditions of Purchase, notices may be given by email, which will be considered legal notice only if such communications include the following text in the Subject field: FORMAL LEGAL NOTICE – [insert, as the case may be, Supplier name or University of California]. If a physical format notice is required, it must be sent by overnight delivery or by certified mail with return receipt requested, at the addresses specified below. To UC, regarding confirmed or suspected Breaches as defined under Appendix – Data Security: Name David Rusting. Chief Information. Security Officer. Phone (510)987-0086 Email David.Rusting@ucop.edu Address Address: 1111 Franklin St., 7th Flr, Office: 7104 Oakland Ca. 94607 To UC, regarding contract issues not addressed above: Name Yvonne Macon Phone 530-752-5684 Email Yvonne. Macon@ucop.edu Address 260 Cousteau Place, Ste. 150 Davis, Ca. 95618 To Supplier: Name Stacy Huelsman Phone 812-482-8108 Email Stacy.huelsman@kimball.com DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 4 | 27 Address 1600 Royal St. Jasper, IN 47546 8. Intellectual Property, Copyright and Patents The Goods and/or Services do not involve Work Made for Hire 9. Patient Protection and Affordable Care Act (PPACA) The Services do not involve temporary or supplementary staffing, and they are not subject to the PPACA warranties in the T&Cs . 10. Prevailing Wages Supplier acknowledges Prevailing Wage requirements, apply to this contract. a) Supplier understands and acknowledges that prevailing wages are frequently applicable for installation services provided under this program. Supplier (as defined herein), to include its Dealers or their subcontractors performing services) is required to pay prevailing wages, when applicable to the work and as required within the state and county where installation is taking place and at the rate specified for those counties, per the Department of industrial Relations. A Supplier should note, Prevailing Wages are to be paid for labor performed for any UC installation where assembly or attachments is required, except for labor related to the following activities:  Delivery of materials that will not be installed by the delivering vendor or subcontractor; and  Assembly of unattached, freestanding furniture, not requiring special tools and/or joining of furniture pieces (e.g. desk return added to desk); and  Delivery and assembly of furniture that is attached only for security purposes (to prevent its theft) or otherwise attached by restraints that are not subject to any regulation pursuant to the California Building Code. b) Prevailing wages shall also be paid for all labor associated with the special fabrication of any non-standard, non-catalog furniture components that are manufactured specially and exclusively for installation at the project/delivery site. c) Rates vary depending on the county in which the work is being perfor med. In Installations where Prevailing Wages are applicable, the UNIVERSITY acknowledges that added delivery installation charges may be applied, as a differential, to reflect the curren t updated Prevailing Wage schedules. 11. Fair Wage/Fair Work (UC Specific) For all work performed as Standard Labor (work not requiring the pay ment of Prevailing Wage rates), Supplier is required to pay a minimum of the UC Fair Wage (defined as $15 per hour as of 10/1/17) to its staff when providing services at UC Locations. This is also assumed/required for any labor quotes stated as a flat hourly amount, inclusive of Supplier overhead costs (Basic Installation Hourly Rates). 12. Restriction Relating to Consulting Services or Similar Contracts – Follow-on Contracts Please note a Supplier that is awarded a consulting services or similar contract cannot later submit a bid or be considered f or any work “required, suggested, or otherwise deemed appropriate” as the end product of the Services (see Public Contract Code Section 10515). 13. Insurance Deliver the PDF version of the Certificate of Insurance to UC’s Buyer, by email with the following text in the Subject field: CERTIFICATE DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 5 | 27 OF INSURANCE – Agreement #2019.001896_Office furniture. Additionally, this requirement will be considered satisfied if a PDF version of the Certificate of Insurance is sent by Email and includes the following text in the Subject field: CERTIFICATE OF INSURANCE – Agreement #2019.001896_Office Furniture 14. Service-Specific and/or Goods-Specific Provisions Supplier is providing all categories of its Office Furniture and related Product Lines nationally to Participating Agencies, when extended through OMNIA Partners and to UC (with noted restrictions). Quotes, delivery and/or any installation will be performed by Supplier's Authorized Representatives-Subcontractors (i.e. dealer network), although Quotes may, in some cases, be provided by Supplier as manufacturer of the goods, rather than its authorized representatives for convenience, efficiency, or accuracy reasons. Purchase order processing (acknowledgement-confirmation) and invoicing may be performed by Supplier. 15. Records about Individuals Records created pursuant to the Agreement that contain personal information about individuals (including statements made by or about individuals) may become subject to the California Information Practices Act of 1977, which includes a right of access b y the subject individual. While ownership of confidential or personal information about individuals is subject to negotiated agreement between UC and Supplier, records will normally become UC’s property, and subject to state law and UC policies governing priva cy and access to files. When collecting the information, Supplier must inform the individual that the record is being made, and the purpose of the record. Use of recording devices in discussions with employees is permitted only as specified in the Statement of Wor k. 16. Amendments to UC Terms and Conditions of Purchase - There are no amendments to UC Terms and Conditions of Purchase, dated 5-9-19. 17. Amendments to Appendix – Data Security - There are no amendments to The UC Appendix – Data Security, dated 4-12-19. 18. Amendments to Appendix – Business Associate - The UC Appendix – Business Associate, does not apply to this contract. 19. Appendix Ecommerce – Appendix Ecommerce, dated 9-19-17 applies to UC ecommerce business and is not amended. 20. Incorporated Documents The following documents are incorporated and made part of this Agreement, as if fully set herein, listed in the o rder of preference following this Agreement. Attachment A - Statement of Work, including Exhibits Attachment B - UC Terms and Conditions of Purchase dated 5-9-19 Attachment C - UC Appendix – Data Security dated 4-12-19 Attachment D - UC Appendix Ecommerce, dated 9-19-17 Attachment E - Definitions Attachment F - RFP Document (RFP-OFFICE FURNITURE - UC SYSTEMWIDE – JULY182019) and any subsequent Addenda Attachment G - Supplier’s Response to RFP - OFFICE FURNITURE - UC SYSTEMWIDE – JULY182019, dated 8-21-19 20. Entire Agreement The Agreement and its Incorporated Documents contain the entire Agreement between the parties and supersede all prior written or oral agreements with respect to the subject matter herein. DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 6 | 27 This Agreement can only be signed by an authorized representativ e with the proper delegation of authority. THE REGENTS OF THE Kimball Office, Inc. UNIVERSITY OF CALIFORNIA ________________________________ ___________________________________ (Signature) (Signature) ________________________________ ___________________________________ (Printed Name, Title) (Printed Name, Title) ________________________________ ____________________________________ (Date) (Date) Phyllis Goetz, President 05/20/2020 DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B AVP & Chief Procurement Officer 5/21/2020 William Cooper P a g e 7 | 27 ATTACHMENT A – STATEMENT OF WORK (Placeholder for inserted pages) DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 8 | 27 ATTACHMENT B – UC TERMS AND CONDITIONS OF PURCHASE (DATED 5-9-19) ARTICLE 1 – GENERAL The equipment, materials, or supplies (“Goods”) and/or services (“Services”) furnished by Supplier (together, the “Goods and Services”) and covered by the UC Purchase Order (“PO”) and/or other agreement (which, when combined with these Terms and Conditions and any other documents incorporated by reference, will constitute the “Agreement”) are governed by the terms and conditions set forth here in. As used herein, the term "Supplier" includes Supplier and its sub-suppliers at any tier. As used herein, “UC” refers to The Regents of the University of California, a corporation described in California Constitution Art. IX, Sec. 9, on behalf of the UC Locations identified in the Agreement a nd/or the PO. UC and Supplier individually will be referred to as “Party” and collectively as “Parties.” Any defined terms not defined in these Terms and Conditions of Purchase will have the meaning ascribed to such term in any of the other documents incorporated in and constituting the Agreement. No other terms or conditions will be binding upon the Parties unless accepted by them in writing. Written acceptance or shipment of all or any portion of the Goods, or the performance of all or any portion of the Services, covered by the Agreement, will constitute Supplier’s unqualified acceptance of all of the Agreement’s terms and conditions. The terms of any proposal referred to in the Agreement are included and made a part of the Agreement only to the extent the proposal specifies the Goods and/or Services ordered, the price therefor, and the delivery thereof, and then only to the extent that such terms are consistent with the terms and conditions of the Agreement. ARTICLE 2 – TERM AND TERMINATION A. As applicable, the term of the Agreement (“Initial Term”) will be stated in the Agreement. Following the Initial Term, the Agreement may be extended by written mutual agreement. B. UC’s obligation to proceed is conditioned upon the appropriation of state, federal and other sources of funds not controll ed by UC ("Funding"). UC will have the right to terminate the Agreement without damage, penalty, cost or further obligation in the event that through no action or inaction on the part of UC, the Funding is withdrawn. C. UC may, by written notice stating the extent and effective date thereof, terminate the Agreement for convenience in whole or in part, at any time with not less than the number of days’ notice stated elsewhere in the Agreement. As specified in the termination notice, UC will pay Supplier as full compensation the pro rata Agreement price for performance through the later of the date that (i) UC provided Supplier with notice of termination or (ii) Supplier’s provision of Goods and/or Services will terminate. D. UC may by written notice terminate the Agreement for Supplier’s breach of the Agreement, in whole or in part, at any time, if Supplier refuses or fails to comply with the provisions of the Agreement, or so fails to make progress as to endanger performance and does not cure such failure within five (5) business days, or fails to supply the Goods and/or Services within the time specified or any written extension thereof. In such event, UC may purchase or otherwise secure Goods and/or Services and, except as otherwise provided herein, Supplier will be liable to UC fo r any excess costs UC incurs thereby. ARTICLE 3 – PRICING, INVOICING METHOD, AND SETTLEMENT METHOD AND TERMS. Pricing is set forth in the Agreement or Purchase Order Number, and the amount UC is charged and responsible for shall not exceed the amount specified in the Agreement unless UC has given prior written approval. Unless otherwise agreed in writing by UC, Supplier will use the invoicing method and payment settlement met hod (and will extend the terms applicable to such settlement method) set forth in UC’s Suppl ier Invoicing, Terms & Settlement Matrix. UC will pay Supplier, upon submission of acceptable invoices, for Goods and/or Services provided and accepted. Invoices must be itemized and reference t he Agreement or Purchase Order number. UC will not pay shipping, packaging or handling expenses, unless specified in the Agreement or Purchase Order. Unless otherwise provided, freight is to be FOB destination. Any of Supplier’s expenses that UC agrees to reimburse will be reimbursed under UC’s Travel Policy, which may be found at https://policy.ucop.edu/doc/3420365. Where applicable, Supplier will pay all taxes imposed on Supplier in connection with its performance under the Agreement, including any federal, state and local income, sales, use, excise and other taxes or assessments. Notwithstanding any other provision to the contrary, UC will not be responsible for any fees, interest or surcharges Supplier wishes to impose. ARTICLE 4 – INSPECTION. The Goods and/or Services furnished will be exactly as specified in the Agreement, free from all defects in Supplier's performance, design, workmanship and materials, and, except as otherwise provided in the Agreement, will be subject to inspection and test by UC at all times and places. If, prior to final acceptance, any Goods and/or Services furnished are found to be incomplete, or not as specified, UC may reject them, require Supplier to correct them at the sole cost of Supplier, or require provision of such Goods and/or Services at a reduction in price that is equitable under the circumstances. If Supplier is unable or refuses to correct such deficiencies within a time UC deems reasonable, UC may terminate the Agreement in whole or in part. Supplier will bear all risks as rejected Goods and/or Services and, in addition to any costs for which Supplier may become liable to UC under other provisions of the Agreement, will reimburse UC for all transportation costs, other related costs incurred, or payments to Supplier in accordance with the terms of the Agreement for unaccepted Goods and/or Services and materials and supplies incidental thereto. Notwithstanding final acceptance and payment, Supplier will be liable for latent defects, fraud or such gross mistakes as amount to fraud. ARTICLE 5 – ASSIGNED PERSONNEL; CHARACTER OF SERVICES Supplier will provide the Services as an independent contractor and furnish all equipment, personnel and materiel sufficient to provide the Services expeditiously and efficiently, during as many hours per shift and shifts per week, and at such locations as UC may so require. Supplier will devote only its best-qualified personnel to work under the Agreement. Should UC inform Supplier that anyone providing the Services is not working to this standard, Supplier will immediately remove such personnel from providing Services and he or she will not again, without UC’s written permission, be assigned to provide Services. At no time will Supplier or Supplier’s employees, sub-suppliers, agents, or assigns be considered employees of UC for any purpose, including but not limited to workers’ compensation provisions. Supplier shall not have the power nor right to bind or obligate UC, and Supplier shall not hold itself out as having such authority. Supplier shall be responsible to UC for all Services performed by Supplier’s DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 9 | 27 employees, agents and subcontractors, including being responsible for ensuring payment of all unemployment, social security, payroll, contributions and other taxes with respect to such employees, agents and subcontractors. ARTICLE 6 – WARRANTIES In addition to the warranties set forth in Articles 11, 12, 17, 23, 24, 25 and 26 herein, Supplier makes the following warranties. Supplier acknowledges that failure to comply with any of the warranties in the Agreement will constitute a material breach of the Agreement and UC will have the right to terminate the Agreement without damage, penalty, cost or further obligation. A. General Warranties. Supplier represents, warrants and covenants that: (i) Supplier is free to enter into this Agreement and that Supplier is not, and will not become, during the Term, subject to any restrictions that might restrict or prohibit Supplier from performing the Services or providing the Goods ordered hereunder; (ii) Supplier will comply with all applicable laws, rules an d regulations in performing Supplier’s obligations hereunder; (iii) the Goods and/or Services shall be rendered with promptness and diligence and shall be executed in a workman like manner by competent personnel, in accordance with the prevailing industry standards; and if UC Appendix Data Security is NOT included:(iv) Supplier has developed a business interruption and disaster recovery program and is executing such program to assess and reduce the extent to which Supplier’s hardware, software and embedded systems may be susceptible to errors or failures in various crisis (or force majeure) situations; (v) if Supplier uses electronic systems for creating, modifying, maintaining, archiving, retrieving or transmitting any records, inc luding test results that are required by, or subject to inspection by an applicable regulatory authority, then Supplier represents and warrants that Supplier’s systems for electronic records are in compliance; and (vi) Supplier agrees that the Goods and/or Services furnished under the Agreement will be covered by the most favorable warranties Supplier gives to any customer for the same or substantially similar goods or services, or such other more favorable warranties as specified in the Agreement. The rights and remedies so provided are in addition to and do not limit any rights afforded to UC by any other article of the Agreement. B. Permits and Licenses. Supplier agrees to procure all necessary permits or licenses and abide by all applicable laws, regulations and ordinances of the United States and of the state, territory and political subdivision or any other country in which the Goods and/or Services a re provided. C. Federal and State Water and Air Pollution Laws. Where applicable, Supplier warrants that it complies with the requirements in UC Business and Finance Bulletin BUS-56 (Materiel Management; Purchases from Entities Violating State or Federal Water or Air Pollution Laws). Consistent with California Government Code 4477, these requirements do not permit UC to contract with entities in violation of Federal or State water or air pollution laws. D. Web Accessibility Requirements. As applicable to the Supplies and/or Services being provided under the Agreement, Supplier warrants that: 1. It complies with California and federal disabilities laws and regulations; The Goods and/or Services will conform to the accessibility requirements of WCAG 2.0AA. 2. Supplier agrees to promptly respond to and resolve any complaint regarding accessibility of its Goods and/or Services; 3. Within six (6) months of the signing of this Agreement, Supplier will complete the testing of the Goods and Services for level AA conformance with Web Content Accessibility Guidelines (WCAG) 2.0 and report those findin gs to the University. Provide the source to whom the conformance should be submitted. In the event that testing results in findings of non-compliance, Supplier will provide a remediation plan to the University within two (2) months of completion of testing, and will use reasonable efforts to adhere to any remediation timelines provided to the University; and 4. The University and its Authorized User may abridge, modify, translate or create any derivative work based on the Goods and Services when necessary to allow Authorized Users with disabilities to access the Goods and Services. E. General Accessibility Requirements. Supplier warrants that: 1. It will comply with California and federal disability laws and regulations; 2. Supplier will promptly respond to remediate to any identified accessibility defects in the Goods and Services to conform to WCAG 2.0 AA; and 3. Supplier agrees to promptly respond to and use reasonable efforts to resolve and remediate any complaint regarding accessibility of its Goods and/or Services. F. Warranty of Quiet Enjoyment. Supplier warrants that Supplier has the right of Quiet Enjoyment in, and conveys the right of Quiet Enjoyment to UC for UC’s use of, any and all intellectual property that will be needed for Supplier’s provision, and UC’s use of, the Goods and/or Services provided by Supplier under the Agreement. G. California Child Abuse and Neglect Reporting Act ("CANRA"). Where applicable, Supplier warrants that it complies with CANRA. H. Debarment and Suspension. Supplier warrants that it is not presently debarred, suspended, proposed for debarment, or declared ineligible for award of federal contracts or participation in federal assistance programs or activities. I. UC Trademark Licensing Code of Conduct. If the Goods will bear UC’s name (including UC campus names, abbreviations of these names, UC logos, UC mascots, or UC seals) or other trademarks owned by UC, Supplier warrants that it holds a valid license from UC and complies with the Trademark Licensing Code of Conduct policy, available at http://policy.ucop.edu/doc/3000130/TrademarkLicensing. J. Outsourcing (Public Contract Code section 12147) Compliance. Supplier warrants that if the Agreement will displace UC employees, no funds paid under the Agreement will be used to train workers who are located outside of the United States, or plan to relocate outside the United States as part of the Agreement. Additionally, Supplier warrants that no work will be performed under the Agreement with workers outside the United States, except as described in Supplier’s bid. If Supplier or its sub supplier performs the Agreement with workers outside the United States during the life of the Agreement and Supplier did not describe such work in its bid, Supplier acknowledges and agrees that a) UC may terminate the Agreement without further obligation for noncompliance, and b) Supplier will forfeit to UC the amount UC paid for the percentage of work that was performed with workers outside the United States and not described in Supplier’s bid. ARTICLE 7 – INTELLECTUAL PROPERTY, COPYRIGHT AND PATENTS A. Goods and/or Services Involving Work Made for Hire. 1. Unless UC indicates that the Goods and/or Services do not involve work made for hire, Supplier acknowledges and agrees that any deliverables provided to UC by Supplier in the performance of the Agreement, and any intellectual property rights therein, (hereinafter th e "Deliverables") will DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 10 | 27 be owned by UC. The Deliverables will be considered "work made for hire" under U.S. copyright law and all right, title, and interest to and in such Deliverables including, but not limited to, any and all copyrights or trademarks, will be owned by UC. In the event that it is determined that UC is not the owner of such Deliverables under the "work made for hire" doctrine of U.S. copyright law, Supplier hereby irrevocably assigns to UC all right, title, and interest to and in such Deliverables and any copyrights or trademarks thereto. 2. The Deliverables must be new and original. Supplier must not use any pre-existing copyrightable or trademarked images, writings, or other proprietary materials (hereinafter "Pre-Existing Materials") in the Deliverables without UC’s prior written permission. In the event that Supplier uses any Pre-Existing Materials in the Deliverables in which Supplier has an ownership interest, UC is hereby granted, and will have, a non- exclusive, royalty-free, irrevocable, perpetual, paid-up, worldwide license (with the right to sublicense) to make, have made, copy, modify, make derivative works of, use, perform, display publicly, sell, and otherwise distribute such Pre-Existing Materials in connection with the Deliverables. 3. Whenever any invention or discovery is made or conceived by Supplier in the course of or in connection with the Agreement, Supplier will promptly furnish UC with complete information with respect thereto and UC will have the sole power to determine whether and where a patent application will be filed and to determine the disposition of title to and all rights under any application or patent that may result. 4. Supplier is specifically subject to an obligation to, and hereby does, assign all right, title and interest in any such intellectual property rights to UC as well as all right, title and interest in tangible research products embodying any such inventions whether the inventions are patentable or not. Supplier agrees to promptly execute any additional documents or forms that UC may require in order to effectuate such assignment. B. Goods and/or Services Not Involving Work Made for Hire. 1. If the Goods and/or Services do not involve work made for hire, and in the event that Supplier uses any Pre-Existing Materials in the Deliverables in which Supplier has an ownership interest, UC is hereby granted, and will have, a non-exclusive, royalty-free, irrevocable, perpetual, paid-up, worldwide license (with the right to sublicense) to make, have made, copy, modify, make derivative works of, use, perform, display publicly, sell, and otherwise distribute such Pre-Existing Materials in connection with the Deliverables. 2. The Deliverables must be new and original. Supplier must not use any Pre-Existing Materials in the Deliverables without UC’s prior written permission. 3. Whenever any invention or discovery is made or conceived by Supplier in the course of or in connection with the Agreement, Supplier will promptly furnish UC complete information with respect thereto and UC will have the sole power to determine whether and where a patent application will be filed and to determine the disposition of title to and all rights under any application or patent that may result. 4. Supplier is specifically subject to an obligation to, and hereby does, assign all right, title and interest in any such intellectual property rights to UC as well as all right, title and interest in tangible research products embodying any such inventions whether the inventions are patentable or not. Supplier agrees to promptly execute any additional documents or forms that UC may require in order to effectuate such assignm ent. C. General. Should the Goods and/or Services become, or in Supplier’s opinion be likely to become, the subject of a claim of infringement of any patent, copyright, trademark, trade name, trade secret, or other proprietary or contractual right of any third party, Supplier will provide written notice to UC of the circumstances giving rise to such claim or likely claim. In the event that UC receives notice of a claim of infringement or is made a party to or is threatened with being made a party to any claim of infringement related to the Goods and/or Services, UC will provide Supplier with notice of such claim or threat. Following receipt of such notice, Supplier will either (at Supplier’s sole election) (i) procure for UC the right to continue to use the affected portion of the Goods and/or Services, or (ii) replace or otherwise modify the affected portion of the Goods and/or Services to make them non-infringing, or obtain a reasonable substitute product for the affected portion of the Goods and/or Services, provided that any replacement, modification or substitution under this paragraph does not effect a material change in the Goods and/or Servi ces’ functionality. If none of the foregoing options is reasonably acceptable to UC, UC will have the right to terminate the Agreement without damage, penalty, cost or further obligation. ARTICLE 8 – INDEMNITY To the fullest extent permitted by law, Supplier will defend, indemnify, and hold harmless UC, its officers, employees, and a gents, from and against all losses, expenses (including, without limitation, reasonable attorneys' fees and costs), damages, and liabilities of any kind resulting from or arising out of the Agreement, including the performance hereunder of Supplier, its officers, employees, agents, sub-suppliers, or anyone directly or indirectly employed by Supplier, or any person or persons under Supplier's direction and control, provided such losses, expen ses, damages and liabilities are due or claimed to be due to the acts or omissions of Supplier, its officers, employees, agents, sub-suppliers, or anyone directly or indirectly employed by Supplier, or any person or persons under Supplier's direction and control. UC agrees to provide Supplier with prompt notice of any such claim or action and to permit Supplier to defend any claim or action, and that UC will cooperate fully in such defense. UC retains the right to participate in the defense against any such claim or action, and the right to consent to any settlement, which consent will not unreasonably be withheld. ARTICLE 9 – INSURANCE Supplier, at its sole cost and expense, will insure its activities in connection with providing the Goods and/or Services and obtain, keep in force, and maintain the following insurance with the minimum limits set forth below, unless UC specifies otherwise: A. Commercial Form General Liability Insurance (contractual liability included) with limits as follows: 1. Each Occurrence $ 1,000,000 2. Products/Completed Operations Aggregate $ 2,000,000 3. Personal and Advertising Injury $ 1,000,000 4. General Aggregate $ 2,000,000 DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 11 | 27 B. Business Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles with a combined single limit of not less than one million dollars ($1,000,000) per occurrence. (Required only if Supplier drives on UC premises or transports UC employees, officers, invitees, or agents in the course of supplying the Goods and/or Services to UC.) C. If applicable, Professional Liability Insurance with a limit of two million dollars ($2,000,000) per occurrence or claim with an aggregate of not less than two million dollars ($2,000,000). If this insurance is written on a claims-made form, it will continue for three years following termination of the Agreement. The insurance will have a retroactive date of placement prior to or coinciding with the effective date of the Agreement. D. Workers' Compensation as required by applicable state law and Employer’s Liability with limits of one million dollars ($1,000,000) per occurrence. Workers' Compensation as required by applicable state law and Employer’s Liability with limits of one million dollars ($1,000,000) per occurrence. E. If applicable, Supplier Fidelity Bond or Crime coverage for the dishonest acts of its employees in a minimum amount of one million dollars ($1,000,000). Supplier will endorse such policy to include a “Regents of the University of California Coverage” or “Joint Payee Coverage” endorsement. UC and, if so requested, UC’s officers, employees, agents and sub-suppliers will be named as "Loss Payee, as Their Interest May Appear” in such Fidelity Bond. F. Additional other insurance in such amounts as may be reasonably required by UC against other insurable risks relating to performance. If the above insurance is written on a claims-made form, it will continue for three years following termination of the Agreement. The insurance will have a retroactive date of placement prior to or coinciding with the effective date of the Agreement. If the above insurance coverage is modified, changed or cancelled, Supplier will provide UC with not less than fifteen (15) days’ advance written notice of such modification, change, or cancellation, and will promptly obtain replacement coverage that complies with this Article. G. The coverages referred to under A and B of this Article must include UC as an additional insured. It is understood that the coverage and limits referred to under A, B and C of this Article will not in any way limit Supplier’s liability. Supplier will furnish UC with certificates of insurance (and the relevant endorsement pages) evidencing compliance with all requirements prior to commencing work under the Agreement. Such certificates will: 1. Indicate that The Regents of the University of California has been endorsed as an additional insured for the coverage referred to under A and B of this Article. This provision will only apply in proportion to and to the extent of the negligent acts or omissions of Supplier, its officers, agents, or employees. 2. Include a provision that the coverage will be primary and will not participate with or be excess over any valid and collectible insurance or program of self-insurance carried or maintained by UC. ARTICLE 10 – USE OF UC NAME AND TRADEMARKS Supplier will not use the UC name, abbreviation of the UC name, trade names and/or trademarks (i.e., logos and seals) or any derivation thereof, in any form or manner in advertisements, reports, or other information released to the public, or place the UC name, abbreviatio ns, trade names and/or trademarks or any derivation thereof on any consumer goods, products, or services for sale or distribution to the public, without UC’s prior written approval. Supplier agrees to comply at all times with California Education Code Section 92000. ARTICLE 11 – FEDERAL FUNDS Supplier who supplies Goods and/or Services certifies and represents its compliance with the following clauses, as applicable. Supplier shall promptly notify UC of any change of status with regard to these certifications and representations. These certifications and representations are material statements upon which UC will rely. A. For commercial transactions involving funds on a federal contract (federal awards governed by the FAR), the following prov isions apply, as applicable: i. FAR 52.203-13, Contractor Code of Business Ethics and Conduct; ii. FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; iii. FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; iv. FAR 52.219-8, Utilization of Small Business Concerns; xv. FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements; xi. FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; xii. FAR 52.222-41, Service Contract Labor Standards; xiii. FAR 52.222-50, Combating Trafficking in Persons; xiv. FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair o f Certain Equipment - Requirements; v. FAR 52.222-17, Non-displacement of Qualified Workers; vi. FAR 52.222-21, Prohibition of Segregated Facilities; vii. FAR 52.222-26, Equal Opportunity; viii. FAR 52.222-35, Equal Opportunity for Veterans; ix. FAR 52.222-36, Equal Opportunity for Workers with Disabilities; x. FAR 52.222-37, Employment Reports on Veterans; xvi. FAR 52.222-54, Employment Eligibility Verification; xvii. FAR 52.222-55, Minimum Wages Under Executive Order 13658; xviii. FAR 52.222-62, Paid Sick Leave under Executive Order 13706; xix. FAR 52.224-3, Privacy Training; xx. FAR 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations; and xxi. FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 12 | 27 B. For non-commercial transactions involving funds on a federal contract, the UC Appendix titled ‘Federal Government Contracts Special terms and Conditions (Non-Commercial Items or Services)’ and located at www.ucop.edu/procurement-services/policies-forms/index.html is hereby incorporated herein by this reference. C. For transactions involving funds on a federal grant or cooperative agreement (federal awards governed by eCFR Title 2, Subtitle A, Chapter II, Part 200) the following provisions apply, as applicable: i i. Rights to Inventions. If Supplier is a small business firm or nonprofit organization, and is providing experimental, development, or research work under this transaction, Supplier must comply with the requirements of 3 CFR Part 401, “Rights to Inventions Made by nonprofit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements”. ii ii. Clean Air Act. Supplier agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). iii iii. Byrd Anti-Lobbying. Supplier certifies that it will not, and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. iv iv. Procurement of Recovered Materials. If Supplier is a state agency or agency of a political subdivision of a state, then Supplier must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. D. In these provisions, the term "contractor" as used therein will refer to Supplier, and the terms “Government” or “Contracting Officer” as used therein will refer to UC. Where a purchase of items is for fulfillment of a specific U.S. Government prime or subcontract, additional information and/or terms and conditions may be included in an attached supplement. By submitting an invoice to UC, Supplier is representing to UC that, at the time of submission: i. Neither Supplier nor its principals are presently debarred, suspended, or proposed for debarment by the U.S. government (see FAR 52.209-6); ii. Supplier has filed all compliance reports required by the Equal Opportunity clause (see FAR 52.222-22); and iii. Any Supplier representations to UC about U.S. Small Business Administration or state and local classifications, including but not limited to size standards, ownership, and control, are accurate and complete. iv. Byrd Anti-Lobbying. Supplier certifies that it will not, and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. ARTICLE 12 – EQUAL OPPORTUNITY AFFIRMATIVE ACTION Supplier will abide by the requirements set forth in Executive Orders 11246 and 11375. Where applicable, Supplier will comply with 41 CFR §§ 60- 1.4(a), 60-300.5(a) and 60-741.5(a), incorporated by reference with this statement: “This contractor and subcontractor shall abide by the requirements of 41 CFR §§ 60-1.4(a), 60-300.5(a) and 60-741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity, or national origin. Moreover, these regulations require that covered prim e contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, protected veteran status or disability.” With respect to activities occurring in the State of California, Supplier agrees to adhere to the California Fair Employment and Housing Act. Supplier will provide UC on request a breakdown of its labor force by groups as specified by UC, and will discuss with UC its policies and practices relating to its affirmative action programs. Supplier will not maintain or provide facilities for employees at any establishment under its control that are segregated on a basis prohibited by federal law. Separate or single- user restrooms and necessary dressing or sleeping areas must be provided, however, to ensure privacy. ARTICLE 13 – LIENS Supplier agrees that upon UC’s request, Supplier will submit a sworn statement setting forth the work performed or material furnished by sub- suppliers and material men, and the amount due and to become due to each, and that before the final payment called for under the Agreement, will upon UC’s request submit to UC a complete set of vouchers showing what payments have been made for such work performed o r material furnished. Supplier will promptly notify UC in writing, of any claims, demands, causes of action, liens or suits brought to its attention t hat arise out of the Agreement. UC will not make final payment until Supplier, if required, delivers to UC a complete release of all liens arising out of the Agreement, or receipts in full in lieu thereof, as UC may require, and if required in either case, an affidavit that as far as it has knowledge or information, the receipts include all the labor and materials for which a lien could be filed; but Supplier may, if any sub-supplier refuses to furnish a release or receipt in full, furnish a bond satisfactory to UC to indemnify it against any claim by lien or otherwise. If any lien or claim remains unsatisfied after all payments are made, Supplier will refund to UC all monies that UC may be compelled to pay in discharging such lien or claim, including all costs and reasonable attorneys' fees. ARTICLE 14 – PREMISES WHERE SERVICES ARE PROVIDED A. Cleaning Up. Supplier will at all times keep UC premises where the Services are performed and adjoining premises free from accumulations of waste material or rubbish caused by its employees or work of any of its sub-suppliers, and, at the completion of the Services; will remove all rubbish from and about the premises and all its tools, scaffolding, and surplus materials, and will leave the premises "broom clean" or its equivalent, unless more exactly specified. In case of dispute between Supplier and its sub-suppliers as to responsibility for the removal of the rubbish, or if it is not promptly removed, UC may remove the rubbish and charge the cost to Supplier. B. Environmental, Safety, Health and Fire Protection. Supplier will take all reasonable precautions in providing the Goods and Services to protect the health and safety of UC employees and members of the public and to minimize danger from all hazards to life and property, and will comply with all applicable environmental protection, health, safety, and fire protection regulations and requirements (including reporting requirements). In the event that Supplier fails to comply with such regulations and requirements, UC may, without prejudice to any other legal or contractual rights of UC, issue an order stopping all or any part of the provision of the Goods and/or Services; thereafter a start order for resumption of providing the DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 13 | 27 Goods and/or Services may be issued at UC’s discretion. Supplier will not be entitled to make a claim for extension of time o r for compensation or damages by reason of or in connection with such stoppage. Supplier will have sole responsibility for the safety of all persons employed by Supplier and its sub-suppliers on UC premises, or any other person who enters upon UC premises for reasons relating to the Agreement. Supplier will at all times maintain good order among its employees and all other persons who come onto UC's premises at Supplier's request and will not engage any unfit or unskilled person to provide the Goods and/or Services. Supplier will confine its employees and all other persons who come onto UC's premises at Supplier's request or for reasons relating to the Agreement and its equipment to that portion of UC's premises wh ere the Services are to be provided or to roads leading to and from such work sites, and to any other area which UC may permit Supplier to use. Supplier will take all reasonable measures and precautions at all times to prevent injuries to or the death of any of its employees or any other person who enters upon UC premises at Supplier’s request. Such measures and precautions will include, but will not be limited to, all safeguards and warnings necessary to protect workers and others against any conditions on the premises that could be dangerous and to prevent accidents of any kind whenever the Goods and/or Services are being provided in proximity to any moving or operating machinery, equipment or facilities, whether such machinery, equipment or facilities are the property of or are being operated by, Supplier, its sub-suppliers, UC or other persons. To the extent compliance is required, Supplier will comply with all relevant UC safety rules and regulations when on UC premises. C. Tobacco-free Campus. UC is a tobacco-free institution. Use of cigarettes, cigars, oral tobacco, electronic cigarettes and all other tobacco products is prohibited on all UC owned or leased sites. ARTICLE 15 – LIABILITY FOR UC - FURNISHED PROPERTY Supplier assumes complete liability for any materials UC furnishes to Supplier in connection with the Agreement and Supplier agrees to pay for any UC materials Supplier damages or otherwise is not able to account for to UC's satisfaction. UC furnishing to Supplier any materials in connection with the Agreement will not, unless otherwise expressly provided in writing by UC, be construed to vest title thereto in Supplier. ARTICLE 16 – COOPERATION Supplier and its sub-suppliers, if any, will cooperate with UC and other suppliers and will so provide the Services that other cooperating suppliers will not be hindered, delayed or interfered with in the progress of their work, and so that all of such work will be a finished and complete job of its kind. ARTICLE 17 – ADDITIONAL TERMS APPLICABLE TO THE FURNISHING OF GOODS The terms in this Article have special application to the furnishing of Goods: A. Price Decreases. Supplier agrees immediately to notify UC of any price decreases from its suppliers, and to pass through to UC any price decreases. B. Declared Valuation of Shipments. Except as otherwise provided in the Agreement, all shipments by Supplier under the Agreement for UC's account will be made at the maximum declared value applicable to the lowest transportation rate or classification and the bill of lading will so note. C. Title. Title to the Goods purchased under the Agreement will pass directly from Supplier to UC at the f.o.b. point shown, or as otherwise specified in the Agreement, subject to UC’s right to reject upon inspection. D. Changes. Notwithstanding the terms in Article 34, Amendments, UC may make changes within the general scope of the Agreement in drawings and specifications for specially manufactured Goods, place of delivery, method of shipment or packing o f the Agreement by giving notice to Supplier and subsequently confirming such changes in writing. If such changes affect the cost of or the time required for performance of the Agreement, UC and Supplier will agree upon an equitable adjustment in the price and/or delivery terms. Supplier may not make changes without UC’s written approval. Any claim of Supplier for an adjustment under the Agreement must be made in writing within thirty (30) days from the date Supplier receives notice of such change unless UC waives this condition in writing. Nothing in the Agreement will excuse Supplier from proceeding with performance of the Agreement as changed hereunder. Supplier may not alter or misbrand, within the meaning of the applicable Federal and State laws, the Goods furnished. E. Forced, Convict and Indentured Labor. Supplier warrants that no foreign-made Goods furnished to UC pursuant to the Agreement will be produced in whole or in part by forced labor, convict labor, or indentured labor under penal sanction. If UC determines that Supplier knew or should have known that it was breaching this warranty, UC may, in addition to terminating the Agreement, remove Supplier from consideration for UC contracts for a period not to exceed one year. This warranty is in a ddition to any applicable warranties in Articles 6 and 11. F. Export Control. If any of the Goods is export-controlled under the International Traffic in Arms Regulations (22 CFR §§ 120-130), the United States Munitions List (22 CFR § 121.1), or Export Administration Regulations (15 CFR §§ 730-774) 500 or 600 series, or controlled on a military strategic goods list, Supplier agrees to provide UC (the contact listed on the Purchase Order) with w ritten notification that identifies the export-controlled Goods and such Goods’ export classification. ARTICLE 18 – CONFLICT OF INTEREST Supplier affirms that, to the best of Supplier’s knowledge, no UC employee who has participated in UC’s decision-making concerning the Agreement has an “economic interest” in the Agreement or Supplier. A UC employee’s “economic interest” means: A. An investment worth $2,000 or more in Supplier or its affiliate; B. A position as director, officer, partner, trustee, employee or manager of Supplier o r its affiliate; C. Receipt during the past 12 months of $500 in income or $440 in gifts from Supplier or its affiliate; or D. A personal financial benefit from the Agreement in the amount of $250 or more. In the event of a change in these economic interests, Supplier will provide written notice to UC within thirty (30) days after such change, noting such changes. Supplier will not be in a reporting relationship to a UC employee who is a near relative, nor will a near relative be in a decision making position with respect to Supplier. ARTICLE 19 – AUDIT REQUIREMENTS The Agreement, and any pertinent records involving transactions relating to this Agreement, is subject to the examination and audit of the Auditor General of the State of California or Comptroller General of the United States or designated Federal authority for a period of up to five (5) years after final payment under the Agreement. UC, and if the underlying grant, cooperative agreement or federal contract so provides, the other contracting Party or grantor (and if that be the United States or an instrumentality thereof, then the Comptroller General of the United States) will have access to and the right to examine Supplier’s pertinent books, documents, papers, and reco rds involving transactions and work related to the Agreement until the expiration of five (5) years after final payment under the Agreement. The examination and audit will be confined to those matters connected with the performance of the Agreement, including the costs of administe ring the Agreement. DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 14 | 27 ARTICLE 20 – PROHIBITION ON UNAUTHORIZED USE OR DISCLOSURE OF CONFIDENTIAL INFORMATION Supplier agrees to hold UC’s Confidential Information, and any information derived therefrom, in strict confidence. Confidential Information shall be defined as any information disclosed by UC to Supplier for the purposes of providing the Good and/or Services which is (i) marked as “Confidential” at the time of disclosure; (ii) disclosed orally, identified at the time of such oral disclosure as confidential, and reduced to writing as “Confidential” within thirty (30) days of such oral disclosure; and (iii) if not marked as “Confidential,” information that would be considered by a reasonable person in the relevant field to be confidential given its content and the circumstances of its disclosure. Confidential Information will not include information that: (i) Supplier can demonstrate by written records was known to Supplier prior to the effective date of the Agreement; (ii) is currently in, or in the future enters, the public domain other than through a breach of the Agreement or through other acts or omissions of Supplier; (iii) is obtained lawfully from a third party; or (iv) is disclosed under the California Public Records Act or legal process. Supplier will not access, use or disclo se Confidential Information other than to carry out the purposes for which UC disclosed the Confidential Information to Supplier, except as permitted or required by applicable law, or as otherwise authorized in writing by UC prior to the disclosure. Supplier shall have the limited right to disclose U C’s Confidential Information to Supplier’s employees provided that: (i) Supplier shall disclose only such UC’s Confidential Information as is necessary fo r the Supplier to perform its obligations under this Agreement; (ii) such employees have been informed of the confidential nature of such information; and (iii) such employees have agreed in writing to be bound by confidentiality obligations at least as stringent as those set forth in this Agreement. Supplier shall be liable for any breach of this Agreement by its employees. For avoidance of doubt, this provision prohibits Supplier from using for its own benefit Confidential Information and any information derived therefrom. If Supplier is required by a court of competent jurisdiction or an administrative body to disclose Confidential Information, Supplier will notify UC in writing immediately upon receiving notice of such requirement and prior to any such disclosure (unless Supplier is prohibited by law from doing so), to give UC an opportunity to oppose or otherwise respond to such disclosure. To the extent Supplier is still required to make such a disclosure, Supplier will give UC prompt written notice of such event and will furnish only that portion that is legally required and will exercise all reasonable efforts to obtain reliable assurance that confidential treatment will be afforded to the Confidential Information. Supplier’s transmission, transportation or storage of Confidential Information o utside the United States, or access of Confidential Information from outside the United States, is prohibited except with prior written authorization by UC. UC’s Appendix – Data Security, Appendix – HIPAA Business Associate, and/or Appendix – General Data Protection Regulation will control in the event that one or both appendices is incorporated into the Agreement and conflicts with the provisions of this Article. Supplier acknowledges that remedies at law would be inadequate to protect UC against any actual or threatened breach of this Section by Supplier, and, w ithout prejudice to any other rights and remedies otherwise available to UC, Supplier agrees to the granting of injunctive relief in UC’s favor without pro of of actual damages. ARTICLE 21 – UC WHISTLEBLOWER POLICY -UC is committed to conducting its affairs in compliance with the law, and has established a process for reporting and investigating suspected improper governmental activities. Please visit http://www.ucop.edu/uc-whistleblower/ for more information. ARTICLE 22 – SUSTAINABLE PROCUREMENT GUIDELINES Supplier will conduct business using environmentally, socially, and economically sustainable products and services (defined as products and services with a lesser or reduced effect on human health and the environment, and which generate benefits to the University as well as to society and the economy, while remaining within the carrying capacity of the environment), to the maximum possible extent consistent with the Agreement, and with the University of California Sustainable Practices Policy (https://policy.ucop.edu/doc/3100155) and the University of California Sustainable Procurement Guidelines: (https://www.ucop.edu/procurement-services/_files/sustainableprocurementguidelines.pdf). In accordance with the University of California Sustainable Practices Policy, Supplier will adhere to the following requirements and standards, as applicable. Supplier ackno wledges that failure to comply with any of the sustainability standards and requirements in the Agreement will constitute a material breach of the Agreement and UC will have the right to terminate the Agreement without damage, penalty, cost or further obligation. A. Sustainability Marketing Standards. Supplier sustainability related claims, where applicable, must meet University of California recognized certifications and standards set forth in the UC Sustainable Procurement Guidelines and/or meet the standards of Federal Trade Commission’s (FTC) Green Guides. B. Electronic Transfer of Supplier Information. Suppliers, when interacting with the University, shall be prohibited from providing hard copies of presentations, marketing material, or other informational materials. Suppliers will be required to present all information in electronic format that is easily transferable to University staff. Materials may be provided in hard copy or physical format if specifically required or requested by a UC representative. C. Packaging Requirements. All packaging must be compliant with the Toxics in Packaging Prevention Act (AB 455) and must meet all additional standards and requirements set forth in the UC Sustainable Practices Policy. In addition, the University requires that all packaging meet at least one of the criteria listed below: a. Uses bulk packaging; b. Uses reusable packaging (e.g. totes reused by delivery service for next delivery); c. Uses innovative packaging that reduces the weight of packaging, reduces packaging waste, or utilizes packaging that is a component of the product; d. Maximizes recycled content and/or meets or exceeds the minimum post-consumer content level for packaging in the U.S. Environmental Protection Agency Comprehensive Procurement Guidelines; e. Uses locally recyclable or certified compostable material. D. Expanded Polystyrene (EPS) Ban. No EPS shall be used in foodservice facilities for takeaway containers. By 2020, the University will be prohibited from procuring Goods containing, or that are provided in packaging containing, Expanded Polystyrene (EPS) other than that utilized for laboratory supply or medical packaging and products where no functional alternatives exist. E. E-Waste Recycling Requirements. All recyclers of University of California electronic equipment must be e-Steward certified by the Basel Action Network (BAN) or R2 Standard certified. Hosted and Punch-out Catalog Requirements. Suppliers enabled with eProcurement hosted catalog functionality must clearly identify products with UC-recognized Certifications, as defined by the UC Sustainable Procurement Guidelines, in both hosted and punchout catalog e-procurement environments. ARTICLE 23 – PATIENT PROTECTION AND AFFORDABLE CARE ACT (PPACA) EMPLOYER SHARED RESPONSIBILITY If the Services involve Supplier furnishing UC with temporary or supplementary s taffing, Supplier warrants that: A. If Supplier is an Applicable Large Employer (as defined under Treasury Regulation Section 54.4980H-1(a)(4)): 1. Supplier offers health coverage to its full-time employees who are performing Services for UC; 2. Supplier’s cost of enrolling such employees in Supplier’s health plan is factored into the fees for the Services; and 3. The fees for the Services are higher than what the Services would cost if Supplier did not offer health coverage to such f ull-time employees. DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 15 | 27 B. If Supplier is not an Applicable Large Employer (as defined above): 1. Supplier offers group health coverage to its full-time employees who are performing Services for UC and such coverage is considered Minimum Essential Coverage (as defined under Treasury Regulation Section 1-5000A-2) and is Affordable (as defined under Treasury Regulation Section 54.4980H-5(e)); or 2. Supplier’s full-time employees who are performing services for UC have individual coverage and such coverage satisfies the PPACA requirements for mandated individual coverage. Supplier acknowledges that UC is relying on these warranties to ensure UC’s compliance with the PPACA Employer Shared Responsibility provision. ARTICLE 24 - PREVAILING WAGES Unless UC notifies Supplier that the Services are not subject to prevailing wage requirements, Supplier will comply, and will ensure that all sub- suppliers comply, with California prevailing wage provisions, including but not limited to those set forth in Labor Code sections 1770, 1771, 1771.1, 1772, 1773, 1773.1, 1774, 1775, 1776, 1777.5, and 1777.6. For purposes of the Agreement, the term “sub-supplier” means a person or firm, of all tiers, that has a contract with Supplier or with a sub-supplier to provide a portion of the Services. The term sub-supplier will not include suppliers, manufacturers, or distributors. Specifically, and not by way of limitation, if apprenticable occupations are involved in providing the Services, Supplier will be responsible for ensuring that Supplier and any sub-suppliers comply with Labor Code Section 1777.5. Supplier and sub-supplier may not provide the Services unless currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5 and 1771.1. Notwithstanding the foregoing provisions, Supplier will be solely responsible for tracking and ensuring proper payment of prevailing wages regardless if Services are partially or wholly subject to prevailing wage requirements. In every instance, Supplier will pay not less than the UC Fair Wage (defined as $13 per hour as of 10/1/15, $14 per hour as of 10/1/16, and $15 per hour as of 10/1/17) for Services being performed at a UC Location (defined as any location owned or leased by UC). The California Department of Industrial Relations (DIR) has ascertained the general prevailing per diem wage rates in the loc ality in which the Services are to be provided for each craft, classification, or type of worker required to provide the Services. A copy of the general prevailing per diem wage rates will be on file at each UC Location’s procurement office, and will be made available to any interested party upon request. Supplier will post at any job site: A. Notice of the general prevailing per diem wage rates, and any other notices required by DIR rule or regulation. By this reference, such notices are made part of the Agreement. Supplier will pay not less than the prevailing wage rates, as specified in the schedule and any amendments thereto, to all workers employed by Supplier in providing the Services. Supplier will cause all subcontracts t o include the provision that all sub-suppliers will pay not less than the prevailing rates to all workers employed by such sub-suppliers in providing the Services. The Services are subject to compliance monitoring and enforcement by the DIR. Supplier will forfeit, as a penalty, not more than $200 for each calendar day or portion thereof for each worker that is paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any portion of the Services provided by Supplier or any sub-supplier. The amount of this penalty will be determined pursuant to applicable law. Such forfeiture amounts may be deducted from the amounts due under the Agreement. If there are insufficient funds remaining in the amounts due under the Agreement, Supplier will be liable for any outstanding amount remaining due. Supplier will also pay to any worker who was paid less than the prevailing wage rate for the work or craft for which the worker was employed for any portio n of the Services, for each day, or portion thereof, for which the worker was paid less than the specified prevailing per diem wage rate, an amount equal to the difference between the specified prevailing per diem wage rate and the amount which was paid to the worker. Review of any civil wage and penalty assessment will be made pursuant to California Labor Code section 1742. ARTICLE 25 – FAIR WAGE/FAIR WORK If the Agreement is for Services that will be performed at one or more UC Locations, does not solely involve furnishing Goods, and are not subject to extramural awards containing sponsor-mandated terms and conditions, Supplier warrants that it is in compliance with applicable federal, state and local working conditions requirements, including but not limited to those set forth in Articles 11, 12 and 14 herein, and that Supplier pays its employees performing the Services no less than the UC Fair Wage. Supplier agrees UC may conduct such UC Fair Wage/Fair Work interim compliance audits as UC reasonably requests, as determined in UC’s sole discretion. Supplier agrees to post UC Fair Wage/Fa ir Work notices, in the form supplied by UC, in public areas (such as break rooms and lunch rooms) frequented by Supplier employees who perform Services. For Services that exceed $100,000 annually and are not subject to prevailing wage requirements, Supplier will, a) at Supplier’s expense, provide an annual independent verification performed by a licensed public accounting firm (independent accountant) or the Supplier’s ind ependent internal audit department (http://na.theiia.org/standards-guidance/topics/Pages/Independence-and-Objectivity.aspx) in compliance with UC’s required verification standards and procedures, concerning Supplier’s compliance with this provision, and b) ensure that in the case o f a UC interim audit, its independent accountant/independent internal auditor makes available to UC its UC Fair Wage/Fair Work papers for the most recent verification period. Supplier agrees to provide UC with a UC Fair Wage/Fair Work verification annually, in a form acceptable to UC, no later than ninety days after each one-year anniversary of the agreement’s effective date, for the twelve months immediately preceding the anniversary date. All Supplier FW/FW compliance resources available here: https://www.ucop.edu/procurement-services/for-suppliers/fwfw-resources-suppliers.html. ARTICLE 26 – MEDICAL DEVICES This Article applies when the Goods and/or Services involve UC purchasing or leasing one or more medical devices from Supplier, or when Supplier uses one or more medical devices in providing Goods and/or Services to UC. Medical Device as used herein will have the meaning provided by the U.S. Food and Drug Administration (“FDA”) and means an instrument, apparatus, implement, machine, contrivance, implant, in vitro reagent, or other similar or related article, including a component part, or accessory which is: (i) recognized in the official National Formulary, or the United States Pharmacopoeia, or any supplement to them; (ii) intended for use in the diagnosis of disease or other conditions, or in the cure, mitigation, treatment, or prevention of disease, in man or other animals, or (iii) intended to affect the structure or any function of the body of man or other animals, and which does not achieve any of its primary intended purposes through chemical action within or on the body of man or other animals and which is not dependent upon being metabolized for the achievement of any of its primary intended purposes. Supplier warrants that prior to UC’s purchase or lease of any Medical Device or Supplier’s use of any Medical Device in providing Goods and/or Services hereunder, Supplier will: (i) perform security testing and validation for each such Goods and/or Services or Medical Device, as applicable; DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 16 | 27 (ii) perform a security scan by an anti-virus scanner, with up-to-date signatures, on any software embedded within any Goods and/or Services or Medical Device, as applicable, in order to verify that the software does not contain any known viruses or malware; (iii) conduct a vulnerability scan encompassing all ports and fuzz testing; and (iv) provide UC with reports for (i) – (iii). Supplier warrants that all security testing performed by Supplier covers all issues noted in the “SANS WE TOP 25” and/or “OWASP Top 10” documentation. Throughout Supplier’s performance of this Agreement, Supplier will provide UC with reasonably up-to-date patches, firmware and security updates for any Medical Device provided to UC, and any other Medical Device used in the course of providing Services, as applicable. All such patches and other security updates will be made available to UC within thirty (30) days of its commercial release or as otherwise recommended b y Supplier or Supplier’s sub-supplier, whichever is earlier. Supplier warrants that all software and installation media not specifically required for any Medical Device used by Supplier or Goods and/or Services delivered to UC under this Agreement as well as files, scripts, messaging se rvices and data will be removed from all such Goods and/or Services or Medical Device following installation, and that all hardware ports and drives not required for use or operation of such Goods and/or Services or Medical Device will be disabled at time of installation. In addition, Medical Devices must be configured so that only Supplier-approved applications will run on such Medical Devices. Supplier agrees that UC may take any and all actions that it, in its sole discretion, deems necessary to address, mitigate and/or rectify any real or potential security threat, and that no such action, to the extent such action does not compromise device certification, will impact, limit, reduce or negate Supplier’s warranties or any of Supplier’s other obligations hereunder. Supplier warrants that any Medical Device provided to UC, and any other Medical Device used in the course of providing such Goods and/or Services, meet and comply with all cyber-security guidance and similar standards promulgated by the FDA and any other applicable regulatory body. If the Goods and/or Services entail provision or use of a Medical Device, Supplier will provide UC with a completed Manufacturer Disclosure Statement for Medical Device Security (MDS2) form for each such Medical Device before UC is obligated to purchase or lease such Medical Device or prior to Supplier’s use of such device in its performance of Services. If Supplier provides an MDS2 form to UC concurrently with its provision of Goods and/or Services, UC will have a reasonable period of time to review such MDS2 form, and if the MDS2 form is unacceptable to UC, then UC in its sole discretion may return the Goods or terminate the Agreement with no further obligation to Supplier. ARTICLE 27 – FORCE MAJEURE Neither Party will be liable for delays due to causes beyond the Party’s control (including, but not restricted to, war, civil disturbances, earthquakes, fires, floods, epidemics, quarantine restrictions, freight embargoes, and unusually severe weather). ARTICLE 28 – ASSIGNMENT AND SUBCONTRACTING Except as to any payment due hereunder, Supplier may not assign or subcontract the Agreement without UC’s written consent. In case such consent is given, the assignee or subcontractor will be subject to all of the terms of the Agreement. ARTICLE 29 – NO THIRD-PARTY RIGHTS Nothing in the Agreement, express or implied, is intended to make any person or entity that is not a signer to the Agreement a third-party beneficiary of any right created by this Agreement or by operation of law. ARTICLE 30 – OTHER APPLICABLE LAWS Any provision required to be included in a contract of this type by any applicable and valid federal, state or local law, ordinance, rule or regulations will be deemed to be incorporated herein. ARTICLE 31 – NOTICES A Party must send any notice required to be given under the Agreement by overnight delivery or by certified mail with return receipt requested, to the other Party’s representative at the address specified by such Party. ARTICLE 32 – SEVERABILITY If a provision of the Agreement becomes, or is determined to be, illegal, invalid, or unenforceable, that will not affect the legalit y, validity or enforceability of any other provision of the Agreement or of any portion of the invalidated provision that remains legal, valid, or enforceable. ATTACHMENT C – UC APPENDIX DATA SECURITY AND PRIVACY DATED 4-12-17 ARTICLE 1 – PURPOSE AND SCOPE OF APPLICATION A. This Data Security and Privacy Appendix is designed to protect the University of California’s (UC) Non -public Information and UC Information Resources (defined below). This Appendix describes the data security and privacy obligations of Supplier and its sub- suppliers that connect to UC Information Resources and/or gain access to Non -public Information (defined below). B. Supplier agrees to be bound by the obligations set forth in this Appendix. To the extent applicable, Supplier also agrees to impose, by written contract, the terms and conditions contained in this Appendix on any third party retained by Supplier to provide s ervices for or on behalf of the UC. ARTICLE 2 – DEFINED TERMS A. Breach. Breach means the unauthorized acquisition, access, use or disclosure of Non-public Information that compromises the security, confidentiality or integrity of such information. DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 17 | 27 B. Non-public Information. Supplier’s provision of Services under this Agreement may involve access to certain information that UC wishes to be protected from further use or disclosure. Non-public Information shall be defined as: (i) Protected Information (defined below); (ii) information UC discloses, in writing, orally, or visually, to Supplier, or to which Supplier obtains access to in connection with the negotiation and performance of the Agreement, and which relates to UC, its students or employees, its third -party vendors or licensors, or any other individuals or entities that have made confidential information available to UC or t o Supplier acting on UC’s behalf (collectively, “UC Users”), marked or otherwise identified as proprietary and/or confidential, or that, given the natu re of the information, ought reasonably to be treated as proprietary and/or confidential; (iii) trade sec rets; and (iv) business information. C. Protected Information. Protected Information shall be defined as information that identifies or is capable of identifying a specific individual, including but not limited to personally -identifiable information, medical information other than Protected Health Information as defined under the Health Insurance Portability and Accountability Act of 1996 (HIPAA) and the HIPAA regulation s (including, but not limited to 45 CFR § 160.103), Cardholder Data (as currently defined by the Payment Card Industry Data Security Standard and Payment Application Standard Glossary of Terms, Abbreviations, and Acronyms), student records, or individual financial information that is subject to laws restricting the use and disclosure of such information, including but not limited to Article 1, Section 1 of the California Constitution; the California Information Practices Act (Civil Code § 1798 et seq.); the federal Gramm- Leach-Bliley Act (15 U.S.C. §§ 6801(b) and 6805(b)(2)); the federal Family Educational Rights and Privacy Act (20 U.S.C. § 1232g); the federal Fair and Accurate Credit Transactions Act (15 USC § 1601 et seq.) and the Fair Credit Reporting Act (15 USC § 1681 et seq.). D. UC Information Resources. UC Information Resources shall be defined as those devices, networks and related infrastructure that UC owns, operates or has obtained for use to conduct UC business. Devices include but are n ot limited to, UC-owned or managed storage, processing, communications devices and related infrastructure on which UC data is accessed, processed, stored, or communicated, and may include personally owned devices. Data includes, but is not limited to, Non -public Information, other UC- created or managed business and research data, metadata, and credentials created by or issued on behalf of UC. E. Work Product. Work Product shall be defined as works-in-progress, notes, data, reference materials, memoranda, documentation and records in any way incorporating or reflecting any Non -public Information and all proprietary rights therein, including copyrights. Work Product is subject to the Agreement’s Intellectual Property, Copyright and Patents Article. For the avoidance of doubt, Work Product shall belong exclusively to UC and unless expressly provided, this Appendix shall not be construed as con ferring on Supplier any patent, copyright, trademark, license right or trade secret owned or obtained by UC. ARTICLE 3 – ACCESS TO UC INFORMATION RESOURCES A. In any circumstance when Supplier is provided access to UC Information Resources, it is solely Supplier’s responsibility t o ensure that its access does not result in any access by unauthorized individuals to UC Information Resources. This includes confo rmance with minimum security standards in effect at the UC location(s) where access is provided. Any Supplier technology and/or syst ems that gain access to UC Information Resources must contain, at a minimum, the elements in the Computer System Security Requirements set forth in Attachment 1 to this Appendix. No less than annually, Supplier shall evaluate and document whether Supplier’s practices accessing UC Information Resources comply with the terms of this Appendix. Documentation of such evaluat ion shall be made available to UC upon UC’s request. Regardless of whether UC requests a copy of such evaluation, Supplier shall immediately inform UC of any findings of noncompliance and certify when findings of non -compliance have been addressed. B. Supplier shall limit the examination of UC information to the least invasive degree of inspection required to provide the Goods and/or Services. In the event Goods and/or Services include the inspection of a specific threat to or anomaly of UC’s Informa tion Resources, Supplier shall limit such inspection in accordance with the principle of least perusal. Supplier will notify UC immediately upon such events. C. With UC’s prior written consent, Supplier may alter a UC Information Resource to the extent such alteration is specifically required for Supplier to provide Goods and/or Services to UC pursuant to the Agreement. ARTICLE 4 – SECURITY PATCHES AND UPDATES Supplier is required to perform patches and updates in connection with the Goods and/or Services provided to UC as follows: A. Devices and Software Provided Directly to UC. Supplier will make available to UC any patches and other updates to system security software or firmware utilized by Supplier in its provision of Goods and/or Services no later than the earl ier of thirty (30) days of its commercial release or as recommended by Supplier or Supplier’s sub -supplier. B. Supplier’s Internal Systems and Services Necessary for Supplier to fulfill its Obligations to UC. Supplier will regularly apply security patches and functional updates to its internal systems software and firmware. ARTICLE 5 – COMPLIANCE WITH APPLICABLE LAWS, FAIR INFORMATION PRACTICE PRINCIPLES AND UC POLICIES DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 18 | 27 A. Supplier agrees to comply with all applicable state, federal and international laws, as well as industry best practices, governing the collection, access, use, disclosure, safeguarding and destruction of Protected Information. Additionally Supplier will comply as applicable with the Fair Information Practice Principles, as defined by the U.S. Federal Trade Commission. Such principles would typically require Supplier to have a privacy policy, and a prominently -posted privacy statement or notice in conformance with such principles. If collecting Protected Information electronically from individuals on behalf of UC, Supplier’s prominently-posted privacy statement will be similar to those used by UC (UC’s sample Privacy Statement for websites is available at http://www.ucop.edu/information-technology-services/policies/it-policies-and-guidelines/records-mgmt-and- privacy/files/sampleprivacystatement.doc). Supplier also agrees, to the extent applicable, to comply with UC’s Business and Finance Bulletin IS-2, Inventory, Classification, and Release of UC Electronic Information (https://policy.ucop.edu/doc/7020447/BFB-IS-2), and IS-3, Electronic Information Security (https://policy.ucop.edu/doc/7000543/BFB-IS-3). B. Supplier shall make available to UC all products, systems, and documents necessary to allow UC to audit Supplier’s complia nce with the terms of this Article 5. UC shall have the right to audit Supplier’s compliance with its Information Security Plan and the obligations set forth in Attachment 1. C. UC reserves the right to monitor Supplier’s connectivity to UC Information Resources while Supplier accesses Non-public Information. ARTICLE 6 – PROHIBITION ON UNAUTHORIZED USE OR DISCLOSURE OF NON-PUBLIC INFORMATION Supplier agrees to hold UC’s Non-public Information, and any information derived from such information, in strictest confiden ce. Supplier will not access, use or disclose Non-public Information other than to carry out the purposes for which UC disclosed the Non - public Information to Supplier, except as permitted or required by applicable law, or as otherwise authorized in writin g by UC. For avoidance of doubt, this provision prohibits Supplier from using for its own benefit Non -public Information or any information derived from such information. If required by a court of competent jurisdiction or an administrative body to disclos e Non-public Information, Supplier will notify UC in writing immediately upon receiving notice of such requirement and prior to any such disclosure, to give UC an opportunity to oppose or otherwise respond to such disclosure (unless prohibited by law from doing so). Supplier’s transmission, transportation or storage of Non -public Information outside the United States, or access of Non -public Information from outside the United States, is prohibited except on prior written authorization by UC. ARTICLE 7 – SAFEGUARD STANDARD Supplier agrees to protect the privacy and security of Non -public Information according to all applicable laws and regulations, by commercially-acceptable standards, and no less rigorously than it protects its own confidential informatio n, but in no case less than reasonable care. Supplier will implement, maintain and use appropriate administrative, technical and physical security measur es to preserve the confidentiality, integrity and availability of the Non-public Information. All Protected Information stored on portable devices or media must be encrypted in accordance with the Federal Information Processing Standards (FIPS) Publication 140 -2. Supplier will ensure that such security measures are regularly reviewed and revised to address evolving threats and vulnerabilities while Supplier has responsibility for the Non-public Information under the terms of this Appendix. Prior to agreeing to the terms of this Appendix, and periodically thereafter (no more frequently than annually) at UC’s request, Supplier will provide assuranc e, in the form of a third-party audit report or other documentation acceptable to UC, s uch as SOC2 Type II, demonstrating that appropriate information security safeguards and controls are in place. ARTICLE 8 – INFORMATION SECURITY PLAN A. Supplier acknowledges that UC is required to comply with information security standards for the prote ction of Protected Information as required by law, regulation and regulatory guidance, as well as UC’s internal security program for information and systems protection. B. Supplier will establish, maintain and comply with an information security plan (“I nformation Security Plan”), which will contain, at a minimum, such elements as those set forth in Attachment 1 to this Appendix. C. Supplier’s Information Security Plan will be designed to: i. Ensure the security, integrity and confidentiality of Non-public Information; ii. Protect against any anticipated threats or hazards to the security or integrity of such information; iii. Protect against unauthorized access to or use of such information that could result in harm or inconvenience to the person that is the subject of such information; iv. Reduce risks associated with Supplier having access to UC Information Resources; and v. Comply with all applicable legal and regulatory requirements for data protection. DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 19 | 27 D. On at least an annual basis, Supplier will review its Information Security Plan, update and revise it as needed, and submi t it to UC upon request. At UC’s request, Supplier will make modifications to its Information Security Plan or to the procedures and practices thereunder to conform to UC’s security requirements as they exist from time to time. If there are any significant modificatio ns to Supplier’s Information Security Plan, Supplier will notify UC within 72 hours. ARTICLE 9 – RETURN OR DESTRUCTION OF NON-PUBLIC INFORMATION Within 30 days of the termination, cancellation, expiration or other conclusion of this Appendix, Supplier will return the No n-public Information to UC unless UC requests in writing that such data be destroyed. This provision will also apply to all Non -public Information that is in the possession of subcontractors or agents of Supplier. Such destruction will be accomplished by “purg ing” or “physical destruction,” in accordance with National Institute of Standards and Technology (NIST) Special Publication 800 -88. Supplier will certify in writing to UC that such return or destruction has been completed. If Supplier believes that return or destruction of the Non-public Information is technically impossible or impractical, Supplier must provide UC with a written statement of the reason that return or destruction by Supplier is technically impossible or impract ical. If UC determines that return or destruction is technically impossible or impractical, Supplier will continue to protect the Non -public Information in accordance with the terms of this Appendix. ARTICLE 10 – NOTIFICATION OF CORRESPONDENCE CONCERNING NON-PUBLIC INFORMATION Supplier agrees to notify UC immediately, both orally and in writing, but in no event more than two (2) business days after Supplier receives correspondence or a complaint regarding Non -public Information, including but not limited to, correspondence or a complaint that originates from a regulatory agency or an individual. ARTICLE 11 – BREACHES OF NON-PUBLIC INFORMATION A. Reporting of Breach: Supplier will report any confirmed or suspected Breach to UC immediately upon discovery, both orally and in writing, but in no event more than two (2) business days after Supplier reasonably believes a Breach has or may have occurred. Supplier’s report will identify: (i) the nature of the unauthorized access, use or disclosure, (ii) the Non -public Information accessed, used or disclosed, (iii) the person(s) who accessed, used, disclosed and/or received Non-public Information (if known), (iv) what Supplier has done or will do to mitigate any deleterious effect of the unauthorized access, use or disclosure, and (v) what c orrective action Supplier has taken or will take to prevent future unauthorized access, use or disclosure. Supplier will provide such o ther information, including a written report, as reasonably requested by UC. In the event of a suspected Breach, Supplier will kee p UC informed regularly of the progress of its investigation until the uncertainty is resolved. B. Coordination of Breach Response Activities: Supplier will fully cooperate with UC’s investigation of any Breach involving Supplier and/or the Services, including but not limited to making witnesses and documents available immediately upon Supplier’s reporting of the Breach. Supplier’s full cooperation will include but not be limited to Supplier: i. Immediately preserving any potential forensic evidence relating to the Breach, and remedying the Breach as quickly as circumstances permit ii. Promptly (within 2 business days) designating a contact person to whom UC will direct inquiries, and who will communicate Supplier responses to UC inquiries; iii. As rapidly as circumstances permit, applying appropriate resources to remedy the Breach condition, investigate, document, restore UC service(s) as directed by UC, and undertake appropriate response activities; iv. Providing status reports to UC on Breach response activities, either on a daily basis or a frequency approved by UC; v. Coordinating all media, law enforcement, or other Breach notifications with UC in advance of such notification(s), unless expressly prohibited by law; and vi. Ensuring that knowledgeable Supplier staff is available on short notice, if needed, to participate in UC-initiated meetings and/or conference calls regarding the Breach. C. Grounds for Termination. Any Breach may be grounds for immediate termination of the Agreement by UC. D. Assistance in Litigation or Administrative Proceedings. Supplier will make itself and any employees, subcontractors, or agents assisting Supplier in the performance of its obligations available to UC at no cost to UC to testify as witnesses, or otherwi se, in the event of a Breach or other unauthorized disclosure of Non-public Information caused by Supplier that results in litigation, governmental investigations, or administrative proceedings against UC, its directors, officers, agents or employees based upon a claimed violation of laws relating to security and privacy or arising out of this Appendix. ARTICLE 12 – ATTORNEY'S FEES DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 20 | 27 In any action brought by a party to enforce the terms of this Appendix, the prevailing party will be entitled to reasonable a ttorney's fees and costs, including the reasonable value of any services provided by in -house counsel. The reasonable value of services provided by in-house counsel will be calculated by applying an hourly rate commensurate with prevailing market rates cha rged by attorneys in private practice for such services. ARTICLE 13 – INDEMNITY The Agreement includes an Indemnity provision, but for the avoidance of doubt regarding a Breach involving Protected Informat ion, Supplier’s indemnification obligations under the Agreement will include the following fees and costs which arise as a result of Supplier’s breach of this Appendix, negligent acts or omissions, or willful misconduct: any and all costs associated with not ification to individuals or remedial measures offered to individuals, whether or not required by law, including but not limited to costs of notification of individuals, establishment and operation of call center(s), credit monitoring and/or identity restoration ser vices; time of UC personnel responding to Breach; fees and costs incurred in litigation; the cost of external investigations; civil or criminal penalties levied against UC; civil judgments entered against UC; attorney’s fees, and court costs. ARTICLE 14 – ADDITIONAL INSURANCE In addition to the insurance required under the Agreement, Supplier at its sole cost and expense will obtain, keep in force, and maintain an insurance policy (or policies) that provides coverage for privacy and data security breaches. This specific type of insurance is typically referred to as Privacy, Technology and Data Security Liability, Cyber Liability, or Technology Professional Liability. In some cases, Professional Liability policies may include some coverage for privacy and/or data breaches. Regardl ess of the type of policy in place, it needs to include coverage for reasonable costs in investigating and responding to privacy and/or dat a breaches with the following minimum limits unless UC specifies otherwise: $1,000,000 Each Occurrence and $5,000,000 Aggregate. FIRST AMENDMENT TO APPENDIX – DATA SECURITY AND PRIVACY SAFEGUARD STANDARD FOR PAYMENT CARD DATA (IF APPLICABLE) A. Supplier agrees that it is responsible for the security of Cardholder Data (as currently defined by the Payment Card Indus try Data Security Standard and Payment Application Standard Glossary of Terms, Abbreviations, and Acronyms) that it possesses (if any), including the functions relating to storing, processing and transmitting Cardholder Data. In this regard, Supplier represents and warrants that it will implement and maintain certification of Payment Card Industry (“PCI”) compliance standards regarding data security, and that it will undergo independent third party quarterly system scans that audit for all known methods hackers us e to access private information and vulnerabilities that would allow malicious software (e.g., viruses and worms) to gain access to or disrupt UC Information Resources. These requirements, which are incorporated herein, can be found at https://www.pcisecuritystandards.org/document_library. Supplier agrees to provide at least annually, and from time to time at the written request of UC, current evidence (in form and substance reasonably satisfactory to UC) of compliance with these data security standards, which has been properly certified by an authority recognized by the payment card industry for that purpose. B. In connection with credit card transactions processed for UC, Supplier will provide reasonable care and efforts to detect fraudulent payment card activity. In performing the Services, Supplier will comply with all applicable rules and requirements, including security rules and requirements, of UC’s financial institutions, including its acquiring bank, the major payment ca rd associations and payment card companies. If during the term of an Agreement with UC, Supplier undergoes, or has reason to believe that it will undergo, an adverse change in its certification or compliance status with the PCI standards and/or other materia l payment card industry standards, it will promptly notify UC of such circumstances. C. Supplier further represents and warrants that software applications it provides for the purpose of performing Services rel ated to processing payments, particularly credit card payments, are developed in accordance with all applicable PCI standards, and are in compliance with all applicable PCI standards, including but not limited to Payment Application Data Security Standards (PA -DSS), Point to Point Encryption Solution Requirements (P2PE) including ap proved card readers or Point of Interaction (POI). As verification of this, Supplier agrees to provide at least annually, and from time to time upon written request of UC, current evidence (in form and substance reasonably satisfactory to UC) that any such application it provides is certified as complying with these standards and agrees to continue to maintain that certification as may be required. D. Supplier will immediately notify UC if it learns that it is no longer PCI compliant under one of the stan dards identified above, or if any software applications or encryption solutions are no longer PCI compliant. ATTACHMENT 1 A. Supplier will develop, implement, and maintain a comprehensive Information Security Plan that is written in one or more re adily accessible parts and contains administrative, technical, and physical safeguards. The safeguards contained in such program mu st be consistent with the safeguards for protection of Protected Information and information of a similar character set forth in an y state or federal regulations by which the person who owns or licenses such information may be regulated. DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 21 | 27 B. Without limiting the generality of the foregoing, every comprehensive Information Security Plan will include, but not be l imited to: i. Designating one or more employees to maintain the comprehensive Information Security Plan; ii. Identifying and assessing internal and external risks to the security, confidentiality, and/or integrity of any electroni c, paper or other records containing Protected Information and of UC Information Resources, and evaluating and improving, where necessary, the effectiveness of the current safeguards for limiting such risks, including but not limited to: a. Ongoing employee (including temporary and contract employee) training; b. Employee compliance with policies and procedures; and c. Means for detecting and preventing security system failures. iii. Developing security policies for employees relating to the storage, access and transportation of records containing Prot ected Information outside of business premises. iv. Imposing disciplinary measures for violations of the comprehensive Information Security Plan rules. v. Preventing terminated employees from accessing records containing Protected Information and/or UC Information Resources. vi. Overseeing service providers, by: a. Taking reasonable steps to select and retain third -party service providers that are capable of maintaining appropriate security measures to protect such Protected Information and UC Information Resources consistent with all applicable laws and regulatio ns; and b. Requiring such third-party service providers by contract to implement and maintain such appropriate security measures for Protected Information. vii. Placing reasonable restrictions upon physical access to records containing Protected Information and UC Information Reso urces and requiring storage of such records and data in locked facilities, storage areas or containers. viii. Restrict physical access to any network or data centers that may have access to Protected Information or UC Information Resources. ix. Requiring regular monitoring to ensure that the comprehensive Information Security Plan is operating in a manner reasonably calculated to prevent unauthorized access to or unauthorized use of Protected Information and UC Information Resources; and upgrading information safeguards as necessary to limit risks. x. Reviewing the scope of the security measures at least annually or whenever there is a material change in business practice s that may reasonably implicate the security or integrity of records containing Protected Information and of UC Informat ion Resources. xi. Documenting responsive actions taken in connection with any incident involving a Breach, and mandating post -incident review of events and actions taken, if any, to make changes in business practices relating to protection of Protected Information and UC Information Resources. Computer System Security Requirements To the extent that Supplier electronically stores or transmits Protected Information or has access to any UC Information Reso urces, it will include in it’s written, comprehensive Information Security Plan the establishment and maintenance of a security system covering its computers, including any wireless system that, at a minimum, and to the extent technically feasible, will have the following elements: A. Secure user authentication protocols including: i. Control of user IDs and other identifiers; ii. A secure method of assigning and selecting passwords, or use of unique identifier technologies, such as biometrics or tok en devices; iii. Control of data security passwords to ensure that such passwords are kept in a location and/or format that does not comp romise the security of the data they protect; DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 22 | 27 iv. Restricting access to active users and active user accounts only; and v. Blocking access to user identification after multiple unsuccessful attempts to gain access or the limitation placed on access for t he particular system. vi. Periodic review of user access, access rights and audit of user accounts. B. Secure access control measures that: i. Restrict access to records and files containing Protected Information and systems that may have access to UC Information Resources to those who need such information to perform their job duties; and ii. Assign unique identifications plus passwords, which are not vendor supplied default passwords, to each person with computer access, which are reasonably designed to maintain the integrity of the security of the access controls. C. Encryption of all transmitted records and files containing Protected Information. D. Adequate security of all networks that connect to UC Information Resources or access Protected Information, including wire less networks. E. Reasonable monitoring of systems, for unauthorized use of or access to Protected Infor mation and UC Information Resources. Revised ATTACHMENT D – UC APPENDIX ECOMMERCE DATED 9-19-17 (UC Specific) This Electronic Commerce Appendix specifies the electronic commerce requirements applicable to Supplier in providing the Good s and/or Services. SECTION 1 - GENERAL TERMS Each UC Location offers an electronic web-based purchasing and catalog system to facilitate the purchase of Goods and/or Services from UC suppliers. UC Locations’ eProcurement systems currently are provided by two suppliers. This Appendix sets forth the t erms and conditions that will govern Supplier’s sale of Goods and/or Services through UC’s eProcurement systems. SECTION 2 - DEFINITIONS Catalog(s) refers to the list of detailed product information, agreement pricing, manufacturer part numbers and/or service descriptions relating to the Goods and/or Services to be offered either as a Pu nch-Out Catalog, a Hosted Catalog or in a combination. This may include the creation of multiple Hosted Catalogs. EProcurement and eCommerce are used interchangeably to mean UC’s electronic web-based purchasing and catalog systems. Each UC location has a branded eProcurement site. Go Live Date means the date on which a Catalog will be active. Hosted Catalog means a Catalog that is a properly formatted computer file supplied to all UC Locations through the Locations’ respective eProcurement systems. Order means a purchase order for Goods and/or Services placed by a User through an eProcurement system. Order Data means all data and information relating to Orders, including, without limitation, the specifics of a given transaction. Punch-Out Catalog means a Catalog, hosted by Supplier on Supplier’s Site. Users may access this Punch -Out Catalog via an internet link provided by Supplier to UC that redirects a User from the campus eProcurement site to Supplier Site. The Punch -Out Catalog will permit: (a) Users to access the Supplier Website when a User selects the Punch-Out Catalog; (b) User to create an Order through the eProcurement sites; and (c) UC eProcurement sites to forward an Order to Supplier for confirmation and Order processing along with Order status inquiry. Supplier Mark means Supplier’s name, trade name, and/or trademarks, service mark, or any derivation thereof. Supplier Site means an internet site operated and maintained by Supplier that has been made subject to this Appendix. UC Mark means UC’s name, trade name, and/or trademarks, service marks, or any derivation thereof. User means an individual authorized by a UC location to use an eProcurement system. SECTION 3 – RIGHT TO USE UC grants to Supplier the right to sell Goods and/or Services to UC through the eProcurement systems. Supplier will be responsible for any cost of operation or dispute with regard to its interface with UC’s eProcurement systems. SECTION 4 – ESTABLISHMENT/MAINTENANCE OF CATALOG; SITE RESPONSIBILITY; LICENSE (a) Establishment and Maintenance. The parties agree to electronically link the functionality of their respective systems, using commercially reasonable efforts. Supplier will provide its Catalog(s) to UC in a file format that will interface seamlessly w ith UC’s eProcurement systems. These Catalog files will be in compliance with each UC Location’s eProcurement system and Order Data wi ll be transmitted according to the appropriate cXML or xCBL standards as the case may be. For Hosted Catalogs, Supplier must provide DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 23 | 27 UC with updated versions of the Catalog file with, at a minimum, full descriptions and images that Supplier currently utilize s for items offered in its proprietary websites and Punch-Out Catalogs. The parties will update each other regarding eCommerce specifications as needed from time to time. Supplier must notify UC’s Contract Administrator at least three (3) weeks in advance of the proposed Go Live Date if it will be requesting additions, deletions or modifications to the Catalogs. After such ad vance notification, Supplier must provide UC with Catalog files containing the requested additions, deletions or modifications with no less than the lead time directed by UC’s Contract Administrator; provided, however, that for all Catalogs that Supplier requests to have a January 1 Go Live Date, Supplier must submit proposed files no later than December 1. Upon UC’s approval of the new Catalog file, Supplier will make the updated version o f the Catalog file effective on the Go Live Date on which UC and Supplier agree. If UC rejects a Catalog more than once because it does not meet UC’s acceptance criteria, the Contract Administrator will suspend Supplier’s price/content change until the date of Supp lier’s next contracted change. If there is a conflict between a price in a Hosted Catalog and a Punch-Out Catalog, UC will be invoiced at the lower price. If the price discrepancy is due to UC’s failure to timely update a Hosted Catalog, Supplier may charge the higher price and UC will work w ith Supplier to rectify the problem as quickly as possible. All Supplier-provided pricing in any Catalogs, whether Hosted or Punch-Out, will be inclusive of all shipping, handling, fees and charges of any sort, except applicable taxes. Supplier is responsible for providing UC with Catalogs that contain accurate pricing and data in accordance with the Agreement. If UC determines there are errors in the pricing or data attributes of a Catalog, UC will notify Supplier of those errors in writin g and reject the Catalog. Supplier will have no more than ten (10) business days to review and correct the errors. Supplier agrees that UC may block customized Catalogs at the SKU and/or category level. UC’s Terms and Conditions of Purchase state that the Goods and/or Services must be exact ly as specified in the Agreement. For the avoidance of doubt, this means that Supplier may not, without UC’s prior consent, substitute items, change SKU numbers or cha nge the number of items in a package in any Catalog. (b) Site Responsibility. Except as otherwise set forth herein, each party will be responsible, at its own expense, for: (i) developing, operating and maintaining its website; (ii) acquiring and maintaining its server hardware and software (or obtaining third -party hosting services) for its website; and (iii) maintaining Internet connectivity. (c) License. Supplier hereby grants to UC, at no additional cost, a limited, non -exclusive, royalty-free right to link to and access the Supplier Site from the eProcurement sites, subject to the terms and conditions herein and solely for the purpose of permitting Users to access the Services. All Supplier Marks will remain the sole property of Supplier. SECTION 5 – USER SUPPORT (a) UC Duties. Each UC Location will provide its Users with initial contact and system support assistance on all functionality and use issues for eProcurement (including links to the Supplier Site). When known, UC will promptly notify Supplier of any such issu es relating to the Catalog, the Supplier Site and/or other Supplier materials/systems. (b) Supplier Duties. Supplier will provide all customer support relating to the Catalog, Supplier Goods and/or Services and Supplier Sites in a manner consistent with the customer support that Supplier provides to other customers, and at least as good as the customer support that Supplier provides to customers who are purchasing through means other than websites. SECTION 6 – PROPRIETARY RIGHTS UC’s Terms and Conditions of Purchase contains provisions regarding the parties’ rights and responsibilities with respect to intellectual property relating to the Goods and Services. Without altering those provisions, the parties additionally agree as follows. UC may require Supplier to “brand” Supplier’s Punch-Out Catalog with one or more UC Marks. If UC requires Supplier to utilize one or more UC Marks on Supplier’s Punch-Out Catalog, UC will provide the appropriate artwork and such artwork will be deemed to have been provided with a limited, non-exclusive, non-sub licensable right for Supplier to use it solely for the purpose of a UC -branded Punch- Out Catalog hosted by Supplier and subject to the following terms: Supplier may not make any additional use of the UC Marks without UC’s prio r written approval. Supplier’s use of the UC Marks in the Punch -Out Catalog must acknowledge UC's ownership of the UC Marks. Supplier will include all notices and legends with respect to UC trademarks, trade names, or copyrights as may be required by appl icable trademark and copyright laws or which may be reasonably requested by UC. Supplier agrees not to claim any title to UC Marks or any right to use UC Marks except as permitted by this Appendix. Upon termination of this Appendix or the Agreement, all ri ghts to UC Marks conveyed by UC to Supplier will cease and Supplier will destroy or return to UC all media with UC Marks. UC specifically reserves any and all rights to UC Marks not specifically granted to Supplier. Supplier grants to UC the right to use Supplier's trademarks, logos, trade names, and service marks for the purpose of promoting UC eProcurement sites to the UC community. UC acknowledges Supplier's right, title and interest in and to Supplier’s Marks and Supplier’s exclusive right to use and license the use of Supplier Marks and agrees not to claim any title to Supplier Marks or any right to use Supplier Marks except as permitted by this Addendum. UC will include all notices and legends with respect to Supplier tradema rks, trade names, or copyrights as may be required by applicable trademark and copyright laws or which may be reasonably requested by Supplier. Upon termination of this Appendix, all rights to Supplier Marks conveyed by Supplier to UC will cease and UC will d estroy or DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 24 | 27 return to Supplier all media with Supplier Marks. Supplier specifically reserves any and all right to Supplier Marks not specifically granted to UC. The licenses granted in the previous paragraphs regarding UC Marks and Supplier Marks are subject to the ongoing approv al of the party owning the respective trademarks, logos, trade names, or copyrights. Such ongoing approval includes the ability to term inate – at any time, for any reason, and in the sole discretion of the owner of the respective trademarks, logos, trade n ames, or copyrights – the trademark licenses provided in the preceding paragraphs for any particular trademark, logo, trade name, or copyrighted wo rk without necessarily terminating this Appendix. Each party agrees not to take any action that will adversely reflect upon or damage the goodwill, reputation, or the brand value of the other party. Each party further agrees not to take any action that is inconsi stent with the other party’s ownership of the respective trademarks, trade names, or copyrights. At al l times (including following termination of the Agreement), Supplier agrees to comply with Section 92000 of California’s Education Code. (a) Grant of License. Supplier hereby grants UC a non-exclusive, royalty-free: (i) license to use, copy, transmit, and display the Catalog, any information contained therein and the Supplier Marks for the purposes of permitting Customers to access information about and order Supplier Goods and/or Services from a Catalog and (ii) if Sup plier is using a Punch-Out Catalog, right to link to and access the Punch-Out Catalog on the Supplier Site, for the purposes of permitting Customers to access the Supplier Website and permitting Customers to order Supplier Goods and/or Services. (b) Modifications. UC will not modify or remove any of the proprietary rights markings in the Catalog. UC will not modify the Catalog, except as supplied by Supplier. UC will not make any representations or warranties, or provide any information, to any third party regarding any Supplier Goods and/or Services (including, but not limited to, any representations or warranties of any informa tion regarding availability, delivery, pricing, characteristics, qualifications or specifications thereof). If UC believes in goo d faith that any Supplier information does not conform to the requirements of the associated UC Agreement or this Appendix, UC will be entitle d to withdraw the Catalog from UC eProcurement sites. In such a case, UC will promptly notify the Supplier of the actions it has taken and will work with the Supplier promptly to resolve UC’s concerns. When UC’s concerns are satisfactorily resolved, UC will prompt ly restore the Catalog, if appropriate. UC will have no liability to the Supplier or anyone else for exercising these rights. (c) Acknowledgment. Each party acknowledges that the technology embodied in the other party’s Site may be based on patented or patentable inventions, trade secrets, copyrights or other intellectual property or proprietary rights (“Inte llectual Property Rights”) owned by the other party and its applicable licensors. (d) UC Rights. As between the parties, UC will be the sole owner of – or, with respect to any items licensed by UC, will retain all rights to – UC eProcurement sites and all Intellectual Property Rights associated with UC eProcurement sites, including any modifications, updates, enhancements or upgrades to any of the foregoing, as well as any Order Data generated or collected on such Site (col lectively, the “UC Materials”). Except as provided herein, Supplier may not copy or use in any way, in whole or in part, any UC Materials without UC’s prior written approval. Any permitted copies of such property, in whole or in part, alone or as part of a derivative wor k, will remain UC’s sole property. Supplier agrees to reproduce and include UC’s copyright, trademark and other proprietary rights notices on any permitted copies of UC Materials including, without limitation, partial copies and copied materials in derivative works. Supplier will not copy or reproduce any third-party copyrighted or trademarked materials, which appear on or are otherwise associated with any UC eProcurement site without UC’s prior written consent. SECTION 7 – MULTIPLE SUPPLIERS Supplier acknowledges that all UC eProcurement sites are intended to facilitate Users’ ability to obtain Goods and/or Services from more than one supplier. Nothing in this Appendix will be construed to prevent UC from entering into similar agreements with a ny third parties including, without limitation, suppliers that may be in competition with Supplier. SECTION 8 – WARRANTY DISCLAIMER UC does not warrant that access to UC eProcurement sites will be uninterrupted or that the results obtained by use of UC eProcurement sites will be error-free. SECTION 9 – DISPUTES AND CHANGES IN THE SERVICES (a) UC and Supplier agree to negotiate in good faith to resolve problems, questions and disputes. (b) Where improvements and clarifications can be made in the business processes related to eProcu rement, both parties agree to incorporate such changes as long as they are mutually agreed upon. ATTACHMENT E – DEFINITIONS General Broad Line Manufacturer/Qualified Supplier – a Manufacturer who can supply the required services and is able to provide their manufactured product covering a minimum of (but not limited to) the five (5) main/mandatory categories of Office Furniture (S ystem, Seating, Storage, Free Standing Furniture, and Tables) which meet RFP specifications (including UC Minimum Sustainabil ity Requirements and Ergonomic Requirements). DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 25 | 27 Dealer or Dealer Service Network Provider - Subcontractor and/or provider of goods and services on behalf of Manufacturer such as furniture, furniture design, layout design, workspace planning, showroom demons tration, warehouse storing, delivery, installation, customer service, invoicing, payment collections, credit card processing, etc. Design - Major Revision - A major revision is defined as any modification in which an excess of 30% of the design is revised . High Volume Tier – Dollar amount of product purchased, which exceeds predetermined discount off list pricing and therefore qualifies for negotiated pricing; all such pricing tiers to be found within Exhibit A of Statement of Work. Project Management - Enhanced professional services through a Dealer authorized representative. Dealer authorized representative provided under the Agreement will provide project management services, in which many segments of a project must be professionally coordinated and well-orchestrated by a project manager or team and proper oversight must be maintained and milestones must be adhered to. Punch List -A term used to describe an inventory list of all corrections, additions, or deletions to an Installation or project which requires an action on the part of the Supplier, to be completed. The Punch list will detail the point of acceptance, rejection or remedial action necessary for any product. Includes, but not limited, to missing, damaged, mistakenly -shipped or incorrect installation parts, components, or whole pieces of furniture as directly related to the original purchase order. Reconfiguration -A term used to describe the process of disassembly, re-assembly and possible relocation and redesign of existing furniture systems. Services - Refers to all services provided by the Dealer, including "Value-Added" services, and "Per Hourly-Rate" services as noted within and Attachment A – Statement of Work. Supplier – Manufacturer and Primary Contracting Entity, as represented by its Dealers/Authorized Dealer Services Network and its other business entities within its supply chain for the purpose of proposing goods and services under this RFP, as a single c ontracting entity. The term Supplier, therefore, is used interchangeably with Manufacturer, Seller, Dealer, Designer, Installer, or any supply chain entity the Supplier proposes to carry out its duties and obligations in answer to this solicitation. Value-Added Services - Includes all enhanced professional services, such as design and installation, provided by Dealer. Waste Removal/Removal of Debris- Refers to the removal all packaging materials from the University premises by the Dealer at the time of delivery and Installation and recycled or disposed of in accordance with UC’s Sustainability Policy Furniture Items Definitions Exclusions to below – Any “Product listed or registered with FDA as a medical device or a furnishing that meets a specific clinical requirement for UC clinicians.” Paneled Systems - Pre-fabricated paneled workstations or cubicle office. Includes panels, desk, storage, filing work surfaces, cabinetry, accessories, etc. Task Chair: A task chair is a chair designed for the completion of work tasks that need to be performed while sitting, including paperwork, phones, computer work, or other tasks. A task chair should provide users with an adjustable, stable sea ting surface that supports the spine, promotes dynamic movement, and can be adjusted to fit a majority of people. All task chairs shall follow the guidelines of Exhibit E of SOW. CSA- Z412, Guideline on Office Ergonomics, page 161 Task Chair: A task chair is a chair designed for the completion of work tasks that need to be performed while sitting, including paperwork, phones, computer work, or other tasks. A task chair should provide users with an adjustable, stable seating surfa ce that supports the spine, promotes dynamic movement, and can be adjusted to fit a majority of people. All task chairs shall follow the guidelines of Exhibit E of SOW. CSA- Z412, Guideline on Office Ergonomics, page 161 DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 26 | 27 Side Chair: A side chair is a chair designed for short-term sitting (i.e. guest chair) and is not designed to be used during work tasks. A side chair usually has a fixed seat height, seat angle, and backrest, and it may or may not have arms. The minimum weight cap acity is 250 pounds. ANSI-BIFMA x5.1-2002 Desk/Work Surface: A desk/work surface is a piece of furniture with a surface designed to allow the user to complete their work tasks. Work tasks can include but are not limited to reading, writing, and use of computers, telephones, calculators, and microscopes. Surfaces can be flat or angle adjustable (for example drafting tables). Work surfaces should be designed to support work equi pment and task materials while allowing adequate clearance, access, and suppo rt for the majority of users. Desks/work surfaces may be freestanding or part of a panel system which is secured to the wall or floor. All work surfaces shall follow the dimension an d height adjustability guidelines of Exhibit E of SOW. ISO 9241-5, Ergonomic requirements for office work with visual display terminals, page 9, 15 Storage: A piece of furniture designed to store items. Storage units shall meet the following requirements: Adjustment controls should be easy to operate from usual working positi ons and designed so they encourage correct use Drawers should be designed to prevent unintentional opening Drawers should not require undue force to open and close Drawers should not be able to be pulled out so they unintentionally fall Casters on mobile pedestal drawers should be chosen to match the floor surface where the pedestal will be used ATTACHMENT F – RFP (RFP-OFFICE FURNITURE - UC SYSTEMWIDE – JULY182019) See as separate Attachment ATTACHMENT G – SUPPLIER’S RESPONSE TO RFP, DATED 8-21-19 See as separate attachment DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B P a g e 27 | 27 DocuSign Envelope ID: 6EA2A94D-4C9C-4D2E-AC56-49EAB2A1249B 2-1-2020 Page 1 of 34 ATTACHMENT A - STATEMENT OF WORK KIMBALL OFFICE - AGREEMENT #2019.001896 This Statement of Work 6 dated May 20, 2020 between UC and Kimball Office Inc. 1. Title and Description of the Scope of Goods and/or Services Supplier shall offer a line of Office Furniture and related services; both meeting requirements of this Agreement to the University of California System-wide. These product lines must include the categories of Systems Furniture, Freestanding Furniture, Storage, Tables, and Chairs/Seating. Other categories may include Higher Education Classroom Furniture, Fixed Seating, Architectural Elements, Healthcare/Lab, Integrated Technology, Accessories and Technical Support, Outdoor Furniture, and other related categories as approved by the UC Procurement, Office of the President. Supplier, through this Agreement shall also offer a fully comprehensive product line and list of services to a national market, through OMNIA Partners, Public Sector /national product line is not limited by UC specific ergonomic and sustainability requirements. Related services, either directly or through a subcontracted dealer network; shall include (but are not limited to) all in accordance with Federal and State of California laws and the requirements of the UC as further detailed in the incorporated RFP, its responses, and below. 2. Implementation Supplier shall provide and execute an implementation plan which shall provide for an early National roll-out (with Webinar) and a phased plan UC rollout by November 1, 2020, inclusive of the items below: Campus Profile Development Campus Visits/UCOP Rollout Campus Training Marketing and Business Development Catalog development, aligning Price Discount List with lines/products n with UC Sustainability and Ergonomic Requirements Ecommerce Integration with Testing and Pilots (18mo from date of contract) Supplier Obligations Action Date relative to contract signature Notify our Four (4) Regional Government Sales Managers. They are the owners of the Omnia/UC contract for their respective regions. As the contract specialists, they would coordinate all training among the distribution Within 10 days Kimball Executive leadership and Omnia Executive leadership will communicate the new Omnia/UC national agreement contract though its website and direct communications to its sales teams and authorized distribution channel. As well as a press release to various trade publications Within 30 days Create power point and other types of communication that highlight new award and its changes. Create presentation and develop training schedule for all Kimball distribution channel. Review all existing opportunities and notify of new award and date Within 60 days Complete presentation and roll out to all Kimball Distribution channel. Develop tracking plan for new contract progress. Meet with Omnia and UC to review progress and activity. Within 90 days Action Contract Start - 11/01/20 2-1-2020 Page 2 of 34 Kimball will launch a soft roll out with the help of UC to all campus and participating agencies. Conduct a meet and greet with design, construction, facilities and department heads Create marketing materials for email, providing contact information Acquire names of design staff and facilities staff, calendar of campus vendor shows Prior to implementation date Introduction, by campus with service partners/Dealers Training at each campus with facilities, designers and procurement Post cards announcing new products and or custom designs completed Announcement in the major publications Joint community outreach with various campuses One campus per quarter to factory tour Joint research projects to improve the use of spaces and student engagement/success Seating labs, product display areas Integrate technology where appropriate with AV, VR, AR, etc. 9-28-20 -11/1/2020 UC ECOMMERCE Assign an e-commerce team lead/project manager specific to UC. Kimball would work with the UC System along with individual campuses to understand the priorities and develop a phased implementation schedule based on the priorities 1st Week Define a specific set of materials (including Options) Within 6 months: Create a punchout site and link to the e-procurement site of the client 1st 3 months Provide access and training to the dealer(s) who would service the ordering process. For an e- commerce program to be successful, training is of greatest importance. This training needs to happen conjunctly between the dealer and the campus. Communication and knowledge gained through a joint training program will allow Kimball to learn how best to support each campus and integrate seamlessly into their processes and business models. Within 9 months Testing/Piloting of the system to insure everything is operating properly Within 1st year UC Obligations Action Contract Start - 11/01/20 UC agrees to provide staff hours and expertise, as determined necessary by the UC, in order to assist with contract implementation and the required integrations with UC eCommerce systems; such efforts to include, but not be limited to: Contract Guidance Documents Prior to Roll-out Participation - Announcement Webinar Within 1 month of contract Launch marketing through UC internal newsletters Oct-20 Campus Roll-out Events Estimate 9/29/20 to 10/31/20 Collaboration of UCOP ECOE and P&C to achieve eCommerce integration Complete -18 mo. from contract Participation in the development and issuance of surveys Ongoing 3. Place(s) of Performance/Locations Services shall be provided nationally through OMNIA Partners, for public sector purchasing by Participating Agencies. UC, as Principal Procurement Agency, shall receive services for its locations which are described below; such locations to include any UC Locations added during the term of this contract: a. Ten Campuses - UC Berkeley, UC Davis, UC Irvine, UC Los Angeles, UC Merced, UC Riverside, UC San Diego, UC San Francisco, UC Santa Barbara, UC Santa Cruz b. Five Medical Centers UC Davis, UC Irvine, UC Los Angeles, UC San Diego, UC San Francisco c. The UC Office of the President A central system-wide headquarters with offices primarily located in Oakland and Sacramento, California, and teaching/administrative offices in Washington, D.C. 2-1-2020 Page 3 of 34 d. The Division of Agriculture and Natural Resources Comprised of over 60 local offices and Research and Extension Centers located throughout California, and County Cooperative Extension offices. e. UC Hastings College of Law f. Lawrence Berkeley National Lab, which is owned by the Federal Government, but managed by the University of California. g. Lawrence Livermore Lab and additional centers and offices as further detailed at: http://www.universityofcalifornia.edu/uc-system/parts-of-uc h. Any awarded Agreement(s) will be available to all current and future locations of the University of California and its Affiliates. i. 4. Key Personnel NATIONAL PROGRAM - Dealers/Subcontractors authorized to provide Goods and/or Services nationally, under this SOW, can be found at https://www.kimball.com/contactus/all-dealers/. UC PROGRAM - Dealers authorized to provide services to the UC are listed in Exhibit F to this Statement of Work. Dealers may be added or deleted, at request of Kimball International over the lifetime of this Agreement.. is listed below, is subject to UC approval, and has overall responsibility for managing the UC/Supplier relationship. If this does not include National Contract, please list in next section: Name Wendy Schnarr TITLE: Public Sector Sales Manager Email Wendy.schnarr@kimball.com Phone 812-631-2995 Address 512 Balsam Dr. Euless, TX Team is: Name Lisa Carter TITLE: Vice President, Sales Email Lisa.carter@kimball.com Phone 703-975-3329 Address 1130 Connecticut Ave. NW Ste 1150 Washington DC Name Vikki Gibbs TITLE: Director of Sales, West Email Vikki.gibbs@kimball.com Phone 303-396-4581 Address 5280 E. Caley Ave. Centennial, CO Name Haley Rosenkranz TITLE: Strategic Sales Manager Email Haley.rosenkranz@kimball.com Phone 812-482-6468 Address 1600 Royal St. Jasper, IN Name TBD TITLE: State Contract Specialist Email Phone Address 1600 Royal St. Jasper, IN Project Mangers: Contract Implementation & Rollout for UC Locations Yvonne Macon, Contract Administrator Yvonne.Macon@ucop2022 eProcurement Implementation Lia Scott liascott@ucdavis.edu & Terese Merrell Terese.Merrell@ucop.edu Sustainability Reporting, Stephanie Lopez stephanie.Lopez@ucop.edu & Heather Perry heather.perry@ucsb.edu CSR Assessment, (EcoVadis), Gap Analysis, and Improvement Planning Stephanie Lopez stephanie.Lopez@ucop.edu & Yvonne Macon 2-1-2020 Page 4 of 34 5. Reporting Requirements Supplier will provide, at a minimum, periodic reports detailing usage and spend by location, incentives and remittance data, and UC required sustainability data (UC Specific). Supplier agrees to provide other reports to UC, as reasonably requested by UC during the Term of the Agreement and any extension(s) thereof, at no additional cost. Supplier shall use UC provided templates if available. Reporting periods and requirements, specific to the UC, are provided in Exhibit D: 6. Assumptions and Exceptions (This section is specific to UC) This Agreement is one of three Broadline Awards made as a result of RFP ## 001218 - RFP - OFFICE FURNITURE - UC SYSTEMWIDE JULY182019 and includes the categories (without minimum purchase volumes) and services, stated in Section 1. UC additional requirements, restrictions, or exceptions are listed below and are considered to apply, only to the UC: A. Any previously established ergonomic contracts with targeted awards in the areas of task chair, tall task stools, height adjustable worksurfaces, and work tools (monitor arms, keyboard trays). B. Goods and Services, purchased by a contractor, awarded business through the UC Construction Bidding Process, are not included in this scope of work, unless the following criteria are met: 1. Use of contract(s) are specified, as a requirement or option, within the Construction RFP documents; such use to benefit the UC project only and to be validated by protocols established by the campus or within those documents. 2. For tracking purposes only, the UC Procurement Contract Administrator, shall be notified of construction usage when purchases made by contractors (general or sub) are high volume =>$400K and purchased for construction RFP projects (not a solicitation by Campus/UCOP Procurement & Contracts). C. Architectural Elements are included (if offered by Supplier) in this scope of work, however Demountable Walls height wall product , ordered against this Agreement through standard/non-construction channels (e.g. PO or P-card process) will be subject to order restrictions. The below approvals must be obtained in writing and submitted by UC department or Buyer, to Supplier/Dealer prior to an order being placed by a Dealer to a manufacturer. Supplier will obtain and record email approvals. These shall be attached to final campus POs. 1. Campus Fire Marshall (or equivalent, if none exists) 2. Design & Construction Management (PM or Management) or Facilities Management (Director or Associate Director) D.Spend directed to Small Businesses, deemed necessary by the UC Location to meet any federal, state, agency, etc. program requirements. E.Supplier will complete CSR Assessment with EcoVadis, within 90 days of Contract signing for purpose of establishing a baseline, ts, or is above the average score for that category of business, they will not be required to reassess until the contract is reviewed for extension (first Option Year of the contract after the Initial Term of four (4) years. F. Supplier will complete Foam Ban Exemption Form within 1 month (30 days) of contract signature. Per Exhibit C requirements, it has been established Supplier is not currently in compliance with the UC Sustainable Procurement Policy, as it pertains to avoidance of Foam Packaging. As such, they have/will complete an exemption form for these non-compliant practices and included a process and target report. The form will be reviewed and revised per accomplishments, prior to any annual systemwide business reviews, as further described in Section 9.B and Exhibit C of this document. The form with table, represent current work and testing that are part of the ongoing efforts by Supplier to meet these requirements and includes a target date for meeting them. If not fully compliant by that date. Supplier will apply for an exemption for review, planning, and approval of the remaining non-compliant item(s). 7. Service Level Agreement (This section is specific to the UC) A. During the Term of the Agreement, and any extension(s) of the Term, Supplier will provide services herein, meeting qualitative standards, as shown below, within the following response times: national also (Wendy will check) Response Times Response time to return call to clients within 24 hours (Fri. would be Mon.) Response time to visit clients* within 3 business days 2-1-2020 Page 5 of 34 Initial design completion and quote meeting within 10 business days from initial (or 1-2 wk.) Quote for project within 5 business days (sm) 10 days (lg.) Final design to ready order quote within 2 business days PO (from UC) to acknowledgement within 3 business days Standard delivery standard shipping and delivery 4-5 weeks Non Standard delivery non-standard shipping & delivery 6-10 weeks Incidental non-assembly items deliver 3 business days after receipt of items Items needing assembly or for projects deliver and assemble 7 business days (sm) and 10 business days (lg.) after receipt by Dealer Storage 30 business days free Returns/Restocking (UC error)** 20 business days from date of delivery to customer (see above Damaged/Returned product for Supplier error) Pick-ups within 2-3 business days Credits/Claims within 5 business days from pick-up Requests for reports within 10 business days Punch list development* within 2 business days after installation walk thru Punch list closure* within 30 (or 10) business days after both parties agree as to responsible party *Punch List--a term used to describe an inventory list of all corrections, to an installation or project which requires an action on the part of the manufacturer and/or its Dealer, Installer, etc., to complete. Includes, but not limited, to missing, damaged, mistakenly-shipped or incorrect installation parts, components, or whole pieces of ergonomic equipment as directly related to the original purchase order. **Restocking - All returns of conforming product, if qualified, are subject to a 50% restocking fee. items (stocked inventory not made to order) may be returned under this provision. SEE 9.F. for Returns of non-conforming goods The minimum service standards set forth above recognize that occasional errors are likely; however, Supplier further agrees to use its best efforts to achieve 100% of service levels. Should the service levels fall below the minimum standards and Supplier/Dealer must take corrective action within fifteen (15) days following UC written notification. When failure to correct is the fault of Dealer, UC reserves the right to terminate service with a Dealer and to require service be provided (where available) by a different authorized Dealer. Mutually acceptable arrangements will be made for completion and payment of existing orders. Any repeated failure by Manufacturer/Supplier, shall be handled per Section 2 of Master Agreement. 8. Pricing A. ich varies according to delivery or services included. Specific pricing and pricing terms are detailed in the Pricing Exhibit(s). B. Services included in this Agreement, are priced in two ways; 1) as a iscount off List ; 2) as Services Rates priced hourly/separately per service and to be rendered in conjunction with Drop Ship Orders. Both forms of Pricing are provided within Exhibits A & B and detail service deliverables. Note: Services for this category of goods, may require the payment of prevailing wage rates. Prevailing Wage installation is quoted separately and rates vary by region. C. Delivery, Basic Installation, and Complex installation, as captured within Discount Packages, reflect a rate for delivery with loading dock and elevator access. There may be an additional charge (to be quoted) where no loading dock and/or elevator access is available, thereby impacting the estimated delivery time -Subcontractors will the scheduled delivery. Except as noted above, there shall be no separate or additional charges, fees, handling or other incidental costs for products following any contract award. Noted exception are surcharges, separate and allowable, when offsetting government imposed tariffs D. Volume Pricing Pricing within Exhibits, includes Volume Discounts. As indicated on this Exhibit, the UC may negotiate pricing on cost is in excess of the pre-determined discount levels/tiers reflected on Exhibits A & 2-1-2020 Page 6 of 34 B to this Agreement for Office Furniture Products. These orders (Negotiable Tiers) are defined as "high-volume" orders. NET is defined as the estimated List-value of the entire order, less discounts, and includes all service fees and expenses, excluding taxes." E. In addition to volume pricing offered by Supplier during the Contract term, a Supplier may conduct sales promotions involving price reductions for a specified lesser period. Supplier may offer Participating Agencies/UC competitive pricing which is lower than the not-to-exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. 9. Program Requirements A. General a. There shall be no minimum order requirements (quantity, dollar size, etc.). b. Manufacturer must have a Dealer/Distribution network in California and/or direct support having the capacity to deliver and install products for UC systems, meeting UC requirements. c. Manufacturer must have a nationwide Dealer/Distribution network having the capacity to deliver and install products nationwide, with some regional exceptions. d. Furniture purchased from Manufacturer and/or Dealer(s) must meet federal, state, regional and local standards and regulations, including, but not limited to: Occupational Safety and Health Administration (OSHA), Business and Institutional Furniture Manufacturers Association (BIFMA) acceptance test levels, Underwriters Laboratory (UL) requirements, Americans with Disabilities Act (ADA), etc. and; current BIFMA standard: https://www.bifma.org/page/StandardsShortDesc e. Manufacturer and/or Dealer must be in full compliance with specific building and fire code restrictions on all jobs. f. Manufacturer/Dealer shall agree to follow protocol (to be established), and to receive authorization prior to orders being placed for Demountable Walls and Fixed Seating (UC specific) B. Administration (This section is UC Specific) Supplier shall provide the following program administration functions to UC: a. Project Manager to coordinate program implementation (see implementation Plan). b. Account Management for on-going contract monitoring and maintenance c. On-site sales representation on a regular basis to increase sales activity, assist in resolving problems, demonstrate new products, handle returned goods and provide other customer services as required for the efficient operation of the program . d. When requested, meetings between account manager(s) and UC Purchasing Departments to discuss previous activities and resolution of any open issues. e. Supplier shall meet with UC/UCOP for Regular Business Reviews to review contract usage and effectiveness, discuss current Services offerings and provide suggestions and discussion for continuous improvement in Services efficiencies, and to ew, the Supplier must provide pertinent performance and management reports detailing a wide range of information related to this Agreement at both the UC-wide level and breakdowns for each individual UC location. At least once annually, provide Power Point presentation including (but not limited to) the below: Sales Data for UC System Fiscal Year to Date (beginning July 1). Fiscal Year to Date for the previous year. Last 12 month spend. Last 12 month spend for the prior year. Company or Dealer updates/changes Sustainability Outreach and Projects SLA Scorecard and Issues Product changes and new lines f.Conduct quarterly business review meeting with each UC location, providing information, as requested. (UC specific) 2-1-2020 Page 7 of 34 g. Keep the contracting departments/customers apprised of any quality issues including recalls, upgrades and product warnings that may affect product performance h. A Supplier is required to provide reports (as noted in Section 5 and on Exhibit D) as reasonably requested by UC during the term of the agreement at no additional cost to UC. (UC specific) C. Ecommerce and Related Invoicing/Settlement (This section is UC Specific) a. Integration Requirement: EProcurement Integration is a requirement of this Agreement and must be accomplished within 18 months of contract signing. E-commerce technology is utilized at each of the UC locations. Attachment D of Master Agreement - Appendix eCommerce, details requirements. Supplier and UC shall cooperate in good faith to make available to -Commerce platform when ordering Products. Supplier is required to provide (or continue to provide) an acceptable integrated solution to the e-Commerce systems deployed in the UC system within the first 18 months of contract. b. E-commerce Platform Orders: - out catalog housed in the UC E-commerce system(s). The catalog offerings will include all charges (exclusive of sales tax), including installation/assembly services where applicable. Implementation required within 18 months of contract signing. Note: National Participating Agencies have the option to enter into an e-commerce platform order solution on a per agency negotiated basis. c. Quote Functionality: defined as the ability for a customer to request quotes from a dealer and then retrieve them from their e-procurement site to auto-populate a UC PO. Does your platform currently support the ability for a customer to request a quote from a dealer that can then be retrieved, by the customer, through your punchout catalog to populate a Shopping Cart? Please describe your functionality. d. Paperless Invoicing: This is a requirement of this Agreement. Supplier will be required (within 18 months of contract signature) to transmit their invoices electronically in a format that can be imported into various e-commerce and financial systems; cXML and EDI are the preferred invoice transmission methods although a Supplier may elect to utilize an e-invoicing service (e.g. Transcepta or Docufree), which allow the supplier to upload invoice data by multiple methods, including e-mail or direct data entry, for final transmission to a campus in their preferred electronic method. e. Payment Type: irtual card (PaymentPlus, administered by US Bank) or procurement card (including ghost card for eCommerce), which includes a processing fee. Through these programs, the University of California can extend NET terms, which means that remittance will be transmitted immediately following full approval of an invoice. With PaymentPlus, suppliers receive email remittance information and are able to retrieve a one- time credit card number for the amount of the remittance. Suppliers can utilize their own point of sale solution, or can receive remittance through US Bank at competitive interchange rates. Alternative payment methods for the University include PaymodeX, EFT or paper check, with varying discounts and net terms offered. Note, some federally funded projects may have additional constraints on providing payment within 30 days. f. Established Delivery Dates: An acceptable installation date will be established in writing by mutual agreement of Buyer, Supplier and Manufacturer (s) (example: date on PO satisfies this) at the time of order placement. Supplier must receive a complete and accurate order from Buyer, requiring no clarifications or changes prior to the agreed-upon installation date. To the extent, however, Supplier fails to accurately and completely spe order(s) with Manufacturer, Supplier shall bear liability for damages incurred by Buyer related to such failure by Supplier and liquidated damages may apply (see Item 12). D. National Program a. Manufacturer/Suppler must complete and maintain the required contract documents, reporting and/or other responsibilities as required by OMNIA Partners, and detailed in referenced RFP. b. Manufacturer/Supplier must have a nationwide Dealer/Distribution network having the capacity to deliver and install products nationwide, with some regional exceptions. E. Product Requirements a. Required Product Categories (as defined within Attachment E of Master Agreement and Section 1 above) Suppliers are required to provide sufficient product in the below categories; all as subject to Ergonomic requirements as listed on Exhibit E and Sustainability Requirements, as listed in Exhibit C. (UC Specific). Panels and Desks/Work Surface (Adjustable and Fixed) 2-1-2020 Page 8 of 34 Storage Freestanding Seating (task, side, conference room, and stackable, but NOT lab, lounge or lobby) Tables Conference (tables, training table, occasional tables , hgt. adjustable tables, other) b. Product Purchase Restrictions (UC Specific) - A Supplier should note, there will be special processes put in place surrounding garnered prior to an order being placed. Any awarded Supplier will be required to abide by this process. c. Parts Sales A Supplier must offer offer/sell parts for your products to use in UC, and Participating Agencies, in-house repairs. A Web catalog or (acceptable alternative) must be supplied. d. New and Discontinued Products 1. Supplier(s) must communicate and make available any special product promotional offers as requested. A system to communicate promotions shall be established during the contracting phase of this process. 2. New Products - The UC recognizes that products and product line additions to the selected Supplier to occur during the life of this contract. The UC will consider these additions as enhancements. Additions will be considered under the following methods: Products will be categorized with similar products or product lines into existing market commodity codes/product line families previously defined and agreed to by the UC with respect to the discount structure, net price, or total cost of the product. 3. In the event the selected Supplier(s) add a new specialty product line which represents product(s) that are substantially different from the products or brands represented in the existing market commodity codes/product line families, the UC and the selected Supplier(s) may enter into negotiations to establish a discount structure, net price, or total cost for the product(s) if the UC agrees that the product(s) are not covered under an existing market commodity code/product line family. Pricing must be competitive in order to add into the contract. The selected Supplier(s) will provide appropriate documentation to support its position for special pricing. Negotiations must be completed prior to any purchase orders being processed. In the event the UC and Supplier cannot come to agreement the UC may at its sole opinion conduct a separate formal bidding process. 4. Supplier -advance of any products being discontinued wherever possible. e. Cabling - All Manufacturers of cabling products, must comply with Technology Industry Association (TIA-569-C-2012) standards for cabling raceway and data equipment outlet openings. f. Warranty products. Note an exception for upholstery, which must have a minimum warranty of 3 years. g. Surcharges and/or Tariffs of any resulting contract. A supplier may request temporary surcharges for newly levied tariffs affecting their global supply chain, either directly or indirectly impacting most/critical materials, whether it is finished goods or directly imported materials, or raw materials that their suppliers must purchase from China for use in their production process. Any such charges must be substantiated through appropriate documentation prior to the approval process beginning. Approved charges will be considered as temporary, with the expectation of removal or reduction in accordance with removal or decreases by the government. h. FOB - F. Services a. Specific Delivery, Installation & Service options, have been detailed for the UC System and National Accounts. These required services are shown separately and/or aligned with a Supplier unts off List and are found on Exhibit A and B. b. Prevailing Wages Supplier understands that Prevailing Wage requirements apply to this contract, as detailed in Master Agreement, Section 10 Prevailing Wages c. Customer Satisfaction and Service Standard Metrics (UC Specific) - Supplier will be responsible for product satisfaction. Supplier(s) will act as a customer advocate and coordinator for communications with the dealer that is responsible for performance and problem resolution. Supplier(s) responsibility for support continues even if the Supplier discontinues selling a product to the extent that resolution is possible. Suppliers must take necessary actions with dealers to reduce, minimize and prevent stock-outs of product (i.e. backorders), and to ensure that promised lead-times/ship dates/arrival dates are accurate. Customer satisfaction will be a determining factor in measuring Supplier(s) performance. Supplier and UC jointly will on a routine basis conduct and monitor customer satisfaction with a formal survey process. Results and feedback will be published on a regular basis in a format to be developed. Supplier and/or Dealer shall provide Toll-free number for assistance in order placement and focused customer service team for the UC. 2-1-2020 Page 9 of 34 1. Each Location has means to determine their internal level of customer satisfaction and if dealer is meeting Materiel Manager and to UCOP to determine a mutually agreed upon corrective action plan to resolve the concern. If the service levels do not improve to the satisfaction of the University the issue may ultimately result in termination of the agreement. d. Ship to and Consolidation of Orders responsibility of the manufacturer and servicing dealer to achieve this in the most efficient manner. For incidental (non- project) orders, UC expects the servicing dealer to consolidate orders and deliveries in a manner such that multiple deliveries to the same campus on the same day should not be charged full freight for each individual item delivery. Servicing dealer shall track, receive, warehouse, and deliver the product to the jobsite and perform final inside deliveries to specific office, suite, work spac pricing shall be NET less sales tax. e. Storage: (UC Specific): First 30 business days of storage required shall be at no cost to UC or participating agencies. UC may require items to be in storage beyond 30 bus days and may be charged at rates not to exceed the charge listed on Exhibit B Discount and Service Pricing. Note: UC must be prepared to accept product within 10 days of shipment or UC must notify Dealer of its need to enact its option for 30 days free storage from the Dealer. The 30 days shall begin when product arrives f. Returns/Damaged product (UC Specific) - Products damaged, duplicated, incorrectly ordered by or incorrectly shipped by the manufacturer or dealer shall be replaced or picked up by the Supplier(s) within 2-3 business days after notification at no cost to the UC or participating agencies and thereafter a credit issued (if applicable) within five (5) business days to the satisfaction of the customer. There shall be no restocking charges or additional shipping charges, etc. for these items. If product has concealed damage due to carrier, Customer and/or Dealer has 15 days from delivery to file a freight claim with Supplier. g. Trade Fairs (UC Specific) - If requested a Supplier is expected to sponsor trade and/or manufacturer exhibit/product shows with each campus Materiel Management office. h. Training (UC Specific) - When requested, the Supplier(s) will provide in-- users regarding the Supplier Supplier shall participate in developing and delivering Web Training for same. i. Manufacturer/Dealer Documentation A Supplier must provide the following, free of charge; 1) documentation of existing architectural and electrical elements of product (anything that impacts furniture placement), 2) Data and electrical coordination, including Title 24 documentation, 3) Plans and 3D images in AutoCAD and PDF formats. j. Material Samples (UC Specific) - A Supplier must provide Material samples to customers, when requested. k. Seating Labs-Showrooms (UC Specific) - Supplier to work with locations to provide sample product/guidance for seating labs/showrooms for potential customers to evaluate. l. Delivery Delays. Supplier will report any delivery delay whatsoever to the ordering Location, as well as its cause, within two (2) hours after Supplier is able to reasonably determine there will be a delay; the report will be provided to UC by telephone and e-mail. Supplier will keep UC fully informed and will take all reasonable action in eliminating the cause of delay. m. Credit. Requests for credit can be transmitted by the ordering UC personnel via the established order management system (telephone, paper return form, and web-based). Chargebacks and credit memos will be issued to UC ordering departments lling period. If Goods were purchased via UC purchasing card, credit must be issued to the same purchasing card. n. Out of Stock Items - If there is an out of stock situation of any ordered inventoried item(s), the out of stock item will be added to the back order file and will be delivered to UC when the item is in stock without a further order being submitted. o. Restocking Fees - not made to order), return of conforming goods, are subject to a 50% restocking fee. All freight charges for returned product are the responsibility of the customer. Unauthorized returns will not be accepted and will be returned freight collect. All merchandise being returned must be properly packed and protected in the original cartons. Upon receipt, all returned merchandise will be thoroughly inspected. Any discrepancies, such as additional damage, signs of usage, missing parts, etc., will result in an adjustment to the amount of credit issued 10. Changes to the Services UC may desire to change the Goods and/or Services following execution of an SOW. If so, UC will submit a written Amendment to Supplier describing the changes in appropriate detail. If an Amendment does not require Supplier to incur any additional material costs or expenses, then Supplier will make the Amendment. If 2-1-2020 Page 10 of 34 an Amendment does require that Supplier incur additional material costs or expenses, then Supplier in good faith will provide UC with a written, high level, non-binding assessment of the costs and expenses and the time required to perform the modifications required by the Amendment Amendment. UC will notify Supplier in writing within ten (10) business days after receipt of Suppl the Amendment as to whether UC wishes Supplier to implement the Amendment based on the response. UC will compensate Supplier for implementation of an Amendment in accordance with the terms and conditions of the relevant Amendment and Sup response to the Amendment n Amendment will not delay the performance of Services and/or the delivery of deliverables not reasonably affected by an Amendment. 11. No Mandatory Use Because there is no mandatory use policy at UC, nothing in this Statement of Work will be construed to prevent UC from entering into similar agreements with any third parties including, without limitation, suppliers that may be in competition with Supplier. 12. Liquidated Damages (this section is specific to UC) If a Supplier fails to accurately and completely specify a UC shall bear all liability for damages incurred by UC Buyer related to such failure by Supplier and liquidated damages may apply, if deemed appropriate by UC; such liquidated damages noted below: Supplier shall pay Buyer five hundred dollars ($500.00) per day as liquidated damages for every business day beyond the agreed-upon installation date that Supplier fails to install a material amount of product, as defined below. In the event of such failure, Supplier shall use its best efforts to provide temporary furniture for use by Buyer until the delayed furnitur to accept or not accept temporary furniture and waive or not waive any associated liquidated damages associated with the delayed furniture. Payment shall be made in the following manner: Supplier shall issue a credit memo in the amount of the liquidated damages, and such amount will be deducted from any monies due Supplier by Buyer. Supplier will not be in default or liable to pay liquidated damages if the delay is due to order changes by Buyer, construction/inspection delays at the site, Acts of God, or any other nd/or accessories that are necessary to allow a workspace to be utilized fully and immediately following the agreed-upon installation date. Immediately after or during all installations, Supplier agrees to establish a punch list in cooperation with Buyer. A punch list shall consist of an inventory of any and all missing, damaged, mistakenly shipped, or incorrect installation parts, components, or whole pieces of furniture. The Supplier must correct and remedy all the items on the punch list within 30 calendar days. If Supplier fails to correct and remedy all the items on the punch list by the agreed-upon date (if outside 30 days as if silent 30 days is assumed), Supplier shall deduct 2 1/2% of the total value of the product order from the final invoice submitted to Buyer, as liquidated damages. If Supplier fails a second time to correct and remedy all the items in the punch list by the second agreed-upon date, Supplier shall deduct another 2 ½% (total of 5%); if Supplier fails a third time to correct and remedy all the items in the punch list on the third agreed-upon date, Supplier shall deduct another 2 ½% (total of 7 ½%); and if Supplier fails a fourth time to correct and remedy all the items in a punch list on the fourth agreed-upon date, Supplier shall deduct another 2 ½% (total of 10%). The foregoing liquidated damages charge is applicable regardless of whether and/or when some items on a punch list are corrected or remedied. All items on a punch list must be corrected and remedied on the agreed-upon date, otherwise, the foregoing liquidated damages shall be applicable. On each installation, Supplier shall hold back from invoicing Buyer 10% of the value of the total order to address timely resolution of punch list issues. The final invoice, if any, shall be submitted after Buyer and Supplier mutually acknowledge, in writing, resolution of all items on the punch list. 13. Incorporated Documents The following documents are incorporated and made part of this Agreement, as if fully set herein, listed in the order of preference following the Agreement. Exhibit A National Discount and Service Pricing Exhibit B UC Discount and Service Pricing Exhibit C - UC Sustainability Requirements Exhibit D UC Reporting Requirements Exhibit E UC Ergonomic Requirements Exhibit F UC Dealer Network & Capabilities Exhibit G - UC Additional Terms and Conditions 2-1-2020 Page 11 of 34 THE REGENTS OF THE KIMBALL OFFICE, INC. UNIVERSITY OF CALIFORNIA ________________________________ ____________________________________ (Signature) (Signature) ________________________________ ____________________________________ (Printed Name, Title) (Printed Name, Title) ________________________________ ____________________________________ (Date) (Date) Phyllis Goetz, President 05/20/2020 2-1-2020 Page 12 of 34 EXHIBIT A NATIONAL PROGRAM - DISCOUNT & SERVICE PRICING AND PRICING TERMS A.1 Product/Service Pricing - OMNIA Partners & Participating Public Agencies The price for Products purchased under this Agreement shall be those prices shown in the applicable Price List in effect at the time the purchase Price List/Price Book Deliveries from Dealer to Participating Public Agencies shall be for purchase orders within the United States. Exceptions include Alaska and Hawaii, where additional freight charges apply and will be quoted upon request. A.2 Price Increases OMNIA and UC Contract Administrator shall be given written notification of any Price List changes, thirty (30) days prior to effective date of change. Price increases shall be accompanied by information showing the percent increase by line and as an average. In addition, a supplier shall include market information and/or commodity indices (as referenced below) supporting the change: Commodity Information/Market Drivers Pertinent index/indices covering the previous period of service; 1) PPI- BLS Series ID: WPU122 Price of Commercial Furniture; 2) PPI - BLS Series ID: WPU12220325 Price of Non-wood Office Seating; 3) CPI-U, US city Average, All Items less Food and Energy Pertinent labor data including (but not limited to NAICS 3370A1 - Furniture and Related Product Manufacturing (3371 and 3372 only) Product Category NATIONAL PROGRAM - Manufacturer Discount off List Volume Discounts are based on Drop Ship for all Product Lines Product line Drop Ship Inside Delivery Basic Installation Expanded Installation Volume Discounts 100k-400k Volume Discounts >400k Systems Furniture Narrate 65 63 61 59 67 68 Footprint 65 63 61 59 67 68 Traxx & Tiles 65 63 61 59 67 68 Xsite 65 63 61 59 67 68 Xsede 65 63 61 59 67 68 WorkAble 65 63 61 59 67 68 Canopy 65 63 61 59 67 68 Cetra 65 63 61 59 67 68 Freestanding Furniture Footprint 65 63 61 59 67 68 Priority 54 53 51 47 55 57 Dock 54 53 51 47 55 57 Fixt 54 53 51 47 55 57 Kore 54 53 51 47 55 57 Teem 54 53 51 47 55 57 Stow 54 53 51 47 55 57 Scenario 54 53 51 47 55 57 Definition 54 53 51 47 55 57 Fluent 54 53 51 47 55 57 Guide 54 53 51 47 55 57 President 54 53 51 47 55 57 2-1-2020 Page 13 of 34 Sanctuary 54 53 51 47 55 57 Senator 54 53 51 47 55 57 Transcend 54 53 51 47 55 57 Innsbruck 54 53 51 47 55 57 Storage Footprint 65 63 61 59 67 68 LF Files 58 56 55 53 60 61 Fundamental Files 58 56 55 53 60 61 Priority 54 53 51 47 55 57 Definition 54 53 51 47 55 57 President 54 53 51 47 55 57 Senator 54 53 51 47 55 57 Innsbruck 54 53 51 47 55 57 Transcend 54 53 51 47 55 57 Seating Abbott 54 53 51 47 55 57 Acapella 54 53 51 47 55 57 Adagiato 54 53 51 47 55 57 Alpine 54 53 51 47 55 57 Arpeggio 54 53 51 47 55 57 Beo 54 53 51 47 55 57 Bloom 54 53 51 47 55 57 Boyd 54 53 51 47 55 57 Clairmont 54 53 51 47 55 57 Collage 54 53 51 47 55 57 Enjoy 54 53 51 47 55 57 Event 54 53 51 47 55 57 Flip 54 53 51 47 55 57 Greer 54 53 51 47 55 57 Helio 54 53 51 47 55 57 Independence 54 53 51 47 55 57 Itsa 54 53 51 47 55 57 Joelle 54 53 51 47 55 57 Joya 54 53 51 47 55 57 Lusso 54 53 51 47 55 57 Meadow 54 53 51 47 55 57 Nash 54 53 51 47 55 57 Niles 54 53 51 47 55 57 Nate & Natty 54 53 51 47 55 57 Pairings 54 53 51 47 55 57 Pep 54 53 51 47 55 57 Physician Exam Stool 54 53 51 47 55 57 Poly 54 53 51 47 55 57 Pose 54 53 51 47 55 57 Shore 54 53 51 47 55 57 Splendor 54 53 51 47 55 57 2-1-2020 Page 14 of 34 Spruce 54 53 51 47 55 57 Stature 54 53 51 47 55 57 Sycamore 54 53 51 47 55 57 Theo 54 53 51 47 55 57 Tucker 54 53 51 47 55 57 Villa 54 53 51 47 55 57 Wilder 54 53 51 47 55 57 Wish 54 53 51 47 55 57 Smile 54 53 51 47 55 57 Tri 54 53 51 47 55 57 Cricket 54 53 51 47 55 57 Twill 54 53 51 47 55 57 Thatcher 46 45 43 39 50 50 Entourage 46 45 43 39 50 50 Otto 46 45 43 39 50 50 Lolita 46 45 43 39 50 50 Superkool 46 45 43 39 50 50 Ynot 46 45 43 39 50 50 Anora 46 45 43 39 50 50 Chip 46 45 43 39 50 50 Aspen 46 45 43 39 50 50 LSM 46 45 43 39 50 50 Looper 46 45 43 39 50 50 Aussie 54 53 51 47 55 57 Circ 54 53 51 47 55 57 Fight Club 54 53 51 47 55 57 Geo 54 53 51 47 55 57 Tables Bloom 54 53 51 47 55 57 Contemporary 54 53 51 47 55 57 Dock 54 53 51 47 55 57 fiXt 54 53 51 47 55 57 Kore 54 53 51 47 55 57 Overbed 54 53 51 47 55 57 Pose 54 53 51 47 55 57 Scenario 54 53 51 47 55 57 Teem 54 53 51 47 55 57 Villa 54 53 51 47 55 57 Frill 46 45 43 39 50 50 Flo 46 45 43 39 50 50 Accessories and Technology Support Perks 54 53 51 47 55 57 Jolt 54 53 51 47 55 57 2-1-2020 Page 15 of 34 Repair Parts (non-warranty) Net pricing Other Insert additional rows as needed Services - Offered by Dealers for additional cost when not included in Customer's chosen Discount package, listed above. Hourly Rates (NTE) Comments Design Services $70.00 Project Management Services $72.00-125.00 Asset Management (e.g. Dealer tracks ownership at campus level) n/a Demolition (breakdown and removal or repacking of old stock) n/a Other - Insert rows as needed Storage Rate per Sq. Ft. (NTE) Comments Storage $1.57 Labor/Installation -Hourly installation rates are quoted using the appropriate hourly labor application, such as Union rate, Prevailing Wage rate, or your Standard Labor rate, taking into consideration the labor activity required for the installation and the local labor regulations. Supplier's Basic Installation Rate is stated here as a NTE (not to exceed) rate, inclusive of Standard Labor on the National Program Pricing. Hourly Rates (NTE) Comments Basic Installation Rate (utilizing Standard Labor) 65.00-250.00 Services Associated with Discount off List 2-1-2020 Page 16 of 34 DELIVERY BASIC INSTALLATION - Includes inside delivery, uncrating, assembly, set-up (if required), installation, removal/disposal of all approved plan and specifications. EXPANDED/COMPLEX INSTALLATION Includes basic installation; field measurements surveyed, documented and coordinated; electrical and telecommunication/data in-feed locations are surveyed, documented and coordinated; attend required coordination meetings with purchaser and other contractors; and creation and implementation of punch list by project manager. Pricing Parameters -F, 7:00am-5:00pm local time. -union labor red to install per the drawing or quote s Exclusions: of phone and data lines to the building source Additional Cost: RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent on behalf of the Health Services Director, to execute a Purchase Order with Cardinal Health Pharmacy Services, LLC in an amount not to exceed $25,000,000 to purchase pharmaceuticals and related supplies for Contra Costa Regional Medical Center (CCRMC), Contra Costa Health Centers, Martinez Detention Facility and Contra Costa Health Plan, for the period from September 1, 2021 through August 31, 2022. FISCAL IMPACT: Approval of this purchase order will result in annual expenditures of up to $25,000,000, and will be funded 100% by Hospital Enterprise Fund I revenues. BACKGROUND: CCRMC is satisfied with Cardinal Health Pharmacy Services, LLC as a vendor and wishes to continue its working relationship with this company. Cardinal Health Pharmacy Services, LLC, provides three different purchasing contracts: WAC (Wholesaler Acquisition Cost) accounts (Inpatient 34-18446;), Vizient for the hospital (110459), as well as the Public Health System contract for 340B (federal-ceiling pricing for disproportionate share facilities) for ambulatory care. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5101 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Irene Segovia C. 80 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Purchase Order with Cardinal Health Pharmacy Services, LLC. BACKGROUND: (CONT'D) A Cardinal Health Pharmacy Services, LLC contract renewal allows CCRMC to purchase medications and related supplies at the best price through Vizient. Furthermore, Contra Costa Health Plan uses Cardinal Health as their source to provide medications for their patients through 340B plan via contract pharmacies (i.e., Walgreens). Having Cardinal as our wholesaler maximizes the cost savings for CCRMC and Clinics. CONSEQUENCE OF NEGATIVE ACTION: If this purchase order is not approved, the Hospital's Pharmacy, as well as all Ambulatory Care Pharmacies within CCRMC will not be able to receive drugs from this wholesaler, resulting in a much higher cost for pharmaceuticals. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #77-387 with Comprehensive Care of Oakland, LP (dba Bay Area Healthcare Center), a limited partnership, in an amount not to exceed $300,000, to provide skilled nursing facility (SNF) services for Contra Costa Health Plan (CCHP) members, for the period from August 1, 2021 through July 31, 2024. FISCAL IMPACT: This contract will result in contractual service expenditures of up to $300,000 over a three-year period and will be funded 100% by CCHP Enterprise Fund II revenues. BACKGROUND: CCHP has an obligation to provide certain specialized SNF health care services for its members under the terms of their Individual and Group Health Plan membership contracts with the County. Members are released from the hospital to recover at an SNF until they are well enough to be sent home. These services include, but are not limited to, twenty-four (24) hour medical care, social service and case management coordination, wound care, respiratory therapy, nasogastric and gastric tube feeding, physical and speech therapy. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sharron Mackey, 925-313-6104 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: K Cyr, M Wilhelm C. 81 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #77-387 with Comprehensive Care of Oakland, LP (dba Bay Area Healthcare Center) BACKGROUND: (CONT'D) Under Contract #77-387, this contractor will provide SNF services for CCHP members for the period August 1, 2021 through July 31, 2024. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, certain specialty skilled nursing facility services for its members under the terms of their Individual and Group Health Plan membership contracts with the County will not be provided. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the Public Works Director, an amendment to purchase order #020088 with EAN Services, LLC, to increase the payment limit by $550,000 to a new payment limit of $1,000,000 for car and light truck rentals, with no change to the term of August 1, 2020 through July 31, 2022, Countywide. FISCAL IMPACT: This cost is to be funded through Public Works Fleet Internal Service Fund budget and user departments. BACKGROUND: Public Works Fleet Services is responsible for countywide vehicle rentals. There are various reasons for requiring vehicle rentals. Departments request rental vehicles to temporarily replace vehicles with serious problems or damage. However, COVID-19 social distancing safety protocols have dramatically increased the need for temporary (i.e., rental) vehicles. Current protocols do not allow for more APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Carlos Velasquez, (925) 313-7072 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 82 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Purchase Order Amendment with EAN Services, LLC. BACKGROUND: (CONT'D) than one occupant in a County vehicle. As a result, the purchase order expenditures rose substantially during the last year. This amendment will be adding $550,000 to the current contract limit of $450,000. This amendment is needed to ensure the County has access to the contractor's services through the term of the purchase order. The increase in purchase order limit will be used as needed, with no minimum amount that must be used. CONSEQUENCE OF NEGATIVE ACTION: If this agreement is not approved, renting cars and light trucks through EAN Services, LLC will be discontinued. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute, on behalf of the County Contract #26-437-15 with Stericycle, Inc., a corporation, in an amount not to exceed $1,200,000, for the provision of hazardous waste management services at the Contra Costa Regional Medical Center (CCRMC) and Health Centers, for the period July 1, 2021 through June 30, 2024. FISCAL IMPACT: This contract will result in contractual service expenditures of up to $1,200,000 over a three-year period and will be funded 100% by Hospital Enterprise Fund I revenues. (No rate increase) BACKGROUND: Contra Costa County has been contracting with Stericycle, Inc. since April 2002 to provide hazardous waste management services to CCRMC and various Health Center locations within the County. On November 3, 2020, the Board of Supervisors approved Contact #26-437-14 with Stericycle, Inc., in an amount not to exceed $384,000 to provide bio-hazardous waste management removal services for CCRMC and Health Center locations, for the period from July 1, 2020 through June 30, 2021. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5501 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker, M Wilhelm C. 83 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #26-437-15 with Stericycle, Inc. BACKGROUND: (CONT'D) Approval of Contract #26-437-15 will allow this contractor to continue providing services through June 30, 2024. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, CCRMC and Health Centers would not be in compliance with Health and Safety Codes with regard to bio-hazardous waste management and removal. ATTACHMENTS RECOMMENDATION(S): APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract containing modified indemnification language with Managed Health Network, in an amount not to exceed $54,480 to provide counseling services to Sheriff-Coroner employees for the period October 1, 2021 through September 30, 2022. FISCAL IMPACT: $54,480, 100% Sheriff Budgeted. BACKGROUND: Stress counseling can potentially reduce workers compensation and disability retirement claims. For the Sheriff and others in the law enforcement field, this program has become an essential part of the overall employee assistance package. Many employees have received significant help in their personal and professional lives by utilizing the available services. This agreement includes modified indemnification language to provide mutual indemnification. CONSEQUENCE OF NEGATIVE ACTION: There is the potential for the increase in stress related workers compensation claims and disability claims if counseling services are not provided as part of a comprehensive employee assistance program. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Chrystine Robbins, 925-655-0008 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 84 To:Board of Supervisors From:David O. Livingston, Sheriff-Coroner Date:September 7, 2021 Contra Costa County Subject:Managed Health Network RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with Frank McGuire d/b/a The Landscape Company, in an amount not to exceed $2,000,000 to provide on-call landscaping services at various County sites and facilities, for the period September 1, 2021 through August 31, 2024, Countywide. FISCAL IMPACT: Facilities Maintenance Budget. (100% General Fund) BACKGROUND: Public Works Facilities Services is responsible for maintaining the irrigation and drainage systems at County facilities, along with weed abatement of County-owned properties. On-call landscaping contracts are on an as-needed basis, utilized when the demand for landscaping and weed abatement services exceeds staffing levels. Government Code Section 25358 authorizes the County to contract for maintenance and upkeep of County facilities. The Public Works Department recently conducted a formal solicitation for on-call landscaping services. The Request for Proposal was APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Kevin Lachapelle, (925) 313-7082 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 85 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Contract with Frank McGuire d/b/a The Landscape Company, a California Corporation, Countywide BACKGROUND: (CONT'D) originally bid on Bidsync #2102-457. The Public Works Department conducted a thorough evaluation and Frank McGuire d/b/a The Landscape Company, was one of two vendors awarded for this contract. The contract will have a limit of $2,000,000 and a term of three (3) years with the option of two (2) one-year extensions and will pay for services according to the rates set forth in the contract. Frank McGuire d/b/a The Landscape Company, will be able to request rate increases equal to the rate of increase in the Consumer Price Index for the San Francisco - Oakland area as published by the Bureau of Labor Statistics, plus two percent, on each anniversary of the effective date of this contract. Facilities Services is requesting a contract with Frank McGuire d/b/a The Landscape Company, to be approved for a period covering three years. This contract includes services provided by represented classifications, and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, landscaping services with Frank McGuire d/b/a The Landscape Company, will be discontinued. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute on behalf of the County, a Participating Addendum with Home Depot U.S.A., Inc., in an amount not to exceed $9,000,000, for the distribution of Maintenance, Repair and Operating Supplies (MRO), Industrial Supplies and related products and services for use by all County Departments during the period from September 7, 2021 through December 31, 2026, under the terms of a Master Contract awarded by Maricopa County, Phoenix, AZ. FISCAL IMPACT: Products and service costs paid by County Departments (100% User Departments) BACKGROUND: Contra Costa County Purchasing Services is requesting approval of a Participating Addendum for various Maintenance, Repair and Operating Supplies (MRO), Industrial Supplies and related products and services, to support the needs of all County Departments. Products are guaranteed through a master contract awarded by Maricopa County, Phoenix, AZ., Omnia Partner Cooperative Program. Approval of the addendum between Contra Costa County and Home Depot U.S.A., Inc., allows APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Cynthia Shehorn, 925-957-2495 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 86 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Participating Addendum with Home Depot U.S.A., Inc. BACKGROUND: (CONT'D) the County to obtain guaranteed pricing available through the Omnia Partners contract. The purchase will support all County Departments with the following category of products: roofing, gutters, downspouts, HVAC, plumbing, electrical, exterior decks, patios/porches, exterior siding, window, doors, painting and weatherization supplies, ADA improvements, hose fabrication, hydraulic/gearbox/conveyor system repairs, vulcanizing, rubber fabrication and other residential, commercial and industrial environments. Pricing benefits are available through the Volume Pricing Program. Based on an overall spend, the County will also be eligible for a 5% rebate on annual net sales. CONSEQUENCE OF NEGATIVE ACTION: Without approval, the County would not qualify for the maximum rebate benefit and ultimately pay more for the same products and services. ATTACHMENTS Home Depot Participating Addenddum Home Depot (Contract) SERIAL 16154 RFP MAINTENANCE, REPAIR, OPERATING SUPPLIES, INDUSTRIAL SUPPLIES, AND RELATED PRODUCTS AND SERVICES (U.S. Communities) Contract - Home Depot U.S.A., Inc. DATE OF LAST REVISION: November 21, 2019 CONTRACT END DATE: December 31, 2026 CONTRACT PERIOD THROUGH DECEMBER 31, 2021 2026 TO: All Departments FROM: Office of Procurement Services SUBJECT: Contract for MAINTENANCE, REPAIR, OPERATING SUPPLIES, INDUSTRIAL SUPPLIES, AND RELATED PRODUCTS AND SERVICES Attached to this letter is published an effective purchasing contract for products and/or services to be supplied to Maricopa County activities as awarded by Maricopa County on January 11, 2017 (Eff. 02/01/17). All purchases of products and/or services listed on the attached pages of this letter are to be obtained from the vendor holding the contract. Individuals are responsible to the vendor for purchases made outside of contracts. The contract period is indicated above. SA/mm Attach Copy to: Office of Procurement Services Erick Blue, Facilities Management Beth Cressman, Facilities Management CONTRACT PURSUANT TO RFP SERIAL 16154-RFP This Contract is entered into this 11th day of January, 2017 by and between Maricopa County (“County”), a political subdivision of the State of Arizona, and Home Depot U.S.A., Inc., a Delaware corporation (“Contractor”) for the purchase of Maintenance Repair and Operating Supplies and Services. 1.0 CONTRACT TERM: 1.1 This Contract is for a term of Five (5) years, beginning on the 1st day of February, 2017 and ending the 31st day of December, 2021 2026. 1.2 The County may, at its option and with the agreement of the Contractor, renew the term of this Contract for additional terms up to a maximum of five (5) additional years, (or at the County’s sole discretion, extend the contract on a month-to-month bases for a maximum of six (6) months after expiration). The County shall notify the Contractor in writing of its intent to extend the Contract term at least sixty (60) calendar days prior to the expiration of the original contract term, or any additional term thereafter. 1.3 CONTRACT COMPLETION: The Contractor shall make all reasonable efforts for an orderly transition of its duties and responsibilities to another provider and/or to the County. This may include, but is not limited to preparation of a transition plan and cooperation with the County or other providers in the transition. The transition includes the transfer of all records, and other data in the possession, custody or control of Contractor required to be provided to the County either by the terms of this agreement or as a matter of law. The provisions of this clause shall survive the expiration or termination of this agreement 2.0 FEE ADJUSTMENTS: 2.1 Any request for a fee or rebate offering adjustment must be submitted sixty (60) days prior to the current Contract expiration. Requests for adjustment in cost of labor and/or materials not identified in the awarded proposal must be supported by appropriate documentation. If County agrees to the adjusted fee or rebate offering, County shall issue written approval of the change. The reasonableness of the request will be determined by comparing the request with the (Consumer Price Index) or by performing a market survey if the offering was awarded on a fixed price basis. 3.0 PAYMENTS: 3.1 As consideration for performance of the duties described herein, County shall pay Contractor the prices based on the discounts stated in Exhibit “A.” or Task Order. 3.2 For non-procurement card transactions, Payment shall be made upon the County’s receipt of a properly completed invoice. SERIAL 16154-RFP 3.3 INVOICES (NON-PROCUREMENT CARD TRANSACTIONS): 3.3.1 The Contractor shall submit one (1) legible copy of their detailed invoice before payment(s) can be made. Incomplete invoices will not be processed. At a minimum, the invoice must provide access to the following information: • Company name, address and contact • County bill-to name and contact information • Contract Serial Number or • County purchase order number • Invoice number and date • Payment terms • Date of service or delivery • Quantity (number of days or weeks) • Contract Item number(s) • Description of Purchase (product or services) • Pricing per unit of purchase • Freight (if applicable) • Extended price • Mileage w/rate (if applicable) • Arrival and completion time (if applicable) • Total Amount Due 3.3.2 Problems regarding billing or invoicing shall be directed to the using agency as listed on the Purchase Order. 3.3.3 Payment shall be made to the Contractor by Accounts Payable through the Maricopa County Vendor Express Payment Program. This is an Electronic Funds Transfer (EFT) process. After Contract Award the Contractor shall complete the Vendor Registration Form located on the County Department of Finance Vendor Registration Web Site (http://www.maricopa.gov/Finance/Vendors.aspx). 3.3.4 Discounts offered in the contract shall be calculated based on the date a properly completed invoice is received by the County (ROI). 3.3.5 EFT payments to the routing and account numbers designated by the Contractor will include the details on the specific invoices that the payment covers. The Contractor is required to discuss remittance delivery capabilities with their designated financial institution for access to those details. 3.3.6 Invoices are required to contain access to the following information: (Maricopa County Facilities Management) • Company name, address and contact • County bill-to name and contact information • Building Name and Building Number • Contract Serial Number or • County purchase order number • Maximo (FMD) service call number • Invoice number and date • Date of service or delivery • Description of Purchase (services performed) • Pricing per unit of purchase • Extended price • Arrival and completion time • Total Amount Due SERIAL 16154-RFP 3.3.7 Discounts offered in the contract shall be calculated based on the date a properly completed invoice is received by the County (ROI). 3.3.8 Problems regarding billing or invoicing shall be directed to the using agency as listed on the Purchase Order. 3.3.9 Payment shall be made to the Contractor by Accounts Payable through the Maricopa County Vendor Express Payment Program. This is an Electronic Funds Transfer (EFT) process. After Contract Award the Contractor shall complete the Vendor Registration Form located on the County Department of Finance Vendor Registration Web Site (http://www.maricopa.gov/Finance/Vendors.aspx). 3.3.10 EFT payments to the routing and account numbers designated by the Contractor will include the details on the specific invoices that the payment covers. The Contractor is required to discuss remittance delivery capabilities with their designated financial institution for access to those details. 3.4 PAYMENT RETENTION: (By Task Order/Project if required) 3.4.1 Ten percent (10%) of monies paid for Project Management and Project Labor earned by CONTRACTOR related to work under this agreement may be retained by COUNTY until Final Completion of the services if mutually agreed to for a specific project. COUNTY may elect to release specific retention payments based on mutually agreed milestones, but in no case shall retention be released prior to Final Completion. All other payment terms and conditions shall not be affected by the retention. In the event of termination or cancellation of this contract by County through no fault of CONTRACTOR, CONTRACTOR shall be entitled to the refund of any funds in the retention account. 3.4.2 The CONTRACTOR shall have the right, pursuant to Arizona Revised Statues, to submit securities in lieu of retention for all work completed. The CONTRACTOR is required to request this option at least ten (10) business days prior to submission of first Application for Payment to allow time for preparation of forms. The CONTRACTOR shall request and obtain securities forms through COUNTY. The COUNTY must identify either securities option or retention option prior to first Application for Payment. 3.5 APPLICABLE TAXES: 3.5.1 Payment of Taxes: The Contractor shall pay all applicable taxes. With respect to any installation labor on items that are not attached to real property performed by Contractor under the terms of this Contract, the installation labor cost and the gross receipts for materials provided shall be listed separately on the Contractor’s invoices. 3.5.2 State and Local Transaction Privilege Taxes: Maricopa County is subject to all applicable state and local transaction privilege taxes. To the extent any state and local transaction privilege taxes apply to sales made under the terms of this contract it is the responsibility of the seller to collect and remit all applicable taxes to the proper taxing jurisdiction of authority. 3.5.3 Tax Indemnification: Contractor and all subcontractors shall pay all Federal, state, and local taxes applicable to its operation and any persons employed by the Contractor. Contractor shall, and require all subcontractors to hold Maricopa County harmless from any responsibility for taxes, damages and interest, if applicable, contributions required under Federal, and/or state and local laws and regulations and any other costs including transaction privilege taxes, unemployment compensation insurance, Social Security and Worker’s Compensation. SERIAL 16154-RFP 3.6 TAX: (SERVICES) No tax shall be levied against labor. It is the responsibility of the Contractor to determine any and all taxes and include the same in proposal price. No tax shall be invoiced or paid against Contractor’s labor. It is the responsibility of the Contractor to determine any and all applicable taxes and include the cost in the proposal price. 3.7 TAX (COMMODITIES): Tax shall not be levied against labor. Sales/use tax will be determined by County. Tax will not be used in determining low price. Tax shall not be invoiced against Contractor’s labor. Sales/use tax will be determined by County. Tax will not be used in determining low price. 3.8 STRATEGIC ALLIANCE for VOLUME EXPENDITURES ($AVE): 3.8.1 The County is a member of the $AVE cooperative purchasing group. $AVE includes the State of Arizona, many Phoenix metropolitan area municipalities, and many K-12 unified school districts. Under the $AVE Cooperative Purchasing Agreement, and with the concurrence of the successful Respondent under this solicitation, a member of $AVE may access a contract resulting from a solicitation issued by the County. If you do not want to grant such access to a member of $AVE, please so state in your proposal. In the absence of a statement to the contrary, the County will assume that you do wish to grant access to any contract that may result from this Request for Proposal. 3.9 INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENTS (ICPA’s) 3.9.1 County currently holds ICPA’s with numerous governmental entities throughout the State of Arizona. These agreements allow those entities, with the approval of the Contractor, to purchase their requirements under the terms and conditions of the County Contract. Please indicate on Attachment A, your acceptance or rejection regarding such participation of other governmental entities. Your response will not be considered as an evaluation factor in awarding a contract 3.10 VOLUNTARY EMPLOYEE DISCOUNTS 3.10.1 Vendors may voluntarily offer discounts to County employees for products or services provided under this contract. Whether a vendor offers or does not offer an employee discount is not a factor in nor considered in the evaluation of responses to this solicitation. 3.10.2 Any discount offered is part of a commercial transaction between the vendor and individual County employees and the County is not a party to the transaction. Any disputes or issues arising from an individual commercial transaction between the vendor and an individual County employee are a matter between the vendor and the employee. If a discount is offered, the terms will be announced to County employees. 4.0 AVAILABILITY OF FUNDS: 4.1 The provisions of this Contract relating to payment for services shall become effective when funds assigned for the purpose of compensating the Contractor as herein provided are actually available to County for disbursement. The County shall be the sole judge and authority in determining the availability of funds under this Contract. County shall keep the Contractor fully informed as to the availability of funds. SERIAL 16154-RFP 4.2 If any action is taken by any state agency, Federal department or any other agency or instrumentality to suspend, decrease, or terminate its fiscal obligations under, or in connection with, this Contract, County may amend, suspend, decrease, or terminate its obligations under, or in connection with, this Contract. In the event of termination, County shall be liable for payment only for services rendered prior to the effective date of the termination, provided that such services are performed in accordance with the provisions of this Contract. County shall give written notice of the effective date of any suspension, amendment, or termination under this Section, at least ten (10) days in advance. 5.0 DUTIES: 5.1 The Contractor shall perform all duties stated in Exhibit “B”, Task Order or as otherwise directed in writing by the Procurement Officer. 6.0 TERMS and CONDITIONS: 6.1 INDEMNIFICATION AND LIMITATION OF LIABILITY: To the fullest extent permitted by law, and to the extent that claims, damages, losses or expenses are not covered and paid by insurance purchased by the Contractor, the Contractor shall defend indemnify and hold harmless the County (as Owner), its agents, representatives, agents, officers, directors, officials, and employees from and against all claims, damages, losses, and expenses (including, but not limited to attorneys' fees, court costs, expert witness fees, and the costs and attorneys' fees for appellate proceedings) arising out of, or alleged to have resulted from the negligence or willful misconduct relating to the performance of this Contract. Contractor's duty to defend, indemnify, and hold harmless the County, its agents, representatives, agents, officers, directors, officials, and employees shall arise in connection with any claim, damage, loss, or expense that is attributable to bodily injury, sickness, disease, death or injury to, impairment of, or destruction of tangible property, including loss of use resulting there from, caused by gross negligence or willful misconduct in the performance of this Contract, but only to the extent caused by the negligent acts or omissions of the Contractor, a subcontractor, any one directly or indirectly employed by them, or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss, or expense is caused in part by a party indemnified hereunder. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. The scope of this indemnification does not extend to the sole negligence of County. CONTRACTOR WILL NOT BE LIABLE TO COUNTY FOR CONSEQUENTIAL DAMAGES, INCLUDING, WITHOUT LIMITATION, ANY INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, LIQUIDATED, EXEMPLARY, MORAL, OR CONSEQUENTIAL DAMAGES, EXPENSES, COST, PROFITS, LOST SAVINGS OR EARNINGS, LOST OR CORRUPTED DATA, OR OTHER LIABILITY ARISING OUT OF OR RELATED TO THIS AGREEMENT. 6.2 INSURANCE. 6.2.1 Contractor, at Contractor’s own expense, shall purchase and maintain the herein stipulated minimum insurance from a company or companies duly licensed by the State of Arizona and possessing a current A.M. Best, Inc. rating of B++. In lieu of State of Arizona licensing, the stipulated insurance may be purchased from a company or companies, which are authorized to do business in the State of Arizona, provided that said insurance companies meet the approval of County. The form of any insurance policies and forms must be acceptable to County. 6.2.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of the Contract is satisfactorily SERIAL 16154-RFP completed and formally accepted. Failure to do so may, at the sole discretion of County, constitute a material breach of this Contract. 6.2.3 Contractor’s insurance shall be primary insurance as respects County, and any insurance or self-insurance maintained by County shall not contribute to it. 6.2.4 Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect the County’s right to coverage afforded under the insurance policies. 6.2.5 The insurance policies may provide coverage that contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to County under such policies. Contractor shall be solely responsible for the deductible and/or self-insured retention and County, at its option, may require Contractor to secure payment of such deductibles or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. 6.2.6 Notwithstanding anything to the contrary contained herein, CONTRACTOR shall have the right to self-insure part or all of any of the insurance it is required to maintain hereunder in its sole discretion so long as CONTRACTOR maintains a net worth of not less than One Hundred Million ($100,000,000) Dollars. Such net worth shall be documented to COUNTY and COUNTY shall be advised in writing in the event such net worth requirement is not met. In the event that CONTRACTOR elects to self-insure all or any part of any risk that would be insured under the policies and limits described herein, and an event occurs where insurance proceeds would have been available but for the election to self-insure, CONTRACTOR shall make funds available to the same extent that they would have been available had such insurance policy been carried, unless specifically provided to the contrary herein. 6.2.7 The policies required hereunder, except Workers’ Compensation and Errors and Omissions, shall contain a waiver of transfer of rights of recovery (subrogation) against County, its agents, representatives, officers, directors, officials and employees for any claims arising out of Contractor’s work or service. 6.2.8 Commercial General Liability. Commercial General Liability insurance and, if necessary, Commercial Umbrella insurance with a limit of not less than $2,000,000 for each occurrence, $4,000,000 Products/Completed Operations Aggregate, and $4,000,000 General Aggregate Limit. The policy shall include coverage for premises liability, bodily injury, broad form property damage, personal injury, products and completed operations and blanket contractual coverage, and shall not contain any provisions which would serve to limit third party action over claims. There shall be no endorsement or modifications of the CGL limiting the scope of coverage for liability arising from explosion, collapse, or underground property damage. 6.2.9 Automobile Liability. Commercial/Business Automobile Liability insurance and, if necessary, Commercial Umbrella insurance with a combined single limit for bodily injury and property damage of not less than $1,000,000 each occurrence with respect to any of the Contractor’s owned, hired, and non-owned vehicles assigned to or used in performance of the Contractor’s work or services or use or maintenance of the Premises under this Contract. 6.2.10 Workers’ Compensation. Workers’ Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Contractor’s employees engaged in the performance of the work or services under this Contract; and Employer’s Liability insurance of not less than SERIAL 16154-RFP $1,000,000 for each accident, $1,000,000 disease for each employee, and $1,000,000 disease policy limit. Contractor, its contractors and its subcontractors waive all rights against Contract and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the Workers’ Compensation and Employer’s Liability or commercial umbrella liability insurance obtained by Contractor, its contractors and its subcontractors pursuant to this Contract. 6.2.11 Errors and Omissions (Professional Liability) Insurance. Errors and Omissions (Professional Liability) insurance and, if necessary, Commercial Umbrella insurance, which will insure and provide coverage for errors or omissions or professional liability of the CONTRACTOR, with limits of no less than $2,000,000 for each claim. 6.2.12 Builder’s Risk (Property) Insurance. CONTRACTOR shall purchase and maintain, on a replacement cost basis, Builders’ Risk insurance and, if necessary, Commercial Umbrella insurance in the amount of the initial Contract amount as well as subsequent modifications thereto for the entire work at the site. Such Builders’ Risk insurance shall be maintained until final payment has been made or until no person or entity other than COUNTY has an insurable interest in the property required to be covered, whichever is earlier. This insurance shall include interests of COUNTY, CONTRACTOR, and all subcontractors and sub‐subcontractors in the work during the life of the Contract and course of construction, and shall continue until the work is completed and accepted by COUNTY. For new construction projects, CONTRACTOR agrees to assume full responsibility for loss or damage to the work being performed and to the structures under construction. For renovation construction projects, CONTRACTOR agrees to assume responsibility for loss or damage to the work being performed at least up to the full Contract amount, unless otherwise required by the Contract documents or amendments thereto. Builders’ Risk insurance shall be on a special form and shall also cover false work and temporary buildings and shall insure against risk of direct physical loss or damage from external causes including debris removal, demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for architect’s service and expenses required as a result of such insured loss and other “soft costs” as required by the Contract. Builders’ Risk insurance must provide coverage from the time any covered property comes under CONTRACTOR’S control and/or responsibility, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, and while on the construction or installation site awaiting installation. The policy will provide coverage while the covered premises or any part thereof are occupied. Builders’ Risk insurance shall be primary and any insurance or self‐insurance maintained by the County is not contributory. If the Contract requires testing of equipment or other similar operations, at the option of COUNTY, CONTRACTOR will be responsible for providing property insurance for these exposures under a Boiler Machinery insurance policy or the Builders’ Risk Insurance policy. 6.2.13 Certificates of Insurance. 6.2.13.1 Prior to Contract AWARD, Contractor shall furnish the County with valid and complete certificates of insurance, or formal endorsements as required by the Contract in the form provided by the County, issued by Contractor’s insurer(s), as evidence that policies providing the required coverage, conditions and limits required by this Contract are in full force and effect. Such certificates shall identify this contract number and title. Alternatively the County will accept an insurance industry recognized Memorandum of Insurance SERIAL 16154-RFP 6.2.13.2 In the event any insurance policy (ies) required by this contract is (are) written on a “claims made” basis, coverage shall extend for two years past completion and acceptance of Contractor’s work or services and as evidenced by annual Certificates of Insurance. 6.2.13.3 If a policy does expire during the life of the Contract, a renewal certificate must be sent to County fifteen (15) days prior to the expiration date. 6.2.14 Cancellation and Expiration Notice. Applicable to all insurance policies required within the Insurance Requirements of this Contract, Contractor’s insurance shall not be permitted to expire, be suspended, be canceled, or be materially changed for any reason without thirty (30) days prior written notice to Maricopa County. Contractor must provide to Maricopa County, within 2 business days of receipt, if they receive notice of a policy that has been or will be suspended, canceled, materially changed for any reason, has expired, or will be expiring. Such notice shall be sent directly to Maricopa County Office of Procurement Services and shall be mailed or hand delivered to 160 South 4th Avenue 320 West Lincoln Street, Phoenix, AZ 85003, or emailed to Procurement Officer noted in solicitation. 6.3 BOND REQUIREMENT: (If required by an individual Project/Task Order) 6.3.1 If requested for an individual Order and concurrently with the submittal of the proposal associated with the Order, the Contractor shall furnish the Contracting Agency the following bonds, which shall become binding upon the award of the contract to the Contractor 6.3.1.1 A Performance Bond equal to the full Contract amount ($________or as specified) conditioned upon the faithful performance of the Order in accordance with plans, specifications and conditions thereof. Such bond shall be solely for the protection of the Contracting Agency awarding the Order. 6.3.1.2 A Payment Bond equal to the full contract amount ($________or as specified) solely for the protection of claimants supplying labor and materials to the Contractor or his Subcontractors in the prosecution of the work provided for in such Order. 6.3.2 Each such bond shall include a provision allowing the prevailing party in a suit on such bond to recover as a part of his judgment such reasonable attorney’s fees as may be fixed by a judge of the court. 6.3.3 Each bond shall be executed by a surety company or companies holding a certificate of authority to transact surety business in the State of Arizona issued by the Director of the Department of Insurance. The bonds shall not be executed by an individual surety or sureties. The bonds shall be made payable and acceptable to the Contracting Agency. The bonds shall be written or countersigned by an authorized representative of the surety who is either a resident of the State of Arizona or whose principal office is maintained in this state, as by law required, and the bonds shall have attached thereto a certified copy of the Power of Attorney of the signing official. In addition, said company or companies shall be rated “Best-A” or better as required by the Contracting Agency, as currently listed in the most recent Best Key Rating Guide, published by the A.M. Best Company. 6.4 FORCE MAJEURE 6.4.1 Neither party shall be liable for failure of performance, nor incur any liability to the other party on account of any loss or damage resulting from any delay or failure to perform all or any part of this Contract if such delay or failure is caused by events, occurrences, or causes beyond the reasonable control and without negligence of the parties. Such events, SERIAL 16154-RFP occurrences, or causes will include Acts of God/Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of foreign enemies, hostilities (whether war is declared or not), civil war, riots, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, nationalization, government sanction, lockout, blockage, embargo, labor dispute, strike, interruption or failure of electricity or telecommunication service. 6.4.2 Each party, as applicable, shall give the other party notice of its inability to perform and particulars in reasonable detail of the cause of the inability. Each party must use best efforts to remedy the situation and remove, as soon as practicable, the cause of its inability to perform or comply. 6.4.3 The party asserting Force Majeure as a cause for non-performance shall have the burden of proving that reasonable steps were taken to minimize delay or damages caused by foreseeable events, that all non-excused obligations were substantially fulfilled, and that the other party was timely notified of the likelihood or actual occurrence which would justify such an assertion, so that other prudent precautions could be contemplated. 6.4.4 The County shall reserve the right to terminate this Contract and/or any applicable order or contract release purchase order upon non-performance by Contractor. The County shall reserve the right to extend the Contract and time for performance at its discretion. 6.5 WARRANTY OF SERVICES: 6.5.1 The Contractor warrants that all services provided hereunder will conform to the requirements of the Contract, including all descriptions, specifications and attachments made a part of this Contract. County’s acceptance of services or goods provided by the Contractor shall not relieve the Contractor from its obligations under this warranty. 6.5.2 In addition to its other remedies, County may, at the Contractor's expense, require prompt correction of any services failing to meet the Contractor's warranty herein for one year following the performance of those services. Services corrected by the Contractor shall be subject to all the provisions of this Contract in the manner and to the same extent as services originally furnished hereunder. 6.5.3 DISCLAIMER OF WARRANTIES FOR PRODUCTS. COUNTY’S SOLE AND EXCLUSIVE WARRANTY FOR PRODUCTS, IF ANY, IS THAT PROVIDED BY THE PRODUCT MANUFACTURER. CONTRACTOR DISCLAIMS ALL EXPRESSED, IMPLIED OR STATUTORY WARRANTIES, WHETHER IMPLIED BY OPERATION OF LAW OR OTHERWISE, INCLUDING, WITHOUT LIMITATION, ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. THE LANGUAGE OF THIS PARAGRAPH SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT 6.6 INSPECTION OF SERVICES: 6.6.1 The Contractor shall provide and maintain an inspection system acceptable to County covering the services under this Contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to County during contract performance and for as long afterwards as the Contract requires. 6.6.2 County has the right to inspect and test all services called for by the Contract, to the extent practicable at all times and places during the term of the Contract. County shall perform inspections and tests in a manner that will not unduly delay the work. 6.6.3 If prior to completion of an Order any of the services required by that Order do not conform to Contract requirements, County may require the Contractor to perform the services again in conformity with Contract requirements, at no cost to the County. When the defects in services cannot be corrected by re-performance, County may: SERIAL 16154-RFP 6.6.3.1 Require the Contractor to take necessary action to ensure that future performance conforms to Contract requirements; and 6.6.3.2 Reduce the Contract price to reflect the reduced value of the services performed. 6.6.4 If the Contractor fails to promptly perform the services again as provided in Section 6.6.3 or to take the necessary action to ensure future performance in conformity with Contract requirements, County may: 6.6.4.1 By Contract or otherwise, perform the services and charge to the Contractor, through direct billing or through payment reduction, any cost incurred by County that is directly related to the performance of such service; or 6.6.4.2 Terminate the Contract for default. 6.7 REQUIREMENTS CONTRACT: 6.7.1 Contractors signify their understanding and agreement by signing a bid submittal, that the Contract resulting from the bid is a requirements contract. However, the Contract does not guarantee any minimum or maximum number of purchases will be made. It only indicates that if purchases are made for the materials or services contained in the Contract, they will be purchased from the Contractor awarded that item if the Contractor can meet all the delivery requirements of the County. Orders will only be placed when the County identifies a need and proper authorization and documentation have been approved. 6.7.2 County reserves the right to cancel Purchase Orders within a reasonable period of time after issuance. Should a Purchase Order be canceled, the County agrees to reimburse the Contractor for actual and documentable costs incurred by the Contractor in response to the Purchase Order. The County will not reimburse the Contractor for any costs incurred after receipt of County notice of cancellation, or for lost profits, shipment of product prior to issuance of Purchase Order, etc. 6.7.3 Contractors agree to accept verbal notification of cancellation of Purchase Orders from the County Procurement Officer with written notification to follow. By submitting a bid in response to this Invitation for Bids, the Contractor specifically acknowledges to be bound by this cancellation policy. 6.8 BACKGROUND CHECK: Contractors need to be aware that there may be multiple background checks (Sheriff’s Office, County Attorney's Office, Courts as well as Maricopa County general government) to determine if the respondents employees are acceptable for the contractor to do business with the County. This applies to (but is not limited to) the company and sub-contractors. Employees or others who fail to pass these checks shall not be allowed to work on County projects. Failure to meet these requirements may lead to termination of the contract. 6.9 SUSPENSION OF WORK The Procurement Officer may order the Contractor, in writing, to suspend, delay, or interrupt all or any part of the work of this contract for the period of time that the Procurement Officer determines appropriate for the convenience of the County. No adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Contractor. No request for adjustment under this clause shall be granted unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of the suspension, delay, or interruption, but not later than the date of final payment under the contract. SERIAL 16154-RFP 6.10 STOP WORK ORDER The Procurement Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Procurement Officer shall either— 6.10.1 Cancel the stop-work order; or 6.10.2 Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the County, clause of this contract. 6.10.3 The Procurement Officer may make an equitable adjustment in the delivery schedule and/or contract price, or otherwise, and the contract shall be modified, in writing, accordingly, if the Contractor demonstrates that the stop work order resulted in an increase in costs to the Contractor. 6.11 UNCONDITIONAL TERMINATION FOR CONVENIENCE: Maricopa County may terminate the resultant Contract for convenience by providing sixty (60) calendar days advance notice to the Contractor. 6.12 TERMINATION FOR DEFAULT: The County may, by written notice of default to the Contractor, terminate this contract in whole or in part if the Contractor fails to: 6.12.1 Deliver the supplies or to perform the services within the time specified in this contract or any extension; 6.12.2 Make progress, so as to endanger performance of this contract; or 6.12.3 Perform any of the other provisions of this contract. 6.12.4 The County’s right to terminate this contract under these subparagraph may be exercised if the Contractor does not cure such failure within 10 days (or more if authorized in writing by the County) after receipt of the notice from the Procurement Officer specifying the failure. 6.13 STATUTORY RIGHT OF CANCELLATION FOR CONFLICT OF INTEREST: Notice is given that pursuant to A.R.S. § 38-511 the County may cancel any Contract without penalty or further obligation within three years after execution of the contract, if any person significantly involved in initiating, negotiating, securing, drafting or creating the contract on behalf of the County is at any time while the Contract or any extension of the Contract is in effect, an employee or agent of any other party to the Contract in any capacity or consultant to any other party of the Contract with respect to the subject matter of the Contract. Additionally, pursuant to A.R.S § 38-511 the County may recoup any fee or commission paid or due to any person significantly involved in initiating, negotiating, securing, drafting or creating the contract on behalf of the County from any other party to the contract arising as the result of the Contract. SERIAL 16154-RFP 6.14 CONTRACTOR LICENSE REQUIREMENT: 6.14.1 The Respondent shall procure all permits, insurance, licenses and pay the charges and fees necessary and incidental to the lawful conduct of his/her business, and as necessary complete any required certification requirements, required by any and all governmental or non-governmental entities as mandated to maintain compliance with and in good standing for all permits and/or licenses. The Respondent shall keep fully informed of existing and future trade or industry requirements, Federal, State and Local laws, ordinances, and regulations which in any manner affect the fulfillment of a Contract and shall comply with the same. Contractor shall immediately notify both Office of Procurement Services and the using agency of any and all changes concerning permits, insurance or licenses. 6.14.2 Respondents furnishing finished products, materials or articles of merchandise that will require installation or attachment as part of the Contract, shall possess any licenses required. A Respondent is not relieved of its obligation to posses the required licenses by subcontracting of the labor portion of the Contract. Respondents are advised to contact the Arizona Registrar of Contractors, Chief of Licensing, at (602) 542-1525 to ascertain licensing requirements for a particular contract. Respondents shall identify which license(s), if any, the Registrar of Contractors requires for performance of the Contract. 6.15 SUBCONTRACTING: 6.15.1 The Contractor may not assign to another Contractor or Subcontract to another party for performance of the terms and conditions hereof without the written consent of the County. All correspondence authorizing subcontracting must reference the Bid Serial Number and identify the job project. The County hereby consents to Contractor’s subcontracting work to Authorized Service Providers under contract with Contractor. 6.15.2 The Subcontractor’s rate for the job shall not exceed that of the Prime Contractor’s rate, as bid in the pricing section, unless the Prime Contractor is willing to absorb any higher rates or the County has approved the increase. The Subcontractor’s invoice shall be invoiced directly to the Prime Contractor, who in turn shall pass-through the costs to the County, without mark-up. A copy of the Subcontractor’s invoice must accompany the Prime Contractor’s invoice. 6.16 AMENDMENTS: All amendments to this Contract shall be in writing and approved/signed by both parties. Maricopa County Office of Procurement Services shall be responsible for approving all amendments for Maricopa County. 6.17 ADDITIONS/DELETIONS OF SERVICE: 6.17.1 The County reserves the right to add and/or delete materials and services to a Contract. If a service requirement is deleted, payment to the Contractor will be reduced proportionately, to the amount of service reduced in accordance with the bid price. If additional materials or services are required from a Contract, prices for such additions will be negotiated between the Contractor and the County. 6.17.2 The County reserves the right of final approval on proposed staff for all Task Orders. Also, upon request by the County, the Contractor will be required to remove any employees working on County projects and substitute personnel based on the discretion of the County within two business days, unless previously approved by the County. 6.18 VALIDITY: The invalidity, in whole or in part, of any provision of this Contract shall not void or affect the validity of any other provision of the Contract. SERIAL 16154-RFP 6.19 SEVERABILITY: The invalidity, in whole or in part, of any provision of this Contract shall not void or affect the validity of any other provision of this Contract. 6.20 RIGHTS IN DATA: The County shall have the use of data and reports resulting from a Contract without additional cost or other restriction except as may be established by law or applicable regulation. Each party shall supply to the other party, upon request, any available information that is relevant to a Contract and to the performance thereunder. 6.21 NON-DISCRIMINATION: CONTRACTOR agrees to comply with all provisions and requirements of Arizona Executive Order 2009-09 including flow down of all provisions and requirements to any subcontractors. Executive Order 2009-09 supersedes Executive order 99-4 and amends Executive order 75-5 and may be viewed and downloaded at the Governor of the State of Arizona’s website http://azmemory.azlibrary.gov/cdm/singleitem/collection/execorders/id/680/rec/1 which is hereby incorporated into this contract as if set forth in full herein. During the performance of this contract, CONTRACTOR shall not discriminate against any employee, client or any other individual in any way because of that person’s age, race, creed, color, religion, sex, disability or national origin. Contractor agrees to comply with all provisions and requirements of Arizona Executive Order 2009-09 including flow down of all provisions and requirements to any subcontractors. Executive Order 2009-09 supersedes Executive order 99-4 and amends Executive order 75-5 and may be viewed and downloaded at the Arizona State Library Research website (http://azmemory.azlibrary.gov/cdm/singleitem/collection/execorders/id/680/rec/1) which is hereby incorporated into this contract as if set forth in full herein. During the performance of this Contract, Contractor shall not discriminate against any employee, client or any other individual in any way because of that person’s age, race, creed, color, religion, sex, disability or national origin. 6.22 ISRAEL BOYCOTT: By signing this Contract, the Contractor certifies that they are in compliance with Article 9, Arizona Revised Statutes Section 35-393 et seq. 6.23 CERTIFICATION REGARDING DEBARMENT AND SUSPENSION The undersigned (authorized official signing for the Contractor) certifies to the best of his or her knowledge and belief, that the Contractor is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal Department or agency; have not within 3-year period preceding this Contract been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; are not presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and SERIAL 16154-RFP have not within a 3-year period preceding this Contract had one or more public transaction (Federal, State or local) terminated for cause of default. The Contractor agrees to include, without modification, this clause in all lower tier covered transactions (i.e. transactions with subcontractors) and in all solicitations for lower tier covered transactions related to this Contract. 6.23.1 The undersigned (authorized official signing on behalf of the Contractor) certifies to the best of his or her knowledge and belief that the Contractor, its current officers and directors; 6.23.1.1 are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from being awarded any contract or grant by any United States Department or Agency or any state, or local jurisdiction; 6.23.1.2 have not within three (3) year period preceding this Contract; 6.23.1.2.1 been convicted of fraud or any criminal offense in connection with obtaining, attempting to obtain, or as the result of performing a government entity (Federal, State or local) transaction or contract; and 6.23.1.2.2 been convicted of violation of any Federal or State antitrust statues or conviction for embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property regarding a government entity transaction or contract; and 6.23.1.2.3 are not presently indicted or criminally charged by a government entity (Federal, State or local) with commission of any criminal offenses in connection with obtaining, attempting to obtain, or as the result of performing a government entity public (Federal, State or local) transaction or contract; and are not presently facing any civil charges from any governmental entity regarding obtaining, attempting to obtain, or from performing any governmental entity contract or other transaction; and have not within a three (3) year period preceding this Contract had any public transaction (Federal, State or local) terminated for cause or default. 6.23.1.3 If any of the above circumstances described in the paragraph are applicable to the entity submitting a bid for this requirement, include with your bid an explanation of the matter including any final resolution. 6.23.2 The Contractor shall include, without modification, this clause in all lower tier covered transactions (i.e. transactions with subcontractors) and in all solicitations for lower tier covered transactions related to this Contract. 6.24 VERIFICATION REGARDING COMPLIANCE WITH ARIZONA REVISED STATUTES §41- 4401 AND FEDERAL IMMIGRATION LAWS AND REGULATIONS: 6.24.1 By entering into the Contract, the Contractor warrants compliance with the Immigration and Nationality Act (INA using e-verify) and all other federal immigration laws and regulations related to the immigration status of its employees and A.R.S. §23-214(A). The contractor shall obtain statements from its subcontractors certifying compliance and shall furnish the statements to the Procurement Officer upon request. These warranties shall remain in effect through the term of the Contract. The Contractor and its subcontractors shall also maintain Employment Eligibility Verification forms (I-9) as required by the Immigration Reform and Control Act of 1986, as amended from time to time, for all SERIAL 16154-RFP employees performing work under the Contract and verify employee compliance using the E-verify system and shall keep a record of the verification for the duration of the employee’s employment or at least three years, whichever is longer. I-9 forms are available for download at USCIS.GOV. 6.24.2 The County retains the legal right to inspect contractor and subcontractor employee documents performing work under this Contract to verify compliance with paragraph 6.24.1 of this Section. Contractor and subcontractor shall be given reasonable notice of the County’s intent to inspect and shall make the documents available at the time and date specified. Should the County suspect or find that the Contractor or any of its subcontractors are not in compliance, the County will consider this a material breach of the contract and may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. 6.25 INFLUENCE As prescribed in MC1-1202 MC1-1203 of the Maricopa County Procurement Code, any effort to influence an employee or agent to breach the Maricopa County Ethical Code of Conduct or any ethical conduct may be grounds for Disbarment or Suspension under MC1-902. An attempt to influence includes, but is not limited to: 6.25.1 A Person offering or providing a gratuity, gift, tip, present, donation, money, entertainment or educational passes or tickets, or any type valuable contribution or subsidy, 6.25.2 That is offered or given with the intent to influence a decision, obtain a contract, garner favorable treatment, or gain favorable consideration of any kind. If a Person attempts to influence any employee or agent of Maricopa County, the Chief Procurement Officer, or his designee, reserves the right to seek any remedy provided by the Maricopa County Procurement Code, any remedy in equity or in the law, or any remedy provided by this contract. 6.26 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS. 6.26.1 The Parties agree that this Contract and employees working on this Contract will be subject to the whistleblower rights and remedies in the pilot program on contractor employee whistleblower protections established at 41 U.S.C. § 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112–239) and section 3.908 of the Federal Acquisition Regulation; 6.26.2 Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. § 4712, as described in section 3.908 of the Federal Acquisition Regulation. Documentation of such employee notification must be kept on file by Contractor and copies provided to County upon request. 6.26.3 Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold ($150,000 as of September 2013). 6.27 ACCESS TO AND RETENTION OF RECORDS FOR THE PURPOSE OF AUDIT AND/OR OTHER REVIEW: 6.27.1 In accordance with section MCI 371 of the Maricopa County Procurement Code the Contractor agrees to retain all books, records, accounts, statements, reports, files, and other records and back-up documentation relevant to this Contract for six (6) years after SERIAL 16154-RFP final payment or until after the resolution of any audit questions which could be more than six (6) years, whichever is latest. The County, Federal or State auditors and any other persons duly authorized by the Department shall have full access to, and the right to examine, copy and make use of, any and all said materials. 6.27.2 If the Contractor’s books, records , accounts, statements, reports, files, and other records and back-up documentation relevant to this Contract are not sufficient to support and document that requested services were provided, the Contractor shall reimburse Maricopa County for the services not so adequately supported and documented. 6.27.3 If at any time it is determined by the County that a cost for which payment has been made is a disallowed cost, the County shall notify the Contractor in writing of the disallowance. The course of action to address the disallowance shall be at sole discretion of the County, and may include either an adjustment to future invoices, request for credit, request for a check or deduction from current billings Submitted by the Contractor by the amount of the disallowance, or to require reimbursement forthwith of the disallowed amount by the Contractor by issuing a check payable to Maricopa County. 6.28 AUDIT DISALLOWANCES: If at any time, County determines that a cost for which payment has been made is a disallowed cost, such as overpayment, County shall notify the Contractor in writing of the disallowance. County shall also state the means of correction, which may be but shall not be limited to adjustment of any future claim submitted by the Contractor by the amount of the disallowance, or to require repayment of the disallowed amount by the Contractor. 6.29 OFFSET FOR DAMAGES; In addition to all other remedies at Law or Equity, the County may offset from any money due to the Contractor any amounts Contractor owes to the County for damages resulting from breach or deficiencies in performance of the contract. 6.30 PUBLIC RECORDS: Under Arizona law, all Offers submitted and opened are public records and must be retained by the Records Manager at the Office of Procurement Services. Offers shall be open to public inspection and copying after Contract award and execution, except for such Offers or sections thereof determined to contain proprietary or confidential information. by the Office of Procurement Services. If an Offeror believes that information in its Offer or any resulting Contract should not be released in response to a public record request under Arizona law, the Offeror shall indicate the specific information deemed confidential or proprietary and submit a statement with its offer detailing the reasons that the information should not be disclosed. Such reasons shall include the specific harm or prejudice which may arise from disclosure. The Records Manager of the Office of Procurement Services shall determine whether the identified information is confidential pursuant to the Maricopa County Procurement Code. 6.31 PRICES: Contractor warrants that prices extended to County under this Contract are no higher than those paid by any other similar customer for these or similar services under similar terms. 6.32 INTEGRATION: This Contract represents the entire and integrated agreement between the parties and supersedes all prior negotiations, proposals, communications, understandings, representations, or agreements, whether oral or written, express or implied. SERIAL 16154-RFP 6.33 RELATIONSHIPS: In the performance of the services described herein, the Contractor shall act solely as an independent contractor, and nothing herein or implied herein shall at any time be construed as to create the relationship of employer and employee, co-employee, partnership, principal and agent, or joint venture between the County and the Contractor. 6.33.1 In the performance of the services described herein, the Contractor shall act solely as an independent contractor, and nothing herein or implied herein shall at any time be construed as to create the relationship of employer and employee, co- employee, partnership, principal and agent, or joint venture between the County and the Contractor. 6.33.2 The County reserves the right of final approval on proposed staff for all Task Orders. Also, upon request by the County, the Contractor will be required to remove any employees working on County projects and substitute personnel based on the discretion of the County within two business days, unless previously approved by the County. 6.34 GOVERNING LAW: This Contract shall be governed by the laws of the state of Arizona. Venue for any actions or lawsuits involving this Contract will be in Maricopa County Superior Court or in the United States District Court for the District of Arizona, sitting in Phoenix, Arizona 6.35 ORDER OF PRECEDENCE: In the event of a conflict in the provisions of this Contract and Contractor’s license agreement, if applicable, the terms of this Contract shall prevail. 6.36 ORDERING AUTHORITY: Any request for purchase shall be accompanied by a valid purchase order, issued by Office of Procurement Services, a Purchase Order issued by the using Department or direction by a Certified Agency Procurement Aid (CAPA) with a Purchase Card for payment. 6.37 NO MINIMUM OR MAXIMUM PURCHASE OBLIGATION: 6.37.1 This Contract does not guarantee any minimum or maximum purchases will be made. Orders will only be placed under this Contract when the County identifies a need and proper authorization and documentation have been approved. 6.37.2 Contractors agree to accept verbal notification of cancellation of Purchase Orders from the County Procurement Officer with written notification to follow. Contractor specifically acknowledges to be bound by this cancellation policy. 6.38 PURCHASE ORDERS: County reserves the right to cancel Purchase Orders within a reasonable period of time after issuance. Should a Purchase Order be canceled, the County agrees to reimburse the Contractor for actual and documentable costs incurred by the Contractor in response to the Purchase Order. The County will not reimburse the Contractor for any costs incurred after receipt of County notice of cancellation, or for lost profits, shipment of product prior to issuance of Purchase Order, etc. 6.39 UNIFORM ADMINISTRATIVE REQUIREMENTS: By entering into this Contract, the Contractor agrees to comply with all applicable provisions of Title 2, Subtitle A, Chapter II, PART 200—UNIFORM ADMINISTRATIVE SERIAL 16154-RFP REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS contained in Title 2 C.F.R. § 200 et seq. For purchases of $50,000 or greater under this agreement, the applicable participating entity must disclose to THD when it is receiving any federal funds related to that requested purchase prior to THD agreeing to that purchase. 6.40 CONFIDENTIAL INFORMATION: Any information obtained in the course of performing this Contract may include information that is proprietary or confidential to the County. This provision establishes the Contractor’s obligation regarding such information. The Contractor shall establish and maintain procedures and controls that are adequate to assure that no information contained in its records and/or obtained from the County or from others in carrying out its functions (services) under the Contract shall be used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform duties under the Contract. The Contractor’s procedures and controls at a minimum must be the same procedures and controls it uses to protect its own proprietary or confidential information. If, at any time during the duration of the Contract, the County determines that the procedures and controls in place are not adequate, the Contractor shall institute any new and/or additional measures requested by the County within fifteen (15) calendar days of the written request to do so. Any requests to the Contractor for County proprietary or confidential information shall be referred to the County for review and approval, prior to any dissemination. 6.41 INCORPORATION OF DOCUMENTS: The following are to be attached to and made part of this Contract: 6.41.1 Exhibit A, Pricing; 6.41.2 Exhibit B, Scope of Work; 6.41.3 Exhibit C Facilities Management Requirements NOTICES: All notices given pursuant to the terms of this Contract shall be addressed to: For County: Maricopa County Office of Procurement Services ATTN: Contract Administration 320 West Lincoln Street 160 South 4th Avenue Phoenix, Arizona 85003-2494 For Contractor: Home Depot U.S.A., Inc. 2455 Paces Ferry Road PO BOX 193176, Atlanta, GA. 30339 Columbus, OH 43218 ATTN: Contract Administration SERIAL 16154-RFP SERIAL 16154-RFP EXHIBIT A PRICING SERIAL 16154-RFP NIGP CODE: 45041 RESPONDENT'S NAME: Home Depot U.S.A., Inc. COUNTY VENDOR NUMBER : W000001453 ADDRESS: 2455 Paces Ferry Road PO BOX 193176, Atlanta, GA 30339 Columbus OH 43218 P.O. ADDRESS: Each local The Home Depot stores TELEPHONE NUMBER: 866-589-0690 FACSIMILE NUMBER: 866-589-0691 WEB SITE: www.homedepot.com CONTACT (REPRESENTATIVE): Richard Nyberg REPRESENTATIVE'S E-MAIL ADDRESS: richard_nyberg@homedepot.com YES WILL ALLOW OTHER GOVERNMENTAL ENTITIES TO PURCHASE FROM THIS CONTRACT [X] WILL ACCEPT PROCUREMENT CARD FOR PAYMENT: [X] PAYMENT TERMS. [X] NET 30 DAYS (See Below) Note: Net 30 is for Home Depot Account transactions only. Payment is required at the time of each transaction. Note: Net 60 payment terms for Home Depot Accounts may be available upon review of a customer's account information. 1.0 PRICING: 1.1 Do you offer a Rebate in lieu of a discount Yes Details of your Rebate Program · At least $10,000 to $25,000 Annual Net Sales (Pretax) = 1% Rebate · At least $25,000 to $100,000 Annual Net Sales (Pretax) = 2% Rebate · Over $100,000 Annual Net Sales (Pretax) = 5% Rebate 1.2 Pro Rewards Paint Program Level Discount % Minimum Annual Spend on Paint Gold 20% $ 7,500 Silver 15% $ 4,000 Bronze 10% $ 2,000 1.3 Volume Pricing Program For any purchase over $1,500 more aggressive pricing may be available through the Volume Pricing Program. For any planned order over $1,500, call in the request for quote to the ProDesk of your local The Home Depot store and ask for it to be submitted for volume pricing consideration. SERIAL 16154-RFP EXHIBIT B STATEMENT OF WORK CONTRACT FOR MAINTENANCE, REPAIR, OPERATING SUPPLIES, INDUSTRIAL SUPPLIES, AND RELATED PRODUCTS AND SERVICES (U.S. Communities) 1.0 INTENT: The Contractor shall have a strong national presence for a vast array of supplies and equipment necessary for maintenance and repair in residential, commercial and industrial environments for use by various public entities nationwide. Other governmental entities under agreement with the County may have access to services provided hereunder. The County reserves the right to award in whole or in part, by item or group of items, by section or geographic area, or make multiple awards, where such action serves the County’s best interest. The County reserves the right to add additional contractors, at the County’s sole discretion, in cases where the currently listed contractors are of an insufficient number or skill-set to satisfy the County’s needs or to ensure adequate competition on any project or task order work. 1.1 INTRODUCTION, BACKGROUND AND INTENT: MASTER AGREEMENT Maricopa County, AZ (herein “Lead Public Agency” on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein “Participating Public Agencies”) is awarding a contract to a qualified supplier to enter into a Master Agreement for a complete line of Maintenance, Repair and Operating (MRO) Supplies and Industrial Supplies in a Retail and Wholesale environment; and Related Products and Services (herein “Products and Services”). 1.2 GENERAL DEFINITION OF PRODUCTS AND/OR SERVICES Contractors are to have the broadest possible selection of MAINTENANCE, REPAIR, OPERATING SUPPLIES, INDUSTRIAL SUPPLIES AND RELATED PRODUCTS AND SERVICES they offer. The intent of this contract is to provide Participating Public Agencies with a comprehensive offering of products and services to meet their various needs. 1.2.1 Maintenance, Repair, Operating (MRO) Supplies and Related Services (Installation, Repair and Renovation) – A complete and comprehensive offering of wholesale and/or retail MRO supplies such as appliances, building materials, hardware, HVAC, kitchen and bath cabinets, janitorial supplies, landscaping equipment and supplies, motors, pumps, paints and coatings, plumbing, pool chemicals and supplies, hand-held general purpose tools, power tools, flooring, window coverings, and any other miscellaneous MRO supplies offered by Supplier. In addition, a complete range of services available through the Supplier such as, but not limited to, installation, renovation services, repair services, training services and any other related services offered by Supplier. 1.2.2 Related Products and Services (Including Installation, Repair and Renovation Services) – A complete range of related products and services offered by Supplier including, but not limited to, installation, repair and renovation services for replacements, upgrades, and remodeling in the residential, commercial and industrial environments relating to any of the following (non-inclusive): roofing, gutters, downspouts, HVAC, plumbing, electrical, exterior decks, patios and porches, exterior siding, windows and SERIAL 16154-RFP doors, interior and exterior painting, weatherization, ADA improvements, hose fabrication, hydraulic repairs, gearbox repairs, conveyor system repairs, vulcanizing, rubber fabrication, and any other types of residential, commercial and industrial environments. 2.0 SCOPE OF WORK: 2.1 MAINTENANCE, REPAIR, OPERATING SUPPLIES (MRO) AND RELATED SERVICES (INSTALLATION, REPAIR AND RENOVATION): Provide a complete and comprehensive offering of Retail MRO supplies such as appliances, building materials, hardware, HVAC, kitchen and bath cabinets, janitorial supplies, landscaping equipment and supplies, motors, pumps, paints and coatings, plumbing, pool chemicals and supplies, hand-held general purpose tools, power tools, flooring, window coverings, and any other miscellaneous MRO supplies offered by Supplier. In addition, a complete range of services available through the Supplier such as, but not limited to, installation, renovation services, repair services, training services and any other related services offered by Supplier. 2.2 RELATED PRODUCTS AND SERVICES (INSTALLATION, REPAIR AND RENOVATION SERVICES): 2.2.1 Any related products offered by Supplier. 2.2.2 Services may also include replacements, upgrades, remodeling; and product, turnkey and major category installations. 2.2.3 Services performed shall be non-structural in nature. 2.2.4 Products used in performing these services shall be procured under the awarded contract, at contract prices. 2.2.5 These services may be required in the residential and commercial environments and may be any of the following (non-inclusive): 2.2.5.1 Roofing, Gutters, Downspouts 2.2.5.2 HVAC 2.2.5.3 Plumbing 2.2.5.4 Electrical 2.2.5.5 Exterior decks, patios and porches 2.2.5.6 Exterior Siding 2.2.5.7 Windows, Doors 2.2.5.8 Interior/Exterior Painting 2.2.5.9 Weatherization – Storm Windows/Doors, Insulation, Weather Stripping 2.2.5.10 ADA Improvements 2.2.6 Services: 2.2.6.1 Providing and managing qualified contractors 2.2.6.2 Budget management in keeping projects on budget 2.2.6.3 Project management services in design, planning, organizing, scheduling and managing all stages of a project. 2.2.7 Service Providers (Labor): SERIAL 16154-RFP 2.2.7.1 Contractor shall serve as the single point of contact between Participating Public Agencies and Service Providers. 2.2.7.2 Contractor shall verify that all Service Providers are fully licensed for the type of work being performed in the respective state(s). 2.2.7.3 Contractor shall verify each Service Provider maintains at a minimum, the levels of insurance specified under in draft contract. 2.2.7.4 Contractor shall perform a background screen of all Service Providers consisting of (at a minimum): 2.2.7.4.1 National Employee Database 2.2.7.4.2 SSN Verification 2.2.7.4.3 National Criminal Database Check 2.2.7.4.4 Two County Search 2.2.7.4.5 Sex Offender Search 2.2.7.4.6 Annual Review (National Criminal Database) 2.2.7.4.7 Two (2) Year Complete Re-Screen and Renewal 2.2.7.4.8 Financial Background 2.2.7.5 All Service Provider employees shall wear a Service Provider’s issued picture identification badge at all times. 2.3 PRODUCT CATEGORIES: This Agreement is to establish a nationwide purchasing agreement for the acquisition of MRO and related products/services. The category descriptive examples below are not to be considered restrictive, but rather, provide a general, non-inclusive, description of the category. These are standard use in the residential, commercial, and industrial environments. . All products offered shall be new, unused and of the latest design and technology. The intent is for each Proposer to submit their complete product line so that Participating Public Agencies may order a wide array of product as appropriate for their needs. You may subcontract items your firm does not supply. 2.3.1 CATEGORY 1: APPLIANCES Large appliances: refrigerators, washers, dryers, dishwashing machines, stoves, cooktops, range hoods and ovens; TVs, DVR’s, small appliances: mixers, toasters, microwave ovens, food processors, disposals, trash compactors, and all ancillary supplies, tools, and components. 2.3.2 CATEGORY 2: BUILDING MATERIALS Lumber (dimensional and timber), millwork, roofing, siding, plywood, paneling, hardwood, trim, molding, fencing, decking, gates, brick, block, doors, windows, bagged goods (concrete, mortar, sand, or asphalt), drywall, rebar, acoustical tiles, rain gutters, garage door openers, insulation, and all ancillary supplies, tools, and components. 2.3.3 CATEGORY 3: HARDWARE Fasteners (nuts/bolts, screws, washers, rivets, nails), builders hardware (hinges, gate hardware, barrel bolts/hasps, corner braces, shelf brackets, closet hardware, springs), threaded rod/steel shapes, anchors, padlocks, lock sets, wheels, casters, ball bearings, rope, chain, metal stock, dry cell batteries, fire extinguishers, signs, cabinet hardware, mail boxes, safes, drop boxes, weatherization products, and all ancillary supplies, tools, and components. SERIAL 16154-RFP 2.3.4 CATEGORY 4: HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) Equipment, package units, evaporative coolers, tools, parts, ducting, air filtration, thermostats, portable and fixed heaters, fans, and all ancillary supplies, tools, and components. 2.3.5 CATEGORY 5: KITCHEN AND BATH CABINETS Kitchen cabinets, bath vanities, countertops, medicine cabinets, mirrors, and all ancillary supplies, tools, and components. 2.3.6 CATEGORY 6: JANITORIAL SUPPLIES Cleaners, soaps, waxes, strippers, polishes, vacuums, brooms, mops, buckets, gloves, carts, paper goods, and all ancillary supplies, tools, and components. 2.3.7 CATEGORY 7: LANDSCAPING EQUIPMENT AND SUPPLIES Lawn and landscape equipment (gasoline and electric), shovels, rakes, axes, hoes, hoses, nozzles, insect control, herbicides, fertilizers, plants, trees, sprinkler/irrigation equipment and supplies and all ancillary supplies, tools, an components. 2.3.8 CATEGORY 8: MOTORS/PUMPS Fractional and full horse, starters, pulleys, belts, fans, motor controls, and all ancillary supplies, tools, and components. 2.3.9 CATEGORY 9: PAINTS AND COATINGS All types of paints and coatings, wall paper, caulking, spray equipment, aerosol paints, pressure washers, sand blasters, finishes, abrasives, epoxy, cleaners, drywall supplies, tarps, compounds, adhesives, accessories, and all ancillary supplies, tools, and components. 2.3.10 CATEGORY 10: PLUMBING Equipment, parts, piping and fittings, water heaters, furnaces, disposals, pneumatic piping, filters, commodes, sinks, bathtubs, showers, shower doors, faucets, water conditioning equipment, water dispensing equipment, salt, and all ancillary supplies, tools, and components. 2.3.11 CATEGORY 11: POOL SUPPLIES Pool chemicals, tools, timers, pump/motor units, vacuum equipment, patio furniture, parts, and all ancillary supplies, tools, and components. 2.3.12 CATEGORY 12: TOOLS, HAND-HELD GENERAL PURPOSE Hand-held (electric, battery, or pneumatic operated), including accessories, automotive type tools, welding equipment, testing and measuring tools, carts and hand trucks, work benches, tool cabinets, ladders, and all ancillary supplies and components. 2.3.13 CATEGORY 13: TOOLS, POWER TYPE Electric or gas operated, mobile or stationary, bench or floor mounted, including accessories, and all ancillary supplies and components. 2.3.14 CATEGORY 14: FLOORING AND WINDOW COVERINGS All flooring, including but not limited to, vinyl plank, VCT, vinyl tile, ceramic tile, hardwood, carpet tile, carpet and cove base; blinds, shades, screens, window glass, mirrors, parts, and all ancillary supplies, tools, and components. SERIAL 16154-RFP 2.3.15 CATEGORY 15: HOSPITALITY Guest room supplies and appliances, personal care amenities, telephones, bed and bath linens, housekeeping cleaning supplies, public restroom supplies, carts, banquet and conference room supplies, guest room and suite furniture, fixtures, and equipment, pool and patio equipment, and other hospitality supplies. 2.3.16 CATEGORY 16: WATER AND WASTE WATER TREATMENT Aeration, chart and data recorders, chemical feed, collection systems, flow metering, gauges, grounds maintenance, hose, hydrants, lab chemicals, equipment, and testing, location and leak detection, level and pressure, pipe, plugs, process analysis, pumps, sampling equipment, storm water, tanks, tools, valves, and water treatment. 2.3.17 CATEGORY 17: MISCELLANEOUS Including, but not limited to: shelving (metal or wood composite), safety and emergency equipment, first aid supplies, conditioning salt, scaffolding (purchased), packaging supplies, communication supplies, electrical supplies, lighting supplies, office products, and property management products. 2.3.18 CATEGORY 18: IN STORE SERVICES Including, but not limited to: glass cutting, pipe threading, planning services (flooring and cabinet), verbal technical advice, special orders, rental equipment, etc. 2.4 PRODUCT ORDERING: 2.4.1 Contractor’s limited product line (Wholesale or Retail) shall be available for internet ordering 24/7. 2.4.2 Products may be ordered by any of the following methods: 2.4.2.1 Retail Stores (Point of Sale) 2.4.2.2 Internet (Homedepot.com ) 2.4.2.3 Other eProcurement options 2.4.2.4 Will Call (Phone or FAX order) 2.5 PRODUCT PRICING: Retail: Products shall be sold at their retail price. An annual volume rebate will be paid to Participating Public Agencies (see Exhibit A). For any purchase over $1,500, more aggressive pricing may be available through the Volume Pricing Program. The discount offered through this program will depend on dollar value, quantity and type of material. In addition, the Pro Rewards Paint program offers Participating Public Agencies further discounts on their paint only purchases (see Exhibit A). 2.6 ON-LINE CATALOG DISCOUNT PRICING: Presently, the capability exists to access a limited on-line catalog reflecting contract pricing of products. 2.7 RELATED PRODUCTS AND SERVICES (INSTALLATION, REPAIR AND RENOVATION SERVICES) PRICING: 2.7.1 All Participating Public Agencies shall receive a detailed written quotation for all services to be performed, and product(s) to be provided. SERIAL 16154-RFP 2.7.2 All quotations shall be for a “not to exceed” amount. 2.7.3 As an audit tool, the Contractor(s) shall provide a copy of the most current R.S. Means Bare Cost Data (including any city cost index adjustment) pertaining to all written quotations. 2.7.4 Spending on services shall be included in the annual volume rebate (see Exhibit A). 2.8 SALES REPORTING: 2.8.1 Sales Dollars 2.8.2 Sales histories by manufacturer, item description, part number, quantity, NIGP codes 2.8.3 Procurement card (MasterCard or Visa brand) 2.9 BRAND NAMES: The County reserves the right to request samples to determine quality and acceptability of materials bid by Contractor. . Materials substantially equivalent to those designated shall qualify for consideration of an order. 2.10 DELIVERY, FREIGHT REQUIREMENTS: 2.10.1 All domestic ground shipments shall be FOB Destination, Freight Prepaid and Included. Any handling fees shall also be included in the pricing. 2.10.2 Any requests for local delivery of orders placed at local stores shall be subject to local delivery fees, if applicable. 2.10.3 Shipping and handling fees are allowable to destinations outside the continental U.S. 2.10.4 A packing list or other suitable shipping document shall accompany each shipment and shall include the following: 2.10.4.1 Contract Serial number 2.10.4.2 Contractor’s name and address 2.10.4.3 Participating Public Agency’s name and address 2.10.4.4 Participating Public Agency’s purchase order number 2.10.4.5 A description of product(s) shipped, including item number(s), quantity (is), number of containers and package number(s), as applicable 3.0 PROCUREMENT REQUIREMENTS: 3.1 SHIPPING TERMS: Bid price(s) and terms shall be F.O.B. Destination at ordering Agencies locations for those items requested to be delivered. Delivery charges may apply based on location. 3.2 OPERATING MANUALS (If required): Upon delivery, Contractor shall provide comprehensive operational manuals, service manuals and schematic diagrams, if required by the Using Agency. 3.3 INSTALLATION: (If required): The Contractor’s price shall include delivery and installation of all equipment in a complete operating condition. SERIAL 16154-RFP 3.4 ACCEPTANCE: (If required): Upon delivery and successful installation, the material(s) shall be deemed accepted and the warranty period shall begin. All documentation shall be completed prior to final acceptance. 3.5 CONTRACTOR EMPLOYEE MANAGEMENT: 3.5.1 Contractor shall endeavor to maintain the personnel proposed in their offer throughout the implementation of the Agreement. In the event that Contractor personnel’s employment status changes, Contractor shall provide County a list of replacement personnel. . Under no circumstances is it acceptable for the implementation schedule to be impacted by a personnel change on the part of the Contractor. 3.5.2 County reserves the right to immediately remove from its premises any Contractor personnel it determines is a risk to County operations. 3.5.3 County reserves the right to request the replacement of Contractor personnel at any time, for any reason. 3.6 WARRANTY: Home Depot SOW Information: All repair and renovation services performed by Home Depot carries a one (1) year workmanship warranty and all manufacturers’ product warranties shall be passed on to the end customer as further detailed in Contract section 6.5. Home Depot also offers a robust return policy on product purchases, whereas (most) returns within 90 days of purchase are accommodated with a valid sales receipt for exchange, refund, credited to an associated Home Depot 3.6.1 All items furnished under this Contract shall conform to the requirements of this Contract and shall be free from defects in design, materials and workmanship. 3.6.2 The warranty period for workmanship shall be for an initial period of twelve (12) months and commence upon acceptance by County. 3.6.2.1 The Contractor agrees that he will, at his own expense, provide all labor and parts required to remove, repair or replace, and reinstall any such defective workmanship and/or materials which becomes or is found to be defective during the term of this warranty. The Contractor shall guarantee the equipment to be supplied complies with all applicable regulations. 3.7 FACTORY AUTHORIZED SERVICE AVAILABILITY (if required): The Contractor shall have and maintain a local factory authorized service facility within the Phoenix, Arizona metropolitan area. The facility shall be capable of supplying and installing component parts, troubleshooting, repairing and maintaining the products. Minimum service hours shall be from 8:00 A.M. through 5:00 P.M., Arizona Time, Monday through Friday. 3.8 USAGE REPORT: The Contractor shall furnish the County a usage report upon re quest delineating the acquisition activity governed by the Contract. The format of the report shall be approved by the County and shall disclose the quantity and dollar value of each contract item by individual unit. SERIAL 16154-RFP 16154 EXHIBIT C FACILITIES MANAGEMENT REQUIREMENTS Maricopa County Facilities Management operation requirements. 1.0 HOURS OF SERVICE: 1.1 REGULAR HOURS are between 6:00 AM and 6:00 PM, Monday through Friday, excluding County holidays. 1.2 AFTER HOURS is after 6:00 PM and prior to 6:00 AM, Monday through Friday. 1.3 WEEKENDS are anytime Saturday or, Sunday. 1.4 HOLIDAYS are County Holidays (See County holiday schedule attachment). 1.5 Services shall be available 24 hours per day, 7 days per week, 365 days per year. 1.6 Contractor shall provide 24 hours per day, 7 days per week, 365 days per year telephone access, and strive to respond to a call for services within thirty (30) minutes of receipt. 2.0 RESPONSE TIMES: 2.1 During REGULAR HOURS, AFTER HOURS, WEEKEND or HOLIDAYs, Contractor shall strive to respond on-site within four (4) hours of receipt of a service request if a site visit is mutually determined to be required. 2.2 If the request is designated by the County as an EMERGENCY, the contractor shall strive to respond on-site within two (2) hours of receipt of a service request regardless of the time of day, WEEKEND or HOLIDAY if a site visit is mutually determined to be required. 3.0 TRIP CHARGE: Trip charges are permitted when time and material work is requested at the following sites only: 3.1 MCSO Lake Aid Stations (Apache, Bartlett, Blue Point, Canyon and Saguaro) 3.2 County offices located in Gila Bend, AZ 3.3 County offices located in Buckeye, AZ 3.4 County offices located in Aguila, AZ 3.5 Only one trip charge may be charged per service call. 3.6 If the contractor arrives onsite and is unable to locate a County representative familiar with the work or unable to gain access to the work site, the Contractor may only bill for a trip charge (maximum one time daily trip charge not to exceed $50.00). The Contractor is not authorized to incur nor will the County accepting billing for any labor charges. 4.0 CONTRACTOR REQUIREMENTS: 4.1 Contractor(s) shall supply all labor, supervision, materials, tools, equipment, and effort necessary to perform the Scope of Work presented. SERIAL 16154-RFP 4.2 The Contractor’s service truck fleet and/or warehouse shall carry sufficient supply of repair parts and equipment to perform services per Scope of Work presented. 4.3 The Contractor agrees to utilize only experienced, responsible and capable people in the performance of the work. 4.4 All employees of the Contractor shall wear a company uniform identified with the company name that may include one of the following: 4.4.1 Shirt/blouse 4.4.2 Vest 4.4.3 Cap 4.4.4 Badging that identifies the business they work for 4.5 No one except authorized employees of the Contractor is allowed on the premises of Maricopa County. Contractor’s employees are NOT to be accompanied in their work area by acquaintances, family members, assistants, or any other person unless said person is an authorized employee of the Contractor. 4.6 The Contractor shall perform the work in a way to minimize disruption to the normal operation of building occupants. Upon completion of work the Contractor shall clean and remove from the job site all debris, materials and equipment associated with the work performed. 4.7 Contractor shall adhere to all regulations, rules, ordinances, and standards set by Federal, State, County, and Municipal governments pertaining to safety on the job site. 5.0 BUILDING SECURITY (KEYS): 5.1 The Contractor may be provided keys to required County Facilities at the discretion of FMD. Keys may be acquired by: 5.2 The Contractor being provided permanent key(s), wherein the Contractor verifies receipt of and accepts responsibility for keys. The keys must be returned at the completion of the work or at the direction of FMD. Keys not returned may cause the County to re-key the ENTIRE building or locations that the set of keys opened with the cost being borne by the Contractor. 5.3 In lieu of or in addition to keys, the Contractor may be provided card access badges at the discretion of FMD. 5.4 The Contractor shall notify FMD within twenty-four (24) hours if any keys are lost, misplaced, stolen or otherwise not within the Contractor’s control. 6.0 Once the Purchase Order is complete, expired, or terminated the Contractor shall immediately return all badges and keys to FMD.SALVAGE: Salvage rights shall be evaluated on a project by project basis by the County and shall be determined prior to incorporation in the contractor’s bid price. Salvage rights automatically apply for all work if in the best interest to the County. Salvageable materials without pre-approved contractor salvage rights shall be securely stored and are not to be transported off the site without written permission from Maricopa County. If contractor is given salvage rights, salvageable materials shall be removed daily. No on site storage of contractor’s salvaged materials will be permitted. SERIAL 16154-RFP 7.0 INVOICES AND PAYMENTS: For transactions using a Home Depot Net 30 Account, Invoices are required to contain the following information and should be e-mailed to FMD-ACCOUNTSPAYABLE@MAIL.MARICOPA.GOV If invoices cannot be e-mailed, U.S. Mail is acceptable to Maricopa County Facilities Management, Accounts Payable, 401W. Jefferson, Phoenix, Arizona 85003 – or to the address that was used in establishing the associated Home Depot Account. 7.1 Company name, address and contact information 7.2 County bill-to name and contact/requestor information 7.3 Building Name and Building Number 7.4 County purchase order number 7.5 County contract number 7.6 Maximo (FMD) service call number 7.7 Invoice number and date 7.8 Date of service or delivery 7.9 Description of Purchase (services performed) 7.10 Labor breakdown: rate per hour x no. of hours by personnel type (time & materials) 7.11 Material breakdown: itemized parts list to contain unit price x quantity, indicating mark-ups as contracted (time & materials) 7.12 Arrival and completion time 7.13 Total Amount Due with tax amounts separated. Must also clearly indicate the tax rate being applied 7.14 Payment Terms For Time & Material work, Contractor(s) must provide, all equipment, expendable shop supplies (rags, cleaners, solvents, gasses, etc.), miscellaneous parts (screws, bolts nuts, small items etc.), tools, etc. necessary to perform all the required services. Contractor(s) are allowed a one-time Misc. Shop fee charge of up to $25.00 per work order to cover these type of expenses. Anything beyond the $25 limit, will be provided at the contractor’s own expense. 8.0 CONTRACTOR EMPLOYEE BACKGROUND CHECK: A background check is required for all Contractor employees providing services to the County. The cost of this service shall be incurred by the County. No Contractor employee may access County property without approval of FMD. SERIAL 16154-RFP 16154 EXHIBIT C FACILITIES MANAGEMENT REQUIREMENTS Maricopa County Facilities Management operation requirements. 1.0 HOURS OF SERVICE (any fluctuations to these hours will be handled in the Solicitation): 1.1 REGULAR HOURS are between the hours of 6:00 a.m. and 6:00 p.m., Monday through Friday, excluding County holidays. 1.2 AFTER HOURS are between the hours of 6:00 p.m. and prior to 6:00 a.m., Monday through Friday. 1.3 WEEKENDS are anytime on a Saturday or a Sunday. 1.4 HOLIDAYS are County holidays. 1.5 Services shall be available 24 hours per day, 7 days per week, 365 days per year. 1.6 The Facilities Management Parts Warehouse is open for deliveries between the hours of 7:00 a.m. to 3:00 p.m. weekdays except for County holidays. 2.0 BEGINNING OF WORK: 2.1 Contractor shall provide 24 hours per day, 7 days per week, 365 days per year telephone access, and use best efforts to respond to a call for services within thirty (30) minutes of receipt via phone or email. 2.2 During REGULAR HOURS, AFTER HOURS, WEEKEND or HOLIDAYs, Contractor shall strive to respond on-site to begin work within four (4) hours of receipt of a service request unless arranged for a later date/time with the County per the work order or notice to proceed. 2.3 The four (4) hour response time shall carryover to the next working day if called into Contractor’s office as a non-emergency call after 2:00 p.m. The Contractor will be required to begin work by 8:00 a.m. the following day, as mutually agreed to by the Parties. 2.4 Contractors shall strive to respond to EMERGENCY requests immediately and report on- site to begin work within two (2) hours service call request regardless of the time of day, WEEKEND or HOLIDAY. 3.0 TRIP CHARGE: One-time trip charges of $50.00, or other amount only if previously identified to the Maricopa County contact and agreed to by them (one per work order), are permitted when Time and Materials work is requested at the following sites ONLY: 3.1 MCSO Lake Aid Stations (Apache, Bartlett, Blue Point, Canyon and Saguaro) 3.2 County offices located in Gila Bend, AZ 3.3 County offices located in Buckeye, AZ 3.4 County offices located in Aguila, AZ SERIAL 16154-RFP 4.0 DEAD END CHARGE: If the Contractor is unable to locate a County representative familiar with the work or is unable to gain access to the work site, the Contractor shall call the County Boiler Room (602-506-3310). The Boiler Room technician will give Contractors further instruction at this time. If the Contractor is delayed or turned away, a $50.00 trip charge shall be authorized by the County. 5.0 CONTRACTOR REQUIREMENTS: 5.1 Contractor shall provide and maintain during the entire period of this contract, all labor, supervision, materials, effort, tools, and equipment sufficient in number, condition and capacity to efficiently perform the work and render the services required by this contract. Contractor shall provide evidence of his ability to furnish equipment and personnel. The Contractor’s service truck fleet and/or warehouse shall carry sufficient supply of repair parts and equipment to perform services per Scope of Work presented. 5.2 The Contractor shall perform the work in such a way as to minimize disruption to the normal operation of the County site and building occupants. Upon completion of work, the Contractor is responsible for cleaning and removing from the job site; all debris, materials, and equipment associated with the work performed and County property is restored to the same condition prior to start of the job. Such disturbances may include, but are not limited to: loose dirt, dislocated gravel; removed vegetation; footprints; old asphalt/concrete; etc. Documentation will be performed through an audit and feedback system of contract administration. If an inspection reveals that the Contractor failed to clean up after work has been performed, the County will notify the Contractor of the discrepancy and the Contractor will have twenty-four (24) hours to make the needed correction. Should the Contractor fail to correct noted issues, the County reserves the right to make other arrangements to have the area cleaned and the cost of such work shall be offset from any monies due the Contractor. 5.3 The Contractor shall perform all services in such a manner that does not damage County property. In the event damage occurs to Maricopa County property, or any adjacent property due to any services performed under this contract, the Contractor shall notify the County representative immediately of damages and replace or repair the same at no cost to the County. If damage caused by the Contractor has to be repaired or replaced by the County, and the cost of such work shall be deducted from the monies due the Contractor. 5.4 Contractor’s bidding on this solicitation may visit the sites to determine conditions that would affect prices and work performance. As some sites do have internal restrictions, a site visit may be scheduled if necessary. See GIS link for site directions: https://gisportal.maricopa.gov/FMD/Facility/Index.html. 5.5 Contractors must have a facility sufficient to support the work contemplated by this contract within fifty (50) miles of 401 W. Jefferson St., Phoenix AZ 85003. 5.6 The Contractor agrees to utilize only experienced, responsible, and capable people in the performance of the work. 5.7 All vehicles used by Contractor shall be clearly identified with the name of the company on each side of the equipment, including personnel transportation vehicles, or consistent with the Contractor’s business practices. The letters shall be of such size that they are distinguishable from a reasonable distance or consistent with the Contractor’s business practices. 5.8 All employees of the Contractor shall wear a company uniform identified with the company name that may include of one of the following: • Shirt/blouse SERIAL 16154-RFP • Vest • Cap 5.9 Only authorized employees of the Contractor are allowed on the premises of Maricopa County. Contractor’s employees are NOT to be accompanied in their work area by acquaintances, family members, assistants, or any other person unless said person is an authorized employee of the Contractor. 5.10 All work must comply with EPA, OSHA, and any State, County, or local regulations in effect at each service location. Contractor shall adhere to all regulations, rules, ordinances, and standards set by Federal, State, County, and Municipal governments pertaining to safety on the jobsite. If the Contractor is found not to be in compliance with Federal, State, County, and/or Municipal safety rules, ordinances, policy, procedure, or codes, the County may, in accordance with the “Suspension of Work” clause of the contract, suspend the work without cost to the County until such non-compliant issues are rectified to the satisfaction of the Using Agency. Continued non-compliance may result in termination. 6.0 BUILDING ACCESS: 6.1 The Contractor may be provided access to County Facilities at the discretion of Facilities Management. keys, badges, or access cards will be provided per the following guidelines: 6.2 Contractor employees may sign out a set of keys (all looped on a single key ring) upon arrival at site, and must turn-in key set after completion of duties unless they are issued a permanent key. 6.3 Permanent keys may be provided to Contractor employees on a case-by-case basis. Should an employee leave the Contractor’s work force, Contractor must immediately notify the County and keys, badges, and access cards must be returned to the County. 6.4 The Contractor shall notify the County within twenty-four (24) hours if any keys, badges, or access cards are lost, misplaced, stolen or otherwise not within the Contractor’s control. 6.5 Once this agreement is complete, expired, or terminated, the Contractor shall immediately return all keys, badges, or access cards to the County. 6.6 Failure to comply with these requirements may result in the Contractor being assessed the cost of replacing keys or access cards and any associated cost to ensure the security of County facilities including but not limited to, re-keying the ENTIRE building at the expense of the Contractor. 7.0 CANCELLATION COST: Any scheduled work cancelled without a minimum of 48 hours prior notice to the County will be rescheduled with the Contractor and is subject up-to a 25% reduction of the cost. 8.0 SALVAGE: Salvage and trade-in rights shall be evaluated on a project-by-project basis by the County and shall be determined prior to incorporation in the Contractor’s bid price. Salvageable materials without pre-approved Contractor salvage rights shall be securely stored and are not to be transported off the site without written permission from Maricopa County. If Contractor is given salvage rights, salvageable materials shall be removed daily. On-site storage of Contractor’s salvaged materials is not permitted. SERIAL 16154-RFP 9.0 DELIVERY: 9.1 Delivery shall be made to the County no later than 3:00 p.m. on the seventh (7th) calendar day after order is received. 9.2 Exceptions to delivery schedule will be special order items that must be identified to the County. 9.3 Maricopa County reserves the right to obtain material on the open market in the event vendors fail to make delivery and charge any price differential to the vendor. 9.4 Delivery will be made to the following address: FACILITIES MANAGEMENT DIVISION (FMD) WAREHOUSE 2401 S. 28th Dr. Phoenix, AZ 85009 Warehouse Manager: 602-506-1935 Warehouse Specialist: 602-506-1943 Receiving hours: 7:00 a.m. – 3:00 p.m. 10.0 FACILITIES MANAGEMENT INVOICES AND PAYMENTS: 10.1 Payment terms shall be calculated based on the date a properly completed invoice is received by the County. 10.2 For transactions using a Home Depot Net 30 Account, Contractors shall provide the County with invoices no later than fourteen (14) days after all services and delivery of goods are complete and accepted by the County rendered final. 10.3 Home Depot Account invoices should contain access to the following information: • Company name, address and contact information • County bill-to name and contact/requestor information • Building name and building number • County purchase order number • Contract or BidSync agreement number • Maximo (Facilities Management) work order number • Invoice number and date • Date of service or delivery (for Project work: use “Completion date”) • Description of services performed • Line item description of parts and materials (Time and Materials work) • Line item labor breakdown: arrival and completion time, rate per hour x no. of hours by personnel type (Time & Materials work) • Total amount due with tax amounts separated (Time and Materials work). *On a separate line, clearly indicate the tax rate being applied SERIAL 16154-RFP • Payment Terms as stated in the agreement 10.4 Questions regarding billing or invoicing shall be directed to the email address below. 10.5 Invoices shall be e-mailed to: FMD-ACCOUNTSPAYABLE@MAIL.MARICOPA.GOV 10.6 If invoices cannot be e-mailed, send by mail to: Maricopa County Facilities Management – Accounts Payable 401 W. Jefferson St. Phoenix, Arizona 85003 10.7 Payment shall be made to the Contractor by the Accounts Payable/Finance department through an Electronic Funds Transfer (EFT) process. After Contract Award the Contractor shall complete the Contractor Registration Form located on the County Department of Finance Contractor Registration Web Site (http://www.maricopa.gov/922/Vendors). 10.8 EFT payments to the routing and account numbers designated by the Contractor will include the details on the specific invoices that the payment covers. The Contractor is required to discuss remittance delivery capabilities with their designated financial institution for access to those details. SERIAL 16154-RFP HOME DEPOT U.S.A., INC., PO BOX 193176, COLUMBUS OH 43218 2455 PACES FERRY ROAD, ATLANTA, GA. 30339 PRICING SHEET: NIGP CODE 45041 Terms: NET 30 Vendor Number: VC0000005735 Certificates of Insurance Required Contract Period: To cover the period ending December 31, 2021 2026. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute, on behalf of the County, a Participating Addendum with Maxon Furniture, Inc., in an amount not to exceed $1,000,000, for the distribution of various furniture, design and installation services for use by all County Departments, during the period from September 7, 2021 through April 30, 2023, under the terms of a Master Contract awarded by the Region 4 Education Service Center, and distributed through Be. Workplace Design. FISCAL IMPACT: Product and service costs paid by County Departments. (100% User Departments). BACKGROUND: Contra Costa Purchasing Services is requesting approval of a Participating Addendum for various furniture purchases, design and installation services through one of Maxon’s Distributors; Be. Workplace Design. Orders will be unique to each County Department. Products are guaranteed through a master contract awarded by the Region 4 Education Service Center, OMNIA Cooperative Program. Approval of the addendum between APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Cynthia Shehorn, 925-957-2495 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 87 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Participating Addendum with Maxon Furniture, Inc. through the Distributor, Be. Workplace Design BACKGROUND: (CONT'D) Contra Costa County and Maxon Furniture, Inc., allows the County to obtain guaranteed pricing available through the OMNIA Partners contract. The purchase will support all County Departments with a variety of Systems and Freestanding Furniture, Seating/Chairs, Filing Systems, Technology Support Systems, Library and Cafeteria Furniture, Office and Technical Education Furniture, which offer discounts of 75% off published price lists. This will allow the County the option to choose furniture from more than one source, promote competition among the providers, and is ultimately designed to offer County Departments a variety of product choices and providers. CONSEQUENCE OF NEGATIVE ACTION: Without approval of an alternate furniture source, the County would have limited options, no competition among the providers, and ultimately pay more by not taking advantage of cooperative purchasing discounts. ATTACHMENTS Signed Participating Addendum for Maxon Furniture Maxon Contract PARTICIPATING ADDENDUM for Furniture, Installation, and Related Services under OMNIA Purchasing Cooperative Program All notices shall be in writing and personally delivered, delivered by overnight carrier with delivery charges for next day delivery prepaid by the sending party, or sent by First Class U.S. Mail, with postage prepaid by the sending party. A courtesy copy of a notice may be given by email, but giving a courtesy copy of a notice by email does not relieve the sending party of its obligation to give notice to the receiving party in the manner required by this section. A notice given in accordance with this section shall be deemed received by the receiving party on (a) the same day, if personally delivered, (b) the next business day if timely deposited with an overnight carrier and with delivery charges prepaid to ensure next day delivery, and ( c) on the fifth day after mailing if mailed by First Class U.S. Mail with postage prepaid. 17.Successors and Assigns; Assignment. This Agreement shall be binding upon and inure to the benefit of the parties and their successors and assigns. This Agreement may not be assigned by either party without the express written permission of the other party, which shall be within that party's sole discretion to provide. IN WITNESS, WHEREOF, the parties have executed this Addendum as of the Effective Date. Participating Entity: Contractor: Contra Costa County Maxon Furniture, Inc. Signature: Name: Name: Cynthia Shehorn David Bizak Title: Procurement Services Manager Title: Director, Maxon Furniture Signature;� J; M Name: Sherri Hunt Title: Manager of Sales Operations and Support Page 4 of 5 Signature: Region 4 Education Service Center (ESC) Contract # R191809 for Furniture, Installation and Related Services with Maxon Furniture Inc. Effective: May 1, 2020 The following documents comprise the executed contract between the Region 4 Education Service Center and the Maxon Furniture Inc. effective May 1, 2020: I. Vendor Contract and Signature Form II. Supplier’s Response to the RFP, incorporated by reference CONTRACT 1 APPENDIX A CONTRACT This Contract (“Contract”) is made as of __________, 2020 by and between (“Contractor”) and Region 4 Education Service Center (“Region 4 ESC”) for the purchase of Furniture, Installation, and Related Services (“the products and services”). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number RFP #19-18 for Furniture, Installation, and Related Services (“RFP”), to which Contractor provided a response (“Proposal”); and WHEREAS, Region 4 ESC selected Contractor’s Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”) may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. 1)Term of agreement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC’s intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days’ (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. Maxon Furniture Inc.April 28 CONTRACT 2 3) Form of Contract. The form of Contract shall be the RFP, the Offeror’s proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror’s Best and Final Offer iii. Offeror’s proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor’s pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non-Performance or Contractor Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 3 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. i) Additional Delivery/Installation Charges: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. d) Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. CONTRACT 4 e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor’s license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14) Delivery. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adjustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such CONTRACT 5 purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor’s pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor’s pricing at Contractor’s sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third- party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC’s discretion. Contractor must identify any additional costs associated with compliance of this CONTRACT 6 term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smoking. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Funding Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC’s current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obligations. It is Contractor’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws CONTRACT 7 while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34) Tariff Surcharges: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. Margaret S. BassCarmen T. Moreno4/28/20204/28/2020 Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror’s proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Specification Exception/Proposed Modification Accepted (For Region 4 ESC’s use) Appendix A,  Section 14  Delivery, P.4  Conforming product shall be shipped  within 7 days of receipt of Purchase  Order. If delivery is not or cannot be  made within this time period, the  Contractor must receive  authorization for the delayed  delivery. The order may be canceled  if the estimated shipping time is not  acceptable. All deliveries shall be  freight prepaid, F.O.B. Destination  and shall be included in all pricing  offered unless otherwise clearly  stated in writing.  Conforming product shall be shipped  within the timeframe mutually agreed  to by the Vendor and the Purchasing  Agency 7 days of receipt of Purchase  Order. If delivery is not or cannot be  made within this time period, the  Contractor must receive authorization  for the delayed delivery. The order may  be canceled if the estimated shipping  time is not acceptable. All deliveries  shall be freight prepaid, F.O.B.  Destination and shall be included in all  pricing offered unless otherwise clearly  stated in writing.  X Acceptable Appendix A,  Section 28 Stored  Materials, P.6  Upon prior written agreement  between the Contractor and Region  4 ESC, payment may be made for  materials not incorporated in the  work but delivered and suitably  stored at the site or some other  location, for installation at a later  date. An inventory of the stored  materials must be provided to  Region 4 ESC prior to payment. Such  materials must be stored and  protected in a secure location and  be insured for their full value by the  Contractor against loss and damage.  Contractor agrees to provide proof  of coverage and additionally  insured upon request. Additionally,  if stored offsite, the materials must  also be clearly identified as property  of Region 4 ESC and be separated  from other materials. Region 4 ESC  must be allowed reasonable  opportunity to inspect and take  inventory of stored materials, on or  offsite, as necessary. Until final  acceptance by Region 4 ESC, it shall  be the Contractor's responsibility to  protect all materials and equipment.  Contractor warrants and guarantees  that title for all work, materials and  equipment shall pass to Region 4  ESC upon final acceptance.  Upon prior written agreement between  the Contractor and Region 4 ESC,  payment may be made for materials not  incorporated in the work but delivered  and suitably stored at the site or some  other location, for installation at a later  date. An inventory of the stored  materials must be provided to Region 4  ESC prior to payment. Such materials  must be stored and protected in a  secure location and be insured for their  full value by the Contractor party in  control of the location against loss and  damage, unless otherwise agreed to by  Contractor and Region 4 ESC. Contractor  The insuring party agrees to provide  proof of coverage and additionally  insured upon request. Additionally, if  stored offsite, the materials must also  be clearly identified as property of  Region 4 ESC and be separated from  other materials. Region 4 ESC must be  allowed reasonable opportunity to  inspect and take inventory of stored  materials, on or offsite, as necessary.  Until final acceptance delivery into  Region 4 ESC control by Region 4 ESC, it  shall be the Contractor's responsibility  to protect all materials and equipment.  Contractor warrants and guarantees  that title for all work, materials and  equipment shall pass to Region 4 ESC  upon Region 4 ESC’s acceptance of non‐ defective, undamaged, product at time  of delivery final acceptance.  Exhibit A, Section  2.2 Pricing  Commitment,  P.20 Supplier commits the not‐to‐exceed  pricing provided under the Master   Agreement pricing is its lowest available  (net to buyer) to Public Agencies  nationwide and further commits that if a  Participating Public Agency is eligible for  lower pricing through a national, state,  regional or local or cooperative contract,  the Supplier will match such lower  pricing to that Participating Public  Agency under the Master Agreement.  Supplier commits the not‐to‐exceed  pricing provided under the Master   Agreement pricing is its lowest available  (net to buyer) to Public Agencies  nationwide and further commits that if  a Participating Public Agency is eligible  for lower pricing through a national,  state, regional or local or cooperative  contract, the Supplier will match such  lower pricing to that Participating Public  Agency under the Master Agreement.  Supplier commits that price shall be  equivalent to other cooperative state  and local contracts held by the Supplier,  buying the same product mix, for the  same geographical areas, under the  same terms and conditions.  Acceptable OMNIA Partners will discuss with Maxon Exhibit B, Section  14 Administrative  Fee Payment, P.28  Administrative Fee payments are to be  paid by Supplier to OMNIA Partners,  Public Sector at the frequency and on  the due date stated in Section 13,  above, for Supplier’s submission of  corresponding Contract Sales Reports.  Administrative Fee payments are to be  made via Automated Clearing House  (ACH) to the OMNIA Partners, Public  Sector designated financial institution  identified in Exhibit D. Failure to provide  a payment of the Administrative Fee  within the time and manner specified  herein shall constitute a material breach  of this Agreement and if not cured  within thirty (30) days of written notice  to Supplier shall be deemed a cause for  termination of the Master Agreement,  at Principal Procurement Agency’s sole  discretion, and/or this Agreement, at  OMNIA Partners, Public Sector’ sole  discretion. All Administrative Fees not  paid when due shall bear interest at a  rate equal to the lesser of one and one‐ half percent (1 1/2%) per month or the  maximum rate permitted by law until  paid in full.  Administrative Fee payments are to be  paid by Supplier to OMNIA Partners,  Public Sector within 30 days of calendar  month end, at the frequency and on the  due date stated in Section 13, above,  for Supplier’s submission of  corresponding Contract Sales Reports.  Administrative Fee payments are to be  made via Automated Clearing House  (ACH) to the OMNIA Partners, Public  Sector designated financial institution  identified in Exhibit D. Failure to  provide a payment of the  Administrative Fee within the time and  manner specified herein shall constitute  a material breach of this Agreement  and if not cured within thirty (30) days  of written notice to Supplier shall be  deemed a cause for termination of the  Master Agreement, at Principal  Procurement Agency’s sole discretion,  and/or this Agreement, at OMNIA  Partners, Public Sector’ sole discretion.  All Administrative Fees not paid when  due shall bear interest at a rate equal to  the lesser of one and one‐half percent  (1 1/2%) per month or the maximum  rate permitted by law until paid in full.    Exhibit F, Federal  Funds  Certifications,  Overview P.37   The following certifications and  provisions may be required and apply  when Participating Agency expends  federal funds for any purchase resulting  from this procurement process.  Pursuant to 2 C.F.R. § 200.326, all  contracts, including small purchases,  awarded by the Participating Agency  and the Participating Agency’s  subcontractors shall contain the  procurement provisions of Appendix II  to Part 200, as applicable.  The following certifications and  provisions may be required and apply  when Participating Agency expends  federal funds for any purchase resulting  from this procurement process.  Pursuant to 2 C.F.R. § 200.326, all  contracts, including small purchases,  awarded by the Participating Agency  and the Participating Agency’s  subcontractors shall contain the  procurement provisions of Appendix II  to Part 200, as applicable, when federal  funds are utilized on a project. It is the  responsibility of the authorized  Purchasing Agency to notify the Vendor  if federal funds will be utilized to  procure items under this contract  and/or purchase order prior to Vendor's  acceptance of the order.  Admin Agreement noted. acknowledged Exhibit F, Federal  Funds  Certifications,  Certification of  Compliance with  Buy America  Provisions, P.40  To the extent purchases are made with  Federal Highway Administration, Federal Railroad Administration, or Federal  Transit Administration funds, offeror  certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such  certification or applicable waiver with  respect to specific products to any  Participating Agency upon request.  Purchases made in accordance with the  Buy America Act must still follow the  applicable procurement rules calling for  free and open competition.  To the extent purchases are made with   Federal Highway Administration,  Federal Railroad Administration, or  Federal Transit Administration funds,   offeror certifies that when requested   prior to offeror's acceptance of an  order, offeror will certify its individual  products comply to with all applicable  provisions of the Buy America Act and  agrees to provide such certification or  applicable waiver with respect to  specific products to any Participating  Agency upon request. Purchases made  in accordance with the Buy America Act  must still follow the applicable  procurement rules calling for free and  open competition.  Exhibit F, Federal  Funds  Certifications,  Certification of  Applicability to  Subcontractors,  P.40 Offeror agrees that all contracts it  awards pursuant to the Contract shall be  bound by the foregoing terms and  conditions.  Offeror agrees that all dealer  subcontracts it awards pursuant to the  Contract shall be bound by the  foregoing terms and conditions.  Amendment 1,  Appendix C, Doc  #5 – Special  Conditions,  Federal  Requirements, P.9  Federal Requirements If products and services are issued in  response to an emergency or disaster  recovery the items below, located in this  Special Conditions section of the Federal  Funds Certifications, are activated and  required when federal funding may be  utilized.  Federal Requirements If products and services are issued in  response to an emergency or disaster  recovery the items below, located in  this Special Conditions section of the  Federal Funds Certifications, are  activated and required when federal  funding may be is utilized, and  Contractor is notified prior to order  placement.  acknowledged acknowledged acknowledged Amendment 1,  Appendix C, Doc  #5 – Special  Conditions, 2.  Equal  Employment  Opportunity Item  8, P.10  The contractor will include the  provisions of paragraphs (1) through (8)  in every subcontract or purchase order  unless exempted by rules, regulations,  or orders of the Secretary of Labor  issued pursuant to section 204 of  Executive Order 11246 of September 24,  1965, so that such provisions will be  binding upon each subcontractor or  vendor. The contractor will take such  action with respect to any subcontract  or purchase order as may be directed by  the Secretary of Labor as a means of  enforcing such provisions including  sanctions for noncompliance: Provided,  however, that in the event the  contractor becomes involved in, or is  threatened with, litigation with a  subcontractor or vendor as a result of  such direction, the contractor may  request the United States to enter into  such litigation to protect the interests of  the United States.  The contractor will include the  provisions of paragraphs (1) through (8)  in every dealer subcontract or purchase  order unless exempted by rules,  regulations, or orders of the Secretary  of Labor issued pursuant to section 204  of Executive Order 11246 of September  24, 1965, so that such provisions will be  binding upon each dealer subcontractor  or vendor. The contractor will take such  action with respect to any dealer  subcontract or purchase order as may  be directed by the Secretary of Labor as  a means of enforcing such provisions  including sanctions for noncompliance:  Provided, however, that in the event  the contractor becomes involved in, or  is threatened with, litigation with a  dealer subcontractor or vendor as a  result of such direction, the contractor  may request the United States to enter  into such litigation to protect the  interests of the United States.  Amendment 1,  Appendix C, Doc  #5 – Special  Conditions, 3.  “During the  performance of  this contract, the  contractor agrees  as follows: Item 7,  P.12 The contractor will include the portion  of the sentence immediately preceding  paragraph (1) and the provisions of  paragraphs (1) through (7) in every  subcontract or purchase order unless  exempted by rules, regulations, or  orders of the Secretary of Labor issued  pursuant to section 204 of Executive  Order 11246 of September 24, 1965, so  that such provisions will be binding  upon each subcontractor or vendor. The  contractor will take such action with  respect to any subcontract or purchase  order as the administering agency may  direct as a means of enforcing such  provisions, including sanctions for  noncompliance: Provided, however,  That in the event a contractor becomes  involved in, or is threatened with,  litigation with a subcontractor or vendor  as a result of such direction by the  administering agency the contractor  may request the United States to enter  into such litigation to protect the  interests of the United States.”  The contractor will include the portion  of the sentence immediately preceding  paragraph (1) and the provisions of  paragraphs (1) through (7) in every  dealer subcontract or purchase order  unless exempted by rules, regulations,  or orders of the Secretary of Labor  issued pursuant to section 204 of  Executive Order 11246 of September  24, 1965, so that such provisions will be  binding upon each dealer subcontractor  or vendor. The contractor will take such  action with respect to any dealer  subcontract or purchase order as the  administering agency may direct as a  means of enforcing such provisions,  including sanctions for noncompliance:  Provided, however, That in the event a  contractor becomes involved in, or is  threatened with, litigation with a dealer  subcontractor or vendor as a result of  such direction by the administering  agency the contractor may request the  United States to enter into such  litigation to protect the interests of the  United States.”  Amendment 1,  Appendix C, Doc  #5 – Special  Conditions, Sign‐ Off, P.23  Offeror agrees to comply with all terms  and conditions outlined in the Special  Conditions section of this solicitation.  Offeror agrees to comply with all terms  and conditions outlined in the Special  Conditions section of this solicitation,  as applicable.  acknowledged acknowledged Maxon Furniture Inc. Request for Proposal Solicitation Number 19-18 Region 4 E ducation Service Center for Furniture, Installation and Related Services Thank You On behalf of Maxon Furniture Inc., I would like to personally Thank you in considering our request to join the Region 4 Education Service Center (“ESC”) for Furniture, Installation, and Related Services contract. It is our commitment to offer an outstanding line-up of business Furniture including Systems Panels, Freestanding Desks, Benching, Tables, Storage and Seating products. With a deliberate focus on Product, personal sales support, targeted pricing and after the sale Service, Maxon strives to deliver an easy, cost-effective way for your Partners to get the furniture that they need. Since its inception as Panel Concepts and BPI, Maxon Furniture Inc. has been regarded as a company delivering exceptional value, products, quality and operational excellence. Maxon is proud to be an operating company of HNI Corporation, the second largest manufacturer of office furniture in the world. Along with the backing of an industry leader in lean and Rapid Continuous Improvement (RCI) processes, Maxon also boasts a member-owned culture committed to productivity and quality. Most products are made right here in the USA and are backed by a Limited Lifetime Warranty – helping partners and customers rest assured since Maxon genuinely stands behinds the products it produces. Maxon is looking forward to the award on this contract! Kevin Taney VP & GM Maxon Furniture, Inc. Maxon Furniture, Inc. Response to Solicitation Number 19-18 Request for Proposal (“RFP”) by Region 4 Education Service Center (“ESC”) for Furniture, Installation, and Related Services Cover Letter Required Forms Tab 1 - Draft Contract and Offer and Contract Signature Form (Appendix A) ▪Draft Contract (Appendix A) ▪Offer and Contract Signature Form (Appendix A) ▪Terms and Conditions Acceptance Form (Appendix B) Tab 2 - Products /Pricing ▪Products and Pricing ▪Maxon Furniture Inc.’s Limited Lifetime Warranty Tab 3 - Performance Capability ▪Performance Capability ▪OMNIA Partners documents (Appendix D) ▪Qualification and Experience Tab 4 - Qualification and Experience ▪References Tab 5 - Value Add ▪Maxon Furniture Inc.’s Value Add Tab 6 - Additional Required Documents (Appendix C) ▪Additional Required Documents (Appendix C) •Acknowledgment and Acceptance of Open Records Policy (Doc #1) •Antitrust Certification Statements (Doc #2) •Implementation of House Bill 1295 Certificate of Interested Parties (Doc #3) •Texas Government Code 2270 Verification Form (Doc #4) •Special Conditions (Doc #5) •Questionnaire (Doc #6) Tab 1 – Draft contract and Offer and Contract Signature Form Solicitation Number 19-18 Region 4 Education Service Center ("ESC") Furniture, Installation, and Related Services CONTRACT 1 APPENDIX A DRAFT CONTRACT This Contract (“Contract”) is made as of __________, 2020 by and between (“Contractor”) and Region 4 Education Service Center (“Region 4 ESC”) for the purchase of ___________________________________________(“the products and services”). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number R______ for _______ (“RFP”), to which Contractor provided a response (“Proposal”); and WHEREAS, Region 4 ESC selected Contractor’s Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”) may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. 1)Term of agreement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC’s intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days’ (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. CONTRACT 2 3) Form of Contract. The form of Contract shall be the RFP, the Offeror’s proposal and Best and Final Offer(s). 4)Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i.This Contract ii.Offeror’s Best and Final Offer iii.Offeror’s proposal iv.RFP and any addenda 5)Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6)Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7)Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9)Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10)Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor’s pricing. 11)TERMINATION OF CONTRACT a)Cancellation for Non-Performance or Contractor Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i.Providing material that does not meet the specifications of the Contract; ii.Providing work or material was not awarded under the Contract; iii.Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 3 iv.Failing to complete required work or furnish required materials within a reasonable amount of time; v.Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi.Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b)Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c)Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. i)Additional Delivery/Installation Charges: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. d)Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. CONTRACT 4 e)Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12)Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor’s license(s) expire, lapse, are suspended or terminated. 13)Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14)Delivery. Conforming product shall be shipped within the timeframe mutually agreed to by the Vendor and the Purchasing Agency 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15)Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16)Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17)Price Adjustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18)Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such CONTRACT 5 purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor’s pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor’s pricing at Contractor’s sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third- party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19)Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20)New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21)Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22)Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23)Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24)Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25)Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC’s discretion. Contractor must identify any additional costs associated with compliance of this CONTRACT 6 term. If no costs are specified, compliance with this term will be provided at no additional charge. 26)Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27)Smoking. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28)Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor party in control of the location against loss and damage, unless otherwise agreed to by Contractor and Region 4 ESC. Contractor The insuring party agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance delivery into Region 4 ESC control by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon Region 4 ESC's acceptance of non-defective, undamaged, product at time of delivery final acceptance. 29)Funding Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC’s current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30)Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31)Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32)Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. CONTRACT 7 Legal Obligations. It is Contractor’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all lawswhile fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34)Tariff Surcharges: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. 33) OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. Company Name Maxon Furniture Inc. Address 200 Oak Street City/State/Zip Muscatine, IA 52761 Telephone No. 800-876-4274 Email Address MaxonContractManager@maxonmail.com Printed Name Kevin Taney Title Vice President and General Manager Authorized signature Accepted by Region 4 ESC: Contract No. Initial Contract Term to Region 4 ESC Authorized Board Member Date Print Name Region 4 ESC Authorized Board Member Date Print Name Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror’s proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Specification Exception/Proposed Modification Accepted (For Region 4 ESC’s use) Appendix A,  Section 14  Delivery, P.4  Conforming product shall be shipped  within 7 days of receipt of Purchase  Order. If delivery is not or cannot be  made within this time period, the  Contractor must receive  authorization for the delayed  delivery. The order may be canceled  if the estimated shipping time is not  acceptable. All deliveries shall be  freight prepaid, F.O.B. Destination  and shall be included in all pricing  offered unless otherwise clearly  stated in writing.  Conforming product shall be shipped  within the timeframe mutually agreed  to by the Vendor and the Purchasing  Agency 7 days of receipt of Purchase  Order. If delivery is not or cannot be  made within this time period, the  Contractor must receive authorization  for the delayed delivery. The order may  be canceled if the estimated shipping  time is not acceptable. All deliveries  shall be freight prepaid, F.O.B.  Destination and shall be included in all  pricing offered unless otherwise clearly  stated in writing.  X Appendix A,  Section 28 Stored  Materials, P.6  Upon prior written agreement  between the Contractor and Region  4 ESC, payment may be made for  materials not incorporated in the  work but delivered and suitably  stored at the site or some other  location, for installation at a later  date. An inventory of the stored  materials must be provided to  Region 4 ESC prior to payment. Such  materials must be stored and  protected in a secure location and  be insured for their full value by the  Contractor against loss and damage.  Contractor agrees to provide proof  of coverage and additionally  insured upon request. Additionally,  if stored offsite, the materials must  also be clearly identified as property  of Region 4 ESC and be separated  from other materials. Region 4 ESC  must be allowed reasonable  opportunity to inspect and take  inventory of stored materials, on or  offsite, as necessary. Until final  acceptance by Region 4 ESC, it shall  be the Contractor's responsibility to  protect all materials and equipment.  Contractor warrants and guarantees  that title for all work, materials and  equipment shall pass to Region 4  ESC upon final acceptance.  Upon prior written agreement between  the Contractor and Region 4 ESC,  payment may be made for materials not  incorporated in the work but delivered  and suitably stored at the site or some  other location, for installation at a later  date. An inventory of the stored  materials must be provided to Region 4  ESC prior to payment. Such materials  must be stored and protected in a  secure location and be insured for their  full value by the Contractor party in  control of the location against loss and  damage, unless otherwise agreed to by  Contractor and Region 4 ESC. Contractor  The insuring party agrees to provide  proof of coverage and additionally  insured upon request. Additionally, if  stored offsite, the materials must also  be clearly identified as property of  Region 4 ESC and be separated from  other materials. Region 4 ESC must be  allowed reasonable opportunity to  inspect and take inventory of stored  materials, on or offsite, as necessary.  Until final acceptance delivery into  Region 4 ESC control by Region 4 ESC, it  shall be the Contractor's responsibility  to protect all materials and equipment.  Contractor warrants and guarantees  that title for all work, materials and  equipment shall pass to Region 4 ESC  upon Region 4 ESC’s acceptance of non‐ defective, undamaged, product at time  of delivery final acceptance.  Exhibit A, Section  2.2 Pricing  Commitment,  P.20  Supplier commits the not‐to‐exceed  pricing provided under the Master   Agreement pricing is its lowest available  (net to buyer) to Public Agencies  nationwide and further commits that if a  Participating Public Agency is eligible for  lower pricing through a national, state,  regional or local or cooperative contract,  the Supplier will match such lower  pricing to that Participating Public  Agency under the Master Agreement.  Supplier commits the not‐to‐exceed  pricing provided under the Master   Agreement pricing is its lowest available  (net to buyer) to Public Agencies  nationwide and further commits that if  a Participating Public Agency is eligible  for lower pricing through a national,  state, regional or local or cooperative  contract, the Supplier will match such  lower pricing to that Participating Public  Agency under the Master Agreement.  Supplier commits that price shall be  equivalent to other cooperative state  and local contracts held by the Supplier,  buying the same product mix, for the  same geographical areas, under the  same terms and conditions.  Exhibit B, Section  14 Administrative  Fee Payment, P.28  Administrative Fee payments are to be  paid by Supplier to OMNIA Partners,  Public Sector at the frequency and on  the due date stated in Section 13,  above, for Supplier’s submission of  corresponding Contract Sales Reports.  Administrative Fee payments are to be  made via Automated Clearing House  (ACH) to the OMNIA Partners, Public  Sector designated financial institution  identified in Exhibit D. Failure to provide  a payment of the Administrative Fee  within the time and manner specified  herein shall constitute a material breach  of this Agreement and if not cured  within thirty (30) days of written notice  to Supplier shall be deemed a cause for  termination of the Master Agreement,  at Principal Procurement Agency’s sole  discretion, and/or this Agreement, at  OMNIA Partners, Public Sector’ sole  discretion. All Administrative Fees not  paid when due shall bear interest at a  rate equal to the lesser of one and one‐ half percent (1 1/2%) per month or the  maximum rate permitted by law until  paid in full.  Administrative Fee payments are to be  paid by Supplier to OMNIA Partners,  Public Sector within 30 days of calendar  month end, at the frequency and on the  due date stated in Section 13, above,  for Supplier’s submission of  corresponding Contract Sales Reports.  Administrative Fee payments are to be  made via Automated Clearing House  (ACH) to the OMNIA Partners, Public  Sector designated financial institution  identified in Exhibit D. Failure to  provide a payment of the  Administrative Fee within the time and  manner specified herein shall constitute  a material breach of this Agreement  and if not cured within thirty (30) days  of written notice to Supplier shall be  deemed a cause for termination of the  Master Agreement, at Principal  Procurement Agency’s sole discretion,  and/or this Agreement, at OMNIA  Partners, Public Sector’ sole discretion.  All Administrative Fees not paid when  due shall bear interest at a rate equal to  the lesser of one and one‐half percent  (1 1/2%) per month or the maximum  rate permitted by law until paid in full.    Exhibit F, Federal  Funds  Certifications,  Overview P.37   The following certifications and  provisions may be required and apply  when Participating Agency expends  federal funds for any purchase resulting  from this procurement process.  Pursuant to 2 C.F.R. § 200.326, all  contracts, including small purchases,  awarded by the Participating Agency  and the Participating Agency’s  subcontractors shall contain the  procurement provisions of Appendix II  to Part 200, as applicable.  The following certifications and  provisions may be required and apply  when Participating Agency expends  federal funds for any purchase resulting  from this procurement process.  Pursuant to 2 C.F.R. § 200.326, all  contracts, including small purchases,  awarded by the Participating Agency  and the Participating Agency’s  subcontractors shall contain the  procurement provisions of Appendix II  to Part 200, as applicable, when federal  funds are utilized on a project. It is the  responsibility of the authorized  Purchasing Agency to notify the Vendor  if federal funds will be utilized to  procure items under this contract  and/or purchase order prior to Vendor's  acceptance of the order.  Exhibit F, Federal  Funds  Certifications,  Certification of  Compliance with  Buy America  Provisions, P.40  To the extent purchases are made with  Federal Highway Administration, Federal  Railroad Administration, or Federal  Transit Administration funds, offeror  certifies that its products comply with all  applicable provisions of the Buy America  Act and agrees to provide such  certification or applicable waiver with  respect to specific products to any  Participating Agency upon request.  Purchases made in accordance with the  Buy America Act must still follow the  applicable procurement rules calling for  free and open competition.  To the extent purchases are made with  Federal Highway Administration,  Federal Railroad Administration, or  Federal Transit Administration funds,  offeror certifies that when requested  prior to offeror's acceptance of an  order, offeror will certify its individual  products comply to with all applicable  provisions of the Buy America Act and  agrees to provide such certification or  applicable waiver with respect to  specific products to any Participating  Agency upon request. Purchases made  in accordance with the Buy America Act  must still follow the applicable  procurement rules calling for free and  open competition.  Exhibit F, Federal  Funds  Certifications,  Certification of  Applicability to  Subcontractors,  P.40  Offeror agrees that all contracts it  awards pursuant to the Contract shall be  bound by the foregoing terms and  conditions.  Offeror agrees that all dealer  subcontracts it awards pursuant to the  Contract shall be bound by the  foregoing terms and conditions.  Amendment 1,  Appendix C, Doc  #5 – Special  Conditions,  Federal  Requirements, P.9  Federal Requirements If products and services are issued in  response to an emergency or disaster  recovery the items below, located in this  Special Conditions section of the Federal  Funds Certifications, are activated and  required when federal funding may be  utilized.  Federal Requirements If products and services are issued in  response to an emergency or disaster  recovery the items below, located in  this Special Conditions section of the  Federal Funds Certifications, are  activated and required when federal  funding may be is utilized, and  Contractor is notified prior to order  placement.  Amendment 1,  Appendix C, Doc  #5 – Special  Conditions, 2.  Equal  Employment  Opportunity Item  8, P.10  The contractor will include the  provisions of paragraphs (1) through (8)  in every subcontract or purchase order  unless exempted by rules, regulations,  or orders of the Secretary of Labor  issued pursuant to section 204 of  Executive Order 11246 of September 24,  1965, so that such provisions will be  binding upon each subcontractor or  vendor. The contractor will take such  action with respect to any subcontract  or purchase order as may be directed by  the Secretary of Labor as a means of  enforcing such provisions including  sanctions for noncompliance: Provided,  however, that in the event the  contractor becomes involved in, or is  threatened with, litigation with a  subcontractor or vendor as a result of  such direction, the contractor may  request the United States to enter into  such litigation to protect the interests of  the United States.  The contractor will include the  provisions of paragraphs (1) through (8)  in every dealer subcontract or purchase  order unless exempted by rules,  regulations, or orders of the Secretary  of Labor issued pursuant to section 204  of Executive Order 11246 of September  24, 1965, so that such provisions will be  binding upon each dealer subcontractor  or vendor. The contractor will take such  action with respect to any dealer  subcontract or purchase order as may  be directed by the Secretary of Labor as  a means of enforcing such provisions  including sanctions for noncompliance:  Provided, however, that in the event  the contractor becomes involved in, or  is threatened with, litigation with a  dealer subcontractor or vendor as a  result of such direction, the contractor  may request the United States to enter  into such litigation to protect the  interests of the United States.  Amendment 1,  Appendix C, Doc  #5 – Special  Conditions, 3.  “During the  performance of  this contract, the  contractor agrees  as follows: Item 7,  P.12  The contractor will include the portion  of the sentence immediately preceding  paragraph (1) and the provisions of  paragraphs (1) through (7) in every  subcontract or purchase order unless  exempted by rules, regulations, or  orders of the Secretary of Labor issued  pursuant to section 204 of Executive  Order 11246 of September 24, 1965, so  that such provisions will be binding  upon each subcontractor or vendor. The  contractor will take such action with  respect to any subcontract or purchase  order as the administering agency may  direct as a means of enforcing such  provisions, including sanctions for  noncompliance: Provided, however,  That in the event a contractor becomes  involved in, or is threatened with,  litigation with a subcontractor or vendor  as a result of such direction by the  administering agency the contractor  may request the United States to enter  into such litigation to protect the  interests of the United States.”  The contractor will include the portion  of the sentence immediately preceding  paragraph (1) and the provisions of  paragraphs (1) through (7) in every  dealer subcontract or purchase order  unless exempted by rules, regulations,  or orders of the Secretary of Labor  issued pursuant to section 204 of  Executive Order 11246 of September  24, 1965, so that such provisions will be  binding upon each dealer subcontractor  or vendor. The contractor will take such  action with respect to any dealer  subcontract or purchase order as the  administering agency may direct as a  means of enforcing such provisions,  including sanctions for noncompliance:  Provided, however, That in the event a  contractor becomes involved in, or is  threatened with, litigation with a dealer  subcontractor or vendor as a result of  such direction by the administering  agency the contractor may request the  United States to enter into such  litigation to protect the interests of the  United States.”  Amendment 1,  Appendix C, Doc  #5 – Special  Conditions, Sign‐ Off, P.23  Offeror agrees to comply with all terms  and conditions outlined in the Special  Conditions section of this solicitation.  Offeror agrees to comply with all terms  and conditions outlined in the Special  Conditions section of this solicitation,  as applicable.  Tab 2 – Products/Pricing Solicitation Number 19-18 Region 4 Education Service Center ("ESC") Furniture, Installation, and Related Services Products Product Categories List Value Discount Off of List All Maxon Products $1 & Above 75%* Services Service Offered Standard Installation Non-Standard Installation Design Reconfiguration $0 to $55/hr $0 to $65/hr $0 to $65/hr $0 to $65/hr *Additional discounts available for larger projects. Contact your Maxon Sales Representative for further details Charge For a complete description of these services, please refer to Tab 3 - Performance Capability Product Offering: Prefix, Emerge, DeXTR Desking, Adept Seating, MXMO, Include, Prepare Tables Pricing On award, Maxon will develop a link from our website, www.MaxonFurniture.com, which will contain the current pricing for Region 4 ESC. Maxon has implemented a 2.95% surcharge to offset the increased tariff burden that the United States government enacted on Section 301. The surcharge will be applied to the NET PRODUCT amount and appears at the invoice level as a flat 2.95% addition to the invoice total. Please see the Brochures & Price List included on our USB drives, found in "Tab 2_Products Pricing": Include® Choose from mobile or fi ed, metal or laminate, left or rig t handed, cushion or space division - Include storage allows you to maximize your space and all of its belongings. With Include storage you can have your cake and store it too. Adept™ Adept is our stylish, yet simple seating ollection. The amily consists of task chairs, café stools, and guest chairs. Easily create a cohesive look in your office with an a ay of upholstery options and omfort controls. Be proficie t, skilled, and comfortable in today’s ever- changing workplace. Prepare™ Prepare has the right solution th t includes teaming, height- adjustable and conference tables. Easily create a interacti e learning space, add on to your existing pri ate office, or sh e ideas comfortably in a café setting. epare oĀers an a. ordable solution with uninterrupted power and data accessibility. MXMO™ Need a casual chair at a casual price? Choose from MX or MO to suit your office needs. Both cha s are Made in the USA with a simple design, 3 arm options, and ome standard with lumbar support. Tab 3 – Performance Capability Solicitation Number 19-18 Region 4 Education Service Center ("ESC") Furniture, Installation, and Related Services IV. Evalation Process and Criteria As required in section IV. 2a. Products/Services/Pricing, the following information is provided. Pricing Maxon Furniture is responding the following categories of products within the solicitation and is offering a single discount from catalog list price per category. As of June 2019, Maxon has implemented a 2.95% surcharge to offset the increased tariff burden that the United States government enacted on Section 301. The surcharge will be applied to the NET PRODUCT amount and appears at the invoice level as a flat 2.95% addition to the invoice total. Category Discount Rate 75% Systems Furniture (Prefix, Emerge) 75% Freestanding Furniture (DeXtr Desking Line) 75% Seating/Chairs: (Adept/MXMO Seating Line) 75% Filing Systems, Storage and Equipment (Include) 75% Technology Support Furniture (Prepare Tables) 75% Library Furniture (Prepare Tables/Adept Seating) 75% Cafeteria Furniture (Prepare Tables/Adept Seating 75% Educational Office Furniture (DeXtr Desking, Adept Seating, Include Filing) 75% Career/Technical Education Furniture (DeXtr Desking, Adept Seating, Include Filing) Included are catalog pages and brochures for the products offered in the respective categories. Typically, brochures are not labeled with discount information as they are generic in nature and use. The discounts above are offered to Region 4 ESC for the purposes of this contract solicitation. Refer to the USB drive, under Tab 2_Products Pricing. Pricing for Services Design and Reconfiguration services are available and will be a minimum of $0.00 to $65.00 per hour. Quotes must reflect a separate line item for each of these services. Standard Installation will be a minimum of $0.00 to $55.00 per hour. Standard installation is defined as Monday – Friday, 8AM to 4PM local time; ground floor of the facility, for other than ground floors a working elevator must be available free of charge; loading dock must be available and able to accommodate vehicles up to a 53’ tractor/trailer when applicable; within a 50 mile radius of the servicing dealer; area will be free of all other trade personnel; adequate facilities for deliver, unloading, moving and staging/storing the product during the installation process shall be provided; installation shall be free from debris before installation commences. Non-Standard Installation will be a minimum of $0.00 to $65.00 per hour. Overtime (more than 8 daily working hours), nights, weekends or holidays; on any non-ground floor or requiring product to be stair carried; outside trades for install completion; in a clinical or medical environment; subject to unique restrictions or limits established by local laws, statutes and/or ordinances, including, but not limited to, restrictions on transportation of materials and/or access to job site/dock facilities; payment of prevailing wage and/or union labor rates; acquisition of permits; delays greater than one hour outside the control of the contractor due to security requirements and/or otherwise impeded or delayed by outside agents or conditions; delays due to construction completion or facility access; changes outside the scope of work directly by an authority authorized to make changes to the awarded contract. Description of Shipping Charges Dock Delivery – (FOB Shipping Point) Items delivered to the ordering agency shall be unloaded by the delivering carrier and placed on the agency’s loading dock. If there is no loading dock, items shall be unloaded by the delivery carrier and placed in a space immediately adjacent to the carrier’s vehicle at the delivery location. Inside Delivery – (FOB Shipping Point) Items shall be unloaded and delivered, in the shipping carton, to the ordering agency by the delivering carrier and placed inside the door on the first or ground level floor of the building. Deliver and Install – (FOB Shipping Point) On installed orders, (open, set in place, ready for use) the Contractor of the delivering carrier, acting as the Contractor’s agent, shall be responsible for receipt, inspection, and assembly of items delivered in the area designated by the ordering agency, as well as prompt removal and disposal of all debris which is a result of the delivery. The ordering agency shall be responsible for the immediate removal of any existing furniture from the area in which the contract items are to be installed. Elevator(s) must be made available if more than one story. If no elevator is available, delivery will be made to the ground floor, or additional delivery fees may be negotiated. Warranties Maxon’s standard commercial warranty is a Limited Lifetime Warranty on its products with exceptions to certain components, materials and damage/wear from normal use. All Maxon systems, freestanding desking, tables, storage, filing, seating and ancillary product lines are subject to the terms of the warranty. Maxon offers a 7-year limited warranty on our Prepare Height Adjustable Table C-leg mechanisms, and a 5-year limited warranty on our Prepare Height Adjustable Table T-leg mechanisms, MXMO Seating line, as well as panel and seating textiles. The full Maxon Limited Lifetime Warranty Statement is included at the end of this section. Return and Restocking Fees Maxon Furniture Inc. is a just-in-time manufacturer and does not have warehouse inventory; all customer products are made based on their specific requests and requirements. With that said, return shipments are not accepted unless specifically authorized by the Company on a Returned Goods Authorization Form furnished by the Customer Support Department. Product must be returned in original shipping cartons, with proper inner packing and in first-use, saleable condition. Returns are subject to inspection upon return before acceptance and credit is approved. Requests for returns due to Company error must be made within 30 days of receipt of erroneous shipment. Requests for returns due to reasons other than Company error are subject to a processing fee of up to 50% of the invoiced amount and must be forwarded with transportation charges prepaid. All returns must be received by the Company within 30 days of the Company’s issuance of a Returned Goods Authorization Form. Additional Discounts or Rebates Maxon Furniture may offer special discounting on a project by project basis. The Purchaser may contact their Maxon Furniture Representative for details. There will be no additional rebates or discounts, other than the Admin Fee, as required in the Solicitation. Verification of Contract Pricing Once Maxon is awarded the contract, a link will be created off the Government tab of our public website, www.maxonfurniture.com, which will provide the price book that the customer should use as a guide for Contract list pricing. On behalf of the customer, Maxon dealerships can run the quote through a validation tool, known as Compass. This tool is the point of truth for pricing, model and option validation before the actual order is processed through our system. Payment Method All items shipped on this contract will be FOB, Shipping Point. Invoices will be generated to the purchaser with Net 30-day terms. Credit card payments, except for Discover, will be accepted at no charge. Updates to Pricing Structure Maxon Furniture works to control costs and furnish the industry’s best product lines at the most competitive prices to our customers. We work to limit our price increases to an annual schedule, but cost pressures may force us to increase on a more frequent basis. Surcharges are continually evaluated and customers are informed as the market changes. Product Introductions Maxon evolves with the changing needs of our customers, changing our product line up to fit within those needs. Maxon’s go-to-market approach is to have our customers use one discount rate for all lines of their order. Therefore, any new product will easily fit within the discount structure outlined earlier in this letter. Maxon Limited Lifetime Warranty Why the Maxon Limited Lifetime Warranty? Maxon Furniture Inc. is dedicated to providing products and services that make doing business with us easy. We also strive to put our customers in a position to win with the performance products we produce, most of which are manufactured right here in the United States of America. We use manufacturing materials, recycling habits, lean processes and indoor air quality methodologies that reaffirm our say-do commitment to your environment. We a proud to say many of Maxon's product lines (Emerge, Prefix, Smartspace, Surpass, Prepare and Include) are SCS Indoor Advantage Gold certified as well as Level certified by BIFMA's Sustainability Program. Best of all, Maxon Furniture Inc. fully stands behind our products and have a vested interest in your success. The Maxon Limited Lifetime Warranty is our assurance to you that the Maxon Furniture Inc. panel systems, frame and tile systems, worksurfaces, benching, desks, seating, tables, and storage you purchase will be free from defective material or workmanship for as long as you, the original purchaser, own it. In the unlikely occurrence any Maxon Furniture Inc. product covered by the Maxon Limited Lifetime Warranty shall fail, we will repair or replace any Maxon product or component that fails under normal commercial office use, free of charge. This warranty contains your sole and exclusive remedy for any warranty claim and is subject to the limitations, exclusions and other provisions set forth below. What is covered by the Maxon Limited Lifetime Warranty? All Maxon Furniture Inc. product lines, materials, and components are covered by the Maxon Limited Lifetime Warranty except for the items described below. The specific product lines listed below are covered under Maxon’s 12-Year Limited Warranty and 5-Year Limited Warranties from the date of purchase. Maxon 12-Year Limited Warranty ·Electrical components (lamps and ballasts are not covered).·Adept seating controls.·Accessories.·Laminate sur faces. Maxon 5-Year Limited Warranty ·MXMO seating.·Panel and seating tex tiles.·Prepare HAT, T-Leg worksurface mechanisms Maxon 7-Year Limited Warranty ·Prepare HAT, C-Leg worksurface mechanisms What is Not Covered? This warranty does not apply to: ·Normal wear-and-tear, which is to be expected over the course of ownership.·Damage caused by carrier in-transit, which will be handled under separate terms.·Modifications or attachments to the product that are not approved by Maxon Furniture Inc.·Produc ts not installed, used or maintained in accordance with product instructions and warnings.·Produc ts used for personal or household use or for rental purposes.·Customer ’s Own Material (COM) selected by and used at the request of the owner. Seating Usage Normal commercial office usage for seating is defined as the equivalent of a single shift, 40-hour workweek. To the extent that a seating product is used in a manner exceeding this, the applicable warranty period will be reduced in a pro-rata manner. To Obtain Service Under This Warranty Your Maxon Dealer is our partner in supporting your warranty requests. Follow the procedures outlined below for the best level of service: Contact your Dealer from whom the product was purchased within 30 days of discovery of the defect. Be prepared to affirm you are the original purchaser of the product and to provide the serial numbers (s) from the product in question. Your Dealer will gather all pertinent information regarding the claim, inspect the product and contact Maxon Furniture Inc. Customer Support representative. (Please allow a reasonable amount of time for inspection and review.) If Maxon Furniture Inc. affirms that the product in question is eligible under the conditions of the warranty as stated above, the Customer Support representative or other representative of Maxon Furniture Inc. will determine whether to provide replacement parts, authorize repairs, or replace the product. This warranty applies only to products sold within the United States of America and the Commonwealth of Canada. As required in section IV. 2b. Performance Capability, the following information is provided. Describe how Maxon Furniture responds to emergency orders Maxon Furniture has a dedicated team that works urgent/emergency orders to the best of our ability. We gain information from our trade partner on the urgency of the request and work diligently to accommodate the new order to get the shipment date within a shipment date that the customer requests. What is Maxon Furniture’s average Fill Rate? Maxon Furniture is on target in 2019 to meet or exceed our 2018 fill rate. Maxon Furniture is dedicated to complete and on-time delivery and offering the most reliable delivery experience in the industry. What is Maxon Furniture’s average on time delivery rate? Describe Maxon’s history of meeting the shipping and delivery timelines. Maxon Furniture has an average on time delivery rate of 98%, YTD. Historically, Maxon has been between 95 – 98% over the past several years with a very accommodating logistics team, working on meeting customer expectations for delivery dates and times. Describe Maxon’s return and restocking policy Maxon Furniture Inc. is a just-in-time manufacturer and does not have warehouse inventory; all customer products are made based on their specific requests and requirements. With that said, return shipments are not accepted unless specifically authorized by the Company on a Returned Goods Authorization Form furnished by the Customer Support Department. Product must be returned in original shipping cartons, with proper inner packing and in first-use, saleable condition. Returns are subject to inspection upon return before acceptance and credit is approved. Requests for returns due to Company error must be made within 30 days of receipt of erroneous shipment. Requests for returns due to reasons other than Company error are subject to a processing fee of up to 50% of the invoiced amount and must be forwarded with transportation charges prepaid. All returns must be received by the Company within 30 days of the Company’s issuance of a Returned Goods Authorization Form. Describe Maxon’s ability to meet service and warranty needs Maxon Furniture has a set guide for warranty and what is qualified/acceptable per the terms and conditions of sale. Anything that meets these guidelines qualifies for a replacement under warranty. We provide all parts at no cost, when under warranty. In order to meet service needs, we are staffed according to our customers needs, allowing us to have a best in class ASA (Average Speed of Answer) of 15 seconds or less, coupled with an average targeted email response time of 4 business hours or less. IV. Evalation Process and Criteria In most cases, the dealership servicing the order will perform the needed warranty repairs. The cost of the service call for warranty issues will be covered by Maxon Furniture, Inc., following guidelines that have been established between Maxon Furniture and the dealership. On occasion, Maxon may choose to have our Field Service Technician to troubleshoot and/or perform the required repairs. Describe Maxon’s customer service/problem resolution process. Include hours of operation, number of services, etc. Maxon Furniture Customer Support can be reached via phone (800.876.4274) or email (Service@maxonmail.com) between 8AM and 5PM, Central Time Monday through Friday, excluding holidays. We have 3 dedicated teams: Order Services Ph. 800.708.3966 Em. OrderServices@maxonmail.com Assist with: •Order Entry •Order Holds •General Inquiry Project Coordination Ph. 866.780.2464 Em. MaxProjects@maxonmail.com •Project Support -over $250k List •Mock-Ups General Requests Ph. 800.876.4274 Em. Service@maxonmail.com •Warranty Claims •Delivery Information •Replacement Parts If the need to escalate an issue arises, please reach out to one of the team members above. In most cases, they can resolve your problems within 48 hours. If they are unable to resolve, the Support team member will escalate your concern to the appropriate Maxon member. Describe Maxon’s invoicing process. Include payment terms and acceptable methods of payments. All items shipped on this contract will be FOB, Shipping Point. Invoices will be generated to the purchaser with Net 30-day terms. Credit card payments, except for Discover, will be accepted at no charge. Once awarded, Maxon will create an internal contract which implements the guidelines set within this solicitation. This internal contract will be ready for orders on the effective date of the contract, through the expiration date. As qualified customers are identified, they will be added to the internal contract and will be able to place orders. Describe the financial condition of Maxon As a subsidiary of HNI Corporation, Maxon Furniture does not disclose their financial information independently. HNI is publicly traded on the NYSE under the symbol HNI. In addition, annual reports for HNI can be found at http://investors.hnicorp.com/ FinancialDocs. Provide a website link in order to review website ease of use, availability, and capabilities related to ordering, returns and reporting. Describe the website’s capabilities and functionality Once Maxon is awarded the contract, a link will be created off the Government tab of our public website, www.maxonfurniture.com, which will provide the price book that the customer should use as a guide for Contract list pricing. Coordination of ordering and returns will be done through working with the Dealership that is providing the services on the project. Dealerships will have access to a link (“Quick Claims”) which is a direct link to our ordering software to create a replacement order for any products which may become damaged in shipping, etc. Dealerships may also request returns through the site. Reporting will be provided to OMNIA Partners on a monthly basis. This report will follow the outline provided in Exhibit E, Contract Sales Reporting Template. Describe Maxon’s contract implementation/customer transition plan Describe Maxon’s safety record Since January 2018, Maxon has recorded 128,016 hours worked without an accident. As required in section IV. 2c. Qualification and Experience, the following information is provided. Brief history of Maxon Furniture Maxon Furniture Inc. has been in business and was incorporated in the state of Iowa under this name in 2002. BPI and Panel Concepts, both former custom office furniture manufacturers, merged following almost 20 years operating both independently and jointly resulting in the Maxon brand. Maxon is an operating company of HNI, one of the nation’s largest manufacturer of furniture; Maxon’s affiliated companies include The HON Company, Allsteel, Gunlocke and HBF. On July 1, 2002, Jean Reynolds, President, stated “BPI Inc. and Panel Concepts Inc. legally became Maxon Furniture Inc. The unified Maxon brand will continue to promote our strengths of speed and value. Our commitment to creating a powerful collection of product lines, encompassing a broad spectrum of the office furniture systems industry, is more clearly reflected in our new identity.” Maxon’s corporate location is 200 Oak Street, Muscatine IA 52761. Describe Maxon’s reputation in the marketplace Since its inception, Maxon Furniture Inc. has been regarded as a company delivering exceptional value, products, quality and operational excellence. Maxon is proud to be a subsidiary operating company of HNI Corporation, the second largest manufacturer of office furniture in the world. Along with the backing of an industry leader in Lean and Rapid Continuous Improvement processes, Maxon also boasts a member-owned culture committed to productivity and quality. Our members are dependable, customer-focused and agile. IV. Evalation Process and Criteria Describe the experience and qualification of key employees •Kevin Taney, Vice President and General Manager. Kevin has been with Maxon Furniture in the Vice President and General Manager for two years, and with Paoli (a sister company to Maxon) in the Vice President position for three years. Prior to that, he was with National Office Furniture in director or manager rolls for fifteen years. •Sherri Hunt, Manager of Sales Operations and Support. Sherri has been with Maxon since it moved operations from Kent, WA to Muscatine, IA in 2011. Over her 25-year tenure with the HNI Corporation, she has held various positions across HNI and the associated Operating Companies. •Theresa Cannavo, Manager of Product and Marketing. Theresa leads a team of great minds that are passionate about the brand and quality of Maxon Furniture. In her 5 years with Maxon, she enthusiastically absorbs market trends and VOC when developing products and targeted marketing campaigns that are aligned with the company strategy and customer experience. •Carl Brown, Finance Manager. In his 2 years at Maxon Furniture, Carl has developed the budgetary targets for Maxon, as well as makes sure that the key financial goals of the company are met. •Michael Allen, Customer Support Manager. Throughout his 5 years, Michael has focused on Customer Support. In his 2 years with Maxon, he has been able to transform the team, driving initiatives for quicker response rates and improved order lead times. Describe Maxon’s experience working with the government sector Maxon currently holds 8 state contracts a federal General Services Administration Schedule 71 Furniture Contract and a U.S. Navy Blanket Purchase Agreement in addition to nationwide commercial sales through its dealer network. Maxon works in all vertical markets including but not limited to Federal, State (aside from formal contracts) and Local Governments, Healthcare, K-12 and Higher Education. Project sizes range from 1 to 500 workstations on a regular basis. For each of its customers Maxon offers products and services to exceed the customers expectations and create a unique personal experience for each project. Among these are corporate Project Management for larger projects, corporate design services, engineering support, unique product development tailored to specific customer needs, a streamlined and focused Customer Support Team, a 30+ year Maxon field technician veteran and Independent Manufacturers Representation. Describe past litigation, bankruptcy, reorganization, state investigations or entity or current officers and directors. Maxon is a wholly owned subsidiary of the HNI Corporation which is a fortune 1,000 company. The Corporation is involved in various kinds of disputes and legal proceedings that have arisen in the ordinary course of its business, including pending litigation, environmental remediation, taxes and other claims. It is the Corporation's opinion, after consultation with legal counsel, that liabilities, if any, resulting from these matters are not expected to have a material adverse effect on the Corporation's financial condition, although such matters could have a material effect on the Corporation's quarterly or annual operating results and cash flows when resolved in a future period. Appendix D REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT TO BE ADMINISTERED BY OMNIA PARTNERS, PUBLIC SECTOR The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier’s review and response. Exhibit A – RESPONSE FOR NATIONAL COOPERATIVE CONTRACT Exhibit B – ADMINISTRATION AGREEMENT, EXAMPLE Exhibit C – MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE Exhibit D – PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE Exhibit E – CONTRACT SALES REPORTING TEMPLATE Exhibit F – FEDERAL FUNDS CERTIFICATIONS Exhibit G – NEW JERSEY BUSINESS COMPLIANCE Exhibit H – ADVERTISING COMPLIANCE REQUIREMENT Requirements for National Cooperative Contract Page 16 of 55 EXHIBIT A RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.1 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Supplier and OMNIA Partners, Public Sector. 1.2 Requirement Region 4 ESC, (hereinafter defined and referred to as “Principal Procurement Agency”), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), is requesting proposals for Furniture, Installation, and Related Services. The intent of this Request for Proposal is any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal (“Master Agreement”) be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners, Public Sector’s cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, Public Sector, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners, Public Sector as a Participating Public Agency in OMNIA Partners, Public Sector’s cooperative purchasing program. Registration with OMNIA Partners, Public Sector as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, Public Sector, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners, Public Sector. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, Public Sector, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., Requirements for National Cooperative Contract Page 17 of 55 incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state. This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA Partners, Public Sector’s requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through OMNIA Partners, Public Sector. These requirements are incorporated into and are considered an integral part of this RFP. OMNIA Partners, Public Sector reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this RFP acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners, Public Sector to make the Master Agreement available to Participating Procurement Agencies. 1.3 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners, Public Sector intends to provide marketing, sales, partnership development and administrative support for Supplier pursuant to this section that directly promotes the Supplier’s products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. OMNIA Partners will assign the Supplier a Director of Partner Development who will serve as the main point of contact for the Supplier and will be responsible for managing the overall relationship between the Supplier and OMNIA Partners. The Director of Partner Development will work with the Supplier to develop a comprehensive strategy to promote the Master Agreement and will connect the Supplier with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners, Public Sector marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A.Marketing collateral (print, electronic, email, presentations) B.Website C.Trade shows/conferences/meetings D.Advertising E.Social Media The OMNIA Partners, Public Sector sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A.Individual sales calls B.Joint sales calls Requirements for National Cooperative Contract Page 18 of 55 C.Communications/customer service D.Training sessions for Public Agency teams E.Training sessions for Supplier teams The OMNIA Partners, Public Sector contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A.Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B.Training sessions for Public Agency teams C.Training sessions for Supplier teams D.Regular business reviews to monitor program success E.General contract administration Suppliers are required to pay an administrative fee of three percent (3%) of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the OMNIA Partners, Public Sector Administration Agreement (Exhibit B). 1.4 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $275 million annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, Public Sector, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and OMNIA Partners, Public Sector. 1.5 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will, at OMNIA Partners, Public Sector’s option, be the basis of award on a national level through OMNIA Partners, Public Sector. If multiple Suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same Suppliers will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency (e.g. governing law) are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and OMNIA Partners, Public Sector shall agree without being in conflict with the Master Agreement. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). It shall be the responsibility of the Supplier to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to OMNIA Partners, Public Sector). All purchase orders issued and accepted by the Supplier may survive expiration or termination of the Master Agreement. Participating Agencies’ purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Supplier is responsible for reporting all sales and paying the applicable administrative fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.6 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through OMNIA Partners, Public Sector’s cooperative program: A.Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B.Establish the Master Agreement as the Supplier’s primary go to market strategy to Public Agencies nationwide; C.Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier’s need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D.Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.1 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners, Public Sector designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.2 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier’s executive management, (2) the Master Requirements for National Cooperative Contract Page 19 of 55 Requirements for National Cooperative Contract Page 20 of 55 Agreement is Supplier's primary “go to market” strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners, Public Sector and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.3 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.4 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners, Public Sector nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners, Public Sector in accordance with the OMNIA Partners, Public Sector Administration Agreement. Supplier also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.1 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier’s qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. 3.2 Company A.Brief history and description of Supplier. Maxon Furniture Inc. has been in business and was incorporated in the state of Iowa under this name in 2002. If you look closely at our logo you can see the panels. BPI and Panel Concepts, both Requirements for National Cooperative Contract Page 21 of 55 former custom office furniture manufacturers, merged following almost 20 years operating both independently and jointly resulting in the Maxon brand. Maxon is an operating company of HNI, one of the nation’s largest manufacturer of furniture; Maxon’s affiliated companies include The HON Company, Allsteel, Gunlocke and HBF. B.Total number and location of sales persons employed by Supplier. Maxon provides for the coverage needs of our customers through a system of direct, as well as indirect representation. The Maxon direct salesperson consists of eight members, established across the United States. We also work with Independent Manufacturer Representatives (IMR’s), which consist of eleven independent firms in locations strategically located all over the United States. Between the eleven firms, there are fifty indirect salespeople, which are led by our direct sales team. C.Number and location of support centers (if applicable) and location of corporate office. Maxon’s corporate headquarters and manufacturing facilities are located in Muscatine, IA. Maxon Furniture Inc. is not an off the shelf manufacturer, all orders are produced according to the customers’ needs and specifications and production begins only after the customer confirms and places an order. D.Annual sales for the three previous fiscal years. Maxon Annual Sales for the three previous fiscal years are as below: •2017 - $32m •2018 - $33m •2019 - $34m E.Submit FEIN and Dunn & Bradstreet report. Maxon’s FEIN number is 42-1295118 and DUNS Number 067694315. A current DUNS report has been added to the end of this section for your convenience. F.Describe any green or environmental initiatives or policies. Maxon Furniture Inc. is dedicated to the continual improvement of our environment and the preservation of natural resources. •Our supplier certification program identifies companies with environmental goals like ours. •Our particle board suppliers use recycled content from post- industrial sources Requirements for National Cooperative Contract Page 22 of 55 •Our products utilize steel that contains post-consumer recycled content and is recyclable. •Our products utilize aluminum that contains post-consumer recycled content and is recyclable •Our packaging materials contain post-consumer and pre- consumer recycled content and are recyclable •Our bulk packing option consumes fewer raw materials and decreases the amount of shipping materials our customers must recycle or send to landfills •Reducing cartoning also reduces greenhouse gas emissions by decreasing the number of trucks needed to deliver Maxon product. •Our outbound load planning system combines product shipments to geographical areas to reduce fuel consumption and CO2 emissions of the trucking companies. Most Maxon products can meet the Safer Chemicals Challenge of the Healthier Hospitals Healthy Interiors Goal version 2.0 (December 2015) by using the following guidance. Customer choice plays an important role in avoiding undesired chemicals and treatments. Additional information regarding Healthier Hospitals may be found at www.HealthierHospitals.org. Maxon products meet BIFMA Sustainability & level Certifications and have Indoor Advantage Gold Certifications. G.Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. When using a diversity program, there will be no change in the discounting or price that the Participating Agencies will experience. Our main participation is with the Small Business and Women Owned. H.Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. Maxon has 586 active dealerships across the United States. Of those dealers, Maxon has targeted the Hub Zone Business, Service-Disabled Veteran and Veteran Owned Business certifications as underutilized. We look to engage with dealerships of these certifications to introduce the Maxon model and encourage them to introduce our line to their customers. Requirements for National Cooperative Contract Page 23 of 55 Maxon is proud to be an operating company of HNI Corporation, the second largest manufacturer of office furniture in the world. Along with the backing of an industry leader in operations excellence, Maxon boasts a member-owned culture committed to simplicity, quality, and service. •Big Company Backing. Through HNI’s leveraged model, we are able to share operational excellence in procurement, manufacturing, logistics, and IT with our fellow sister companies. You will receive quality product on time, every time. •Small Company Service. When you partner with Maxon, we have a team of experts ready to exceed your expectations. Our personalized services (Design, Project Strategy, Customer Support, Field Service), work as an extension of your team to provide a simple and successful project. Unlike larger companies, Maxon has the ability to make quick decisions and do what is best for your project without compromising quality or budget. •Quality Products and Relationships. We believe that quality matters. We strive to provide quality products and superior services that when combined with our team of highly skilled members create an effortless experience. J.Describe any present or past litigation, bankruptcy or reorganization involving supplier. Reorganization: On July 1, 2002, Jean Reynolds, President, stated “BPI Inc. and Panel Concepts Inc. legally became Maxon Furniture Inc. The unified Maxon brand will continue to promote our strengths of speed and value. Our commitment to creating a powerful collection of product lines, encompassing a broad spectrum of the office furniture systems industry, is more clearly reflected in our new identity.” I.Describe how supplier differentiates itself from its competitors. Requirements for National Cooperative Contract Page 24 of 55 Maxon is not, and has not been, involved in any litigation or bankruptcy transactions. We are a corporate-responsible business under the umbrella of HNI Corporation. K.Felony Conviction Notice: Indicate if the supplier a.is a publicly held corporation and this reporting requirement is not applicable; b.is not owned or operated by anyone who has been convicted of a felony; or c.is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. Maxon Furniture Inc. conducts business under HNI Corporation, a publicly held corporation. This requirement is not applicable. L.Describe any debarment or suspension actions taken against supplier Maxon has not experienced any debarment or suspension actions. 3.3 Distribution, Logistics A.Describe the full line of products and services offered by supplier. Maxon’s products meet the demands of today’s real estate compressed landscapes, tightened furniture budgets, while maintaining a level of service not met in today’s competitive market. Requirements for National Cooperative Contract Page 25 of 55 •Emerge Panel System – Strike a balance between the open-office concept and heads-down workstations. Emerge is designed for future needs in the ever-changing workplace. •Prefix Panel System – A versatile panel solution with attention to detail. •Smartspace – A benching solution fitting more people into a smaller area and has the ability to support the growth of your business, school or hospital setting. •Seating – Consisting of Adept and MXMO. A practical, low cost line of chairs, café or guest chairs. •Prepare – The right solution that includes teaming, café, height- adjustable and conference tables. •Include – Include storage allows you to maximize your space and all of its belongings. With Include you can have your cake and store it too. •Design – All Maxon products are fully supported by industry design programs for easy specification by dealers, representatives, and our in-house Design team. Maxon can provide quick turn around on design requests, typically 2 – 3 days (depending on size of the project). •Field Service – Maxon’s Field Service Engineer has over 33 years of experience. He can assist the installers with any questions they have with the install process. B.Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Maxon has a nationwide network of freight carriers and has delivered its products to locations in all 50 states, Puerto Rico, Guam, Canada and continues to expand its delivery network. The HNI Corporation have a dedicated logistics team that coordinate all of the freight needs of the individual operating companies, combining loads to fully utilize the space on the trucks. C.Describe how Participating Agencies are ensure they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. A dedicated Maxon contract will be developed to guide the discounting and pricing teams agreed on in this Region 4 ESC/OMNIA Partners contract. By selecting this contract from the drop-down menu when placing the order, the participating agency can be assured of correct pricing. Once Maxon is awarded the contract, a link will be created off the Government tab of our public website, www.maxonfurniture.com, which Requirements for National Cooperative Contract Page 26 of 55 will provide the price book that the customer should use as a guide for Contract list pricing. On behalf of the customer, Maxon dealerships can run the quote through a validation tool, known as Compass. This tool is the point of truth for pricing, model and option validation before the actual order is processed through our system. D.Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. The HNI Corporation have a dedicated logistics team that coordinate all of the freight needs of the individual operating companies, combining loads to fully utilize the space on the trucks. The fleet carrier varies, based on the location of the shipment destination. E.Provide the number, size and location of Supplier’s distribution facilities, warehouses and retail network as applicable. 3.4 Marketing and Sales A.Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier’s primary go to market strategy for Public Agencies to supplier’s teams nationwide, to include, but not limited to: i.Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii.Training and education of Supplier’s national sales force with participation from the Supplier’s executive leadership, along with the OMNIA Partners, Public Sector team within first 90 days On contract award, and executive leadership communication of the pending contract will be sent to our existing data base of dealerships and sellers. Within this communication, leadership will emphasize the HNI Corporation managed, Maxon Furniture's distribution centers are strategically located across the United States to provide our customers with superior service and quick shipping, while controlling freight costs. Requirements for National Cooperative Contract Page 27 of 55 importance of the program will ask the recipients to reach out to the supplied agencies to introduce Maxon Furniture, as well as provide for their project needs. B.Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i.Creation and distribution of a co-branded press release to trade publications ii.Announcement, Master Agreement details and contact information published on the Supplier’s website within first 90 days iii.Design, publication and distribution of co-branded marketing materials within first 90 days iv.Commitment to attendance and participation with OMNIA Partners, Public Sector at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v.Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners, Public Sector for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners, Public Sector. vi.Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii.Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii.Dedicated OMNIA Partners, Public Sector internet web-based homepage on Supplier’s website with: •OMNIA Partners, Public Sector standard logo; •Copy of original Request for Proposal; •Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; •Summary of Products and pricing; •Marketing Materials •Electronic link to OMNIA Partners, Public Sector’s website including the online registration page; •A dedicated toll-free number and email address for OMNIA Requirements for National Cooperative Contract Page 28 of 55 Partners, Public Sector On contract award, Maxon Furniture will: •Design and distribute a Maxon catalog specific to the OMNIA program, featuring product, application, industry trends and pricing. •Communicate via email, webinars, member meetings, sales training and other •Create and distribute of a co-branded press release to our database of customers •The announcement, Master Agreement details and contact information will be published on www.MaxonFurniture.com within the first 90 days. •Commit to attend and participate with OMNIA Partners, Public sector at national, regional and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement •Commit to attend, exhibit and participate at the NIGP Annual Forum C.Describe how Supplier will transition any existing Public Agency customers’ accounts to the Master Agreement available nationally through OMNIA Partners, Public Sector. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Maxon’s participation to nationally marketed agreements are limited to the NCPA contract, and we are actively seeking alternatives for our Public Sector members. We will review our previous sales lists and target those customers which would qualify to purchase from the OMNIA contract. We will then do a sales blast, notifying them that the OMNIA contract is an available alternative to them. D.Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public Sector and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners, Public Sector logo will require permission for reproduction, as well. Maxon acknowledges that OMNIA Partners will receive permission to reproduce our logo for use in marketing campaigns and promotions. The logo file request may be sent to MaxonMarketing@maxonmail.com. Before using the OMNIA partners logo, our marketing team will reach out for permission for reproduction as well. E.Confirm Supplier will be proactive in direct sales of Supplier’s goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners, Public Sector. All sales materials are to use the OMNIA Partners, Public Sector logo. At a minimum, the Supplier’s sales initiatives should communicate: Requirements for National Cooperative Contract Page 29 of 55 i.Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii.Best government pricing iii.No cost to participate iv.Non-exclusive Maxon’s sales members will have access to the leads established by the OMNIA Partners network. Local dealerships will be selected that are in good standing with Maxon Furniture and have the ability to support the Partners needs throughout the project, as well as service the project after completion. F.Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i.Key features of Master Agreement ii.Working knowledge of the solicitation process iii.Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners, Public Sector iv.Knowledge of benefits of the use of cooperative contracts After award, a presentation will be given to the Maxon Sales Team outlining the details on the Master Agreement. This will be followed up with collateral and a detailed sales guide on how to work with the contract. Attendance for this presentation will be required. G.Provide the name, title, email and phone number for the person(s), who will be responsible for: i.Executive Support: •Kevin Taney, Vice President and General Manager •Email: TaneyK@maxonmail.com •Phone: 812.653.4229 ii.Marketing •Theresa Cannavo, Product and Marketing Manager •Email: CannavoT@maxonmail.com •Phone: 563.299.8752 iii.Sales •Sherri Hunt, Manager of Sales Operations and Support. •Email: HuntS@maxonmail.com •Phone: 563.271.0871 Requirements for National Cooperative Contract Page 30 of 55 iv.Sales Support •Sherri Hunt, Manager of Sales Operations and Support. •Email: HuntS@maxonmail.com •Phone: 563.271.0871 v.Financial Reporting •Maxon Contract Manager •Email: MaxonContractManager@maxonmail.com •Phone: 563.299.2949 vi.Accounts Payable •Sherri Hunt, Manager of Sales Operations and Support. •Email: HuntS@maxonmail.com •Phone: 563.271.0871 vii.Contracts •Maxon Contract Manager •Email: MaxonContractManager@maxonmail.com •Phone: 563.299.2949 H.Describe in detail how Supplier’s national sales force is structured, including contact information for the highest-level executive in charge of the sales team. Highest-level executive: Kevin Taney, Vice President and General Manager P.812.653.4229 E. TaneyK@maxonmail.com I.Explain in detail how the sales teams will work with the OMNIA Partners, Public Sector team to implement, grow and service the national program. As projects come in that would qualify for the OMNIA Partners contract, they will introduce the OMNIA Partners information to them and encourage them to register. The order will then be placed on the dedicated contract. J.Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. Maxon Furniture has the website, www.MaxonFurniture.com, where we keep updates on new products, features, etc. Off this site, we will have a dedicated link to where OMNIA Partners will be able to access specific information regarding the contract. Requirements for National Cooperative Contract Page 31 of 55 K. State the amount of Supplier’s Public Agency sales for the previous fiscal year. Provide a list of Supplier’s top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. During fiscal year 2019, Maxon Furniture experienced $2.7m in Public Agency sales. The top 10 list includes the following (key contact information is not currently gathered): L.Describe Supplier’s information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. To place orders, the dealership that the Public Agency is working with will place the order on behalf of the Agency, through the use of Maxon’s electronic ordering system. Acknowledgments of the order will be sent out within one working day of placement. Once shipped, an invoice will be generated and sent to the responsible party. M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement (“Guaranteed Contract Sales”). $ 0 .00 in year one Maxon does not yet have a history of this $ 0 .00 in year two contract to make an accurate prediction of $ 0 .00 in year three future sales. To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. Requirements for National Cooperative Contract Page 32 of 55 N.Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i.Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners, Public Sector). Maxon will work with the Public Agency to encourage the use of the OMNIA Partners contract and offer the best possible pricing on the contract. ii.If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners, Public Sector under the Master Agreement. Maxon will value engineer the individual project and may offer spot discounting in deeply competitive conditions. iii.Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners, Public Sector). If the Public Agency refuses to utilize the Master Agreement, Maxon will sell the project under a commercial agreement, which will follow our standard terms and conditions of a commercial sale. iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Multiple proposals will be strongly discouraged by Maxon. If such practice happens, Maxon will offer a net discount rate that will be close or equal to the discount rate offered under the Master Agreement contract. Detail Supplier’s strategies under these options when responding to a solicitation. Company Summary Printed By:Mark Miller Date Printed:December 3, 2019 LIVE REPORT Currency: Shown in USD unless otherwise indicated MAXON FURNITURE INC. Trade Names: (SUBSIDIARY OF HNI CORPORATION, MUSCATINE, IA) ACTIVE HEADQUARTERS (SUBSIDIARY) D-U-N-S Number: 06-769-4315 Company:MAXON FURNITURE INC. D&B Address Address:200 OAK ST FL 2 MUSCATINE, IA, US - 52761 Location Type: HEADQUARTERS (SUBSIDIARY) Phone:800-876-4274 Fax: Web:www.maxonfurniture.com Endorsement:MillerMark@honcompany.com SCORE BAR PAYDEX®  79 Paying 2 days past due Commercial Credit Score Percentile  74 Low to Moderate Risk of severe payment delinquency. Financial Stress Score National Percentile  76 Low to Moderate Risk of severe financial stress. D&B Viability Rating 4 6 C Z View More Details Bankruptcy Found N D&B Rating 1R3 1R indicates 10 or more Employees, Credit appraisal of 3 is fair D&B VIABILITY RATING SUMMARY Viability Score Viability Score : 4 Low Risk:1 ; High Risk:9 Portfolio Comparison Portfolio Comparison : 6 Low Risk:1 ; High Risk:9 1 3 months from Oct-19 to Dec-19 Days Beyond Terms Past 3 months: 18 Days Days Beyond Terms Past 3 months : 18 Low Risk:0 ; High Risk:120+ Dollar-weighted average of 4 payment experiences reported from 4 companies. This is a headquarters (subsidiary) location Branch(es) or Division(s) exist Y Age (Year Started) 17 years (2002) Employees 45 (30 Here) SIC 2521 Line of business Mfg wood office furniture Chief Executive KEVIN TANEY, VP & GM History Status CLEAR NAICS 337211 Data Depth Indicator Data Depth Indicator : C Predictive:A ; Descriptive:G Company Profile: Z SUBSIDIARY DETAILED TRADE RISK INSIGHT™ D&B COMPANY OVERVIEW PAYDEX® TREND CHART 2 The following data includes both open and closed filings found in D&B's database on this company. The public record items contained herein may have been paid, terminated, vacated or released prior to today's date. Predictive Scores The D&B Viability Rating uses D&B's proprietary analytics to compare the most predictive business risk indicators and deliver a highly reliable assessment of the probability that a company will go out of business, become dormant/inactive, or file for bankruptcy/insolvency within the next 12 months. The D&B Viability Rating is made up of 4 components: PUBLIC FILINGS Record Type Number of Records Most Recent Filing Date Bankruptcies 0 --- Judgments 0 --- Liens 0 --- Suits 0 --- UCCs 0 --- CORPORATE LINKAGE This is a Headquarters (Subsidiary) location MAXON FURNITURE INC. Muscatine, IA D-U-N-S® NUMBER: 06-769-4315 Parent Company HNI CORPORATION Iowa D-U-N-S® NUMBER: 00-526-9709 D&B VIABILITY RATING SUMMARY Viability Score Compared to All US Businesses within the D&B Database: Level of Risk: Low Risk Businesses ranked 4 have a probability of becoming no longer viable: 5 % Percentage of businesses ranked 4: 14 % Portfolio Comparison Compared to All US Businesses within the same MODEL SEGMENT: Model Segment : Established Trade Payments Level of Risk: Moderate Risk Businesses ranked 6 within this model segment have a probability of becoming no longer viable: 5 % 3 This information may not be reproduced in whole or in part by any means of reproduction. Disclaimer: The software and information ("Services") accessed herein were developed exclusively at private expense, and are proprietary to Dun & Bradstreet, Inc., and its affiliates and subsidiaries (collectively, "D&B"), and may include copyrighted works, trade secrets, or other materials created by D&B at great effort and expense. If the Customer accessing the Services is part of the executive, legislative or judicial branches of the U.S. Federal Government, the Services contained herein are a Commercial Item as that term is defined in FAR 2.101, and are comprised of Technical Data, Computer Software and Computer Software Documentation as those terms are defined in FAR 52.227-14(a) and DFAR 252.227-13. Customer's rights to use the Services are as described in the government contract signed between D&B and the Government Under no circumstances will the Customer accessing the Services have greater rights in the Services provided hereunder than "Limited Rights" as that term is defined in FAR 52.227-14 (ALT II) and DFAR 252.227-7013(f) and "Restricted Rights" as that term is defined in FAR 52.227-14 (ALT III) and DFAR 252.227-7014(f), respectively. ©Dun & Bradstreet, Inc. 2005-2019. All rights reserved Across all US businesses, the average probability of becoming no longer viable: 14 % Percentage of businesses ranked 6 with this model segment: 9 % Within this model segment, the average probability of becoming no longer viable: 5 % Data Depth Indicator Data Depth Indicator: Rich Firmographics Extensive Commercial Trading Activity No Financial Attributes Greater data depth can increase the precision of the D&B Viability Rating assessment. To help improve the current data depth of this company, you can ask D&B to make a personalized request to this company on your behalf to obtain its latest financial information. To make the request, click the link below. Note, the company must be saved to a folder before the request can be made. Request Financial Statements Reference the FINANCIALS tab for this company to monitor the status of your request. Company Profile: Company Profile Details: Financial Data: Trade Payments: Company Size: Years in Business: Subsidiary Z 4 Requirements for National Cooperative Contract Page 25 of 55 EXHIBIT B ADMINISTRATION AGREEMENT, EXAMPLE ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this “Agreement”) is made this ___ day of ______ 20___, between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), and ________________ (“Supplier”). RECITALS WHEREAS, the ___________________ (the “Principal Procurement Agency”) has entered into a Master Agreement effective _________________, Agreement No_______, by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the “Master Agreement”), as attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, for the purchase of _____________________ (the “Product”); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (collectively, “Public Agencies”), that register (either via registration on the OMNIA Partners, Public Sector website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a “Participating Public Agency”) may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners, Public Sector to Public Agencies; WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners, Public Sector and Supplier. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby agree as follows: DEFINITIONS 1.Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. Requirements for National Cooperative Contract Page 26 of 55 TERMS AND CONDITIONS 2.The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier’s response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3.OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier’s obligation to obtain appropriate insurance. 4.OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its capacity as the contract administrator under the Master Agreement. 5.With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i) construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners, Public Sector makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6.OMNIA Partners, Public Sector shall not be responsible for Supplier’s performance under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC SECTOR’S PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 8.This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3 – 8 and 12 – 23, hereof and the Requirements for National Cooperative Contract Page 27 of 55 indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. 9.Supplier’s failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to terminate this Agreement, at OMNIA Partners, Public Sector’s sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. NATIONAL PROMOTION 10.OMNIA Partners, Public Sector and Supplier shall publicize and promote the availability of the Master Agreement’s products and services to Public Agencies and such agencies’ employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector), or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency’s first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11.Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless OMNIA Partners, Public Sector for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other party a limited, revocable, non-transferable, non-sublicensable right to use such party’s logo (each, the “Logo”) solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party’s Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party’s Logo. Notwithstanding the foregoing, the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party’s Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party’s Logo. ADMINISTRATIVE FEE, REPORTING & PAYMENT 12.An “Administrative Fee” shall be defined and due to OMNIA Partners, Public Sector from Supplier in the amount of three percent (3%) (“Administrative Fee Percentage”) multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereof) (“Contract Sales”). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency’s Contract Sales. Requirements for National Cooperative Contract Page 28 of 55 13.Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C (“Contract Sales Report”), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector by the 10 day of the following month. Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’s sole discretion. 14.Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public Sector at the frequency and on the due date stated in Section 13, above, within 30 days of calendar month end, for Supplier’s submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’s sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15.Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA Partners, Public Sector’s sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public Sector may engage a third party to conduct an independent audit of Supplier’s monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public Sector. In the event an underreporting of Contract Sales and a resulting underpayment of Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners, Public Sector’s reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners, Public Sector’s costs and expenses related to such audit. GENERAL PROVISIONS 16.This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail. 17.If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be entitled to reasonable attorney’s fees and costs in addition to any other relief to which it may be entitled. 18.This Agreement and OMNIA Partners, Public Sector’s rights and obligations hereunder may be assigned at OMNIA Partners, Public Sector’s sole discretion to an affiliate of OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of Requirements for National Cooperative Contract Page 29 of 55 OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners, Public Sector. 19.All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A.OMNIA Partners, Public Sector: OMNIA Partners, Public Sector Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 B.Supplier: 20.If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 21.This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22.This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23.This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24.This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever. Maxon Furniture Inc. 200 Oak Street Muscatine, IA 52761 Requirements for National Cooperative Contract Page 30 of 55 [INSERT SUPPLIER ENTITY NAME] NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR Signature Signature Sarah Vavra Name Name Sr. Vice President, Public Sector Contracting Title Title Date Date EXHIBIT C MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners, Public Sector”) to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1.Each party will facilitate the cooperative procurement of Products. 2.The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. Requirements for National Cooperative Contract Page 31 of 45 Requirements for National Cooperative Contract Page 32 of 55 3.The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4.The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5.The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6.The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7.The Participating Public Agencies (each a “Procuring Party”) that procure Products through any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8.The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9.The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND W ARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY W AY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES Requirements for National Cooperative Contract Page 33 of 55 THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11.This Agreement shall remain in effect until termination by either party giving thirty (30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive any such termination. 12.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR AND/OR COMMUNITIES PROGRAM MANAGEMENT, LLC, A CALIFORNIA LIMITED LIABILITY COMPANY D/B/A U.S. COMMUNITIES Authorized Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title and Agency Name Title Date Date Requirements for National Cooperative Contract Page 34 of 45 EXHIBIT D PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), [NAME OF PPA] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as of and on behalf of [NAME OF PPA] (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date Requirements for National Cooperative Contract Page 35 of 45 EXHIBIT E CONTRACT SALES REPORTING TEMPLATE Requirements for National Cooperative Contract Page 36 of 45 EXHIBIT F FEDERAL FUNDS CERTIFICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non–Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non–Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non–Federal entity that, consistent with 31 U.S.C. 6302–6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass-through entity to the non–Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass-through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non–Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: (1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or (2) An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; (iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non–Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability; or (2) The cost-reimbursement contract under the Federal Acquisition Regulations that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost- reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non–Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; (b) Is not organized primarily for profit; and Requirements for National Cooperative Contract Page 37 of 55 (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non–Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non–Federal entity during the same or a future period. Pass-through entity means a non–Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non–Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non–Federal entity may purchase property or services using small purchase methods. Non–Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro-purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non–Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency’s subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable, when federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to notify the Vendor if federal funds will be utilized to procure items under this contract and/or purchase order prior to Vendor's acceptance of the order. APPENDIX II TO 2 CFR PART 2 00 (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Does offeror agree? YES Initials of Authorized Representative of offeror (B)Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will beeffected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES Initials of Authorized Representative of offeror (C)Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet thedefinition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 Requirements for National Cooperative Contract Page 38 of 55 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror (D)Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all primeconstruction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations(29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanicsat a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decisionto award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor orsubrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions. Does offeror agree? YES Initials of Authorized Representative of offeror (E)Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded bythe non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include aprovision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissibleprovided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to constructionwork and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission ofintelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES Initials of Authorized Representative of offeror (F)Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “fundingagreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a smallbusiness firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient mustcomply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and SmallBusiness Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. Does offeror agree? YES Initials of Authorized Representative of offeror Requirements for National Cooperative Contract Page 39 of 55 (G)Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), asamended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non - Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA) Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. Does offeror agree? YES Initials of Authorized Representative of offeror (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordancewith the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than ExecutiveOrder 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency. Does offeror agree? YES Initials of Authorized Representative of offeror (I)Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000must file the required certification. Each tier certifies to the tier above that it will not and has not used Federalappropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier mustalso disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1)No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. (3)The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Does offeror agree? YES Initials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that Requirements for National Cooperative Contract Page 40 of 55 offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that when requested prior to offeror's acceptance of an order, offeror will certify individual its products comply to with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS – 2 C.F.R. § 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror’s discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror’s personnel for the purpose of interview and discussion relating to such documents. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all dealer subcontracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror’s Name: ____________________________________________________________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number:___________________________________ Fax Number: ______________________________________ Printed Name and Title of Authorized Representative:______________________________________________________________________ Email Address: ____________________________________________________________________________________________ Signature of Authorized Representative: ____________________________________Date: _____________________________ Maxon Furniture Inc. 200 Oak Street, Muscatine, IA 52761 800.876.4274 N/A Kevin Taney TaneyK@maxonmail.com 12/11/19 Requirements for National Cooperative Contract Page 41 of 55 EXHIBIT G NEW JERSEY BUSINESS COMPLIANCE NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror’s response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners, Public Sector’s ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: •all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; •Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; •Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and •Bid and Performance Security, as required by the applicable municipal or state statutes. Requirements for National Cooperative Contract Page 42 of 55 DOC #1 OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Street: City, State, Zip Code: Complete as appropriate: I _______________________________________, certify that I am the sole owner of ____________________________________, that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: I _______________________________________, a partner in___________________________, do hereby certify that the following is a list of all individual partners who own a 10% or greater interest therein. I further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10% or more of that corporation’s stock or the individual partners owning 10% or greater interest in that partnership. OR: I _______________________________________, an authorized representative of ______________________, a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10% or more of the corporation’s stock or the individual partners owning a 10% or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10% or more interest, indicate none.) Name Address Interest I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Date Authorized Signature and Title Maxon Furniture Inc. 200 Oak Street Muscatine, IA 52761 Kevin Taney Maxon Furniture Inc. HNI Corporation owns 100% of the stock of Maxon Furniture Inc. State Farm, One State Farm Plaza, Bloomington, IL 61710 and BlackRock Inc., 55 East 52 Street New York, NY 10055 each own 10% or more of the stock of HNI Corporation, a publicly traded company (NYSE). Kevin Taney , VP & GM12/11/19 DOC #2 N ON-COLLUSION AFFIDAVIT Company Name: Maxon Furniture Inc. Street: 200 Oak Street City, State, Zip Code: Muscatine, IA 52761 State of Iowa County of Muscatine 1, Kevin Taney of the City of Muscatine Name City in the County of Muscatine State of Iowa of full age, being duly sworn according to law on my oath depose and say that: 1 am the VP & GM of the firm of Maxon Furniture Inc. Title Company Name the Offeror making the Proposal for the goods, services or public work specified under the attached proposal, and that 1 executed the said proposal with full authority to do so; that said Offeror has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above proposal, and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that relies upon the truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. 1 further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Maxon Furniture Inc. Company Name Subscribed and sworn before me ~lQ~'~ ~~~ Kevin Tane,~P & GM A uthorized Sign ure &Title G • : A~ ~ CHR187YiE D MCCOR611gC this ~ day of '" ~ ~~ , 20 ~ / ~` ~.s ~~8 l~/~/J/~ /~' ": ~;;ja'r My Commission Expires 1/~~ZC !✓ C ~J~11/gym-((~' K +AAA March 20.2021 N otary Public of r M y commission expires Q~t ' ~ , 20 SEAL DOC #3 Requirements for National Cooperative Contract Page 43 of 45 Requirements for National Cooperative Contract Page 44 of 55 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Street: City, State, Zip Code: Proposal Certification: Indicate below company’s compliance with New Jersey Affirmative Action regulations. Company’s proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1.A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2.A photo copy of their Certificate of Employee Information Report OR 3.A complete Affirmative Action Employee Information Report (AA302) __________ Public Work – Over $50,000 Total Project Cost: note 12.6.19 again A.No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the State B.Approved Federal or New Jersey Plan – certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. ____________________ _________________________________ Date Authorized Signature and Title Maxon Furniture Inc. 200 Oak Street Muscatine, IA 52761 Kevin Taney, VP & GM Maxon Furniture's AA302 report can be found on the next page. 12/11/19 FormAA3o2 STATE OF NEW JERSEY Rev. 11/11 Division of Purchase &Property Contract Compliance Audit Unit EEO Monitoring Program EMPLOYEE INFORMATION REPORT IMPORTANT-READ INSTRUCTIONS CAREFULLY BEFORE COMPLETING FORM. FAILURE TO PROPERLY COMPLETE THE ENTIRE FORM AND TO SUBMIT THE REQUIRED 5150.00 FEE MAY DELAY ISSUANCE OF YOUR CERTIFICATE. DO NOT SUBMIT EEO-t REPORT FOR SECTION B, ITEM 71. For Instructions on completing the form, go to: http://www.state.nj.us/treasury/contract_com pliance/pdf/aa302ins.pdf 1. FID. NO.OR SOCIAL SECURITY w a-ia~5iig SECTION A -COMPANY IDENTIFICATION 2. TYPE OF BUSINESS 3. TOTAL NO. EMPLOYEES iN THE ENTIRE ~`l. MFG q 2. SERVICE ~ 3. WHOLESALE COMPANY /~ q 4. RETAII. q 5. OTHER ii ~ a. C0,1~P~NLLYr+1~ ~ / (~f / N ~ l (i L ~ (,.~ r 5. STREE'C CITY COUNTY STATE ZIP CODE ~ ~c~ oc~-~St r~n«s~~rnusc~~~ c~5a~~-cal 6. NAME OF PARENT OR AFFQ.IATED COMPANY (IF NONE, SO INDICATE)CITY STATE ZIP CODE l~Nl (;~rr~~r~ov/l I'Ylu~ca,~r~. ~~ 5,~~-Ce I 7. CFIECK ONE: IS THE COMPANY: 5~. SINGLE-ESTABLISFIMENT EMPLOYER ~ MULTt-ESTABLISHMENT EMPLOYER 8. IF M TI-E TABLISHMEN EMPLOYER TATE Tt~ N MBER OF E TABLI HMENT IN N ' 9. TOTAL NUMBER OF EMPLOYEES A7 ESTABLISHMENT WHICH HAS BEEN AWARDED THE CONTRACT 10. PUBLIC AGENCY AWARDING CONTRACT CITY COUNTY STATE ZIP CODE uca~~~,~~Cen~11'l5 ~ X ~~ OHi ` I Use Onl DATE RE EI VED AUG.DATE A I NED ERTIFI ATI N N ER SECTION B -EMPLOYMENT DATA 1 1. Report ail permanent, temporary and part-time employees ON YOUR OWN PAYROLL. Enter the appropriate figures on all lines and in all columns. Where there are no employees in a particular category, enter a zero. Include ALL employees, notjust those in minority/non-minority categories, in columns 1, 2, & 3. DONOTSUBMR AN Ef0-1 REPORT. JOB CATEGORIES LL EMPLOYEES COL. 1 TOTAL (Cols2 &3) COL. 2 M ALE COL. 3 FEMALE "••'*•*MALE*:...«•s ...............{*•••FEMA *****s..+ss...+.++.... BLACK HISPANIC R. IA ASIAN NON MIN.BLACK HISPANIC R. INDIAN ASIAN NON MIN. Officials/ Managers Professionals Technicians Sales Workers Office&Clerical p~ V J Craftworkers (Skilled) Operatives (Semi-skilled) Laborers (Unskilled) Service Workers TOTAL /'Iv1 Total employment From previous Re ort (if an ) remPo~ary a Pan- Time Employees The data below shall NOT be included in the figures for the appropriate categories above. 1 2. HOW W AS INFORMAT N AS TO RACE OR ETHNIC GROUP IN SEC?ION B OBTAINED 1. Visual Survey 2. Employment Record ~3. Other (Specify) 14. IS THIS THE FIRST Employee Information Report Submitted? \,~ 1. YES}( 2. NO~ I5. IF N0, DATE LAST REPORT SUBMITTED MO. DAY YEAR 13. DATES OF PAYROLL PERIOD USED From: ~ I ~ rjp-~ ~ j ~ To: t ~ ~ 1 ~' 1 a ~ ~ SECTION C~ SIGNATURE AND IDENTIFICATION 16. NAME OF PERSON COMPLETING FORM (Print or Type) SIGNATl1RE TITLE DATE Pa.Ge ~1 i~►~ ~~~~~ ~~~:~~--~~~,~,~s ~~ Icy I IEq 17. ADD SS N0. &STREET CITY COUNTY STATE Z P ODH PHONE (AREA CODE, NO.,EXTENSION),~ c~c~ ~c~ [~ St, mUs~t~~ 11~u~~~e l~ 5a~~ ( 5~3 -a~a -~~,1 Requirements for National Cooperative Contract Page 45 of 55 DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these Requirements for National Cooperative Contract Page 46 of 55 regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). ________________________________________________ Signature of Procurement Agent Requirements for National Cooperative Contract Page 47 of 55 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). Please refer back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational. 1.The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a “fair and open” process (N.J.S.A. 19:44A-20.7). 2.Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3.The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4.The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a.The Division has prepared model disclosure forms for each county. They can be downloaded from the “County PCD Forms” link on the Pay-to-Play web site at http://www.nj.gov/dca/divisions/dlgs/programs/lpcl.html#12. They will be updated from time-to-time as necessary. b.A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based, they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c.Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropriate and should be accepted. d.The form may be used “as-is”, subject to edits as described herein. e.The “Contractor Instructions” sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form; where that is not the case, the text should be edited accordingly. f.The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. 5.It is recommended that the contractor also complete a “Stockholder Disclosure Certification.” This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. Requirements for National Cooperative Contract Page 48 of 55 DOC #4, continued C.271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a “fair and open” process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: •any State, county, or municipal committee of a political party •any legislative leadership committee* •any continuing political committee (a.k.a., political action committee) •any candidate committee of a candidate for, or holder of, an elective office: o of the public entity awarding the contract o of that county in which that public entity is located o of another public entity within that county o or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: •individuals with an “interest” ownership or control of more than 10% of the profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit •all principals, partners, officers, or directors of the business entity or their spouses •any subsidiaries directly or indirectly controlled by the business entity •IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, “a contribution by that person’s spouse or child, residing therewith, shall be deemed to be a contribution by the business entity.” [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor’s responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor’s submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. Requirements for National Cooperative Contract Page 49 of 55 *N.J.S.A. 19:44A-3(s): “The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the purpose of receiving contributions and making expenditures.” Requirements for National Cooperative Contract Page 50 of 55 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I – Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. _______________________ _______________________ ________________________ Signature Printed Name Title Part II – Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit.  Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount $ Maxon Furniture Inc. 200 Oak StreetMuscatine IA 52761 Kevin Taney VP & GM N/A Requirements for National Cooperative Contract Page 51 of 55  Check here if the information is continued on subsequent page(s) Requirements for National Cooperative Contract Page 52 of 55 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY- BASED, CUSTOMIZABLE FORM. DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: certify that the list below contains the names and home addresses of all stockholders h olding 10% or more of the issued and outstanding stock of the undersigned. OR 0 I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: O Partnership Corporation OSole Proprietorship O Limited Partnership OLimited Liability Corporation Limited Liability Partnership 0 Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. N ame: HNI Corporation Name: Home Address: 600 East Second Street Home Address: M uscatine, IA 52761 N ame: Name: Home Address: Home Address: N ame: Name: Home Address: Home Address: bscribed and sworn before me this day of (Notary Public) ~t~~7.i1~ )/CG~JZ~yLQ.~ M y Commission expires: 1~~~'j ~~~~~r (Affiant) Kevin Taney, VP & GM (Print name &title of affiant) orate Seal `P~; lA[ s CHWSTINE D MCCORMICK ~` nr~s r v nny Commission Expire~equirements for National Cooperative Contract rc~vA Man*' z°, ~1 Page 53 of 55 Requirements for National Cooperative Contract Page 54 of 55 DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 – 56(e) (3)), is listed on the Department of the Treasury’s List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 – 56(f). Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non-Involvement in Prohibited Activities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure_investmentact.pdf. Offerors should submit the above form completed with their proposal. X Region 4 ESC 19-18 Maxon Furniture Inc. Kevin Taney VP & GM 12/9/2019 Requirements for National Cooperative Contract Page 55 of 55 DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. http://www.state.nj.us/treasury/revenue/forms/njreg.pdf Maxon submitted a request for registration on December 4, 2019, and the NJ Business Registration Application for tax filing is currently in review. We do not anticipate any issues with our request, and have attached our New Jersey Certificate of Authority on the next page. Contact info: Ryan Wamplier, Customer Specialist, CT Corporation p.312.283.1715 e. centralteam1@wolterskluwer.com Requirements for National Cooperative Contract Page 56 of 45 EXHIBIT H ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners, Public Sector and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii State of Massachusetts State of New Mexico State of South Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma State of Virginia State of Connecticut State of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada State of Pennsylvania State of West Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states / districts may be found at http://www.usa.gov/Agencies/State_and_Territories.shtml and https://www.usa.gov/local-governments. Certain Public Agencies and Political Subdivisions: Requirements for National Cooperative Contract Page 57 of 45 CITIES, TOWNS, VILLAGES AND BOROUGHS INCLUDING BUT NOT LIMITED TO: BAKER CITY GOLF COURSE, OR CITY OF ADAIR VILLAGE, OR CITY OF ASHLAND, OR CITY OF AUMSVILLE, OR CITY OF AURORA, OR CITY OF BAKER, OR CITY OF BATON ROUGE, LA CITY OF BEAVERTON, OR CITY OF BEND, OR CITY OF BOARDMAN, OR CITY OF BONANAZA, OR CITY OF BOSSIER CITY, LA CITY OF BROOKINGS, OR CITY OF BURNS, OR CITY OF CANBY, OR CITY OF CANYONVILLE, OR CITY OF CLATSKANIE, OR CITY OF COBURG, OR CITY OF CONDON, OR CITY OF COQUILLE, OR CITY OF CORVALLI, OR CITY OF CORVALLIS PARKS AND RECREATION DEPARTMENT, OR CITY OF COTTAGE GROVE, OR CITY OF DONALD, OR CITY OF EUGENE, OR CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CITY, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR CITY OF ST. PAUL, OR Requirements for National Cooperative Contract Page 58 of 55 CITY OF SULPHUR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR LEAGUE OF OREGON CITES THE CITY OF HAPPY VALLEY OREGON ALPINE, UT ALTA, UT ALTAMONT, UT ALTON, UT AMALGA, UT AMERICAN FORK CITY, UT ANNABELLA, UT ANTIMONY, UT APPLE VALLEY, UT AURORA, UT BALLARD, UT BEAR RIVER CITY, UT BEAVER, UT BICKNELL, UT BIG WATER, UT BLANDING, UT BLUFFDALE, UT BOULDER, UT CITY OF BOUNTIFUL, UT BRIAN HEAD, UT BRIGHAM CITY CORPORATION, UT BRYCE CANYON CITY, UT CANNONVILLE, UT CASTLE DALE, UT CASTLE VALLEY, UT CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CENTERFIELD, UT CENTERVILLE CITY CORPORATION, UT CENTRAL VALLEY, UT CHARLESTON, UT CIRCLEVILLE, UT CLARKSTON, UT CLAWSON, UT CLEARFIELD, UT CLEVELAND, UT CLINTON CITY CORPORATION, UT COALVILLE, UT CORINNE, UT CORNISH, UT COTTONWOOD HEIGHTS, UT DANIEL, UT DELTA, UT DEWEYVILLE, UT DRAPER CITY, UT DUCHESNE, UT EAGLE MOUNTAIN, UT EAST CARBON, UT ELK RIDGE, UT ELMO, UT ELSINORE, UT ELWOOD, UT Requirements for National Cooperative Contract Page 59 of 55 EMERY, UT ENOCH, UT ENTERPRISE, UT EPHRAIM, UT ESCALANTE, UT EUREKA, UT FAIRFIELD, UT FAIRVIEW, UT FARMINGTON, UT FARR WEST, UT FAYETTE, UT FERRON, UT FIELDING, UT FILLMORE, UT FOUNTAIN GREEN, UT FRANCIS, UT FRUIT HEIGHTS, UT GARDEN CITY, UT GARLAND, UT GENOLA, UT GLENDALE, UT GLENWOOD, UT GOSHEN, UT GRANTSVILLE, UT GREEN RIVER, UT GUNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH, UT HEBER CITY CORPORATION, UT HELPER, UT HENEFER, UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN, UT HOLLADAY, UT HONEYVILLE, UT HOOPER, UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDE PARK, UT HYRUM, UT INDEPENDENCE, UT IVINS, UT JOSEPH, UT JUNCTION, UT KAMAS, UT KANAB, UT KANARRAVILLE, UT KANOSH, UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM, UT LAKETOWN, UT LA VERKIN, UT LAYTON, UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT Requirements for National Cooperative Contract Page 60 of 55 LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT LYMAN, UT LYNNDYL, UT MANILA, UT MANTI, UT MANTUA, UT MAPLETON, UT MARRIOTT-SLATERVILLE, UT MARYSVALE, UT MAYFIELD, UT MEADOW, UT MENDON, UT MIDVALE CITY INC., UT MIDWAY, UT MILFORD, UT MILLVILLE, UT MINERSVILLE, UT MOAB, UT MONA, UT MONROE, UT CITY OF MONTICELLO, UT MORGAN, UT MORONI, UT MOUNT PLEASANT, UT MURRAY CITY CORPORATION, UT MYTON, UT NAPLES, UT NEPHI, UT NEW HARMONY, UT NEWTON, UT NIBLEY, UT NORTH LOGAN, UT NORTH OGDEN, UT NORTH SALT LAKE CITY, UT OAK CITY, UT OAKLEY, UT OGDEN CITY CORPORATION, UT OPHIR, UT ORANGEVILLE, UT ORDERVILLE, UT OREM, UT PANGUITCH, UT PARADISE, UT PARAGONAH, UT PARK CITY, UT PAROWAN, UT PAYSON, UT PERRY, UT PLAIN CITY, UT PLEASANT GROVE CITY, UT PLEASANT VIEW, UT PLYMOUTH, UT PORTAGE, UT PRICE, UT PROVIDENCE, UT PROVO, UT RANDOLPH, UT REDMOND, UT RICHFIELD, UT RICHMOND, UT RIVERDALE, UT Requirements for National Cooperative Contract Page 61 of 55 RIVER HEIGHTS, UT RIVERTON CITY, UT ROCKVILLE, UT ROCKY RIDGE, UT ROOSEVELT CITY CORPORATION, UT ROY, UT RUSH VALLEY, UT CITY OF ST. GEORGE, UT SALEM, UT SALINA, UT SALT LAKE CITY CORPORATION, UT SANDY, UT SANTA CLARA, UT SANTAQUIN, UT SARATOGA SPRINGS, UT SCIPIO, UT SCOFIELD, UT SIGURD, UT SMITHFIELD, UT SNOWVILLE, UT CITY OF SOUTH JORDAN, UT SOUTH OGDEN, UT CITY OF SOUTH SALT LAKE, UT SOUTH WEBER, UT SPANISH FORK, UT SPRING CITY, UT SPRINGDALE, UT SPRINGVILLE, UT STERLING, UT STOCKTON, UT SUNNYSIDE, UT SUNSET CITY CORP, UT SYRACUSE, UT TABIONA, UT CITY OF TAYLORSVILLE, UT TOOELE CITY CORPORATION, UT TOQUERVILLE, UT TORREY, UT TREMONTON CITY, UT TRENTON, UT TROPIC, UT UINTAH, UT VERNAL CITY, UT VERNON, UT VINEYARD, UT VIRGIN, UT WALES, UT WALLSBURG, UT WASHINGTON CITY, UT WASHINGTON TERRACE, UT WELLINGTON, UT WELLSVILLE, UT WENDOVER, UT WEST BOUNTIFUL, UT WEST HAVEN, UT WEST JORDAN, UT WEST POINT, UT WEST VALLEY CITY, UT WILLARD, UT WOODLAND HILLS, UT WOODRUFF, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH, LA Requirements for National Cooperative Contract Page 62 of 55 ASCENSION PARISH, LA, CLEAR OF COURT CADDO PARISH, LA CALCASIEU PARISH, LA CALCASIEU PARISH SHERIFF’S OFFICE, LA CITY AND COUNTY OF HONOLULU, HI CLACKAMAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR CLATSOP COUNTY, OR COLUMBIA COUNTY, OR COOS COUNTY, OR COOS COUNTY HIGHWAY DEPARTMENT, OR COUNTY OF HAWAII, OR CROOK COUNTY, OR CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COUNTY, OR JEFFERSON PARISH, LA JOSEPHINE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COUNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MULTNOMAH COUNTY SHERIFFS OFFICE, OR MULTNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CHARLES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SAINT TAMMANY PARISH, LA SHERMAN COUNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR UNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR Requirements for National Cooperative Contract Page 63 of 55 WEST BATON ROUGE PARISH, LA WHEELER COUNTY, OR YAMHILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF JUAB, UT COUNTY OF MILLARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PIUTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN JUAN, UT COUNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS, BOARDS, DISTRICTS, COMMISSIONS, COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES, RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: ADAIR R.F.P.D., OR ADEL WATER IMPROVEMENT DISTRICT, OR ADRIAN R.F.P.D., OR AGNESS COMMUNITY LIBRARY, OR AGNESS-ILLAHE R.F.P.D., OR AGRICULTURE EDUCATION SERVICE EXTENSION DISTRICT, OR ALDER CREEK-BARLOW WATER DISTRICT NO. 29, OR ALFALFA FIRE DISTRICT, OR ALSEA R.F.P.D., OR ALSEA RIVIERA WATER IMPROVEMENT DISTRICT, OR AMITY FIRE DISTRICT, OR ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR APPLE ROGUE DISTRICT IMPROVEMENT COMPANY, OR APPLEGATE VALLEY R.F.P.D. #9, OR ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT, OR ARCH CAPE SANITARY DISTRICT, OR ARNOLD IRRIGATION DISTRICT, OR ASH CREEK WATER CONTROL DISTRICT, OR ATHENA CEMETERY MAINTENANCE DISTRICT, OR AUMSVILLE R.F.P.D., OR AURORA R.F.P.D., OR AZALEA R.F.P.D., OR BADGER IMPROVEMENT DISTRICT, OR BAILEY-SPENCER R.F.P.D., OR BAKER COUNTY LIBRARY DISTRICT, OR BAKER R.F.P.D., OR BAKER RIVERTON ROAD DISTRICT, OR BAKER VALLEY IRRIGATION DISTRICT, OR BAKER VALLEY S.W.C.D., OR Requirements for National Cooperative Contract Page 64 of 55 BAKER VALLEY VECTOR CONTROL DISTRICT, OR BANDON CRANBERRY WATER CONTROL DISTRICT, OR BANDON R.F.P.D., OR BANKS FIRE DISTRICT, OR BANKS FIRE DISTRICT #13, OR BAR L RANCH ROAD DISTRICT, OR BARLOW WATER IMPROVEMENT DISTRICT, OR BASIN AMBULANCE SERVICE DISTRICT, OR BASIN TRANSIT SERVICE TRANSPORTATION DISTRICT, OR BATON ROUGE WATER COMPANY BAY AREA HEALTH DISTRICT, OR BAYSHORE SPECIAL ROAD DISTRICT, OR BEAR VALLEY SPECIAL ROAD DISTRICT, OR BEAVER CREEK WATER CONTROL DISTRICT, OR BEAVER DRAINAGE IMPROVEMENT COMPANY, INC., OR BEAVER SLOUGH DRAINAGE DISTRICT, OR BEAVER SPECIAL ROAD DISTRICT, OR BEAVER WATER DISTRICT, OR BELLE MER S.I.G.L. TRACTS SPECIAL ROAD DISTRICT, OR BEND METRO PARK AND RECREATION DISTRICT BENTON S.W.C.D., OR BERNDT SUBDIVISION W ATER IMPROVEMENT DISTRICT, OR BEVERLY BEACH WATER DISTRICT, OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BIG BEND IRRIGATION DISTRICT, OR BIGGS SERVICE DISTRICT, OR BLACK BUTTE RANCH DEPARTMENT OF POLICE SERVICES, OR BLACK BUTTE RANCH R.F.P.D., OR BLACK MOUNTAIN WATER DISTRICT, OR BLODGETT-SUMMIT R.F.P.D., OR BLUE MOUNTAIN HOSPITAL DISTRICT, OR BLUE MOUNTAIN TRANSLATOR DISTRICT, OR BLUE RIVER PARK & RECREATION DISTRICT, OR BLUE RIVER WATER DISTRICT, OR BLY R.F.P.D., OR BLY VECTOR CONTROL DISTRICT, OR BLY WATER AND SANITARY DISTRICT, OR BOARDMAN CEMETERY MAINTENANCE DISTRICT, OR BOARDMAN PARK AND RECREATION DISTRICT BOARDMAN R.F.P.D., OR BONANZA BIG SPRINGS PARK & RECREATION DISTRICT, OR BONANZA MEMORIAL PARK CEMETERY DISTRICT, OR BONANZA R.F.P.D., OR BONANZA-LANGELL VALLEY VECTOR CONTROL DISTRICT, OR BORING WATER DISTRICT #24, OR BOULDER CREEK RETREAT SPECIAL ROAD DISTRICT, OR BRIDGE R.F.P.D., OR BROOKS COMMUNITY SERVICE DISTRICT, OR BROWNSVILLE R.F.P.D., OR BUELL-RED PRAIRIE WATER DISTRICT, OR BUNKER HILL R.F.P.D. #1, OR BUNKER HILL SANITARY DISTRICT, OR BURLINGTON WATER DISTRICT, OR BURNT RIVER IRRIGATION DISTRICT, OR BURNT RIVER S.W.C.D., OR CALAPOOIA R.F.P.D., OR CAMAS VALLEY R.F.P.D., OR CAMELLIA PARK SANITARY DISTRICT, OR CAMMANN ROAD DISTRICT, OR CAMP SHERMAN ROAD DISTRICT, OR CANBY AREA TRANSIT, OR CANBY R.F.P.D. #62, OR CANBY UTILITY BOARD, OR CANNON BEACH R.F.P.D., OR CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR Requirements for National Cooperative Contract Page 65 of 55 CAPE FERRELO R.F.P.D., OR CAPE FOULWEATHER SANITARY DISTRICT, OR CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR CARMEL BEACH WATER DISTRICT, OR CASCADE VIEW ESTATES TRACT 2, OR CEDAR CREST SPECIAL ROAD DISTRICT, OR CEDAR TRAILS SPECIAL ROAD DISTRICT, OR CEDAR VALLEY - NORTH BANK R.F.P.D., OR CENTRAL CASCADES FIRE AND EMS, OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA CENTRAL LINCOLN P.U.D., OR CENTRAL OREGON COAST FIRE & RESCUE DISTRICT, OR CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CENTRAL OREGON IRRIGATION DISTRICT, OR CHAPARRAL WATER CONTROL DISTRICT, OR CHARLESTON FIRE DISTRICT, OR CHARLESTON SANITARY DISTRICT, OR CHARLOTTE ANN WATER DISTRICT, OR CHEHALEM PARK & RECREATION DISTRICT, OR CHEHALEM PARK AND RECREATION DISTRICT CHEMULT R.F.P.D., OR CHENOWITH WATER P.U.D., OR CHERRIOTS, OR CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT, OR CHILOQUIN VECTOR CONTROL DISTRICT, OR CHILOQUIN-AGENCY LAKE R.F.P.D., OR CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR CHR DISTRICT IMPROVEMENT COMPANY, OR CHRISTMAS VALLEY DOMESTIC WATER DISTRICT, OR CHRISTMAS VALLEY PARK & RECREATION DISTRICT, OR CHRISTMAS VALLEY R.F.P.D., OR CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS COUNTY FIRE DISTRICT #1, OR CLACKAMAS COUNTY SERVICE DISTRICT #1, OR CLACKAMAS COUNTY VECTOR CONTROL DISTRICT, OR CLACKAMAS RIVER WATER CLACKAMAS RIVER WATER, OR CLACKAMAS S.W.C.D., OR CLATSKANIE DRAINAGE IMPROVEMENT COMPANY, OR CLATSKANIE LIBRARY DISTRICT, OR CLATSKANIE P.U.D., OR CLATSKANIE PARK & RECREATION DISTRICT, OR CLATSKANIE PEOPLE'S UTILITY DISTRICT CLATSKANIE R.F.P.D., OR CLATSOP CARE CENTER HEALTH DISTRICT, OR CLATSOP COUNTY S.W.C.D., OR CLATSOP DRAINAGE IMPROVEMENT COMPANY #15, INC., OR CLEAN WATER SERVICES CLEAN WATER SERVICES, OR CLOVERDALE R.F.P.D., OR CLOVERDALE SANITARY DISTRICT, OR CLOVERDALE WATER DISTRICT, OR COALEDO DRAINAGE DISTRICT, OR COBURG FIRE DISTRICT, OR COLESTIN RURAL FIRE DISTRICT, OR COLTON R.F.P.D., OR COLTON WATER DISTRICT #11, OR COLUMBIA 911 COMMUNICATIONS DISTRICT, OR COLUMBIA COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR COLUMBIA DRAINAGE VECTOR CONTROL, OR COLUMBIA IMPROVEMENT DISTRICT, OR COLUMBIA R.F.P.D., OR COLUMBIA RIVER FIRE & RESCUE, OR COLUMBIA RIVER PUD, OR COLUMBIA S.W.C.D., OR Requirements for National Cooperative Contract Page 66 of 55 COLUMBIA S.W.C.D., OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVATION COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS FOREST PROTECTIVE ASSOCIATION COOS S.W.C.D., OR COQUILLE R.F.P.D., OR COQUILLE VALLEY HOSPITAL DISTRICT, OR CORBETT WATER DISTRICT, OR CORNELIUS R.F.P.D., OR CORP RANCH ROAD WATER IMPROVEMENT, OR CORVALLIS R.F.P.D., OR COUNTRY CLUB ESTATES SPECIAL WATER DISTRICT, OR COUNTRY CLUB WATER DISTRICT, OR COUNTRY ESTATES ROAD DISTRICT, OR COVE CEMETERY MAINTENANCE DISTRICT, OR COVE ORCHARD SEWER SERVICE DISTRICT, OR COVE R.F.P.D., OR CRESCENT R.F.P.D., OR CRESCENT SANITARY DISTRICT, OR CRESCENT WATER SUPPLY AND IMPROVEMENT DISTRICT, OR CROOK COUNTY AGRICULTURE EXTENSION SERVICE DISTRICT, OR CROOK COUNTY CEMETERY DISTRICT, OR CROOK COUNTY FIRE AND RESCUE, OR CROOK COUNTY PARKS & RECREATION DISTRICT, OR CROOK COUNTY S.W.C.D., OR CROOK COUNTY VECTOR CONTROL DISTRICT, OR CROOKED RIVER RANCH R.F.P.D., OR CROOKED RIVER RANCH SPECIAL ROAD DISTRICT, OR CRYSTAL SPRINGS WATER DISTRICT, OR CURRY COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR CURRY COUNTY PUBLIC TRANSIT SERVICE DISTRICT, OR CURRY COUNTY S.W.C.D., OR CURRY HEALTH DISTRICT, OR CURRY PUBLIC LIBRARY DISTRICT, OR DALLAS CEMETERY DISTRICT #4, OR DARLEY DRIVE SPECIAL ROAD DISTRICT, OR DAVID CROCKETT STEAM FIRE COMPANY #1, LA DAYS CREEK R.F.P.D., OR DAYTON FIRE DISTRICT, OR DEAN MINARD WATER DISTRICT, OR DEE IRRIGATION DISTRICT, OR DEER ISLAND DRAINAGE IMPROVEMENT COMPANY, OR DELL BROGAN CEMETERY MAINTENANCE DISTRICT, OR DEPOE BAY R.F.P.D., OR DESCHUTES COUNTY 911 SERVICE DISTRICT, OR DESCHUTES COUNTY R.F.P.D. #2, OR DESCHUTES PUBLIC LIBRARY DISTRICT, OR DESCHUTES S.W.C.D., OR DESCHUTES VALLEY WATER DISTRICT, OR DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR DEXTER R.F.P.D., OR DEXTER SANITARY DISTRICT, OR DORA-SITKUM R.F.P.D., OR DOUGLAS COUNTY FIRE DISTRICT #2, OR DOUGLAS S.W.C.D., OR DRAKES CROSSING R.F.P.D., OR DRRH SPECIAL ROAD DISTRICT #6, OR DRY GULCH DITCH DISTRICT IMPROVEMENT COMPANY, OR DUFUR RECREATION DISTRICT, OR DUMBECK LANE DOMESTIC WATER SUPPLY, OR DUNDEE R.F.P.D., OR DURKEE COMMUNITY BUILDING PRESERVATION DISTRICT, OR Requirements for National Cooperative Contract Page 67 of 55 EAGLE POINT IRRIGATION DISTRICT, OR EAGLE VALLEY CEMETERY MAINTENANCE DISTRICT, OR EAGLE VALLEY R.F.P.D., OR EAGLE VALLEY S.W.C.D., OR EAST FORK IRRIGATION DISTRICT, OR EAST MULTNOMAH S.W.C.D., OR EAST SALEM SERVICE DISTRICT, OR EAST UMATILLA CHEMICAL CONTROL DISTRICT, OR EAST UMATILLA COUNTY AMBULANCE AREA HEALTH DISTRICT, OR EAST UMATILLA COUNTY R.F.P.D., OR EAST VALLEY WATER DISTRICT, OR ELGIN COMMUNITY PARKS & RECREATION DISTRICT, OR ELGIN HEALTH DISTRICT, OR ELGIN R.F.P.D., OR ELKTON ESTATES PHASE II SPECIAL ROAD DISTRICT, OR ELKTON R.F.P.D., OR EMERALD P.U.D., OR ENTERPRISE IRRIGATION DISTRICT, OR ESTACADA CEMETERY MAINTENANCE DISTRICT, OR ESTACADA R.F.P.D. #69, OR EUGENE R.F.P.D. # 1, OR EUGENE WATER AND ELECTRIC BOARD EVANS VALLEY FIRE DISTRICT #6, OR FAIR OAKS R.F.P.D., OR FAIRVIEW R.F.P.D., OR FAIRVIEW WATER DISTRICT, OR FALCON HEIGHTS WATER AND SEWER, OR FALCON-COVE BEACH WATER DISTRICT, OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR FARGO INTERCHANGE SERVICE DISTRICT, OR FARMERS IRRIGATION DISTRICT, OR FAT ELK DRAINAGE DISTRICT, OR FERN RIDGE PUBLIC LIBRARY DISTRICT, OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT, OR FOR FAR ROAD DISTRICT, OR FOREST GROVE R.F.P.D., OR FOREST VIEW SPECIAL ROAD DISTRICT, OR FORT ROCK-SILVER LAKE S.W.C.D., OR FOUR RIVERS VECTOR CONTROL DISTRICT, OR FOX CEMETERY MAINTENANCE DISTRICT, OR GARDINER R.F.P.D., OR GARDINER SANITARY DISTRICT, OR GARIBALDI R.F.P.D., OR GASTON R.F.P.D., OR GATES R.F.P.D., OR GEARHART R.F.P.D., OR GILLIAM S.W.C.D., OR GLENDALE AMBULANCE DISTRICT, OR GLENDALE R.F.P.D., OR GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR GLENEDEN SANITARY DISTRICT, OR GLENWOOD WATER DISTRICT, OR GLIDE - IDLEYLD SANITARY DISTRICT, OR GLIDE R.F.P.D., OR GOLD BEACH - WEDDERBURN R.F.P.D., OR GOLD HILL IRRIGATION DISTRICT, OR GOLDFINCH ROAD DISTRICT, OR GOSHEN R.F.P.D., OR GOVERNMENT CAMP ROAD DISTRICT, OR GOVERNMENT CAMP SANITARY DISTRICT, OR GRAND PRAIRIE WATER CONTROL DISTRICT, OR GRAND RONDE SANITARY DISTRICT, OR GRANT COUNTY TRANSPORTATION DISTRICT, OR GRANT S.W.C.D., OR GRANTS PASS IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 68 of 55 GREATER BOWEN VALLEY R.F.P.D., OR GREATER ST. HELENS PARK & RECREATION DISTRICT, OR GREATER TOLEDO POOL RECREATION DISTRICT, OR GREEN KNOLLS SPECIAL ROAD DISTRICT, OR GREEN SANITARY DISTRICT, OR GREENACRES R.F.P.D., OR GREENBERRY IRRIGATION DISTRICT, OR GREENSPRINGS RURAL FIRE DISTRICT, OR HAHLEN ROAD SPECIAL DISTRICT, OR HAINES CEMETERY MAINTENANCE DISTRICT, OR HAINES FIRE PROTECTION DISTRICT, OR HALSEY-SHEDD R.F.P.D., OR HAMLET R.F.P.D., OR HARBOR R.F.P.D., OR HARBOR SANITARY DISTRICT, OR HARBOR WATER P.U.D., OR HARNEY COUNTY HEALTH DISTRICT, OR HARNEY S.W.C.D., OR HARPER SOUTH SIDE IRRIGATION DISTRICT, OR HARRISBURG FIRE AND RESCUE, OR HAUSER R.F.P.D., OR HAZELDELL RURAL FIRE DISTRICT, OR HEBO JOINT WATER-SANITARY AUTHORITY, OR HECETA WATER P.U.D., OR HELIX CEMETERY MAINTENANCE DISTRICT #4, OR HELIX PARK & RECREATION DISTRICT, OR HELIX R.F.P.D. #7-411, OR HEPPNER CEMETERY MAINTENANCE DISTRICT, OR HEPPNER R.F.P.D., OR HEPPNER WATER CONTROL DISTRICT, OR HEREFORD COMMUNITY HALL RECREATION DISTRICT, OR HERMISTON CEMETERY DISTRICT, OR HERMISTON IRRIGATION DISTRICT, OR HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT DISTRICT, OR HIGH DESERT PARK & RECREATION DISTRICT, OR HIGHLAND SUBDIVISION WATER DISTRICT, OR HONOLULU INTERNATIONAL AIRPORT HOOD RIVER COUNTY LIBRARY DISTRICT, OR HOOD RIVER COUNTY TRANSPORTATION DISTRICT, OR HOOD RIVER S.W.C.D., OR HOOD RIVER VALLEY PARKS & RECREATION DISTRICT, OR HOODLAND FIRE DISTRICT #74 HOODLAND FIRE DISTRICT #74, OR HORSEFLY IRRIGATION DISTRICT, OR HOSKINS-KINGS VALLEY R.F.P.D., OR HOUSING AUTHORITY OF PORTLAND HUBBARD R.F.P.D., OR HUDSON BAY DISTRICT IMPROVEMENT COMPANY, OR I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR ICE FOUNTAIN WATER DISTRICT, OR IDAHO POINT SPECIAL ROAD DISTRICT, OR IDANHA-DETROIT RURAL FIRE PROTECTION DISTRICT, OR ILLINOIS VALLEY FIRE DISTRICT ILLINOIS VALLEY R.F.P.D., OR ILLINOIS VALLEY S.W.C.D., OR IMBLER R.F.P.D., OR INTERLACHEN WATER P.U.D., OR IONE LIBRARY DISTRICT, OR IONE R.F.P.D. #6-604, OR IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR IRONSIDE RURAL ROAD DISTRICT #5, OR IRRIGON PARK & RECREATION DISTRICT, OR IRRIGON R.F.P.D., OR ISLAND CITY AREA SANITATION DISTRICT, OR ISLAND CITY CEMETERY MAINTENANCE DISTRICT, OR Requirements for National Cooperative Contract Page 69 of 55 JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR JACKSON COUNTY FIRE DISTRICT #3, OR JACKSON COUNTY FIRE DISTRICT #4, OR JACKSON COUNTY FIRE DISTRICT #5, OR JACKSON COUNTY LIBRARY DISTRICT, OR JACKSON COUNTY VECTOR CONTROL DISTRICT, OR JACKSON S.W.C.D., OR JASPER KNOLLS WATER DISTRICT, OR JEFFERSON COUNTY EMERGENCY MEDICAL SERVICE DISTRICT, OR JEFFERSON COUNTY FIRE DISTRICT #1, OR JEFFERSON COUNTY LIBRARY DISTRICT, OR JEFFERSON COUNTY S.W .C.D., OR JEFFERSON PARK & RECREATION DISTRICT, OR JEFFERSON R.F.P.D., OR JOB'S DRAINAGE DISTRICT, OR JOHN DAY WATER DISTRICT, OR JOHN DAY-CANYON CITY PARKS & RECREATION DISTRICT, OR JOHN DAY-FERNHILL R.F.P.D. #5-108, OR JORDAN VALLEY CEMETERY DISTRICT, OR JORDAN VALLEY IRRIGATION DISTRICT, OR JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR JOSEPHINE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR JOSEPHINE COUNTY 911 AGENCY, OR JUNCTION CITY R.F.P.D., OR JUNCTION CITY WATER CONTROL DISTRICT, OR JUNIPER BUTTE ROAD DISTRICT, OR JUNIPER CANYON WATER CONTROL DISTRICT, OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY, OR JUNIPER FLAT R.F.P.D., OR JUNO NONPROFIT WATER IMPROVEMENT DISTRICT, OR KEATING R.F.P.D., OR KEATING S.W.C.D., OR KEIZER R.F.P.D., OR KELLOGG RURAL FIRE DISTRICT, OR KENO IRRIGATION DISTRICT, OR KENO PINES ROAD DISTRICT, OR KENO R.F.P.D., OR KENT WATER DISTRICT, OR KERBY WATER DISTRICT, OR K-GB-LB WATER DISTRICT, OR KILCHIS WATER DISTRICT, OR KLAMATH 9-1-1 COMMUNICATIONS DISTRICT, OR KLAMATH BASIN IMPROVEMENT DISTRICT, OR KLAMATH COUNTY DRAINAGE SERVICE DISTRICT, OR KLAMATH COUNTY EXTENSION SERVICE DISTRICT, OR KLAMATH COUNTY FIRE DISTRICT #1, OR KLAMATH COUNTY FIRE DISTRICT #3, OR KLAMATH COUNTY FIRE DISTRICT #4, OR KLAMATH COUNTY FIRE DISTRICT #5, OR KLAMATH COUNTY LIBRARY SERVICE DISTRICT, OR KLAMATH COUNTY PREDATORY ANIMAL CONTROL DISTRICT, OR KLAMATH DRAINAGE DISTRICT, OR KLAMATH FALLS FOREST ESTATES SPECIAL ROAD DISTRICT UNIT #2, OR KLAMATH INTEROPERABILITY RADIO GROUP, OR KLAMATH IRRIGATION DISTRICT, OR KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT, OR KLAMATH S.W.C.D., OR KLAMATH VECTOR CONTROL DISTRICT, OR KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR LA GRANDE CEMETERY MAINTENANCE DISTRICT, OR LA GRANDE R.F.P.D., OR LA PINE PARK & RECREATION DISTRICT, OR LA PINE R.F.P.D., OR LABISH VILLAGE SEWAGE & DRAINAGE, OR LACOMB IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 70 of 55 LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT – DHH-OPH REGION 3 LAIDLAW WATER DISTRICT, OR LAKE CHINOOK FIRE & RESCUE, OR LAKE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR LAKE COUNTY LIBRARY DISTRICT, OR LAKE CREEK R.F.P.D. - JACKSON, OR LAKE CREEK R.F.P.D. - LANE COUNTY, OR LAKE DISTRICT HOSPITAL, OR LAKE GROVE R.F.P.D. NO. 57, OR LAKE GROVE WATER DISTRICT, OR LAKE LABISH WATER CONTROL DISTRICT, OR LAKE POINT SPECIAL ROAD DISTRICT, OR LAKESIDE R.F.P.D. #4, OR LAKESIDE WATER DISTRICT, OR LAKEVIEW R.F.P.D., OR LAKEVIEW S.W.C.D., OR LAMONTAI IMPROVEMENT DISTRICT, OR LANE FIRE AUTHORITY, OR LANE LIBRARY DISTRICT, OR LANE TRANSIT DISTRICT, OR LANGELL VALLEY IRRIGATION DISTRICT, OR LANGLOIS PUBLIC LIBRARY, OR LANGLOIS R.F.P.D., OR LANGLOIS WATER DISTRICT, OR LAZY RIVER SPECIAL ROAD DISTRICT, OR LEBANON AQUATIC DISTRICT, OR LEBANON R.F.P.D., OR LEWIS & CLARK R.F.P.D., OR LINCOLN COUNTY LIBRARY DISTRICT, OR LINCOLN S.W.C.D., OR LINN COUNTY EMERGENCY TELEPHONE AGENCY, OR LINN S.W.C.D., OR LITTLE MUDDY CREEK W ATER CONTROL, OR LITTLE NESTUCCA DRAINAGE DISTRICT, OR LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR LONE PINE IRRIGATION DISTRICT, OR LONG PRAIRIE WATER DISTRICT, OR LOOKINGGLASS OLALLA WATER CONTROL DISTRICT, OR LOOKINGGLASS RURAL FIRE DISTRICT, OR LORANE R.F.P.D., OR LOST & BOULDER DITCH IMPROVEMENT DISTRICT, OR LOST CREEK PARK SPECIAL ROAD DISTRICT, OR LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS LOWELL R.F.P.D., OR LOWER MCKAY CREEK R.F.P.D., OR LOWER MCKAY CREEK WATER CONTROL DISTRICT, OR LOWER POWDER RIVER IRRIGATION DISTRICT, OR LOWER SILETZ WATER DISTRICT, OR LOWER UMPQUA HOSPITAL DISTRICT, OR LOWER UMPQUA PARK & RECREATION DISTRICT, OR LOWER VALLEY WATER IMPROVEMENT DISTRICT, OR LUCE LONG DITCH DISTRICT IMPROVEMENT CO., OR LUSTED WATER DISTRICT, OR LYONS R.F.P.D., OR LYONS-MEHAMA WATER DISTRICT, OR MADRAS AQUATIC CENTER DISTRICT, OR MAKAI SPECIAL ROAD DISTRICT, OR MALHEUR COUNTY S.W.C.D., OR MALHEUR COUNTY VECTOR CONTROL DISTRICT, OR MALHEUR DISTRICT IMPROVEMENT COMPANY, OR MALHEUR DRAINAGE DISTRICT, OR MALHEUR MEMORIAL HEALTH DISTRICT, OR MALIN COMMUNITY CEMETERY MAINTENANCE DISTRICT, OR Requirements for National Cooperative Contract Page 71 of 55 MALIN COMMUNITY PARK & RECREATION DISTRICT, OR MALIN IRRIGATION DISTRICT, OR MALIN R.F.P.D., OR MAPLETON FIRE DEPARTMENT, OR MAPLETON WATER DISTRICT, OR MARCOLA WATER DISTRICT, OR MARION COUNTY EXTENSION & 4H SERVICE DISTRICT, OR MARION COUNTY FIRE DISTRICT #1, OR MARION JACK IMPROVEMENT DISTRICT, OR MARION S.W.C.D., OR MARY'S RIVER ESTATES ROAD DISTRICT, OR MCDONALD FOREST ESTATES SPECIAL ROAD DISTRICT, OR MCKAY ACRES IMPROVEMENT DISTRICT, OR MCKAY DAM R.F.P.D. # 7-410, OR MCKENZIE FIRE & RESCUE, OR MCKENZIE PALISADES WATER SUPPLY CORPORATION, OR MCMINNVILLE R.F.P.D., OR MCNULTY WATER P.U.D., OR MEADOWS DRAINAGE DISTRICT, OR MEDFORD IRRIGATION DISTRICT, OR MEDFORD R.F.P.D. #2, OR MEDFORD WATER COMMISSION MEDICAL SPRINGS R.F.P.D., OR MELHEUR COUNTY JAIL, OR MERLIN COMMUNITY PARK DISTRICT, OR MERRILL CEMETERY MAINTENANCE DISTRICT, OR MERRILL PARK DISTRICT, OR MERRILL R.F.P.D., OR METRO REGIONAL GOVERNMENT METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMMISSION METROPOLITAN SERVICE DISTRICT (METRO) MID COUNTY CEMETERY MAINTENANCE DISTRICT, OR MID-COLUMBIA FIRE AND RESCUE, OR MIDDLE FORK IRRIGATION DISTRICT, OR MIDLAND COMMUNITY PARK, OR MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR MILES CROSSING SANITARY SEWER DISTRICT, OR MILL CITY R.F.P.D. #2-303, OR MILL FOUR DRAINAGE DISTRICT, OR MILLICOMA RIVER PARK & RECREATION DISTRICT, OR MILLINGTON R.F.P.D. #5, OR MILO VOLUNTEER FIRE DEPARTMENT, OR MILTON-FREEWATER AMBULANCE SERVICE AREA HEALTH DISTRICT, OR MILTON-FREEWATER WATER CONTROL DISTRICT, OR MIROCO SPECIAL ROAD DISTRICT, OR MIST-BIRKENFELD R.F.P.D., OR MODOC POINT IRRIGATION DISTRICT, OR MODOC POINT SANITARY DISTRICT, OR MOHAWK VALLEY R.F.P.D., OR MOLALLA AQUATIC DISTRICT, OR MOLALLA R.F.P.D. #73, OR MONITOR R.F.P.D., OR MONROE R.F.P.D., OR MONUMENT CEMETERY MAINTENANCE DISTRICT, OR MONUMENT S.W.C.D., OR MOOREA DRIVE SPECIAL ROAD DISTRICT, OR MORO R.F.P.D., OR MORROW COUNTY HEALTH DISTRICT, OR MORROW COUNTY UNIFIED RECREATION DISTRICT, OR MORROW S.W.C.D., OR MOSIER FIRE DISTRICT, OR MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR MT. ANGEL R.F.P.D., OR MT. HOOD IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 72 of 55 MT. LAKI CEMETERY DISTRICT, OR MT. VERNON R.F.P.D., OR MULINO WATER DISTRICT #1, OR MULTNOMAH COUNTY DRAINAGE DISTRICT #1, OR MULTNOMAH COUNTY R.F.P.D. #10, OR MULTNOMAH COUNTY R.F.P.D. #14, OR MULTNOMAH EDUCATION SERVICE DISTRICT MYRTLE CREEK R.F.P.D., OR NEAH-KAH-NIE WATER DISTRICT, OR NEDONNA R.F.P.D., OR NEHALEM BAY FIRE AND RESCUE, OR NEHALEM BAY HEALTH DISTRICT, OR NEHALEM BAY WASTEWATER AGENCY, OR NESIKA BEACH-OPHIR WATER DISTRICT, OR NESKOWIN REGIONAL SANITARY AUTHORITY, OR NESKOWIN REGIONAL WATER DISTRICT, OR NESTUCCA R.F.P.D., OR NETARTS WATER DISTRICT, OR NETARTS-OCEANSIDE R.F.P.D., OR NETARTS-OCEANSIDE SANITARY DISTRICT, OR NEW BRIDGE WATER SUPPLY DISTRICT, OR NEW CARLTON FIRE DISTRICT, OR NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NEW PINE CREEK R.F.P.D., OR NEWBERG R.F.P.D., OR NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR NEWPORT R.F.P.D., OR NEWT YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR NORTH ALBANY R.F.P.D., OR NORTH BAY R.F.P.D. #9, OR NORTH CLACKAMAS PARKS & RECREATION DISTRICT, OR NORTH COUNTY RECREATION DISTRICT, OR NORTH DOUGLAS COUNTY FIRE & EMS, OR NORTH DOUGLAS PARK & RECREATION DISTRICT, OR NORTH GILLIAM COUNTY HEALTH DISTRICT, OR NORTH GILLIAM COUNTY R.F.P.D., OR NORTH LAKE HEALTH DISTRICT, OR NORTH LEBANON WATER CONTROL DISTRICT, OR NORTH LINCOLN FIRE & RESCUE DISTRICT #1, OR NORTH LINCOLN HEALTH DISTRICT, OR NORTH MORROW VECTOR CONTROL DISTRICT, OR NORTH SHERMAN COUNTY R.F.P.D, OR NORTH UNIT IRRIGATION DISTRICT, OR NORTHEAST OREGON HOUSING AUTHORITY, OR NORTHEAST WHEELER COUNTY HEALTH DISTRICT, OR NORTHERN WASCO COUNTY P.U.D., OR NORTHERN WASCO COUNTY PARK & RECREATION DISTRICT, OR NYE DITCH USERS DISTRICT IMPROVEMENT, OR NYSSA ROAD ASSESSMENT DISTRICT #2, OR NYSSA RURAL FIRE DISTRICT, OR NYSSA-ARCADIA DRAINAGE DISTRICT, OR OAK LODGE WATER SERVICES, OR OAKLAND R.F.P.D., OR OAKVILLE COMMUNITY CENTER, OR OCEANSIDE WATER DISTRICT, OR OCHOCO IRRIGATION DISTRICT, OR OCHOCO WEST WATER AND SANITARY AUTHORITY, OR ODELL SANITARY DISTRICT, OR OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR ONTARIO LIBRARY DISTRICT, OR ONTARIO R.F.P.D., OR OPHIR R.F.P.D., OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMUNITY SERVICES Requirements for National Cooperative Contract Page 73 of 55 OREGON INTERNATIONAL PORT OF COOS BAY, OR OREGON LEGISLATIVE ADMINISTRATION OREGON OUTBACK R.F.P.D., OR OREGON POINT, OR OREGON TRAIL LIBRARY DISTRICT, OR OTTER ROCK WATER DISTRICT, OR OWW UNIT #2 SANITARY DISTRICT, OR OWYHEE CEMETERY MAINTENANCE DISTRICT, OR OWYHEE IRRIGATION DISTRICT, OR PACIFIC CITY JOINT WATER-SANITARY AUTHORITY, OR PACIFIC COMMUNITIES HEALTH DISTRICT, OR PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR PALATINE HILL WATER DISTRICT, OR PALMER CREEK WATER DISTRICT IMPROVEMENT COMPANY, OR PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR PANTHER CREEK ROAD DISTRICT, OR PANTHER CREEK WATER DISTRICT, OR PARKDALE R.F.P.D., OR PARKDALE SANITARY DISTRICT, OR PENINSULA DRAINAGE DISTRICT #1, OR PENINSULA DRAINAGE DISTRICT #2, OR PHILOMATH FIRE AND RESCUE, OR PILOT ROCK CEMETERY MAINTENANCE DISTRICT #5, OR PILOT ROCK PARK & RECREATION DISTRICT, OR PILOT ROCK R.F.P.D., OR PINE EAGLE HEALTH DISTRICT, OR PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR PINE GROVE IRRIGATION DISTRICT, OR PINE GROVE WATER DISTRICT-KLAMATH FALLS, OR PINE GROVE WATER DISTRICT-MAUPIN, OR PINE VALLEY CEMETERY DISTRICT, OR PINE VALLEY R.F.P.D., OR PINEWOOD COUNTRY ESTATES SPECIAL ROAD DISTRICT, OR PIONEER DISTRICT IMPROVEMENT COMPANY, OR PISTOL RIVER CEMETERY MAINTENANCE DISTRICT, OR PISTOL RIVER FIRE DISTRICT, OR PLEASANT HILL R.F.P.D., OR PLEASANT HOME WATER DISTRICT, OR POCAHONTAS MINING AND IRRIGATION DISTRICT, OR POE VALLEY IMPROVEMENT DISTRICT, OR POE VALLEY PARK & RECREATION DISTRICT, OR POE VALLEY VECTOR CONTROL DISTRICT, OR POLK COUNTY FIRE DISTRICT #1, OR POLK S.W.C.D., OR POMPADOUR WATER IMPROVEMENT DISTRICT, OR PONDEROSA PINES EAST SPECIAL ROAD DISTRICT, OR PORT OF ALSEA, OR PORT OF ARLINGTON, OR PORT OF ASTORIA, OR PORT OF BANDON, OR PORT OF BRANDON, OR PORT OF BROOKINGS HARBOR, OR PORT OF CASCADE LOCKS, OR PORT OF COQUILLE RIVER, OR PORT OF GARIBALDI, OR PORT OF GOLD BEACH, OR PORT OF HOOD RIVER, OR PORT OF MORGAN CITY, LA PORT OF MORROW, OR PORT OF NEHALEM, OR PORT OF NEWPORT, OR PORT OF PORT ORFORD, OR PORT OF PORTLAND, OR PORT OF SIUSLAW, OR PORT OF ST. HELENS, OR Requirements for National Cooperative Contract Page 74 of 55 PORT OF THE DALLES, OR PORT OF TILLAMOOK BAY, OR PORT OF TOLEDO, OR PORT OF UMATILLA, OR PORT OF UMPQUA, OR PORT ORFORD CEMETERY MAINTENANCE DISTRICT, OR PORT ORFORD PUBLIC LIBRARY DISTRICT, OR PORT ORFORD R.F.P.D., OR PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR POWDER R.F.P.D., OR POWDER RIVER R.F.P.D., OR POWDER VALLEY WATER CONTROL DISTRICT, OR POWERS HEALTH DISTRICT, OR PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT #1, OR PROSPECT R.F.P.D., OR QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR QUEENER IRRIGATION IMPROVEMENT DISTRICT, OR RAINBOW WATER DISTRICT, OR RAINIER CEMETERY DISTRICT, OR RAINIER DRAINAGE IMPROVEMENT COMPANY, OR RALEIGH WATER DISTRICT, OR REDMOND AREA PARK & RECREATION DISTRICT, OR REDMOND FIRE AND RESCUE, OR RIDDLE FIRE PROTECTION DISTRICT, OR RIDGEWOOD DISTRICT IMPROVEMENT COMPANY, OR RIDGEWOOD ROAD DISTRICT, OR RIETH SANITARY DISTRICT, OR RIETH WATER DISTRICT, OR RIMROCK WEST IMPROVEMENT DISTRICT, OR RINK CREEK WATER DISTRICT, OR RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR RIVER MEADOWS IMPROVEMENT DISTRICT, OR RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR RIVER ROAD PARK & RECREATION DISTRICT, OR RIVER ROAD WATER DISTRICT, OR RIVERBEND RIVERBANK WATER IMPROVEMENT DISTRICT, OR RIVERDALE R.F.P.D. 11-JT, OR RIVERGROVE WATER DISTRICT, OR RIVERSIDE MISSION WATER CONTROL DISTRICT, OR RIVERSIDE R.F.P.D. #7-406, OR RIVERSIDE WATER DISTRICT, OR ROBERTS CREEK WATER DISTRICT, OR ROCK CREEK DISTRICT IMPROVEMENT, OR ROCK CREEK WATER DISTRICT, OR ROCKWOOD WATER P.U.D., OR ROCKY POINT FIRE & EMS, OR ROGUE RIVER R.F.P.D., OR ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR ROGUE VALLEY SEWER SERVICES, OR ROGUE VALLEY SEWER, OR ROGUE VALLEY TRANSPORTATION DISTRICT, OR ROSEBURG URBAN SANITARY AUTHORITY, OR ROSEWOOD ESTATES ROAD DISTRICT, OR ROW RIVER VALLEY WATER DISTRICT, OR RURAL ROAD ASSESSMENT DISTRICT #3, OR RURAL ROAD ASSESSMENT DISTRICT #4, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM AREA MASS TRANSIT DISTRICT, OR Requirements for National Cooperative Contract Page 75 of 55 SALEM MASS TRANSIT DISTRICT SALEM SUBURBAN R.F.P.D., OR SALISHAN SANITARY DISTRICT, OR SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR SALMON RIVER PARK WATER IMPROVEMENT DISTRICT, OR SALMONBERRY TRAIL INTERGOVERNMENTAL AGENCY, OR SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR SANDY DRAINAGE IMPROVEMENT COMPANY, OR SANDY R.F.P.D. #72, OR SANTA CLARA R.F.P.D., OR SANTA CLARA WATER DISTRICT, OR SANTIAM WATER CONTROL DISTRICT, OR SAUVIE ISLAND DRAINAGE IMPROVEMENT COMPANY, OR SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J, OR SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY, OR SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR SCAPPOOSE R.F.P.D., OR SCIO R.F.P.D., OR SCOTTSBURG R.F.P.D., OR SEAL ROCK R.F.P.D., OR SEAL ROCK WATER DISTRICT, OR SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SHANGRI-LA WATER DISTRICT, OR SHASTA VIEW IRRIGATION DISTRICT, OR SHELLEY ROAD CREST ACRES WATER DISTRICT, OR SHERIDAN FIRE DISTRICT, OR SHERMAN COUNTY HEALTH DISTRICT, OR SHERMAN COUNTY S.W.C.D., OR SHORELINE SANITARY DISTRICT, OR SILETZ KEYS SANITARY DISTRICT, OR SILETZ R.F.P.D., OR SILVER FALLS LIBRARY DISTRICT, OR SILVER LAKE IRRIGATION DISTRICT, OR SILVER LAKE R.F.P.D., OR SILVER SANDS SPECIAL ROAD DISTRICT, OR SILVERTON R.F.P.D. NO. 2, OR SISTERS PARKS & RECREATION DISTRICT, OR SISTERS-CAMP SHERMAN R.F.P.D., OR SIUSLAW PUBLIC LIBRARY DISTRICT, OR SIUSLAW S.W.C.D., OR SIUSLAW VALLEY FIRE AND RESCUE, OR SIXES R.F.P.D., OR SKIPANON WATER CONTROL DISTRICT, OR SKYLINE VIEW DISTRICT IMPROVEMENT COMPANY, OR SLEEPY HOLLOW WATER DISTRICT, OR SMITH DITCH DISTRICT IMPROVEMENT COMPANY, OR SOUTH CLACKAMAS TRANSPORTATION DISTRICT, OR SOUTH COUNTY HEALTH DISTRICT, OR SOUTH FORK WATER BOARD, OR SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR SOUTH LAFOURCHE LEVEE DISTRICT, LA SOUTH LANE COUNTY FIRE & RESCUE, OR SOUTH SANTIAM RIVER WATER CONTROL DISTRICT, OR SOUTH SHERMAN FIRE DISTRICT, OR SOUTH SUBURBAN SANITARY DISTRICT, OR SOUTH WASCO PARK & RECREATION DISTRICT, OR SOUTHERN COOS HEALTH DISTRICT, OR SOUTHERN CURRY CEMETERY MAINTENANCE DISTRICT, OR SOUTHVIEW IMPROVEMENT DISTRICT, OR SOUTHWEST LINCOLN COUNTY WATER DISTRICT, OR SOUTHWESTERN POLK COUNTY R.F.P.D., OR SOUTHWOOD PARK WATER DISTRICT, OR SPECIAL ROAD DISTRICT #1, OR Requirements for National Cooperative Contract Page 76 of 55 SPECIAL ROAD DISTRICT #8, OR SPRING RIVER SPECIAL ROAD DISTRICT, OR SPRINGFIELD UTILITY BOARD, OR ST. PAUL R.F.P.D., OR STANFIELD CEMETERY DISTRICT #6, OR STANFIELD IRRIGATION DISTRICT, OR STARR CREEK ROAD DISTRICT, OR STARWOOD SANITARY DISTRICT, OR STAYTON FIRE DISTRICT, OR SUBLIMITY FIRE DISTRICT, OR SUBURBAN EAST SALEM WATER DISTRICT, OR SUBURBAN LIGHTING DISTRICT, OR SUCCOR CREEK DISTRICT IMPROVEMENT COMPANY, OR SUMMER LAKE IRRIGATION DISTRICT, OR SUMMERVILLE CEMETERY MAINTENANCE DISTRICT, OR SUMNER R.F.P.D., OR SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR SUNDOWN SANITATION DISTRICT, OR SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR SUNNYSIDE IRRIGATION DISTRICT, OR SUNRISE WATER AUTHORITY, OR SUNRIVER SERVICE DISTRICT, OR SUNSET EMPIRE PARK & RECREATION DISTRICT, OR SUNSET EMPIRE TRANSPORTATION DISTRICT, OR SURFLAND ROAD DISTRICT, OR SUTHERLIN VALLEY RECREATION DISTRICT, OR SUTHERLIN WATER CONTROL DISTRICT, OR SWALLEY IRRIGATION DISTRICT, OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, OR SWEET HOME FIRE & AMBULANCE DISTRICT, OR SWISSHOME-DEADWOOD R.F.P.D., OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, OR TALENT IRRIGATION DISTRICT, OR TANGENT R.F.P.D., OR TENMILE R.F.P.D., OR TERREBONNE DOMESTIC WATER DISTRICT, OR THE DALLES IRRIGATION DISTRICT, OR THOMAS CREEK-WESTSIDE R.F.P.D., OR THREE RIVERS RANCH ROAD DISTRICT, OR THREE SISTERS IRRIGATION DISTRICT, OR TIGARD TUALATIN AQUATIC DISTRICT, OR TIGARD WATER DISTRICT, OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, OR TILLAMOOK COUNTY EMERGENCY COMMUNICATIONS DISTRICT, OR TILLAMOOK COUNTY S.W .C.D., OR TILLAMOOK COUNTY TRANSPORTATION DISTRICT, OR TILLAMOOK FIRE DISTRICT, OR TILLAMOOK P.U.D., OR TILLER R.F.P.D., OR TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, OR TOLEDO R.F.P.D., OR TONE WATER DISTRICT, OR TOOLEY WATER DISTRICT, OR TRASK DRAINAGE DISTRICT, OR TRI CITY R.F.P.D. #4, OR TRI-CITY WATER & SANITARY AUTHORITY, OR TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TRIMET, OR TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN HILLS PARK & RECREATION DISTRICT, OR TUALATIN S.W.C.D., OR TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY FIRE & RESCUE, OR TUALATIN VALLEY IRRIGATION DISTRICT, OR TUALATIN VALLEY WATER DISTRICT Requirements for National Cooperative Contract Page 77 of 55 TUALATIN VALLEY WATER DISTRICT, OR TUMALO IRRIGATION DISTRICT, OR TURNER FIRE DISTRICT, OR TWIN ROCKS SANITARY DISTRICT, OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR TWO RIVERS S.W.C.D., OR TWO RIVERS SPECIAL ROAD DISTRICT, OR TYGH VALLEY R.F.P.D., OR TYGH VALLEY WATER DISTRICT, OR UMATILLA COUNTY FIRE DISTRICT #1, OR UMATILLA COUNTY S.W.C.D., OR UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, OR UMATILLA HOSPITAL DISTRICT, OR UMATILLA R.F.P.D. #7-405, OR UMATILLA-MORROW RADIO AND DATA DISTRICT, OR UMPQUA S.W.C.D., OR UNION CEMETERY MAINTENANCE DISTRICT, OR UNION COUNTY SOLID W ASTE DISPOSAL DISTRICT, OR UNION COUNTY VECTOR CONTROL DISTRICT, OR UNION GAP SANITARY DISTRICT, OR UNION GAP WATER DISTRICT, OR UNION HEALTH DISTRICT, OR UNION R.F.P.D., OR UNION S.W.C.D., OR UNITY COMMUNITY PARK & RECREATION DISTRICT, OR UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR UPPER MCKENZIE R.F.P.D., OR UPPER WILLAMETTE S.W .C.D., OR VALE OREGON IRRIGATION DISTRICT, OR VALE RURAL FIRE PROTECTION DISTRICT, OR VALLEY ACRES SPECIAL ROAD DISTRICT, OR VALLEY VIEW CEMETERY MAINTENANCE DISTRICT, OR VALLEY VIEW WATER DISTRICT, OR VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR VERNONIA R.F.P.D., OR VINEYARD MOUNTAIN PARK & RECREATION DISTRICT, OR VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT, OR WALLA WALLA RIVER IRRIGATION DISTRICT, OR WALLOWA COUNTY HEALTH CARE DISTRICT, OR WALLOWA LAKE COUNTY SERVICE DISTRICT, OR WALLOWA LAKE IRRIGATION DISTRICT, OR WALLOWA LAKE R.F.P.D., OR WALLOWA S.W.C.D., OR WALLOWA VALLEY IMPROVEMENT DISTRICT #1, OR WAMIC R.F.P.D., OR WAMIC WATER & SANITARY AUTHORITY, OR WARMSPRINGS IRRIGATION DISTRICT, OR WASCO COUNTY S.W.C.D., OR WATER ENVIRONMENT SERVICES, OR WATER WONDERLAND IMPROVEMENT DISTRICT, OR WATERBURY & ALLEN DITCH IMPROVEMENT DISTRICT, OR WATSECO-BARVIEW WATER DISTRICT, OR WAUNA WATER DISTRICT, OR WEDDERBURN SANITARY DISTRICT, OR WEST EAGLE VALLEY WATER CONTROL DISTRICT, OR WEST EXTENSION IRRIGATION DISTRICT, OR WEST LABISH DRAINAGE & WATER CONTROL IMPROVEMENT DISTRICT, OR WEST MULTNOMAH S.W.C.D., OR WEST SIDE R.F.P.D., OR WEST SLOPE WATER DISTRICT, OR WEST UMATILLA MOSQUITO CONTROL DISTRICT, OR WEST VALLEY FIRE DISTRICT, OR WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR WESTERN LANE AMBULANCE DISTRICT, OR WESTLAND IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 78 of 55 WESTON ATHENA MEMORIAL HALL PARK & RECREATION DISTRICT, OR WESTON CEMETERY DISTRICT #2, OR WESTPORT FIRE AND RESCUE, OR WESTRIDGE WATER SUPPLY CORPORATION, OR WESTWOOD HILLS ROAD DISTRICT, OR WESTWOOD VILLAGE ROAD DISTRICT, OR WHEELER S.W.C.D., OR WHITE RIVER HEALTH DISTRICT, OR WIARD MEMORIAL PARK DISTRICT, OR WICKIUP WATER DISTRICT, OR WILLAKENZIE R.F.P.D., OR WILLAMALANE PARK & RECREATION DISTRICT, OR WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HUMANE SOCIETY WILLAMETTE RIVER WATER COALITION, OR WILLIAMS R.F.P.D., OR WILLOW CREEK PARK DISTRICT, OR WILLOW DALE WATER DISTRICT, OR WILSON RIVER WATER DISTRICT, OR WINCHESTER BAY R.F.P.D., OR WINCHESTER BAY SANITARY DISTRICT, OR WINCHUCK R.F.P.D., OR WINSTON-DILLARD R.F.P.D., OR WINSTON-DILLARD WATER DISTRICT, OR WOLF CREEK R.F.P.D., OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, OR WOODBURN R.F.P.D. NO. 6, OR WOODLAND PARK SPECIAL ROAD DISTRICT, OR WOODS ROAD DISTRICT, OR WRIGHT CREEK ROAD WATER IMPROVEMENT DISTRICT, OR WY'EAST FIRE DISTRICT, OR YACHATS R.F.P.D., OR YAMHILL COUNTY TRANSIT AREA, OR YAMHILL FIRE PROTECTION DISTRICT, OR YAMHILL SWCD, OR YONCALLA PARK & RECREATION DISTRICT, OR YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT, OR ZUMWALT R.F.P.D., OR K-12 INCLUDING BUT NOT LIMITED TO: ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND-LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT NO.6 CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT NO.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMHILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT NO.8 DE LA SALLE N CATHOLIC HS Requirements for National Cooperative Contract Page 79 of 55 DESCHUTES COUNTY SCHOOL DISTRICT NO.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICT NO.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.10B FOREST GROVE SCHOOL DISTRICT GEORGE MIDDLE SCHOOL GLADSTONE SCHOOL DISTRICT GRANTS PASS SCHOOL DISTRICT 7 GREATER ALBANY PUBLIC SCHOOL DISTRICT GRESHAM BARLOW JOINT SCHOOL DISTRICT HEAD START OF LANE COUNTY HIGH DESERT EDUCATION SERVICE DISTRICT HILLSBORO SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT JACKSON CO SCHOOL DIST NO.9 JEFFERSON COUNTY SCHOOL DISTRICT 509-J JEFFERSON PARISH SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT JUNCTION CITY SCHOOLS, OR KLAMATH COUNTY SCHOOL DISTRICT KLAMATH FALLS CITY SCHOOLS LAFAYETTE PARISH SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT NO.71 MARION COUNTY SCHOOL DISTRICT MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NO.1J MORROW COUNTY SCHOOL DIST, OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY MYRTLE PINT SCHOOL DISTRICT 41 NEAH-KAH-NIE DISTRICT NO.56 NEWBERG PUBLIC SCHOOLS NESTUCCA VALLEY SCHOOL DISTRICT NO.101 NOBEL LEARNING COMMUNITIES NORTH BEND SCHOOL DISTRICT 13 NORTH CLACKAMAS SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT ONTARIO MIDDLE SCHOOL OREGON TRAIL SCHOOL DISTRICT NOA6 ORLEANS PARISH SCHOOL DISTRICT PHOENIX-TALENT SCHOOL DISTRICT NOA PLEASANT HILL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY PORTLAND PUBLIC SCHOOLS RAPIDES PARISH SCHOOL DISTRICT REDMOND SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT ROGUE RIVER SCHOOL DISTRICT ROSEBURG PUBLIC SCHOOLS SCAPPOOSE SCHOOL DISTRICT 1J SAINT TAMMANY PARISH SCHOOL BOARD, LA SEASIDE SCHOOL DISTRICT 10 Requirements for National Cooperative Contract Page 80 of 55 SHERWOOD SCHOOL DISTRICT 88J SILVER FALLS SCHOOL DISTRICT 4J SOUTH LANE SCHOOL DISTRICT 45J3 SOUTHERN OREGON EDUCATION SERVICE DISTRICT SPRINGFIELD PUBLIC SCHOOLS SUTHERLIN SCHOOL DISTRICT SW EET HOME SCHOOL DISTRICT NO.55 TERREBONNE PARISH SCHOOL DISTRICT THE CATLIN GABEL SCHOOL TIGARD-TUALATIN SCHOOL DISTRICT UMATILLA MORROW ESD WEST LINN WILSONVILLE SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING & SCIENCE (AMES), UT ALIANZA ACADEMY, UT ALPINE DISTRICT, UT AMERICAN LEADERSHIP ACADEMY, UT AMERICAN PREPARATORY ACADEMY, UT BAER CANYON HIGH SCHOOL FOR SPORTS & MEDICAL SCIENCES, UT BEAR RIVER CHARTER SCHOOL, UT BEAVER SCHOOL DISTRICT, UT BEEHIVE SCIENCE & TECHNOLOGY ACADEMY (BSTA) , UT BOX ELDER SCHOOL DISTRICT, UT CBA CENTER, UT CACHE SCHOOL DISTRICT, UT CANYON RIM ACADEMY, UT CANYONS DISTRICT, UT CARBON SCHOOL DISTRICT, UT CHANNING HALL, UT CHARTER SCHOOL LEWIS ACADEMY, UT CITY ACADEMY, UT DAGGETT SCHOOL DISTRICT, UT DAVINCI ACADEMY, UT DAVIS DISTRICT, UT DUAL IMMERSION ACADEMY, UT DUCHESNE SCHOOL DISTRICT, UT EARLY LIGHT ACADEMY AT DAYBREAK, UT EAST HOLLYWOOD HIGH, UT EDITH BOWEN LABORATORY SCHOOL, UT EMERSON ALCOTT ACADEMY, UT EMERY SCHOOL DISTRICT, UT ENTHEOS ACADEMY, UT EXCELSIOR ACADEMY, UT FAST FORWARD HIGH, UT FREEDOM ACADEMY, UT GARFIELD SCHOOL DISTRICT, UT GATEWAY PREPARATORY ACADEMY, UT GEORGE WASHINGTON ACADEMY, UT GOOD FOUNDATION ACADEMY, UT GRAND SCHOOL DISTRICT, UT GRANITE DISTRICT, UT GUADALUPE SCHOOL, UT HAWTHORN ACADEMY, UT INTECH COLLEGIATE HIGH SCHOOL, UT IRON SCHOOL DISTRICT, UT ITINERIS EARLY COLLEGE HIGH, UT JOHN HANCOCK CHARTER SCHOOL, UT JORDAN DISTRICT, UT JUAB SCHOOL DISTRICT, UT KANE SCHOOL DISTRICT, UT KARL G MAESER PREPARATORY ACADEMY, UT LAKEVIEW ACADEMY, UT LEGACY PREPARATORY ACADEMY, UT Requirements for National Cooperative Contract Page 81 of 55 LIBERTY ACADEMY, UT LINCOLN ACADEMY, UT LOGAN SCHOOL DISTRICT, UT MARIA MONTESSORI ACADEMY, UT MERIT COLLEGE PREPARATORY ACADEMY, UT MILLARD SCHOOL DISTRICT, UT MOAB CHARTER SCHOOL, UT MONTICELLO ACADEMY, UT MORGAN SCHOOL DISTRICT, UT MOUNTAINVILLE ACADEMY, UT MURRAY SCHOOL DISTRICT, UT NAVIGATOR POINTE ACADEMY, UT NEBO SCHOOL DISTRICT, UT NO UT ACAD FOR MATH ENGINEERING & SCIENCE (NUAMES), UT NOAH WEBSTER ACADEMY, UT NORTH DAVIS PREPARATORY ACADEMY, UT NORTH SANPETE SCHOOL DISTRICT, UT NORTH STAR ACADEMY, UT NORTH SUMMIT SCHOOL DISTRICT, UT ODYSSEY CHARTER SCHOOL, UT OGDEN PREPARATORY ACADEMY, UT OGDEN SCHOOL DISTRICT, UT OPEN CLASSROOM, UT OPEN HIGH SCHOOL OF UTAH, UT OQUIRRH MOUNTAIN CHARTER SCHOOL, UT PARADIGM HIGH SCHOOL, UT PARK CITY SCHOOL DISTRICT, UT PINNACLE CANYON ACADEMY, UT PIUTE SCHOOL DISTRICT, UT PROVIDENCE HALL, UT PROVO SCHOOL DISTRICT, UT QUAIL RUN PRIMARY SCHOOL, UT QUEST ACADEMY, UT RANCHES ACADEMY, UT REAGAN ACADEMY, UT RENAISSANCE ACADEMY, UT RICH SCHOOL DISTRICT, UT ROCKWELL CHARTER HIGH SCHOOL, UT SALT LAKE ARTS ACADEMY, UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT SALT LAKE SCHOOL DISTRICT, UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT SAN JUAN SCHOOL DISTRICT, UT SEVIER SCHOOL DISTRICT, UT SOLDIER HOLLOW CHARTER SCHOOL, UT SOUTH SANPETE SCHOOL DISTRICT, UT SOUTH SUMMIT SCHOOL DISTRICT, UT SPECTRUM ACADEMY, UT SUCCESS ACADEMY, UT SUCCESS SCHOOL, UT SUMMIT ACADEMY, UT SUMMIT ACADEMY HIGH SCHOOL, UT SYRACUSE ARTS ACADEMY, UT THOMAS EDISON - NORTH, UT TIMPANOGOS ACADEMY, UT TINTIC SCHOOL DISTRICT, UT TOOELE SCHOOL DISTRICT, UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS, UT UINTAH RIVER HIGH, UT UINTAH SCHOOL DISTRICT, UT UTAH CONNECTIONS ACADEMY, UT UTAH COUNTY ACADEMY OF SCIENCE, UT UTAH ELECTRONIC HIGH SCHOOL, UT UTAH SCHOOLS FOR DEAF & BLIND, UT UTAH STATE OFFICE OF EDUCATION, UT Requirements for National Cooperative Contract Page 82 of 55 UTAH VIRTUAL ACADEMY, UT VENTURE ACADEMY, UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS AND TECHNOLOGY, UT WALDEN SCHOOL OF LIBERAL ARTS, UT WASATCH PEAK ACADEMY, UT WASATCH SCHOOL DISTRICT, UT WASHINGTON SCHOOL DISTRICT, UT WAYNE SCHOOL DISTRICT, UT WEBER SCHOOL DISTRICT, UT WEILENMANN SCHOOL OF DISCOVERY, UT HIGHER EDUCATION ARGOSY UNIVERSITY BATON ROUGE COMMUNITY COLLEGE, LA BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE BRIGHAM YOUNG UNIVERSITY - HAWAII CENTRAL OREGON COMMUNITY COLLEGE CENTENARY COLLEGE OF LOUISIANA CHEMEKETA COMMUNITY COLLEGE CLACKAMAS COMMUNITY COLLEGE COLLEGE OF THE MARSHALL ISLANDS COLUMBIA GORGE COMMUNITY COLLEGE CONCORDIA UNIVERSITY GEORGE FOX UNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMUNITY COLLEGE LEWIS AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMUNITY COLLEGE LOUISIANA COLLEGE, LA LOUISIANA STATE UNIVERSITY LOUISIANA STATE UNIVERSITY HEALTH SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MULTNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTHWEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY OREGON INSTITUTE OF TECHNOLOGY OREGON STATE UNIVERSITY OREGON UNIVERSITY SYSTEM PACIFIC UNIVERSITY PIONEER PACIFIC COLLEGE PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY (OREGON UNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMUNITY COLLEGE TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNIVERSITY OF NEW ORLEANS WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE UNIVERSITY XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT Requirements for National Cooperative Contract Page 83 of 55 UNIVERSITY OF UTAH, UT UTAH STATE UNIVERSITY, UT WEBER STATE UNIVERSITY, UT SOUTHERN UTAH UNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY UNIVERSITY, UT SALT LAKE COMMUNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH- JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE, STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOUISIANA, 26 JUDICIAL DISTRICT ATTORNEY STATE OF UTAH Tab 4 – Qualification and Experience Solicitation Number 19-18 Region 4 Education Service Center ("ESC") Furniture, Installation, and Related Services Provide a minimum of 10 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city state, years serviced, description of services and annual volume References •Navy ERP o Contact Name/Title: Corrine Gottshall, Procuring Contracting Officer o Phone: 760.939.1878 o Email: Corrine.Gottshall@navy.mil o City/State: NAWCWD China Lake o Years Serviced: 5 years o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $2.5m •General Services Administration: o Contact Name/Title: Dana Anello, Contract Specialist/Contracting Officer o Phone: 215.446.5055 o Email: Dana.Anello@gsa.gov o City/State: Philadelphia, PA o Years Serviced: 19 years o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $1m •National Business Furniture LLC o Contact Name/Title: Chad Capelle, Senior Merchandiser o Phone: 888.558.9803 o Email: ChadC@nbf.com o City/State: Milwaukee, WI o Years Serviced: 19 years o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $1.8m •D&R Office Works Inc o Contact Name/Title: Rodd Fyfe, President o Phone: 626.454.4660 o Email: rodd@dandrofficeworks.com o City/State: El Monte, CA o Years Serviced: 14 o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $1.3m •Hilldrup Moving and Storage o Contact Name/Title: Charles McDaniel, Owner o Phone: 703.441.4875 o Email: Charles.McDaniel@hilldrup.com o City/State: Stafford, VA o Years Serviced: 3 years o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $1.2m •Acisco Inc o Contact Name/Title: Fred Brenowitz o Phone: 516.375.4894 o Email: fred@acisco.com o City/State: Jericho, NY o Years Serviced: 14 years o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $742k •W B Mason o Contact Name/Title: Rich Magee, Vice President of Purchasing o Phone: 800.242.5892 o Email: Richard.Magee@wbmason.com o City/State: Brockton, MA o Years Serviced: 19 o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $739k •Office Furniture Warehouse Inc o Contact Name/Title: Steven Biamonte, Principal o Phone: 631.582.5388 o Email: sbiamonte@ofw.com o City/State: Islandia, NY o Years Serviced: 10 o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $704k •Indoff Incorporated o Contact Name/Title: Adam Heck, Vendor Relations Manager o Phone: 844.809.5340 o Email: adam.heck@indoff.com o City/State: St. Louis, MO o Years Serviced: 9 o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $696k •Office Creations Inc o Contact Name/Title: Joy Mitchell, CEO o Phone: 678.714.7474 o Email: joy@officecreations.net o City/State: Norcross, GA o Years Serviced: 7 o Description of Services: Maxon Furniture product and ancillary items o Annual Volume: $617k Tab 5 – Value Add Solicitation Number 19-18 Region 4 Education Service Center ("ESC") Furniture, Installation, and Related Services Maxon ONBOARDING WHY Maxon is proud to be an operating company of HNI Corporation, the second largest manufacturer of office furniture in the world. Along with the backing of an industry leader in operational excellence, Maxon boasts a member- owned culture commiĀtted to simplicity, quality, service. BIG COMPANY BACKING Through HNI’s leveraged model, we are able to share operational exellence in procurement, manufacturing, logistics, and IT with our fellow sister companies. You will receive quality product on time, every time SMALL COMPANY SERVICE When you partner with Maxon, we have a team of experts ready to exceed your expectations. Our personalized services (Design, Project Strategy, Customer Support, Field Service), work as an extension of your team to provide a simple and successful project. Unlike larger companies, Maxon has the ability to make quick decisions and do what is best for your project without compromising quality or budget. QUALITY PRODUCTS AND RELATIONSHIPS We believe that quality matters. We strive to provide quality products and superior services that when combined with our team of highly skilled members create an eĀffortless experience. We build. We build beautiful office furniture. We build lasting relationships. WHO WE ARE Our History With 40 years of experience developing commercial-grade panel systems, Maxon Furniture Inc. is recognized as an organization of the highest caliber in the office furniture industry, providing clients with outstanding quality and performance. Panel Concepts was founded in 1976 and Budget Panels, Incorporated (BPI) began operations in 1982. These two systems companies would later pave the way for what we know now as Maxon Furniture Inc., as both companies were acquired by HON Industries (now known as HNI Corporation) in the 1997 and 1986, respectively. Maxon, its name stemming from early HON Industries pioneers Max Stanley and Clement Hanson, was formed in 2002 when Panel Concepts and BPI were legally unified. Since its inception as Panel Concepts and BPI, Maxon Furniture Inc. has been regarded as a company delivering exceptional value, products, quality and operational excellence. We are proud to be an operating company of HNI Corporation, one of the largest manufacturer of office furniture.. Along with the backing of an industry leader in lean and Rapid Continuous Improvement (RCI) processes, Maxon also boasts a member-owned culture committed to productivity and quality. Most products are made right here in the USA and are backed by a Limited Lifetime Warranty – helping partners and customers rest assured since Maxon genuinely stands behind the products it produces. Maxon has the right products at the right price and backs its independent dealer partners with the services and support to place them in a Position to Win! The Maxon logo derives from our office furniture history and the success of our panel systems. All Maxon logos are an important and valuable corporate asset that must be used consistently in the proper, approved materials and forms. WHY our programs Maxon is commiĀtted to your dealership’s success with our loyalty and rewards programs. our products Maxon’s products meet the demands of todays real estate compressed landscapes, tightened furniture budgets, while maintaining a level of service not met in todays competiĀve market. Delivering the Right Solution Maximize your space and time with M xon. Our products along with our unmatched services provide the right solutions t the right price, in less time Emerge™ Strike a balance between the open-office concept and private offices with Emerge. This line oĀffers flexible space planning solutions while captivating the environment with visual appeal and adaptability. Also choose from an array of power, storage and accessories to complement your workstation. Productivity will Emerge from this durable yet stylish frame and tile system. Prefix® Formal meetings, impromptu dialogues, private conversations call for Prefix. This monolithic panel system is a budget friendly, superior- quality system with variable height, glass and fabric panel options. Connect stackers to your panels, choose your favorite worksurface and add some personal storage to create an efficient and attractive aesthetic that can accommodate your privacy needs. DeXTR™ Today’s environments require the balance between individual and collaborati e activities. DeXTr's private and open office design support a variety of tasks with multiple worksurfaces and full laminate storage options. That’s dexterity - DeXTR for short. Smartspace™ With the increase in office collaboration, comes an easy-to-install benching solution. Smartspace benching fits more people into a smaller area and has the ability to support the growth of your business. This versatile benching boosts mobility and a healthy environment with the integrated height-adjustable base. Now that's smart thinking. Include® Choose from mobile or fixed, metal or laminate, left or right handed, cushion or space division - Include storage allows you to maximize your space and all of its belongings. With Include storage you can have your cake and store it too. Adept™ Adept is our stylish, yet simple seating collection. The family consists of task chairs, café stools, and guest chairs. Easily create a cohesive look in your office with an array of upholstery options and comfort controls. Be proficient, skilled, and comfortable in today’s ever-changing workplace. P 800.876.4274 service@maxonmail.com www.maxonfurniture.com 200 Oak Street Muscatine, IA 5276 ©2019 Maxon Furniture Inc. Prepare™ Prepare has the right solution that includes teaming, height- adjustable and conference tables. Easily create a interactive learning space, add on to your existing private office, or share ideas comfortably in a café setting. Prepare oĀffers an an. affordable solution with uninterrupted power and data accessibility. MXMO™ Need a casual chair at a casual price? Choose from MX or MO to suit your office needs. Both chairs are Made in the USA with a simple design, 3 arm options, and comes standard with lumbar support. Strike a balance between the open-office concept and heads-down workstations. Emerge is designed for future needs in the ever- changing workplace. Emerge™ A versatile panel solution with . attention to detail. Prefix® A benching solution fitting more people into a smaller area and has the ability to support the growth of your business. Smartspace™ Consisting of Adept and MXMO. Seating DexTr® DexTr increases efficiency and performance in the private office setting by supporting focused collaboration The right solution that includes teaming, café, height-adjustable and conference tables. Prepare™ Include storage allows you to maximize your space and all of its belongings. With Include you can have your cake and store it too. Include® resources We have the resources and tools you need to help drive your sales eĀfforts. Customer Support Michael Allen Customer Support Manager P.563.316.0753 AllenMi@maxonmail.com P. 800.708.3966 Orderservices@maxonmail.com •E-Ordering Assistant •Order Holds •General Inquiries Jacob Dahnke Order Management Specialist Judy Suttles Sr. Business Solutions Specialist P.800.876.4274 Service@maxonmail.com Kody Krenz Project Coordinator Jerra Poe Project Coordinator P. 866.780.2464 Maxprojects@maxonmail.com •Support Orders over $250k List •Mock-Ups •Warranty Claims •Delivery Informa�on •Replacement Parts Marketing & Product Theresa Cannavo RUSS NELSON Field Service Engineer WHY WE RAVE ABOUT RUSS AFTER THE SALE SERVICE We take pride in our project throughout install completion and service throughout the life of the product. Russ is proof of our continued commitment to after the sale service. INVALUABLE EXPERIENCE With 33 years of experience in his tool box, Russ is recognized throughout the country for his work and expertise with our products. TIPS AND TRICKS Through the tips and tricks Russ is able to teach installers, customers are able to move in quicker with less down time. SERVICES •Available on site for large project installs •Quick contact for installers to ask question Let’s Talk! NelsonR@maxonmail.com (253)-209-1313 SPECIFICATION TRAINING: Our design team is available to provide you with the services you need to include Maxon solutions in your next project. We provide comprehensive product specification trainings as well as support via webinar, phone, or face-to-face for any additional needs. PROMPT DESIGN SUPPORT: Find personalized service with our Maxon design services team. We provide quick solutions y working with you directly to understand your customers’ needs and to help design dynamic work environments on your schedule. DESIGN SERVICES HIGH QUALITY RENDERINGS: Our designers create 3D renderings to bring your projects to life. Simply provide the preferred textiles and finishes with the equest or utili e our designers’ expertise o create the perfect pale. e for your customer. DETAILED AUDITS: Need your project specifi ations eviewed before order? Send us your drawing along with a detailed list of parts and our designers will review to ensure the order is specified correctly, providing peace of mind and customer confidence. COMPLIMENTARY SERVICES Renderings Specification TrainingsFast design turnaround Audits spaceplanning@maxonmail.com Designed for you. The Maxon website is a simple, easy-to-use resource allowing dealers and end-users to get a quicker start working on their next project. maxonfurniture.com •Textiles and Finishe •Product Details •Typicals Library •Download Imagery •Lead Times •Literature Downloads Best Uses Our Dealer Portal provides quick, secure access to all of our sales tools as well has helpful documents and forms available for download. Maxon Edge Portal OPPORTUNITY Quick Links Gain Opportinity Direct link to sign up for GO Maxon - our dealer loyalty program for selling Maxon Furniture. E-Ordering: Start filling out your next order with our step-by-step ordering process. Order Status: Need to find out when your order will ship? Check your order status in Real Time. Order Literature: Fulfill your literature and textile library online; shipped directly to you. Compass: Helpful tool used to increase your speed of creating quotes and orders. Quick Claim: Report product or packaging issues in 4 simple steps. resources resources Maxon Furniture Inc. is dedicated to the continual imp ovement of our environment and the preservation of natural resources. Sustainability •Our supplier certiĀfication program identifies companies with environmental goals like ours. •Our particle board suppliers use recycled content from post-industrial sources. •Our products utilize steel that contains post-consumer recycled content and is recyclable. •Our products utilize aluminum that contains post-consumer recycled content and is recyclable. •Our packaging materials contain post-consumer and pre-consumer recycled content and are recyclable. •Our bulk packing option consumes fewer raw materials and decreases the amount of shipping materials our customers must recycle or send to landfills •Reducing cartoning also reduces greenhouse gas emissions by decreasing the number of trucks needed to deliver Maxon product. •Our outbound load planning system combines product shipments to geographical areas to reduce fuel consumption and CO2 emissions of the trucking companies. Indoor Advantage™ Gold Certification Emerge™ Frame and Tiles Prefix® Panels Smartspace™ Benching Adept™ Seating Prepare™ Tables DexTr® Desking Storage Sustainability & level® Certification Emerge™ Frame and Tiles Prefix® anels Smartspace™ Benching Adept™ Seating Prepare™ Tables DexTr® Desking Most Maxon products can meet the Safer Chemicals Challenge of the Healthier Hospitals Healthy Interiors Goal version 2.0 (December 2015) by using the following guidance. Customer choice plays an important role in avoiding undesired chemicals and treatments. Additional information regarding Healthier Hospitals may be found at www.HealthierHospitals.org. Products Meeting the Healthier Interiors Goal Most Maxon products can meet the Safer Chemicals Challenge of the Healthier Hospitals Healthy Interiors Goal version 2.0 (December 2015) by using the following guidance. Customer choice plays an important role in avoiding undesired chemicals and treatments. Furniture and options specified meet all criteria below. Emerge™ Frame and Tile Prefix® Monolithic Panels Smartspace™ Benching DexTr® Desking Prepare™ Tables Universal Storage Include® Storage Adept™ Seating Furniture described herein meets the Healthy Interiors goal of the Safer Chemicals Challenge according to the manufacturer. Practice Greenhealth has not verified this information. Additional information regarding the Safer Chemicals Challenge may be found at www.HealthierHospitals.org. Please refer to page two of this document for clarification when selecting products to be certain that your selections meet the Healthier Hospitals guidance. Customer choices can impact product content. Fabric content available on maxonfurniture.com/design-resources/textiles-and finishes or fabric supplier website. Subject to availability. Visit https://practicegreenhealth.org for more information P 800.876.4274 service@maxonmail.com www.maxonfurniture.com 200 Oak Street Muscatine, IA 5276 ©2018 Maxon Furniture Inc. Fabric Option Fabric Supplier Grade Maxon A Maxon A Maxon A Maxon A Maxon A Maxon A Maxon A Maxon Pattern Appoint Appoint Color Element Sarto Refuge Etch Tempest Spin B Fabrics Meeting the Healthier Interiors Goal Textile Option Fabric Supplier Pattern Grade Maxon Spin Seatin 2 Maxon Seed 2 1.Formaldehyde* Maxon Furniture that is Indoor Advantage Gold certified qualifies certificates are publicly available on our certiĀfication page. 2.Perfluorinated Compounds (PFCs)* PFC-free fabrics are available. Customers are responsible for their COM fabric content. 3.Polyvinyl Chloride (PVC)* To avoid PVC, order HPL Systems Worksurfaces with Edgeband. Avoid specifying a curved worksurface, as these can require PVC. Vinyl upholstery must be avoided. Some small PVC parts and PVC edges make up less than 1% of the weight of a worksurface or table so could still be acce ted in an HHI project. Electrical components may contain PVC, but are exempt from HHI guidance. 4.Antimicrobials* Antimicrobial-free fabrics are available. Customers must be responsible for the COM fabric content. 5.Flame Retardants* All products qualify unless specifi ally ordered as "Fire Code" models or to meet CAL133. Vinyl upholstery, some polyurethans, and most high-performance textiles mu t be avoided. Customers must be responsible for Customer's Own Materials (COM) fabric content. Maxon Product Selection Guidance As of May 2016, Maxon products can meet the safer Chemicals Challenge of the Healthier Hospitals Healthy Interiors Goal version 2.0 (December 2015) by using the following guidance. Customer choice plays an important role in avoiding undesired chemicals and treatments. Furniture and options specified meet all criteria below. *Please note that it is not feasible to provide laboratory testing data for every variation of product and material. Maxon Furniture has worked with our suppliers to determine whether the chemicals and treatments listed are included in products above the guideline threshold limits. Customers are responsible for the chemical content of COM fabrics. Maxon Furniture reserves the right to change materials without notice but will continue to meet HHI goals. Please confirm conformance to Healthy Interiors 2.0 goal at time of specification. For additional information, please contact Maxon Customer Support at: service@maxonmail.com Why the Maxon Limited Lifetime Warranty? Maxon Furniture Inc. is dedicated to providing products and services that make doing business with us easy. We also strive to put our customers in a position to win with the performance products we produce, most of which are manufactured right here in the United States of America. We use manufacturing materials, recycling habits, lean processes and indoor air quality methodologies that reaffirm our say-do commitment to your environment. We are proud to say many of Maxon’s product lines (EMERGE, PREFIX, DEXTR & INCLUDE) are SCS Indoor Advantage Gold certified as well as Level certified by BIFMA’s Sustainability Program. Best of all, Maxon Furniture Inc. fully stands behind our products and have a vested interest in your success. The Maxon Limited Lifetime Warranty is our assurance to you that the Maxon Furniture Inc. panel systems, frame and tile systems, worksurfaces, desks, seating, tables, and storage you purchase will be free from defective material or workmanship for as long as you, the original purchaser, own it. In the unlikely occurrence any Maxon Furniture Inc. product covered by the Maxon Limited Lifetime Warranty shall fail, we will repair or replace any Maxon product or component that fails under normal commercial office use, free of charge. This warranty contains your sole and exclusive remedy for any warranty claim and is subject to the limitations, exclusions and other provisions set forth below. What is covered by the Maxon Limited Lifetime Warranty? All Maxon Furniture Inc. product lines, materials, and components are covered by the Maxon Limited Lifetime warranty except for the items described below. The Specific product lines listed below are covered under Maxon’s 12-Year Limited Warranty and 5-Year Limited Warranties from the date of purchase. Maxon 12-Year Limited Warranty •Electrical components (lamps and ballasts are not covered). •Seating Controls. •Accessories. •Laminate surfaces. Maxon 5-Year Limited Warranty •MXMO Seating •Panel and seating textiles What is Not Covered? This warranty does not apply to: •Normal wear-and-tear, which is to be expected over the course of ownership. •Damage caused by carrier in-transit, which will be handled under separate terms. •Modifications or Ā attachments to the product that are not approved by Maxon Furniture Inc. •Products not installed, used, or maintained in accordance with product instructions and warnings. •Products used for personal or household use or for rental purposes. •Customer’s Own Material (COM) selected by and used at the request of the owner. Seating Usage •Normal commercial office usage for seating is defined as the equivalent of a single shift, 40-hour workweek. To the extent that a seating product is used in a manner exceeding this, the applicable warranty period will be reduced in a pro-rata manner. To Obtain Service Under This Warranty Your Maxon Dealer is our partner in supporting your warranty requests. Follow the procedures outlined below for the best level of service: •Contact your Dealer from whom the product was purchased within 30 days of discovery of the defect. Be prepared to affirm you are the original purchaser of the product and to provide the serial number(s) from the product in question •Your Dealer will gather all pertinent information regarding the claim, inspect the product and contact Maxon Furniture Inc. Customer Support representative. (Please allow a reasonable amount of time for inspection and review.) •If Maxon Furniture Inc. affirms that the product in question is eligible under the conditions of the warranty as stated above, the Customer Support representative or other representative of Maxon Furniture Inc. will determine whether to provide replacement parts, authorize repairs, or replace the product. TO THE EXTENT ALLOWED BY LAW, MAXON FURNITURE INC. MAKES NO OTHER WARRANTY, EITHER EXPRESSED OR IMPLIED, INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. MAXON FURNITURE INC. WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL OR INCIDENTAL DAMAGES. This warranty applies only to products sold within the United States of America and the Commonwealth of Canada. Maxon Limited Lifetime Warranty resources P 800.876.4274 service@maxonmail.com www.maxonfurniture.com Form #DONB (5/19) ©2019 Maxon Furniture Inc. Specifi ations subject o change without notic Maxon has achieved BIFMA level® and SCS Indoor Advantage™ Gold Certifications. Tab 6 – Additional Required Documents Solicitation Number 19-18 Region 4 Education Service Center ("ESC") Furniture, Installation, and Related Services Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 2 of 25 Appendix C ADDITIONAL REQUIRED DOCUMENTS DOC #1 Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy DOC #2 Antitrust Certification Statements (Tex. Government Code § 2155.005) DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) DOC #4 Texas Government Code 2270 Verification Form DOC #5 Special Conditions DOC #6 Questionnaire DOC #7 For applicable construction/reconstruction/renovation and related services, a bid guarantee is required not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in Texas and authorized to underwrite bonds in the amount of the bid bond. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 3 of 25 Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC’s OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC’s Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy below:  We acknowledge Region 4 ESC’s Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act.  We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) Date Authorized Signature & Title 12/11/19 X Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 4 of 25 Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.005) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: 1.I am duly authorized to execute this Contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; 2.In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; 3.In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and 4. Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company Contact Signature Printed Name Address Position with Company Official Authorizing Proposal Signature Phone Printed Name Fax Position with Company Maxon Furniture, Inc 200 Oak Street Muscatine, IA 52761 800.876.4274 N/A Kevin Taney Vice President and General Manager Melissa Lincoln Public Sector Contract Manager Controlling Name of Interested Party4 Nature of interest City, State, Country (place of business) Intermediary (check applicable) CERTIFICATE OF INTERESTED PARTIES 1295FORM 1 of 1 1 OFFICE USE ONLY 2 11/25/2019 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. Name of business entity filing form, and the city, state and country of the business entity's place of business. Maxon Furniture Inc. Muscatine, IA United States Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 3 Region 4 Education Service Center Office Furniture OMNIA RFP 19-18 2019-564993 Date Filed: Date Acknowledged: Certificate Number: CERTIFICATION OF FILING HNI Corporation XMuscatine, IA United States 6 Signature of authorized agent of contracting business entity My name is _______________________________________________________________, UNSWORN DECLARATION Check only if there is NO Interested Party.5 My address is _______________________________________________, _______________________, and my date of birth is _______________________. Executed in ________________________________________County, I declare under penalty of perjury that the foregoing is true and correct. (street)(state) (zip code) (country) (year)(month) _______, ______________, _________. State of ________________, on the _____day of ___________, 20_____. (city) (Declarant) Version V1.1.3a6aaf7dwww.ethics.state.tx.usForms provided by Texas Ethics Commission Kevin Taney 200 Oak Street Muscatine IA 52761 Muscatine Iowa 25 November 19 United States Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 6 of 25 Appendix C, DOC # 4 Texas Government Code 2270 Verification Form House Bill 89 (85R Legislative Session), which adds Chapter 2270 to the Texas Government Code, provides that a governmental entity may not enter into a contract with a company without verification that the contracting vendor does not and will not boycott Israel during the term of the contract. Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the Texas Comptroller. I, ___________________________________________________, as an authorized representative of _____________________________________________________________, a contractor engaged by Insert Name of Company Region 4 Education Service Center, 7145 West Tidwell Road, Houston, TX 77092, verify by this writing that the above-named company affirms that it (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract, or any contract with the above-named Texas governmental entity in the future. Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at https://comptroller.texas.gov/purchasing/docs/foreign-terrorist.pdf. I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above-named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above-named Texas governmental entity. I swear and affirm that the above is true and correct. ______________________________________________________________ Signature of Named Authorized Company Representative Date Kevin Taney Maxon Furniture, Inc. 12/11/19 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 7 of 25 Appendix C, DOC # 5 SPECIAL CONDITIONS Awarded Offerors may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a proposal, the Offeror is accepted these Special Conditions required by the Federal Emergency Management Agency (FEMA). Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. i. FEMA considers a “financial interest” to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an “apparent” conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of Region 4 ESC nor the Participating Public Agency (“NFE”) must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE’s may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE’s written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE’s employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended as described in Chapter III, ¶ 6.d must be rejected and cannot receive contract awards at any level. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 8 of 25 Public Policy A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R. § 200.321(b) for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevailing wage laws, regulations, and executive orders Affirmative Steps For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1.Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2.Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3.Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4.Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5.Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; Bid Guarantee For proposals that are to include construction/reconstruction/renovation and related services, bids must be accompanied by Certified or Cashier's Check or an approved Bid Bond in the amount of not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in the state of the lead agency and authorized to underwrite bonds in the amount of the bid bond. Prevailing Wage Requirements When applicable, the awarded Contractor(s) and any and all subcontractor(s) agree to comply with all laws regarding prevailing wage rates including the Davis-Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 9 of 25 Alternative Pricing for Federal Funding When applicable, such as when products and services are used in response to an emergency or disaster recovery situation in which federal funding may be used, pricing may not include cost plus a percentage of cost or pricing based on time and materials. If time and materials is necessary in an applicable federal funding situation, a ceiling price that the contract exceeds at its own risk will be needed. In addition, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited, the to the 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 1.Termination for Convenience: The right to terminate this Contract for the convenience of Region 4 ESC is retained by Region 4 ESC. In the event of a termination for convenience by Region 4 ESC, Region 4 ESC shall, at least ten (10) calendar days in advance, deliver written notice of the termination for convenience to Contractor. Upon Contractor’s receipt of such written notice, Contractor immediately shall cease the performance of the Work and shall take reasonable and appropriate action to secure and protect the Work then in place. Contractor shall then be paid by Region 4 ESC, in accordance with the terms and provisions of the Contract Documents, an amount not to exceed the actual labor costs incurred, the actual cost of all materials installed and the actual cost of all materials stored at the project site or away from the project site, as approved in writing by Region 4 ESC but not yet paid for and which cannot be returned, and actual, reasonable and documented demobilization costs, if any, paid by Contractor and approved by Region 4 ESC in connection with the Scope of Work in place which is completed as of the date of termination by Region 4 ESC and that is in conformance with the Contract Documents, less all amounts previously paid for the Work. No amount ever shall be owed or paid to Contractor for lost or anticipated profits on any part of the Scope of Work not performed or for consequential damages of any kind. 2.Equal Employment Opportunity: Region 4 ESC highly encourages Contractors to implement Affirmative Action practices in their employment programs. This means Contractor should not discriminate against any employee or applicant for employment because of race, color, religion, sex, pregnancy, sexual orientation, political belief or affiliation, age, disability or genetic information. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 10 of 25 Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 11 of 25 contractor may request the United States to enter into such litigation to protect the interests of the United States. 3.“During the performance of this contract, the contractor agrees as follows: (1)The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2)The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6)In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 12 of 25 (7)The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States.” 4.Davis Bacon Act and Copeland Anti-Kickback Act. a.Applicability of Davis-Bacon Act. The Davis-Bacon Act only applies to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. b.All prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §§ 3141-3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction)). See 2 C.F.R. Part 200, Appendix II, ¶ D. c.In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. d.The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. e.In contracts subject to the Davis-Bacon Act, the contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 13 of 25 compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to FEMA. f.The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis-Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis-Bacon Act does not apply to Public Assistance recipients and subrecipients. In situations where the Davis-Bacon Act does not apply, neither does the Copeland “Anti-Kickback Act.” However, for purposes of grant programs where both clauses do apply, FEMA requires the following contract clause: “Compliance with the Copeland “Anti-Kickback” Act. (1)Contractor. The contractor shall comply with 18 U.S.C. § 874, 40U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2)Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses (3)Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.” 5.Contract Work Hours and Safety Standards Act. a.Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b.Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non- Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. c.Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. d.The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 14 of 25 articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e.The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: “Compliance with the Contract Work Hours and Safety Standards Act. (1)Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3)Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4)Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 15 of 25 subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” 6.Rights to Inventions Made Under a Contract or Agreement. a.Stafford Act Disaster Grants. This requirement does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households – Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of “funding agreement.” b.If the FEMA award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the non- Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II, ¶ F. c.The regulation at 37 C.F.R. § 401.2(a) currently defines “funding agreement” as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 7.Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C.§§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, ¶ G. a.The following provides a sample contract clause concerning compliance for contracts of amounts in excess of $150,000: “Clean Air Act (1)The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2)The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 16 of 25 government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3)The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1)The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2)The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3)The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.” 8.Debarment and Suspension. a.Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b.Non-federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part 3000 (Non procurement Debarment and Suspension). c.These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, ¶ H; and Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PDAT Supplement]. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 17 of 25 agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6.d and Appendix C, ¶ 2. d.In general, an “excluded” party cannot receive a Federal grant award or a contract within the meaning of a “covered transaction,” to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a “covered transaction,” which is any non-procurement transaction (unless excepted) at either a “primary” or “secondary” tier. Although “covered transactions” do not include contracts awarded by the Federal Government for purposes of the non-procurement common rule and DHS’s implementing regulations, it does include some contracts awarded by recipients and subrecipient. e.Specifically, a covered transaction includes the following contracts for goods or services: (1)The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. (2)The contract requires the approval of FEMA, regardless of amount. (3)The contract is for federally required audit services. (4)A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d.The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified: “Suspension and Debarment (1)This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2)The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 18 of 25 Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.” 9.Byrd Anti-Lobbying Amendment. a.Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b.Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PDAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c.Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4. d.The following provides a Byrd Anti-Lobbying contract clause: “Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.” APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 19 of 25 1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official Name and Title of Contractor’s Authorized Official Date” Vice President and General Manager 12/11/19 Maxon Furniture Inc. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 20 of 25 10.Procurement of Recovered Materials. a.Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b.A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, ¶ 7. c.The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d.The following provides the clause that a state agency or agency of a political subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: “(1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired— (i)Competitively within a timeframe providing for compliance with the contract performance schedule; (ii)Meeting contract performance requirements; or (iii)At a reasonable price. (2) Information about this requirement, along with the list of EPA- designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg -program.” 11.Additional FEMA Requirements. a.The Uniform Rules authorize FEMA to require additional provisions for non- Federal entity contracts. FEMA, pursuant to this authority, requires or recommends the following: b.Changes. To be eligible for FEMA assistance under the non-Federal entity’s FEMA grant or cooperative Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 21 of 25 agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end-item procured. c.Access to Records. All non-Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, ¶ XXVI (2013). d.The following provides a contract clause regarding access to records: “Access to Records. The following access to records requirements apply to this contract: (1)The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2)The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3)The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract.” 12.DHS Seal, Logo, and Flags. a.All non-Federal entities must place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. See DHS Standard Terms and Conditions, v 3.0, ¶ XXV (2013). b.The following provides a contract clause regarding DHS Seal, Logo, and Flags: “The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval.” Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 22 of 25 13.Compliance with Federal Law, Regulations, and Executive Orders. a.All non-Federal entities must place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. b.The following provides a contract clause regarding Compliance with Federal Law, Regulations, and Executive Orders: “This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives.” 14.No Obligation by Federal Government. a.The non-Federal entity must include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. b.The following provides a contract clause regarding no obligation by the Federal Government: “The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.” 15.Program Fraud and False or Fraudulent Statements or Related Acts. a.The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b.The following provides a contract clause regarding Fraud and False or Fraudulent or Related Acts: “The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract.” Additional contract clauses per 2 C.F.R. § 200.325 For applicable construction/reconstruction/renovation and related services: A payment and performance bond are both required for 100 percent of the contract price. A “performance bond” is one executed in connection with a contract to secure fulfillment of all the contractor’s obligations under such contract. A “payment bond” is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided in the contract. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 23 of 25 Offeror agrees to comply with all terms and conditions outlined in the Special Conditions section of this solicitation, if applicable. Offeror’s Name: ____________________________________________________________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number:___________________________ _Fax Number: ______________________________________ Printed Name and Title of Authorized Representative:_____________________________________________________________ Email Address: ____________________________________________________________________________________________ Signature of Authorized Representative: ____________________________________Date: ________________________________ Maxon Furniture, Inc 200 Oak Street, Muscatine IA 52761 800.876.4274 Kevin Taney, VP and GM TaneyK@maxonmail.com 12/11/19 n/a Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 24 of 25 Appendix C, DOC # 6 QUESTIONNAIRE Please provide responses to the following questions that address your company’s operations, organization, structure and processes for providing products and services. 1.Diversity Programs •Do you currently have a diversity program or any diversity partners that you do business with? Yes No (If the answer is yes, attach a statement detailing the structure of your program, along with a list of your diversity alliances and a copy of their certifications.) 2.Diverse Vendor Certification Participation Region 4 ESC encourages the use of under-utilized businesses (HUB), minority and women business enterprises (MWBE), and small and/or disadvantages business enterprises (SBE) both as prime and subcontractors. Offerors shall indicate below whether or not they and/or any of their subcontractors (and if so which) hold certification in any of the classified areas and include proof of such certification with their response. a.Minority Women Business Enterprise Respondent certifies that this firm is an MWBE Yes No List certifying agency: _______________________________________________ b.Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Respondent certifies that this firm is a SBE or DBE Yes No List certifying agency: _______________________________________________ c.Historically Underutilized Businesses (HUB) Respondent certifies that this firm is a HUB Yes No List certifying agency: _______________________________________________ d.Historically Underutilized Business Zone Enterprise (HUBZone) Respondent certifies that this firm is a HUBZone Yes No List certifying agency: _______________________________________________ e. Other Respondent certifies that this firm is a recognized diversity Yes No certificate holder List certifying agency: _______________________________________________ 3.Has Offeror made and is Offeror committed to continuing to take all affirmative steps set forth in 2 CFR 200.321 as it relates to the scope of work outlined in this solicitation? Yes Nox X x See Diverse Vendor Certification Participation, MWBE, p 173 x See Small Business Enterprise (SBE), pgs 174 - 176 & Disadvantaged Business Enterprise (DBE) p 177 See Historically Underutilized Businesses (HUB) p 178 x x NA x See Other, p 179 Minority Women Business Enterprise (MWBE) THE SUPPLY ROOM 1429 CROSSWAYS BLVD STE B CHESAPEAKE Virginia 23320‐2840 WALDNERS BUSINESS ENVIRONMENTS 125 ROUTE 110 FARMINGDALE New York 11735‐4804 CORPORATE INTERIORS INC (ST PETERSBURG) 12115 28TH ST N SAINT PETERSBURG Florida 33716‐1821 A‐Z OFFICE RESOURCE INC 3014 OWEN DR ANTIOCH Tennessee 37013‐2413 CORPORATE CONCEPTS INC (LOMBARD)500 WATERS EDGE STE 200 LOMBARD Illinois 60148‐7000 PHILLIPS WORKPLACE INTERIORS INC 6345 FLANK DR STE 1200 HARRISBURG Pennsylvania 17112‐2765 OFFICE IMAGES INC 2099 GAITHER RD STE 130 ROCKVILLE Maryland 20850‐4057 HDW COMMERCIAL INTERIORS 2274 W 93RD AVE MERRILLVILLE Indiana 46410‐6901 MILLERS SUPPLIES AT WORK INC 8600 CINDER BED RD LORTON Virginia 22079‐1442 A & W OFFICE SUPPLY INC (CORPUS CHRISTI) 222 S STAPLES ST CORPUS CHRISTI Texas 78401‐3018 T&M SERVICES INC 4175 NE 43RD CT DES MOINES Iowa 50317‐4625 BLUESPACE INTERIORS 2840 N LIMA ST STE 110 BURBANK California 91504‐2506 CREATIVE OFFICE PAVILION 148 COLLEGE ST STE 400 BURLINGTON Vermont 05401‐8476 CORPORATE ENVIRONMENTS (ATLANTA)1636 NE EXPY BROOKHAVEN Georgia 30329‐2003 ARBEE ASSOCIATES 1531 S WASHINGTON AVE PISCATAWAY New Jersey 08854‐6701 OUTBACK OFFICE INC 4160 S SAN SOUCI CT EVERGREEN Colorado 80439‐7716 STONEHILL SALES & SERVICES LLC 32 HEATHER LN MIDDLETOWN New York 10940‐7203 BUSINESS ENVIRONMENTS LLC (PARSIPPANY) 7 ENTIN RD STE 201 PARSIPPANY New Jersey 07054‐5020 OFFICE CREATIONS INC 5250 BROOK HOLLOW PKWY NORCROSS Georgia 30071‐3644 LORICK OFFICE PRODUCTS CO 910 WASHINGTON ST COLUMBIA South Carolina 29201‐3142 WORKSPACE DYNAMICS INC 4711 LOMAS BLVD NE ALBUQUERQUE New Mexico 87110‐6233 ADVENT BUSINESS INTERIORS INC 1318 US HIGHWAY 82 W LEESBURG Georgia 31763‐5335 INNOVATIVE OFFICE SOLUTIONS LLC 151 CLIFF RD E STE 40 BURNSVILLE Minnesota 55337‐1586 DALVEY DESIGN INC 5173 S EASTERN AVE LAS VEGAS Nevada 89119‐2304 PROFESSIONAL BUSINESS INTERIORS LLC 8661 GEREN RD SILVER SPRING Maryland 20901‐4332 WORKPLACE SOLUTIONS INC (VIRGINIA BEACH) 317 VILLAGE RD STE 103 VIRGINIA BEACH Virginia 23454‐4374 KERR OFFICE GROUP INC 117 N MAIN ST ELIZABETHTOWN Kentucky 42701‐1481 IBUYOFFICESUPPLY.COM 14940 28TH AVE N PLYMOUTH Minnesota 55447‐4888 WASHINGTON OFFICE INTERIORS LLC 12354 CARROLL AVE ROCKVILLE Maryland 20852‐1814 FOWLER OFFICE INTERIORS 940 W BROAD ST ATHENS Georgia 30601‐2514 FORMS & SUPPLY INC (FSI)2606 PHOENIX DR STE 204 GREENSBORO North Carolina 27406‐6353 TOTAL OFFICE SOLUTIONS GSA INC 4301 EMERSON ST JACKSONVILLE Florida 32207‐4914 OFFICE EXPRESS SUPPLY INC 8005 W 20TH AVE HIALEAH Florida 33014‐3230 FREEDOM COMPANIES INC 4000 WASHINGTON ST KANSAS CITY Missouri 64111‐2607 LEITZ OFFICE PRODUCTS 1119 FLORIDA AVE LYNN HAVEN Florida 32444‐2536 REFURBISHED OFFICE FURNITURE INC 1212 N 39TH ST STE 100 TAMPA Florida 33605‐5899 WORKABLE INTERIORS LLC 11853 BRICKSOME AVE STE A BATON ROUGE Louisiana 70816‐5312 VRD CONTRACTING INC 25 ANDREA RD HOLBROOK New York 11741‐4310 Diverse Vendor Certification Participation Small Business Enterprise (SBE) ALL MAKES OFFICE EQUIPMENT CO (OMAHA)2558 FARNAM ST OMAHA Nebraska 68131‐3686 ARCTIC OFFICE PRODUCTS 1611 UNIVERSITY AVE S FAIRBANKS Alaska 99709‐4989 OFFICE FURNITURE CENTER INC 2117 W KENNEDY BLVD TAMPA Florida 33606‐1564 OFFICE FURNITURE WAREHOUSE INC (ISLANDIA) 3108 EXPRESSWAY DR S ISLANDIA New York 11749‐5013 DOURON INC 10 PAINTERS MILL RD OWINGS MILLS Maryland 21117‐3604 EMPIRE OFFICE EQUIPMENT 1000 N ASHLEY DR TAMPA Florida 33602‐3716 THE SUPPLY ROOM 1429 CROSSWAYS BLVD STE B CHESAPEAKE Virginia 23320‐2840 COMMERCIAL DESIGN SERVICES INC 8172 BAYMEADOWS WAY W JACKSONVILLE Florida 32256‐7441 HERALD OFFICE SOLUTIONS 909 BROADWAY ST MYRTLE BEACH South Carolina 29577‐3718 EMMONS BUSINESS INTERIORS LLC N115 W18500 EDISON DR GERMANTOWN Wisconsin 53022 HURST OFFICE SUPPLIERS 500 BUCK PL LEXINGTON Kentucky 40511‐6500 STRICKLAND COMPANIES 481 REPUBLIC CIR BIRMINGHAM Alabama 35214‐5967 WALDNERS BUSINESS ENVIRONMENTS 125 ROUTE 110 FARMINGDALE New York 11735‐4804 L & M OFFICE FURNITURE 4444 S 91ST E AVE TULSA Oklahoma 74145‐4814 TOTAL OFFICE SOLUTIONS INC (JACKSONVILLE)4301 EMERSON ST JACKSONVILLE Florida 32207‐4914 PARRON HALL CORPORATION 9655 GRANITE RIDGE DR STE 100 SAN DIEGO California 92123‐2697 CORPORATE INTERIORS INC (ST PETERSBURG)12115 28TH ST N SAINT PETERSBURG Florida 33716‐1821 GOODMANS INC 3925 N BUSINESS CENTER DR TUCSON Arizona 85705‐2981 A‐Z OFFICE RESOURCE INC 3014 OWEN DR ANTIOCH Tennessee 37013‐2413 CORPORATE CONCEPTS INC (LOMBARD)500 WATERS EDGE STE 200 LOMBARD Illinois 60148‐7000 MODERN BUSINESS INTERIORS LLC 1023 PORTWEST DR SAINT CHARLES Missouri 63303‐5971 PHILLIPS WORKPLACE INTERIORS INC 6345 FLANK DR STE 1200 HARRISBURG Pennsylvania 17112‐2765 BROUSSARD GROUP 4985 EISENHAUER RD STE 103 SAN ANTONIO Texas 78218‐2203 MALONE OFFICE ENVIRONMENTS 1345 13TH AVE COLUMBUS Georgia 31901‐2347 THE WELLS GROUP INC 2323 W SAM HOUSTON PKWY N HOUSTON Texas 77043‐2018 CONTRACT FURNISHINGS INC (DENVER)3115 E 40TH AVE DENVER Colorado 80205‐3659 OPNW ‐ OFFICE PRODUCTS NATIONWIDE 12600 SW 68TH AVE PORTLAND Oregon 97223‐8338 OFFICE IMAGES INC 2099 GAITHER RD STE 130 ROCKVILLE Maryland 20850‐4057 CONTRACT BUSINESS INTERIORS INC 3455 N DESERT DR BLDG 3, STE 103 EAST POINT Georgia 30344‐5725 HDW COMMERCIAL INTERIORS 2274 W 93RD AVE MERRILLVILLE Indiana 46410‐6901 CARITHERS WALLACE COURTENAY LLC 4343 NE EXPY ATLANTA Georgia 30340‐3805 PROFTECH LLC 200 CLEARBROOK RD STE 177 ELMSFORD New York 10523‐1317 CONTEMPORARY GALLERIES 1210 SMITH ST CHARLESTON West Virginia 25301‐1316 360 OFFICE SOLUTIONS 821 N LAST CHANCE GULCH HELENA Montana 59601‐3352 CRAWFORD & I‐TEC 13370 KIRKHAM WAY POWAY California 92064‐7117 OFFICE ENVIRONMENTS INC (BIRMINGHAM)1827 1ST AVE N STE 101 BIRMINGHAM Alabama 35203‐3137 WORKSCAPES INC 121 W FORSYTH ST STE 100 JACKSONVILLE Florida 32202‐3813 MILLERS SUPPLIES AT WORK INC 8600 CINDER BED RD LORTON Virginia 22079‐1442 AUGUSTA BUSINESS INTERIORS 3127 DAMASCUS RD STE G AUGUSTA Georgia 30909‐4000 INTERSTATE OFFICE INTERIORS 5116 S SPRINKLE RD PORTAGE Michigan 49002‐2055 IMPACT OFFICE PRODUCTS LLC 6800 DISTRIBUTION DR BELTSVILLE Maryland 20705‐1400 HERTZ FURNITURE SYSTEMS LLC 6821 FULTON ST HOUSTON Texas 77022‐4832 A & W OFFICE SUPPLY INC (CORPUS CHRISTI)222 S STAPLES ST CORPUS CHRISTI Texas 78401‐3018 T&M SERVICES INC 4175 NE 43RD CT DES MOINES Iowa 50317‐4625 SAYES OFFICE SUPPLY 7603 HIGHWAY 71 S ALEXANDRIA Louisiana 71302‐9272 BUSINESS ESSENTIALS 6645 JAMES AVE N MINNEAPOLIS Minnesota 55430‐4535 OFFICE DIMENSIONS (MIAMI)3621 NE 1ST CT MIAMI Florida 33137‐3609 YOUNG OFFICE ENVIRONMENTS INC 1280 RIDGE RD GREENVILLE South Carolina 29607‐4626 STEPHENS OFFICE SYSTEMS INC 300 FOSTER AVE CHARLOTTE North Carolina 28203‐5424 BLUESPACE INTERIORS 2840 N LIMA ST STE 110 BURBANK California 91504‐2506 SUPPLYSOURCE INC 415 W 3RD ST WILLIAMSPORT Pennsylvania 17701‐6007 RITZ ASSOCIATES INC 112 BEACH ST BOSTON Massachusetts 02111‐2541 A POMERANTZ & CO 123 S BROAD ST STE 1260 PHILADELPHIA Pennsylvania 19109‐1044 CREATIVE OFFICE PAVILION 148 COLLEGE ST STE 400 BURLINGTON Vermont 05401‐8476 OFFICESCAPES (COLORADO)9900 E 51ST AVE DENVER Colorado 80238‐2430 CORPORATE ENVIRONMENTS (ATLANTA)1636 NE EXPY BROOKHAVEN Georgia 30329‐2003 BUSINESS FURNITURE INC (ELIZABETH)133 RAHWAY AVE ELIZABETH New Jersey 07202‐2015 CREATIVE OFFICE ENVIRONMENTS OF RICHMOND LLC 11798 N LAKERIDGE PKWY ASHLAND Virginia 23005‐8152 ARBEE ASSOCIATES 1531 S WASHINGTON AVE PISCATAWAY New Jersey 08854‐6701 INNERSPAICE ARCHITECTURAL INTERIORS LLC 2830 6TH AVE S BIRMINGHAM Alabama 35233‐2802 DEKALB OFFICE ENVIRONMENTS INC 1320 RIDGELAND PKWY ALPHARETTA Georgia 30004‐8442 OUTBACK OFFICE INC 4160 S SAN SOUCI CT EVERGREEN Colorado 80439‐7716 ATLANTIC CORPORATE INTERIORS INC 7001 MUIRKIRK MEADOWS DR STE A BELTSVILLE Maryland 20705‐6304 STONEHILL SALES & SERVICES LLC 32 HEATHER LN MIDDLETOWN New York 10940‐7203 COMPASS OFFICE SOLUTIONS 3320 ENTERPRISE WAY MIRAMAR Florida 33025‐3939 BUSINESS ENVIRONMENTS LLC (PARSIPPANY)7 ENTIN RD STE 201 PARSIPPANY New Jersey 07054‐5020 Diverse Vendor Certification Participation Small Business Enterprise (SBE) ‐ continued BAREFIELD WORKPLACE SOLUTIONS INC 417 WASHINGTON AVE GREENVILLE Mississippi 38701‐3617 SMARTER INTERIORS 2112 TOMLYNN ST RICHMOND Virginia 23230‐3317 WASHINGTON WORKPLACE INC 2300 9TH ST S STE 505 ARLINGTON Virginia 22204‐2320 OFFICE CREATIONS INC 5250 BROOK HOLLOW PKWY NORCROSS Georgia 30071‐3644 PROSPACE INTERIORS INC 50 HEINZ ST DELTA Colorado 81416‐3425 ADVANTAGE OFFICE SOLUTIONS 65 LEGGETT DR VILLA RICA Georgia 30180‐1522 PERDUE OFFICE INTERIORS 5 W FORSYTH ST STE 100 JACKSONVILLE Florida 32202‐3603 LORICK OFFICE PRODUCTS CO 910 WASHINGTON ST COLUMBIA South Carolina 29201‐3142 MODERN BUSINESS EQUIPMENT INC 100 RIVERVIEW DR STE 300 SAVANNAH Georgia 31404‐1468 THE CREATIVE OFFICE 721 LEGION WAY SE OLYMPIA Washington 98501‐1517 M 80 SYSTEMS INC 310 W RTE 8 STE 105 BARRIGADA Guam 96913‐1380 PARAMETERS LTD 800 HENNEPIN AVE STE 500 MINNEAPOLIS Minnesota 55403‐1899 WORKSPACE DYNAMICS INC 4711 LOMAS BLVD NE ALBUQUERQUE New Mexico 87110‐6233 ADVENT BUSINESS INTERIORS INC 1318 US HIGHWAY 82 W LEESBURG Georgia 31763‐5335 OBJEKTS LLC 2118 3RD AVE STE 200 SEATTLE Washington 98121‐2306 INNOVATIVE OFFICE SOLUTIONS LLC 151 CLIFF RD E STE 40 BURNSVILLE Minnesota 55337‐1586 ALABAMA CONTRACT SALES INC 507 OLD STAGE RD AUBURN Alabama 36830‐4917 CITRON WORKSPACES 3001 BRIGHTON BLVD STE 468 DENVER Colorado 80216‐5077 JACK C SMITH ASSOCIATES INC 222 MERCHANDISE MART PLZ STE 1147 CHICAGO Illinois 60654‐4329 SOURCE FOUR INC 743 KALAMATH ST DENVER Colorado 80204‐4402 ADVANCED OFFICE KONCEPTS INC 419 S LYNNHAVEN RD STE 106 VIRGINIA BEACH Virginia 23452‐6653 CRAIG MILLER LLC 130 GROUSE PL HIGHLANDS RANCH Colorado 80126‐2201 DALVEY DESIGN INC 5173 S EASTERN AVE LAS VEGAS Nevada 89119‐2304 INTERIOR RESOURCE GROUP INC 11095 HIDDEN TRAIL DR OWINGS MILLS Maryland 21117‐2357 PROFESSIONAL BUSINESS INTERIORS LLC 8661 GEREN RD SILVER SPRING Maryland 20901‐4332 F A OTOOLE OFFICE SYSTEMS INC 350 CLUBHOUSE RD STE E HUNT VALLEY Maryland 21031‐1325 WELCH COMPANY INC, THE 4533 MACARTHUR BLVD STE 255 NEWPORT BEACH California 92660‐2059 OFFICE EQUIPMENT CO (HAVRE)200 2ND ST HAVRE Montana 59501‐3524 CLUTE OFFICE EQUIPMENT INC 17 E CENTRAL AVE MINOT North Dakota 58701‐3828 WORKPLACE SOLUTIONS INC (VIRGINIA BEACH)317 VILLAGE RD STE 103 VIRGINIA BEACH Virginia 23454‐4374 KERR OFFICE GROUP INC 117 N MAIN ST ELIZABETHTOWN Kentucky 42701‐1481 J THAYER COMPANY INC 15802 UPPER BOONES FERRY RD LAKE OSWEGO Oregon 97035‐4066 MCWATERS INC 3841 COMMERCIAL CENTER DR LADSON South Carolina 29456‐4146 BISHOPS OFFICE NEEDS 4660 PINE TIMBERS ST STE 132 HOUSTON Texas 77041‐9337 TACKETT & ASSOCIATES 5109 MALVERN DR PLANO Texas 75093‐4935 IBUYOFFICESUPPLY.COM 14940 28TH AVE N PLYMOUTH Minnesota 55447‐4888 OFFICE DESIGN GROUP 9963 MUIRLANDS BLVD IRVINE California 92618‐2508 EGAN VISUAL WEST 222 MERCHANDISE MART PLZ STE 10 CHICAGO Illinois 60654‐1364 SMART OFFICE ENVIRONMENTS LLC 4957 LAKEMONT BLVD SE STE C4‐7 BELLEVUE Washington 98006‐7801 TENNSCO CORP 201 TENNSCO DR DICKSON Tennessee 37055‐3003 WASHINGTON OFFICE INTERIORS LLC DO NOT USE 12354 CARROLL AVE ROCKVILLE Maryland 20852‐1814 ONECBI LLC DBA CBI 4020 YANCEY RD STE A CHARLOTTE North Carolina 28217‐1736 BOS ORLANDO 200 TECHNOLOGY PARK LAKE MARY Florida 32746‐7135 PAYLESS OFFICE PRODUCTS 13467 CHANDLER RD OMAHA Nebraska 68138‐3711 FOWLER OFFICE INTERIORS 940 W BROAD ST ATHENS Georgia 30601‐2514 FORMS & SUPPLY INC (FSI)2606 PHOENIX DR STE 204 GREENSBORO North Carolina 27406‐6353 BUSINESS INTERIORS INC (ALABAMA)2309 5TH AVE S BIRMINGHAM Alabama 35233‐3203 OFFICE FURNITURE SOLUTIONS (SALT LAKE CITY) 4753 S HOLLADAY BLVD HOLLADAY Utah 84117‐5420 SILSBY NUNES GROUP LLC 7026 OLD KATY RD STE 262 HOUSTON Texas 77024‐2154 INSTITUTIONAL INTERIORS INC 2851 VAN HURON DR STE 100 RALEIGH North Carolina 27615‐8427 GBP DIRECT INC 133 E 3RD ST KENNER Louisiana 70062‐7073 WORKSPACE SOLUTIONS LLC (SAN ANTONIO)3660 THOUSAND OAKS DR STE 220 SAN ANTONIO Texas 78247‐3126 MCGARITYS BUSINESS PRODUCTS 870 GROVE ST GAINESVILLE Georgia 30501‐4475 FENS ASSOCIATES LLC 939 SALEM ST UNIT 3 GROVELAND Massachusetts 01834‐1566 MODULAR SYSTEMS SPECIALISTS INC 1631 WALTER ST VENTURA California 93003‐5620 RIEKE OFFICE INTERIORS 2000 FOX LN ELGIN Illinois 60123‐7814 SCS INTEGRATED SUPPORT SOLUTIONS LLC 9411 MAIN ST STE 101 MANASSAS Virginia 20110‐5447 OFFICE & ERGONOMIC SOLUTIONS INC 8480 UTICA AVE RANCHO CUCAMONGA California 91730‐3808 NORTHERN OFFICE SUPPLY 200 POST RD STE 130 ANCHORAGE Alaska 99501‐2848 IE CONNECT LLC 1331 19TH ST DENVER Colorado 80202‐1409 COMMERCIAL MARKETING ASSOCIATES INC 411 AVIATION WAY STE 240 FREDERICK Maryland 21701‐4786 LBS FURNITURE SOLUTIONS LLC 8 CLEARVIEW DR SPENCERPORT New York 14559‐1118 CONTRACT INTERIOR SERVICE INC (SPRING VALLEY) 3325 S BONITA ST SPRING VALLEY California 91977‐3019 DIRECT OFFICE FURNITURE INC 405 E GUDE DR STE 210 ROCKVILLE Maryland 20850‐5357 OAK CLIFF OFFICE SUPPLY & PRINTING INC 1876 LONE STAR DR DALLAS Texas 75212‐5045 TOTAL OFFICE SOLUTIONS GSA INC 4301 EMERSON ST JACKSONVILLE Florida 32207‐4914 Diverse Vendor Certification Participation Small Business Enterprise (SBE) ‐ continued CARROLLTON OFFICE EQUIPMENT CO INC 104 PINE KNOLL DR CARROLLTON Georgia 30117‐2451 REDISTRICT 66 CANAL CENTER PLZ STE 310 ALEXANDRIA Virginia 22314‐1568 LAYTON OFFICE SUPPLY 1101 CAMBRIDGE CIR STE 3 LAYTON Utah 84040‐6753 ALL MAKES OFFICE EQUIPMENT CO (LINCOLN)3333 O ST LINCOLN Nebraska 68510‐1583 PARAMOUNT FMS 72 READINGTON RD BRANCHBURG New Jersey 08876‐3541 B‐I‐L OFFICE FURNITURE INC 6165 METROPOLITAN AVE MIDDLE VILLAGE New York 11379‐1602 STATE OFFICE FURNITURE LLC 336 ANCHOR POINT DR EATONTON Georgia 31024‐7919 BLACKBURN OFFICE FURN & DESIGN 4071 HANNEGAN RD STE Q BELLINGHAM Washington 98226‐7623 ALAND COMMERCIAL INTERIORS LLC 108 SHARON DR WEST MONROE Louisiana 71291‐4933 OFFICE EXPRESS SUPPLY INC 8005 W 20TH AVE HIALEAH Florida 33014‐3230 FREEDOM COMPANIES INC 4000 WASHINGTON ST KANSAS CITY Missouri 64111‐2607 LEITZ OFFICE PRODUCTS 1119 FLORIDA AVE LYNN HAVEN Florida 32444‐2536 PATH INTERIORS 6817 URUBU ST CARLSBAD California 92009‐5943 EVERETT OFFICE FURNITURE LLC 9121 EVERGREEN WAY EVERETT Washington 98204‐7121 REFURBISHED OFFICE FURNITURE INC 1212 N 39TH ST STE 100 TAMPA Florida 33605‐5899 WORKABLE INTERIORS LLC 11853 BRICKSOME AVE STE A BATON ROUGE Louisiana 70816‐5312 PURE WORKPLACE SOLUTIONS 3525 ROANOKE RD KANSAS CITY Missouri 64111‐3727 TACTICAL OFFICE SOLUTIONS INC (VIRGINIA)101 EATON ST STE 200 HAMPTON Virginia 23669‐4079 MOLDOW ASSOCIATES INC 96 ATLANTIC AVE STE 202 LYNBROOK New York 11563‐3461 HEALTH & EDUCATIONAL EQUIPMENT CORP 1371 CHURCH ST STE 5 BOHEMIA New York 11716‐5026 ALPHA OFFICE FURNITURE 168 SUTTON ST UXBRIDGE Massachusetts 01569‐1133 THE OFFICE STATION LLC 9150 BELVEDERE RD STE B‐112 WEST PALM BEACH Florida 33411‐3611 SOUTHERN OFFICE SUPPLIES INC 2020 MCCORMICK DR TIFTON Georgia 31793‐8284 VAN HOOZER GROUP LLC 11230 WINCHESTER DR KANSAS CITY Kansas 66109‐4087 VRD CONTRACTING INC 25 ANDREA RD HOLBROOK New York 11741‐4310 IFR FURNITURE RENTAL & SALES 7035 JONESTOWN RD HARRISBURG Pennsylvania 17112‐3617 BUDGET OFFICE INTERIORS INC 3030 POWERS AVE STE 101 JACKSONVILLE Florida 32207‐8057 AMERICAN PEN & PANEL INC 4360 OLD YORK RD ROCK HILL South Carolina 29732‐8124 NXVET LLC 11699 BACON RACE RD WOODBRIDGE Virginia 22192‐5717 OFFICE RESOURCE‐JAX LLC 12338 TRAILBLAZER DR JACKSONVILLE Florida 32220‐1654 UNIQUE OFFICE SOLUTIONS INC 2522 E WOODLYN WAY GREENSBORO North Carolina 27407‐5040 TIM O'NEIL & ASSOCIATES 772 BUSCH CT COLUMBUS Ohio 43229‐1704 Diverse Vendor Certification Participation Disadvantaged Business Enterprise (DBE) CONTRACT BUSINESS INTERIORS INC 3455 N DESERT DR BLDG 3, STE 103 EAST POINT Georgia 30344‐5725 SUPPLYSOURCE INC 415 W 3RD ST WILLIAMSPORT Pennsylvania 17701‐6007 BUSINESS ENVIRONMENTS LLC (PARSIPPANY) 7 ENTIN RD STE 201 PARSIPPANY New Jersey 07054‐5020 INTERIOR RESOURCE GROUP INC 11095 HIDDEN TRAIL DR OWINGS MILLS Maryland 21117‐2357 PROFESSIONAL BUSINESS INTERIORS LLC 8661 GEREN RD SILVER SPRING Maryland 20901‐4332 WASHINGTON OFFICE INTERIORS LLC DO NOT USE 12354 CARROLL AVE ROCKVILLE Maryland 20852‐1814 REDISTRICT 66 CANAL CENTER PLZ STE 310 ALEXANDRIA Virginia 22314‐1568 FREEDOM COMPANIES INC 4000 WASHINGTON ST KANSAS CITY Missouri 64111‐2607 Diverse Vendor Certification Participation Historically Underutilized Businesses (HUB) CONTRACT FURNISHINGS INC (DENVER) 3115 E 40TH AVE DENVER Colorado 80205‐3659 A & W OFFICE SUPPLY INC (CORPUS CHRISTI) 222 S STAPLES ST CORPUS CHRISTI Texas 78401‐3018 M 80 SYSTEMS INC 310 W RTE 8 STE 105 BARRIGADA Guam 96913‐1380 OFFICE EXPRESS SUPPLY INC 8005 W 20TH AVE HIALEAH Florida 33014‐3230 Diverse Vendor Certification Participation Other PURE WORKPLACE SOLUTIONS 3525 ROANOKE RD KANSAS CITY Missouri 64111‐3727 A & W OFFICE SUPPLY INC (CORPUS CHRISTI) 222 S STAPLES ST CORPUS CHRISTI Texas 78401‐3018 M 80 SYSTEMS INC 310 W RTE 8 STE 105 BARRIGADA Guam 96913‐1380 OFFICE EXPRESS SUPPLY INC 8005 W 20TH AVE HIALEAH Florida 33014‐3230 ARENSON OFFICE FURNISHINGS INC 1115 BROADWAY FL 6 NEW YORK New York 10010‐3456 OFFICE DEPOT INC 125 INDUSTRIAL WAY PORTLAND Maine 04103‐1043 STAPLES FURNITURE SOLUTIONS 7909 NORTHCOURT RD BLDG A STE 200 HOUSTON Texas 77040‐5613 CORE OFFICE INTERIORS AUSTIN 10300 METRIC BLVD STE 200 AUSTIN Texas 78758‐4966 W B MASON CO INC 1640 E PLEASANT VALLEY BLVD ALTOONA Pennsylvania 16602‐7369 EVENSONBEST LLC 641 AVENUE OF THE AMERICAS FL 6 NEW YORK New York 10011‐2036 DANCKER LLC 67 E PARK PL MORRISTOWN New Jersey 07960‐7105 HENRICKSEN & COMPANY INC 2908 MARAVILLAS LOOP AUSTIN Texas 78735‐1416 COMMERCIAL OFFICE INTERIORS 300 ELLIOTT AVE W STE 300 SEATTLE Washington 98119‐4122 MYOFFICEPRODUCTS LLC 4605 NW 6TH ST STE J GAINESVILLE Florida 32609‐1772 STORR OFFICE ENVIRONMENTS INC 10800 WORLD TRADE BLVD RALEIGH North Carolina 27617‐4200 WILSON OFFICE INTERIORS 1341 W MOCKINGBIRD LN STE 1100W DALLAS Texas 75247‐6973 OFFICE INTERIORS OF MEMPHIS 7891 STAGE HILLS BLVD STE 101 MEMPHIS Tennessee 38133‐4052 OFFICE RESOURCES INC 22 DEER ST PORTSMOUTH New Hampshire 03801‐7709 ALFRED WILLIAMS & COMPANY 1835 GERVAIS ST COLUMBIA South Carolina 29201‐3503 NATIONAL BUSINESS FURNITURE LLC 18416 119TH AVENUE CT E PUYALLUP Washington 98374‐9175 OFFICE FURNITURE INTERIORS INC 1901 SHIPMAN DR SAN ANTONIO Texas 78219‐2329 GARVEYS OFFICE PRODUCTS INC 7500 N CALDWELL AVE NILES Illinois 60714‐3808 INDOFF INCORPORATED 32219 VIA BANDE TEMECULA California 92592‐3789 HOLMES & BRAKEL INTERNATIONAL INC 8933 WESTERN WAY STE 2 JACKSONVILLE Florida 32256‐8395 NATIONAL OFFICE FURNITURE INC 1600 ROYAL ST JASPER Indiana 47549‐1001 RJE INTERIORS INC 234 N 5TH ST COLUMBUS Ohio 43215‐2604 OM WORKPLACE INTERIORS 1331 BOLTONFIELD ST COLUMBUS Ohio 43228‐3697 HITOUCH BUSINESS SERVICES LLC 121 KELSEY LN STE F TAMPA Florida 33619‐4348 TEJAS OFFICE PRODUCTS INC 1225 W 20TH ST HOUSTON Texas 77008‐3315 CORPORATE INTERIORS INC (ST PETERSBURG) 12115 28TH ST N SAINT PETERSBURG Florida 33716‐1821 M 80 SYSTEMS INC 310 W RTE 8 STE 105 BARRIGADA Guam 96913‐1380 OFFICE DESIGN GROUP 9963 MUIRLANDS BLVD IRVINE California 92618‐2508 SCS INTEGRATED SUPPORT SOLUTIONS LLC 9411 MAIN ST STE 101 MANASSAS Virginia 20110‐5447 EMPIRE OFFICE EQUIPMENT 1000 N ASHLEY DR TAMPA Florida 33602‐3716 HERALD OFFICE SOLUTIONS 909 BROADWAY ST MYRTLE BEACH South Carolina 29577‐3718 HURST OFFICE SUPPLIERS 500 BUCK PL LEXINGTON Kentucky 40511‐6500 CONTRACT FURNISHINGS INC (DENVER) 3115 E 40TH AVE DENVER Colorado 80205‐3659 STEPHENS OFFICE SYSTEMS INC 300 FOSTER AVE CHARLOTTE North Carolina 28203‐5424 A POMERANTZ & CO 123 S BROAD ST STE 1260 PHILADELPHIA Pennsylvania 19109‐1044 DEKALB OFFICE ENVIRONMENTS INC 1320 RIDGELAND PKWY ALPHARETTA Georgia 30004‐8442 ATLANTIC CORPORATE INTERIORS INC 7001 MUIRKIRK MEADOWS DR STE A BELTSVILLE Maryland 20705‐6304 PROSPACE INTERIORS INC 50 HEINZ ST DELTA Colorado 81416‐3425 M 80 SYSTEMS INC 310 W RTE 8 STE 105 BARRIGADA Guam 96913‐1380 CRAIG MILLER LLC 130 GROUSE PL HIGHLANDS RANCH Colorado 80126‐2201 F A OTOOLE OFFICE SYSTEMS INC 350 CLUBHOUSE RD STE E HUNT VALLEY Maryland 21031‐1325 OFFICE DESIGN GROUP 9963 MUIRLANDS BLVD IRVINE California 92618‐2508 SCS INTEGRATED SUPPORT SOLUTIONS LLC 9411 MAIN ST STE 101 MANASSAS Virginia 20110‐5447 Diverse Vendor Certification Participation Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 25 of 25 RECEIPT OF ADDENDUM NO. 1 ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name ______________________________________ Contact Person _______________________________________ Signature ____________________________________________ Date ________________________________________________ Crystal Wallace Region 4 Education Service Center Business Operations Specialist Maxon Furniture, Inc. Kevin Taney 12/11/19 RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #76-682 containing mutual indemnification with Regents of the University of California, Davis (dba University of California, Davis Health), a government agency, in an amount not to exceed $35,000, to provide specialized outside laboratory testing services at Contra Costa Regional Medical Center (CCRMC) and Contra Costa Health Centers, for the period November 1, 2019 through October 31, 2021. FISCAL IMPACT: Approval of this contract will result in service expenditures of up to $35,000 over a two-year period, and will be funded as budgeted by the department in FY 2020-2021, by 100% Hospital Enterprise Fund I allocations. BACKGROUND: CCRMC and Contra Costa Health Centers have an obligation to provide medical staffing services to patients. Therefore, the County contracts with outside laboratory testing services in order to provide testing services not available at County facilities, to ensure patient care is provided as required. This contractor has been providing outside laboratory testing services APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5100 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: K Cyr, M Wilhelm C. 88 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #76-682 with Regents of the University of California, Davis (dba University of California, Davis Health) BACKGROUND: (CONT'D) for several years, formerly under a purchase order, and was required to convert to a county contract. Under Contract #76-682, the contractor will provide specialized outside laboratory testing services for CCRMC for the period November 1, 2019 through October 31, 2021. This agreement contains a modification to the County General Conditions, Paragraph 18 (Indemnification). CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, patients requiring specialized outside laboratory testing services at CCRMC will not have access to this contractor’s services. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract Amendment Agreement #76-593-5 with Per Diem Staffing Systems, Inc., a corporation, effective July 1, 2021, to amend Contract #76-593-4, to decrease the payment limit by $300,000, from $1,500,000 to a new payment limit of $1,200,000 and to modify the rate schedule for the provision of temporary medical, pharmacy and other ancillary staffing services during peak loads, temporary absences, vacations and emergency situations at Contra Costa Regional Medical Center (CCRMC) with no change in the original term of July 1, 2021 through June 30, 2022. FISCAL IMPACT: Approval of this amendment will result in a reduction in annual expenditures of up to $300,000 and will be funded as budgeted by the department in FY 2020-21, by Hospital Enterprise Fund I revenues. (Additional rates) BACKGROUND: CCRMC and Contra Costa Health Centers have an obligation to provide medical staffing services to patients. Therefore, the County contracts with temporary help firms to ensure APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5100 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: K Cyr, M Wilhelm C. 89 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Amendment # 76-593-5 with Per Diem Staffing Systems, Inc. BACKGROUND: (CONT'D) patient care is provided during peak loads, temporary absences, vacations and emergency situations where additional staffing is required. The County has been using the contractor’s temporary staffing services since July 1, 2017. On June 22, 2021, the Board of Supervisors approved Contract #76-593-4 with Per Diem Staffing Systems, Inc., in an amount not to exceed $1,500,000, for the provision of temporary medical, pharmacy and other ancillary staffing services during peak loads, temporary absences, vacations and emergency situations at CCRMC, for the period from July 1, 2021 through June 30, 2022. Approval of Contract Amendment Agreement #76-593-5 will allow the County to adhere to results of the meet and confer between Personnel and Union representatives that occurred after the Division input the contract request at the original contract payment limit. The agreement between the parties resulted in a reduction in the overall payment limit and a modification of the rate schedule to include mutually agreed upon classifications through June 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this amendment is not approved, Personnel action will not be rectified to reduce the contract payment limit and modify the rate schedule as mutually agreed upon. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute, on behalf of the County Contract #77-233-1 with Apollo Healthcare, LLC, in an amount not to exceed $1,200,000, to provide home health care services for Contra Costa Health Plan (CCHP) members for the period August 1, 2021 through July 31, 2024. FISCAL IMPACT: This contract will result in contractual service expenditures of up to $1,200,000 over a three-year period and will be funded 100% by CCHP Enterprise Fund II revenues. (Rate increase) BACKGROUND: CCHP has an obligation to provide certain specialized home health care services for its members under the terms of their Individual and Group Health Plan membership contracts with the County. Members are provided with applicable services when authorized by CCHP, including, but not limited to, skilled nursing, physical and speech therapy, infusion services, social services and home health aids. This contractor has been providing home health care services and has been a part of the CCHP Provider Network since August of 2019. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sharron Mackey, 925-313-6104 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: K Cyr, M Wilhelm C. 90 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #77-233-1 with Apollo Healthcare, LLC BACKGROUND: (CONT'D) In July 2019, the County Administrator approved and the Purchasing Service Manager executed Contract #77-233 with Apollo Healthcare, LLC in an amount not to exceed $100,000 to provide home health care services for CCHP members for the period August 1, 2019 through July 31, 2021. Approval of Contract #77-233-1 will allow this contractor to continue to provide home health care services through July 31, 2024. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, certain specialized home health care services for CCHP members under the terms of their Individual and Group Health Plan membership contract with the County will not be provided. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #26-779-7 with Aquity Solutions, LLC, a limited liability company, in an amount not to exceed $1,000,000, to provide medical records coding for Contra Costa Regional Medical Center (CCRMC) and Contra Costa Health Centers for the period from October 1, 2021 through September 30, 2024. FISCAL IMPACT: This contract will result in contractual service expenditures of up to $1,000,000 over a 3-year period and will be funded 100% by Hospital Enterprise Fund I revenues. (No rate increase) BACKGROUND: This contract meets the social needs of the County’s population by providing medical coding, including coding inpatient and outpatient records, scanning and quality assurance for CCRMC and Contra Costa Health Centers, in accordance with the American Hospital Associate Coding Clinic and the American Medical Association. On October 23, 2018, the APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5741 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker, M Wilhelm C. 91 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #26-779-7 with Aquity Solutions, LLC BACKGROUND: (CONT'D) Board of Supervisors approved Contract #26-779-5 with Futurenet Technologies Corporation, in an amount not to exceed $1,000,000 to provide medical record coding services for CCRMC and Contra Costa Health Centers for the period from October 1, 2018 through September 30, 2021. In April 2019, the County Administrator approved and the Purchasing Services Manager executed Assignment #26-779-6 which assigned all rights under this contract from Futurenet Technologies Corporation to Aquity Solutions, LLC, effective April 1, 2019. Approval of Contract #26-779-7 will allow the contractor to continue providing services through September 30, 2024. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the County will not have access to this contractor’s services or meet regulatory requirements. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of County Contract #76-555-5 with Initha R. Elangovan, M.D., an individual, in an amount not to exceed $1,400,000, to provide pulmonology services for Contra Costa Regional Medical Center (CCRMC) and Health Center patients, for the period September 1, 2021 through August 31, 2024. FISCAL IMPACT: This contract will result in contractual service expenditures of up to $1,400,000 over a 3-year period and will be funded 100% by Hospital Enterprise Fund I revenues. (Rate increase) BACKGROUND: Due to the limited number of specialty providers available within the community, CCRMC and Contra Costa Health Centers rely on contracts to provide necessary specialty health services to their patients. CCRMC has contracted with Initha R. Elangovan, M.D. for pulmonology services including clinic coverage, consultation, critical care, on-call coverage, bronchoscopies, training, medical/surgical procedures, and on-call services since September 1, 2016. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Samir Shah, M.D., 925-370-5525 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker, M Wilhelm C. 92 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #76-555-5 with Initha R. Elangovan, M.D. BACKGROUND: (CONT'D) On June 23, 2020, the Board of Supervisors approved Contract #76-555-4 with Initha R.Elangovan, M.D., in an amount not to exceed $420,000 to provide pulmonology services at CCRMC and Health Centers for the period September 1, 2020 through August 31, 2021. Approval of Contract #76-555-5 will allow this contractor to continue to provide pulmonology services at CCRMC and Health Centers through August 31, 2024. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, patients requiring pulmonology services at CCRMC and Contra Costa Health Centers will not have access to this contractor’s services. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Defender, or designee, to execute a contract with Jewish Family and Community Resources East Bay, in an amount not to exceed $441,129 to provide civil legal deportation defense and community services for Stand Together Contra Costa, for the period from August 1, 2021 through June 30, 2022, subject to approval by the County Administrator’s Office and approval as to form by County Counsel. FISCAL IMPACT: The cost of this contract is funded with 80% AB109 Public Safety Realignment revenue and 20% Restricted Donation Revenue. BACKGROUND: On May 9, 2017, as part of the action to adopt the FY 2017/18 Recommended Budget, the Board of Supervisors referred to the Finance Committee for review and consideration a proposal for funding an immigrant legal due process and community services program in Contra Costa County. The item was heard for the first time by the Finance Committee on June 26, 2017. On August 16, 2017, the Finance Committee received and reviewed a formal proposal for the project and voted to recommend the project for funding and implementation. On September 19, 2017, the Board of Supervisors APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: 510-412-4931 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 93 To:Board of Supervisors From: Date:September 7, 2021 Contra Costa County Subject:Stand Together Contra Costa Contract BACKGROUND: (CONT'D) unanimously voted to establish the project, Stand Together Contra Costa. With the pilot phase ending with FY 19/20, the Stand Together Contra Costa program moves forward with Jewish Family, Immigration Institute of the Bay Area, and Bay Area Community Resources East Bay continuing the removal defense work in partnership with the Public Defender’s Office. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the civil legal deportation defense and community services currently provided by Stand Together Contra Costa would cease during a time of acute need for immigrants in Contra Costa. This would leave immigrant families in Contra Costa without access to due process and accurate information regarding the ever-evolving immigration landscape, making them even more vulnerable to actions or policies that result in disparate, discriminatory, or unlawful treatment. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #74-446-10 with Neil Sachs, M.D., an individual, in an amount not to exceed $269,568, to provide outpatient psychiatric care services to mentally ill older adults in West Contra Costa County, for the period from October 1, 2021 through September 30, 2022. FISCAL IMPACT: Approval of this contract will result in budgeted annual expenditures of up to $269,568 and will be funded 100% by Mental Health Realignment funding. (No rate increase) BACKGROUND: The Behavioral Health Division has been contracting with Neil Sachs, M.D., since October 1, 2012 to provide outpatient psychiatric care to mentally ill adults in West Contra Costa County. On July 14, 2020, the Board of Supervisors approved Contract #74-446-9 with Neil Sachs, M.D., in the amount not to exceed $269,568 to provide outpatient psychiatric care to mentally ill adults in West Contra Costa County, APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Suzanne Tavano, Ph.D, 925-957-5201 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alaina Floyd, marcy.wilham C. 94 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #74-446-10 with Neil Sachs, M.D. BACKGROUND: (CONT'D) for the period from October 1, 2020 through September 30, 2021. Approval of Contract #74-446-10 will allow this contractor to continue providing psychiatric services through September 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the County’s clients will not have access to this contractor’s psychiatric care services. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Anchor QEA, LLC, effective September 14, 2021, to extend the Contract termination date from September 14, 2021 through September 14, 2023, and to increase the payment limit by $100,000 to a new payment limit of $450,000 for on-call environmental services, Countywide. FISCAL IMPACT: Work performed under this on-call is funded by (45%) Local Road and Transportation Funds, (45%) Flood Control Funds, (6%) Capital Project Funds, and (4%) Airport Enterprise Funds. BACKGROUND: Contra Costa County Public Works Department builds and maintains road infrastructure in unincorporated Contra Costa County, flood control infrastructure within formed drainage areas throughout the County, conducts capital projects and operates two airports (in Concord and Byron). Typical projects include new construction, maintenance and improvements of existing public infrastructure facilities, including but not limited to roadways, airports, bridges, flood control basins and drainages. As a public agency, projects must comply with a number of federal, state, and local environmental regulations, including but not limited to Federal Highway Administration/California Department of Transportation Requirements, National Environmental Policy Act, National Historical Preservation Act, California Environmental Quality Act, federal Clean Water, federal and state Endangered Species Acts, APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Shrav Sundaram, (925) 313-2366 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Ave' Brown, Shrav Sunderam C. 95 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Anchor QEA, LLC. Porter-Cologne Water Quality Act, East Contra Costa County Habitat Conservation/Natural Community Conservation Plan, as well as with other responsible agency protocols, guidelines, and regulations. The Department has the need for “On-Call Environmental Services” to assist with environmental compliance in support of various Projects. “On-Call Environmental Services” includes, but is not limited to, assessment of potential project impacts, documentation of the findings and recommended measures to avoid, minimize, and mitigate potential impacts, and construction monitoring to ensure compliance with applicable environmental regulations and agency permit conditions. The Environmental Services Division needs to re-consider the structure of our on-call contracts for a number of reasons. This extension will allow time to re-consider the Environmental Services Division’s on-call structure without disruption of service. The amendment will extend the contract to the maximum time limit of five years total. BACKGROUND: (CONT'D) This contract includes services provided by represented classifications, and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: Without Board approval, environmental compliance may not be completed in a timely manner and necessary environmental clearances may not be obtained, which may jeopardize funding and delay design and construction of various flood control, road, capital projects, airport projects, and necessary maintenance actions. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute, on behalf of the County, a Participating Addendum with OFS Brands, Inc., in an amount not to exceed $1,000,000, for the distribution of various furniture, design and installation services for use by all County Departments, during the period from September 7, 2021 through April 30, 2023, under the terms of a Master Contract awarded by the Region 4 Education Service Center, and distributed through Be. Workplace Design. FISCAL IMPACT: Product and service costs paid by County Departments. (100% User Departments) BACKGROUND: Contra Costa Purchasing Services is requesting approval of a Participating Addendum for various furniture purchases, design and installation services through one of OFS Brands, Inc., Distributors; Be. Workplace Design. Orders will be unique to each County Department. Products are guaranteed through a master contract awarded by the Region 4 Education Service Center, OMNIA Cooperative Program. Approval of the addendum between Contra Costa County and OFS Brands, Inc., APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Cynthia Shehorn, 925-957-2495 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 96 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Participating Addendum with OFS Brands, Inc. through the Distributor, Be. Workplace Design BACKGROUND: (CONT'D) allows the County to obtain guaranteed pricing available through the OMNIA Partners contract. The purchase will support all County Departments with a variety of Systems and Freestanding Furniture, Seating/Chairs, Filing Systems, Technology Support Systems, Library, Cafeteria and Science Lab Furniture, Audio Visual Furniture, Art Instructional Furniture, Auditorium/Theater Fixed Seating, Office and Technical Education Furniture, and Modular Walls, which offer discounts of 47% to 65% off published price lists. This will allow the County the option to choose furniture from more than one source, promote competition among the providers, and is ultimately designed to offer County Departments a variety of product choices and providers. CONSEQUENCE OF NEGATIVE ACTION: Without approval of an alternate furniture source, the County would have limited options, no competition among the providers, and ultimately pay more by not taking advantage of cooperative purchasing discounts. ATTACHMENTS OFS Contract Redacted Final PA OFS signature 8.12.2021 Region 4 Education Service Center (ESC) Contract # R191813 for Furniture, Installation and Related Services with OFS Brands, Inc. Effective: May 1, 2020 The following documents comprise the executed contract between the Region 4 Education Service Center and the OFS Brands, Inc. effective May 1, 2020: I. Vendor Contract and Signature Form II. Supplier’s Response to the RFP, incorporated by reference CONTRACT 1 APPENDIX A CONTRACT This Contract (“Contract”) is made as of __________, 2020 by and between (“Contractor”) and Region 4 Education Service Center (“Region 4 ESC”) for the purchase of Furniture, Installation, and Related Services (“the products and services”). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number RFP #19-18 for Furniture, Installation, and Related Services (“RFP”), to which Contractor provided a response (“Proposal”); and WHEREAS, Region 4 ESC selected Contractor’s Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”) may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. 1)Term of agreement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC’s intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days’ (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. CONTRACT 2 3) Form of Contract. The form of Contract shall be the RFP, the Offeror’s proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror’s Best and Final Offer iii. Offeror’s proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor’s pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non-Performance or Contractor Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 3 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. i) Additional Delivery/Installation Charges: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. d) Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. CONTRACT 4 e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor’s license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14) Delivery. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adjustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such CONTRACT 5 purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor’s pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor’s pricing at Contractor’s sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third- party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC’s discretion. Contractor must identify any additional costs associated with compliance of this CONTRACT 6 term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smoking. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Funding Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC’s current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obligations. It is Contractor’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws CONTRACT 7 while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34) Tariff Surcharges: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses:  Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.)  Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror’s proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Specification Exception/Proposed Modification Accepted (For Region 4 ESC’s use) 128 of 369 noted by OMNIA Partners Acceptable by Region4 OFS table of contents in response to Region 4 Education Service Center Furniture and Related Services Solicitation Number 1-18 Page Item Description 1-2 Table of Contents 3-4 Cover Letter 5-126 RFP Copy OFS Response within RFP including Addendum to specific areas will be featured in BLUE font. 127 Tab 1 Appendix A (Signed Offer and Contract Signature Fom) 128 1A Appendix B (Terms and Conditions acceptance Form) Tab 2 Products and Pricing including: Electronically only 1.Current Price Lists 129-133 2.Products/Services/Pricing 134-137 3.Proposed Pricing 138-165 4.OFS Product Scope 166-169 5.Warranty, Terms, and Conditions 170 6.Returns and Restocking Policy Tab 3 Performace Capability 171-204 3A 1.Appendix D Exhibit A OFS Response 205-213 3B 2.Performance Capability narrative Various Omnia documents (Appendix D) Including 214-219 3.Example admin agreement not yet signed (Exhibit B) 220-224 4.Examples of MICPA, PPAC and Reporting Template 225-230 5.Experian report 231-235 6.OFS Master rep listing 236 7.OFS Master rep listing by regional hierarchy 237 8.OFS sales safety program response 238-256 9.Omnia Partners documents (Appendix D) 257-267 10.HUB Zone certificates 268-282 11.Existing 468 Omnia Dealers 283-325 12.OFS Brands Inc Authrozied Dealers 326-340 Tab 4 Qualifications, Experience and References 341 Tab 5 Value Add Tab 6 Additional Required Documents (Appendix C) 342-343 a.DOC #1 Acknowledgement and Acceptance of Region 4 ESC's Open Records Policy 344 b.DOC #2 Antitrust Certification Statements (Tex. Government Code §2155.005) 345 c.DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) 346 d.DOC #4 Texas Government Code 2270 Verification Form 347-363 e.DOC #5 Special Conditions 364 f.DOC #6 Questionnaire 365-366 g.Diversity Program 367-368 h.DOC #7 For applicable construction/ reconstruction/renovation and related services, a bid guarantee is required not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in Texas and authorized to underwrite bonds in the amount of the bid bond. 369 i.Signed receipt of Addendum 1 acknowledgment 7145 West Tidwell Road ~ Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR Solicitation Number 19-18 Request for Proposal (“RFP”) by Region 4 Education Service Center (“ESC”) for Furniture, Installation, and Related Services SUBMITTAL DEADLINE: Wednesday, December 11, 2019, 2:00 PM CENTRAL TIME Questions regarding this RFP must be submitted in writing to Crystal Wallace, Business Operations Specialist, at questions@esc4.net no later than December 2, 2019. All questions and answers will be posted to https://www.esc4.net/services/purchasing/region-4-omnia-solicitations. Offerors are responsible for viewing the website to review all questions and answers prior to submitting proposals. Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. Proposals must be sealed, prominently marked with the RFP solicitation number, RFP title, RFP opening time/date and name of Offeror. Submissions must be received by the Region 4 ESC office at: 7145 West Tidwell Road, Houston, TX 77092 no later than 2:00 p.m. central time. Proposals received prior to the submittal deadline will be time-stamped upon receipt and kept secure and unopened. At the submittal deadline, Region 4 ESC will collect all proposals received before the deadline in the room designated for the proposal opening. Proposals will be opened and recorded publicly. Any proposal received later than the specified time, whether delivered in person, courier or mailed, will not be considered. Late proposals will be returned to sender unopened. NON-MANDATORY PRE-PROPOSAL CONFERENCE Offerors are strongly encouraged, but not required to participate in a pre-proposal conference with the Business Operations Specialist, which will be held on Thursday, November 21, 2019 at 10:00 am in the Region 4 ESC offices located at 7145 West Tidwell Road, Houston Texas 77092. To attend the conference, potential Offeror must notify Crystal Wallace, Business Operations Specialist, at cwallace@esc4.net, by Friday, November 15, 2019. Offeror’s who are unable to attend in person but would like to call in must also send an email to request call in instructions. The purpose of this conference is to clarify the contents of this RFP in order to prevent any misunderstanding of Region 4 ESC’s position. Any doubt as to the requirements of this RFP or any apparent omission or discrepancy should be presented to Region 4 ESC at this conference. Region 4 ESC will then determine the appropriate action necessary, if any, and may issue a written addendum to the RFP. Oral statements or instructions will not constitute an addendum to this RFP. Publication Date: Thursday, November 7, 2019 5 of 369 I. SCOPE OF WORK Region 4 Education Service Center (“Region 4 ESC”) requests proposals from qualified suppliers with the intent to enter into a Contract for Furniture, Installation, and Related Services. Region 4 ESC is seeking a provider that has the depth, breadth and quality of resources necessary to complete all phases of the Contract. Awarded Offeror(s) shall deliver products and services under the terms of this agreement. While this solicitation specifically covers Furniture, Installation, and Related Services, each awarded Offeror may offer their complete product and service offering, or balance of line. Region 4 ESC reserves the right to accept or reject any or all balance of line items offered. Region 4 ESC is an education service center established by the Texas Legislature in 1967 to assist school districts and charter schools in improving efficiencies. Region 4 ESC directly serves a seven-county area comprised of 48 public school districts and 39 open-enrollment charter schools, representing more than 1.2 million students, 99,000 educators and 1,500 campuses. Through cooperative contracts Region 4 ESC extends the opportunity to operate more efficiently and economically to agencies nationwide through OMNIA Partners (see below). The Contract is based on the need to provide the economic benefits of volume purchasing and reduction in administrative costs through cooperative purchasing to schools and other members. Although the awarded Offeror(s) may restrict sales to certain public units (for example, state agencies or local government units), any proposal that prohibits sales from being made to public school districts may not be considered. Sales without restriction are preferred. These types of contracts are commonly referred to as being “piggybackable.” NATIONAL CONTRACT Region 4 Education Service Center, as the Principal Procurement Agency, defined in Appendix D, has partnered with OMNIA Partners to make the resultant contract (also known as the “Master Agreement” in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. Region 4 ESC is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”). Appendix D contains additional information about OMNIA Partners and the cooperative purchasing agreement. OMNIA Partners is the largest and most experienced purchasing organization for public and private sector procurement. Through the economies of scale created by OMNIA Partners public sector subsidiaries, National IPA and U.S. Communities, our participants now have access to more competitively solicited and publicly awarded cooperative agreements. The lead agency contracting process continues to be the foundation on which we are founded. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non-profits. OMNIA Partners provides shared services and supply chain optimization to government, education and the private sector. As a channel partner with Vizient (formally, Novation), OMNIA Partners leverages over $100 billion in annual supply spend to command the best prices for products and services. With corporate, pricing and sales commitments from the 6 of 369 Offeror, OMNIA Partners provides marketing and administrative support for the Offeror that directly promotes the Offeror’s products and services to Participating Public Agencies though multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and publicly competed. The Offeror benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Offeror’s need to respond to additional competitive solicitations. As such, the Offeror must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Offeror and respond to the OMNIA Partners documents (Appendix D). While no minimum volume is guaranteed to the Contractor, the estimated annual volume of Furniture, Installation, and Related Services purchased under the Master Agreement through OMNIA Partners is approximately $275 million. This projection is based on the current annual volumes among Region 4 ESC, other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between the Contractor and OMNIA Partners. Customer Support Contractor shall provide timely and accurate technical advice and sales support to Region 4 ESC staff and Participating Agencies. Contractor shall respond to such requests within one (1) working day after receipt of the request. SCOPE OF GOODS AND SERVICES It is the intention of Region 4 ESC to establish a contract with Offeror(s) for a complete and comprehensive line of Furniture and Installation Services. Offerors are encouraged to propose their complete catalog of products and services including, but not limited to, the following categories:  Systems Furniture: A complete and comprehensive catalog of all systems furniture, lines, and accessories available from the Company;  Freestanding Furniture: A complete and comprehensive catalog of all case goods, furniture, (including folding and mobile) desks, tables, and accessories not limited to pre-school items available from the Company;  Seating/Chairs: A complete and comprehensive catalog of office and classroom chairs, tandem seating and other general seating not limited to pre-school items available from the Company;  Soft Seating: A complete and comprehensive catalog selection of soft seating for areas such as commons, libraries, waiting areas and open learning spaces. Products include, but are not limited to, lounge seating, modular linear seating, tables, and accessories.  Filing Systems, Storage and Equipment: A complete and comprehensive catalog of filing systems including vertical and lateral files, freestanding file cabinets, bookcases, and equipment and accessories available from the Company; 7 of 369  Technology Support Furniture: A complete and comprehensive catalog selection of technology support furniture to support technology-based learning environments.  Library Furniture: A complete and comprehensive catalog selection of library furniture including shelving.  Science Laboratory Furniture: A complete and comprehensive catalog selection of science laboratory furniture.  Cafeteria Furniture: A complete and comprehensive catalog selection of cafeteria furniture.  Early Childhood Furniture: A complete and comprehensive catalog selection of early childhood furniture.  Audio/Visual Furniture: A complete and comprehensive catalog selection of audio/visual furniture.  Art Instructional Furniture: A complete and comprehensive catalog selection of art instructional furniture.  Educational Office Furniture: A complete and comprehensive catalog selection of educational office furniture.  Career/Technical Education Furniture: A complete and comprehensive catalog selection of career/technical education furniture.  Auditorium/Theater Fixed Seating: A complete and comprehensive catalog selection of auditorium/theater fixed seating and related furniture.  Modular Walls: A complete and comprehensive catalog selection of modular wall systems.  Related Products, Support Services and Solutions: Related office interior products and design, “Quick Ship”, design and layout, fabric and color design services, installation, systems furniture reconfiguration, assessment tools, professional development, furniture leasing, asset management services, storage, buyback programs, furniture refurb and any other related products and services or solutions offered by the Company. Although this section reflects the needs and requirements of Region 4 ESC, OMNIA Partners Participating Agencies may have different requirements. The awarded vendor will have the ability to offer their comprehensive program, as it pertains to Furniture, Installation, or Related Services, nationally. Furniture, Installation, or Related Services may include products and services associated with items which OMNIA Partners Participating Agencies may elect to use. OMNIA Partners Participants will sign a supplemental or usage agreement with the awarded vendor substantially based on the terms and conditions of the Region 4 ESC contract. Participants may elect to negotiate certain terms to conform to their purchasing and contracting requirements. 8 of 369 II. CALENDAR OF EVENTS (ALL DATES ARE TENTATIVE AND SUBJECT TO CHANGE): Event Issue RFP Pre-proposal Conference Deadline for questions via email Issue Addenda (if required) Proposal Due Date Approval from Region 4 ESC Contract Effective Date Date November 7, 2019 November 21, 2019 December 2, 2019 December 4, 2019 December 11, 2019 February 25, 2020 March 1, 2020 9 of 369 III. INSTRUCTIONS TO OFFERORS 1. Key Definitions Contract: The legal agreement executed between Region 4 ESC and the awarded Offeror. A draft of the Contract is provided as Appendix A. Contractor: Any provider or seller of goods or services who, as a result of the competitive solicitation process, is awarded a Contract by Region 4 ESC. Days: calendar days Offeror: A supplier submitting a proposal in response to a solicitation. 2. Inquiries and Discrepancies: Questions regarding this solicitation must be submitted in writing to Crystal Wallace, Business Operations Specialist, at questions@esc4.net no later than Monday, December 2, 2019. All questions and answers will be posted to https://www.esc4.net/services/purchasing/region-4-omnia-solicitations. Offerors are responsible for viewing the website to review all questions and answers prior to submitting proposals. Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. 3. Restricted and Prohibited Communications with Region 4 ESC: During the period between the date Region 4 ESC issues this RFP and the selection of the Contractor by Region 4 ESC, if any, Offerors shall restrict all contact with Region 4 ESC and direct all questions regarding this RFP, including questions regarding terms and conditions, only to the individual identified above in section “Inquiries and Discrepancies” in the specified manner. Do not contact members of the Board of Directors, other employees of Region 4 ESC or any of Region 4 ESC’s agents or administrators. Contact with any of these prohibited individuals after issuance of this RFP and before selection is made, may result in disqualification of the Offeror. The communications prohibition shall terminate when the Contract is recommended by the administration, considered by the Board of Directors at a noticed public meeting, and the Contract has been awarded. In the event the Board of Directors refers the recommendation back to staff for reconsideration, the communications prohibition shall continue. Additionally, during the time period between the award of the Contract by the Board of Directors and the execution of the Contract, Offerors shall not engage in any prohibited communications as described in this section. Prohibited communications includes direct contact, discussion, or promotion of any Offeror’s response with any member of Region 4 ESC’s Board of Directors or employees except for communications with Region 4 ESC’s designated representative as set forth in this RFP and only in the course of inquiries, briefings, interviews, or presentations. This prohibition is intended to create a level playing field for all potential Offerors, assure that decisions are made in public, and to protect the integrity of the RFP process. Except as provided in the above stated exceptions, the following communications regarding this RFP are prohibited: • Communications between a potential Offeror, Offeror, their lobbyist or consultant and any member of Region 4 ESC’s Board of Directors; • Communications between any Region 4 ESC Director and any member of a selection or evaluation committee; and • Communications between any Region 4 ESC Director and administrator or employee. The communications prohibition shall not apply to the following: 10 of 369 • Communications with Region 4 ESC’s purchasing staff specifically named and authorized to conduct and receive such communications under this RFP or upon the request of Region 4 ESC, with Region 4 ESC’s legal counsel; and • Presentations made to the Board of Directors during any duly noticed public meeting. Nothing contained herein shall prohibit any person or entity from publicly addressing Region 4 ESC’s Board of Directors during any duly noticed public meeting, in accordance with applicable Board policies, on a matter other than this RFP or in connection with a presentation requested by Region 4 ESC’s representatives. 4. Current products: Proposals shall be for new materials and equipment in current production and marketed to the general public, education and government agencies at the time the proposal is submitted. 5. Proposal Format: Proposals must contain two (2) bound and signed original copies of the solicitation, and two (2) electronic copies on flash drives shall be provided. Offeror must also submit two (2) electronic proposals free of propriety information to be posted, if awarded a Contract. Only sealed responses will be accepted. Faxed or electronically transmitted responses will not be accepted. Sealed responses may be submitted on any or all items, unless stated otherwise. Responses must be provided in a three-ring binder or report cover using 8.5 x 11 paper clearly identified with the name of the Offeror’s company and the solicitation name and number on both the outside front cover and vertical spine. Tabs should be used to separate the proposal into sections. The following items identified must be included behind the tabs listed below. Each section should contain both the section of the RFP referenced and the Offeror’s response to that section. Offerors failing to organize in the manner listed may be considered non-responsive and may not be evaluated. 6. Binder Tabs: Tab 1 – Draft Contract and Offer and Contract Signature Form (Appendix A) a. Terms and Conditions Acceptance Form (Appendix B) Tab 2 – Products/Pricing Tab 3 – Performance Capability a. OMNIA Partners documents (Appendix D) Tab 4 – Qualification and Experience a. References Tab 5 – Value Add Tab 6 – Additional Required Documents (Appendix C) 11 of 369 a. Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy (Appendix C, Doc #1) b. Antitrust Certification Statement (Tex. Government Code § 2155.005) (Appendix C, Doc #2) c. Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) (Appendix C, Doc #3) d. Texas Government Code 2270 Verification Form (Appendix C, Doc #4) e. Any additional agreements Offeror will require Participating Agencies to sign 7. Additional Agreements: If an Offeror requires additional agreements, a copy of the proposed agreement must be included with the proposal. 8. Open Records Policy: Proposals submitted in response to this RFP become a matter of public record subject to release after Contracts are executed. If an Offeror believes its response, or parts of its response, may be exempt from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, the Offeror must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s). Offeror must provide this information on the “Acknowledgement and Acceptance of Region 4 ESC’s Open Records Policy” (Appendix C, Doc #1). Any unmarked information will be considered public information and released, if requested under the Public Information Act. Price is not confidential and will not be withheld. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror or Contractor. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. After completion of award, these documents will be available for public inspection. 9. Disclosures: By signing the Offer and Contract Signature Form, Offeror affirms: a) Offeror has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this proposal and any subsequent Contract. Offerors must include a complete description of any and all relationships that might be considered a conflict of interest in doing business with Region 4 ESC. b) To the best of Offeror’s knowledge, the proposal has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other Offerors or potential Offerors in the award of a Contract resulting from this RFP. c) Offeror is not currently delinquent in the payment of any franchise taxes. 12 of 369 d) The individual signing the submittal is an authorized agent for the Offeror and has the authority to bind the Offeror to the Contract. 10. Waiver: By submitting a proposal, Offeror expressly agrees to waive any claim it has or may have against Region 4 ESC, its directors, officers, its trustees, or agents arising out of or in connection with (1) the administration, evaluation, recommendation of any proposal; (2) any requirements under the solicitation, proposal package, or related documents; (3) the rejection of any proposal or any part of any proposal; and/or (4) the award of a Contract, if any. Region 4 ESC shall not be responsible or liable for any costs incurred by Offerors or the successful Offeror in connection with responding to the RFP, preparing for oral presentations, preparing and submitting a proposal, entering or negotiating the terms of a Contract, or any other expenses incurred by an Offeror. The Offeror is wholly responsible for any such costs and expenses and shall not be reimbursed in any manner by Region 4 ESC. 11. Conditions of Submitting Proposal: Submission of a proposal confers no right on an Offeror to an award or Contract. Region 4 ESC, in its sole discretion and for any reason or no reason, reserves the rights to reject any or all proposals, accept only a part of any proposal, accept the proposal deemed most advantageous to Region 4 ESC, and waive any technicalities. The issuance of this RFP does not obligate Region 4 ESC to make an award or negotiate or execute a Contract. Prior to submission due date and time, Region 4 ESC reserves the right to amend the terms and provisions of the RFP, extend the deadline for submission of proposals, or withdraw the RFP entirely for any reason solely at Region 4 ESC’s discretion. A proposal may be rejected if it fails to meet any requirement of this RFP. 12. Mailing of Proposals: All proposals submitted in response to the solicitation must be clearly identified as listed below with the solicitation number, title, name and address of the company responding. All packages must be clearly identified as listed below, sealed and delivered to the Region 4 ESC office no later than the submittal deadline assigned for this solicitation. From_____________________________________________________ Company__________________________________________________ Address___________________________________________________ City, State, Zip _____________________________________________ Solicitation Name and Number ___________Due Date and Time______ 13. Amendment of Proposal: A proposal may be amended prior to the time of opening by submitting a sealed letter to the location indicated on the front page of this solicitation. 14. Withdrawal of Proposals: Withdrawal of proposals prior to the opening date will be permitted by a written letter or electronic mail from the Offeror. Telephonic or oral withdrawals shall not be considered. After the opening date consideration may be given in cases where Offeror advises that it made a clerical error that is substantially lower than it intended. In such case, Offeror must provide written notice of their desire to withdraw, along with supporting documents, within 3 business days of receiving the acceptance letter or of being requested by Region 4 ESC for clarification of the proposal, whichever is later. Any Contract entered into prior to Region 4 ESC receiving notice must be honored. No Offeror should assume their 13 of 369 withdrawal request has been accepted unless, and until, they receive written acknowledgment and acceptance of their proposal withdrawal. 15. Offer and Acceptance Period: In order to allow for an adequate evaluation, Region 4 ESC requires a proposal in response to this RFP to be valid and irrevocable for one-hundred twenty (120) days after the proposal due date and time. 16. Non-Responsive Proposals: All proposals will be reviewed for responsiveness to the material requirements of the solicitation. A proposal that is not materially responsive shall not be eligible for further consideration for award of the Contract, and the Offeror shall receive notice of the non-award of its proposal. 17. Discussions: Region 4 ESC reserves the right to conduct discussion with Offerors for the purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the proposal in order to clarify a proposal and assure full understanding of, and responsiveness to, the RFP requirements. 18. Negotiations: In the event Region 4 ESC decides to conduct negotiations, exclusive or concurrent negotiations may be conducted with Offerors reasonably susceptible for award. During the course of negotiations, no Offeror’s proposal, including pricing, shall be revealed to any other Offeror or to any other person who is not involved with the evaluation process. Exclusive or concurrent negotiations shall not constitute a Contract award, nor shall it confer any property rights to the successful Offeror. In the event Region 4 ESC deems negotiations are not progressing, Region 4 ESC may formally terminate these negotiations and may enter into subsequent exclusive or concurrent negotiations with the next most qualified Offeror(s). 19. Best and Final Offer: Region 4 ESC, in its sole discretion, may request Offerors reasonably susceptible for award to submit a Best and Final Offer. Offerors must submit their Best and Final Offers in writing. If an Offeror does not respond to the request for a Best and Final Offer, that Offeror’s most recent prior submission will be considered its Best and Final Offer. 20. Specifications: When a solicitation contains a specification that states no substitutions, no deviation from this requirement will be permitted. Offeror must comply with the true intent of the specifications and drawings and not take advantage of any unintentional error or omission. In cases where no type and kind of product is specified, specifications have been developed to indicate minimal standards as to the usage, materials, and contents based on the needs of the members. References to manufacturer’s specifications (“Design Guides”), when used by Region 4 ESC, are to be considered informative to give the Offeror information as to the general style, type and kind requested. Responses proposing goods, materials or equipment regularly produced by a reputable manufacturer shall be evaluated by Region 4 ESC which will, in its sole discretion, determine whether such proposed goods, materials or equipment are substantially equivalent to the Design Guides, considering quality, workmanship, economy of operation, and suitability for the purpose intended. Offerors should include all documentation required to evaluate whether or not their proposed goods, materials or equipment are substantially equivalent to the Design Guides. 21. Quality of Materials or Services: Offeror shall state the brand name and number of the materials being provided. If none is indicated, it is understood that the Offeror is proposing the exact brand name and number specified or mentioned in the solicitation. However, unless specifically stated otherwise, comparable substitutions will be permitted in cases where the material is equal to that specified, considering quality, workmanship, economy of operation and suitability for the purpose intended. 14 of 369 22. Samples: Upon request, samples shall be furnished, free of cost, within seven (7) days after receiving notice of such request. By submitting the proposal Offeror certifies that all materials conform to all applicable requirements of this solicitation and of those required by law. Offeror agrees to bear the costs for laboratory testing, if results show the sample does not comply with solicitation requirements. Submissions may no longer be considered for failing to submit samples as requested. 23. Formation of Contract: A response to this solicitation is an offer to contract with Region 4 ESC based upon the terms, conditions, scope of work, and specifications contained in this request. A solicitation does not become a Contract until it is awarded by Region 4 ESC. A Contract is formed when Region 4 ESC’s board signs the Offer and Contract Signature Form. The signed Offer and Contract Signature Form provided with the RFP response eliminates the need for a formal signing process. 24. Multiple Awards: Region 4 ESC reserves the right to award Contract(s) to multiple Offerors. The decision to award multiple Contracts, award only one Contract, or to make no awards rests solely with Region 4 ESC. 25. Non-Exclusive: Any Contract resulting from this solicitation shall be awarded with the understanding and agreement it is for the sole convenience and benefit of Region 4 ESC. Region 4 ESC reserves the right to obtain like goods and services from other sources. 26. Protest Procedure: Any protest of an award or proposed award must be filed in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm Central Time. No protest shall lie for a claim that the selected Offeror is not a responsible Offeror. Protests shall be filed with Robert Zingelmann, Chief Financial Officer, Finance and Operations Services, and sent to the Region 4 ESC office at: 7145 West Tidwell Road, Houston, TX 77092. Protests shall include the following: a) Name, address and telephone number of protester; b) Original signature of protester or its representative; c) Identification of the solicitation by RFP number; d) Detailed statement of legal and factual grounds including copies of relevant documents; and e) the form of relief requested. Any protest review and action shall be considered final with no further formalities being considered. 15 of 369 IV.EVALUATION PROCESS AND CRITERIA 1.A committee will review and evaluate all responses and make a recommendation for award of Contract(s). The recommendation for Contract awards will be based on the predetermined criteria factors outlined in this section, where each factor is assigned a point value based on its importance. In evaluating the responses, the following predetermined criteria is considered: a)Products/Pricing (40 Points) b)Performance Capability (30 Points) c)Qualification and Experience (20 Points) d)Value Add (10 Points) 2.Offeror’s proposal should, at a minimum, include the following for Region 4 ESC’s evaluation: a) Products/Services/Pricing i.Offerors shall provide pricing based on a discount from a manufacturer’s price list or catalog, or fixed price, or a combination of both with indefinite quantities. Prices listed will be used to establish the extent of a manufacturer’s product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, those different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. ii.Include an electronic copy of the catalog from which discount, or fixed price, is calculated. Electronic price lists must contain the following: (if applicable) •Manufacturer part # •Offeror’s Part # (if different from manufacturer part #) •Description •Manufacturers Suggested List Price and Net Price •Net price to Region 4 ESC (including freight) Media submitted for price list must include the Offerors’ company name, name of the solicitation, and date on a Flash Drive (i.e. Pin or Jump Drives). iii.Is pricing available for all products and services? i.Please provide pricing for services based on a range, from minimum price per hour to maximum price per hour, with a not to exceed on the maximum price per hour charge. iv.Describe any shipping charges. i.Describe delivery charges along with definitions for: 1.Dock Delivery 2.Inside Delivery 3.Deliver and Install v.Provide pricing for warranties on all products and services. vi.Describe any return and restocking fees. 16 of 369 vii.Describe any additional discounts or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. viii.Describe how customers verify they are receiving Contract pricing. ix.Describe payment methods offered. x.Propose the frequency of updates to the Offeror’s pricing structure. Describe any proposed indices to guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. xi.Describe how future product introductions will be priced and align with Contract pricing proposed. xii.Provide any additional information relevant to this section. Not to Exceed Pricing. Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. b)Performance Capability i.Include a detailed response to Appendix D, Exhibit A, OMNIA Partners Response for National Cooperative Contract. Responses should highlight experience, demonstrate a strong national presence, describe how Offeror will educate its national sales force about the Contract, describe how products and services will be distributed nationwide, include a plan for marketing the products and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners. ii.The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA Partners Administration Agreement prior to Contract award. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror’s response should include any proposed exceptions to OMNIA Partners Administration Agreement on Appendix B, Terms and Conditions Acceptance Form. iii.Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. New Jersey Business Compliance. See Tab 3 document 2 Performance Capability for detailed answers to the following: iv.Describe how Offeror responds to emergency orders. Via a 12 day Quickship Program v.What is Offeror’s average Fill Rate? 98-99% vi.What is Offeror’s average on time delivery rate? Describe Offeror’s history of meeting the shipping and delivery timelines. 99% vii.Describe Offeror’s return and restocking policy. All returns require prior authorization and may incur a 25% restocking fee plus freight costs. Tab 3 document 2 offers additional details. viii.Describe Offeror’s ability to meet service and warranty needs. See Tab 3 item 2 ix.Describe Offeror’s customer service/problem resolution process. Include hours of operation, number of services, etc.17 of 369 x.Describe Offeror’s invoicing process. Include payment terms and acceptable methods of payments. Offerors shall describe any associated fees pertaining to credit cards/p-cards. xi.Describe Offeror’s contract implementation/customer transition plan. xii.Describe the financial condition of Offeror. xiii.Provide a website link in order to review website ease of use, availability, and capabilities related to ordering, returns and reporting. Describe the website’s capabilities and functionality. xiv.Describe the Offeror’s safety record. xv.Provide any additional information relevant to this section. c)Qualification and Experience i.Provide a brief history of the Offeror, including year it was established and corporate office location. ii.Describe Offeror’s reputation in the marketplace. iii.Describe Offeror’s reputation of products and services in the marketplace. iv.Describe the experience and qualification of key employees. v.Describe Offeror’s experience working with the government sector. vi.Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors. vii.Provide a minimum of 10 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. viii.Provide any additional information relevant to this section. ci)Value Add i.Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. cii)Competitive Range: It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. ciii)Past Performance: An Offeror’s past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror’s history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror’s businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. civ)Additional Investigations: Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. 18 of 369 APPENDIX A DRAFT CONTRACT This Contract (“Contract”) is made as of __________, 2020 by and between (“Contractor”) and Region 4 Education Service Center (“Region 4 ESC”) for the purchase of ___________________________________________(“the products and services”). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number R______ for _______ (“RFP”), to which Contractor provided a response (“Proposal”); and WHEREAS, Region 4 ESC selected Contractor’s Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”) may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. 1)Term of agreement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC’s intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days’ (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. 19 of 369 3) Form of Contract. The form of Contract shall be the RFP, the Offeror’s proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror’s Best and Final Offer iii. Offeror’s proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor’s pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non-Performance or Contractor Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; 20 of 369 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. i) Additional Delivery/Installation Charges: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. d) Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. 21 of 369 e)Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12)Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor’s license(s) expire, lapse, are suspended or terminated. 13)Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14)Delivery. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15)Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16)Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17)Price Adjustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18)Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such 22 of 369 purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor’s pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor’s pricing at Contractor’s sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third- party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC’s discretion. Contractor must identify any additional costs associated with compliance of this 23 of 369 term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smoking. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Funding Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC’s current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obligations. It is Contractor’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws 24 of 369 while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34)Tariff Surcharges: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. 25 of 369 OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. Company Name Address City/State/Zip Telephone No. Email Address Printed Name Title Authorized signature Accepted by Region 4 ESC: Contract No. ______________ Initial Contract Term to Region 4 ESC Authorized Board Member Date Print Name Region 4 ESC Authorized Board Member Date Print Name 26 of 369 Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses:  Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.)  Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror’s proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Specification Exception/Proposed Modification Accepted (For Region 4 ESC’s use) 27 of 369 Appendix C ADDITIONAL REQUIRED DOCUMENTS DOC #1 Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy DOC #2 Antitrust Certification Statements (Tex. Government Code § 2155.005) DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) DOC #4 Texas Government Code 2270 Verification Form 28 of 369 Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC’s OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC’s Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy below:  We acknowledge Region 4 ESC’s Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act.  We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) Date Authorized Signature & Title 29 of 369 Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.005) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: 1.I am duly authorized to execute this Contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; 2.In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; 3.In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and 4.Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company Contact Signature Printed Name Address Position with Company Official Authorizing Proposal Signature Phone Printed Name Fax Position with Company 30 of 369 Appendix C, DOC # 3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission’s website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016, the commission made available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form. The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission’s filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract. This process is known as acknowledging the certificate. The commission will post the acknowledged Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. The posted acknowledged form does not contain the declaration of signature information provided by the business. A certificate will stay in the pending state until it is acknowledged by the governmental agency. Only acknowledged certificates are posted to the commission’s website. Electronic Filing Application: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Frequently Asked Questions: https://www.ethics.state.tx.us/resources/FAQs/FAQ Form1295.php Changes to Form 1295: https://www.ethics.state.tx.us/data/filinginfo/1295Changes.pdf 31 of 369 Appendix C, DOC # 4 Texas Government Code 2270 Verification Form House Bill 89 (85R Legislative Session), which adds Chapter 2270 to the Texas Government Code, provides that a governmental entity may not enter into a contract with a company without verification that the contracting vendor does not and will not boycott Israel during the term of the contract. Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the Texas Comptroller. I, ___________________________________________________, as an authorized representative of _____________________________________________________________, a contractor engaged by Insert Name of Company Region 4 Education Service Center, 7145 West Tidwell Road, Houston, TX 77092, verify by this writing that the above-named company affirms that it (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract, or any contract with the above-named Texas governmental entity in the future. Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at https://comptroller.texas.gov/purchasing/docs/foreign-terrorist.pdf. I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above-named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above-named Texas governmental entity. I swear and affirm that the above is true and correct. ______________________________________________ ________________ Signature of Named Authorized Company Representative Date 32 of 369 Appendix D REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT TO BE ADMINISTERED BY OMNIA PARTNERS, PUBLIC SECTOR The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier’s review and response. Exhibit A – RESPONSE FOR NATIONAL COOPERATIVE CONTRACT Exhibit B – ADMINISTRATION AGREEMENT, EXAMPLE Exhibit C – MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE Exhibit D – PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE Exhibit E – CONTRACT SALES REPORTING TEMPLATE Exhibit F – FEDERAL FUNDS CERTIFICATIONS Exhibit G – NEW JERSEY BUSINESS COMPLIANCE Exhibit H – ADVERTISING COMPLIANCE REQUIREMENT 33 of 369 EXHIBIT A RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Supplier and OMNIA Partners, Public Sector. 1.1 Requirement Region 4 ESC, (hereinafter defined and referred to as “Principal Procurement Agency”), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), is requesting proposals for Furniture, Installation, and Related Services. The intent of this Request for Proposal is any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal (“Master Agreement”) be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners, Public Sector’s cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, Public Sector, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners, Public Sector as a Participating Public Agency in OMNIA Partners, Public Sector’s cooperative purchasing program. Registration with OMNIA Partners, Public Sector as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, Public Sector, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners, Public Sector. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, Public Sector, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., 34 of 369 incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state. This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA Partners, Public Sector’s requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through OMNIA Partners, Public Sector. These requirements are incorporated into and are considered an integral part of this RFP. OMNIA Partners, Public Sector reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this RFP acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners, Public Sector to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners, Public Sector intends to provide marketing, sales, partnership development and administrative support for Supplier pursuant to this section that directly promotes the Supplier’s products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. OMNIA Partners will assign the Supplier a Director of Partner Development who will serve as the main point of contact for the Supplier and will be responsible for managing the overall relationship between the Supplier and OMNIA Partners. The Director of Partner Development will work with the Supplier to develop a comprehensive strategy to promote the Master Agreement and will connect the Supplier with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners, Public Sector marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A.Marketing collateral (print, electronic, email, presentations) B.Website C.Trade shows/conferences/meetings D.Advertising E. Social Media The OMNIA Partners, Public Sector sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A.Individual sales calls B.Joint sales calls 35 of 369 C.Communications/customer service D.Training sessions for Public Agency teams E.Training sessions for Supplier teams The OMNIA Partners, Public Sector contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A.Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B.Training sessions for Public Agency teams C.Training sessions for Supplier teams D.Regular business reviews to monitor program success E.General contract administration Suppliers are required to pay an administrative fee of three percent (3%) of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the OMNIA Partners, Public Sector Administration Agreement (Exhibit B). 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $275 million annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, Public Sector, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and OMNIA Partners, Public Sector. 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will, at OMNIA Partners, Public Sector’s option, be the basis of award on a national level through OMNIA Partners, Public Sector. If multiple Suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same Suppliers will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency (e.g. governing law) are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and OMNIA Partners, Public Sector shall agree without being in conflict with the Master Agreement. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). It shall be the responsibility of the Supplier to comply, when 36 of 369 applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to OMNIA Partners, Public Sector). All purchase orders issued and accepted by the Supplier may survive expiration or termination of the Master Agreement. Participating Agencies’ purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Supplier is responsible for reporting all sales and paying the applicable administrative fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through OMNIA Partners, Public Sector’s cooperative program: A.Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B.Establish the Master Agreement as the Supplier’s primary go to market strategy to Public Agencies nationwide; C.Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier’s need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D.Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners, Public Sector designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier’s executive management, (2) the Master 37 of 369 Agreement is Supplier's primary “go to market” strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners, Public Sector and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners, Public Sector nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners, Public Sector in accordance with the OMNIA Partners, Public Sector Administration Agreement. Supplier also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier’s qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. 3.1 Company A.Brief history and description of Supplier. B.Total number and location of sales persons employed by Supplier. C.Number and location of support centers (if applicable) and location of corporate office. D.Annual sales for the three previous fiscal years. E.Submit FEIN and Dunn & Bradstreet report. F.Describe any green or environmental initiatives or policies. 38 of 369 G.Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. H.Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. I.Describe how supplier differentiates itself from its competitors. J.Describe any present or past litigation, bankruptcy or reorganization involving supplier. K.Felony Conviction Notice: Indicate if the supplier a.is a publicly held corporation and this reporting requirement is not applicable; b.is not owned or operated by anyone who has been convicted of a felony; or c.is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. L.Describe any debarment or suspension actions taken against supplier 3.2 Distribution, Logistics A.Describe the full line of products and services offered by supplier. B.Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. C.Describe how Participating Agencies are ensure they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. D.Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. E.Provide the number, size and location of Supplier’s distribution facilities, warehouses and retail network as applicable. 3.3 Marketing and Sales A.Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier’s primary go to market strategy for Public Agencies to supplier’s teams nationwide, to include, but not limited to: i.Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days 39 of 369 ii.Training and education of Supplier’s national sales force with participation from the Supplier’s executive leadership, along with the OMNIA Partners, Public Sector team within first 90 days B.Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i.Creation and distribution of a co-branded press release to trade publications ii.Announcement, Master Agreement details and contact information published on the Supplier’s website within first 90 days iii.Design, publication and distribution of co-branded marketing materials within first 90 days iv.Commitment to attendance and participation with OMNIA Partners, Public Sector at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v.Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners, Public Sector for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners, Public Sector. vi.Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii.Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii.Dedicated OMNIA Partners, Public Sector internet web-based homepage on Supplier’s website with: •OMNIA Partners, Public Sector standard logo; •Copy of original Request for Proposal; •Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; •Summary of Products and pricing; •Marketing Materials •Electronic link to OMNIA Partners, Public Sector’s website including the online registration page; •A dedicated toll-free number and email address for OMNIA Partners, Public Sector 40 of 369 C.Describe how Supplier will transition any existing Public Agency customers’ accounts to the Master Agreement available nationally through OMNIA Partners, Public Sector. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. D.Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public Sector and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners, Public Sector logo will require permission for reproduction, as well. E.Confirm Supplier will be proactive in direct sales of Supplier’s goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners, Public Sector. All sales materials are to use the OMNIA Partners, Public Sector logo. At a minimum, the Supplier’s sales initiatives should communicate: i.Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii.Best government pricing iii.No cost to participate iv.Non-exclusive F.Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i.Key features of Master Agreement ii.Working knowledge of the solicitation process iii.Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners, Public Sector iv.Knowledge of benefits of the use of cooperative contracts G.Provide the name, title, email and phone number for the person(s), who will be responsible for: i.Executive Support ii.Marketing iii.Sales iv.Sales Support v.Financial Reporting vi.Accounts Payable vii.Contracts H.Describe in detail how Supplier’s national sales force is structured, including contact information for the highest-level executive in charge of the sales team. 41 of 369 I.Explain in detail how the sales teams will work with the OMNIA Partners, Public Sector team to implement, grow and service the national program. I.Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. J.State the amount of Supplier’s Public Agency sales for the previous fiscal year. Provide a list of Supplier’s top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. K.Describe Supplier’s information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. M.Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement (“Guaranteed Contract Sales”). $_______.00 in year one $_______.00 in year two $_______.00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. M.Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i.Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners, Public Sector). ii.If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners, Public Sector under the Master Agreement. iii.Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners, Public Sector). iv.If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Detail Supplier’s strategies under these options when responding to a solicitation. 42 of 369 EXHIBIT B ADMINISTRATION AGREEMENT, EXAMPLE ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this “Agreement”) is made this ___ day of ______ 20___, between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), and ________________ (“Supplier”). RECITALS WHEREAS, the ___________________ (the “Principal Procurement Agency”) has entered into a Master Agreement effective _________________, Agreement No_______, by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the “Master Agreement”), as attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, for the purchase of _____________________ (the “Product”); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (collectively, “Public Agencies”), that register (either via registration on the OMNIA Partners, Public Sector website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a “Participating Public Agency”) may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners, Public Sector to Public Agencies; WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners, Public Sector and Supplier. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby agree as follows: DEFINITIONS 1.Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. 43 of 369 TERMS AND CONDITIONS 2.The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier’s response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3.OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier’s obligation to obtain appropriate insurance. 4.OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its capacity as the contract administrator under the Master Agreement. 5.With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i) construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners, Public Sector makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6.OMNIA Partners, Public Sector shall not be responsible for Supplier’s performance under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC SECTOR’S PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 8.This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3 – 8 and 12 – 23, hereof and the 44 of 369 indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. 9.Supplier’s failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to terminate this Agreement, at OMNIA Partners, Public Sector’s sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. NATIONAL PROMOTION 10.OMNIA Partners, Public Sector and Supplier shall publicize and promote the availability of the Master Agreement’s products and services to Public Agencies and such agencies’ employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector), or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency’s first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11.Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless OMNIA Partners, Public Sector for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other party a limited, revocable, non-transferable, non-sublicensable right to use such party’s logo (each, the “Logo”) solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party’s Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party’s Logo. Notwithstanding the foregoing, the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party’s Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party’s Logo. ADMINISTRATIVE FEE, REPORTING & PAYMENT 12.An “Administrative Fee” shall be defined and due to OMNIA Partners, Public Sector from Supplier in the amount of three percent (3%) (“Administrative Fee Percentage”) multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereof) (“Contract Sales”). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency’s Contract Sales. 45 of 369 13.Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C (“Contract Sales Report”), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector by the 10 day of the following month. Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’s sole discretion. 14.Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public Sector at the frequency and on the due date stated in Section 13, above, for Supplier’s submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’s sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15.Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA Partners, Public Sector’s sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public Sector may engage a third party to conduct an independent audit of Supplier’s monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public Sector. In the event an underreporting of Contract Sales and a resulting underpayment of Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners, Public Sector’s reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners, Public Sector’s costs and expenses related to such audit. GENERAL PROVISIONS 16.This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail. 17.If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be entitled to reasonable attorney’s fees and costs in addition to any other relief to which it may be entitled. 18.This Agreement and OMNIA Partners, Public Sector’s rights and obligations hereunder may be assigned at OMNIA Partners, Public Sector’s sole discretion to an affiliate of OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of 46 of 369 OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners, Public Sector. 19.All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A.OMNIA Partners, Public Sector: OMNIA Partners, Public Sector Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 B.Supplier: ____________________ ____________________ ____________________ ____________________ 20.If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 21.This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22.This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23.This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24.This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever. 47 of 369 [INSERT SUPPLIER ENTITY NAME] NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR Signature Signature Sarah Vavra Name Name Sr. Vice President, Public Sector Contracting Title Title Date Date 48 of 369 EXHIBIT C MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners, Public Sector”) to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1.Each party will facilitate the cooperative procurement of Products. 2. The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. 49 of 369 3.The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4.The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5.The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6.The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7.The Participating Public Agencies (each a “Procuring Party”) that procure Products through any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8.The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9.The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES 50 of 369 THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11.This Agreement shall remain in effect until termination by either party giving thirty (30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive any such termination. 12.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR AND/OR COMMUNITIES PROGRAM MANAGEMENT, LLC, A CALIFORNIA LIMITED LIABILITY COMPANY D/B/A U.S. COMMUNITIES Authorized Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title and Agency Name Title Date Date 51 of 369 EXHIBIT D PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), [NAME OF PPA] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as _____________ of and on behalf of [NAME OF PPA] (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date 52 of 369 EXHIBIT E CONTRACT SALES REPORTING TEMPLATE 53 of 369 EXHIBIT F FEDERAL FUNDS CERTIFICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non–Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non–Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non–Federal entity that, consistent with 31 U.S.C. 6302–6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass-through entity to the non–Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass-through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non–Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: (1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or (2) An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; (iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non–Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability; or (2) The cost-reimbursement contract under the Federal Acquisition Regulations that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost- reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non–Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; (b) Is not organized primarily for profit; and 54 of 369 (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non–Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non–Federal entity during the same or a future period. Pass-through entity means a non–Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non–Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non–Federal entity may purchase property or services using small purchase methods. Non–Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro-purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non–Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency’s subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 2 00 (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Does offeror agree? YES Initials of Authorized Representative of offeror (B)Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will beeffected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES Initials of Authorized Representative of offeror (C)Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet thedefinition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 55 of 369 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror (D)Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all primeconstruction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations(29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanicsat a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decisionto award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor orsubrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions. Does offeror agree? YES Initials of Authorized Representative of offeror (E)Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded bythe non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include aprovision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissibleprovided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to constructionwork and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission ofintelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES Initials of Authorized Representative of offeror (F)Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “fundingagreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a smallbusiness firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient mustcomply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and SmallBusiness Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. Does offeror agree? YES Initials of Authorized Representative of offeror 56 of 369 (G)Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), asamended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non - Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA) Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. Does offeror agree? YES Initials of Authorized Representative of offeror (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordancewith the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than ExecutiveOrder 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency. Does offeror agree? YES Initials of Authorized Representative of offeror (I)Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000must file the required certification. Each tier certifies to the tier above that it will not and has not used Federalappropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier mustalso disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1)No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. (3)The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Does offeror agree? YES Initials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that 57 of 369 offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS – 2 C.F.R. § 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror’s discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror’s personnel for the purpose of interview and discussion relating to such documents. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror’s Name: ____________________________________________________________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number:___________________________________ Fax Number: ______________________________________ Printed Name and Title of Authorized Representative:______________________________________________________________________ Email Address: ____________________________________________________________________________________________ Signature of Authorized Representative: ____________________________________Date: _____________________________ 58 of 369 EXHIBIT G NEW JERSEY BUSINESS COMPLIANCE NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror’s response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners, Public Sector’s ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: •all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; •Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; •Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and •Bid and Performance Security, as required by the applicable municipal or state statutes. 59 of 369 DOC #1 OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Street: City, State, Zip Code: Complete as appropriate: I _______________________________________, certify that I am the sole owner of ____________________________________, that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: I _______________________________________, a partner in___________________________, do hereby certify that the following is a list of all individual partners who own a 10% or greater interest therein. I further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10% or more of that corporation’s stock or the individual partners owning 10% or greater interest in that partnership. OR: I _______________________________________, an authorized representative of ______________________, a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10% or more of the corporation’s stock or the individual partners owning a 10% or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10% or more interest, indicate none.) Name Address Interest I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Date Authorized Signature and Title 60 of 369 DOC #2 NON-COLLUSION AFFIDAVIT Company Name: ________________________________________ Street: ________________________________________________ City, State, Zip Code:____________________________________ State of ________________________________________________ County of ______________________________________________ I, of the_______________________________________________ Name City in the County of ____________________________, State of _______________________________ of full age, being duly sworn according to law on my oath depose and say that: I am the _________________________of the firm of _____________________________________ Title Company Name the Offeror making the Proposal for the goods, services or public work specified under the attached proposal, and that I executed the said proposal with full authority to do so; that said Offeror has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above proposal, and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that relies upon the truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Company Name Authorized Signature & Title Subscribed and sworn before me this ______ day of ______________, 20____ __________________________________________ Notary Public of ______________________ My commission expires ______________ , 20____ SEAL DOC #3 61 of 369 AFF IRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Street: City, State, Zip Code: Proposal Certification: Indicate below company’s compliance with New Jersey Affirmative Action regulations. Company’s proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1.A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2.A photo copy of their Certificate of Employee Information Report OR 3.A complete Affirmative Action Employee Information Report (AA302) __________ Public Work – Over $50,000 Total Project Cost: A.No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the B.Approved Federal or New Jersey Plan – certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. ____________________ _________________________________ Date Authorized Signature and Title 62 of 369 DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these 63 of 369 regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). ________________________________________________ Signature of Procurement Agent 64 of 369 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/lfns 2006.html). Please refer back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational. 1.The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a “fair and open” process (N.J.S.A. 19:44A-20.7). 2.Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3.The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4.The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a.The Division has prepared model disclosure forms for each county. They can be downloaded from the “County PCD Forms” link on the Pay-to-Play web site at http://www nj.gov/dca/divisions/dlgs/programs/lpcl html#12. They will be updated from time-to-time as necessary. b.A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based, they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c.Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropriate and should be accepted. d.The form may be used “as-is”, subject to edits as described herein. e.The “Contractor Instructions” sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form; where that is not the case, the text should be edited accordingly. f.The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. 5.It is recommended that the contractor also complete a “Stockholder Disclosure Certification.” This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at http://www.nj.gov/dca/divisions/dlgs/resources/lfns 2006.html). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. 65 of 369 DOC #4, continued C.271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a “fair and open” process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: •any State, county, or municipal committee of a political party •any legislative leadership committee* •any continuing political committee (a k.a., political action committee) •any candidate committee of a candidate for, or holder of, an elective office: o of the public entity awarding the contract o of that county in which that public entity is located o of another public entity within that county o or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: •individuals with an “interest” ownership or control of more than 10% of the profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit •all principals, partners, officers, or directors of the business entity or their spouses •any subsidiaries directly or indirectly controlled by the business entity •IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, “a contribution by that person’s spouse or child, residing therewith, shall be deemed to be a contribution by the business entity.” [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor’s responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor’s submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. 66 of 369 *N.J.S.A. 19:44A-3(s): “The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the purpose of receiving contributions and making expenditures.” 67 of 369 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I – Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. _______________________ _______________________ ________________________ Signature Printed Name Title Part II – Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit.  Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount $ 68 of 369  Check here if the information is continued on subsequent page(s) 69 of 369 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY- BASED, CUSTOMIZABLE FORM. 70 of 369 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business:  I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR  I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: Partnership Corporation Sole Proprietorship Limited Partnership Limited Liability Corporation Limited Liability Partnership Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and sworn before me this ___ day of ___________, 2__. (Notary Public) My Commission expires: _________________________________ (Affiant) ________________________________ (Print name & title of affiant) (Corporate Seal) 71 of 369 DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 – 56(e) (3)), is listed on the Department of the Treasury’s List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 – 56(f). Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non-Involvement in Prohibited Activities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure investmentact.pdf. Offerors should submit the above form completed with their proposal. 72 of 369 DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. http://www.state.nj.us/treasury/revenue/forms/njreg.pdf 73 of 369 EXHIBIT H ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners, Public Sector and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii State of Massachusetts State of New Mexico State of South Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma State of Virginia State of Connecticut State of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada State of Pennsylvania State of West Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states / districts may be found at http://www.usa.gov/Agencies/State and Territories.shtml and https://www.usa.gov/local-governments. Certain Public Agencies and Political Subdivisions: 74 of 369 CITIES, TOWNS, VILLAGES AND BOROUGHS INCLUDING BUT NOT LIMITED TO: BAKER CITY GOLF COURSE, OR CITY OF ADAIR VILLAGE, OR CITY OF ASHLAND, OR CITY OF AUMSVILLE, OR CITY OF AURORA, OR CITY OF BAKER, OR CITY OF BATON ROUGE, LA CITY OF BEAVERTON, OR CITY OF BEND, OR CITY OF BOARDMAN, OR CITY OF BONANAZA, OR CITY OF BOSSIER CITY, LA CITY OF BROOKINGS, OR CITY OF BURNS, OR CITY OF CANBY, OR CITY OF CANYONVILLE, OR CITY OF CLATSKANIE, OR CITY OF COBURG, OR CITY OF CONDON, OR CITY OF COQUILLE, OR CITY OF CORVALLI, OR CITY OF CORVALLIS PARKS AND RECREATION DEPARTMENT, OR CITY OF COTTAGE GROVE, OR CITY OF DONALD, OR CITY OF EUGENE, OR CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CITY, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR CITY OF ST. PAUL, OR 75 of 369 CITY OF SULPHUR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR LEAGUE OF OREGON CITES THE CITY OF HAPPY VALLEY OREGON ALPINE, UT ALTA, UT ALTAMONT, UT ALTON, UT AMALGA, UT AMERICAN FORK CITY, UT ANNABELLA, UT ANTIMONY, UT APPLE VALLEY, UT AURORA, UT BALLARD, UT BEAR RIVER CITY, UT BEAVER, UT BICKNELL, UT BIG WATER, UT BLANDING, UT BLUFFDALE, UT BOULDER, UT CITY OF BOUNTIFUL, UT BRIAN HEAD, UT BRIGHAM CITY CORPORATION, UT BRYCE CANYON CITY, UT CANNONVILLE, UT CASTLE DALE, UT CASTLE VALLEY, UT CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CENTERFIELD, UT CENTERVILLE CITY CORPORATION, UT CENTRAL VALLEY, UT CHARLESTON, UT CIRCLEVILLE, UT CLARKSTON, UT CLAWSON, UT CLEARFIELD, UT CLEVELAND, UT CLINTON CITY CORPORATION, UT COALVILLE, UT CORINNE, UT CORNISH, UT COTTONWOOD HEIGHTS, UT DANIEL, UT DELTA, UT DEWEYVILLE, UT DRAPER CITY, UT DUCHESNE, UT EAGLE MOUNTAIN, UT EAST CARBON, UT ELK RIDGE, UT ELMO, UT ELSINORE, UT ELWOOD, UT 76 of 369 EMERY, UT ENOCH, UT ENTERPRISE, UT EPHRAIM, UT ESCALANTE, UT EUREKA, UT FAIRFIELD, UT FAIRVIEW, UT FARMINGTON, UT FARR WEST, UT FAYETTE, UT FERRON, UT FIELDING, UT FILLMORE, UT FOUNTAIN GREEN, UT FRANCIS, UT FRUIT HEIGHTS, UT GARDEN CITY, UT GARLAND, UT GENOLA, UT GLENDALE, UT GLENWOOD, UT GOSHEN, UT GRANTSVILLE, UT GREEN RIVER, UT GUNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH, UT HEBER CITY CORPORATION, UT HELPER, UT HENEFER, UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN, UT HOLLADAY, UT HONEYVILLE, UT HOOPER, UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDE PARK, UT HYRUM, UT INDEPENDENCE, UT IVINS, UT JOSEPH, UT JUNCTION, UT KAMAS, UT KANAB, UT KANARRAVILLE, UT KANOSH, UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM, UT LAKETOWN, UT LA VERKIN, UT LAYTON, UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT 77 of 369 LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT LYMAN, UT LYNNDYL, UT MANILA, UT MANTI, UT MANTUA, UT MAPLETON, UT MARRIOTT-SLATERVILLE, UT MARYSVALE, UT MAYFIELD, UT MEADOW, UT MENDON, UT MIDVALE CITY INC., UT MIDWAY, UT MILFORD, UT MILLVILLE, UT MINERSVILLE, UT MOAB, UT MONA, UT MONROE, UT CITY OF MONTICELLO, UT MORGAN, UT MORONI, UT MOUNT PLEASANT, UT MURRAY CITY CORPORATION, UT MYTON, UT NAPLES, UT NEPHI, UT NEW HARMONY, UT NEWTON, UT NIBLEY, UT NORTH LOGAN, UT NORTH OGDEN, UT NORTH SALT LAKE CITY, UT OAK CITY, UT OAKLEY, UT OGDEN CITY CORPORATION, UT OPHIR, UT ORANGEVILLE, UT ORDERVILLE, UT OREM, UT PANGUITCH, UT PARADISE, UT PARAGONAH, UT PARK CITY, UT PAROWAN, UT PAYSON, UT PERRY, UT PLAIN CITY, UT PLEASANT GROVE CITY, UT PLEASANT VIEW, UT PLYMOUTH, UT PORTAGE, UT PRICE, UT PROVIDENCE, UT PROVO, UT RANDOLPH, UT REDMOND, UT RICHFIELD, UT RICHMOND, UT RIVERDALE, UT 78 of 369 RIVER HEIGHTS, UT RIVERTON CITY, UT ROCKVILLE, UT ROCKY RIDGE, UT ROOSEVELT CITY CORPORATION, UT ROY, UT RUSH VALLEY, UT CITY OF ST. GEORGE, UT SALEM, UT SALINA, UT SALT LAKE CITY CORPORATION, UT SANDY, UT SANTA CLARA, UT SANTAQUIN, UT SARATOGA SPRINGS, UT SCIPIO, UT SCOFIELD, UT SIGURD, UT SMITHFIELD, UT SNOWVILLE, UT CITY OF SOUTH JORDAN, UT SOUTH OGDEN, UT CITY OF SOUTH SALT LAKE, UT SOUTH WEBER, UT SPANISH FORK, UT SPRING CITY, UT SPRINGDALE, UT SPRINGVILLE, UT STERLING, UT STOCKTON, UT SUNNYSIDE, UT SUNSET CITY CORP, UT SYRACUSE, UT TABIONA, UT CITY OF TAYLORSVILLE, UT TOOELE CITY CORPORATION, UT TOQUERVILLE, UT TORREY, UT TREMONTON CITY, UT TRENTON, UT TROPIC, UT UINTAH, UT VERNAL CITY, UT VERNON, UT VINEYARD, UT VIRGIN, UT WALES, UT WALLSBURG, UT WASHINGTON CITY, UT WASHINGTON TERRACE, UT WELLINGTON, UT WELLSVILLE, UT WENDOVER, UT WEST BOUNTIFUL, UT WEST HAVEN, UT WEST JORDAN, UT WEST POINT, UT WEST VALLEY CITY, UT WILLARD, UT WOODLAND HILLS, UT WOODRUFF, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH, LA 79 of 369 ASCENSION PARISH, LA, CLEAR OF COURT CADDO PARISH, LA CALCASIEU PARISH, LA CALCASIEU PARISH SHERIFF’S OFFICE, LA CITY AND COUNTY OF HONOLULU, HI CLACKAMAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR CLATSOP COUNTY, OR COLUMBIA COUNTY, OR COOS COUNTY, OR COOS COUNTY HIGHWAY DEPARTMENT, OR COUNTY OF HAWAII, OR CROOK COUNTY, OR CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COUNTY, OR JEFFERSON PARISH, LA JOSEPHINE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COUNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MULTNOMAH COUNTY SHERIFFS OFFICE, OR MULTNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CHARLES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SAINT TAMMANY PARISH, LA SHERMAN COUNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR UNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR 80 of 369 WEST BATON ROUGE PARISH, LA WHEELER COUNTY, OR YAMHILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF JUAB, UT COUNTY OF MILLARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PIUTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN JUAN, UT COUNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS, BOARDS, DISTRICTS, COMMISSIONS, COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES, RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: ADAIR R.F.P.D., OR ADEL WATER IMPROVEMENT DISTRICT, OR ADRIAN R.F.P.D., OR AGNESS COMMUNITY LIBRARY, OR AGNESS-ILLAHE R.F.P.D., OR AGRICULTURE EDUCATION SERVICE EXTENSION DISTRICT, OR ALDER CREEK-BARLOW WATER DISTRICT NO. 29, OR ALFALFA FIRE DISTRICT, OR ALSEA R.F.P.D., OR ALSEA RIVIERA WATER IMPROVEMENT DISTRICT, OR AMITY FIRE DISTRICT, OR ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR APPLE ROGUE DISTRICT IMPROVEMENT COMPANY, OR APPLEGATE VALLEY R.F.P.D. #9, OR ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT, OR ARCH CAPE SANITARY DISTRICT, OR ARNOLD IRRIGATION DISTRICT, OR ASH CREEK WATER CONTROL DISTRICT, OR ATHENA CEMETERY MAINTENANCE DISTRICT, OR AUMSVILLE R.F.P.D., OR AURORA R.F.P.D., OR AZALEA R.F.P.D., OR BADGER IMPROVEMENT DISTRICT, OR BAILEY-SPENCER R.F.P.D., OR BAKER COUNTY LIBRARY DISTRICT, OR BAKER R.F.P.D., OR BAKER RIVERTON ROAD DISTRICT, OR BAKER VALLEY IRRIGATION DISTRICT, OR BAKER VALLEY S.W.C.D., OR 81 of 369 BAKER VALLEY VECTOR CONTROL DISTRICT, OR BANDON CRANBERRY WATER CONTROL DISTRICT, OR BANDON R.F.P.D., OR BANKS FIRE DISTRICT, OR BANKS FIRE DISTRICT #13, OR BAR L RANCH ROAD DISTRICT, OR BARLOW WATER IMPROVEMENT DISTRICT, OR BASIN AMBULANCE SERVICE DISTRICT, OR BASIN TRANSIT SERVICE TRANSPORTATION DISTRICT, OR BATON ROUGE WATER COMPANY BAY AREA HEALTH DISTRICT, OR BAYSHORE SPECIAL ROAD DISTRICT, OR BEAR VALLEY SPECIAL ROAD DISTRICT, OR BEAVER CREEK WATER CONTROL DISTRICT, OR BEAVER DRAINAGE IMPROVEMENT COMPANY, INC., OR BEAVER SLOUGH DRAINAGE DISTRICT, OR BEAVER SPECIAL ROAD DISTRICT, OR BEAVER WATER DISTRICT, OR BELLE MER S.I.G.L. TRACTS SPECIAL ROAD DISTRICT, OR BEND METRO PARK AND RECREATION DISTRICT BENTON S.W.C.D., OR BERNDT SUBDIVISION W ATER IMPROVEMENT DISTRICT, OR BEVERLY BEACH WATER DISTRICT, OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BIG BEND IRRIGATION DISTRICT, OR BIGGS SERVICE DISTRICT, OR BLACK BUTTE RANCH DEPARTMENT OF POLICE SERVICES, OR BLACK BUTTE RANCH R.F.P.D., OR BLACK MOUNTAIN WATER DISTRICT, OR BLODGETT-SUMMIT R.F.P.D., OR BLUE MOUNTAIN HOSPITAL DISTRICT, OR BLUE MOUNTAIN TRANSLATOR DISTRICT, OR BLUE RIVER PARK & RECREATION DISTRICT, OR BLUE RIVER WATER DISTRICT, OR BLY R.F.P.D., OR BLY VECTOR CONTROL DISTRICT, OR BLY WATER AND SANITARY DISTRICT, OR BOARDMAN CEMETERY MAINTENANCE DISTRICT, OR BOARDMAN PARK AND RECREATION DISTRICT BOARDMAN R.F.P.D., OR BONANZA BIG SPRINGS PARK & RECREATION DISTRICT, OR BONANZA MEMORIAL PARK CEMETERY DISTRICT, OR BONANZA R.F.P.D., OR BONANZA-LANGELL VALLEY VECTOR CONTROL DISTRICT, OR BORING WATER DISTRICT #24, OR BOULDER CREEK RETREAT SPECIAL ROAD DISTRICT, OR BRIDGE R.F.P.D., OR BROOKS COMMUNITY SERVICE DISTRICT, OR BROWNSVILLE R.F.P.D., OR BUELL-RED PRAIRIE WATER DISTRICT, OR BUNKER HILL R.F.P.D. #1, OR BUNKER HILL SANITARY DISTRICT, OR BURLINGTON WATER DISTRICT, OR BURNT RIVER IRRIGATION DISTRICT, OR BURNT RIVER S.W.C.D., OR CALAPOOIA R.F.P.D., OR CAMAS VALLEY R.F.P.D., OR CAMELLIA PARK SANITARY DISTRICT, OR CAMMANN ROAD DISTRICT, OR CAMP SHERMAN ROAD DISTRICT, OR CANBY AREA TRANSIT, OR CANBY R.F.P.D. #62, OR CANBY UTILITY BOARD, OR CANNON BEACH R.F.P.D., OR CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR 82 of 369 CAPE FERRELO R.F.P.D., OR CAPE FOULWEATHER SANITARY DISTRICT, OR CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR CARMEL BEACH WATER DISTRICT, OR CASCADE VIEW ESTATES TRACT 2, OR CEDAR CREST SPECIAL ROAD DISTRICT, OR CEDAR TRAILS SPECIAL ROAD DISTRICT, OR CEDAR VALLEY - NORTH BANK R.F.P.D., OR CENTRAL CASCADES FIRE AND EMS, OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA CENTRAL LINCOLN P.U.D., OR CENTRAL OREGON COAST FIRE & RESCUE DISTRICT, OR CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CENTRAL OREGON IRRIGATION DISTRICT, OR CHAPARRAL WATER CONTROL DISTRICT, OR CHARLESTON FIRE DISTRICT, OR CHARLESTON SANITARY DISTRICT, OR CHARLOTTE ANN WATER DISTRICT, OR CHEHALEM PARK & RECREATION DISTRICT, OR CHEHALEM PARK AND RECREATION DISTRICT CHEMULT R.F.P.D., OR CHENOWITH WATER P.U.D., OR CHERRIOTS, OR CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT, OR CHILOQUIN VECTOR CONTROL DISTRICT, OR CHILOQUIN-AGENCY LAKE R.F.P.D., OR CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR CHR DISTRICT IMPROVEMENT COMPANY, OR CHRISTMAS VALLEY DOMESTIC WATER DISTRICT, OR CHRISTMAS VALLEY PARK & RECREATION DISTRICT, OR CHRISTMAS VALLEY R.F.P.D., OR CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS COUNTY FIRE DISTRICT #1, OR CLACKAMAS COUNTY SERVICE DISTRICT #1, OR CLACKAMAS COUNTY VECTOR CONTROL DISTRICT, OR CLACKAMAS RIVER WATER CLACKAMAS RIVER WATER, OR CLACKAMAS S.W.C.D., OR CLATSKANIE DRAINAGE IMPROVEMENT COMPANY, OR CLATSKANIE LIBRARY DISTRICT, OR CLATSKANIE P.U.D., OR CLATSKANIE PARK & RECREATION DISTRICT, OR CLATSKANIE PEOPLE'S UTILITY DISTRICT CLATSKANIE R.F.P.D., OR CLATSOP CARE CENTER HEALTH DISTRICT, OR CLATSOP COUNTY S.W.C.D., OR CLATSOP DRAINAGE IMPROVEMENT COMPANY #15, INC., OR CLEAN WATER SERVICES CLEAN WATER SERVICES, OR CLOVERDALE R.F.P.D., OR CLOVERDALE SANITARY DISTRICT, OR CLOVERDALE WATER DISTRICT, OR COALEDO DRAINAGE DISTRICT, OR COBURG FIRE DISTRICT, OR COLESTIN RURAL FIRE DISTRICT, OR COLTON R.F.P.D., OR COLTON WATER DISTRICT #11, OR COLUMBIA 911 COMMUNICATIONS DISTRICT, OR COLUMBIA COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR COLUMBIA DRAINAGE VECTOR CONTROL, OR COLUMBIA IMPROVEMENT DISTRICT, OR COLUMBIA R.F.P.D., OR COLUMBIA RIVER FIRE & RESCUE, OR COLUMBIA RIVER PUD, OR COLUMBIA S.W.C.D., OR 83 of 369 COLUMBIA S.W.C.D., OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVATION COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS FOREST PROTECTIVE ASSOCIATION COOS S.W.C.D., OR COQUILLE R.F.P.D., OR COQUILLE VALLEY HOSPITAL DISTRICT, OR CORBETT WATER DISTRICT, OR CORNELIUS R.F.P.D., OR CORP RANCH ROAD WATER IMPROVEMENT, OR CORVALLIS R.F.P.D., OR COUNTRY CLUB ESTATES SPECIAL WATER DISTRICT, OR COUNTRY CLUB WATER DISTRICT, OR COUNTRY ESTATES ROAD DISTRICT, OR COVE CEMETERY MAINTENANCE DISTRICT, OR COVE ORCHARD SEWER SERVICE DISTRICT, OR COVE R.F.P.D., OR CRESCENT R.F.P.D., OR CRESCENT SANITARY DISTRICT, OR CRESCENT WATER SUPPLY AND IMPROVEMENT DISTRICT, OR CROOK COUNTY AGRICULTURE EXTENSION SERVICE DISTRICT, OR CROOK COUNTY CEMETERY DISTRICT, OR CROOK COUNTY FIRE AND RESCUE, OR CROOK COUNTY PARKS & RECREATION DISTRICT, OR CROOK COUNTY S.W.C.D., OR CROOK COUNTY VECTOR CONTROL DISTRICT, OR CROOKED RIVER RANCH R.F.P.D., OR CROOKED RIVER RANCH SPECIAL ROAD DISTRICT, OR CRYSTAL SPRINGS WATER DISTRICT, OR CURRY COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR CURRY COUNTY PUBLIC TRANSIT SERVICE DISTRICT, OR CURRY COUNTY S.W.C.D., OR CURRY HEALTH DISTRICT, OR CURRY PUBLIC LIBRARY DISTRICT, OR DALLAS CEMETERY DISTRICT #4, OR DARLEY DRIVE SPECIAL ROAD DISTRICT, OR DAVID CROCKETT STEAM FIRE COMPANY #1, LA DAYS CREEK R.F.P.D., OR DAYTON FIRE DISTRICT, OR DEAN MINARD WATER DISTRICT, OR DEE IRRIGATION DISTRICT, OR DEER ISLAND DRAINAGE IMPROVEMENT COMPANY, OR DELL BROGAN CEMETERY MAINTENANCE DISTRICT, OR DEPOE BAY R.F.P.D., OR DESCHUTES COUNTY 911 SERVICE DISTRICT, OR DESCHUTES COUNTY R.F.P.D. #2, OR DESCHUTES PUBLIC LIBRARY DISTRICT, OR DESCHUTES S.W.C.D., OR DESCHUTES VALLEY WATER DISTRICT, OR DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR DEXTER R.F.P.D., OR DEXTER SANITARY DISTRICT, OR DORA-SITKUM R.F.P.D., OR DOUGLAS COUNTY FIRE DISTRICT #2, OR DOUGLAS S.W.C.D., OR DRAKES CROSSING R.F.P.D., OR DRRH SPECIAL ROAD DISTRICT #6, OR DRY GULCH DITCH DISTRICT IMPROVEMENT COMPANY, OR DUFUR RECREATION DISTRICT, OR DUMBECK LANE DOMESTIC WATER SUPPLY, OR DUNDEE R.F.P.D., OR DURKEE COMMUNITY BUILDING PRESERVATION DISTRICT, OR 84 of 369 EAGLE POINT IRRIGATION DISTRICT, OR EAGLE VALLEY CEMETERY MAINTENANCE DISTRICT, OR EAGLE VALLEY R.F.P.D., OR EAGLE VALLEY S.W.C.D., OR EAST FORK IRRIGATION DISTRICT, OR EAST MULTNOMAH S.W.C.D., OR EAST SALEM SERVICE DISTRICT, OR EAST UMATILLA CHEMICAL CONTROL DISTRICT, OR EAST UMATILLA COUNTY AMBULANCE AREA HEALTH DISTRICT, OR EAST UMATILLA COUNTY R.F.P.D., OR EAST VALLEY WATER DISTRICT, OR ELGIN COMMUNITY PARKS & RECREATION DISTRICT, OR ELGIN HEALTH DISTRICT, OR ELGIN R.F.P.D., OR ELKTON ESTATES PHASE II SPECIAL ROAD DISTRICT, OR ELKTON R.F.P.D., OR EMERALD P.U.D., OR ENTERPRISE IRRIGATION DISTRICT, OR ESTACADA CEMETERY MAINTENANCE DISTRICT, OR ESTACADA R.F.P.D. #69, OR EUGENE R.F.P.D. # 1, OR EUGENE WATER AND ELECTRIC BOARD EVANS VALLEY FIRE DISTRICT #6, OR FAIR OAKS R.F.P.D., OR FAIRVIEW R.F.P.D., OR FAIRVIEW WATER DISTRICT, OR FALCON HEIGHTS WATER AND SEWER, OR FALCON-COVE BEACH WATER DISTRICT, OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR FARGO INTERCHANGE SERVICE DISTRICT, OR FARMERS IRRIGATION DISTRICT, OR FAT ELK DRAINAGE DISTRICT, OR FERN RIDGE PUBLIC LIBRARY DISTRICT, OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT, OR FOR FAR ROAD DISTRICT, OR FOREST GROVE R.F.P.D., OR FOREST VIEW SPECIAL ROAD DISTRICT, OR FORT ROCK-SILVER LAKE S.W.C.D., OR FOUR RIVERS VECTOR CONTROL DISTRICT, OR FOX CEMETERY MAINTENANCE DISTRICT, OR GARDINER R.F.P.D., OR GARDINER SANITARY DISTRICT, OR GARIBALDI R.F.P.D., OR GASTON R.F.P.D., OR GATES R.F.P.D., OR GEARHART R.F.P.D., OR GILLIAM S.W.C.D., OR GLENDALE AMBULANCE DISTRICT, OR GLENDALE R.F.P.D., OR GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR GLENEDEN SANITARY DISTRICT, OR GLENWOOD WATER DISTRICT, OR GLIDE - IDLEYLD SANITARY DISTRICT, OR GLIDE R.F.P.D., OR GOLD BEACH - WEDDERBURN R.F.P.D., OR GOLD HILL IRRIGATION DISTRICT, OR GOLDFINCH ROAD DISTRICT, OR GOSHEN R.F.P.D., OR GOVERNMENT CAMP ROAD DISTRICT, OR GOVERNMENT CAMP SANITARY DISTRICT, OR GRAND PRAIRIE WATER CONTROL DISTRICT, OR GRAND RONDE SANITARY DISTRICT, OR GRANT COUNTY TRANSPORTATION DISTRICT, OR GRANT S.W.C.D., OR GRANTS PASS IRRIGATION DISTRICT, OR 85 of 369 GREATER BOWEN VALLEY R.F.P.D., OR GREATER ST. HELENS PARK & RECREATION DISTRICT, OR GREATER TOLEDO POOL RECREATION DISTRICT, OR GREEN KNOLLS SPECIAL ROAD DISTRICT, OR GREEN SANITARY DISTRICT, OR GREENACRES R.F.P.D., OR GREENBERRY IRRIGATION DISTRICT, OR GREENSPRINGS RURAL FIRE DISTRICT, OR HAHLEN ROAD SPECIAL DISTRICT, OR HAINES CEMETERY MAINTENANCE DISTRICT, OR HAINES FIRE PROTECTION DISTRICT, OR HALSEY-SHEDD R.F.P.D., OR HAMLET R.F.P.D., OR HARBOR R.F.P.D., OR HARBOR SANITARY DISTRICT, OR HARBOR WATER P.U.D., OR HARNEY COUNTY HEALTH DISTRICT, OR HARNEY S.W.C.D., OR HARPER SOUTH SIDE IRRIGATION DISTRICT, OR HARRISBURG FIRE AND RESCUE, OR HAUSER R.F.P.D., OR HAZELDELL RURAL FIRE DISTRICT, OR HEBO JOINT WATER-SANITARY AUTHORITY, OR HECETA WATER P.U.D., OR HELIX CEMETERY MAINTENANCE DISTRICT #4, OR HELIX PARK & RECREATION DISTRICT, OR HELIX R.F.P.D. #7-411, OR HEPPNER CEMETERY MAINTENANCE DISTRICT, OR HEPPNER R.F.P.D., OR HEPPNER WATER CONTROL DISTRICT, OR HEREFORD COMMUNITY HALL RECREATION DISTRICT, OR HERMISTON CEMETERY DISTRICT, OR HERMISTON IRRIGATION DISTRICT, OR HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT DISTRICT, OR HIGH DESERT PARK & RECREATION DISTRICT, OR HIGHLAND SUBDIVISION WATER DISTRICT, OR HONOLULU INTERNATIONAL AIRPORT HOOD RIVER COUNTY LIBRARY DISTRICT, OR HOOD RIVER COUNTY TRANSPORTATION DISTRICT, OR HOOD RIVER S.W.C.D., OR HOOD RIVER VALLEY PARKS & RECREATION DISTRICT, OR HOODLAND FIRE DISTRICT #74 HOODLAND FIRE DISTRICT #74, OR HORSEFLY IRRIGATION DISTRICT, OR HOSKINS-KINGS VALLEY R.F.P.D., OR HOUSING AUTHORITY OF PORTLAND HUBBARD R.F.P.D., OR HUDSON BAY DISTRICT IMPROVEMENT COMPANY, OR I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR ICE FOUNTAIN WATER DISTRICT, OR IDAHO POINT SPECIAL ROAD DISTRICT, OR IDANHA-DETROIT RURAL FIRE PROTECTION DISTRICT, OR ILLINOIS VALLEY FIRE DISTRICT ILLINOIS VALLEY R.F.P.D., OR ILLINOIS VALLEY S.W.C.D., OR IMBLER R.F.P.D., OR INTERLACHEN WATER P.U.D., OR IONE LIBRARY DISTRICT, OR IONE R.F.P.D. #6-604, OR IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR IRONSIDE RURAL ROAD DISTRICT #5, OR IRRIGON PARK & RECREATION DISTRICT, OR IRRIGON R.F.P.D., OR ISLAND CITY AREA SANITATION DISTRICT, OR ISLAND CITY CEMETERY MAINTENANCE DISTRICT, OR 86 of 369 JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR JACKSON COUNTY FIRE DISTRICT #3, OR JACKSON COUNTY FIRE DISTRICT #4, OR JACKSON COUNTY FIRE DISTRICT #5, OR JACKSON COUNTY LIBRARY DISTRICT, OR JACKSON COUNTY VECTOR CONTROL DISTRICT, OR JACKSON S.W.C.D., OR JASPER KNOLLS WATER DISTRICT, OR JEFFERSON COUNTY EMERGENCY MEDICAL SERVICE DISTRICT, OR JEFFERSON COUNTY FIRE DISTRICT #1, OR JEFFERSON COUNTY LIBRARY DISTRICT, OR JEFFERSON COUNTY S.W .C.D., OR JEFFERSON PARK & RECREATION DISTRICT, OR JEFFERSON R.F.P.D., OR JOB'S DRAINAGE DISTRICT, OR JOHN DAY WATER DISTRICT, OR JOHN DAY-CANYON CITY PARKS & RECREATION DISTRICT, OR JOHN DAY-FERNHILL R.F.P.D. #5-108, OR JORDAN VALLEY CEMETERY DISTRICT, OR JORDAN VALLEY IRRIGATION DISTRICT, OR JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR JOSEPHINE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR JOSEPHINE COUNTY 911 AGENCY, OR JUNCTION CITY R.F.P.D., OR JUNCTION CITY WATER CONTROL DISTRICT, OR JUNIPER BUTTE ROAD DISTRICT, OR JUNIPER CANYON WATER CONTROL DISTRICT, OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY, OR JUNIPER FLAT R.F.P.D., OR JUNO NONPROFIT WATER IMPROVEMENT DISTRICT, OR KEATING R.F.P.D., OR KEATING S.W.C.D., OR KEIZER R.F.P.D., OR KELLOGG RURAL FIRE DISTRICT, OR KENO IRRIGATION DISTRICT, OR KENO PINES ROAD DISTRICT, OR KENO R.F.P.D., OR KENT WATER DISTRICT, OR KERBY WATER DISTRICT, OR K-GB-LB WATER DISTRICT, OR KILCHIS WATER DISTRICT, OR KLAMATH 9-1-1 COMMUNICATIONS DISTRICT, OR KLAMATH BASIN IMPROVEMENT DISTRICT, OR KLAMATH COUNTY DRAINAGE SERVICE DISTRICT, OR KLAMATH COUNTY EXTENSION SERVICE DISTRICT, OR KLAMATH COUNTY FIRE DISTRICT #1, OR KLAMATH COUNTY FIRE DISTRICT #3, OR KLAMATH COUNTY FIRE DISTRICT #4, OR KLAMATH COUNTY FIRE DISTRICT #5, OR KLAMATH COUNTY LIBRARY SERVICE DISTRICT, OR KLAMATH COUNTY PREDATORY ANIMAL CONTROL DISTRICT, OR KLAMATH DRAINAGE DISTRICT, OR KLAMATH FALLS FOREST ESTATES SPECIAL ROAD DISTRICT UNIT #2, OR KLAMATH INTEROPERABILITY RADIO GROUP, OR KLAMATH IRRIGATION DISTRICT, OR KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT, OR KLAMATH S.W.C.D., OR KLAMATH VECTOR CONTROL DISTRICT, OR KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR LA GRANDE CEMETERY MAINTENANCE DISTRICT, OR LA GRANDE R.F.P.D., OR LA PINE PARK & RECREATION DISTRICT, OR LA PINE R.F.P.D., OR LABISH VILLAGE SEWAGE & DRAINAGE, OR LACOMB IRRIGATION DISTRICT, OR 87 of 369 LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT – DHH-OPH REGION 3 LAIDLAW WATER DISTRICT, OR LAKE CHINOOK FIRE & RESCUE, OR LAKE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR LAKE COUNTY LIBRARY DISTRICT, OR LAKE CREEK R.F.P.D. - JACKSON, OR LAKE CREEK R.F.P.D. - LANE COUNTY, OR LAKE DISTRICT HOSPITAL, OR LAKE GROVE R.F.P.D. NO. 57, OR LAKE GROVE WATER DISTRICT, OR LAKE LABISH WATER CONTROL DISTRICT, OR LAKE POINT SPECIAL ROAD DISTRICT, OR LAKESIDE R.F.P.D. #4, OR LAKESIDE WATER DISTRICT, OR LAKEVIEW R.F.P.D., OR LAKEVIEW S.W.C.D., OR LAMONTAI IMPROVEMENT DISTRICT, OR LANE FIRE AUTHORITY, OR LANE LIBRARY DISTRICT, OR LANE TRANSIT DISTRICT, OR LANGELL VALLEY IRRIGATION DISTRICT, OR LANGLOIS PUBLIC LIBRARY, OR LANGLOIS R.F.P.D., OR LANGLOIS WATER DISTRICT, OR LAZY RIVER SPECIAL ROAD DISTRICT, OR LEBANON AQUATIC DISTRICT, OR LEBANON R.F.P.D., OR LEWIS & CLARK R.F.P.D., OR LINCOLN COUNTY LIBRARY DISTRICT, OR LINCOLN S.W.C.D., OR LINN COUNTY EMERGENCY TELEPHONE AGENCY, OR LINN S.W.C.D., OR LITTLE MUDDY CREEK W ATER CONTROL, OR LITTLE NESTUCCA DRAINAGE DISTRICT, OR LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR LONE PINE IRRIGATION DISTRICT, OR LONG PRAIRIE WATER DISTRICT, OR LOOKINGGLASS OLALLA WATER CONTROL DISTRICT, OR LOOKINGGLASS RURAL FIRE DISTRICT, OR LORANE R.F.P.D., OR LOST & BOULDER DITCH IMPROVEMENT DISTRICT, OR LOST CREEK PARK SPECIAL ROAD DISTRICT, OR LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS LOWELL R.F.P.D., OR LOWER MCKAY CREEK R.F.P.D., OR LOWER MCKAY CREEK WATER CONTROL DISTRICT, OR LOWER POWDER RIVER IRRIGATION DISTRICT, OR LOWER SILETZ WATER DISTRICT, OR LOWER UMPQUA HOSPITAL DISTRICT, OR LOWER UMPQUA PARK & RECREATION DISTRICT, OR LOWER VALLEY WATER IMPROVEMENT DISTRICT, OR LUCE LONG DITCH DISTRICT IMPROVEMENT CO., OR LUSTED WATER DISTRICT, OR LYONS R.F.P.D., OR LYONS-MEHAMA WATER DISTRICT, OR MADRAS AQUATIC CENTER DISTRICT, OR MAKAI SPECIAL ROAD DISTRICT, OR MALHEUR COUNTY S.W.C.D., OR MALHEUR COUNTY VECTOR CONTROL DISTRICT, OR MALHEUR DISTRICT IMPROVEMENT COMPANY, OR MALHEUR DRAINAGE DISTRICT, OR MALHEUR MEMORIAL HEALTH DISTRICT, OR MALIN COMMUNITY CEMETERY MAINTENANCE DISTRICT, OR 88 of 369 MALIN COMMUNITY PARK & RECREATION DISTRICT, OR MALIN IRRIGATION DISTRICT, OR MALIN R.F.P.D., OR MAPLETON FIRE DEPARTMENT, OR MAPLETON WATER DISTRICT, OR MARCOLA WATER DISTRICT, OR MARION COUNTY EXTENSION & 4H SERVICE DISTRICT, OR MARION COUNTY FIRE DISTRICT #1, OR MARION JACK IMPROVEMENT DISTRICT, OR MARION S.W.C.D., OR MARY'S RIVER ESTATES ROAD DISTRICT, OR MCDONALD FOREST ESTATES SPECIAL ROAD DISTRICT, OR MCKAY ACRES IMPROVEMENT DISTRICT, OR MCKAY DAM R.F.P.D. # 7-410, OR MCKENZIE FIRE & RESCUE, OR MCKENZIE PALISADES WATER SUPPLY CORPORATION, OR MCMINNVILLE R.F.P.D., OR MCNULTY WATER P.U.D., OR MEADOWS DRAINAGE DISTRICT, OR MEDFORD IRRIGATION DISTRICT, OR MEDFORD R.F.P.D. #2, OR MEDFORD WATER COMMISSION MEDICAL SPRINGS R.F.P.D., OR MELHEUR COUNTY JAIL, OR MERLIN COMMUNITY PARK DISTRICT, OR MERRILL CEMETERY MAINTENANCE DISTRICT, OR MERRILL PARK DISTRICT, OR MERRILL R.F.P.D., OR METRO REGIONAL GOVERNMENT METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMMISSION METROPOLITAN SERVICE DISTRICT (METRO) MID COUNTY CEMETERY MAINTENANCE DISTRICT, OR MID-COLUMBIA FIRE AND RESCUE, OR MIDDLE FORK IRRIGATION DISTRICT, OR MIDLAND COMMUNITY PARK, OR MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR MILES CROSSING SANITARY SEWER DISTRICT, OR MILL CITY R.F.P.D. #2-303, OR MILL FOUR DRAINAGE DISTRICT, OR MILLICOMA RIVER PARK & RECREATION DISTRICT, OR MILLINGTON R.F.P.D. #5, OR MILO VOLUNTEER FIRE DEPARTMENT, OR MILTON-FREEWATER AMBULANCE SERVICE AREA HEALTH DISTRICT, OR MILTON-FREEWATER WATER CONTROL DISTRICT, OR MIROCO SPECIAL ROAD DISTRICT, OR MIST-BIRKENFELD R.F.P.D., OR MODOC POINT IRRIGATION DISTRICT, OR MODOC POINT SANITARY DISTRICT, OR MOHAWK VALLEY R.F.P.D., OR MOLALLA AQUATIC DISTRICT, OR MOLALLA R.F.P.D. #73, OR MONITOR R.F.P.D., OR MONROE R.F.P.D., OR MONUMENT CEMETERY MAINTENANCE DISTRICT, OR MONUMENT S.W.C.D., OR MOOREA DRIVE SPECIAL ROAD DISTRICT, OR MORO R.F.P.D., OR MORROW COUNTY HEALTH DISTRICT, OR MORROW COUNTY UNIFIED RECREATION DISTRICT, OR MORROW S.W.C.D., OR MOSIER FIRE DISTRICT, OR MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR MT. ANGEL R.F.P.D., OR MT. HOOD IRRIGATION DISTRICT, OR 89 of 369 MT. LAKI CEMETERY DISTRICT, OR MT. VERNON R.F.P.D., OR MULINO WATER DISTRICT #1, OR MULTNOMAH COUNTY DRAINAGE DISTRICT #1, OR MULTNOMAH COUNTY R.F.P.D. #10, OR MULTNOMAH COUNTY R.F.P.D. #14, OR MULTNOMAH EDUCATION SERVICE DISTRICT MYRTLE CREEK R.F.P.D., OR NEAH-KAH-NIE WATER DISTRICT, OR NEDONNA R.F.P.D., OR NEHALEM BAY FIRE AND RESCUE, OR NEHALEM BAY HEALTH DISTRICT, OR NEHALEM BAY WASTEWATER AGENCY, OR NESIKA BEACH-OPHIR WATER DISTRICT, OR NESKOWIN REGIONAL SANITARY AUTHORITY, OR NESKOWIN REGIONAL WATER DISTRICT, OR NESTUCCA R.F.P.D., OR NETARTS WATER DISTRICT, OR NETARTS-OCEANSIDE R.F.P.D., OR NETARTS-OCEANSIDE SANITARY DISTRICT, OR NEW BRIDGE WATER SUPPLY DISTRICT, OR NEW CARLTON FIRE DISTRICT, OR NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NEW PINE CREEK R.F.P.D., OR NEWBERG R.F.P.D., OR NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR NEWPORT R.F.P.D., OR NEWT YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR NORTH ALBANY R.F.P.D., OR NORTH BAY R.F.P.D. #9, OR NORTH CLACKAMAS PARKS & RECREATION DISTRICT, OR NORTH COUNTY RECREATION DISTRICT, OR NORTH DOUGLAS COUNTY FIRE & EMS, OR NORTH DOUGLAS PARK & RECREATION DISTRICT, OR NORTH GILLIAM COUNTY HEALTH DISTRICT, OR NORTH GILLIAM COUNTY R.F.P.D., OR NORTH LAKE HEALTH DISTRICT, OR NORTH LEBANON WATER CONTROL DISTRICT, OR NORTH LINCOLN FIRE & RESCUE DISTRICT #1, OR NORTH LINCOLN HEALTH DISTRICT, OR NORTH MORROW VECTOR CONTROL DISTRICT, OR NORTH SHERMAN COUNTY R.F.P.D, OR NORTH UNIT IRRIGATION DISTRICT, OR NORTHEAST OREGON HOUSING AUTHORITY, OR NORTHEAST WHEELER COUNTY HEALTH DISTRICT, OR NORTHERN WASCO COUNTY P.U.D., OR NORTHERN WASCO COUNTY PARK & RECREATION DISTRICT, OR NYE DITCH USERS DISTRICT IMPROVEMENT, OR NYSSA ROAD ASSESSMENT DISTRICT #2, OR NYSSA RURAL FIRE DISTRICT, OR NYSSA-ARCADIA DRAINAGE DISTRICT, OR OAK LODGE WATER SERVICES, OR OAKLAND R.F.P.D., OR OAKVILLE COMMUNITY CENTER, OR OCEANSIDE WATER DISTRICT, OR OCHOCO IRRIGATION DISTRICT, OR OCHOCO WEST WATER AND SANITARY AUTHORITY, OR ODELL SANITARY DISTRICT, OR OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR ONTARIO LIBRARY DISTRICT, OR ONTARIO R.F.P.D., OR OPHIR R.F.P.D., OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMUNITY SERVICES 90 of 369 OREGON INTERNATIONAL PORT OF COOS BAY, OR OREGON LEGISLATIVE ADMINISTRATION OREGON OUTBACK R.F.P.D., OR OREGON POINT, OR OREGON TRAIL LIBRARY DISTRICT, OR OTTER ROCK WATER DISTRICT, OR OWW UNIT #2 SANITARY DISTRICT, OR OWYHEE CEMETERY MAINTENANCE DISTRICT, OR OWYHEE IRRIGATION DISTRICT, OR PACIFIC CITY JOINT WATER-SANITARY AUTHORITY, OR PACIFIC COMMUNITIES HEALTH DISTRICT, OR PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR PALATINE HILL WATER DISTRICT, OR PALMER CREEK WATER DISTRICT IMPROVEMENT COMPANY, OR PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR PANTHER CREEK ROAD DISTRICT, OR PANTHER CREEK WATER DISTRICT, OR PARKDALE R.F.P.D., OR PARKDALE SANITARY DISTRICT, OR PENINSULA DRAINAGE DISTRICT #1, OR PENINSULA DRAINAGE DISTRICT #2, OR PHILOMATH FIRE AND RESCUE, OR PILOT ROCK CEMETERY MAINTENANCE DISTRICT #5, OR PILOT ROCK PARK & RECREATION DISTRICT, OR PILOT ROCK R.F.P.D., OR PINE EAGLE HEALTH DISTRICT, OR PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR PINE GROVE IRRIGATION DISTRICT, OR PINE GROVE WATER DISTRICT-KLAMATH FALLS, OR PINE GROVE WATER DISTRICT-MAUPIN, OR PINE VALLEY CEMETERY DISTRICT, OR PINE VALLEY R.F.P.D., OR PINEWOOD COUNTRY ESTATES SPECIAL ROAD DISTRICT, OR PIONEER DISTRICT IMPROVEMENT COMPANY, OR PISTOL RIVER CEMETERY MAINTENANCE DISTRICT, OR PISTOL RIVER FIRE DISTRICT, OR PLEASANT HILL R.F.P.D., OR PLEASANT HOME WATER DISTRICT, OR POCAHONTAS MINING AND IRRIGATION DISTRICT, OR POE VALLEY IMPROVEMENT DISTRICT, OR POE VALLEY PARK & RECREATION DISTRICT, OR POE VALLEY VECTOR CONTROL DISTRICT, OR POLK COUNTY FIRE DISTRICT #1, OR POLK S.W.C.D., OR POMPADOUR WATER IMPROVEMENT DISTRICT, OR PONDEROSA PINES EAST SPECIAL ROAD DISTRICT, OR PORT OF ALSEA, OR PORT OF ARLINGTON, OR PORT OF ASTORIA, OR PORT OF BANDON, OR PORT OF BRANDON, OR PORT OF BROOKINGS HARBOR, OR PORT OF CASCADE LOCKS, OR PORT OF COQUILLE RIVER, OR PORT OF GARIBALDI, OR PORT OF GOLD BEACH, OR PORT OF HOOD RIVER, OR PORT OF MORGAN CITY, LA PORT OF MORROW, OR PORT OF NEHALEM, OR PORT OF NEWPORT, OR PORT OF PORT ORFORD, OR PORT OF PORTLAND, OR PORT OF SIUSLAW, OR PORT OF ST. HELENS, OR 91 of 369 PORT OF THE DALLES, OR PORT OF TILLAMOOK BAY, OR PORT OF TOLEDO, OR PORT OF UMATILLA, OR PORT OF UMPQUA, OR PORT ORFORD CEMETERY MAINTENANCE DISTRICT, OR PORT ORFORD PUBLIC LIBRARY DISTRICT, OR PORT ORFORD R.F.P.D., OR PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR POWDER R.F.P.D., OR POWDER RIVER R.F.P.D., OR POWDER VALLEY WATER CONTROL DISTRICT, OR POWERS HEALTH DISTRICT, OR PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT #1, OR PROSPECT R.F.P.D., OR QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR QUEENER IRRIGATION IMPROVEMENT DISTRICT, OR RAINBOW WATER DISTRICT, OR RAINIER CEMETERY DISTRICT, OR RAINIER DRAINAGE IMPROVEMENT COMPANY, OR RALEIGH WATER DISTRICT, OR REDMOND AREA PARK & RECREATION DISTRICT, OR REDMOND FIRE AND RESCUE, OR RIDDLE FIRE PROTECTION DISTRICT, OR RIDGEWOOD DISTRICT IMPROVEMENT COMPANY, OR RIDGEWOOD ROAD DISTRICT, OR RIETH SANITARY DISTRICT, OR RIETH WATER DISTRICT, OR RIMROCK WEST IMPROVEMENT DISTRICT, OR RINK CREEK WATER DISTRICT, OR RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR RIVER MEADOWS IMPROVEMENT DISTRICT, OR RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR RIVER ROAD PARK & RECREATION DISTRICT, OR RIVER ROAD WATER DISTRICT, OR RIVERBEND RIVERBANK WATER IMPROVEMENT DISTRICT, OR RIVERDALE R.F.P.D. 11-JT, OR RIVERGROVE WATER DISTRICT, OR RIVERSIDE MISSION WATER CONTROL DISTRICT, OR RIVERSIDE R.F.P.D. #7-406, OR RIVERSIDE WATER DISTRICT, OR ROBERTS CREEK WATER DISTRICT, OR ROCK CREEK DISTRICT IMPROVEMENT, OR ROCK CREEK WATER DISTRICT, OR ROCKWOOD WATER P.U.D., OR ROCKY POINT FIRE & EMS, OR ROGUE RIVER R.F.P.D., OR ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR ROGUE VALLEY SEWER SERVICES, OR ROGUE VALLEY SEWER, OR ROGUE VALLEY TRANSPORTATION DISTRICT, OR ROSEBURG URBAN SANITARY AUTHORITY, OR ROSEWOOD ESTATES ROAD DISTRICT, OR ROW RIVER VALLEY WATER DISTRICT, OR RURAL ROAD ASSESSMENT DISTRICT #3, OR RURAL ROAD ASSESSMENT DISTRICT #4, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM AREA MASS TRANSIT DISTRICT, OR 92 of 369 SALEM MASS TRANSIT DISTRICT SALEM SUBURBAN R.F.P.D., OR SALISHAN SANITARY DISTRICT, OR SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR SALMON RIVER PARK WATER IMPROVEMENT DISTRICT, OR SALMONBERRY TRAIL INTERGOVERNMENTAL AGENCY, OR SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR SANDY DRAINAGE IMPROVEMENT COMPANY, OR SANDY R.F.P.D. #72, OR SANTA CLARA R.F.P.D., OR SANTA CLARA WATER DISTRICT, OR SANTIAM WATER CONTROL DISTRICT, OR SAUVIE ISLAND DRAINAGE IMPROVEMENT COMPANY, OR SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J, OR SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY, OR SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR SCAPPOOSE R.F.P.D., OR SCIO R.F.P.D., OR SCOTTSBURG R.F.P.D., OR SEAL ROCK R.F.P.D., OR SEAL ROCK WATER DISTRICT, OR SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SHANGRI-LA WATER DISTRICT, OR SHASTA VIEW IRRIGATION DISTRICT, OR SHELLEY ROAD CREST ACRES WATER DISTRICT, OR SHERIDAN FIRE DISTRICT, OR SHERMAN COUNTY HEALTH DISTRICT, OR SHERMAN COUNTY S.W.C.D., OR SHORELINE SANITARY DISTRICT, OR SILETZ KEYS SANITARY DISTRICT, OR SILETZ R.F.P.D., OR SILVER FALLS LIBRARY DISTRICT, OR SILVER LAKE IRRIGATION DISTRICT, OR SILVER LAKE R.F.P.D., OR SILVER SANDS SPECIAL ROAD DISTRICT, OR SILVERTON R.F.P.D. NO. 2, OR SISTERS PARKS & RECREATION DISTRICT, OR SISTERS-CAMP SHERMAN R.F.P.D., OR SIUSLAW PUBLIC LIBRARY DISTRICT, OR SIUSLAW S.W.C.D., OR SIUSLAW VALLEY FIRE AND RESCUE, OR SIXES R.F.P.D., OR SKIPANON WATER CONTROL DISTRICT, OR SKYLINE VIEW DISTRICT IMPROVEMENT COMPANY, OR SLEEPY HOLLOW WATER DISTRICT, OR SMITH DITCH DISTRICT IMPROVEMENT COMPANY, OR SOUTH CLACKAMAS TRANSPORTATION DISTRICT, OR SOUTH COUNTY HEALTH DISTRICT, OR SOUTH FORK WATER BOARD, OR SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR SOUTH LAFOURCHE LEVEE DISTRICT, LA SOUTH LANE COUNTY FIRE & RESCUE, OR SOUTH SANTIAM RIVER WATER CONTROL DISTRICT, OR SOUTH SHERMAN FIRE DISTRICT, OR SOUTH SUBURBAN SANITARY DISTRICT, OR SOUTH WASCO PARK & RECREATION DISTRICT, OR SOUTHERN COOS HEALTH DISTRICT, OR SOUTHERN CURRY CEMETERY MAINTENANCE DISTRICT, OR SOUTHVIEW IMPROVEMENT DISTRICT, OR SOUTHWEST LINCOLN COUNTY WATER DISTRICT, OR SOUTHWESTERN POLK COUNTY R.F.P.D., OR SOUTHWOOD PARK WATER DISTRICT, OR SPECIAL ROAD DISTRICT #1, OR 93 of 369 SPECIAL ROAD DISTRICT #8, OR SPRING RIVER SPECIAL ROAD DISTRICT, OR SPRINGFIELD UTILITY BOARD, OR ST. PAUL R.F.P.D., OR STANFIELD CEMETERY DISTRICT #6, OR STANFIELD IRRIGATION DISTRICT, OR STARR CREEK ROAD DISTRICT, OR STARWOOD SANITARY DISTRICT, OR STAYTON FIRE DISTRICT, OR SUBLIMITY FIRE DISTRICT, OR SUBURBAN EAST SALEM WATER DISTRICT, OR SUBURBAN LIGHTING DISTRICT, OR SUCCOR CREEK DISTRICT IMPROVEMENT COMPANY, OR SUMMER LAKE IRRIGATION DISTRICT, OR SUMMERVILLE CEMETERY MAINTENANCE DISTRICT, OR SUMNER R.F.P.D., OR SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR SUNDOWN SANITATION DISTRICT, OR SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR SUNNYSIDE IRRIGATION DISTRICT, OR SUNRISE WATER AUTHORITY, OR SUNRIVER SERVICE DISTRICT, OR SUNSET EMPIRE PARK & RECREATION DISTRICT, OR SUNSET EMPIRE TRANSPORTATION DISTRICT, OR SURFLAND ROAD DISTRICT, OR SUTHERLIN VALLEY RECREATION DISTRICT, OR SUTHERLIN WATER CONTROL DISTRICT, OR SWALLEY IRRIGATION DISTRICT, OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, OR SWEET HOME FIRE & AMBULANCE DISTRICT, OR SWISSHOME-DEADWOOD R.F.P.D., OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, OR TALENT IRRIGATION DISTRICT, OR TANGENT R.F.P.D., OR TENMILE R.F.P.D., OR TERREBONNE DOMESTIC WATER DISTRICT, OR THE DALLES IRRIGATION DISTRICT, OR THOMAS CREEK-WESTSIDE R.F.P.D., OR THREE RIVERS RANCH ROAD DISTRICT, OR THREE SISTERS IRRIGATION DISTRICT, OR TIGARD TUALATIN AQUATIC DISTRICT, OR TIGARD WATER DISTRICT, OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, OR TILLAMOOK COUNTY EMERGENCY COMMUNICATIONS DISTRICT, OR TILLAMOOK COUNTY S.W .C.D., OR TILLAMOOK COUNTY TRANSPORTATION DISTRICT, OR TILLAMOOK FIRE DISTRICT, OR TILLAMOOK P.U.D., OR TILLER R.F.P.D., OR TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, OR TOLEDO R.F.P.D., OR TONE WATER DISTRICT, OR TOOLEY WATER DISTRICT, OR TRASK DRAINAGE DISTRICT, OR TRI CITY R.F.P.D. #4, OR TRI-CITY WATER & SANITARY AUTHORITY, OR TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TRIMET, OR TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN HILLS PARK & RECREATION DISTRICT, OR TUALATIN S.W.C.D., OR TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY FIRE & RESCUE, OR TUALATIN VALLEY IRRIGATION DISTRICT, OR TUALATIN VALLEY WATER DISTRICT 94 of 369 TUALATIN VALLEY WATER DISTRICT, OR TUMALO IRRIGATION DISTRICT, OR TURNER FIRE DISTRICT, OR TWIN ROCKS SANITARY DISTRICT, OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR TWO RIVERS S.W.C.D., OR TWO RIVERS SPECIAL ROAD DISTRICT, OR TYGH VALLEY R.F.P.D., OR TYGH VALLEY WATER DISTRICT, OR UMATILLA COUNTY FIRE DISTRICT #1, OR UMATILLA COUNTY S.W.C.D., OR UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, OR UMATILLA HOSPITAL DISTRICT, OR UMATILLA R.F.P.D. #7-405, OR UMATILLA-MORROW RADIO AND DATA DISTRICT, OR UMPQUA S.W.C.D., OR UNION CEMETERY MAINTENANCE DISTRICT, OR UNION COUNTY SOLID W ASTE DISPOSAL DISTRICT, OR UNION COUNTY VECTOR CONTROL DISTRICT, OR UNION GAP SANITARY DISTRICT, OR UNION GAP WATER DISTRICT, OR UNION HEALTH DISTRICT, OR UNION R.F.P.D., OR UNION S.W.C.D., OR UNITY COMMUNITY PARK & RECREATION DISTRICT, OR UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR UPPER MCKENZIE R.F.P.D., OR UPPER WILLAMETTE S.W .C.D., OR VALE OREGON IRRIGATION DISTRICT, OR VALE RURAL FIRE PROTECTION DISTRICT, OR VALLEY ACRES SPECIAL ROAD DISTRICT, OR VALLEY VIEW CEMETERY MAINTENANCE DISTRICT, OR VALLEY VIEW WATER DISTRICT, OR VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR VERNONIA R.F.P.D., OR VINEYARD MOUNTAIN PARK & RECREATION DISTRICT, OR VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT, OR WALLA WALLA RIVER IRRIGATION DISTRICT, OR WALLOWA COUNTY HEALTH CARE DISTRICT, OR WALLOWA LAKE COUNTY SERVICE DISTRICT, OR WALLOWA LAKE IRRIGATION DISTRICT, OR WALLOWA LAKE R.F.P.D., OR WALLOWA S.W.C.D., OR WALLOWA VALLEY IMPROVEMENT DISTRICT #1, OR WAMIC R.F.P.D., OR WAMIC WATER & SANITARY AUTHORITY, OR WARMSPRINGS IRRIGATION DISTRICT, OR WASCO COUNTY S.W.C.D., OR WATER ENVIRONMENT SERVICES, OR WATER WONDERLAND IMPROVEMENT DISTRICT, OR WATERBURY & ALLEN DITCH IMPROVEMENT DISTRICT, OR WATSECO-BARVIEW WATER DISTRICT, OR WAUNA WATER DISTRICT, OR WEDDERBURN SANITARY DISTRICT, OR WEST EAGLE VALLEY WATER CONTROL DISTRICT, OR WEST EXTENSION IRRIGATION DISTRICT, OR WEST LABISH DRAINAGE & WATER CONTROL IMPROVEMENT DISTRICT, OR WEST MULTNOMAH S.W.C.D., OR WEST SIDE R.F.P.D., OR WEST SLOPE WATER DISTRICT, OR WEST UMATILLA MOSQUITO CONTROL DISTRICT, OR WEST VALLEY FIRE DISTRICT, OR WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR WESTERN LANE AMBULANCE DISTRICT, OR WESTLAND IRRIGATION DISTRICT, OR 95 of 369 WESTON ATHENA MEMORIAL HALL PARK & RECREATION DISTRICT, OR WESTON CEMETERY DISTRICT #2, OR WESTPORT FIRE AND RESCUE, OR WESTRIDGE WATER SUPPLY CORPORATION, OR WESTWOOD HILLS ROAD DISTRICT, OR WESTWOOD VILLAGE ROAD DISTRICT, OR WHEELER S.W.C.D., OR WHITE RIVER HEALTH DISTRICT, OR WIARD MEMORIAL PARK DISTRICT, OR WICKIUP WATER DISTRICT, OR WILLAKENZIE R.F.P.D., OR WILLAMALANE PARK & RECREATION DISTRICT, OR WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HUMANE SOCIETY WILLAMETTE RIVER WATER COALITION, OR WILLIAMS R.F.P.D., OR WILLOW CREEK PARK DISTRICT, OR WILLOW DALE WATER DISTRICT, OR WILSON RIVER WATER DISTRICT, OR WINCHESTER BAY R.F.P.D., OR WINCHESTER BAY SANITARY DISTRICT, OR WINCHUCK R.F.P.D., OR WINSTON-DILLARD R.F.P.D., OR WINSTON-DILLARD WATER DISTRICT, OR WOLF CREEK R.F.P.D., OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, OR WOODBURN R.F.P.D. NO. 6, OR WOODLAND PARK SPECIAL ROAD DISTRICT, OR WOODS ROAD DISTRICT, OR WRIGHT CREEK ROAD WATER IMPROVEMENT DISTRICT, OR WY'EAST FIRE DISTRICT, OR YACHATS R.F.P.D., OR YAMHILL COUNTY TRANSIT AREA, OR YAMHILL FIRE PROTECTION DISTRICT, OR YAMHILL SWCD, OR YONCALLA PARK & RECREATION DISTRICT, OR YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT, OR ZUMWALT R.F.P.D., OR K-12 INCLUDING BUT NOT LIMITED TO: ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND-LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT NO.6 CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT NO.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMHILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT NO.8 DE LA SALLE N CATHOLIC HS 96 of 369 DESCHUTES COUNTY SCHOOL DISTRICT NO.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICT NO.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.10B FOREST GROVE SCHOOL DISTRICT GEORGE MIDDLE SCHOOL GLADSTONE SCHOOL DISTRICT GRANTS PASS SCHOOL DISTRICT 7 GREATER ALBANY PUBLIC SCHOOL DISTRICT GRESHAM BARLOW JOINT SCHOOL DISTRICT HEAD START OF LANE COUNTY HIGH DESERT EDUCATION SERVICE DISTRICT HILLSBORO SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT JACKSON CO SCHOOL DIST NO.9 JEFFERSON COUNTY SCHOOL DISTRICT 509-J JEFFERSON PARISH SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT JUNCTION CITY SCHOOLS, OR KLAMATH COUNTY SCHOOL DISTRICT KLAMATH FALLS CITY SCHOOLS LAFAYETTE PARISH SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT NO.71 MARION COUNTY SCHOOL DISTRICT MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NO.1J MORROW COUNTY SCHOOL DIST, OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY MYRTLE PINT SCHOOL DISTRICT 41 NEAH-KAH-NIE DISTRICT NO.56 NEWBERG PUBLIC SCHOOLS NESTUCCA VALLEY SCHOOL DISTRICT NO.101 NOBEL LEARNING COMMUNITIES NORTH BEND SCHOOL DISTRICT 13 NORTH CLACKAMAS SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT ONTARIO MIDDLE SCHOOL OREGON TRAIL SCHOOL DISTRICT NOA6 ORLEANS PARISH SCHOOL DISTRICT PHOENIX-TALENT SCHOOL DISTRICT NOA PLEASANT HILL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY PORTLAND PUBLIC SCHOOLS RAPIDES PARISH SCHOOL DISTRICT REDMOND SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT ROGUE RIVER SCHOOL DISTRICT ROSEBURG PUBLIC SCHOOLS SCAPPOOSE SCHOOL DISTRICT 1J SAINT TAMMANY PARISH SCHOOL BOARD, LA SEASIDE SCHOOL DISTRICT 10 97 of 369 SHERWOOD SCHOOL DISTRICT 88J SILVER FALLS SCHOOL DISTRICT 4J SOUTH LANE SCHOOL DISTRICT 45J3 SOUTHERN OREGON EDUCATION SERVICE DISTRICT SPRINGFIELD PUBLIC SCHOOLS SUTHERLIN SCHOOL DISTRICT SW EET HOME SCHOOL DISTRICT NO.55 TERREBONNE PARISH SCHOOL DISTRICT THE CATLIN GABEL SCHOOL TIGARD-TUALATIN SCHOOL DISTRICT UMATILLA MORROW ESD WEST LINN WILSONVILLE SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING & SCIENCE (AMES), UT ALIANZA ACADEMY, UT ALPINE DISTRICT, UT AMERICAN LEADERSHIP ACADEMY, UT AMERICAN PREPARATORY ACADEMY, UT BAER CANYON HIGH SCHOOL FOR SPORTS & MEDICAL SCIENCES, UT BEAR RIVER CHARTER SCHOOL, UT BEAVER SCHOOL DISTRICT, UT BEEHIVE SCIENCE & TECHNOLOGY ACADEMY (BSTA) , UT BOX ELDER SCHOOL DISTRICT, UT CBA CENTER, UT CACHE SCHOOL DISTRICT, UT CANYON RIM ACADEMY, UT CANYONS DISTRICT, UT CARBON SCHOOL DISTRICT, UT CHANNING HALL, UT CHARTER SCHOOL LEWIS ACADEMY, UT CITY ACADEMY, UT DAGGETT SCHOOL DISTRICT, UT DAVINCI ACADEMY, UT DAVIS DISTRICT, UT DUAL IMMERSION ACADEMY, UT DUCHESNE SCHOOL DISTRICT, UT EARLY LIGHT ACADEMY AT DAYBREAK, UT EAST HOLLYWOOD HIGH, UT EDITH BOWEN LABORATORY SCHOOL, UT EMERSON ALCOTT ACADEMY, UT EMERY SCHOOL DISTRICT, UT ENTHEOS ACADEMY, UT EXCELSIOR ACADEMY, UT FAST FORWARD HIGH, UT FREEDOM ACADEMY, UT GARFIELD SCHOOL DISTRICT, UT GATEWAY PREPARATORY ACADEMY, UT GEORGE WASHINGTON ACADEMY, UT GOOD FOUNDATION ACADEMY, UT GRAND SCHOOL DISTRICT, UT GRANITE DISTRICT, UT GUADALUPE SCHOOL, UT HAWTHORN ACADEMY, UT INTECH COLLEGIATE HIGH SCHOOL, UT IRON SCHOOL DISTRICT, UT ITINERIS EARLY COLLEGE HIGH, UT JOHN HANCOCK CHARTER SCHOOL, UT JORDAN DISTRICT, UT JUAB SCHOOL DISTRICT, UT KANE SCHOOL DISTRICT, UT KARL G MAESER PREPARATORY ACADEMY, UT LAKEVIEW ACADEMY, UT LEGACY PREPARATORY ACADEMY, UT 98 of 369 LIBERTY ACADEMY, UT LINCOLN ACADEMY, UT LOGAN SCHOOL DISTRICT, UT MARIA MONTESSORI ACADEMY, UT MERIT COLLEGE PREPARATORY ACADEMY, UT MILLARD SCHOOL DISTRICT, UT MOAB CHARTER SCHOOL, UT MONTICELLO ACADEMY, UT MORGAN SCHOOL DISTRICT, UT MOUNTAINVILLE ACADEMY, UT MURRAY SCHOOL DISTRICT, UT NAVIGATOR POINTE ACADEMY, UT NEBO SCHOOL DISTRICT, UT NO UT ACAD FOR MATH ENGINEERING & SCIENCE (NUAMES), UT NOAH WEBSTER ACADEMY, UT NORTH DAVIS PREPARATORY ACADEMY, UT NORTH SANPETE SCHOOL DISTRICT, UT NORTH STAR ACADEMY, UT NORTH SUMMIT SCHOOL DISTRICT, UT ODYSSEY CHARTER SCHOOL, UT OGDEN PREPARATORY ACADEMY, UT OGDEN SCHOOL DISTRICT, UT OPEN CLASSROOM, UT OPEN HIGH SCHOOL OF UTAH, UT OQUIRRH MOUNTAIN CHARTER SCHOOL, UT PARADIGM HIGH SCHOOL, UT PARK CITY SCHOOL DISTRICT, UT PINNACLE CANYON ACADEMY, UT PIUTE SCHOOL DISTRICT, UT PROVIDENCE HALL, UT PROVO SCHOOL DISTRICT, UT QUAIL RUN PRIMARY SCHOOL, UT QUEST ACADEMY, UT RANCHES ACADEMY, UT REAGAN ACADEMY, UT RENAISSANCE ACADEMY, UT RICH SCHOOL DISTRICT, UT ROCKWELL CHARTER HIGH SCHOOL, UT SALT LAKE ARTS ACADEMY, UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT SALT LAKE SCHOOL DISTRICT, UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT SAN JUAN SCHOOL DISTRICT, UT SEVIER SCHOOL DISTRICT, UT SOLDIER HOLLOW CHARTER SCHOOL, UT SOUTH SANPETE SCHOOL DISTRICT, UT SOUTH SUMMIT SCHOOL DISTRICT, UT SPECTRUM ACADEMY, UT SUCCESS ACADEMY, UT SUCCESS SCHOOL, UT SUMMIT ACADEMY, UT SUMMIT ACADEMY HIGH SCHOOL, UT SYRACUSE ARTS ACADEMY, UT THOMAS EDISON - NORTH, UT TIMPANOGOS ACADEMY, UT TINTIC SCHOOL DISTRICT, UT TOOELE SCHOOL DISTRICT, UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS, UT UINTAH RIVER HIGH, UT UINTAH SCHOOL DISTRICT, UT UTAH CONNECTIONS ACADEMY, UT UTAH COUNTY ACADEMY OF SCIENCE, UT UTAH ELECTRONIC HIGH SCHOOL, UT UTAH SCHOOLS FOR DEAF & BLIND, UT UTAH STATE OFFICE OF EDUCATION, UT 99 of 369 UTAH VIRTUAL ACADEMY, UT VENTURE ACADEMY, UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS AND TECHNOLOGY, UT WALDEN SCHOOL OF LIBERAL ARTS, UT WASATCH PEAK ACADEMY, UT WASATCH SCHOOL DISTRICT, UT WASHINGTON SCHOOL DISTRICT, UT WAYNE SCHOOL DISTRICT, UT WEBER SCHOOL DISTRICT, UT WEILENMANN SCHOOL OF DISCOVERY, UT HIGHER EDUCATION ARGOSY UNIVERSITY BATON ROUGE COMMUNITY COLLEGE, LA BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE BRIGHAM YOUNG UNIVERSITY - HAWAII CENTRAL OREGON COMMUNITY COLLEGE CENTENARY COLLEGE OF LOUISIANA CHEMEKETA COMMUNITY COLLEGE CLACKAMAS COMMUNITY COLLEGE COLLEGE OF THE MARSHALL ISLANDS COLUMBIA GORGE COMMUNITY COLLEGE CONCORDIA UNIVERSITY GEORGE FOX UNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMUNITY COLLEGE LEWIS AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMUNITY COLLEGE LOUISIANA COLLEGE, LA LOUISIANA STATE UNIVERSITY LOUISIANA STATE UNIVERSITY HEALTH SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MULTNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTHWEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY OREGON INSTITUTE OF TECHNOLOGY OREGON STATE UNIVERSITY OREGON UNIVERSITY SYSTEM PACIFIC UNIVERSITY PIONEER PACIFIC COLLEGE PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY (OREGON UNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMUNITY COLLEGE TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNIVERSITY OF NEW ORLEANS WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE UNIVERSITY XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT 100 of 369 UNIVERSITY OF UTAH, UT UTAH STATE UNIVERSITY, UT WEBER STATE UNIVERSITY, UT SOUTHERN UTAH UNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY UNIVERSITY, UT SALT LAKE COMMUNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH- JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE, STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOUISIANA, 26 JUDICIAL DISTRICT ATTORNEY STATE OF UTAH 101 of 369 7145 West Tidwell Road ~ Houston, Texas 77092 (713)-462-7708 .www.esc4.net NOTICE TO OFFEROR ADDENDUM NO. 1 Solicitation Number 19-18 Request for Proposal (“RFP”) by Region 4 Education Service Center (“ESC”) for Furniture, Installation, and Related Services This Addendum No. 1 amends the Request for Proposals (RFP) for Furniture, Installation, and Related Services 19-18 (“Addendum”). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. Region 4 Education Service Center (“Region 4 ESC”) requests proposals from qualified suppliers with the intent to enter into a Contract for Furniture, Installation, and Related Services. Addendum No. 1 is hereby issued as follows: CLARIFICATIONS: 1.The changes being made to this RFP are being made to add Appendix C Documents #5- 7 in order to fulfill FEMA requirements. While it is not expected that the services outlined in this RFP would be utilized in a disaster recovery or emergency situation, Region 4 ESC is including language should it be needed. CHANGES TO THE RFP: 1.Remove Appendix C, Additional Required Documents, and replace with the version attached to this Addendum No. 2. This is the Appendix C that should be used for this solicitation and submitted as part of the Offeror’s proposal. 102 of 369 Appendix C ADDITIONAL REQUIRED DOCUMENTS DOC #1 Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy DOC #2 Antitrust Certification Statements (Tex. Government Code § 2155.005) DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) DOC #4 Texas Government Code 2270 Verification Form DOC #5 Special Conditions DOC #6 Questionnaire DOC #7 For applicable construction/reconstruction/renovation and related services, a bid guarantee is required not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in Texas and authorized to underwrite bonds in the amount of the bid bond. 103 of 369 Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC’s OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC’s Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy below:  We acknowledge Region 4 ESC’s Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act.  We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) Date Authorized Signature & Title 104 of 369 Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.005) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: 1. I am duly authorized to execute this Contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; 2. In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; 3. In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and 4. Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company Contact Signature Printed Name Address Position with Company Official Authorizing Proposal Signature Phone Printed Name Fax Position with Company 105 of 369 Appendix C, DOC # 3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission’s website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016, the commission made available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form. The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission’s filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract. This process is known as acknowledging the certificate. The commission will post the acknowledged Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. The posted acknowledged form does not contain the declaration of signature information provided by the business. A certificate will stay in the pending state until it is acknowledged by the governmental agency. Only acknowledged certificates are posted to the commission’s website. Electronic Filing Application: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Frequently Asked Questions: https://www.ethics.state.tx.us/resources/FAQs/FAQ Form1295.php Changes to Form 1295: https://www.ethics.state.tx.us/data/filinginfo/1295Changes.pdf 106 of 369 Appendix C, DOC # 4 Texas Government Code 2270 Verification Form House Bill 89 (85R Legislative Session), which adds Chapter 2270 to the Texas Government Code, provides that a governmental entity may not enter into a contract with a company without verification that the contracting vendor does not and will not boycott Israel during the term of the contract. Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the Texas Comptroller. I, ___________________________________________________, as an authorized representative of _____________________________________________________________, a contractor engaged by Insert Name of Company Region 4 Education Service Center, 7145 West Tidwell Road, Houston, TX 77092, verify by this writing that the above-named company affirms that it (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract, or any contract with the above-named Texas governmental entity in the future. Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at https://comptroller.texas.gov/purchasing/docs/foreign-terrorist.pdf. I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above-named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above-named Texas governmental entity. I swear and affirm that the above is true and correct. ______________________________________________ ________________ Signature of Named Authorized Company Representative Date 107 of 369 Appendix C, DOC # 5 SPECIAL CONDITIONS Awarded Offerors may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a proposal, the Offeror is accepted these Special Conditions required by the Federal Emergency Management Agency (FEMA). Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. i. FEMA considers a “financial interest” to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an “apparent” conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of Region 4 ESC nor the Participating Public Agency (“NFE”) must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE’s may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE’s written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE’s employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended as described in Chapter III, ¶ 6.d must be rejected and cannot receive contract awards at any level. 108 of 369 Public Policy A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R. § 200.321(b) for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevailing wage laws, regulations, and executive orders Affirmative Steps For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; Bid Guarantee For proposals that are to include construction/reconstruction/renovation and related services, bids must be accompanied by Certified or Cashier's Check or an approved Bid Bond in the amount of not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in the state of the lead agency and authorized to underwrite bonds in the amount of the bid bond. Prevailing Wage Requirements When applicable, the awarded Contractor(s) and any and all subcontractor(s) agree to comply with all laws regarding prevailing wage rates including the Davis-Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. 109 of 369 Alternative Pricing for Federal Funding When applicable, such as when products and services are used in response to an emergency or disaster recovery situation in which federal funding may be used, pricing may not include cost plus a percentage of cost or pricing based on time and materials. If time and materials is necessary in an applicable federal funding situation, a ceiling price that the contract exceeds at its own risk will be needed. In addition, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited, the to the 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 1. Termination for Convenience: The right to terminate this Contract for the convenience of Region 4 ESC is retained by Region 4 ESC. In the event of a termination for convenience by Region 4 ESC, Region 4 ESC shall, at least ten (10) calendar days in advance, deliver written notice of the termination for convenience to Contractor. Upon Contractor’s receipt of such written notice, Contractor immediately shall cease the performance of the Work and shall take reasonable and appropriate action to secure and protect the Work then in place. Contractor shall then be paid by Region 4 ESC, in accordance with the terms and provisions of the Contract Documents, an amount not to exceed the actual labor costs incurred, the actual cost of all materials installed and the actual cost of all materials stored at the project site or away from the project site, as approved in writing by Region 4 ESC but not yet paid for and which cannot be returned, and actual, reasonable and documented demobilization costs, if any, paid by Contractor and approved by Region 4 ESC in connection with the Scope of Work in place which is completed as of the date of termination by Region 4 ESC and that is in conformance with the Contract Documents, less all amounts previously paid for the Work. No amount ever shall be owed or paid to Contractor for lost or anticipated profits on any part of the Scope of Work not performed or for consequential damages of any kind. 2. Equal Employment Opportunity: Region 4 ESC highly encourages Contractors to implement Affirmative Action practices in their employment programs. This means Contractor should not discriminate against any employee or applicant for employment because of race, color, religion, sex, pregnancy, sexual orientation, political belief or affiliation, age, disability or genetic information. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 110 of 369 Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the 111 of 369 contractor may request the United States to enter into such litigation to protect the interests of the United States. 3. “During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 112 of 369 (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States.” 4. Davis Bacon Act and Copeland Anti-Kickback Act. a. Applicability of Davis-Bacon Act. The Davis-Bacon Act only applies to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. b. All prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §§ 3141-3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction)). See 2 C.F.R. Part 200, Appendix II, ¶ D. c. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. d. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. e. In contracts subject to the Davis-Bacon Act, the contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the 113 of 369 compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to FEMA. f. The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis-Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis-Bacon Act does not apply to Public Assistance recipients and subrecipients. In situations where the Davis-Bacon Act does not apply, neither does the Copeland “Anti-Kickback Act.” However, for purposes of grant programs where both clauses do apply, FEMA requires the following contract clause: “Compliance with the Copeland “Anti-Kickback” Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.” 5. Contract Work Hours and Safety Standards Act. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non- Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. c. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. d. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or 114 of 369 articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: “Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier 115 of 369 subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” 6. Rights to Inventions Made Under a Contract or Agreement. a. Stafford Act Disaster Grants. This requirement does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households – Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of “funding agreement.” b. If the FEMA award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the non- Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II, ¶ F. c. The regulation at 37 C.F.R. § 401.2(a) currently defines “funding agreement” as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C.§§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, ¶ G. a. The following provides a sample contract clause concerning compliance for contracts of amounts in excess of $150,000: “Clean Air Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal 116 of 369 government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.” 8. Debarment and Suspension. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Non-federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part 3000 (Non procurement Debarment and Suspension). c. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, ¶ H; and Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PDAT Supplement]. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by 117 of 369 agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6.d and Appendix C, ¶ 2. d. In general, an “excluded” party cannot receive a Federal grant award or a contract within the meaning of a “covered transaction,” to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a “covered transaction,” which is any non-procurement transaction (unless excepted) at either a “primary” or “secondary” tier. Although “covered transactions” do not include contracts awarded by the Federal Government for purposes of the non-procurement common rule and DHS’s implementing regulations, it does include some contracts awarded by recipients and subrecipient. e. Specifically, a covered transaction includes the following contracts for goods or services: (1) The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. (2) The contract requires the approval of FEMA, regardless of amount. (3) The contract is for federally required audit services. (4) A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified: “Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal 118 of 369 Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.” 9. Byrd Anti-Lobbying Amendment. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PDAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4. d. The following provides a Byrd Anti-Lobbying contract clause: “Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.” APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 119 of 369 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official Name and Title of Contractor’s Authorized Official Date” 120 of 369 10. Procurement of Recovered Materials. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, ¶ 7. c. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. The following provides the clause that a state agency or agency of a political subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: “(1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA- designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg -program.” 11. Additional FEMA Requirements. a. The Uniform Rules authorize FEMA to require additional provisions for non- Federal entity contracts. FEMA, pursuant to this authority, requires or recommends the following: b. Changes. To be eligible for FEMA assistance under the non-Federal entity’s FEMA grant or cooperative 121 of 369 agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end-item procured. c. Access to Records. All non-Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, ¶ XXVI (2013). d. The following provides a contract clause regarding access to records: “Access to Records. The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract.” 12. DHS Seal, Logo, and Flags. a. All non-Federal entities must place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. See DHS Standard Terms and Conditions, v 3.0, ¶ XXV (2013). b. The following provides a contract clause regarding DHS Seal, Logo, and Flags: “The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval.” 122 of 369 13. Compliance with Federal Law, Regulations, and Executive Orders. a. All non-Federal entities must place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. b. The following provides a contract clause regarding Compliance with Federal Law, Regulations, and Executive Orders: “This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives.” 14. No Obligation by Federal Government. a. The non-Federal entity must include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. b. The following provides a contract clause regarding no obligation by the Federal Government: “The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.” 15. Program Fraud and False or Fraudulent Statements or Related Acts. a. The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. The following provides a contract clause regarding Fraud and False or Fraudulent or Related Acts: “The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract.” Additional contract clauses per 2 C.F.R. § 200.325 For applicable construction/reconstruction/renovation and related services: A payment and performance bond are both required for 100 percent of the contract price. A “performance bond” is one executed in connection with a contract to secure fulfillment of all the contractor’s obligations under such contract. A “payment bond” is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided in the contract. 123 of 369 Offeror agrees to comply with all terms and conditions outlined in the Special Conditions section of this solicitation. Offeror’s Name: ____________________________________________________________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number:___________________________ _Fax Number: ______________________________________ Printed Name and Title of Authorized Representative:_____________________________________________________________ Email Address: ____________________________________________________________________________________________ Signature of Authorized Representative: ____________________________________Date: ________________________________ 124 of 369 Appendix C, DOC # 6 QUESTIONNAIRE Please provide responses to the following questions that address your company’s operations, organization, structure and processes for providing products and services. 1. Diversity Programs • Do you currently have a diversity program or any diversity partners that you do business with? Yes No (If the answer is yes, attach a statement detailing the structure of your program, along with a list of your diversity alliances and a copy of their certifications.) 2. Diverse Vendor Certification Participation Region 4 ESC encourages the use of under-utilized businesses (HUB), minority and women business enterprises (MWBE), and small and/or disadvantages business enterprises (SBE) both as prime and subcontractors. Offerors shall indicate below whether or not they and/or any of their subcontractors (and if so which) hold certification in any of the classified areas and include proof of such certification with their response. a. Minority Women Business Enterprise Respondent certifies that this firm is an MWBE Yes No List certifying agency: _______________________________________________ b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Respondent certifies that this firm is a SBE or DBE Yes No List certifying agency: _______________________________________________ c. Historically Underutilized Businesses (HUB) Respondent certifies that this firm is a HUB Yes No List certifying agency: _______________________________________________ d. Historically Underutilized Business Zone Enterprise (HUBZone) Respondent certifies that this firm is a HUBZone Yes No List certifying agency: _______________________________________________ e. Other Respondent certifies that this firm is a recognized diversity Yes No certificate holder List certifying agency: _______________________________________________ 3. Has Offeror made and is Offeror committed to continuing to take all affirmative steps set forth in 2 CFR 200.321 as it relates to the scope of work outlined in this solicitation? Yes No 125 of 369 RECEIPT OF ADDENDUM NO. 1 ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name ______________________________________ Contact Person _______________________________________ Signature ____________________________________________ Date ________________________________________________ Crystal Wallace Region 4 Education Service Center Business Operations Specialist 126 of 369 Products Services Pricing    Point by Point Response    2a) Products/Services/Pricing  i. Offerors shall provide pricing based on a discount from a  manufacturer’s price list or catalog, or fixed price, or a combination  of both with indefinite quantities. Prices listed will be used to  establish the extent of a manufacturer’s product lines, services,  warranties, etc. that are available from Offeror and the pricing per  item. Multiple percentage discounts are acceptable if, where  different percentage discounts apply, those different percentages  are specified. Additional pricing and/or discounts may be included.  Products and services proposed are to be priced separately with all  ineligible items identified. Offerors may elect to limit their  proposals to any category or categories.  Response: OFS is offering pricing based on a discount from   mfg price lists. please refer to the Proposed Pricing Document   In Tab 2    ii. Include an electronic copy of the catalog from which discount, or  fixed price, is calculated. Electronic price lists must contain the  following: (if applicable)  • Manufacturer part #  • Offeror’s Part # (if different from manufacturer part #)  • Description  • Manufacturers Suggested List Price and Net Price  • Net price to Region 4 ESC (including freight)  Media submitted for price list must include the Offerors’ company  name, name of the solicitation, and date on a Flash Drive (i.e. Pin or  Jump Drives).  Response: please refer to the Current Price Lists folder in  electronic version of Tab 2 Which includes all requested  information except for net price which must be calculated  based on pricing tier using discount chart    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        129 of 369 Products Services Pricing  iii. Is pricing available for all products and services? ​Yes  i. Please provide pricing for services based on a range, from  minimum price per hour to maximum price per hour, with a  not to exceed on the maximum price per hour charge.  Response: Pricing for services is featured in the Proposed  Pricing Document. All OFS products are included as are Dealer   Services. The price per hour listed reflects a Minimum and   Maximum price per hour. OFS would suggest converting to a   maximum only price with market conditions dictating  minimum rates.     iv. Describe any shipping charges.  i. Describe delivery charges along with definitions for:  1. Dock Delivery  2. Inside Delivery  3. Deliver and Install  Response: All products are shipped FOB Destination Prepaid   and Allowed. Dock, Inside Delivery and Delivered and Installed   are included in the Proposed Pricing Document but are also  described here:    Drop Ship:​ ​All deliveries shall be delivered to the site. End-User /  buyer is responsible for unloading, unboxing and assembly. Dealers  may receive and unload products at dealer or client dock but labor  to do so or double handling is not included in “drop ship” price.     Delivery/Installation:​ Includes receiving of the product including  the filing of any freight claims at client or dealer facility, delivery to  site, installation and punch list completion during normal business  hours and conditions. This service requires access to dock and  elevator with free and clear access to space via furniture dolly.  Electricity, heat and air conditioning, and floor and wall protection if  required are to be provided by the client at no charge or negotiated  with the dealer. All services include freight via tractor-trailer to sites  accessible dock during normal business hours. Any services  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        130 of 369 Products Services Pricing  requiring double handing, additional trips, or “hand carry” will be  quoted per project. When using discounts that include services  beyond “drop ship” a service fee may apply to projects below $5000  list or beyond 50 miles from the authorized dealer.   Any work requiring the installation of data/telecommunications or a  licensed electrician is the responsibility of the client.     Inside Delivery: ​ This option is available as a negotiable item. It is a  service provided by a dealer who prepares a quote using drop ship  product discounts and a per-hour labor rate to provide the inside  delivery service after confirming the suitability of the end-users  facility dock to receive shipments direct. It may be necessary for the  shipment to go to a warehouse and be delivered to site.     v. Provide pricing for warranties on all products and services.  Response: OFS includes our standard warranty at no additional  charge.     vi. Describe any return and restocking fees.  Response: Please refer to the document titled OFS Return and   Restocking policy found in tab 2    vii. Describe any additional discounts or rebates available. Additional  discounts or rebates may be offered for large quantity orders, single ship  to location, growth, annual spend, guaranteed quantity, etc.  Response: OFS will offer additional discounts for large  quantities in the form of Tiered pricing. See Tier 2 pricing on  the Proposed Pricing document found in Tab 2. Additionally,  OFS may agree to offer unique agreements offering additional  incentives.     viii. Describe how customers verify they are receiving Contract pricing.  Response: All orders are viewed by our Contracts Manager to  ensure contract compliance. Prior to submitting an order,  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        131 of 369 Products Services Pricing  customers may send their quotes or inquiries to a dedicated  email address that will be established: omnia@ofs.com    ix. Describe payment methods offered.  Response: OFS will offer Net 30 days payment terms via check,  credit card, or ACH direct deposit    x. Propose the frequency of updates to the Offeror’s pricing structure.  Describe any proposed indices to guide price adjustments. If offering a  catalog contract with discounts by category, while changes in individual  pricing may change, the category discounts should not change over the  term of the Contract.  Response: OFS plans to maintain the discount structure found  in the initial contract. Price requests align with our commercial  price catalog updates which are generally changed once per  year.     xi. Describe how future product introductions will be priced and align  with Contract pricing proposed.  Response: New product introductions will be automatically  included at the existing discount if the product is part of an  existing product line. If a new product line is launched, OFS  will present the product and proposed discount structure to  Region 4 ESC for consideration. In all cases during our  previous term, new products and product lines were added at  the same discounts as found in the contract.    xii. Provide any additional information relevant to this section.  The pricing structure enclosed mirrors our existing Region 4  contract which has been refined to provide the greatest flexibility for  our customers and dealers. Customers are pleased with the simple  pricing found regardless of the product line and in many cases,  volume discounts have been offered based on market conditions.     ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        132 of 369 Products Services Pricing  Not to Exceed Pricing.​ Region 4 ESC requests pricing be submitted as  not to exceed pricing. Unlike fixed pricing, the Contractor can adjust  submitted pricing lower if needed but, cannot exceed original pricing  submitted. Contractor must allow for lower pricing to be available for  similar product and service purchases. Cost plus pricing as a primary  pricing structure is not acceptable.  Response: OFS proposed discounts reflect Not to Exceed  (ceiling) prices. OFS may, if market conditions exist, adjust  pricing lower.     ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        133 of 369 Proposed Pricing    The OFS Proposed Pricing for Region 4 ESC  OFS proposes pricing based on a discount from the price list  OFS DOES NOT limit our proposal to certain categories     With the exception of adding a minimum rate for services, the following  structure has been utilized successfully in our existing Region 4 ESC  contract and is being proposed again.     Price Schedule  Brands/  Product Line  List price  volume per  order  Client  discount %    DROP  SHIPPED      Available as  OFS or  dealer  invoiced  Client   discount %    Non-union   Delivered &  Installed    Available as  Dealer invoice  only  Client   discount %    Union/prevailing  wage Delivered  & Installed    Available as  Dealer invoice  only    OFS / Carolina:  Brands may be  combined to  reach the next  tier. Excluding  Open Plan  $1-$100,000 58% 51% 47%  $100,001+ 60% 53% 49%  Open Plan (from  Open Plan price  list)  $1-$67,500 62% 55% 51%   $67,501+ 65% 58% 54%  Inside Delivery:  Negotiable                         ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        134 of 369 Proposed Pricing  Additional Services rates: Minimum and Maximum per person per  hour shown below:    Non-Union Union/  Prevailing  Wage     Design $35-$76.50 $45-$76.50    Installation/  Reconfiguration  $35-$63.00 $45-$163.00    Reconfiguration $35-$63.00 $45-$163.00    Project Mgmt $35-$76.50 $45-$163.00    Asset Mgmt $35-$76.50 $45-$163.00    Refurbishment $35-$66.50 $45-$163.00    Storage per  square foot  $1.50           Notes:  ●OFS Invoiced means orders are addressed to and invoiced by  OFS.  ●Dealer Invoiced means orders are addressed to and invoiced  by an Authorized Dealer.   ●Discounts taken from current list price at time of order entry  ●Small order fee does not apply  ●Terms: Net 30  ●Freight: FOB Destination    Drop Ship: ​All deliveries shall be delivered to the site. End-User /  buyer is responsible for unloading, unboxing and assembly. Dealers  may receive and unload products at dealer or client dock but labor  to do so or double handling is not included in “drop ship” price.     ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        135 of 369 Proposed Pricing  Delivery/Installation:​ Includes receiving of product including filing  of any freight claims at client or dealer facility, delivery to site,  installation and punch list completion during normal business hours  and conditions. This service requires access to dock and elevator  with free and clear access to space via furniture dolly. Electricity,  heat and air conditioning, and floor and wall protection if required  are to be provided by the client at no charge or negotiated with  dealer. All services include freight via tractor-trailer to sites  accessible dock during normal business hours. Any services  requiring double handing, additional trips, or “hand carry” will be  quoted per project. When using discounts that include services  beyond “drop ship” a service fee may apply to projects below $5000  list or beyond 50 miles from the authorized dealer.   Any work requiring the installation of data/telecommunications or a  licensed electrician is the responsibility of the client.     Inside Delivery: ​ This option is available as a negotiable item. It is a  service provided by a dealer who prepares a quote using drop ship  product discounts and a per-hour labor rate to provide the inside  delivery service after confirming the suitability of the end-users  facility dock to receive shipments direct. It may be necessary for the  shipment to go to a warehouse and be delivered to site.     Order Instructions:   ●Customer purchase order whether addressed to OFS or to an  authorized dealer shall include the Region 4 ESC contract  number  ●Delivered and Installed pricing option only available when  billing through a dealer    The benefits of the OFS pricing model:  ●A simple formula regardless of product type, style or brand  with the only exception of open-plan aka systems furniture.  ●We’ve even included Quickship at ​no extra charge  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        136 of 369 Proposed Pricing  ●Ability to combine various products to achieve tier 2  discounts. We don’t ask that you work with a myriad of  product types with various discounts. In fact, we let you  combine all product types except open plan to help ​get to tier  2 pricing faster.  ●Flexible order processing.​ Unlike some suppliers, we don’t  require that the orders be addressed to OFS. We let the  agency decide whether to buy from their local dealer partner  or OFS.   ●We don’t penalize you if we aren’t the total solution for your  project. You get our best price without any commitments  other than volume. Simple.             ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        137 of 369 OFS Product Scope     Products and Services  OFS offers an array of products that align with the RFP furniture  categories:      RFP Category OFS / Carolina Solutions  Systems Furniture Systems, Open Plan and Accessories  available  Freestanding Furniture Casegoods, Space-defining, folding and  mobile tables, mobile desks,  height-adjustable, reception, storage  Seating/Chairs Seating for office and classroom, tandem  seating, and general use including  healthcare applications, high task,  stacking, nesting  Soft Seating Common areas, libraries, waiting areas,  open learning spaces including lounge,  modular linear seating, tables, healthcare,  pediatric, behavioral health,  private/acoustical and accessories  including electrical and lighting  Filing Systems, Storage  and Equipment  Lateral files, storage cabinets, bookcases,  equipment and accessories including  planters, coat racks, pegboard storage  Technology Support  Furniture  Tables, storage, power modules  (freestanding and desk/table mount),  keyboard arms, monitor arms including  Tambien products  Library Furniture Wood shelving, tables, carrols, librarian  desking  Science Laboratory Tables, stools, storage  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        138 of 369 OFS Product Scope  Furniture  Cafeteria Furniture Tables, seating  Early Childhood  Furniture  Boost seating  Audio/Visual Furniture Podiums, Tables  Art Instructional  Furniture  Tables, storage  Educational Office  Furniture  Faculty and administrative desks and  seating, teachers lecterns and tables,  classroom tables and seating, collaborative  seating, lockers  Career/Technical  Education Furniture  Reception desks and seating, faculty, and  administrative desks and seating, teachers  lecterns and tables, classroom tables and  seating, collaborative seating, lockers  Auditorium/Theater  Fixed Seating  Ganged style and jury base seating  Modular Walls Obeya space division system, Staks  modular workstation walls  Related Products,  Support Services, and  Solutions  QuickShip solutions, Tambient smart  lighting, planters, coat stands      The images below will illustrate most of our offerings for your  categories by product name and image. The full collection may be  found at ofs.com and clicking “browse products”. Additionally, we will  be happy to submit brochures for the full scope if desired.        ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        139 of 369 OFS Product Scope  Systems Furniture / Open Plan:            Space Defining Obeya:                ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        140 of 369 OFS Product Scope    Freestanding Furniture:        ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        141 of 369 OFS Product Scope      Including folding, mobile tables and adjustable tables from Applause:                ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        142 of 369 OFS Product Scope  Seating / Chairs:      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        143 of 369 OFS Product Scope        ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        144 of 369 OFS Product Scope        Pre-School:                    Folding/Hanging Maren              ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        146 of 369 OFS Product Scope  Soft Seating:      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        147 of 369 OFS Product Scope      Filing Systems, Storage and Equipment:    Each freestanding desk collection contains individual storage  units and cabinets in addition to what is shown below.      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        148 of 369 OFS Product Scope  Including Mile Marker lockers, Slate storage, Rowen bookcases,  Pulse storage cabinets, bookcases, and mobile pedestals and  Pind wall storage          Technology Support Furniture:      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        149 of 369 OFS Product Scope          Library Furniture:    We make traditional bookcases, and tables with privacy, but  the library has become a collaborative or cafe space as well!  Shown here: Classic bookcases, LeanTo seating, Eleven tables,  Heidi stools and tables and Bistro table with Boost child-sized  chair.      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        150 of 369 OFS Product Scope          Science Laboratory Furniture:          ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        151 of 369 OFS Product Scope  Cafeteria Furniture:        Early Childhood Furniture:    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        152 of 369 OFS Product Scope          Audio/Visual Furniture:              ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        153 of 369 OFS Product Scope  Art Instructional Furniture:      Educational Office Furniture:      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        154 of 369 OFS Product Scope            Career/Technical Education Furniture:      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        155 of 369 OFS Product Scope        Auditorium/Theater Fixed Seating:    OFS offers ganged seating and chairs that may have jury bases  as shown below in this installation:    Jury base:                    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        156 of 369 OFS Product Scope  Ganged seating:Multiple seating:              Modular Walls:      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        157 of 369 OFS Product Scope                  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        158 of 369 OFS Product Scope      Healthcare:  Reclilners, waiting, mother/baby furniture, physician’s office,  patient rooms, exam rooms, treatment areas, and clinic and  behavioral health solutions        ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        160 of 369 OFS Product Scope        Play  OFS offers an exciting range of furniture for play including Riff  table tennis, picnic tables & Shuffleboard                ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        161 of 369 OFS Product Scope  Unique Product Capabilities:  The custom wood, laminate and Corian capabilities of Mile  Marker modular cabinetry and casework enable us to provide  countertops and cabinets for a number of applications including  dormitory kitchen/breakrooms. Mile Marker can also be used to  build shelving, bookcases, and reception desks. The option rich  solutions offered by Mile Marker allow each application to be  customized for specific needs. Unlike millwork, Mile Marker ships  fully assembled, offering simple installation. Components can be  easily moved and reconfigured, should needs change. Mile  Marker components are engineered to disassemble and  reattach. While conventional contractor millwork is guaranteed  for 1 year, Mile Marker comes with a limited lifetime warranty.  Another benefit is delivery in 6-8 weeks. A full support team is  available from specification through installation. A chart is  enclosed that outlines the benefits of Miler Marker versus  traditional millwork. Mile Marker lockers are available in wood or  laminate and can be customized for athletics or general student  use.    Mile Marker cabinetry solutions were the choice for the Union  County Human Services Building. A few of their solutions are  shown here:        ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        162 of 369 OFS Product Scope  Mike Marker custom lockers were the choice of the National  Football League’s Buffalo Bills for their remodeled locker room  at Ralph Wilson Stadium during the summer of 2014 and  Louisana State University’s athletic facility in 2019.          ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        163 of 369 OFS Product Scope  OFS offers a 10-day Quickship program found in a downloadable  catalog:    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        164 of 369 OFS Product Scope  OFS offers the following services :      Available directly from OFS Available through dealers  Custom typicals Interior design services  Quickship products Layout services  Layout services Fabric and color design services  Installation Installation  Professional development  through Continuing Education  programs  Systems furniture  reconfiguration  Furniture leasing Asset management tools  Asset management tools /  buyback programs  Assessment tools  Standards program development storage   Furniture refurbishment                            ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        165 of 369 OFS Return & Restocking Policy    RETURN OF MERCHANDISE    OFS or Carolina will not accept returned merchandise without a signed  Return Authorization (RA) issued by our Customer Service Department.  All returned merchandise must be properly packaged and cartoned to  prevent further damage. Carton must be clearly marked with  identifying RA number so that proper credit can be issued. We will  consider issuing RAs for the following reasons:    • Manufacturing defect (must be inspected by an OFS or Carolina Sales  Representative)  • OFS or Carolina order processing error  • Shipping error  • Duplicate shipments  • Mismarked cartons    All merchandise must be returned within thirty (30) days of the date of  the RA to receive credit. Freight damage, signs of usage, missing parts,  etc. will be adjusted on the amount of credit to be issued.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        170 of 369 Tab 3 Appendix D Exhibit A OFS Response  OFS Brands Inc. Response to Appendix D, Exhibit A    item 3.0 Supplier Response:    Experience  Strong National Presence   Education of Sales For​ce Distribution Nationwide  Marketing Plan  Volume tracking  Differentiators      3.1 Company      A. Brief history and description of Supplier.    OFS Brands Inc. is a family owned, community-driven company  providing socially responsible furniture and logistics solutions in  office, healthcare, education, government, and home office  markets across the world. Established in 1937 in Huntingburg,  Indiana, OFS has grown into a global leader while staying true to  its local roots and core values of sustainability and  craftsmanship. Desks, Tables and Seating have been core  product lines from the beginning. Over the years, we expanded  our product lines to include healthcare, dining, education, and  all facets of furniture for work including open plan, modular  cabinetry, tables and accessories.    OFS is considered a rapidly growing mid-market furniture  manufacturer providing great design at an affordable price.  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        171 of 369 Tab 3 Appendix D Exhibit A OFS Response  Many of the largest furniture companies grew during the cubicle  boom of the 1980’s and 90’s and are still known by many as  “workstation” manufacturers today. OFS began as a primarily  wood casegood company and through innovation and  acquisition of the Carolina, Loewenstein and Highmark  companies became a mid-market leader in the seating,  workplace, healthcare and education markets. In 2007 we had  500 employees and have grown to include approximately 1850  today.     To better illustrate our ​strong national presence ​in the market  we are happy to share a few notable activities and investments.  We continue to invest in our manufacturing facilities throughout  the U.S. including Indiana, North Carolina, California, and  Kentucky. Our showrooms are strategically located across the  U.S. including New York, Washington DC, Chicago, Atlanta,  Dallas, and Los Angeles.     We invest in events and conference such as EdSpaces to ensure  our ​connection with the K-12 Education market​ and are  members and sponsors of SCUP and AUID to ensure our  relationship to the ​College and University Planners and  University Interior Designers​ across the United States and  Canada. Our most recent market investment is our continued  and significant investment as Presenting Sponsor for the 2nd  year in a row of ​Healthcare Design Expo & Conference (HCD)​,  held each November. We are an award winning destination for  contract furniture industry professionals and customers during  our significant Neocon presence with a large 11th floor  permanent showroom and offices in the Chicago Merchandise  Mart. OFS invests and is recognized as a leader in  MyResourceLIbrary - a resource for specifiers as well as CET  Designer, a tool that helps dealers and specifiers in the industry.     We invest nationally in regional and local chapter events such as  NIGP chapters (CAPPO, FAPPO, IPPA etc) as well as OMNIA  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        172 of 369 Tab 3 Appendix D Exhibit A OFS Response  OFS does not subscribe to D&B. See attached Experian Report      F. Describe any green or environmental initiatives or policies.    INDOOR AIR QUALITY  It has been shown that American spend approximately 90% of  our time indoors and our indoor air is 2 to 5 times more polluted  than the air outside. These statistics alone are enough for OFS to  commit to providing the lowest emitting interior furniture  products possible.    All of OFS furniture products have achieved SCS Indoor  Advantage and SCS Indoor Advantage Gold Certifications. Indoor  Advantage Gold certification is SCS Global Services’ highest level  of indoor air quality performance for furniture. The certification  assures that furniture products support a healthy indoor  environment by meeting strict chemical emission limits for  volatile organic compounds (VOCs). To be certified, products  must be tested by independent labs for compliance with the  ANSI/BIFMA X7.1, and either ANSI/BIFMA e.3 or CDPH/EHLB  Standard Method V1-1 for VOC emissions of concerns. A  complete list of certified products and our product certificates  can be found on SCS Global Services website:  (​http://www.scsglobalservice.com/certified-green-products-guid e​)    BIFMA level CERTIFICATION  The BIFMA e3 Sustainability Standard, which provides the  foundation for the level certification, is the multi-attribute,  sustainability standard and third party certification program for  the furniture industry. For more information on the level  certification program and to view our certifications please visit  levelcertified.org.  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        174 of 369 Tab 3 Appendix D Exhibit A OFS Response    FSC® COC CERTIFICATION  To promote and support our commitment to responsible forest  management OFS offers all casegoods and tables as FSC® COC  Certified (Forest Stewardship Council®). The FSC Standards  represent the world’s strongest system for guiding forest  management toward sustainable outcomes. Fscus.org FSC  certified products are manufactured with material that comes  from managed forests that are traceable from the time the logs  are cut to the time the final project is installed and are recorded  by way of COC or chain of custody claim on all invoices. The  demand for certified forest products has grown significantly in  recent years. OFS’s goal to act as a responsible steward of the  environment encouraged us to pursue our FSC Chain of Custody  (COC) certification back in 2007. This enabled us to procure and  process wood fiber based materials that are certified under the  most recognized global certification standard for responsibly  harvested and/or recovered wood material. This provides our  customer (Dealer, A&D community and end-users) the added  reassurance that they have purchased furniture that meets the  strict requirements of the FSC COC Standard. FSC certification is  optional on many, but not all, OFS product lines. Please contact  OFS Customer Service for information in regards to which of our  product lines are available as FSC certified, and what the  necessary procedures are for ordering FSC certified products  from OFS. OFS FSC license code is FSC-C004808.    USGBC & LEED  OFS is an active member of the U.S. Green Building Council. The  USGBC is the nation’s foremost coalition of leaders working to  transform the way buildings and communities are designed,  built and operated, enabling an environmentally and socially  responsible, healthy, and prosperous environment that improves  the quality of life. As a member of the USGBC, OFS promotes the  development of the LEED green building certification program.  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        175 of 369 Tab 3 Appendix D Exhibit A OFS Response  We offer products that contribute to LEED Certified projects and  have committed to LEED certification of multiple OFS locations  throughout the country.    EPA SmartWay partnership:​ In 2004, Styline Logistics  became the first company in Indiana to join the U.S.  Environmental Protection Agency’s SmartWay Transport  Partnership. The partnership is a voluntary program with the U.S.  EPA that shows how shippers and carriers can gain economic  benefits while mitigating their environmental impact.    To meet the SmartWay challenge to eliminate unnecessary  truck engine idling, Styline Logistics employed many different  policies, procedures and technologies that included auxiliary  power units (APU’s), reduced maximum speeds, automatic  engine shutdown, automatic tire inflation systems, bio-and  low-sulfur diesel fuels and new incentive programs. Since our  partnership began in 2004 we have reduced our Carbon Dioxide  [CO2] emissions by nearly 18,000 metric tons (32%), our  particulate matter emissions by 3,000 metric tons (58%) and  NOx gases by 113 tons (82%). This is yet another story in the long  line of success the partners have achieved to live and prosper in  a clean environment, while enjoying and preserving our natural  resources.  Product design & development​: OFS collaborates with interior  and industrial designers to develop innovative furniture that  exceeds the functionality requirements of the user while  minimizing the amount of materials required for production.  This Design for the Environment approach greatly reduces the  amount of material required to produce our furniture products,  while also incorporating some of the core principles of green  building design. Considering functionality, aesthetics and  environmental performance into each product design we are  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        176 of 369 Tab 3 Appendix D Exhibit A OFS Response  able to satisfy customer demand while offering products that  meet strict 3rd party environmental certifications.    WELL:​ In July of 2017, the OFS corporate office in  Huntingburg was officially registered for the WELL Building  Standard®. This marked a long road to a wellness-focused  workspace, and the company began the journey with the help of  the International WELL Building Institute™. The WELL Building  Standard (WELL) is the premier building standard to focus on  enhancing people’s health and wellness through the built  environment. WELL is a performance-based system for  measuring, certifying, and monitoring features within the  certification standard.    OFS has several associates who are WELL certified and OFS  offers WELL CEU’s for our clients, conference, and partners. We  offer this education as a commitment to further educating it’s  partners with current and relevant industry education,  supporting our continued investment in not just creating  products that promote environments that focus on human  centered design, but education on the innovative trends that  support that commitment.      G. Describe any diversity programs or partners supplier does  business with and how Participating Agencies may use diverse  partners through the Master Agreement. Indicate how, if at all,  pricing changes when using the diversity program.  OFS relies on our dealer diversity partners to provide services.  We plan to offer this partnership through OMNIA Partners. While  OFS manufactures the products, the dealers serve as our  subcontractor to provide an array of services including  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        177 of 369 Tab 3 Appendix D Exhibit A OFS Response  installation, design, reconfiguration, asset inventory  management, project management, reupholstery and storage.    Our dealer diversity partners nationally are all categorized as  small businesses by the SBA.​ OFS actively searches for the best  partners in the marketplace and support those dealers who may  be minority, women-owned, or located in HUB zones. We do not  require that those dealers seek certification but do our best to  identify those who may be eligible and encourage them to  register with public agencies. OFS will identify any such  designations in our list of authorized contract dealers provided  to OMNIA Partners.    It should be noted that the services offered through these  dealers will be available to all members at the same price as  offered by OFS.    Public agencies occasionally choose to contract with minority  businesses to serve as project managers or purchasing agents  on their behalf. This most often occurs with ​General Contractors  and Design Build projects. ​We support those initiatives. ​With the  agencies authorization we will allow those partners to access the  cooperative contract on their behalf and will extend the same  pricing structure.    A ​sample ​of our most active OMNIA minority dealer partners  follows:    ●Innovative Commercial Environments, CA SDB/SWBE  ●Saxton, IA W/SBE  ●J Tyler, Houston TX W  ●Navajo Office Products, Amarillo TX HUB/M  ●Spaces Inc, Memphis TN WBE/WOB/SBE  ●SKG, Austin TX HUB/WBENC  ●Workplace Resource, TX W  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        178 of 369 Tab 3 Appendix D Exhibit A OFS Response  ●Business Interiors, Irving TX WBE  ●Office Solutions BI, CA SWBE/Minority  ●Austin Business Furniture, TX HUB/W  ●GL Seaman, TX HUB/W  ●Enriching Spaces, OH WMBE  ●Williams Interior Designs, OH WMBE      H. Describe any historically underutilized business certifications  supplier holds and the certifying agency. This may include business  enterprises such as minority and women owned, small or  disadvantaged, disable veterans, etc.    Many of our dealers across the U.S. hold HUB certifications. See   document titled “Texas HUB zone dealers” in Tab 3 to find the 8   Texas HUB zone dealers as one state’s example.    Some of those dealers are also women owned, veteran owned  etc. Please refer to the authorized OMNIA dealer list found in tab  3 where we have captured, where easily available, the additional  designations these dealers may hold.     Of those listed, the following have extensive sales of  OFS/Carolina through our existing Region 4 ESC, OMNIA  contract    ●Innovative Commercial Environments, CA SDB/SWBE  ●Saxton, IA W/SBE  ●J Tyler, Houston TX W  ●Navajo Office Products, Amarillo TX HUB/M  ●Spaces Inc, Memphis TN WBE/WOB/SBE  ●SKG, Austin TX HUB/WBENC  ●Workplace Resource, TX W  ●Business Interiors, Irving TX WBE  ●Office Solutions BI, CA SWBE/Minority  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        179 of 369 Tab 3 Appendix D Exhibit A OFS Response  ●Austin Business Furniture, TX HUB/W          I. Describe how supplier differentiates itself from its competitors.    Privately, family owned:​ As a privately owned, family owned  business, we support the needs of our customers and not  quarterly results, as we have since our founding. Our  conversations with our customers are about partnership, not  quarterly spend estimates. Our president Hank Menke and his  four children are all actively engaged in the business including  sales & marketing, finance, product development, operations  and logistics which results in a high level of commitment for our  customers. Each of them have worked in furniture dealerships  giving them invaluable experience. With a lean management  structure our customers will not get lost through layers of  management.    Distribution Network:​ Unlike most of our largest competitors,  OFS does not limit our dealers to one or two per market. We  have a large and diverse dealer network in every market. In  many cases we have 20 dealers in a given state.     This allows us to:  ●Extend coverage to rural areas  ●Add or remove dealers based on performance  ●Meet the preferences of our customers  ●Add dealers to support local small or minority  business goals    Styline Logistics,​ a division of OFS Brands Inc. is the only  furniture manufacturer that uses its own fleet of trucks and  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        180 of 369 Tab 3 Appendix D Exhibit A OFS Response  company employed drivers to deliver products to our customers.  Styline Logistics has a fleet of 200 trucks and 400 trailers.  Products are delivered on our trucks, regardless of order size. We  are the only company in our industry that does not contract  delivery of product to customers. The benefit is that clients  receive goods free of freight damage. In 2018, we delivered 99.9  percent of our products without any damage. Additionally, our  Customer Service Department contacts the customer prior to  shipment and arranges a delivery appointment. Our trucks are  equipped with GPS and our dispatch center in High Point, NC  monitors their position throughout the day to ensure that the  deliveries are made at the scheduled time.    Healthcare solutions: ​ The Carolina brand is one of the strongest  brands and largest suppliers of healthcare related furniture and  related services in the country. Our diverse range of products  includes patient room furniture, waiting room, administrative,  lobby, reception, executive, training and conference solutions  featuring materials and features designed especially with  Healthcare standards in mind. Additionally, we offer products  for unique Health Care areas such as behavioral health, pediatric,  and modular millwork (mentioned below) which is used  primarily in the patient room and nurse stations areas.     Modular millwork:​ OFS offers unique customer capabilities to  provide modular cabinetry and casework for our customers with  Carolina Mile Marker products. The custom laminate, wood, and  Corian capabilities of Mile Marker modular cabinetry and  casework enable us to provide athletic and student lockers,  countertops and cabinets for office, dormitory, kitchen/break  rooms, and healthcare clinic environments. The benefit is that  Mile Marker is delivered in 6 weeks, unlike conventional  millwork. Another advantage is that Mile Marker ships fully  assembled, offering simple installation and components that  can be easily moved and reconfigured. A full support team is  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        181 of 369 Tab 3 Appendix D Exhibit A OFS Response  available from specification through installation. The option rich  solutions offered by Mile Marker allow each application to be  customized for specific needs. While conventional contractor  millwork is guaranteed for 1 year, Mile Marker comes with a  limited lifetime warranty.    Product durability - Test Lab Operations:​ OFS operates its own  in-house testing lab. This test lab is A2LA accredited (Test  Certificate No. 3337.01). The accreditation assures our customers  that our test equipment is accurate and we are following all  required procedures. Having an in-house testing lab has many  benefits including the ability to quickly test new product  developments or different aspects of a given furniture unit. This  ensures us that a unit will meet specific requirements before the  product design in completely finished. This ability alone can  potentially save hundreds of hours of design and engineering  time and facilitates new product introductions.    J. Describe any present or past litigation, bankruptcy or  reorganization involving supplier.    OFS is not involved in any current or past litigation, bankruptcy,  or reorganization.    K. Felony Conviction Notice: Indicate if the supplier    a. is a publicly held corporation and this reporting requirement is  not applicable;    b. OFS is not owned or operated by anyone who has been  convicted of a felony;     c. is owned or operated by and individual(s) who has been  convicted of a felony and provide the names and convictions.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        182 of 369 Tab 3 Appendix D Exhibit A OFS Response      L. Describe any debarment or suspension actions taken against  supplier    OFS is not owned or operated by anyone who has been  convicted of a felony.      3.2 Distribution, Logistics    A. Describe the full line of products and services offered by supplier.    Products:  OFS has a full scope of products in the office, education,  healthcare, government, and nonprofit sectors. To illustrate the  variety of products offered within OFS and Carolina we’ve  assembled the following list of categories and the number of  collections per area.    Seating:82 collections  Tables:32 collections  Casegoods:17 collections  Modular Casework:1 robust collection  Open Plan:6 collections  Space Defining:1 collection  Accessories:28 collections  Architectural:1 collection    Healthcare seating:77 collections  Healthcare tables 26 collections  Healthcare casegoods 7 collections  Healthcare pillows, equipment rails and chair dollies    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        183 of 369 Tab 3 Appendix D Exhibit A OFS Response      Services:  At OFS we firmly believe in listening to our clients and  aligning ourselves with the best partners in a market. When it is  determined to be in the best interest of the client, we offer  “direct purchases” between the customer and OFS.     For select projects, ​OFS may directly offer:  ●Standards program development  ●Product specification  ●Delivery  ●Installation  ●Project management services  ●Custom product and service solutions    In the majority of cases, our customers are serviced directly by  our large dealer network. OFS is primarily an “open” line  meaning​ we have more than one dealer in a market​ in order  to have the flexibility to align our distribution to best meet the  needs of our clients. This allows clients to choose a dealer  partner that is aligned with their values and goals. The majority  of our public agency and education clients use OFS held  contracts such as our OMNIA contract yet work directly with our  local dealer network with guidance and support from our  contract team, local OFS representative and OFS showrooms. In  most cases, ​the dealer partner invoices the agency directly​ in  order to track diversity and local spend metrics but also to  streamline communication.   Services provided by our ​dealers​ include:  ●Design  ●Product specification  ●Delivery  ●Installation  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        184 of 369 Tab 3 Appendix D Exhibit A OFS Response  ●Project management services  ●Storage  ●Asset / inventory management  ●Furniture end of life strategies  ●Reupholstery        Logistics:  Owning our logistics network allows us to take responsibility for  every step along the way. We operate a fleet of 400 trailers to  ensure a flawless delivery process with no hassles on your end.  We have less than .002% damage rate and our online tracking  system guarantees an exact delivery time, so you have  everything you need when you need it.      B. Describe how the supplier proposes to distribute the  products/service nationwide. Include any states where products  and services will not be offered under the Master Agreement,  including U.S. Territories and Outlying Areas.    OFS Brands Inc. currently holds a Region 4 ESC Contract  #R142213 through OMNIA Partners. OFS proposes to utilize our  existing national network of OFS representatives and small  business dealers to actively promote the OMNIA Partners  Contract to the Continental United States as well as Alaska,  Hawaii and U.S. Territories and Outlying Areas.      C. Describe how Participating Agencies are ensured they will  receive the Master Agreement pricing; include all distribution  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        185 of 369 Tab 3 Appendix D Exhibit A OFS Response  channels such as direct ordering, retail or in-store locations,  through distributors, etc. Describe how Participating Agencies  verify and audit pricing to ensure their compliance with the Master  Agreement.    Our dealers and representatives must go through a certification  process by attending a Government Ethics webinar conducted  by our law firm, Crowell and Moring. Additional criteria include  requiring the dealer principal to sign a dealer participation  agreement indicating that the dealer understands the  commitments and pricing found in our master agreement. The  OFS representatives, leadership team, and dealers will be  required to attend OMNIA Partners contract training upon  award of the contract and will participate in the OFS annual  dealer performance review.    We will require the OFS representatives to regularly engage with  the OMNIA Partners Regional Program Manager in sales calls to  public agencies. In addition to the sales responsibility, dealers  will provide all services under the contract as the FOS  subcontractor. As mentioned earlier, services include design,  installation, reconfiguration, project management, asset  management, reupholstery, and storage.    Dealers must submit all orders to OFS Contracts for ​verification  of contract pricing.​ Additional dealer functions include checking  acknowledgments, coordinating delivery with the customer and  performing installation services.    A copy of the agency purchase order must accompany the  dealer order. The customer has the option of issuing the order  directly to OFS or placing an order with the local small business  dealer.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        186 of 369 Tab 3 Appendix D Exhibit A OFS Response  As a final step, customers and dealers can receive immediate  answers and attention by emailing omnia@ofs.com    D. Identify all other companies that will be involved in processing,  handling or shipping the products/service to the end user.    OFS has hundreds of dealers who have participated in our  OMNIA contract. Please see attached list of OFS Authorized  OMNIA dealers as well as a list of OFS dealers. The difference is  that the OFS Authorized dealers have received training prior to  sales activities to ensure they are aware of the contractual  commitments and obligations. However, additional dealers are  added monthly or as allowed and accepted by Region 4 ESC.  Dealers are each able to process orders and to provide all  additional services including receiving product and providing  delivery and installation services.     In addition to our ​hundreds of dealer partners,​ Styline Logistics  has always provided quality transportation and logistical services  for all the furniture manufacturing divisions of our company. We  have years of experience in providing specialized handling for  various types of furniture, from seating to systems and  everything in between.      E. Provide the number, size and location of Supplier’s distribution  facilities, warehouses and retail network as applicable.    OFS operates under approximately 1,948,132 sq. ft. of  manufacturing space within 17 different manufacturing,  warehousing, and transportation facilities. Out of those 17  facilities, 13 are manufacturing facilities. We currently operate 4  as raw materials or supply factories. These 4 plants provide the  cut veneer, dimensional lumber, and cut core material used in  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        187 of 369 Tab 3 Appendix D Exhibit A OFS Response  the production of our products. One facility is an intermediate  supply plant that receives multiple raw materials from our other  supply plants and vendors, conducts veneer/laminate layup and  edge banding operations, machine components and ultimately  supplies ready to assemble components to our finished goods  facilities. The 9 remaining manufacturing facilities currently  operating are finished product plants. Generally, these plants  specialize in specific product types or categories due to different  requirements for consolidation, material types, machine  capabilities, capacity, employee expertise, etc.    3.3 Marketing and Sales      A. Provide a detailed ninety-day plan beginning from award date of  the Master Agreement describing the strategy to immediately  implement the Master Agreement as supplier’s primary go to  market strategy for Public Agencies to supplier’s teams nationwide,  to include, but not limited to:    i. Executive leadership endorsement and sponsorship of the award  as the public sector go-to-market strategy within first 10 days                         ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        188 of 369 Tab 3 Appendix D Exhibit A OFS Response                ii. Training and education of Supplier’s national sales force with  participation from the Supplier’s executive leadership, along with  the OMNIA Partners, Public Sector team within first 90 days    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        189 of 369 Tab 3 Appendix D Exhibit A OFS Response  All training will be under the direction of OFS National Accounts  Director, Anna McClelland. Training will be offered periodically to  keep new dealers updated. The content of the training will  include Government 101 to ensure that dealers understand the  essentials of working with public agencies from the players to  the policies. Training will also include contract details, features,  requirements, compliance, product categories/applications, and  pricing scenarios. Additionally, all dealers will have a list of  people they can contact with questions as they arise regarding  these or other topics.    OFS intends to engage OMNIA employees into all training  options.     B. Provide a detailed ninety-day plan beginning from award  date of the Master Agreement describing the strategy to market  the Master Agreement to current Participating Public Agencies,  existing Public Agency customers of Supplier, as well as to  prospective Public Agencies nationwide immediately upon award,  to include, but not limited to:  i. Creation and distribution of a co-branded press release to trade  publications ​(OFS will comply)    ii. Announcement, Master Agreement details and contact  information published on the Supplier’s website within first 90 days  (OFS will comply)    iii. Design, publication and distribution of co-branded marketing  materials within first 90 days ​(OFS will comply)    iv. Commitment to attendance and participation with OMNIA  Partners, Public Sector at national (i.e. NIGP Annual Forum, NPI  Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings,  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        190 of 369 Tab 3 Appendix D Exhibit A OFS Response  Regional Cooperative Summits, etc.) and supplier-specific trade  shows, conferences and meetings throughout the term of the  Master Agreement ​(OFS will comply)    v. Commitment to attend, exhibit and participate at the NIGP  Annual Forum in an area reserved by OMNIA Partners, Public Sector  for partner suppliers. Booth space will be purchased and staffed by  Supplier. In addition, Supplier commits to provide reasonable  assistance to the overall promotion and marketing efforts for the  NIGP Annual Forum, as directed by OMNIA Partners, Public Sector.  vi. Design and publication of national and regional advertising in  trade publications throughout the term of the Master Agreement  vii. Ongoing marketing and promotion of the Master Agreement  throughout its term (case studies, collateral pieces, presentations,  promotions, etc.) ​(OFS will comply and has already secured booth)    viii. Dedicated OMNIA Partners, Public Sector internet web-based  homepage on Supplier’s website with:  • OMNIA Partners, Public Sector standard logo;  • Copy of original Request for Proposal;  • Copy of Master Agreement and amendments between  Principal Procurement Agency and Supplier;  • Summary of Products and pricing;  • Marketing Materials  • Electronic link to OMNIA Partners, Public Sector’s website  including the online registration page;  • A dedicated toll-free number and email address for OMNIA  Partners, Public Sector ​(OFS will comply, a page is already  established at www.ofs.com/contracts)      Press Release Upon notice of award,​ a meeting will be scheduled  with all stakeholders including OMNIA, Region 4 ESC, and the  OFS team to discuss and develop final public-facing  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        191 of 369 Tab 3 Appendix D Exhibit A OFS Response  documentation, validate a marketing plan and an interaction  cadence.    During the first 15 days,​ we will work with our OMNIA Partners to  develop a transition plan from our existing contract to the new  contract.    Within the first 30 days​, the various department heads of  customer service, order entry, marketing, and information  technology will meet to discuss implementation and transition  to the new contract including the commitments made around  marketing. These meetings will also include reporting and  administrative fee processing.    During the first 60 days​, we will develop ​co-branded materials  including an overview flier, client-facing contract, dealer facing  contract details, FAQ, and ​web page​ in coordination with the  OMNIA Partners marketing team. We will use their logo and  approved verbiage in a social media blast as well.    Within the first 60 days,​ we will review our trade  show/engagement calendar and will meet with OMNIA to align  our goals. ​OFS has already committed to participate at NIGP  Annual Forum and CAPPO.​ Each year as a supplier we have and  plan to continue to participate in NIGP Annual Forum with a  presence in the OMNIA space and as an engaged supplier  partner. OFS also participates in NIGP chapter events, NAEP  events, OMNIA summits and other vendor shows, conferences  and opportunities. We are open to other trade shows or events  that Region 4 ESC and OMNIA recommend. OFS participation is  at our own expense.    OFS is willing to participate in trade advertising ​throughout the  term of the Master Agreement to promote OFS OMNIA Partners  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        192 of 369 Tab 3 Appendix D Exhibit A OFS Response  contract. We would rely on OMNIA Partners to let us know  periodicals are most effective at reaching their members.     We have and will continue to ​provide case studies, collateral  pieces, and presentations​ as necessary to promote this contract.    OFS has and will continue to maintain a dedicated OMNIA  Partners internet web-based homepage at ofs.com  (​https://ofs.com/resources/contracts/OMNIA-partners-public-sec tor-national-ipa​) which features the OMNIA Partners logo,  contract due diligence documents including original RFP and all  contract documents, a client packet which is a summary of  products and pricing, any related marketing materials, and a link  to the OMNIA Partners’ website.     Additionally, the page features dedicated contact information  for both OFS and OMNIA Partners. This site will be updated  within the first 90 days and prior to dealer and representative  webinars.    A dedicated email address ​OMNIA@OFS.com​ will be established.  OFS toll-free number is 800-521-5381.    C. Describe how Supplier will transition any existing Public Agency  customers’ accounts to the Master Agreement available nationally  through OMNIA Partners, Public Sector. Include a list of current  cooperative contracts (regional and national) Supplier holds and  describe how the Master Agreement will be positioned among the  other cooperative agreements.    We are eager to market the agreement to our existing  customers, most of which are familiar with our current OMNIA  Partners contract and are awaiting a new OFS/OMNIA contract.  OFS will transition any existing customer to OMNIA as long as  they are eligible.   ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        193 of 369 Tab 3 Appendix D Exhibit A OFS Response    OFS holds the following contracts:    ●GSA  ●OMNIA Partners, Public Sector (Region 4 ESC)  ●Alabama  ●Arkansas  ●Connecticut  ●Fairfax Co.  ●Florida  ●Georgia  ●MHEC  ●Mississippi  ●New Jersey  ●New Mexico  ●New York  ●North Carolina  ●Pennsylvania  ●South Carolina  ●South Dakota  ●Wisconsin  ●Healthtrust  ●Premier  ●Vizient    How will the contract be positioned among other contracts? ​ At  OFS all contracts are managed by the Specialty Markets division  under the leadership of Anna McClelland. It is a policy and a  practice to lead with the OMNIA contract to all eligible members  and to share the following benefits with eligible customers :    ●Best pricing available (no other contract offers better  pricing)  ●All products and brands (many contracts restrict our  offering)  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        194 of 369 Tab 3 Appendix D Exhibit A OFS Response  ●Access to hundreds of dealers (other contracts restrict the  number of dealers)  ●Ability to issue one purchase order (allowing our dealers  to place orders means the agencies can purchase OFS  and other brands on a single purchase order when  addressed to a dealer)    D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA  Partners, Public Sector and agrees to provide permission for  reproduction of such logo in marketing communications and  promotions. Acknowledge that use of OMNIA Partners, Public  Sector logo will require permission for reproduction, as well.    OFS Brands Inc. will provide OMNIA Partners with our company logo  upon request and approves the reproduction of such logo in marketing  communications and promotions. OFS Brands Inc. will not use the  OMNIA Partners logo without prior permission, as stated.    E. Confirm Supplier will be proactive in direct sales of Supplier’s  goods and services to Public Agencies nationwide and the timely  follow up to leads established by OMNIA Partners, Public Sector. All  sales materials are to use the OMNIA Partners, Public Sector logo.  At a minimum, the Supplier’s sales initiatives should communicate:  i. Master Agreement was competitively solicited and publicly   awarded by a Principal Procurement Agency  ii. Best government pricing  iii. No cost to participate  iv. Non-exclusive    OFS Brands Inc. agrees. We will be proactive in direct sales of  Company’s Products and Services to Public Agencies nationwide  and the timely follow up to leads established by OMNIA Partners.  We also agree with the minimum initiatives as described.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        195 of 369 Tab 3 Appendix D Exhibit A OFS Response  F. Confirm Supplier will train its national sales force on the Master  Agreement. At a minimum, sales training should include:  i. Key features of Master Agreement  ii. Working knowledge of the solicitation process  iii. Awareness of the range of Public Agencies that can utilize the  Master Agreement through OMNIA Partners, Public Sector  iv. Knowledge of benefits of the use of cooperative contracts    OFS confirms and agrees to all of the above. As previously described,  all training will be under the direction of OFS National Accounts  Director, Anna McClelland. This training will take place via webinar and  will be offered within the first 90 days and again periodically to keep  sales forces and new dealers updated. As required, training will include:  i. Key features of Master Agreement  ii. Working knowledge of the solicitation process  iii. Awareness of the range of Public Agencies that can utilize the  Master Agreement through OMNIA Partners  iv. Knowledge of benefits of the use of cooperative contracts    G. Provide the name, title, email and phone number for the  person(s), who will be responsible for:    i. Executive Support  Ryan Menke  Senior Vice President of Sales and Marketing  Ph: 812-630-4774  rmenke@ofs.com    ii. Marketing  Nick Blessinger  VP of Marketing  PH: 812-746-9115  nblessinger@ofs.com    iii. Sales  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        196 of 369 Tab 3 Appendix D Exhibit A OFS Response  Anna McClelland  National Accounts Director, Public Agency and Higher  Education  Ph: 704-771-9003  amcclelland@ofs.com    iv. Sales Support  Martha Schwindt  Government Contracts Manager  Ph: 866-637-9328 x7257  mschwindt@ofs.com    v. Financial Reporting  Dawn Wibbeler  Contract Coordinator  Ph: 866-637-9328 x7211  dwibbeler@ofs.com    vi. Accounts Payable  Rachael Kluesner  Assistant Controller  Ph: 866-637-9328 x7374  rkluesner@ofs.com    vii. Contracts  Anna McClelland  National Accounts Director, Public Agency and Higher  Education  Ph: 704-771-9003  amcclelland@ofs.com  &  Andrea Whitworth  Ph: 866-637-9328 x8129  awhitworth@ofs.com    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        197 of 369 Tab 3 Appendix D Exhibit A OFS Response                H. Describe in detail how Supplier’s national sales force is  structured, including contact information for the highest-level  executive in charge of the sales team.    The OFS CEO and President is Hank Menke. The OFS national  sales force is led by ​Ryan Menke, SVP Sales, and Marketing.  Reporting to Ryan are various leaders including Anna  McClelland, incoming Vice President Specialty Markets.  Currently, National Accounts Director for Public Agency and  Higher Education. Ryan and Anna work closely with five  Regional Vice Presidents responsible for U.S. sales.    See attached “OFS Brands Master Listing by Regional Hierarchy”  for an outline of our sales force structure nationally.    Ryan Menke, SVP Sales & Marketing is the highest level  executive in charge of the sales team. His contact information is:   Ph: 812-630-4774  rmenke@ofs.com    I. Explain in detail how the sales teams will work with the OMNIA  Partners, Public Sector team to implement, grow and service the  national program.    The initial steps will include a reintroduction of the two sales  organizations which will include integrating the municipal, K-12,  and higher education teams into the OFS sales teams.  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        198 of 369 Tab 3 Appendix D Exhibit A OFS Response    We welcome suggestions but at a minimum, the following will  occur:    ●Each sales representative and dealer will participate in  training to aid in ​implementing ​the new contract  ●We will use the OMNIA Connect and the OMNIA  managers to access membership information and use it  to ​identify opportunities in an effort to grow sales  ●At a minimum monthly contact between Anna  McClelland and at least one OMNIA regional manager to  understand and share trends, legislation, challenges, and  opportunities  ●In an effort to ​grow sales ​there will be quarterly meetings  between local OFS teams and OMNIA regional manager  to design and align training, marketing, and sales  activities, both to clients and to our dealer network  ●We invite the OMNIA Partners team to visit OFS  showrooms at least yearly to learn about our latest  designs and innovations so that they can speak to our  value proposition when meeting directly with clients  ●To further ​grow and service the national program​ the  sales force will offer frequent feedback regarding  challenges and opportunities in their market. In response,  through contract administration, direct work with the  OMNIA regional directors, and the two marketing  departments OFS will adapt the program as needed to  increase acceptance and use of the program, meet the  needs of public agencies, bring value to those agencies,  and grow sales. The growth and servicing of the contract  will be validated during monthly meetings between Anna  McClelland and Vanessa Perutelli.    J. Explain in detail how Supplier will manage the overall national  program throughout the term of the Master Agreement, including  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        199 of 369 Tab 3 Appendix D Exhibit A OFS Response  ongoing coordination of marketing and sales efforts, timely new  Participating Public Agency account set-up, timely contract  administration, etc.    The primary contact between OFS and OMNIA Partners will be Anna  McClelland. She will continue to set a rhythm of communication not  only with the OMNIA leadership team but with our Director of Partner  Development and the regional leaders of OMNIA.    The management of the program will also include:    ●The reintroduction of the two sales organizations regional teams  including integrating the OMNIA municipal, K-12, and higher  education teams into the OFS sales teams.  ●Anna will schedule monthly communication with the Director of  Partner Development to align our areas of focus  ●Monthly contact with OMNIA marketing to coordinate trade  show/summit activities as well as brainstorming new marketing  materials and promotions  ●Use of OMNIA Connect to measure success  ●At a minimum, monthly contact between Anna McClelland and  at least one OMNIA regional manager to understand and share  trends, legislation, challenges, and opportunities  ●Anna will work with the national sales force to add or update  dealers to the authorized dealer list  ●We will continue to support new client inquiries and  registrations through a dedicated OMNIA Partners email  address  ●Martha Schwindt will continue to submit timely reporting and  payment of administration fees  ●Anna will continue to be responsible for all facets of contract  administration    K. State the amount of Supplier’s Public Agency sales for the  previous fiscal year. Provide a list of Supplier’s top 10 Public Agency  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        200 of 369 Tab 3 Appendix D Exhibit A OFS Response  customers, the total purchases for each for the previous fiscal year  along with a key contact for each.      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        201 of 369 Tab 3 Appendix D Exhibit A OFS Response           L. Describe Supplier’s information systems capabilities and  limitations regarding order management through receipt of  payment, including description of multiple platforms that may be  used for any of these functions.    We have implemented automation software for Accounts Payable.  Esker on Demand is utilized by AP to process invoices automatically  into our operating system “Oracle” as well as offering an electronic  workflow for invoice approvals.    Emailing invoices to ap@ofs.com will allow the invoices to  automatically transfer to Esker and AP can then forward them to each  department for approval. Esker provides a mobile app that can be used  for invoice approvals.      M. Provide the Contract Sales (as defined in Section 10 of the OMNIA  Partners, Public Sector Administration Agreement) that Supplier  will guarantee each year under the Master Agreement for the initial  three years of the Master Agreement (“Guaranteed Contract Sales”).    $___0____.00 in year one  $___0____.00 in year two  $___0____.00 in year three    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        202 of 369 Tab 3 Appendix D Exhibit A OFS Response          To the extent Supplier guarantees minimum Contract Sales, the  administration fee shall be calculated based on the greater of the  actual Contract Sales and the Guaranteed Contract Sales.      N. Even though it is anticipated many Public Agencies will be able  to utilize the Master Agreement without further formal solicitation,  there may be circumstances where Public Agencies will issue their  own solicitations. The following options are available when  responding to a solicitation for Products covered under the Master  Agreement.    i. Respond with Master Agreement pricing (Contract Sales  reported to OMNIA Partners, Public Sector).  ii. If competitive conditions require pricing lower than the  standard Master Agreement not-to-exceed pricing, Supplier  may respond with lower pricing through the Master  Agreement. If Supplier is awarded the contract, the sales are  reported as Contract Sales to OMNIA Partners, Public Sector  under the Master Agreement.  iii. Respond with pricing higher than Master Agreement only  in the unlikely event that the Public Agency refuses to utilize  Master Agreement (Contract Sales are not reported to OMNIA  Partners, Public Sector).  iv. If alternative or multiple proposals are permitted, respond  with pricing higher than Master Agreement, and include  Master Agreement as the alternate or additional proposal.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        203 of 369 Tab 3 Appendix D Exhibit A OFS Response  OFS agrees with the strategies outlined above for all OMNIA  Partners members.          ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        204 of 369 IV. Evaluation Process and Criteria / 2.)    (Question in bold, ​OFS response not bold)    b) Performance Capability    i. Include a detailed response to Appendix D, Exhibit A, OMNIA  Partners Response for National Cooperative Contract. Responses  should highlight experience, demonstrate a strong national  presence, describe how Offeror will educate its national sales force  about the Contract, describe how products and services will be  distributed nationwide, include a plan for marketing the products  and services nationwide, and describe how volume will be tracked  and reported to OMNIA Partners.    See Tab 3 Item 1: Appendix D Exhibit A OFS Response      ii. The successful Offeror will be required to sign Appendix D,  Exhibit B, OMNIA Partners Administration Agreement prior to  Contract award. Offerors should have any reviews required to sign  the document prior to submitting a response. Offeror’s response  should include any proposed exceptions to OMNIA Partners  Administration Agreement on Appendix B, Terms and Conditions  Acceptance Form.    See Tab 1, Acceptance Form    iii. Include completed Appendix D, Exhibits F. Federal Funds  Certifications and G. New Jersey Business Compliance.    See Tab 3.a OMNIA Partners documents for copies of forms.    iv. Describe how Offeror responds to emergency orders.  OFS offers a Quickship program that features a comprehensive  scope of products delivered to the customer within 12-14 days. A  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        205 of 369 IV. Evaluation Process and Criteria / 2.)    dedicated price list and a display of the products can be found at  https://ofs.com/products/quickship       v. What is Offeror’s average Fill Rate?     98%-99%     vi. What is Offeror’s average on time delivery rate? Describe  Offeror’s history of meeting the shipping and delivery timelines.    99% consistently year over year. Owning our own logistics  company and fleet of trucks provides us with greater control  than many suppliers.     vii. Describe Offeror’s return and restocking policy.    All returns require prior authorization and may incur a 25%  restocking fee plus freight costs. The following details our policy  as found in our price list.     OFS will not accept returned merchandise without a signed  Return Authorization (RA) issued by our customer service  department.    All returned merchandise must be properly packaged and  cartoned to prevent further damage. Carton must be clearly  marked with identifying RA number so that proper credit can be  issued.    OFS will consider issuing RA’s for the following reasons:  ●Manufacturing defect (must be inspected by OFS sales  representative)  ●OFS order processing error  ●Shipping error  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        206 of 369 IV. Evaluation Process and Criteria / 2.)    ●Duplicate shipments  ●Mismarked cartons    All merchandise must be returned within thirty (30) days of the  date of the RA to receive credit. Freight damage, signs of usage,  missing parts, etc. will be adjusted on the amount of credit to be  issued. The customer is responsible for all freight charges to  return products.    viii. Describe Offeror’s ability to meet service and warranty needs.    In order to provide the fastest response possible, we support our  dealer network to provide warranty assistance. We have a  computerized process for dealers or representatives to complete  Field Issue Requests (FIR) so that parts and labor can be  approved quickly. For large or complex installations, OFS will  dispatch someone from our Construction Services division to  ensure that the local dealer is comfortable and familiar with new  product installation methods.    A copy of our Warranty Terms and Conditions is enclosed. We  are proposing a 1 year labor warranty and our commercial  warranties.    ix. Describe Offeror’s customer service/problem resolution process.  Include hours of operation, number of services, etc.    Locations for customer service are in Huntingburg IN and High  Point NC. The hours of operation are 8:00 am to 5:00 pm EST,  Monday - Friday.     The local OFS representative and contract administrators will be  the first point of contact for contracted clients’ issues and  concerns. At this level, we will determine whether the issue is  one of sales or contract communication or if it is a  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        207 of 369 IV. Evaluation Process and Criteria / 2.)    factory/customer service topic. OFS has a comprehensive sales  administration organization. This is overseen by an SVP of Sales  Administration whose responsibility includes the following:    ●Order entry  ●Order conditioning and scheduling  ●Customer Service  ●Shipping and Logistics  ●Post-installation services  ●Issue resolution  ●Warranty fulfillment    As a prerequisite to gaining access to distribute OFS products,  we ensure that our distribution network can offer services that  include but are not limited to:    Design Services:​ Space planning, installation plans, furniture  migration, strategies, and reconfiguration of existing furniture,  assistance with furniture selection, interior office design, and  computerized installation drawings.    Project Management Services:​ Beginning from the planning  stage, through all stages to final delivery, walkthrough, and any  punch list completion.    Delivery and Installation Services:​ Includes all aspects from  uncartoning and inspection to assembly, set up, placement,  installation, and warranty services, along with repairs when  needed. Reconfiguration of existing products is available as well.  Storage is available in certain markets.    Delivery:​ Owning our logistics company, Styline Logistics, allows  us to take responsibility for every step along the way. We  operate a fleet of 400 trailers to ensure a flawless delivery  process with no hassles on your end. We have less than .002%  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        208 of 369 IV. Evaluation Process and Criteria / 2.)    damage rate and our online tracking system guarantees an  exact delivery time so you have everything you need when you  need it.    x. Describe Offeror’s invoicing process. Include payment terms and  acceptable methods of payments. Offerors shall describe any  associated fees pertaining to credit cards/p-cards.    OFS or it’s authorized dealer invoices the customer upon  product shipment. Services are invoiced upon completion.     Payment terms are Net 30 days. We also accept Visa,  MasterCard, Discover, and American Express. All methods of  payments are subject to a 2% processing fee or the State’s  Lawful Amount for the total invoice when paying online, fax, or  over the phone. Discounts are not allowed if paid by credit card.    xi. Describe Offeror’s contract implementation/customer transition  plan.    OFS is in our 5th year of our first national cooperative contract   which was awarded by Region 4 ESC and made available  through TCPN - which was acquired by OMNIA Partners.  Customers have already transitioned to our OMNIA contract and  it is known that it is our primary method for selling to public  agencies. OFS leadership has been and remains committed to a  national contract. Our dedication lies in the fact that it is our only  national public agency cooperative contract. Our employees and  sales force will be awaiting the announcement of our new award  and it’s term within the first 10 days of signing the contract. Our  Digital First campaign means that we strategically use social  media to make our partners and clients aware of breaking  developments including what will be the equivalent of a press  release announcing the contract and our commitment to it.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        209 of 369 IV. Evaluation Process and Criteria / 2.)      xii. Describe the financial condition of Offeror.    OFS is a 4th generation family-owned company. Recently OFS  announced plans to invest $1 million in its manufacturing facility  in Leitchfield, KY creating an additional 105 jobs in the process.  This expansion will nearly double its previous operation output,  allowing OFS to produce new products to meet customer  demand for ergonomic seating - also known as performance  seating. The $1 million renovations will include a new production  line and general improvements to the original facility.    OFS operates over 1.5 million square feet of manufacturing  space, employs 1,850 employees, and owns a subsidiary, Bryan  Ashley.​ OFS is the tenth-largest contract furniture in the FDMC  300.    OFS annually completes a full scope audit and has received an  unqualified audit opinion each year including 2018. Our audits  are conducted by one of the 10th largest national audit firms.  OFS Brands Inc. sales for the year ended 2018 exceeded $400  million dollars and the company maintains a net worth in excess  of $100 million. We appreciate your understanding that we are a  privately held corporation and that we have a desire to maintain  confidentiality with regard to our financial statements. We will  be more than happy to further discuss our investments and  strength in person.    xiii. Provide a website link in order to review website ease of use,  availability, and capabilities related to ordering, returns and  reporting. Describe the website’s capabilities and functionality.    www.ofs.com    All of the OFS Brands catalogs and price lists for both the OFS   ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        210 of 369 IV. Evaluation Process and Criteria / 2.)    and Carolina brands are available at our website:  ww.ofsbrands.com. We have established customized electronic  catalogs with the corporate standards for several national  accounts and are eager to build a custom site for any Region  4/OMNIA user.    The main page features our corporate phone number and email  address that feeds directly to customer service who can field  and/or facilitate orders, returns and reporting. Additionally there  is a “contacts” link ​https://ofs.com/contact-us​ that allows  customers to make any type of inquiry and also directs  customers to a representative or showroom near them.     xiv. Describe the Offeror’s safety record.     MISSION STATEMENT:  OFS is committed to providing the best possible work environment for  all employees. Safety is a vital part of our business and everyday  lifestyle, and our MISSION is to promote Safety in everything that we do  as we strive for continuous improvement and total elimination of  workplace injuries.    OFS complies with all Occupational Health, Safety, and Environmental  Regulations. Our goal is to develop and utilize the most practical  technologies, operations, procedures, controls and policies to provide a  safe environment for our employees and our community.    Total employee participation is the key to achieving a World Class  Safety Health and Wellness Environment. To accomplish this, OFS will  provide the support, training and tools needed to achieve this goal.    SAFETY GOALS:  ●Establish an employee Injury Illness Prevention Plan (IIPP) to  eliminate hazards, reduce risks, and maintain an accident free  environment.  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        211 of 369 IV. Evaluation Process and Criteria / 2.)    ●Assist in physical improvements and ergonomic design of  production processes  ●Provide Safety Education and Training to Support a World Class  Safety Program    OFS strives to work in partnership with OSHA to provide a safe work  environment for our associates. To accomplish this essential Written  Programs have been developed and reviewed by OSHA  Representatives during VPP (Voluntary Protection Program) site  inspections at Plant #5 in Indiana who was awarded the VPP STAR  Status in 2007 and OSHA consultations and audits at SHARP Locations  4,6,9 and 23.    OFS HOLDINGS and its Styline Affiliates employed 1850 employees in  2018 with 3,850,305 hours and closed with a Corporate OSHA Rating of  3.24%, with 62 OSHA Recordable Accidents collectively.    2018 Transportation Long Distance Fleet drove just over 17.3 million  miles and is expected to meet or exceed that milestone by the end of  2019.      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        212 of 369 IV. Evaluation Process and Criteria / 2.)    xv. Provide any additional information relevant to this section.    When we call our company a family business, we mean it in multiple  senses. Yes, the company was founded by the same family who leads  our company today, but it goes beyond that. Some of us are related by  blood, but all of us are united as a family by a vision for what we can be  together. Our philosophy can be summed up in a quote from our  Owner “What you make people feel is as important as what you make”    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        213 of 369 EXHIBIT B ADMINISTRATION AGREEMENT, EXAMPLE ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this “Agreement”) is made this ___ day of ______ 20___, between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), and ________________ (“Supplier”). RECITALS WHEREAS, the ___________________ (the “Principal Procurement Agency”) has entered into a Master Agreement effective _________________, Agreement No_______, by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the “Master Agreement”), as attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, for the purchase of _____________________ (the “Product”); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (collectively, “Public Agencies”), that register (either via registration on the OMNIA Partners, Public Sector website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a “Participating Public Agency”) may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners, Public Sector to Public Agencies; WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners, Public Sector and Supplier. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby agree as follows: DEFINITIONS 1. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. 214 of 369 TERMS AND CONDITIONS 2. The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier’s response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3. OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier’s obligation to obtain appropriate insurance. 4. OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its capacity as the contract administrator under the Master Agreement. 5. With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i) construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners, Public Sector makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6. OMNIA Partners, Public Sector shall not be responsible for Supplier’s performance under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC SECTOR’S PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 8. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3 – 8 and 12 – 23, hereof and the 215 of 369 indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. 9. Supplier’s failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to terminate this Agreement, at OMNIA Partners, Public Sector’s sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. NATIONAL PROMOTION 10. OMNIA Partners, Public Sector and Supplier shall publicize and promote the availability of the Master Agreement’s products and services to Public Agencies and such agencies’ employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector), or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency’s first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11. Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless OMNIA Partners, Public Sector for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other party a limited, revocable, non-transferable, non-sublicensable right to use such party’s logo (each, the “Logo”) solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party’s Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party’s Logo. Notwithstanding the foregoing, the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party’s Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party’s Logo. ADMINISTRATIVE FEE, REPORTING & PAYMENT 12. An “Administrative Fee” shall be defined and due to OMNIA Partners, Public Sector from Supplier in the amount of three percent (3%) (“Administrative Fee Percentage”) multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereof) (“Contract Sales”). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency’s Contract Sales. 216 of 369 13. Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C (“Contract Sales Report”), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector by the 10 day of the following month. Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’s sole discretion. 14. Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public Sector at the frequency and on the due date stated in Section 13, above, for Supplier’s submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’s sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA Partners, Public Sector’s sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public Sector may engage a third party to conduct an independent audit of Supplier’s monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public Sector. In the event an underreporting of Contract Sales and a resulting underpayment of Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners, Public Sector’s reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners, Public Sector’s costs and expenses related to such audit. GENERAL PROVISIONS 16. This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail. 17. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be entitled to reasonable attorney’s fees and costs in addition to any other relief to which it may be entitled. 18. This Agreement and OMNIA Partners, Public Sector’s rights and obligations hereunder may be assigned at OMNIA Partners, Public Sector’s sole discretion to an affiliate of OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of 217 of 369 OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners, Public Sector. 19. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. OMNIA Partners, Public Sector: OMNIA Partners, Public Sector Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 B. Supplier: ____________________ ____________________ ____________________ ____________________ 20. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 21. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23. This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24. This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever. 218 of 369 [INSERT SUPPLIER ENTITY NAME] NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR Signature Signature Sarah Vavra Name Name Sr. Vice President, Public Sector Contracting Title Title Date Date 219 of 369 EXHIBIT C MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners, Public Sector”) to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1.Each party will facilitate the cooperative procurement of Products. 2. The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. 220 of 369 3.The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4.The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5.The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6.The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7.The Participating Public Agencies (each a “Procuring Party”) that procure Products through any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8.The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9.The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES 221 of 369 THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11.This Agreement shall remain in effect until termination by either party giving thirty (30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive any such termination. 12.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR AND/OR COMMUNITIES PROGRAM MANAGEMENT, LLC, A CALIFORNIA LIMITED LIABILITY COMPANY D/B/A U.S. COMMUNITIES Authorized Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title and Agency Name Title Date Date 222 of 369 EXHIBIT D PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), [NAME OF PPA] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as _____________ of and on behalf of [NAME OF PPA] (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date 223 of 369 EXHIBIT E CONTRACT SALES REPORTING TEMPLATE 224 of 369 OFS Brands Inc. - Master Rep ListStCentralILKSKSIAMOMIKSNEMOKSTXTXTXTXTXTXTXTXTXTXCOCOUTCOCOCOCOWestCAWAORWAWAWAORWACACACACAEstherHahnMavenSan FranciscoCarlosRodriguezMavenSan FranciscoAnnieGraebbnerVPISeattleStaceyMyersMavenSan FranciscoJanelLevadouxMavenSan FranciscoMarvinMessallVPISeattleTrinaAdamsVPISeattleErinWaltonVPIPortlandMikeMcFarlaneVPISeattleDanaWoodVPIPortlandJessMcFarlaneVPISeattleHaley Koci Source Four Design DenverAlan Duff Duff Associates COLORADO DenverScottDavisRegional Vice President Los AngelesLisaHaleSource FourSalt Lake CityMollyWaggonerSource Four DesignDenverRyanGraySource Four (Operations)DenverAllisonOkonElle Sorority, LLC    TEXASGarlandJeffRileySource FourDenverLindsayThornburgSource FourDenverLoriLaFranceMDI‐ Showroom ManagerHoustonLinnaYoonMDI ‐ Design LeaderHoustonAlinaPerezMDI ‐ DesignerHoustonAllysonMaxeyMDI ‐ A & D / Distribution SalesAustinLaurenSnowdenMDI ‐ A & D / Distribution SalesSan AntonioNatashaNavaMDI ‐ DesignerHoustonMikeDenneyMDI Sales and DistributionHoustonMargotMannMDI ‐ Sales / A & DHoustonLindseyCraigMDI ‐ Sales / A & DHoustonTiffanyArensDick Messerschmidt Inc.KearneyTiffanyRushingDick Messerschmidt Inc.Saint LouisMike, Ron and RalphCowanCowan Industries KS MO NE OK IA Overland ParkPhillisHallDick Messerschmidt Inc.O'FallonJody Kirkpatrick Dick Messerschmidt Inc.CantonBeverlyRehkopDick Messerschmidt Inc.Prairie VillageFirst NameLast NameTitleCityDougShapiroRegional Vice President EdwardsvilleDickMesserschmidtDick Messerschmidt Inc.Overland ParkCameronMesserschmidtDick Messerschmidt Inc.OlatheKimBuskeDick Messerschmidt Inc.Marion231 of 369 CACAAZAZAZAZNEILMAMAMAMAMAMAMAMAMAMAMANY.NY.NY.NY.NYNJMIMIMIOHOHOHOHOHOHINPAPAPAPAPAPAPAJason Federok KMA & Associates Inc. (PA)PittsburghSusanCardoneKMA & Associates Inc. (PA)PittsburghEmilyMocilanKMA & Associates Inc. (PA)PittsburghToddIrwinKMA & Associates Inc. (PA)PittsburghDenaKnoxKMA & Associates Inc. (PA)PittsburghMattMurrayThe Murray GroupJasperTimByceKMA & Associates Inc. (PA)PittsburghAliciaCondieKMA & Associates Inc. (PA)PittsburghBrittanySullivanThe Davis GroupColumbusChadDavisThe Davis GroupColumbusMeredithHulseThe Davis GroupColumbusDirkTurnerThe Davis GroupBellbrookRuthBrownThe Davis Group ‐ DesignColumbusNatalieDavisDavis Corporate SolutionsSalineMikeLeachDavis Corporate SolutionsGrand RapidsCherylDavisThe Davis GroupColumbusSarahBauerBoyle Group, TheBuffaloMannyTehraniBest Marketing   NYWeehawkenAdamDavisDavis Corporate SolutionsSalineLisaBoyleBoyle Group, TheBallston SpaFionaBoyleBoyle Group, TheSaratoga SpringsJillJonesBoyle Group, TheBallston SpaKelseyO'ConnorContract Sources, Ltd.BostonKarenWhittyKW Hospitality Furnishings LLC   CT ME S EastonJohnBoyleBoyle Group, TheSaratoga SpringsCaitlinPryorContract Sources, Ltd.  DesignBostonKristinChiancaContract Sources, Ltd.BostonAshleyWilliamsContract Sources, Ltd.BostonBetsyDaubneyContract Sources, Ltd.BostonJillianBiroliniContract Sources, Ltd.  DesignBostonFallynDorbrusinContract Sources, Ltd.BostonTomCaterinoContract Sources, Ltd.BostonJanineBernabeiContract Sources, Ltd.BostonTonyDeleoContract Sources, Ltd.BostonLizTobinFull Circle, IncTempeAndyNeugartenAndy Neugarten  Arizona, N Mexico an ScottsdaleMattMcCormickRegional Sales Director ChicagoTiffanySamsTTS Hospitality   N CAl  San Fran, SacrTiburonLindseyShepherdFull Circle, Inc.TempeSteffanieMurphyFull Circle, Inc.TempeSarahReyesMavenSan Francisco232 of 369 SEGAALALGAFLNCNCNCNCNCNCMSMSLATNTNFirst NameStScottCAEricaCAJeffCAHillarieCADougCAAmyCAKevinCABrandonCAMeganCALannaCADougILRobinTXVickyTXKaitlinTXKathyTXKatTXGeriTXGregILBenMNMattILLorettaNJD ‐ New JerseyShamseyDistrict Sales Mgr ‐  NJBerkeley HeightsD ‐ OselandOselandDistrict Sales Manager ‐ Illinois (excl Chica TeutopolisD ‐ MN ND SDWagnerDistrict Sales Manager MN| ND | SDMinneapolisD ‐ Northeast McCormick Regional VP ‐ NortheastChicagoD ‐ Dallas / RuckerMcBrayerResource Market ManagerDallasD ‐ Dallas / RuckerBleyProject ManagerDallasD ‐ Dallas / Rucker HealthcareHieronymusDistrict Sales Manager / Healthcare Specia DallasD ‐ CentralRuckerRegional Sales DirectorDallasD ‐ Dallas / RuckerKlasingDistrict Sales ManagerDallasD ‐ Dallas / RuckerSnowDesign Sales ManagerDallasD ‐ SoCal HousePlanteA & D Market ManagerLos AngelesD ‐ SoCal HouseNarducciProduct Application Specialist  Southern C Los AngelesD ‐ CentralShapiroIIDA  Regional V P ‐ Central USEdwardsvilleD ‐ SoCal HouseCasalDistrict Sales Manager S CaliforniaLos AngelesD ‐ SoCal HouseBretonDistrict Sales ManagerLos AngelesD ‐ SoCal HousePhillipsSeating SpecialistHuntington BeachD ‐ SoCal HousePlostDistrict Sales Manager ‐ S CaliforniaLos AngelesD ‐ SoCal HouseMartorellDistrict Sales Manager ‐ San DiegoLos AngelesD ‐ SoCal House HealthcareDorseyHealthcare Specialist S CaliforniaMission ViejoTerritoryLast NameTitleCityD ‐ Regional VPDavisRegional Vice President Los AngelesD ‐ SoCal HouseSalinasResource Market Manager S. California Los AngelesJesseAtkinsonThe Wise Choice   Louisana and Missis New OrleansGregLunaLuna ‐ Facility Design Marketing Group ColliervilleKatieEscovedoLuna ‐ Facility Design Marketing Group ColliervilleTeresaTeacheyTeresa Teachey Assoc  North and Sout SouthportMichaelBoykinDark Grey LTDNatchezKellyJoynerDark Grey LTDMadisonJohnSkipperJack Fetner Associates, Inc.CharlotteJeffRansonJack Fetner Associates, Inc.High PointBethanyLuthyJack Fetner Associates, Inc.High PointMarleneDennisD&G Sales AssociatesTampaJackFetnerJack Fetner Associates, Inc.High PointArdenGurneyJack Fetner Associates, Inc.High PointAndyAndersonTag Rep GroupBirminghamJacquelynMoorTag Rep GroupBirminghamJohnnyArnoldArnold Hospitality  GA and ALDunwoodyJoePaceRegional Sales Director ‐ S Cumming233 of 369 StaceyILDennieILGregILCharILAmandaILMarkILLisaNYChrisNYVanessaNYRobinNYKevinNYCourtneyNYLauraWIMaryNJSusanPACristinaPAHeatherPAJoeGAScottGAJohnGAPennyGALisaGAWesleyGALeighGAAmyGAMaxwellGAChristinaFLRaquelFLMariaFLMeaganFLMichelleFLAliTNAllisonTNYonnaDCSonyaDCNatalieVAPriscillaFLMichelleDCClareDCMaryDCKariDCD‐ DC HouseHussainResource Market Manager DCWashingtonD‐ DC HouseWeklukA&D Market ManagerWashingtonD ‐ DC HouseWhyteProject Specification Analyst / DC & NY  FLPinellas ParkD ‐ DC HouseMenseckProduct Application SpecialistWashingtonD ‐ DC HouseVon HerbulisProduct Application SpecialistWashingtonD ‐ Nash TN HealthcareRuffAssociate IIDA, EDAC / National Accounts DFranklinD ‐ DC HouseBoyceDistrict Sales Mgr DCWashingtonD ‐ DC HouseAquinoDistrict Sales Mgr DCWashingtonD ‐FL HouseJohnsonDistrict Sales Manager ‐ S. FloridaWest Palm BeachD‐ FL House HealthcareLockardHealthcare Specialist ‐ FloridaRiverviewD‐ E TN HouseOxleyDistrict Sales Manager  Nashville E TN GallatinD ‐FL HouseBraccoDistrict Sales Manager ‐ OrlandoLeesburgD ‐FL HouseAyresDistrict Sales Manager ‐ TampaTampaD ‐FL HouseVanDemanDistrict Sales Manager ‐ S. FloridaMiamiD ‐ GA HouseQuattrochiResource Market Manager ‐ GA Showroo mAtlantaD ‐ GA HousePrestProduct Application  SpecialistAtlantaD ‐ GA HouseSmerkaSeating SpecialistAtlantaD ‐ GA HouseHeritageDistrict Sales Manager SE GA & Jacksonvill SavannahD ‐ GA House HealthcareHoffmannHealthcare Specialist ‐ GAAltantaD ‐ GA HouseEdmondsDistrict Sales Manager ‐ GAAtlantaD ‐ SoutheastPaceRegional VP ‐ SoutheastAtlantaD ‐ GA HouseHallDistrict Sales Manager  (no territory)AtlantaD ‐ GA HouseShannonDistrict Sales Manager GAAtlantaD ‐ Philly HouseMarckDistrict Sales Manager ‐ Southeastern PA Pocono Lake PreserveD‐Philly HouseLopezSeating Specialist PhillyPhiladelphiaD ‐ Philly House  HealthcareShoopEDAC / Healthcare Specialist / Eastern PA, SouLimerickD ‐ NY HouseHarrisonProduct Application SpecialistNew YorkD ‐ WI HouseBushDistrict Sales Manager ‐ WisconsinPleasant PrairieD ‐ Philly HousePedleyDistrict Sales Manager Eastern Pennsylvania, SHaddonfieldD‐ NY HousePerryProduct Application SpecialistNew YorkD ‐ NY HouseDysonResource Market Manager ‐ NYCNew YorkD ‐ NY HouseRitchieDistrict Sales Manager ‐ NYCNew YorkD ‐ Chicago HouseHernandezSr. Project Manager ‐ ChicagoChicagoD ‐ NY HouseSayreDistrict Sales Manager ‐ NY Metro Area New YorkD ‐ NY HouseMandleDistrict Sales Manager ‐ NYCNew YorkD ‐ Chicago HouseFordonDistrict Sales Manager ChicagoChicagoD ‐ Chicago House HealthcareRheaultHealthcare Specialist ‐ ChicagoChicagoD ‐ Chicago HouseTriboResource Market Manager ‐ ChicagoChicagoD ‐ Chicago HouseHarloeDistrict Sales Manager ‐ ChicagoChicagoD ‐ Chicago HouseLongArea Sales Mgr ‐ ChicagoChicagoD ‐ DC HouseThomasNational Accounts Director ‐ Healthcare Leesburg 234 of 369 CraigDCCydneeDCAnnaSCEdwardMNElizabethTNJimNCSherryNCChrisDCJohnINMelissaCAMarthaINDavidTXMorganINDGrayWashingtonDHuttonDirector of International SalesSpringDCasonWorkplace Innovation StrategistHuntingburgDBueningDirector of National AcctsHuntingburgD ‐ GSA ‐ WestSteelDirector of Federal AcctsLos AngelesDSchwindtGov Contracts MgrHuntingburgD ‐VaughtModular Casework DesignerBrentwoodD Global AccountsAielloVice President Global Acc CharlotteDMason BrownSr. Program StrategistSalisburyD‐ DC HouseAlvarezDC Healthcare SpecialistWashingtonD ‐ SLEDMcClellandNational Accounts Director ‐ PublicLake WylieD ‐ HealthcarePisarskiNational Accts Director HealthcareBurnsvilleD‐ DC HouseDavisDistrict Sales ManagerWashington235 of 369 OFS Brands Master Rep Listing by Regional Hierarchy SVP Sales + Marketing Ryan Menke VP Global Accts RVP - West RVP - Central RVP - Great Lakes RVP - Southeast RVP - Northeast Jim Aiello Scott Davis Doug Shapiro Matt McCormick Joe Pace Adam Bedell Dir Corp Accts Director of Program Sales So Cal MO, IA, NE, KS Western PA Florida New England John Buening Anna McClelland So Cal Direct Team DMI KMA Florida Direct Team Contract Sources Nat Accts Dir - FED Nat Accts Dir - GPO No Cal North TX Ohio Carolinas Greater NYC Melissa S [Team Lead]Edward Pisarski Maven Dallas Direct Team Davis Group Fetner Assoc NYC Direct Team Dir International Sales Nat Accts Dir - Heathtrust WA, OR, ID South TX IN/KY Georgia Upstate NY David Hutton Allison Ruff VPI MDI Murray Group Georgia Direct Team Boyle Group Sr Program Strategist AZ, NV CO, UT, NM WI Alabama Philly Sherry Mason Brown Full Circle Source Four Laura Bush [Direct]TAG Philly Direct Team Workplace Innovation Strategist MN/Dakotas TN Morgan Cason Ben Wagner [Direct]Ali Oxley [Direct] Chicago AR/OK Chicago Direct Team Luna Assoc So IL LA/MS Greg Oseland [Direct]MBI DC/VA DC Direct Team 236 of 369 MISSION STATEMENT:  OFS is committed to providing the best possible work environment for all employees. Safety is a  vital part of our business and everyday lifestyle, and our MISSION is to promote Safety in  everything that we do as we strive for continuous improvement and total elimination of  workplace injuries.     OFS complies with all Occupational Health, Safety, and Environmental Regulations. Our goal is to  develop and utilize the most practical technologies, operations, procedures, controls, and policies  to provide a safe environment for our employees and our community.    Total employee participation is the key to achieving a World Class Safety Health and Wellness  Environment. To accomplish this, OFS will provide the support, training, and tools needed to  achieve this goal.    SAFETY GOALS:  ◆Establish an employee Injury Illness Prevention Plan (IIPP) to eliminate hazards, reduce risks,  and maintain an accident-free environment.  ◆Assist in physical improvements and ergonomic design of production processes  ◆Provide Safety Education and Training to Support a World-Class Safety Program    OFS strives to work in partnership with OSHA to provide a safe work environment for our  associates. To accomplish these essential Written Programs have been developed and reviewed  by OSHA Representatives during VPP (Voluntary Protection Program) site inspections at Plant #5  in Indiana who was awarded the VPP STAR Status in 2007 and OSHA consultations and audits at  SHARP Locations 4,6,9 and 23.  OFS HOLDINGS and its Styline Affiliates employed 1850 employees in 2018 with 3,850,305 hours  and closed with a Corporate OSHA Rating of 3.24%, with 62 OSHA Recordable Accidents  collectively.  2018 Transportation Long Distance Fleet drove just over 17.3 million miles and is expected to meet  or exceed that milestone by the end of 2019.  237 of 369 258 of 369 261 of 369 263 of 369 BKM Total Office Of Texas, LLCNAICS: 423210, 337212, 811420UNSPSC: 56101700, 72153606, 72153613Certification Number: WOSB191323Expiration Date: July 31, 2020267 of 369 Dealer NameDealer City Dealer StateCOMPETITIVE EDGE OFC SYSTEMS INC JUNEAU AKALABAMA CONTRACT SALES INC AUBURN ALBusiness InteriorsHuntsville ALBusiness InteriorsBIRMINGHAM ALFacilities Resource Group Spanish Fort ALINNERSPAICE ARCHITECTURAL INTERIOR BIRMINGHAM ALINNERSPAICE ARCHITECTURAL INTERIOR Huntsville ALINNERSPAICE ARCHITECTURAL INTERIOR Mobile ALInspired Business Furniture Mobile ALKyle Office SupplyTuscaloosa ALKyser OfficeMontgomery ALOFFICE ENVIRONMENTS INC BIRMINGHAM ALOFFICE ENVIRONMENTS INC Huntsville ALSpur PlantationMontgomery ALColemans Office & School Products Conway AREVO BUSINESS ENVIRONMENTS LITTLE ROCK ARINNERPLAN OFFICE INTERIORSNORTH LITTLE ROCK ARINNOVATIVE BUSINESS FURNITURE INC SPRINGDALE ARLA HARPES OFFICE FURNITURE INC LITTLE ROCK ARCORPORATE INTERIOR SYSTEMS INC PHOENIX AZCORPORATE INTERIOR SYSTEMS INC TUCSON AZFACILITEQ-PHOENIX TEMPE AZFORWARD TILTSCOTTSDALE AZGOODMANS - TUCSON TUCSON AZGOODMANS INCPHOENIX AZGOODMANS INC-ALBUQUERQUE PHOENIX AZGOODMANS INTERIOR STRUCTURES PHOENIX AZTUCSON BUSINESS INTERIORS INC TUCSON AZWORKSPACES PHOENIX AZAEGIS Laguna Niguel CABKM SAN DIEGO CACHAMBERS DESIGN COMPANY FRESNO CACONTRACT OFFICE GROUP SAN JOSE CA268 of 369 COORDINATED RESOURCES-SAN FRANCISCOSAN FRANCISCO CACORE BUSINESS INTERIORSFRESNOCACREST OFFICE FURNITURE CO INCBURBANK CACSI FULLMERPASADENA CADELTA OFC SYSTEMS&FURNISHINGS INCSTOCKTON CADURST CONTRACT INTERIORSSTOCKTON CAFACILITY DESIGNSFRESNOCAFACILITY SERVICES NEWPORT BEACH CAG/M BUSINESS INTERIORS-RIVERSIDE(DIR Registered 2015-2016) RIVERSIDE CAG/M BUSINESS INTERIORS-SAN DIEGOSAN DIEGO CAKBM / HOGUE SAN FRANCISCO CAINTERIOR MOTIONSEMERYVILLE CAINNOVATIVE COMMERCIAL ENVIRONMENTS (SDB/SWBE CERTIFIFED)(DIR Registered 2015-2016)SAN DIEGO CAINSIDE SOURCESan Carlos CAJULES SELTZER & ASSOCIATESLOS ANGELES CAM3 LLCSOUTH PASADENA CAMG WEST/BUSINESS INTERIORS GROUP-CASAN FRANCISCO CAMICHAELS OFFICE FURNISHINGS/NORTHERN INTREDDINGCAMILES TREASTER & ASSOCIATESWEST SACRAMENTO CAMODULAR SYSTEMS SPECIALISTS INCVENTURACAOFFICE DESIGN GROUP INCIRVINECAOFFICE & ERGONOMIC SOLUTIONSRANCHO CUCAMONGA CAOFFICE SOLUTIONS BUSINESS INTERIORS (woman owned, minority business) YORBA LINDA CAPACIFIC OFFICE INTERIORS*5304 DERRY AVE STE UCACAPALACE BUSINESS SOLUTIONSSANTA CRUZ CAPARRON HALL (DIR Registered 2015-2016) SAN DIEGO CAPIVOT INTERIORS INC-IRVINEIRVINECAPIVOT INTERIORS INC-LA MIRADALA MIRADA CAPIVOT INTERIORS INC-LOS ANGELESLOS ANGELES CA269 of 369 PIVOT INTERIORS INC-PLEASANTONPLEASANTON CAPIVOT INTERIORS INC-SAN FRANCISCOSAN FRANCISCO CAPIVOT INTERIORS INC-SANTA CLARA (DIR Registered 2015-2016) SANTA CLARA CAPIVOT INTERIORS INC-SAN JOSESAN JOSE CASAMCLARCONCORD CASHERIDAN GROUP all brands except Carolina; DIR Registered 2015-2016LOS ANGELES CASMART OFFICE INTERIORS INC (DIR Registered 2015-2016) SANTA BARBARA CASOURCE CREATIVE OFFICE INTERIORSLOS ANGELES CATANGRAM INTERIORS-FRESNOSANTA FE SPRINGSCATANGRAM INTERIORS-SANTA FE SPRINGSSANTA FE SPRINGSCATRI-COUNTY OFC FURN INC-SANTA BARBARASANTA BARBARA CATRI-COUNTY OFC FURN INCVenturaCA TROPE GROUP INCSANTA ROSA CAUNISOURCE SOLUTIONS INC-HAYWARDPICO RIVERA CAUNISOURCE SOLUTIONS INC-PICO RIVERA PICO RIVERA CAUNISOURCE SOLUTIONS SAN DIEGO CAWESTERN CONTRACT FURNISHERSRANCHO CORDOVA CAWESTERN OFFICE INTERIORS INC - LOS ANGELESLOS ANGELES CAWESTERN OFFICE INTERIORS INC-SEATTLE LOS ANGELES CADESIGN RESOURCE GROUP DENVER COELEMENTSWoman Owned Business (Traci Lounsbury) DENVER COINTELLIGENT COMMERCIAL ENVIRONMENTSGREENWOOD VILLAGE COINTERIOR ENVIRONMENTS DENVER COPEAR COMMERCIAL INTERIORS INC DENVER COWORKPLACE RESOURCE - COLORADO SPRINGSCOLORADO SPRINGS COWORKPLACE RESOURCE-DENVER DENVER CODECLERCQ OFFICE GROUP-ROWAYTON ROWAYTON CTJOHN WATTS ASSOCIATES EAST HARTFORD CT270 of 369 OFFICE FURNITURE INCNEWINGTON CTSTAMFORD OFFICE FURNITURE STAMFORD CTAMERICAN OFFICE / WASHINGTON DC - 04 WASHINGTON DCFAHRENHEIT LLCWASHINGTON DCBRENNANS OFFICE INTERIORS INC NEW CASTLE DEACCENT OFFICE INTERIORS INC TALLAHASSEE FLBEAUX-ARTS GROUP ORLANDO FLCORPORATE DESIGN CHOICE INC DORAL FLFLORIDA BUSINESS INTERIORS INC TAMPA FLGULF COAST OFFICE PRODUCTS INC PENSACOLA FLINNERSPAICE ARCHITECTURAL INTERIORS LLCFORT WALTON BEACH FLJ C WHITE ARCHITECTURAL INT PRODUCTS MIRAMAR FLOFFICE CONCEPTS & FURN DESIGN-FL GAINESVILLE FLOFFICE ENVIRONMENTS & SERVICES INC JACKSONVILLE FLOEC Business Interiors GAINSVILLE FLOFFICE FURN WHSE-POMPANO BEACH POMPANO BEACH FLPradere Office Products HIALEAH FLWORKSCAPES INC-FL JACKSONVILLE FLCONTRACT FURNITURE CONSULTANTS SP ACCT ATLANTA GACORPORATE STUDIO INC AUGUSTA GACWC FURNITUREATLANTA GACWC SOLUTIONS LLC ATLANTA GADEKALB OFFICEALPHARETTA GADRG-DIVERSIFIED RESOURCE GROUPPEACHTREE CORNERS GAHERMAN MILLER FOR HEALTHCARE NORCROSS GAMalone Office Environments COLUMBUS GANATIONAL OFFICE SYSTEMS INC SAVANNAH GAOFFICE IMAGES INC - ROSWELL ROSWELL GATURNER BOONEATLANTA GA CORPORATE ENVIRONMENTS INTERNATIONAL HONOLULU HIO P/CONTRACT FURNISHERS/HAWAII HONOLULU HIO P/PIGOTT INC-DES MOINES DES MOINES IAOFFICE CONCEPTS LTD-WATERLOO WATERLOO IA271 of 369 PARAGON COMMERCIAL INTERIORS (WBENC)DAVENPORT IASaxton Inc.women owned, small business, disadvantaged,DES MOINES iASTOREY KENWORTHYDES MOINES IABUSINESS INTERIORS OF IDAHO INCBOISEIDBUSINESS OFFICE SYSTEMSCAROL STREAM ILCORPORATE CONCEPTS - ILLOMBARD ILDESKS INC - CHICAGOCHICAGOILFORWARD SPACECHICAGOILHENRICKSEN & COMPANY - NYCITASCAILHENRICKSEN & COMPANY INCITASCAILILLINI BANKFORSYTHILILLINI SUPPLY INCFORSYTHILINSIGHT CHICAGOOAK BROOK ILINTERIOR INVESTMENTS LLC-ILLINCOLNSHIRE ILINTERIORS FOR BUSINESSBATAVIAILKAYHAN INTERNATIONAL LIMITEDSCHAUMBURG ILLOWERY MCDONNELL COMPANYWOOD DALE ILOFFICE SEKKEI AMERICA INCROLLING MEADOWS ILOFFICE SPECIALISTS INCGALESBURG ILRESOURCE ONESPRINGFIELD ILRIDDERS BUSINESS SUPPLY COMPANYQUINCYILTHOMAS INTERIOR SYSTEMS INCBLOOMINGDALE ILWIDMER INC-PEORIAPEORIAILWILEY OFC FURNITURE-SPRINGFIELDSPRINGFIELD ILBEDFORD OFFICE SUPPLY INCBEDFORD INCOMMERCIAL OFFICE ENVIRONMENTS INCINDIANAPOLIS INEDUCATIONAL FURNITUREEDUCATION FOCUSED DEALER MUNCIEINFurniture SolutionsINDIANAPOLIS INHDW COMMERCIAL INTERIORSMERRILLVILLE INKRAMER & LEONARD OFC PRODUCTSCHESTERTON INMISCELLANEOUS-GSAHUNTINGBURG INOFFICE INTERIORSGRANGER INOFFICEWORKS-FISHERSFISHERSINONE ELEVEN DESIGNFORT WAYNE IN272 of 369 RJE BUSINESS INTERIORS LLCINDIANAPOLIS INRJE BUSINESS INTERIORS LLC-OHINDIANAPOLIS INTHIEMANN OFFICE PRODUCTS INCTERRE HAUTE INBA DESIGNSTOPEKAKSENCOMPAS CORPORATIONWICHITAKSFURNITURE SOLUTIONSLEXINGTON KYINTEGRATED FACILITIES GROUP (IFG)WICHITAKSJOHN A MARSHALL CO/OFFICE PAVILIONLENEXAKSSCOTT RICE OFFICE INTERIORSWICHITAKSSPACES INC-KSLENEXAKSHOWARD D HAPPY COMPANYMAYFIELD KYID&A INC-LEXINGTONLOUISVILLE KYID&A INC-LOUISVILLELOUISVILLE KYID&A INC-NASHVILLELOUISVILLE KYAOS - ASSOCIATED OFC SYSTEMS OF LA INCNEW ORLEANS LACORPORATE INTERIORS OF BATON ROUGEBATON ROUGE LAD&T WHOLESALE INC.ALEXANDRIA LAFROST BARBERBATON ROUGE LAGENERAL OFFICE SUPPLY/ACADIANAS OFC PRODUCTSLafayetteLAPETTIT BUSINESS PRODUCTSSHREVEPORT LACREATIVE OFC PAVILION - NYCBOSTONMACREATIVE OFC PAVILION-MABOSTONMACREATIVE OFC PAVILION-WORCESTERWORCESTER MALEXINGTON GROUPWEST SPRINGFIELD MAOFFICE RESOURCES-MABOSTONMAPEABODY OFFICE FURNITURE CORP-MABOSTONMAWB MASONBROCKTON MAAMERICAN OFFICE / BALTIMORE - 01BALTIMORE MDAMERICAN OFFICE BALTIMORE MDAMERICAN OFFICE / GAITHERSBURG - 02ROCKVILLE MDBIALEK ENVIRONMENTSROCKVILLE MDINTERIORS BY DESIGNADAMSTOWN MDMOI INC-MARYLANDBALTIMORE MDMOI INC-VIRGINIABALTIMORE MD273 of 369 PRICE MODERN - BALTIMOREBALTIMORE MDPRICE MODERN OF WASHINGTONBALTIMORE MDCREATIVE OFC PAVILION-MAINEPORTLAND MEHERMAN MILLER MEXICO S A DEV CVCUAUHTEMOCMEXICO, DFAIREAFARMINGTON HILLSMIDSAGRAND RAPIDS MIFACILITY MATRIX GROUPPONTIACMIINTERIOR SYSTEMS CONTRACT GROUPROYAL OAK MIINTERPHASE INC-GRGRAND RAPIDS MISPACE INC-MIMIDLANDMIWORKSQUAREDGRAND RAPIDS MIATMOSPHEREMINNEAPOLIS MNCOMMERCIAL FURNITURE SERVICES INCSAINT LOUIS PARK MNFLUID INTERIORS INCMINNEAPOLIS MNGeneral Office ProductsMINNEAPOLIS MNHENRICKSENMINNEAPOLIS MNINTEREUM INCPLYMOUTH MNNORTHERN BUSINESS PRODUCTS INCDULUTHMNPARAMETERS LTDMINNEAPOLIS MNENCOMPAS CORPORATIONKANSAS CITY MOGROOMS OFFICE SYSTEMS INCSPRINGFIELD MOINTERIOR INVESTMENTS-MOSAINT LOUIS MOPETERSON GROUPFENTONMOPROFESSIONAL OFFICE ENVIRONMENTS INCMARYLAND HEIGHTSMOTRIAD BUSINESS PRODUCTS INCROLLAMOBUSINESS INTERIORS - JACKSONRIDGELAND MSCOMMERCIAL BUSINESS INTERIORSHATTIESBURG MSOFFICE INNOVATIONS-RIDGELANDRIDGELAND MSSULLIVANS OFFICE SUPPLY INC-MSSTARKVILLE MSWEATHERALLS INCTUPELOMS360 OFFICE SOLUTIONSBILLINGSMTDUNDAS OFC INTERIORS INC-HELENAHELENAMT274 of 369 ALFRED WILLIAMS & CO-CHARLOTTERALEIGHNCALFRED WILLIAMS & CO-COLFAXCHARLOTTE NCALFRED WILLIAMS & CO-GREENSBOROCHARLOTTE NCALFRED WILLIAMS & CO-NASHVILLE RALEIGH NCALFRED WILLIAMS & CO-RALEIGH RALEIGH NCCAROLINA BUSINESS INTERIORS-CLOTTE CHARLOTTE NCCAROLINA BUSINESS INTERIORS-CSTON CHARLOTTE NCCAROLINA BUSINESS INTERIORS-FLORIDA CHARLOTTE NCCORPORATE INTERIORS & SALES INC FAYETTEVILLE NCCREATIVE BUSINESS INTERIORS RALEIGH NCINTERIOR ELEMENTS CHARLOTTE NCFACILITY SERVICES OF NC GREENSBORO NCPBI INCASHEVILLE NCPMC COMMERCIAL INTERIORS MORRISVILLE NCSTORR OFFICE INTERIORS RALEIGH NCInterofficeFARGO NCChristianson's Business Furniture FARGO NDINTEROFFICE FARGO NCNorby's Work PerksGrand Forks NDAOI FURNITURE SERVICES-OMAHA OMAHA NEAOI FURNITURE SERVICES-LINCOLN Lincoln NEALL MAKES OFFICE EQUIPMENT CO. OMAHA NEALL MAKES OFFICE EQUIPMENT CO. LINCOLN NEALL MAKES OFFICE EQUIPMENT CO. KEARNEY NEBOLD OFFICE SOLUTIONS OMAHA NEEAKES OFFICE SOLUTIONS OMAHA NEENCOMPAS CORPORATION OMAHA NEOffice Interiors and Design LINCOLN NESHEPPARD'S BUSINESS INTERIORS OMAHA NESTAPLES BUSINESS ADVANTAGE OMAHA NECREATIVE OFFICE PAVILION MANCHESTER NHOFFICE INTERIORS LIMITED DOVER NHARBEE ASSOCIATES PISCATAWAY NJBELLIA OFFICE FURNITURE WOODBURY NJBFI-NEW YORKELIZABETH NJBFI-PARSIPPANY NJELIZABETH NJ275 of 369 CFI-COMMERCIAL FURNITURE INTERIORS Women OwnedMOUNTAINSIDE NJFARRELL FLYNNEWESTFIELD NJWB MASONBELLMAWR NJWB WOOD NYBASKING RIDGE NJWINDSOR WORKSPACESPINE BROOK NJCONTRACT ASSOCIATES INCWBE (Maria Griego-Raby, President) ALBUQUERQUE NMMADDEN BUSINESS INTERIORSHENDERSON NVHenriksen/ButlerLas VegasNVA C DESK COMPANY INCMINEOLANYACCENT COMMERCIAL FURNITURE INCALBANYNYARENSON OFFICE FURNISHINGS-NJNEW YORK NYARENSON OFFICE FURNISHINGS-NYNEW YORK NYARENSON OFFICE FURNISHINGS-STAMFORDNEW YORK NYBELL YORKTOWN INCBEDFORD HILLS NYBENHAR OFFICE INTERIORS LLCNEW YORK NYBUFFALO OFFICE INTERIORS INCBUFFALONYCF RUTHERFORD & ASSOC INCNEW YORK NYCREATIVE OFFICE PAVILIONNEW YORK NYDRB BUSINESS INTERIORSSARATOGA SPRINGSNYEVENSONBEST LLC-DCNEW YORK NYEVENSONBEST LLC-NYNEW YORK NYGRASSROOTS CONTRACT INTERIORSBUFFALONYHURBSON WORKPLACE FSHGS-SYRACUSESYRACUSE NYHURBSON WORKPLACE FURNISHINGSSYRACUSE NYJUST THE RIGHT STUFFSYRACUSE NYLANE OFFICE FURNITURE INCNEW YORK NYLJ DUFFY INCNEW YORK NYMEADOWS OFFICE FURNITURE CO-NJNEW YORK NYMEADOWS OFFICE FURNITURE CO-NYNEW YORK NYMEADOWS OFFICE FURNITURE CO-ROCHESTERFAIRPORT NYMILLINGTON LOCKWOOD BUSINESS INTERIORSBUFFALONYOFFICE FURNITURE HEAVENNEW YORK NY276 of 369 OFFICE FURNITURE HEAVENNEW YORK NYOFFICES LIMITED INCNEW YORK NYPRENTICE OFFICE ENVIRONMENTSBUFFALONYSEDGWICK BUSINESS INT LLC-SYRACUSESYRACUSE NYSEDGWICK BUSINESS INTERIORS LLCROCHESTER NYSTANDARD COMMERCIAL INTERIORSALBANYNYSTATE UNIVERSITY OF NY AT BINGHAMTONBINGHAMTON NYTHE TELCAR GROUP HOLBROOK NYWEEKS LERMAN GROUP LLC MASPETH NYAMERICAN INTERIORS INC TOLEDO OHAPG OFFICE FURNISHINGS INC-CINCINNATI CINCINNATI OHAPG OFFICE FURNISHINGS INC-CLEVELAND CINCINNATI OHAPG OFFICE FURNISHINGS INC-MEMPHIS CINCINNATI OHAPG OFFICE FURNISHINGS-AKRON CINCINNATI OHBORDEN OFFICE EQUIPMENT STEUBENVILLE OHBRODWILLCINCINNATI OHCONTINENTAL OFFICE ENVIRONMENTS-OH COLUMBUS OHENRICHING SPACES WBE Certified, Ohio Edge, SBE Cincinnati CINCINNATI OHKING BUSINESS INTERIORS INC COLUMBUS OHLOTHCOLUMBUS OHMEDICAL RESOURCES LEWIS CENTER OHS ROSE INCCLEVELAND OHSUPPLY POSTCINCINNATI OHWILLIAMS INTERIOR DESIGNS, INC. WMBE, Edge, COLUMBUS OHBUSINESS INTERIORS BY STAPLES OKLAHOMA CITY OKJOHN A MARSHALL-OKLAHOMA CITY TULSA OKJOHN A MARSHALL-TULSA TULSA OKSCOTT RICEOKLAHOMA CITY OKSCOTT RICEBROKEN ARROW OKSPACES INC-OKEDMOND OKWorkspace Resource Inc. (highmark and carolina brands only) Tulsa OKENVIRONMENTS NW PORTLAND ORINTERIOR OFFICE SOLUTIONS AKA IOS PORTLAND OR277 of 369 INTERIOR OFFICE CONCEPTSMEDFORD OROFFICE FURNITURE CONCEPTS - OR CORVALLIS OROFFICE WORLD INCEUGENE ORONESOURCE OFFICE INTERIORS PORTLAND ORPACIFIC OFFICE FURNISHINGS PORTLAND ORWORKPLACE RESOURCE OF OR-PORTLAND PORTLAND ORA J GRACK BUSINESS INTERIORS ERIE PAADVANCED OFFICE ENVIRONMENTS INC MALVERN PAANDERSON INTERIORS VERONA PABMC OFFICE FURNITURE SCRANTON PACOFCOPHILADELPHIA PACOMMONWEALTH OF PENNSYLVANIA HARRISBURG PACONTINENTAL OFFICE ENVIRON-HOMESTEAD HOMESTEAD PACORPORATE FACILITIES INC-PHILADELPHIA woman owned (Amanda Chevalier) PHILADELPHIA PAEASLEY & RIVERS INC MONROEVILLE PAO P SPECTRUM-HERMAN MILLER KING OF PRUSSIA PAONE POINT DBA CORP ENV BETHLEHEM PAPOMERANCEPHILADELPHIA PASUPPLY SOURCE INC-HARRISBURG WILLIAMSPORT PASUPPLY SOURCE INC-W PA Minority owned WILLIAMSPORT PATRANSAMERICAN OFFICE FURN CO PHILADELPHIA PAWORKSCAPE INC woman owned PITTSBURGH PAWORKSPACE PHILADELPHIA PAWB MASONPHILADELPHIA PACREATIVE OFC PAVILION-RHODE ISLAND PROVIDENCE RISHEEHANS OFFICE INTERIORS PORTSMOUTH RIALFRED WILLIAMS & CO-COLUMBIA COLUMBIA SCALFRED WILLIAMS & CO-GREENVILLE GREENVILLE SCALFRED WILLIAMS & CO-CHARLESTON MT PLEASANT SCCAROLINA BUSINESS INTERIORS-GREENVILLE GREENVILLE SCMILLERS OF COLUMBIA COLUMBIA SCBROWN & SAENGER BUSINESS INTERIORS SIOUX FALLS SDCanfield Business Interiors SIOUX FALLS SDInterstate Office Products SIOUX FALLS SDALFRED WILLIAMSNASHVILLE TN278 of 369 APG OFFICE FURNISHINGSMEMPHISTNA-Z Office Resource Inc. AKA AZOR INC. ColumbiaTNCONTRACT BUSINESS INTERIORS - KNOXVILLEKNOXVILLE TNFacility Planners / SJH HoldingsNASHVILLE TNGENESIS INTERIORSSeviervilleTNHST INTERIOR ELEMENTSTNIDS - INTERIOR DESIGN SERVICEBRENTWOOD TNOFFICE FURNITURE OUTFITTERS LLCKNOXVILLE TNOFFICESCAPES INC-TNBARTLETT TNSPACES GROUP LLCcertified WBE, SBE, WOBGERMANTOWN TNSYNERGYNASHVILLE TN ABLES-LAND INCTYLERTXAGILE INTERIORSHOUSTON TXAustin Business Furniture TX HUB/WOAustinTXBKM TOTAL OFFICE OF TEXAS LLC- TX HUB/WODALLASTXBROUSSARD GROUPSAN ANTONIO TXBUILT FOR DREAMS INC (HUB, Woman owned)LUBBOCKTXBI EXPRESSWoman-Owned Business Enterprise (WBE) certified IRVINGTXBUSINESS INTERIORSWBE, IRVINGTX BUSINESS INTERIORS OF TEXASCORPUS CHRISTIE TXBUSINESS PRODUCTS & SERVICES INCEL PASOTXCOASTAL OFFICE SOLUTIONSVICTORIATXContract Resource Groupwoman ownedHoustonTXDEBNER & COMPANYHOUSTON TXFACILITIES CONNECTION TX HUB/HI/FEL PASOTXFACILITY INTERIORS INC AUSTINTXFURNITURE FOR BUSINESS a division of The Wells GroupAUSTINTXFURNITURE MARKETING GROUP-AUSTINAUSTINTXFURNITURE MARKETING GROUP-HOUSTONHOUSTON TXFURNITURE MARKETING GROUP-PLANOPLANOTXG.L. SEAMAN & COMPANY TX HUB/WOCARROLLTON TX279 of 369 G.L. SEAMAN & COMPANY- TX HUB/WOFORT WORTH TXGATEWAY OFFICE SUPPLYEDINBURG TXINTELLIGENT INTERIORS INC-HUB/HI/FADDISONTXJIMENEZ CONTRACT SERVICES (Office Max)HOUSTON TXJ TYLERwoman ownedHOUSTON TXKAY DAVIS ASSOCIATES LLC - TX HUB/BL/FHOUSTON TXLEDWELL OFFICE SOLUTIONSTEXARKANA TXMCCOY - ROCKFORDHOUSTON TXMILLER OFFICE INTERIORSIRVINGTXNAVAJO OFFICE PRODUCTS LLC- TX HUB/HI/MAMARILLO TXNELSON INTERIORS LLC- TX HUB/WOSAN ANTONIO TXOFFICE PAVILION-HOUSTONHOUSTON TXOFFICESOURCE LTD- TX HUB/WOAUSTINTXOFFICESOURCE LTDSAN ANTONIO TXOFFICEWISE FURNITURE & SUPPLYAMARILLO TXROCKFORD BUSINESS INTERIORSAUSTINTXRIO GRANDE CONRACT FURNISHINGS/BPSIEL PASOTXSHELTON-KELLER GROUPHUB, WBENC (woman owned) AUSTINTXTEXAS WILSON OFFICE FURNITURE- TX HUB/HI/MSAN ANTONIO TXTHE SPENCER COMPANYDALLASTXThe Wells Group dba Furniture for Business HOUSTON TXTHE LUCK COMPANYHOUSTON TXTOTAL OFFICE SOLUTION- TX HUB/WO - not affiliated with Odessa businessWacoTXVALLEY DESIGNS INC- TX HUB/WOHARLINGEN TXWORKPLACE RESOURCE GROUP (WRG)CARROLLTON TXWORKPLACE RESOURCE LLC-AUSTINwoman ownedAUSTINTXWORKPLACE RESOURCE LLC-SAN ANTONIO- TX HUB/WOwoman ownedSAN ANTONIO TXWRG LLCCARROLLTON TXLibra-Tech - WBE/HUB / library specialists ArgyleTX CCG HOWELL INCWBE (Carmelle Jensen)SALT LAKE CITY UTHENRIKSEN/BUTLER DESIGN GROUP LLCSALT LAKE CITY UTHENRIKSEN/BUTLER NEVADA LLCSALT LAKE CITY UT280 of 369 ACI - ATLANTIC CORPORATE INTERIORS (SWaM)RICHMOND VAAMERICAN OFFICE Glen Allen VAAMERICAN OFFICE ChantillyVAAMERICAN OFFICE VIRGINIA BEACH VAAMERICAN OFFICE CHARLOTTESVILLE VABARROWS INCROANOKE VACREATIVE OFFICE ENVIRONMENTS (SWaM - S CERT)ASHLANDVACREATIVE OFFICE ENVIRONMENTS (SWaM - S CERT)CHESAPEAKE VACREATIVE OFFICE ENVIRONMENTS (SWaM - S CERT)CHARLOTTESVILLE VADK WORKSPACE RICHMOND (SWaM, WOSB)RICHMOND VAHARRIS OFFICE FURNITURE CO INCROANOKE VAIMAGE BUSINESS INTERIORS (SWaM, WOSB)VIRGINIA BEACH VAINTERIORS BY GUERNSEYChantillyVAMEGA OFFICE FURNITURE/ TSR IncASHLANDVAMOIRICHMOND VAMOIVIRGINIA BEACH VAMODERN ENVIRONMENTSVIRGINIA BEACH VANEW DAY OFFICE (SWaM - S Cert)SUFFOLKVATSRC Inc. (office furn sold through Mega)(SWaM,WOSB)richmondvaMEGA OFFICE FURNITURE/ TSR IncVIRGINIA BEACH vaWASHINGTON GROUP SOLUTIONSFALLS CHURCH VACATALYST - SEATTLESEATTLEWACATALYST-TACOMATACOMAWABUSINESS INT NW (BINW) OF AKTACOMAWACHANDLER BUSINESS INTERIORS INCEAST WENATCHEE WACOMMERCIAL OFFICE INTERIORS-WASEATTLEWACONTRACT DESIGN ASSOC INC-SPOKANESPOKANE WAKEENEY'S ( state certified woman-owned business (WBE) and a zero-waste facility)REDMOND WA281 of 369 MBI-SEATTLESEATTLE WANOVA CONTRACT INTERIORS SPOKANE WARE-JUICED STUDIO (state certified WMBE) EDMONDS WAWORKPOINTESEATTLE WABROTHERS BUSINESS INTERIORS AKA COAKLEY BROTHERS women owned small business MILWAUKEE WIBUILDING SERVICE INC WAUKESHA WICREATIVE BUSINESS INTERIORS-W ALLIS MILWAUKEE WIEmmons Business Interiors Various Locations Germantown WIHENRICKSENBrookfield WIHENRICKSENMadison WIINTERIOR INVESTMENTS OF MADISON LLC MADISON WIINTERIOR INVESTMENTS-MILWAUKEE MILWAUKEE WIM&M OFFICE INTERIORS PEWAUKEE WINORDON BUSINESS ENVIRONMENTS APPLETON WIPARAGON BUSINESS FURNITURE GRP MIDDLETON WISAMUELS GROUP ENVIRONMENTS WAUSAU WISYSTEMS FURNITURE INC DE PERE WICONTEMPORARY GALLERIES-CHARLESTON CHARLESTON WV282 of 369 OFS Brands Inc. Authorized Dealer List 07.11.19 CUSTOMER_NAME CITY STATE CAPITAL OFFICE SYSTEMS-AK ANCHORAGE AK THINK OFFICE LLC ANCHORAGE AK AI CORPORATE INTERIORS LLC BIRMINGHAM AL ALABAMA CONTRACT SALES INC AUBURN AL ATHENS CITY BOARD OF EDUCATION Athens AL BIRMINGHAM WHOLESALE FURNITURE CO Birmingham AL BURGESS & COMPANY INC BIRMINGHAM AL BUSINESS INTERIORS - BIRMINGHAM BIRMINGHAM AL CITY OF BIRMINGHAM Birmingham AL DYNETICS HUNTSVILLE AL EBSCO BUSINESS CENTER BIRMINGHAM AL ENCOMPASS HEALTH CORPORATION BIRMINGHAM AL FACILITIES RESOURCE GROUP INC SPANISH FORT AL HILLS COMMERCIAL INTERIORS Maylene AL HUDSON OFFICE SUPPLY INC DOTHAN AL INNERSPAICE ARCHITECTURAL INTERIORS BIRMINGHAM AL INTERIOR CONSULTANTS INC Birmingham AL KYLE OFFICE SUPPLY CO INC TUSCALOOSA AL KYSER OFFICE WORKS INC MONTGOMERY AL MYRA WILHITE INTERIORS INC FLORENCE AL OB GYN ASSOCIATES OF MONTGOMERY Montgomery AL OFFICE ENVIRONMENTS INC BIRMINGHAM AL OFFICE EQUIPMENT CO OF MOBILE INC MOBILE AL OSCO INC DECATUR AL PRINTERS & STATIONERS INC FLORENCE AL SAMFORD UNIVERSITY Birmingham AL TERRA MIMIKAKIS DESIGN Birmingham AL THE ANDERSON GROUP/TAG BIRMINGHAM AL TUSCALOOSA CITY SCHOOLS Tuscaloosa AL TUSCALOOSA COUNTY COMMISSION Tuscaloosa AL WORKSPACE INTERIORS - AL MOBILE AL COLEMANS OFFICE & SCHOOL PRODUCTS CONWAY AR EL DORADO PRINTING/COOKS BUSINESS SOL CAMDEN AR EVO BUSINESS ENVIRONMENTS LITTLE ROCK AR INNERPLAN OFFICE INTERIORS Maumelle AR INNOVATIVE BUSINESS FURNITURE INC SPRINGDALE AR LA HARPES OFFICE FURNITURE INC LITTLE ROCK AR PETTUS OFFICE PRODUCTS LITTLE ROCK AR SHARP OFFICE SUPPLY & FURNISHINGS ASH FLAT AR SOUTH ARKANSAS BUSINESS SOLUTIONS INC PINE BLUFF AR 283 of 369 STEPHENS INC Little Rock AR TODAYS OFFICE - LITTLE ROCK LITTLE ROCK AR TODAYS OFFICE - SPRINGDALE SPRINGDALE AR ARIZONA FURNISHINGS Tolleson AZ ARIZONA OFFICE LIQUIDATOR & DESIGN PHOENIX AZ AWE CORPORATE INTERIORS PHOENIX AZ BLUE DESERT INTERIORS SCOTTSDALE AZ CORE Tucson AZ CORPORATE INTERIOR SYSTEMS INC PHOENIX AZ CREATIVE LICENSE INTERNATIONAL LLC TEMPE AZ DIMORA DESIGN LLC PHOENIX AZ ELIZABETH A ROSENSTEEL DESIGN STUDIO LLC Scottsdale AZ ESI ERGONOMIC SOLUTIONS Mesa AZ FACILITEQ AZ LLC Tempe AZ FORWARD TILT SCOTTSDALE AZ FULL CIRCLE INC TEMPE AZ FURNITURE RESOURCE & DESIGN LLC Scottsdale AZ GOODMANS - TUCSON TUCSON AZ GOODMANS INC PHOENIX AZ GOODMANS INC-ALBUQUERQUE PHOENIX AZ GOODMANS INTERIOR STRUCTURES PHOENIX AZ HASBROOK INTERIORS SCOTTSDALE AZ IDG PURCHASING LLC Phoenix AZ J BELLA INTERIORS Phoenix AZ J KAISER WORKSPACES Tucson AZ KIM HARVEY CREAMER INTERIORS SCOTTSDALE AZ LORI CARROLL & ASSOCIATES TUCSON AZ NORTH FACE INVESTMENTS LLC Chandler AZ POLSTON COMMERCIAL FURNISHINGS Yuma AZ RC INTERIOR DESIGN GROUP INC PHOENIX AZ THOMA-HOLEC DESIGN LLC MESA AZ TRANSACT COMMERCIAL FURNISHINGS INC Phoenix AZ TUCSON BUSINESS INTERIORS INC TUCSON AZ WORKSPACES LLC-PHOENIX PHOENIX AZ 2010 OFFICE FURNITURE SOUTH EL MONTE CA AA OFFICE EQUIPMENT & FURNITURE HAYWARD CA AAA BUSINESS SUPPLIES & INTERIORS SANTA ROSA CA AEGIS HC LLC Laguna Niguel CA ALAN DESK COMPANY Los Angeles CA ANDARY DESIGN San Francisco CA ASSOCIATES PURCHASING - ORANGE CO COSTA MESA CA ASSOCIATES PURCHASING CORP-LOS ANGELES LOS ANGELES CA 284 of 369 ATLANTIC GROUP LA LLC LOS ANGELES CA B&C FURNITURE SOLUTIONS SAN DIEGO CA BE WORKPLACE DESIGN CONCORD CA BERNARDS OFFICE FURNITURE LLC WOODLAND HILLS CA BETTER SOURCE CAMPBELL CA BKM OFFICE ENVIRONMENTS Camarillo CA BKM OFFICEWORKS SAN DIEGO CA BURKETTS OFC FURNISHINGS&SUPPLIES SACRAMENTO CA CAL BENNETTS VISALIA CA CALIBER OFFICE FURNITURE REDDING CA CALIFORNIA OFFICE FURNITURE West Sacramento CA CAMPBELL KELLER SACRAMENTO CA CARTER DESIGN GROUP ALAMO CA CASTLEROCK DESIGN GROUP NEWPORT BEACH CA CATALYST IRVINE CA CDC DESIGNS LLC COSTA MESA CA CJ WELCH NORTH INC SAN FRANCISCO CA CONTRACT OFFICE GROUP SAN JOSE CA CONTRACT WORKSPACE Newbury Park CA COORDINATED RESOURCES-SAN FRANCISCO SAN FRANCISCO CA CORE BUSINESS INTERIORS FRESNO CA CORNER OFFICE SAN RAFAEL CA CORPORATE BUSINESS INTERIORS-CA NEWPORT BEACH CA CORPORATE DESIGN GROUP INC-ROSEVILLE ROSEVILLE CA CORPORATE FURNITURE SOLUTIONS San Jose CA CRAWFORD & CO POWAY CA CREST OFFICE FURNITURE CO INC BURBANK CA CSI FULLMER PASADENA CA CSR DESIGN GLEN ELLEN CA CSU SAN BERNARDINO San Bernardino CA CULTURA San Diego CA CULVER-NEWLIN / MCMAHAN BUS INTERIORS CORONA CA D&R OFFICE WORKS INC EL MONTE CA DALE ASSOCIATES Sebastopol CA DARDEN ARCHITECTS INC FRESNO CA DECORATIVE FINISHES DANVILLE CA DEL GAVIO GROUP WOODSIDE CA DESERT BUSINESS INTERIORS / GSA Palm Desert CA DESERT BUSINESS INTERIORS LLC Palm Desert CA DESIGN TEC INC Newport Beach CA DESIGNCORP SAN DIEGO CA DESIGNTECH INC SACRAMENTO CA 285 of 369 ECO OFFICE Milpitas CA ESPLANADE OFFICE CHICO CA FACILITY DESIGNS FRESNO CA FACILITY SERVICES NEWPORT BEACH CA FMI OFFICE SPACE DEVELOPMENT LLC Commerce CA FURNITURE BY DESIGN LLC SACRAMENTO CA G/M BUSINESS INTERIORS-RIVERSIDE RIVERSIDE CA G/M BUSINESS INTERIORS-SAN DIEGO RIVERSIDE CA GAZOR GROUP INC SAN FRANCISCO CA GMANFREDO DESIGN FRESNO CA INNOVATIVE COMMERCIAL ENVIRONMENTS SAN DIEGO CA INSIDE SOURCE/YOUNG-SAN CARLOS SAN CARLOS CA INSIDE SOURCE/YOUNG-SAN FRANCISCO SAN FRANCISCO CA INTERIOR MOTIONS EMERYVILLE CA INTERIOR OFFICE SOLUTIONS - IRVINE IRVINE CA INTERIOR OFFICE SOLUTIONS - PORTLAND IRVINE CA INTERIOR OFFICE SOLUTIONS - SEATTLE Irvine CA INTERIORS INCORPORATED Santa Rosa CA JULES SELTZER & ASSOCIATES LOS ANGELES CA JUST ERGONOMICS MOUNTAIN VIEW CA KBM-HOGUE SAN JOSE CA KIRKSEY & CO Irvine CA LJ2 INTERIORS ROSEVILLE CA LORENZ & ASSOCIATES FRESNO CA M3 LLC South Pasadena CA MARKETSHARE INC MILPITAS CA MARSHA JURASIN & ASSOCIATES BURLINGAME CA MARY ANN DOWNEY INTERIOR DESIGN INC SACRAMENTO CA MAVEN SAN FRANCISCO CA MAVEN/SAMPLES San Francisco CA MB CONTRACT FURNITURE INC CONCORD CA MG WEST/BUSINESS INTERIORS GROUP-CA SAN FRANCISCO CA MICHAELS OFFICE FURNISHINGS/NORTHERN INT REDDING CA MILES TREASTER & ASSOCIATES WEST SACRAMENTO CA MILES/BARRY CONTRACT FURNITURE INC PACIFICA CA MONTANIO DESIGN GROUP SIMI VALLEY CA MYERS RESTAURANT SUPPLY SANTA ROSA CA NUSPACE CORPORATE INTERIORS Campbell CA OFFICE & ERGONOMIC SOLUTIONS RANCHO CUCAMONGA CA OFFICE 11 Fallbrook CA OFFICE DESIGN GROUP INC IRVINE CA OFFICE FURNITURE GROUP IRVINE CA 286 of 369 OFFICE RENOVATION Seal Beach CA OFFICE SEKKEI-SAN MATEO Mountain View CA OFFICE SOLUTIONS-CA YORBA LINDA CA OLEARYS OFFICE PRODUCTS BAKERSFIELD CA ONE WORKPLACE LLC SANTA CLARA CA PACIFIC OFFICE DESIGNS San Jose CA PACIFIC OFFICE INTERIORS AGOURA HILLS CA PALACE ART & OFFICE SUPPLY SANTA CRUZ CA PARADIGM OFFICE INTERIORS Temecula CA PARISI PORTFOLIO SAN DIEGO CA PARRON HALL OFFICE INTERIORS SAN DIEGO CA PENINSULA BUSINESS INTERIORS SALINAS CA PIVOT INTERIORS INC-COSTA MESA COSTA MESA CA PIVOT INTERIORS INC-FREMONT Fremont CA PIVOT INTERIORS INC-LOS ANGELES LOS ANGELES CA PIVOT INTERIORS INC-SAN FRANCISCO SAN FRANCISCO CA PIVOT INTERIORS INC-SAN JOSE SANTA CLARA CA POD OFFICE SAN FRANCISCO CA POLETTI ASSOCIATES Woodside CA QUALITY OFFICE FURNISHINGS INC - CA YORBA LINDA CA RDI SAN FRANCISCO CA RIO HONDO COMM COLLEGE DISTRICT Whittier CA SAMCLAR CONCORD CA SEATS & STATIONS INC ROSEVILLE CA SHERIDAN GROUP LOS ANGELES CA SIDEMARK CORPORATION-SANTA CLARA San Jose CA SIERRA OFFICE SYSTEMS & PRODUCTS INC SACRAMENTO CA SIERRA SCHOOL EQUIPMENT COMPANY BAKERSFIELD CA SL PEMBERTON INC Napa CA SMART OFFICE INTERIORS INC SANTA BARBARA CA SOLUTIONS BUSINESS FURNITURE INC ROCKLIN CA SOURCE CREATIVE OFFICE INTERIORS TUSTIN CA STINSON STATIONERS INC BAKERSFIELD CA STRONG PROJECT INC EL SEGUNDO CA STYLE INTERIOR DESIGN INC Newport Beach CA SYSTEMS SOURCE-IRVINE IRVINE CA SYSTEMS SOURCE-LOS ANGELES IRVINE CA SYSTEMS SOURCE-SAN DIEGO Irvine CA SYSTEMS SOURCE-SEATTLE IRVINE CA TANGRAM INTERIORS-FRESNO SANTA FE SPRINGS CA TANGRAM INTERIORS-SANTA FE SPRINGS SANTA FE SPRINGS CA THINK OFFICE INTERIORS SAN DIEGO CA 287 of 369 TOTAL HEALTH ENVIRONMENT ORANGE CA TRI-COUNTY OFC FURN INC-SANTA BARBARA SANTA BARBARA CA TROPE GROUP INC SANTA ROSA CA UNILAV DESIGN LOS ANGELES CA UNISOURCE SOLUTIONS INC-HAYWARD PICO RIVERA CA UNISOURCE SOLUTIONS INC-PICO RIVERA PICO RIVERA CA VANGARD CONCEPT OFFICES SAN JOSE CA WESTERN CONTRACT FURNISHERS RANCHO CORDOVA CA WESTERN CONTRACT INTERIORS SAN JOSE CA WESTERN OFFICE INTERIORS INC-LAS VEGAS Los Angeles CA WESTERN OFFICE INTERIORS INC-LOS ANGELES LOS ANGELES CA WESTERN OFFICE INTERIORS INC-SEATTLE LOS ANGELES CA WESTFALL COMMERCIAL FURN INC LOS ANGELES CA WESTON INTERNATIONAL San Francisco CA WORKSPACE SOLUTIONS-CA SAN FRANCISCO CA 100 WGB HOTEL OPERATOR LLC Boulder CO AUSTIN HOSPITALITY INTERIORS LLC COLORADO SPRINGS CO BC INTERIORS BOULDER CO CANTER Lakewood CO CITRON WORKSPACES Denver CO COLORADO CORRECTIONAL INDUSTRIES Denver CO CONTRACT FURNISHINGS INC-DENVER DENVER CO CORPORATE SOURCE - DENVER DENVER CO DESIGN RESOURCE GROUP - DENVER DENVER CO ELEMENTS DENVER CO EON OFFICE PRODUCTS DENVER CO FIRST CONTINENTAL LIBRARY DENVER CO IMPRESA UNLIMITED INC DENVER CO INFINITI OF HILTON HEAD Boulder CO INTELLIGENT COMMERCIAL ENVIRONMENTS GREENWOOD VILLAGE CO INTERIOR CONCEPTS OF DENVER LLC DENVER CO INTERIOR ENVIRONMENTS-IE CONNECT DENVER CO JEAN SEBBEN ASSOCIATES LLC COLORADO SPRINGS CO JORDY CARTER WAREHOUSE DENVER CO LIZABETH JONES INTERIOR DESIGN BOULDER CO MERCHANTS OFFICE FURNITURE DENVER CO MUSCOGEE CREEK NATION Centennial CO N 5TH HOTEL LLC Centennial CO OFFICE INTERIORS DENVER LLC Denver CO OFFICE LIQUIDATORS INC/CORP ENVIRON INC LAKEWOOD CO OFFICE OPTIONS LITTLETON CO OFFICE OUTFITTERS & PLANNERS INC GRAND JUNCTION CO 288 of 369 OFFICESCAPES INC-DENVER DENVER CO OUTBACK OFFICE EVERGREEN CO PEAR WORKPLACE SOLUTIONS DENVER CO PROSPACE INTERIORS INC DELTA CO REPEATS / PROJECT INK LONGMONT CO SHELF IMAGE INC Denver CO SORREL SKY ART & DESIGN DURANGO CO SOURCE FOUR DENVER CO SOURCE FOUR/SAMPLES DENVER CO SOURCE OFFICE & TECHNOLOGY GOLDEN CO SPRINGHAUS DESIGNS LLC Timnath CO TEAMMATES COMMERCIAL INTERIORS INC LAKEWOOD CO VALIANT PRODUCTS CORPORATION Denver CO WORKPLACE RESOURCE - COLORADO SPRINGS Denver CO WORKPLACE RESOURCE - DENVER DENVER CO WSI INTERIORS LLC FORT COLLINS CO CARANGELO COMMERCIAL INTERIORS OLD SAYBROOK CT CREATIVE OFFICE INTERIORS HARTFORD CT DECLERCQ OFFICE GROUP-HAMDEN HAMDEN CT DECLERCQ OFFICE GROUP-ROWAYTON ROWAYTON CT INFINITY GROUP BLOOMFIELD CT INTERIOR SOURCE HAMDEN CT INTERSCAPE COMMERCIAL ENVIRONMENTS Farmington CT JEFFERSON GROUP Stamford CT JOHN WATTS ASSOCIATES Hartford CT OFFICE FURNITURE INC NEWINGTON CT RED THREAD East Hartford CT RED THREAD SPACES LLC-NH East Hartford CT ROBERT H LORD COMPANY Manchester CT STAMFORD OFFICE FURNITURE STAMFORD CT SWC OFFICE FURNITURE OUTLET STAMFORD CT THE ATLANTIC GROUP CONNECTICUT LLC NORWALK CT WORKSPACE CONSULTING GROUP STAMFORD CT CHL BUSINESS INTERIORS INC WASHINGTON DC ARCHITECTURAL MARKETING INC Milton DE CORPORATE INTERIORS INC-DE NEW CASTLE DE DELAWARE SCHOOL & OFFICE LLC WILMINGTON DE TURNING POINT COLLECTION LLC GREENVILLE DE AC DESIGN CONCEPTS LLC Melbourne FL ALLIANCE CORPORATE SERVICES INC PLANTATION FL AMERICAN BUSINESS INTERIORS MELBOURNE FL AMES INVESTOR LLC Miami FL 289 of 369 B&B FURNITURE CONCEPTS MELBOURNE FL BOS ORLANDO LAKE MARY FL CHELSEA DESIGN Wilton Manors FL CHI SOLUTIONS INC FORT LAUDERDALE FL CID DESIGN Naples FL CK OFFICE DESIGNS Coral Springs FL CLIVE DANIEL HOME Fort Myers FL CLUBHOUSE INTERIORS INC PONTE VEDRA FL COMMERCIAL DESIGN SERVICES - ALT SPR ALTAMONTE SPRINGS FL COMMERCIAL DESIGN SERVICES - JVILLE Tampa FL COMMERCIAL DESIGN SERVICES - TALLAHASSEE Tallahassee FL COMMERCIAL DESIGN SERVICES - TAMPA TAMPA FL COMMON SENSE OFFICE FURNITURE ORLANDO FL COMPASS OFFICE SOLUTIONS LLC MIRAMAR FL CONTRACT FURNITURE INC TAMPA FL CONTRACT LINK INC LAKE MARY FL CONTRACT PURCHASING & DESIGN INC Boca Raton FL CORPORATE DESIGN CHOICE INC MIAMI FL CORPORATE FURNITURE OPTIONS INC PALM CITY FL CORPORATE INTERIORS-CLEARWATER SAINT PETERSBURG FL CREATIVE OFFICE SOLUTIONS & MORE INC North Miami FL DAMICO DESIGN ASSOCIATES NORTH MIAMI FL DEACON DESIGN INC ORMOND BEACH FL DESIGN RESOURCE GROUP INC Altamonte Springs FL DESIGNMIND LLC JACKSONVILLE FL DESIGNSCHEMES Fort Myers Beach FL DESIGNWORKS Hillsboro Beach FL DK ST PETERSBURG LLC Boca Raton FL ENVIRON INTERIOR Fort Lauderdale FL FAVA DESIGN GROUP MIAMI FL FINE DESIGN PARTNERS WINTER PARK FL FLORIDA BUSINESS INTERIORS - TAMPA BAY TAMPA FL FLORIDA HOSPITAL Orlando FL FLORIDA OFFICE INTERIORS JACKSONVILLE FL FREEDMAN OFFICE FURNITURE TAMPA FL FURNITURE BY GEORGE INC CLEARWATER FL FURNITURE SOLUTIONS INC-FL LAKE WORTH FL G & F INTERIOR DESIGN INC HOLLYWOOD FL GENERAL ELECTRIC COMPANY FORT MYERS FL GINNYS CREATIVE DESIGNS Winter Haven FL GLIDDENSPINA INTERIORS WEST PALM BEACH FL GLOBAL COMMERCIAL FURNISHINGS INC WELLINGTON FL 290 of 369 GODFREY DESIGN CONSULTANTS INC Winter Park FL GRAINGLOSS LLC Delray Beach FL GULF COAST OFFICE PRODUCTS INC PENSACOLA FL HDB DESIGN GROUP DAYTONA BEACH FL HOLMES & BRAKEL-FL TAMPA FL HOSPITALITY DEPOT LLC Panama City Beach FL HOSPITALITY PURVEYORS INC MIAMI FL HUSTONS COMMERCIAL INTERIORS STUART FL INNERSPAICE ARCHITECTURAL INTERIORS LLC FORT WALTON BEACH FL INTERIOR CONTRACT SERVICES ORLANDO FL INTERIOR FUSION St Petersburg FL INTERIORS BY STEVEN G DEVELOPER DESIGNS POMPANO BEACH FL INTERNATIONAL DESIGN CONCEPTS MIAMI FL J C WHITE ARCHITECTURAL INT PRODUCTS MIRAMAR FL JANET OTT INC Safety Harbor FL K2 DESIGN BONITA SPRINGS FL KATCHI INTERIOR DESIGN Naples FL KAY GREEN DESIGN INC Winter Park FL KEETONS OFFICE SUPPLY COMPANY INC BRADENTON FL KENNETH POLEY INTERIORS INC ODESSA FL LAH DESIGNS Jupiter FL M HANSON & CO INC FORT LAUDERDALE FL MANHAS DESIGN Fort Lauderdale FL MERYL DEUTSCH & ASSOCIATES INC Boca Raton FL NC STUDIO MIAMI FL NEW EDGE INTERIORS INC Winter Haven FL NEW YORK YANKEES PARTNERSHIP Tampa FL NEWELL DESIGN INC CORAL GABLES FL NOW INTERIORS Naples FL OEC BUSINESS INTERIORS - GAINESVILLE GAINESVILLE FL OFFICE DIMENSIONS INC - FL MIAMI FL OFFICE ELEMENTS POMPANO BEACH FL OFFICE ENVIRONMENTS & SERVICES INC JACKSONVILLE FL OFFICE EXPRESS SUPPLY INC HIALEAH FL OFFICE FURNITURE & DESIGN CONCEPTS Sarasota FL OFFICE FURNITURE CENTER INC TAMPA FL OFFICE FURNITURE DEPOT LAKELAND FL OFFICE FURNITURE WAREHOUSE-POMP BCH POMPANO BEACH FL PERDUE OFFICE INTERIORS INC JACKSONVILLE FL PRADERE OFFICE PRODUCTS HIALEAH FL REIMAGINE OFFICE FURNISHINGS TAMPA FL RKR & ASSOCIATES LLC OCALA FL 291 of 369 ROGERS DESIGN GROUP INC Palm Beach Gardens FL ROYAL CARIBBEAN CRUISES LTD Miami FL SENA HOSPITALITY DESIGN INC ORLANDO FL SHAWNEE MISSION MEDICAL CENTER Altamonte Springs FL SISLER JOHNSTON INTERIOR DESIGN INC JACKSONVILLE FL SOURCE ONE FURNITURE-NJ CLERMONT FL SPACE AS ART Sarasota FL SPATIAL CONCEPTS INC JACKSONVILLE FL STRAUGHN TROUT ARCHITECTS Lakeland FL STUDIO 33 INTERIORS LLC FORT LAUDERDALE FL STUEBER PROCUREMENT OVIEDO FL SUDDATH OFFICE SOLUTIONS JACKSONVILLE FL SYNERGY HOSPITALITY MOON LLC Jupiter FL SYSTEMATIC FACILITY SOLUTIONS JACKSONVILLE FL THE BEAUX-ARTS GROUP TAMPA FL THE BREAKERS OF PALM BEACH PALM BEACH FL THE CARROLL ADAMS GROUP ORLANDO FL THE FURNITURE BOX BOCA RATON FL TJNG PARTNERS ORLANDO FL TOTAL OFFICE SOLUTIONS - FL JACKSONVILLE FL TYLANDERS OFFICE SOLUTIONS West Palm Beach FL UNITED DESIGN Palmetto Bay FL UNLABELED DESIGN Delray Beach FL WEGMAN DESIGN GROUP Naples FL WESNIC JACKSONVILLE FL WORKSCAPES INC-JACKSONVILLE Miami FL WORKSCAPES INC-MIAMI Miami FL WORKSPACE2 Palm Harbor FL ADVANTAGE OFFICE SOLUTIONS INC VILLA RICA GA ADVENT BUSINESS INTERIORS LEESBURG GA ATRIUM HOSPITALITY LP Alpharetta GA BAINBRIDGE STATE COLLEGE Bainbridge GA BANK OF NORTH GEORGIA / DIV OF SYNOVUS Woodstock GA BANKERS SUPPLY INC MACON GA BUSINESS FURNITURE SERVICES-MARIETTA MARIETTA GA CARROLLTON OFFICE EQUIPMENT CO INC CARROLLTON GA COMMERCIAL FURNISHINGS Macon GA CONSULTANTS & BUILDERS INC NORCROSS GA CORPORATE ENVIRONMENTS-GA ATLANTA GA CORPORATE STUDIO INC AUGUSTA GA CWC FURNITURE ATLANTA GA CWC SOLUTIONS LLC ATLANTA GA 292 of 369 DEKALB OFFICE ALABAMA ALPHARETTA GA DEKALB OFFICE ENVIRONMENTS ALPHARETTA GA DEKALB OFFICE NASHVILLE ALPHARETTA GA DESIGN MANAGEMENT ASSOCIATES INC KENNESAW GA DIVERSIFIED RESOURCE GROUP Peachtree Corners GA ECLIPSE BRAND BUILDERS Suwanee GA EMORY HEALTHCARE Atlanta GA ERG HOLDINGS INC Atlanta GA FOWLERS OFFICE INTERIORS ATHENS GA GA DEPT OF NATURAL RESOURCES Atlanta GA GEORGIA BUSINESS FURNITURE Woodstock GA GEORGIA SPECIALTY EQUIPMENT FAYETTEVILLE GA IMA CORPORATE INTERIORS LLC ATLANTA GA IMPACT OFFICE INTERIORS GRIFFIN GA INTERIOR SPACE CONSULTANTS INC DACULA GA JEANNETTA DESIGN ASSOCIATES INC BUFORD GA LEE OFFICE EQUIPMENT CO INC VALDOSTA GA LEVEL 5 LLC ATLANTA GA MALONE OFFICE ENVIRONMENTS COLUMBUS GA MASON INC SAVANNAH GA MCGARITYS GAINESVILLE GA MINTON JONES COMPANY DULUTH GA NATIONAL OFFICE SYSTEMS INC SAVANNAH GA NFL OFFICEWORKS SMYRNA GA OFFICE CREATIONS Norcross GA OFFICE FURNITURE RESOURCES Norcross GA OFFICE IMAGES INC - ROSWELL ROSWELL GA OFFICE INTERIORS INC-GA ATLANTA GA PURE OFFICE ENVIRONMENTS Peachtree Corners GA SANDERS FURNITURE CO Winder GA SHEFFIELD OFFICE PRODUCTS Duluth GA SYNOVUS FINANCIAL CORPORATION COLUMBUS GA THW DESIGN ATLANTA GA TURNERBOONE CONTRACT LLC ATLANTA GA US HOSPITALITY GROUP Suwanee GA WINCO CONSTRUCTION Adel GA ALEXANDER BROTHERS HONOLULU HI CAMP CONTRACT FURNISHINGS HONOLULU HI CORPORATE ENVIRONMENTS INTERNATIONAL HONOLULU HI FURNITURE PLUS INC HONOLULU HI INTERIOR SHOWPLACE LTD HONOLULU HI KOSUGA HAWAII INC Honolulu HI 293 of 369 O P/CONTRACT FURNISHERS/HAWAII HONOLULU HI SENETICS OFFICE FURNISHINGS HONOLULU HI SUMMA INTERNATIONAL KAILUA HI THE SYSTEMCENTER INC Honolulu HI ALL MAKES OFFICE EQUIPMENT DES MOINES IA AVEC BUILD INC / EMILY ERBES Ames IA BEIRMAN FURNITURE Urbandale IA FLOOR SHOW COMPANIES DUBUQUE IA HOLTKAMP FURNITURE FORT MADISON IA INTERIOR DESIGN GROUP-DES MOINES WEST DES MOINES IA IOWA-ILLINOIS OFFICE PRODUCTS INC DAVENPORT IA KINSETH HOSPITALITY COMPANIES Clear Lake IA KIRK GROSS COMPANY WATERLOO IA KOCH BROTHERS DES MOINES IA LIGHT EXPRESSIONS BY SHAW Davenport IA MELANIE BY DESIGN CEDAR RAPIDS IA MJC INTERIORS West Des Moines IA NEW COLLEGE LLC Davenport IA O P/PIGOTT INC-DES MOINES DES MOINES IA O P/PIGOTT INC-SIOUX FALLS Des Moines IA OFFICE CONCEPTS LTD-WATERLOO WATERLOO IA OFFICE ELEMENTS-IA SIOUX CITY IA PARAGON COMMERCIAL INTERIORS DAVENPORT IA PHELANS INTERIORS CEDAR RAPIDS IA SAXTON INC CEDAR RAPIDS IA STOREY KENWORTHY COMPANY DES MOINES IA TALLGRASS BUSINESS RESOURCES CORALVILLE IA THE GRAHAM GROUP DES MOINES IA THOMPSON INTERIOR DESIGN SIOUX CITY IA TRIPLETT OFFICE ESSENTIALS CORP DES MOINES IA UNIVERSITY OF IOWA IOWA CITY IA WORKSPACE INC DES MOINES IA BUSINESS INTERIORS OF IDAHO INC BOISE ID OFFICE ENVIRONMENTS CO BOISE ID PORTERS OFFICE CITY REXBURG ID SPRAGUE SOLUTIONS BOISE ID VALLEY OFFICE SYSTEMS Idaho Falls ID AFFORDABLE OFC INT DBA BUS OFC SYSTEMS-IL Roselle IL AFFORDABLE OFC INT DBA BUS OFC SYSTEMS-WI Roselle IL AMERICAN HOTEL REGISTER COMPANY VERNON HILLS IL 294 of 369 ANDERSEN OFFICE INTERIORS Westmont IL APPLIED ERGONOMICS Skokie IL ARTHUR P OHARA INC DOWNERS GROVE IL BRE SELECT-HGI ANCHORAGE Chicago IL CAPTIVE RESOURCES LLC Schaumburg IL CONFIGURATION CHICAGO INC CHICAGO IL CORPORATE CONCEPTS - IL LOMBARD IL COUNTY OFFICE PRODUCTS INC CHARLESTON IL DEMANES INTERIORS INC PEORIA IL DESIGNS FOR DIGNITY Chicago IL ECONOCARE LINCOLNWOOD IL EGYPTIAN BUSINESS FURNITURE BELLEVILLE IL EVERYTHING DIVISION 12 INC NORTHBROOK IL FOLLETT HIGHER EDUCATION GROUP WESTCHESTER IL FORTUNE BRANDS HOME & SECURITY INC WAUKEGAN IL FORWARD SPACE Oak Brook IL FRANK COONEY COMPANY WOOD DALE IL GREG OSELAND TEUTOPOLIS IL GRUNLOH BUILDING INC Effingham IL HENRICKSEN - WI ITASCA IL HENRICKSEN & COMPANY - AUSTIN Itasca IL HENRICKSEN & COMPANY - NYC ITASCA IL HENRICKSEN & COMPANY INC ITASCA IL HENRICKSENS - MN ITASCA IL IMPACT OFFICE INTERIORS - IL SYCAMORE IL INLINE DESIGNS OFFICE SOLUTIONS CHICAGO IL INTEGRATED OFFICE INTERIORS INC CHICAGO IL INTERIOR INVESTMENTS LLC-IL LINCOLNSHIRE IL INTERIORS FOR BUSINESS INC-CHICAGO BATAVIA IL INTRASPACE INC OAK PARK IL KAYHAN INTERNATIONAL LIMITED SCHAUMBURG IL KDI DESIGN INC GENEVA IL KEY INTERIORS LOMBARD IL LAN OFFICE FURNISHINGS CHICAGO IL LIBRARY FURNITURE INTERNATIONAL NORTHBROOK IL LINCOLN OFFICE LLC WASHINGTON IL LOUER FACILITY PLANNING INC COLLINSVILLE IL LQ MANAGEMENT LLC Chicago IL MARQUETTE MANAGEMENT Naperville IL MAYES INTERIORS CHICAGO IL MID-CITY INTERIORS INC LOVES PARK IL MIDWEST OFFICE Springfield IL 295 of 369 MIDWEST OFFICE INTERIORS INC WOODRIDGE IL MSP ICGH LESSEE/INTER MSP Itasca IL OFFICE DESIGNS MARKETPLACE LLC Northbrook IL OFFICE PRODUCTS CENTER SALEM IL OFFICE REVOLUTION LLC RIVERWOODS IL OFFICE SEKKEI AMERICA INC ROLLING MEADOWS IL OFFICE SPACE INC OAK PARK IL OFFICE SPECIALISTS INC GALESBURG IL PARADISE AMERICA LLC Chicago IL REFURBISHED OFFICE ENVIRONMENTS BARRINGTON IL REPPERTS OFFICE FURNITURE ANNA IL RESOURCE ONE SPRINGFIELD IL RIEKE OFFICE INTERIORS ELGIN IL RIGHTSIZE FACILITY PERFORMANCE - WI CHICAGO IL SEAATS LLC Chicago IL STERLING BUSINESS MACHINES (SBM) STERLING IL STILES OFFICE SOLUTIONS CARBONDALE IL STOCKS BUSINESS FURNITURE INC CHAMPAIGN IL THOMAS INTERIOR SYSTEMS INC BLOOMINGDALE IL TRI STATE BUSINESS EQUIPMENT INC HARRISBURG IL TZS DESIGN LLC Chicago IL UPRIGHT INTERIORS FOR BUSINESS SCHAUMBURG IL USA-CLEAN INC Decatur IL VILLA PARK OFFICE EQUIPMENT INC VILLA PARK IL WAREHOUSE DIRECT INC DES PLAINES IL WIDMER INC-PEORIA PEORIA IL WILEY OFC FURNITURE-SPRINGFIELD SPRINGFIELD IL WRIGHT FURNITURE INC DIETERICH IL AUTOMATED ROUTING SAINT MEINRAD IN BEST HOME FURNISHINGS FERDINAND IN BIG DAY INC / JOSTENS Huntingburg IN BUSINESS ENVIRONMENTS-EVANSVILLE EVANSVILLE IN BUSINESS FURNISHINGS LLC-S BEND SOUTH BEND IN BUSINESS FURNITURE LLC Indianapolis IN BUSINESS FURNITURE LLC-DAYTON Indianapolis IN CARRICO OFFICE FURNITURE INC HUNTINGBURG IN CCS PRESENTATION SYSTEMS Columbus IN CFC INC/COOK INC DIVISION BLOOMINGTON IN CITY OF HUNTINGBURG HUNTINGBURG IN COMMERCIAL OFFICE ENVIRONMENTS INC INDIANAPOLIS IN COOK GENERAL BIOTECHNOLOGY INDIANAPOLIS IN COOK INC BLOOMINGTON IN 296 of 369 COOK PHARMICA LLC BLOOMINGTON IN COOK POLYMER TECHNOLOGY BLOOMINGTON IN COOK RESEARCH INC WEST LAFAYETTE IN CORPORATE DESIGN INC EVANSVILLE IN CORT FURNITURE RENTAL-CA Indianapolis IN CORT FURNITURE RENTAL-LA Indianapolis IN CORT FURNITURE RENTAL-MD Indianapolis IN CORT FURNITURE RENTAL-VA Indianapolis IN D2P LLC INDIANAPOLIS IN EDUCATIONAL FURNITURE LTD Muncie IN FINELINE FURNITURE INDIANAPOLIS IN FO-THOMPSON GROUP/SAMPLES HUNTINGBURG IN FRANK SOUDER DESIGNS Fort Wayne IN FREEDOM BANK HUNTINGBURG IN HAFER PSC Evansville IN HDW COMMERCIAL INTERIORS MERRILLVILLE IN HOFFMAN OFFICE SUPPLY JASPER IN INDIANA UNIVERSITY BLOOMINGTON IN INTERIOR IMAGE GROUP INC DYER IN INTERIOR LANDSCAPE INC EVANSVILLE IN JASPER ENGINES & TRANSMISSIONS JASPER IN JC INTERIORS LLC Fishers IN KELLY PROMOTIONAL PRODUCTS Franklin IN KRAMER & LEONARD OFC PRODUCTS CHESTERTON IN LAFAYETTE MATERIALS MANAGEMENT CO INC LAFAYETTE IN LESLIE LEWIS & ASSOCIATES LLC JEFFERSONVILLE IN LIFE REFINED CHIROPRACTIC LLC Noblesville IN MCSHANES BUSINESS PRODUCTS MUNSTER IN MISC-SUPPORT HUNTINGBURG IN MITSCH DESIGN INC CARMEL IN OFFICE 360 INDIANAPOLIS IN OFFICE INTERIORS - IN GRANGER IN OFFICEWORKS-FISHERS FISHERS IN ONE ELEVEN DESIGN FORT WAYNE IN PEDCOR Carmel IN PERRY COUNTY AUDITOR Tell City IN PLANT 35 COLOR Huntingburg IN PLANT 38 Huntingburg IN PRODUCTIVE BUSINESS INTERIORS INC FORT WAYNE IN RDS & ASSOCIATES Carmel IN RJE BUSINESS INTERIORS LLC INDIANAPOLIS IN RJE BUSINESS INTERIORS LLC-OH INDIANAPOLIS IN 297 of 369 ROSAS OFFICE PLUS RICHMOND IN RO-VIC WOOD PRODUCTS Jeffersonville IN ROWLAND DESIGN INC INDIANAPOLIS IN SCHATZ INSURANCE AGENCY Huntingburg IN SCHMUTZLER AGENCY INC Huntingburg IN SEUFERT CONSTRUCTION & SUPPLY CO INC Ferdinand IN SHOWROOM INVENTORY HUNTINGBURG IN SOUTHRIDGE HIGH SCHOOL HUNTINGBURG IN SOUTHWEST DUBOIS CO SCHOOL CORP Huntingburg IN STRAHM GROUP INC FORT WAYNE IN TC Design LLC Bloomington IN THE MURRAY GROUP Jasper IN THIEMANN OFFICE PRODUCTS INC TERRE HAUTE IN WORKSPACE SOLUTIONS - IN FORT WAYNE IN Y FACTOR STUDIO EVANSVILLE IN BA DESIGNS LLC TOPEKA KS BENSON METHOD LLC OLATHE KS CIG INC Lenexa KS CONTRACT DESIGN GROUP TOPEKA KS CONTRACT MERCHANDISING SPEC LENEXA KS DESIGN CENTRAL INC SALINA KS DESIGNED BUSINESS INTERIORS-KS TOPEKA KS DMI INC OVERLAND PARK KS EYE DESIGNS OLATHE KS IMPACT INTERIORS Kansas City KS INTEGRATED FACILITIES GROUP WICHITA KS JOHN A MARSHALL CO LENEXA KS JOHN A MARSHALL-OKLAHOMA CITY Lenexa KS JOHN A MARSHALL-TULSA Lenexa KS KANSAS CONTRACT DESIGN LC Wichita KS KMG HOTELS / CANDLEWOOD SUITES Topeka KS MADDEN-MCFARLAND INTERIORS LEAWOOD KS SCHWERDT CONTRACT INTERIORS INC TOPEKA KS SCOTT RICE OFFICE INTERIORS LLC WICHITA KS SCOTT RICE OFFICE WORKS LENEXA KS SPACES INC-KS LENEXA KS SQUARE ONE INTERIORS KS OVERLAND PARK KS STORMONT VAIL HEALTHCARE INC TOPEKA KS BITTNERS LLC LOUISVILLE KY CORPORATE CONCEPTS INC - KY Lexington KY CSH INTERIORS Louisville KY DJN DESIGN SERVICES INC UNION KY 298 of 369 E2 DESIGN LLC LEXINGTON KY HOWARD D HAPPY COMPANY MAYFIELD KY HURST OFFICE SUPPLIERS LEXINGTON KY ID&A INC-EVANSVILLE LOUISVILLE KY ID&A INC-LEXINGTON LOUISVILLE KY ID&A INC-LOUISVILLE LOUISVILLE KY ID&A INC-NASHVILLE LOUISVILLE KY INTERSPACE LIMITED LLC LEXINGTON KY J ALLEN INC LOUISVILLE KY KDA OFFICE FURNITURE RICHMOND KY KERR OFFICE GROUP INC ELIZABETHTOWN KY KPC ARCHITECTURAL PRODUCTS INC Lexington KY LOUISVILLE METRO GOVERNMENT Louisville KY MODERN OFFICE LLC Owensboro KY NEW HORIZONS OFFICE INTERIORS LOUISVILLE KY OFFICE FURNITURE & FORMS LLC OWENSBORO KY OFFICE RESOURCES INC-KY LOUISVILLE KY PETTER BUSINESS SYSTEMS PADUCAH KY REES OFFICE PRODUCTS INC WINCHESTER KY SCHNABEL CASHMAN INTERIORS LEXINGTON KY STUDIO BLUE INTERIOR DESIGN INC Lexington KY YUM BRANDS INC LOUISVILLE KY ALAND COMMERCIAL INTERIORS LLC West Monroe LA ALBARADOS FINE FURNISHINGS LAFAYETTE LA ARNOLD & ASSOCIATES INTERIORS INC BATON ROUGE LA ASSOCIATED OFC SYSTEMS OF LA INC NEW ORLEANS LA CONTRACT FURNITURE GROUP LLC SAINT ROSE LA D&T WHOLESALE OFFICE FURNITURE ALEXANDRIA LA DKI OFFICE FURNITURE INC HARAHAN LA DONNA LAFORGE INTERIORS West Monroe LA FROST BARBER INC BATON ROUGE LA GBP DIRECT INC KENNER LA GENERAL OFFICE SUPPLY/ACADIANAS OFC PRODUCTS Lafayette LA GEORGIAN FURNISHING CO LTD NEW ORLEANS LA GULF SOUTH BUSINESS SYSTEMS & CONSULTANTS BATON ROUGE LA IDI WORKSPACES LAFAYETTE LA INNOVANCE Baton Rouge LA KV WORKSPACE MANDEVILLE LA LAKE CHARLES OFFICE SUPPLY Lafayette LA LBF INTERIORS LLC NEW ORLEANS LA 299 of 369 LIBRARY INTERIORS INC-LA METAIRIE LA LOUISIANA OFFICE SUPPLY CO BATON ROUGE LA M L BATH BUSINESS SERVICES SHREVEPORT LA MODERN MARKET New Orleans LA SOUTHERN FURNITURE DIRECT LLC Mandeville LA STUDIO 2A LLC Saint Francisville LA AUDREY O'HAGAN ARCHITECTS CAMBRIDGE MA BBE OFFICE INTERIORS PITTSFIELD MA BEVERLY STREET ACQUISITION LLC Boston MA BOSTON TRADE INTERNATIONAL INC HUDSON MA CONTRACT SOURCES LTD BOSTON MA CONTRACT SOURCES LTD/SAMPLES BOSTON MA CREATIVE OFC PAVILION - NYC BOSTON MA CREATIVE OFC PAVILION-MA BOSTON MA CREATIVE OFC PAVILION-WORCESTER WORCESTER MA ENVIRONMENTS AT WORK BOSTON MA FENS ASSOCIATES LLC Groveland MA FI OFFICE BILLERICA MA FIDELITY INVESTMENTS Boston MA FMC-FACILITY MANAGEMENT CONSULTANTS CHARLESTOWN MA FURNITURE CONSULTANTS INC-BOSTON BOSTON MA GROUP ONE PARTNERS INC BOSTON MA JOYCE CONTRACT INTERIORS Westford MA KEY OFFICE INTERIORS BOSTON MA KG HOTEL PARTNERS BOSTON MA LEGACY OFFICE SOLUTIONS INC Hopedale MA LEXINGTON GROUP WEST SPRINGFIELD MA NATIONAL PREMIER PARTNERS NEWTON MA NEW ENGLAND DESIGN ASSOCIATES WORCESTER MA OFFICE GALLERY INTERNATIONAL NORWOOD MA OFFICE RESOURCES-MA BOSTON MA OFFICE SOLUTIONS-MA MANSFIELD MA OFFICEWORKS INC - NY Burlington MA OFFICEWORKS INC-MA BURLINGTON MA PEABODY OFFICE FURNITURE CORP-DC BOSTON MA PEABODY OFFICE FURNITURE CORP-MA BOSTON MA R-SQUARED OFFICE PANELS & FURNITURE LOWELL MA STRATEGIC SPACES BOSTON MA TDC 1234 OWNER LLC Boston MA THE M1 PROJECT LLC BOSTON MA TOTAL OFFICE INTERIORS - MA BOSTON MA UNION OFFICE INTERIORS WILMINGTON MA 300 of 369 UNISPACE - NYC WESTWOOD MA UNISPACE-MA WESTWOOD MA WB MASON - INDIANA PA Brockton MA WB MASON - MA BROCKTON MA WB MASON - MASSENA Brockton MA WB MASON - MD Brockton MA WB MASON - OH Brockton MA WB MASON - PHILADELPHIA Brockton MA WORKFLOW INTERIORS INC BOSTON MA WORKPLACE RESOURCE WORCESTER MA AMERICAN DESIGN ASSOCIATES TOWSON MD AMERICAN OFFICE / BALTIMORE - 01 BALTIMORE MD AMERICAN OFFICE / CHANTILLY - 03 BALTIMORE MD AMERICAN OFFICE / CHARLOTTESVILLE - 09 BALTIMORE MD AMERICAN OFFICE / GAITHERSBURG - 02 BALTIMORE MD AMERICAN OFFICE / NORFOLK - 08 BALTIMORE MD AMERICAN OFFICE / RICHMOND - 07 BALTIMORE MD AMERICAN OFFICE / WASHINGTON DC-04 BALTIMORE MD ATLANTIC CORPORATE INTERIORS-MD BELTSVILLE MD ATLANTIC CORPORATE INTERIORS-VA BELTSVILLE MD BIALEK ENVIRONMENTS ROCKVILLE MD BUILDERS DESIGN & LEASING GAITHERSBURG MD COLUMBIA COMMERCIAL INTERIORS INC LISBON MD CONTEMPORARY BUSINESS INTERIORS LLC BELCAMP MD CONTRACT FURNITURE OPTIONS INC POTOMAC MD CONTRACT INTERIOR SERVICES INC ANNAPOLIS MD DIRECT OFFICE FURNITURE INC-MD ROCKVILLE MD DOURON INC (ABF) OWINGS MILLS MD DOURON INC (ABF) / GSA Owings Mills MD EDWARDS & HILL OFFICE FURNITURE Windsor Mill MD FACILITY SERVICES ANNAPOLIS MD FURNITURE SOLUTIONS GROUP ANNAPOLIS MD GEORGE W ALLEN & COMPANY BELTSVILLE MD HARTMAN DESIGN GROUP INC ROCKVILLE MD HMS HOST BETHESDA MD INNOVATIVE BUSINESS INTERIORS SILVER SPRING MD INTERIOR CONNECTIONS LLC ELDERSBURG MD INTERIOR FURNITURE SOLUTIONS INC ANNAPOLIS MD INTERIORS BY DESIGN LLC ADAMSTOWN MD LINOWES DESIGN ASSOC ROCKVILLE MD MARRIOTT INTL DESIGN & CONS BETHESDA MD MARYLAND OFFICE INSTALLERS BALTIMORE MD 301 of 369 MODEL HOME INTERIORS ELKRIDGE MD MOI INC-MARYLAND BALTIMORE MD MOI INC-VIRGINIA BALTIMORE MD OFFICE IMAGES INC DIV OF DOURON - ROCKVILLE ROCKVILLE MD OFFICE SUPPLIERS DBA HYPERSPACE HAGERSTOWN MD PARIC Columbia MD PBI INC-MD ANNAPOLIS MD PRICE MODERN - BALTIMORE BALTIMORE MD PRICE MODERN OF WASHINGTON BALTIMORE MD SPACESAVER INTERIORS KENSINGTON MD SPECIALIZED MARKETING LTD ANNAPOLIS MD STEEL OFFICE INTERIORS INC BLADENSBURG MD TOWER HOTEL LLC Greenbelt MD US BUSINESS INTERIORS Capitol Heights MD VERTEX BUSINESS INTERIORS-MD BALTIMORE MD CREATIVE OFC PAVILION-MAINE PORTLAND ME CREATIVE OFC PAVILION-VT PORTLAND ME OFFICEWORKS OF NEW ENGLAND YORK ME AIREA Southfield MI BRUNSWICK BOWLING PRODUCTS LLC MUSKEGON MI CAMIRA GROUP Grand Rapids MI CUSTER WORKPLACE INTERIORS GRAND RAPIDS MI DANA JACOB DESIGNS FRANKLIN MI DAVIS CORPORATE SOLUTIONS SALINE MI DAVIS CORPORATE SOLUTIONS/SAMPLES Saline MI DBI BUSINESS INTERIORS LLC LANSING MI FINANCIAL FURNISHINGS INC ANCHORVILLE MI FOX THEATER MAINTENANCE East Lansing MI GRAND RIVER OFFICE LLC Muskegon MI HERMAN MILLER INC-MI ZEELAND MI HOMESPUN FURNITURE INC Riverview MI INNERSPACE DESIGN ANN ARBOR MI INNOVATIVE CORPORATE INTERIORS INC MADISON HEIGHTS MI INTERIOR ENVIRONMENTS NOVI MI INTERIOR SYSTEMS CONTRACT GROUP ROYAL OAK MI INTERPHASE INC-GR GRAND RAPIDS MI JAMES DOUGLAS INTERIORS LLC BIRMINGHAM MI KENTWOOD OFFICE FURNITURE-IL Grand Rapids MI KENTWOOD OFFICE FURNITURE-IN Grand Rapids MI KENTWOOD OFFICE FURNITURE-MI GRAND RAPIDS MI LAKESHORE OFFICE FURNITURE Muskegon MI 302 of 369 LINDA DEAN STALLMAN ASID Traverse City MI MARX MODA Detroit MI METRO OFFICE ENVIRONMENTS Warren MI MICHIGAN OFFICE ENVIRONMENTS KALAMAZOO MI MITSUBISHI MOTORS R&D OF AMERICA INC Ann Arbor MI MOD DESIGN SOUTHFIELD MI NATIONAL BUSINESS SUPPLY INC TROY MI NICOLETTE INTERIORS DESIGN STUDIO NORTHVILLE MI OFFICE FURNITURE SOLUTIONS-MI COMMERCE TOWNSHIP MI RD INTERIOR DESIGN GRAND HAVEN MI RESOURCE OFFICE INTERIORS LLC Novi MI SBD COMMERCIAL INTERIORS JACKSON MI SERBA INTERIORS BIRMINGHAM MI SPACE CARE INTERIORS INC-BERKLEY BERKLEY MI SPACE INC-MI MIDLAND MI WEST MICHIGAN OFFICE INTERIORS INC HOLLAND MI WORKSQUARED GRAND RAPIDS MI ABUNDANT OFFICE SOLUTIONS Minneapolis MN ALTERNATIVE BUSINESS FURNITURE EDEN PRAIRIE MN ANTON GROUP LLC Minneapolis MN ATMOSPHERE COMMERCIAL INTERIORS-MN MINNEAPOLIS MN ATMOSPHERE COMMERCIAL INTERIORS-PHOENIX MINNEAPOLIS MN ATMOSPHERE COMMERCIAL INTERIORS-TUCSON Minneapolis MN ATMOSPHERE COMMERCIAL INTERIORS-WI MINNEAPOLIS MN BAKER COURT INTERIORS SAINT PAUL MN CHESTER-HOFFMAN & ASSOCIATES INC MINNEAPOLIS MN COMMERCIAL FURNITURE SERVICES INC SAINT LOUIS PARK MN DIVERSIFIED DISTRIBUTION SYSTEMS BROOKLYN PARK MN FIRELIGHT GALLERIES Virginia MN FLUID INTERIORS INC MINNEAPOLIS MN FURNITURE INDUSTRIES INC NEW HOPE MN GENERAL OFFICE PRODUCTS MINNEAPOLIS MN HENNEPIN THEATRE TRUST Minneapolis MN HOM FURNITURE INC COON RAPIDS MN IDEAL COMMERCIAL INTERIORS Minneapolis MN IDEAPARK Minneapolis MN INNOVATIVE OFFICE SOLUTIONS-MN BURNSVILLE MN INTEREUM INC PLYMOUTH MN ISPACE MINNEAPOLIS MN MAYO FOUNDATION ROCHESTER MN NORTHERN BUSINESS PRODUCTS INC DULUTH MN 303 of 369 OFFISOURCE INC SAINT PAUL MN PARAMETERS LTD MINNEAPOLIS MN PREVOLV ST PAUL MN RON W SORENSON INTERIOR DESIGN MARINE ON SAINT CROIX MN S & T OFFICE PRODUCTS ST PAUL MN SCHMIDT GOODMAN OFFICE PRODUCTS ROCHESTER MN THE DEMO GROUP LLC Burnsville MN TR DESIGN GROUP INC Minnetonka MN UNISPACE MN LLC BURNSVILLE MN WENGER CORP Owatonna MN CI SELECT A CORPORATE INTERIORS CO MARYLAND HEIGHTS MO COLOR ART OF ST LOUIS SAINT LOUIS MO CONTRACT FURNISHINGS INC-MO KANSAS CITY MO DELMAR GARDENS CHESTERFIELD MO EDWARD JONES SAINT LOUIS MO EDWARD JONES/CANADA SAINT LOUIS MO EDWARD JONES-HEADQUARTERS MARYLAND HEIGHTS MO ENCOMPAS CORPORATION KANSAS CITY MO FACILITEC-ST LOUIS SAINT LOUIS MO FACILITY SERVICES GROUP Hazelwood MO GROOMS OFFICE ENVIRONMENTS SPRINGFIELD MO HIVE DESIGN COLLABORATIVE Kansas City MO IMPERIUM SERVICES LLC Valley Park MO INDOFF INC-ST LOUIS MO SAINT LOUIS MO INDOFF INC-W PA SAINT LOUIS MO INSIDE THE LINES COLUMBIA MO INTERIOR INVESTMENTS-MO SAINT LOUIS MO INTERIOR LANDSCAPES LLC KANSAS CITY MO INTERIOR PLANNING ASSOCIATES Saint Louis MO INVACARE INTERIOR DESIGN MARYLAND HEIGHTS MO JAMES DECOR SPRINGFIELD MO JAMIESON DESIGN St Louis MO KLAP INVESTMENTS LP Kansas City MO MARATHON BUILDING ENVIRONMENTS COLUMBIA MO MODERN BUSINESS INTERIORS-KS SAINT CHARLES MO MODERN BUSINESS INTERIORS-MO SAINT CHARLES MO NEW PARADIGM INTERIORS FENTON MO NEWGROUND INTERNATIONAL CHESTERFIELD MO NEWSPACE SAINT LOUIS MO PEDROS PLANET INC Fenton MO PHOENIX TEXTILE CORPORATION O FALLON MO PROFESSIONAL OFFICE ENVIRONMENTS INC MARYLAND HEIGHTS MO 304 of 369 PURE WORKPLACE SOLUTIONS Kansas City MO SAMCO BUSINESS PRODUCTS JEFFERSON CITY MO SHUBERT DESIGN INC SAINT LOUIS MO SPELLMAN BRADY ST. LOUIS MO TEAM OFFICE LLC KANSAS CITY MO THE GOLDEN RULER HANNIBAL MO UNIVERSITY OF MISSOURI-COLUMBIA COLUMBIA MO UNIVERSITY OF MISSOURI-UNIV HEALTHCARE COLUMBIA MO WORKING SPACES INC SAINT LOUIS MO BAREFIELD WORKPLACE SOLUTIONS JACKSON MS BRITTCO/LOFTS LLC BATESVILLE MS BUSINESS INTERIORS - JACKSON RIDGELAND MS CENTRAL MISSISSIPPI OFFICE SUPPLY INC KOSCIUSKO MS COMMERCIAL BUSINESS INTERIORS HATTIESBURG MS DARK GREY LTD JACKSON MS DAWKINS OFFICE SUPPLIES & EQUIP CO INC GREENVILLE MS FURNITURE SPECIALIST INC CANTON MS INTERIOR ELEMENTS-AL Ridgeland MS JOAN HAWKINS ART & INTERIORS JACKSON MS KNU CONTRACT / LA-Z-BOY Leland MS MISSCO CONTRACT SALES LLC FLOWOOD MS OFFICE FURNITURE SOLUTIONS INC-MS GULFPORT MS OFFICE INNOVATIONS-RIDGELAND RIDGELAND MS OFFICE PRODUCTS PLUS Ridgeland MS PITNER OFFICE SUPPLY OXFORD MS SULLIVANS OFFICE SUPPLY INC-MS STARKVILLE MS SUN COAST BUSINESS SUPPLY INC Gulfport MS WEATHERALLS INC TUPELO MS 360 OFFICE SOLUTIONS BILLINGS MT DUNDAS OFC INTERIORS INC-HELENA HELENA MT HANDRANS HOME CENTER Scobey MT OFFICE SOLUTIONS & SERVICES MISSOULA MT WESTERN OFFICE EQUIPMENT GREAT FALLS MT ALFRED WILLIAMS & CO-CHARLOTTE RALEIGH NC ALFRED WILLIAMS & CO-COLFAX RALEIGH NC ALFRED WILLIAMS & CO-COLUMBIA RALEIGH NC ALFRED WILLIAMS & CO-GREENVILLE RALEIGH NC ALFRED WILLIAMS & CO-NASHVILLE RALEIGH NC ALFRED WILLIAMS & CO-RALEIGH RALEIGH NC ALL AMERICAN OFFICE SOLUTIONS RALEIGH NC BRAME OFFICE PRODUCTS DURHAM NC BRANCH'S FURNITURE New Bern NC 305 of 369 BUSINESS FURNITURE SOLUTIONS-NC Greensboro NC CAMILLE CLARK INTERIORS INC GREENVILLE NC CAROLINA BUSINESS INTERIORS-CLOTTE CHARLOTTE NC CAROLINA BUSINESS INTERIORS-FT LAUDERDALE CHARLOTTE NC CAROLINA BUSINESS INTERIORS-JVILLE Charlotte NC CAROLINA BUSINESS INTERIORS-KNOXVILLE Charlotte NC CAROLINA BUSINESS INTERIORS-RALEIGH Charlotte NC CAROLINA BUSINESS INTERIORS-SC CHARLOTTE NC CAROLINA BUSINESS INTERIORS-WS Charlotte NC CAROLINA FURNISHING & DESIGN WEST END NC CAROLINA INTERIOR WORKS LLC CHARLOTTE NC CAROLINA OFFICE XCHANGE Morrisville NC CLINE DESIGN ASSOCIATES RALEIGH NC CONTRACT BUSINESS SOLUTIONS INC WINSTON SALEM NC CREATIVE BUSINESS INTERIORS - RALEIGH RALEIGH NC EDGE OFFICE LLC RALEIGH NC FORMS & SUPPLY INC CHARLOTTE NC FURNITURE SOLUTIONS PLUS Winston Salem NC FURNITURELAND SOUTH Jamestown NC HEALTHCARE ENVIRONMENTS LIFESTYLE LLC HICKORY NC HUGHES-RANKIN COMPANY INC HIGH POINT NC INSTITUTIONAL INTERIORS INC RALEIGH NC INTERIOR SYSTEMS INC WEST END NC J MORGAN DESIGN ASSOCIATES GREENVILLE NC JACK FETNER ASSOC/SAMPLES HIGH POINT NC JACK FETNER ASSOCIATES INC HIGH POINT NC KENNEDY OFFICE SUPPLY RALEIGH NC LARNERS OFFICE FURNITURE Charlotte NC LEARNING ENVIRONMENTS INC LIBERTY NC LORUSSO DESIGN LLC CHARLOTTE NC MAYA HOTELS Charlotte NC MICHCO GREENSBORO NC MILLER OFFICE EQUIPMENT SERVICE INC CHARLOTTE NC MINC INTERIOR DESIGN FAYETTEVILLE NC OFFICE ENVIRONMENTS - CHARLOTTE CHARLOTTE NC OFFICE FURNITURE CONCEPTS INC WILKESBORO NC ORION GROWTH CHARLOTTE NC PBI INC-NC ASHEVILLE NC PENCARE MEDICAL SUPPLIES LLC WARRENSVILLE NC PIEDMONT OFFICE SUPPLIERS INC GREENSBORO NC PMC COMMERCIAL INTERIORS MORRISVILLE NC 306 of 369 PROCUREMENT MANAGEMENT LLC RALEIGH NC RIVERS EDGE DESIGN Winston-Salem NC ST JOHNS LUTHERAN CHURCH SALISBURY NC STEP UP INC MATTHEWS NC STEPHENS OFFICE SYSTEMS INC CHARLOTTE NC STORR OFC ENV OF TRIAD-GREENSBORO RALEIGH NC STORR OFFICE ENVIRONMENTS INC-RALEIGH RALEIGH NC TAFF OFFICE EQUIPMENT CO INC GREENVILLE NC TRIANGLE OFFICE EQUIPMENT INC CHAPEL HILL NC W J OFFICE CITY BOONE NC WB BRAWLEY COMPANY Wilmington NC WEBB ASSOCIATES INTERIORS MOUNT AIRY NC CHRISTIANSON'S BUSINESS FURNITURE FARGO ND FIRESIDE OFFICE SOLUTIONS BISMARCK ND HANNAHERS FARGO ND INTEROFFICE FARGO ND NORBYS WORK PERKS GRAND FORKS ND ALL MAKES OFFICE EQUIPMENT COMPANY LINCOLN NE ALL MAKES OFFICE EQUIPMENT COMPANY OMAHA NE AOI FURNITURE SERVICES-OMAHA OMAHA NE BOLD OFFICE SOLUTIONS OMAHA NE BRYAN MEDICAL CENTER LINCOLN NE CHADRON STATE COLLEGE CHADRON NE DAVIS CONTRACT FURNISHINGS LINCOLN NE DEPARTMENT OF MOTOR VEHICLES Lincoln NE DESIGNWORKS INTERIOR GROUP INC LINCOLN NE EAKES OFFICE SOLUTIONS GRAND ISLAND NE INTERIOR DESIGN GROUP - OMAHA Omaha NE INTERIORS JOAN & ASSOCIATES INC OMAHA NE LO INTERIORS LLC Lincoln NE NGC GROUP INC / ALIGN DESIGN LINCOLN NE OFFICE INTERIORS & DESIGN LINCOLN NE PAYLESS OFFICE PRODUCTS Omaha NE SHEPPARDS BUSINESS INTERIORS OMAHA NE CREATIVE OFC PAVILION-NH Manchester NH EXECUTIVE FURNISHINGS INC STRATHAM NH JLM OFFICE INNOVATORS INC HAMPTON FALLS NH OFFICE INTERIORS LIMITED DOVER NH OFFICE RESOURCES-NH MANCHESTER NH ADM GROUP INC MANTUA NJ ALLSTATE OFFICE INTERIORS INC HAMILTON NJ ARBEE ASSOCIATES-MD PISCATAWAY NJ 307 of 369 ARBEE ASSOCIATES-NJ PISCATAWAY NJ BELLIA OFFICE FURNITURE WOODBURY NJ BFI-NEW YORK ELIZABETH NJ BFI-PARSIPPANY NJ ELIZABETH NJ BLAU OFFICE FURNITURE JERSEY CITY NJ CAMDEN COUNTY Cherry Hill NJ CAMDEN COUNTY COLLEGE Blackwood NJ CFI-COMMERCIAL FURNITURE INTERIORS-NJ MOUNTAINSIDE NJ CFI-COMMERCIAL FURNITURE INTERIORS-NYC Mountainside NJ CITY OF OCEAN CITY Ocean City NJ CMF BUSINESS SUPPLIES & INTERIORS SOUTH PLAINFIELD NJ COBALT MEDICAL SUPPLY Wayne NJ COMMERCIAL INTERIORS BY SHARI LLC Englewood NJ DANCKER SELLEW & DOUGLAS-NJ SOMERVILLE NJ DESIGN ALTERNATIVES TOMS RIVER NJ EJ SCHUSTERS OFFICE FURNITURE Lakewood NJ EXTRA OFFICE INC RAHWAY NJ FARRELL FLYNNE LLC Westfield NJ FEIGUS OFFICE FURNITURE WALL NJ FOCUS INTERIOR PRODUCTS BERKELEY HEIGHTS NJ FURNITURE CONSULTANTS INC-NJ Morristown NJ GENERAL OFFICE INTERIORS WESTFIELD NJ GLENWOOD OFFICE FURNITURE II INC HILLSIDE NJ IMAGE OFFICE ENVIRONMENTS LLC MOUNTAINSIDE NJ INNOVATIVE COMMERCIAL INTERIORS WEST TRENTON NJ JC OFFICE CONSULTANTS BOUND BROOK NJ JOHNSON BUSINESS PRODUCTS INC MIDLAND PARK NJ KAD ASSOCIATES Woodbridge NJ MC OFFICE FURNITURE INC Maplewood NJ MILLENNIUM OFFICE SOLUTIONS ORANGE NJ NATIONAL PROJECT GROUP CHERRY HILL NJ NEXT OFFICE FURNITURE RAHWAY NJ OFFICE CONCEPTS GROUP MIDLAND PARK NJ OFFICE FURNITURE PARTNERSHIP INC MORRISTOWN NJ RUTGERS THE STATE UNIVERSITY PISCATAWAY NJ STUDIO EAGLE SPRINGFIELD NJ SYSTEM OFFICE PRODUCTS INC PRINCETON NJ TEKNION Mount Laurel NJ THE WHALEN BEREZ GROUP Colts Neck NJ W S GOFF COMPANY INC MAYS LANDING NJ WB WOOD - NJ BASKING RIDGE NJ WB WOOD NY BASKING RIDGE NJ 308 of 369 WEISS DESIGN GROUP LIVINGSTON NJ WORKSPACE TECHNOLOGY INC PHILLIPSBURG NJ BECK TOTAL OFFICE INTERIORS ALBUQUERQUE NM BUSINESS ENVIRONMENTS-NM ALBUQUERQUE NM CONTRACT ASSOCIATES - EL PASO Albuquerque NM CONTRACT ASSOCIATES INC ALBUQUERQUE NM CREATIVE INTERIORS INC SANTA FE NM HIDALGO MEDICAL SERVICES Lordsburg NM MOSES DESIGN GROUP Albuquerque NM SANTA FE INDIAN SCHOOL Santa Fe NM WORKSPACE DYNAMICS INC ALBUQUERQUE NM FACILITEQ-LAS VEGAS LAS VEGAS NV FUSCH COMMERCIAL INTERIORS & DESIGN LAS VEGAS NV HL CAMELBACK HOTEL / LAPOUR PARTNERS Las Vegas NV RENO BUSINESS INTERIORS INC RENO NV A C DESK COMPANY INC MINEOLA NY ACCENT COMMERCIAL FURNITURE INC ALBANY NY AFD CONTRACT FURNITURE INC NEW YORK NY ALIANZA SERVICES LLC NYACK NY AMERICAN MUSEUM OF NATURAL HISTORY NEW YORK NY ARENSON OFFICE FURNISHINGS-NJ NEW YORK NY ARENSON OFFICE FURNISHINGS-NY NEW YORK NY ARENSON OFFICE FURNISHINGS-STAMFORD NEW YORK NY BELL YORKTOWN INC BEDFORD HILLS NY BELLEVUE HOSPITAL CENTER NEW YORK NY BENHAR OFFICE INTERIORS LLC NEW YORK NY B-I-L OFFICE FURNITURE MIDDLE VILLAGE NY BROADWAY FURNITURE GROUP NEW YORK NY BRONTMANS OFFICE PRODUCT ROCHESTER NY BUFFALO OFFICE INTERIORS INC BUFFALO NY BUSINESS ENVIRONMENTS BY RAS EAST ROCHESTER NY CENTER OF DISABILITY SERVICES Academy NY CHARLIES OFFICE FURNITURE INC QUEENSBURY NY CITY UNIVERSITY CONSTRUCTION FUND MANHATTAN NY COMPLETE OFFICE PRODUCTS BROOKLYN NY CORPORATE OFFICE FURNITURE BOHEMIA NY CUBICLES.COM Long Island City NY DAVIES OFFICE REFURBISHING ALBANY NY DORMITORY AUTHORITY ALBANY NY DRB BUSINESS INTERIORS SARATOGA SPRINGS NY EVENSONBEST LLC-DC NEW YORK NY EVENSONBEST LLC-NJ NEW YORK NY 309 of 369 EVENSONBEST LLC-NY NEW YORK NY FURNITURE CONSULTANTS INC-MIAMI NEW YORK NY FURNITURE CONSULTANTS INC-NYC NEW YORK NY FX FOWLE NEW YORK NY FX INC New York NY GENESEE OFFICE INTERIORS INC ROCHESTER NY GRASSROOTS CONTRACT INTERIORS BUFFALO NY HUDSON VALLEY OFC FURNITURE INC POUGHKEEPSIE NY INNERSPACE OFFICE INTERIORS Buffalo NY INTERIOR SOLUTIONS OF WNY LLC BUFFALO NY JENNIFER SARANTAKIS INC BROOKLYN NY JUST THE RIGHT STUFF SYRACUSE NY LANE OFFICE FURNITURE INC New York NY LJ DUFFY INC NEW YORK NY LLV OFFICE CONCEPTS SARATOGA SPRINGS NY MEADOWS OFFICE INTERIORS-NJ NEW YORK NY MEADOWS OFFICE INTERIORS-NY NEW YORK NY MERKEL DONOHUE EAST ROCHESTER NY MID-CITY OFFICE FURNITURE INC BUFFALO NY MILLINGTON LOCKWOOD BUSINESS INTERIORS BUFFALO NY MMS EAST LLC NEW ROCHELLE NY NATURAL HERITAGE TRUST Albany NY NEW YORK SENATE Albany NY NEW YORK SENATE Albany NY NEW YORK STATE DEPT OF HEALTH Albany NY NI SYSTEMS INC Bronxville NY OFFICE FURNITURE DIRECT INC FARMINGDALE NY OFFICE FURNITURE HEAVEN NEW YORK NY OFFICE FURNITURE WAREHOUSE-NY ISLANDIA NY OFFICE SEKKEI AMERICA INC NEW YORK NY OFFICE WERKS OF ROCHESTER ROCHESTER NY OFFICES LIMITED INC NEW YORK NY OFFICEWORX HAUPPAUGE NY PECKS OFFICE PLUS Brooklyn NY PRENTICE OFFICE ENVIRONMENTS BUFFALO NY QUALITY OFFICE ENVIRONMENTS Geneseo NY RI GROUP TAPPAN NY ROBERTS OFFICE INTERIORS INC ROME NY SEDGWICK BUSINESS INTERIORS SYRACUSE NY SEDGWICK BUSINESS INTERIORS LLC ROCHESTER NY SPECTRUM DESIGN GROUP PITTSFORD NY ST JOSEPHS HOSPITAL HEALTH CTR Syracuse NY 310 of 369 STANDARD COMMERCIAL INTERIORS ALBANY NY STEVENS OFFICE INTERIORS EAST SYRACUSE NY STUDIO OFFICE SOLUTIONS LLC New York NY SYRACUSE BUSINESS CENTER SYRACUSE NY SYRACUSE OFFICE ENVIRONMENTS SYRACUSE NY THE ATLANTIC GROUP FPPM INC NEW YORK NY THE BOYLE GROUP BALLSTON SPA NY THE BOYLE GROUP-SAMPLES BALLSTON SPA NY THE TELCAR GROUP HOLBROOK NY TOWER FURNITURE LAWRENCE NY VRD CONTRACTING Holbrook NY WALDNERS BUSINESS ENVIRON INC-LI FARMINGDALE NY WALDNERS BUSINESS ENVIRONMENTS INC-NY FARMINGDALE NY WEGMANS FOOD MARKETS INC ROCHESTER NY WHITE PLAINS HOSPITAL WHITE PLAINS NY WORKFRAME INC New York NY WORKPLACE INTERIORS LLC FAIRPORT NY WORKWELL PARTNERS NEW YORK NY ALIGN 1 SOLUTIONS LLC Hudson OH AMERICAN INTERIORS INC-CLEVELAND Toledo OH AMERICAN INTERIORS INC-MICHIGAN Toledo OH AMERICAN INTERIORS INC-TOLEDO TOLEDO OH ANGELA MORTON INTERIOR DESIGN Cincinnati OH APG OFFICE FURNISHINGS INC-CINCINNATI CINCINNATI OH APG OFFICE FURNISHINGS INC-CLEVELAND CINCINNATI OH APG OFFICE FURNISHINGS INC-MEMPHIS CINCINNATI OH APG OFFICE FURNISHINGS-AKRON CINCINNATI OH BORDEN OFFICE EQUIPMENT COMPANY STEUBENVILLE OH BRANDY HOTEL PARTNERS III West Chester OH C2G DESIGN COLUMBUS OH COLLECTIVE SPACES DSEIGN WORKS Cincinnati OH COMMERCIAL WORKS Columbus OH CONTINENTAL OFFICE ENVIRONMENTS-OH COLUMBUS OH CONTRACT SOURCE BROADVIEW HEIGHTS OH CORPORATE INTERIOR CONCEPTS LLC COLUMBUS OH D E I INC CINCINNATI OH DAVIS GROUP COLUMBUS OH DAVIS GROUP/SAMPLES COLUMBUS OH DAYTON BUSINESS INTERIORS LLC DAYTON OH DUPLER OFFICE COLUMBUS OH ELEMENTS IV INTERIORS DAYTON OH ENRICHING SPACES CINCINNATI OH 311 of 369 ENVIRONMENTS 4 BUSINESS LLC FAIRLAWN OH FRIENDS OFFICE FINDLAY OH FURNITURE SOLUTIONS FOR THE WORKPLACE-IN Cincinnati OH FURNITURE SOLUTIONS FOR THE WORKPLACE- LEXINGTON Cincinnati OH FURNITURE SOLUTIONS FOR THE WORKPLACE-OH Cincinnati OH GDOT DESIGN LLC Streetsboro OH HONDA NORTH AMERICA INC Marysville OH HONDA R & D AMERICAS INC Raymond OH IDEAL IMAGE INC ENGLEWOOD OH INDEPENDENCE BUSINESS SUPPLY INC CLEVELAND OH INNOVATIVE OFFICE SOLUTIONS-OH MARIA STEIN OH INTEGRATED WORKSPACE SOLUTIONS - COLUMBUS CINCINNATI OH INTEGRATED WORKSPACE SOLUTIONS LLC - CINCINNATI CINCINNATI OH JONES GROUP INTERIORS INC AKRON OH KAVANAUGHS OFFICE SPRINGFIELD OH KING BUSINESS INTERIORS INC Columbus OH LIBRARY DESIGN ASSOCIATES INC-OH POWELL OH LOTH INC-CINCINNATI CINCINNATI OH LOTH INC-COLUMBUS CINCINNATI OH MCNERNEY & SON INC NORTHWOOD OH MILL DISTRIBUTORS INC Aurora OH MJM GROUP New Albany OH MOSAIC DESIGN STUDIO COLUMBUS OH NATIONAL OFFICE SERVICES INC BROOK PARK OH OFFICE FURNITURE SOURCE CINCINNATI OH OHIO DESK COMPANY CLEVELAND OH OSTERMAN CRON CINCINNATI OH QUOTE CHECK OFFICE LLC DUBLIN OH R S F I WORTHINGTON OH RCF GROUP-CINCINNATI WEST CHESTER OH RCF GROUP-CLEVELAND WEST CHESTER OH SEAGATE OFFICE PRODUCTS INC HOLLAND OH SUPPLY POST BUSINESS PRODUCTS CINCINNATI OH TEMPLE SQUARE AKRON OH THE AUSTIN COMPANY Cleveland OH THE CHARLES RITTER CO MANSFIELD OH THE DELAMOTTE CO Painesville OH 312 of 369 THE FISCHER GROUP Fairfield OH UNISPACE-OH COLUMBUS OH VOCON Cleveland OH WEAVE IDEAS MAYFIELD VILLAGE OH WILLIAMS INTERIOR DESIGNS INC COLUMBUS OH ZIMMERMAN SCHOOL EQUIPMENT BLACKLICK OH CHAMPION SUPPLY CO LLC Oklahoma City OK COPELINS OFFICE CENTER LLC NORMAN OK FENTON OFFICE SUPPLY CO Stillwater OK FURNITURE MARKETING GROUP-OK CITY Oklahoma City OK INTERIOR LOGISTICS INC Tulsa OK L&M FURNITURE TULSA OK RUST INTERIORS FOR BUSINESS INC OKLAHOMA CITY OK SCOTT RICE-BROKEN ARROW BROKEN ARROW OK SCOTT RICE-OKLAHOMA CITY OKLAHOMA CITY OK SPACES INC-OK EDMOND OK WORKSPACE RESOURCE INC TULSA OK COMMERCIAL BUSINESS FURNITURE Salem OR ENVIRONMENTS NW PORTLAND OR HARRIS WORKSYSTEMS INC TIGARD OR HYPHN PORTLAND OR INTERIOR OFFICE CONCEPTS Medford OR KING OFFICE EQUIPMENT INC ALBANY OR MOMENTUM PROCUREMENT GROUP GLADSTONE OR NW OFFICE INTERIORS MILWAUKIE OR OFFICE PRODUCTS NW/OFFICE INT CONCEPTS PORTLAND OR OFFICE SPACE PLANNERS INC PORTLAND OR OFFICE WORLD INC EUGENE OR ONESOURCE OFFICE INTERIORS INC PORTLAND OR PACIFIC OFFICE FURNISHINGS PORTLAND OR TOTAL OFFICE INTERIORS INC SALEM OR U S CONTRACT SALES INC BEND OR WORKPLACE RESOURCE OF OR-PORTLAND PORTLAND OR WORKSITE SOLUTIONS Brownsville OR A J GRACK BUSINESS INTERIORS ERIE PA A POMERANTZ & CO - CHICAGO PHILADELPHIA PA A POMERANTZ & COMPANY PHILADELPHIA PA ADVANCED OFFICE ENVIRONMENTS INC MALVERN PA ALPHA-OMEGA SHELVING INC Carnegie PA ANDERSON INTERIORS-PA VERONA PA ANNVILLE-CLEONA SCHOOL DISTRICT Annville PA AVAIL BUSINESS SYSTEMS INC JOHNSTOWN PA 313 of 369 BALONGUE DESIGN INC VILLANOVA PA BAUMAN OFFICE EQUIPMENT INC BEAVER FALLS PA BENJAMIN ROBERTS LTD LANCASTER PA BETTER BUSINESS PRODUCTS INC HAVERTOWN PA BMC OFFICE FURNITURE SCRANTON PA BRENNANS OFFICE INTERIORS INC WEST CHESTER PA BULLDOG OFFICE PRODUCTS PITTSBURGH PA BURKE & MICHAEL INC PITTSBURGH PA COE DISTRIBUTING SMOCK PA COFCO PHILADELPHIA PA COMMERCIAL BUSINESS INTERIORS INC FAIRLESS HILLS PA COMMONWEALTH BUSINESS INT INC HARRISBURG PA CONTINENTAL OFFICE ENVIRON-PITTSBURGH PITTSBURGH PA CORPORATE FACILITIES INC-PHILADELPHIA PHILADELPHIA PA CORPORATE FACILITIES LV LLC ALLENTOWN PA CROZER CHESTER MEDICAL CENTER UPLAND PA DESIGN & SUPPLY CO INC CHALFONT PA EASLEY & RIVERS INC MONROEVILLE PA EDUCATIONAL FURNITURE SOLUTIONS LLC NORRISTOWN PA EMPIRE OFFICE INC - FL Milford PA EMPIRE OFFICE INC - NY Milford PA ETHOSOURCE LLC MORGANTOWN PA FORMCRAFT INTERIORS FOLCROFT PA FRANKLIN INTERIORS PITTSBURGH PA HAMPTON OFFICE PRODUCTS INC GREENSBURG PA HCR MANOR CARE PHILADELPHIA PA HERSHA PURCHASING & DESIGN HARRISBURG PA HOSPITALITY FURNISHINGS & DESIGN INC ZELIENOPLE PA INDICA INTERIORS - IA BETHEL PARK PA INTERIOR WORKPLACE SOLUTIONS LLC ALLENTOWN PA INVITING INTERIORS LLC Penn Valley PA KERSHNER OFFICE FURNITURE INC KING OF PRUSSIA PA KMA ASSOCIATES PITTSBURGH PA KMA ASSOCIATES/SAMPLES PITTSBURGH PA LINK INTERIORS Morgantown PA MAHLA OFFICE EQUIPMENT PITTSBURGH PA MT LEBANON OFFICE EQUIPMENT CO INC PITTSBURGH PA OFFICE BASICS INC BOOTHWYN PA OFFICE ENVIRONMENTS INC-PA BRISTOL PA OFFICEWORKS INC-PA PLYMOUTH MEETING PA OFFIX SYSTEMS ALLENTOWN PA ONE POINT DBA CORP ENV BETHLEHEM PA 314 of 369 P E M CO EDUCATIONAL FURN & EQUIP INC BETHEL PARK PA PEMCOR INC W CONSHOHOCKEN PA PHILLIPS OFFICE SOLUTIONS HARRISBURG PA PHOENIX CONTRACT INC BETHLEHEM PA PREMIER OFFICE SOLUTIONS INC WILLOW GROVE PA PULMAN INTERIORS SCRANTON PA PW CAMPBELL DBA STUDIO 109 DESIGN LLC PITTSBURGH PA QUALITY OFFICE FURNISHINGS INC YORK PA RESOURCE PARTNERSHIP INC KING OF PRUSSIA PA RUBINSTEINS OFFICE PRODUCTS WEST CHESTER PA SPECTRUM Phoenixville PA STONE OFFICE EQUIPMENT INC SCRANTON PA SUPPLY SOURCE INC-HARRISBURG WILLIAMSPORT PA SUPPLY SOURCE INC-W PA WILLIAMSPORT PA TANNER FURNITURE HARRISBURG PA TODAYS HOME INC PITTSBURGH PA TOP TO BOTTOM INTERIORS INC Altoona PA TOTAL OFFICE INTERIORS - PA Montgomeryville PA TRANSAMERICAN OFFICE FURN CO PHILADELPHIA PA TRANSAMERICAN OFFICE FURN CO-READING PHILADELPHIA PA WAY OFFICE PLUS INC DU BOIS PA WHITCO HOME FURNISHINGS HARRISBURG PA WORKSCAPE INC PITTSBURGH PA WORKSPACE COMPANY PHILADELPHIA PA WORKSPACE SOLUTIONS-PA GROVE CITY PA WORKSPACE SOLUTIONS-PITTSBURGH Pittsburgh PA WRIGHT CONTRACT INTERIORS PITTSBURGH PA XOTIVE FACILITY SOLUTIONS INC Media PA AFD CONTRACT FURNITURE OF PUERTO RICO San Juan PR HOLIDAY INN MAYAGUEZ & TROPICAL CASINO Mayaguez PR INTEGRATED DESIGN SOLUTIONS INC Guaynabo PR CREATIVE OFC PAVILION-RHODE ISLAND PROVIDENCE RI CREATIVE OFFICE ENVIRONMENTS-RI EAST PROVIDENCE RI OFFICE CONCEPTS INC-RI EAST PROVIDENCE RI OFFICE FURNITURE SOLUTIONS - RI Tiverton RI PANNELLO SYSTEMS PROVIDENCE RI SHEEHANS OFFICE INTERIORS PORTSMOUTH RI BAKER OFFICE SOLUTIONS LLP Florence SC BEEHIVE LLC Charleston SC CONNECTING ELEMENTS INC COLUMBIA SC CORPORATE CONCEPTS INC - SC COLUMBIA SC F3 CONCEPTS LLC IRMO SC 315 of 369 GMK ASSOCIATES INC COLUMBIA SC GREENVILLE OFFICE SUPPLY GREER SC HERALD OFFICE SUPPLY CO INC DILLON SC LORICK OFFICE PRODUCTS Columbia SC MARKETPLACE INTERIORS LLC Mt. Pleasant SC MCWATERS - GA COLUMBIA SC MCWATERS INC COLUMBIA SC MCWATERS INC-CHARLESTON Columbia SC NFL OFFICEWORKS SC Greer SC PALMETTO INT OF CHARLESTON INC Johns Island SC POND Columbia SC PRESTON DESIGN COLLABORATIVE COLUMBIA SC QUALITY OFFICE PRODUCTS INC GREENVILLE SC SKUTCHI DESIGNS INC Myrtle Beach SC SOURCE INTERIORS LLC SIMPSONVILLE SC STAPLES BUSINESS ADVANTAGE-BATON ROUGE COLUMBIA SC STAPLES BUSINESS ADVANTAGE-CHARLOTTE COLUMBIA SC STAPLES BUSINESS ADVANTAGE-CINCINNATI COLUMBIA SC STAPLES BUSINESS ADVANTAGE-CITY OF CHICAGO COLUMBIA SC STAPLES BUSINESS ADVANTAGE-CO COLUMBIA SC STAPLES BUSINESS ADVANTAGE-FT MYERS COLUMBIA SC STAPLES BUSINESS ADVANTAGE-GA COLUMBIA SC STAPLES BUSINESS ADVANTAGE-HENDERSON COLUMBIA SC STAPLES BUSINESS ADVANTAGE-HOUSTON COLUMBIA SC STAPLES BUSINESS ADVANTAGE-IA COLUMBIA SC STAPLES BUSINESS ADVANTAGE-JACKSONVILLE Columbia SC STAPLES BUSINESS ADVANTAGE-KANSAS CITY COLUMBIA SC STAPLES BUSINESS ADVANTAGE-LAWRENCE COLUMBIA SC STAPLES BUSINESS ADVANTAGE-MD COLUMBIA SC STAPLES BUSINESS ADVANTAGE-MEMPHIS COLUMBIA SC STAPLES BUSINESS ADVANTAGE-MIAMI COLUMBIA SC STAPLES BUSINESS ADVANTAGE-MN COLUMBIA SC STAPLES BUSINESS ADVANTAGE-N TX COLUMBIA SC STAPLES BUSINESS ADVANTAGE-NJ COLUMBIA SC STAPLES BUSINESS ADVANTAGE-NY COLUMBIA SC STAPLES BUSINESS ADVANTAGE-OKLAHOMA CITY COLUMBIA SC STAPLES BUSINESS ADVANTAGE-PENSACOLA Columbia SC STAPLES BUSINESS ADVANTAGE-PEORIA Columbia SC STAPLES BUSINESS ADVANTAGE-PHILLY COLUMBIA SC STAPLES BUSINESS ADVANTAGE-PHOENIX COLUMBIA SC 316 of 369 STAPLES BUSINESS ADVANTAGE-PORTLAND OR COLUMBIA SC STAPLES BUSINESS ADVANTAGE-RENO COLUMBIA SC STAPLES BUSINESS ADVANTAGE-SO CA COLUMBIA SC STAPLES BUSINESS ADVANTAGE-ST LOUIS COLUMBIA SC STAPLES BUSINESS ADVANTAGE-TAMPA COLUMBIA SC STAPLES BUSINESS ADVANTAGE-WASHINGTON COLUMBIA SC STAPLES BUSINESS ADVANTAGE-WISCONSIN COLUMBIA SC TALOTTA CONTRACT INTERIORS/OF-USA MYRTLE BEACH SC THE OFFICE PEOPLE NORTH CHARLESTON SC VICTOR ALLEN & COMPANY LLC Anderson SC WHITE OFFICE FURNITURE LTD ROCK HILL SC WILCOX OFFICE MART-CHARLESTON North Charleston SC WILCOX OFFICE MART-FLORENCE Florence SC WULBERN-KOVAL CO INC CHARLESTON SC YOUNG OFFICE ENVIRONMENTS GREENVILLE SC BY DEVELOPMENT INC Deadwood SD CANFIELD BUSINESS INTERIORS INC SIOUX FALLS SD CONSTRUCTION MANAGEMENT INC Rapid City SD FURNITURE MART OFFICE & DESIGN SIOUX FALLS SD INNOVATIVE OFFICE SOLUTIONS-SD SIOUX FALLS SD INTERSTATE OFFICE PRODUCTS SIOUX FALLS SD LAMONT COMPANIES Aberdeen SD QUEST HOSPITALITY SUPPLIERS Aberdeen SD A&W SUPPLY INC KNOXVILLE TN AI CORPORATE INTERIORS INC-NASHVILLE Nashville TN ASHLEY BLAIRE CO Pulaski TN A-Z OFFICE RESOURCE INC COLUMBIA TN A-Z OFFICE RESOURCE-JACKSON COLUMBIA TN BALLARD DESIGN GROUP KNOXVILLE TN COMMERCIAL ENVIRONMENTS INC-KNOXVILLE KNOXVILLE TN CONTRACT FURNITURE ALLIANCE INC KNOXVILLE TN COOPER HOTELS INCORPORATED MEMPHIS TN FELTUS / HAWKINS DESIGN LLC NASHVILLE TN GBI Brentwood TN GENESCO NASHVILLE TN GREG LUNA COLLIERVILLE TN HI TOUCH-NJ La Vergne TN HOSPITALITY CONTRACT SERVICES CORDOVA TN HST CORPORATE INTERIORS NASHVILLE TN HST INTERIOR ELEMENTS NASHVILLE TN IMAGEWORKS COMMERCIAL INTERIORS Memphis TN INNER DESIGN STUDIO BRENTWOOD TN 317 of 369 INSPIRE BUSINESS INTERIORS INC JOHNSON CITY TN INTERIOR DESIGN ASSOCIATES-NASHVILLE NASHVILLE TN MARTHA ELLIOTT INTERIORS CLARKSVILLE TN MCCARTY HOLSAPLE MCCARTY Knoxville TN MEMPHIS BUSINESS INTERIORS MEMPHIS TN MID SOUTH BUSINESS FURNITURE INC NASHVILLE TN MID-TENNESSEE OFFICE EQUIPMENT CARTHAGE TN MY OFFICE PRODUCTS/ACT OFFICE La Vergne TN MY OFFICE PRODUCTS/ACT OFFICE - OHIO La Vergne TN MY OFFICE PRODUCTS/HAYWARD La Vergne TN MY OFFICE PRODUCTS/PARTNERS IN BUSINESS La Vergne TN MY OFFICE PRODUCTS/WHITTINGTON La Vergne TN NASHVILLE OFFICE INTERIORS NASHVILLE TN NFUSION DESIGN STUDIO LLC GALLATIN TN NHC INTERIOR DESIGN MURFREESBORO TN OFFICE CO-ORDINATORS INC CHATTANOOGA TN OFFICE FURNITURE & RELATED SERVICES NASHVILLE TN OFFICE FURNITURE CONCEPTS LLC - TN Brentwood TN OFFICE FURNITURE OUTFITTERS LLC KNOXVILLE TN OFFICE INTERIORS OF MEMPHIS MEMPHIS TN OFFICE WORKS LLC-KNOXVILLE KNOXVILLE TN OFFICESCAPES INC-TN BARTLETT TN SENATE HOSPITALITY GROUP Cordova TN SJH HOLDINGS INC/FACILITY PLANNERS NASHVILLE TN SPACES GROUP LLC-MS Cordova TN SPACES GROUP LLC-TN CORDOVA TN STUDIO 121 INC NASHVILLE TN SYNERGY BUSINESS ENVIRONMENTS NASHVILLE TN THE LITTLE CLINIC LLC Nashville TN THOMAS MILLER PARTNERS BRENTWOOD TN UNIIK DESIGN SOLUTIONS Franklin TN WORKSPACE INTERIORS KINGSPORT TN 180 OFFICE Round Rock TX ABLES-LAND INC TYLER TX AGILE INTERIORS Houston TX AUSTIN BUSINESS FURNITURE Austin TX BABARIA CONSTRUCTION & DEVELOPMENT LLC Carrollton TX BAUHAUS-DALLAS Dallas TX BAUHAUS-TULSA Dallas TX BILL LUTTRELL INC Dallas TX BKM TOTAL OFFICE OF TX LP DALLAS TX BROUSSARD GROUP SAN ANTONIO TX 318 of 369 BUILT FOR DREAMS INC LUBBOCK TX BUSINESS INTERIORS - IRVING IRVING TX BUSINESS PRODUCTS & SERVICES INC EL PASO TX CAPITAL FURNITURE SOURCE INC HOUSTON TX CARNEGIS GROUP HOUSTON TX CBI GROUP San Antonio TX CLUBCORP - HOUSTON Dallas TX CLUBCORP - LOS ANGELES DALLAS TX COASTAL OFFICE PRODUCTS VICTORIA TX COMMERCIAL FURNITURE SOLUTIONS INC TEMPLE TX CONTRACT RESOURCE GROUP - HOUSTON HOUSTON TX CONTRACT SEATING INC HOUSTON TX CORE BUSINESS SOLUTIONS Pharr TX CORNERSTONE INTERIORS INC Frisco TX CORPORATE OUTFITTERS HOUSTON TX CORPORATE SOURCE LTD-DALLAS DALLAS TX CREATIVE OFFICE FURNITURE INC HOUSTON TX DC INTERIORS OFFICE FURNITURE San Antonio TX DEBNER & COMPANY HOUSTON TX DEL FRISCO'S RESTAURANT GROUP SOUTHLAKE TX DISTINCTIVE DESIGNS HICKORY CREEK TX EDUCATORS DEPOT INC Sugar Land TX FACILITIES CONNECTION EL PASO TX FACILITIES RESOURCE INC AUSTIN TX FACILITY INTERIORS INC-AUSTIN PLANO TX FACILITY INTERIORS INC-HOUSTON Houston TX FACILITY INTERIORS INC-PLANO PLANO TX FAULKNER DESIGN GROUP - ARIZONA DALLAS TX FURNITURE CONSULTANTS INC-DALLAS DALLAS TX FURNITURE FOR BUSINESS-AUSTIN HOUSTON TX FURNITURE MARKETING GROUP-AUSTIN AUSTIN TX FURNITURE MARKETING GROUP-HOUSTON HOUSTON TX FURNITURE MARKETING GROUP-PLANO PLANO TX GATEWAY PRINTING & OFFICE SUPPLY INC SAN ANTONIO TX GL SEAMAN & COMPANY CARROLLTON TX HODGES BUSINESS INTERIORS INC HUNTSVILLE TX HPA DESIGN GROUP Dallas TX HURON PRODUCE Edinburg TX INDECO SALES INC Belton TX INTELLIGENT INTERIORS INC ADDISON TX INTERIOR DESIGNS BY MICHELLE INC SAN ANTONIO TX INTERIOR RESOURCES DALLAS TX 319 of 369 J TYLER HOUSTON TX JKC DESIGNS Mc Kinney TX KATHY ANDREWS INTERIORS INC HOUSTON TX KAY DAVIS ASSOCIATES HOUSTON TX KELLE CONTINE INTERIOR DESIGN AUSTIN TX KORA HOSPITALITY Houston TX LEDWELL OFFICE SOLUTIONS TEXARKANA TX LETOURNEAU INTERESTS INC HOUSTON TX LFI / LESLIE FOSTER INTERIORS AUSTIN TX LIBRARY INTERIORS OF TEXAS AUSTIN TX LUCK COMPANY HOUSTON TX MARTA BASEZ INTERIORS INC AUSTIN TX MCCOY INC HOUSTON TX MCGANNON ASSOCIATES DALLAS TX MCKINNEY OFFICE SUPPLY Plano TX MDI RESOURCES HOUSTON TX MDI RESOURCES-SAMPLE HOUSTON TX MORNINGSIDE CONSTRUCTION MGMT Houston TX NAVAJO OFFICE PRODUCTS LLC AMARILLO TX NELSON INTERIORS LLC SAN ANTONIO TX NMG WORKSPACE SOLUTIONS LLC Houston TX OFFICE ESSENTIALS & DESIGN - TX WACO TX OFFICE FURNITURE CONNECTION Houston TX OFFICE FURNITURE INTERIORS SAN ANTONIO TX OFFICE FURNITURE USA/DICK OFFICE SUPPLY HARLINGEN TX OFFICE PAVILION-HOUSTON HOUSTON TX OFFICESOURCE LTD SAN ANTONIO TX OFFICEWISE FURNITURE & SUPPLY AMARILLO TX OPTIMAL HOSPITALITY SOLUTIONS Carrollton TX PERRY OFFICE PLUS TEMPLE TX PIONEER CONTRACT SERVICES Houston TX PT78 DESIGN LLC Irving TX REGUS ADDISON TX ROADRUNNER FURNISHINGS INC CARROLLTON TX ROCKFORD BUSINESS INTERIORS HOUSTON TX SAMS OFFICE FURNITURE OUTLET Tyler TX SC CREATIVE SOLUTIONS LLC HOUSTON TX SHELBY DISTRIBUTIONS DBA EXPRESS OFC PRODUCTS El Paso TX SHELTON KELLER GROUP INC AUSTIN TX SIXTH RIVER PURCHASING AUSTIN TX SPENCER & COMPANY DALLAS TX 320 of 369 STAR OFFICE PRODUCTS HOUSTON TX STETZEL & ASSOCIATES HOUSTON TX STUDIO BESPOKE HOUSTON TX STUDIO SIX 5 AUSTIN TX SUMMIT 11 DEVELOPERS Irving TX TEXAS TECH UNIVERSITY LUBBOCK TX TEXAS WILSON OFC FURN & SRV (CAPROCK) SAN ANTONIO TX TOTAL OFFICE SOLUTIONS-TX WACO TX TRINITY LIBRARY RESOURCES San Antonio TX TURNKEY PROJECT SERVICES LLC FORT WORTH TX VALLEY DESIGNS INC HARLINGEN TX VANGUARD ENVIRONMENTS HOUSTON TX WELLS & KIMICH INC HOUSTON TX WELLS GROUP OF HOUSTON INC HOUSTON TX WILSON OFFICE INTERIORS DALLAS TX WILTONS OFFICEWORKS Bryan TX WITTIGS OFFICE INTERIORS SAN ANTONIO TX WORKPLACE RESOURCE GROUP CARROLLTON TX WORKPLACE RESOURCE LLC-AUSTIN SAN ANTONIO TX WORKPLACE RESOURCE LLC-SAN ANTONIO SAN ANTONIO TX WORKPLACE SOLUTIONS-AUSTIN Dallas TX WORKPLACE SOLUTIONS-DALLAS DALLAS TX WORKPLACE SOLUTIONS-HOUSTON Dallas TX WORKSPACE INTERIORS BY OFFICE DEPOT - BOCA RATON EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - CHARLOTTE EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - COLUMBUS EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - DALLAS EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - GA EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - HOUSTON El Paso TX WORKSPACE INTERIORS BY OFFICE DEPOT - IL EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - IRVINE CA EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - MN El Paso TX WORKSPACE INTERIORS BY OFFICE DEPOT - NORFOLK EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - ORLANDO EL PASO TX 321 of 369 WORKSPACE INTERIORS BY OFFICE DEPOT - PITTSBURGH EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - PORTLAND OR El Paso TX WORKSPACE INTERIORS BY OFFICE DEPOT - SAN DIEGO EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - SEATTLE EL PASO TX WORKSPACE INTERIORS BY OFFICE DEPOT - SIGNAL HILL EL PASO TX WORKSPACE RESOURCE-TX CONROE TX WORKSPACE SOLUTIONS INC-SAN ANTONIO SAN ANTONIO TX C I S OFFICE FURNITURE WELLSVILLE UT CCG LLC SALT LAKE CITY UT CLEARLINK Salt Lake City UT DESKS INC OF UTAH SALT LAKE CITY UT HENRIKSEN/BUTLER DESIGN GROUP LLC-SLC SALT LAKE CITY UT HENRIKSEN/BUTLER DESIGN GROUP-BOISE SALT LAKE CITY UT HENRIKSEN/BUTLER NEVADA LLC-LAS VEGAS SALT LAKE CITY UT HENRIKSEN/BUTLER NEVADA-RENO SALT LAKE CITY UT INSIDE OUT Salt Lake City UT INTERIOR ALLIANCE Farmington UT INTERIOR SOLUTIONS SALT LAKE CITY UT LMK INTERIOR DESIGN SALT LAKE CITY UT MIDWEST COMMERCIAL INTERIORS SALT LAKE CITY UT OFFICE FURNITURE SOLUTIONS - UT Holladay UT QUICKTURN CONCEPTS Salt Lake City UT ROSI OFFICE PRODUCTS INC SALT LAKE CITY UT SALT STUDIO SALT LAKE CITY UT WESTERN INTERIOR SERVICES Salt Lake City UT ACAC CHARLOTTESVILLE VA ALL BUSINESS SYSTEMS & DESIGN INC CHANTILLY VA AMERICAN COMMERCIAL INTERIORS RICHMOND VA BARROWS ROANOKE VA CREATIVE OFFICE ENVIRONMENTS-VA ASHLAND VA CRESCENT HOTELS AND RESORTS Fairfax VA DEAR MITCHELL DIGGES DESIGN Williamsburg VA DESIGNERS MARKET OF RICHMOND RICHMOND VA DK WORKSPACES Richmond VA FAIRFAX CO PUBLIC SCHOOLS Alexandria VA FAIRFAX CO PUBLIC SCHOOLS Springfield VA FAIRFAX CO THOMAS JEFFERSON HS Merrifield VA 322 of 369 HARRIS OFFICE FURNITURE CO INC ROANOKE VA HARVESTTIME OFFICE FURNITURE LLC Suffolk VA HERNDON SENIOR CENTER HERNDON VA IMAGE BUSINESS INTERIORS LLC VIRGINIA BEACH VA INOVA HEALTH SYSTEM FALLS CHURCH VA INTERIOR CONCEPTS LC CHARLOTTE VA INTERIORS BY GUERNSEY Sterling VA JJS INTERIOR DESIGN Virginia Beach VA JMJ CORPORATION RICHMOND VA LINES INCORPORATED Vienna VA MCCORMACK DESIGN INC MC LEAN VA MILLERS SUPPLIES AT WORK NEWINGTON VA MODERN ENVIRONMENTS VIRGINIA BEACH VA NEW DAY OFFICE PRODUCTS SUFFOLK VA NEW RIVER OFFICE SUPPLY BLACKSBURG VA O H JONES INTERIORS LTD RICHMOND VA OFFICE ENVIRONMENTS INTERNATIONAL ARLINGTON VA OFFICE PLUS BUSINESS CENTRE DANVILLE VA OSBORNE & ASSOCIATES LLC RICHMOND VA PC&A BUSINESS ENVIRONMENTS NORFOLK VA R&R OFFICE SOLUTIONS Richmond VA RE-DISTRICT ALEXANDRIA VA RESOURCE ONE - VA RICHMOND VA RUDOLPHS OFFICE & COMPUTER Ashland VA SMARTER INTERIORS RICHMOND VA SMITH CONTRACT Fredericksburg VA THE SUPPLY ROOM/MEGA OFFICE ASHLAND VA WASHINGTON GROUP SOLUTIONS FALLS CHURCH VA WASHINGTON WORKPLACE ARLINGTON VA EXTERUS BUSINESS FURNITURE SHELBURNE VT APEX FACILITY RESOURCES KENT WA BUSINESS INTERIORS NORTHWEST (BINW)-ALASKA TACOMA WA CATALYST WORKPLACE ACTIVATION-SEATTLE SEATTLE WA CATALYST WORKPLACE ACTIVATION-TACOMA TACOMA WA CHANDLER BUSINESS INTERIORS EAST WENATCHEE WA COMMERCIAL OFFICE INTERIORS-WA SEATTLE WA COMPLETE OFFICE LLC SEATTLE WA CONTOUR INC Seattle WA CONTRACT DESIGN ASSOC INC-MISSOULA Spokane WA CONTRACT DESIGN ASSOC INC-SPOKANE SPOKANE WA CONTRACT RESOURCE GROUP-SPOKANE SPOKANE WA 323 of 369 CREATIVE OFFICE FURNISHINGS OLYMPIA WA GRETCHEN STURTEVANT INTERIOR DESIGN OLYMPIA WA HARRIS OFFICE EQUIPMENT INC YAKIMA WA HATCH PURCHASING CORP SEATTLE WA INNOVATIVE DESIGN WORKS Lynnwood WA KEENEYS OFFICE SUPPLY INC REDMOND WA LEGACY GROUP RENTON WA MBI-SEATTLE SEATTLE WA NORTH SOUND INTERIORS WOODINVILLE WA OBJEKTS LLC SEATTLE WA OFFICE SOLUTIONS NW SEATTLE WA OPEN PLAN LLC Kent WA OPENSQUARE SEATTLE WA RE-JUICED STUDIO LLC Edmonds WA RELIANT GROUP INC Tukwila WA SBI (SAXTON BRADLEY)Kent WA SEATTLE MODERN OFFICE Redmond WA SECHRIST DESIGN ASSOCIATES INC SEATTLE WA SMART OFFICE ENVIRONMENTS BELLEVUE WA TOTAL OFFICE CONCEPTS INC WALLA WALLA WA UNISPACE LLC - WA SEATTLE WA VISIONARY OFFICE FURNITURE EVERETT WA VPI SEATTLE WA WORKPOINTE SEATTLE WA BAY PRODUCT DEVELOPMENT LLC Green Bay WI BUILDING SERVICE INC WAUKESHA WI CJ & ASSOCIATES NEW BERLIN WI COAKLEY BROS DBA BROTHERS BUSINESS INT MILWAUKEE WI CONTRACT DESIGN ASSOCIATES - WAUKESHA WAUKESHA WI CORPORATE DESIGN INTERIORS WAUKESHA WI CREATIVE BUSINESS INTERIORS-W ALLIS MILWAUKEE WI DCI MARKETING MILWAUKEE WI DFS INTERIORS CECIL WI DIRECT SUPPLY MILWAUKEE WI DUET RESOURCE GROUP Milwaukee WI EAU CLAIRE BUSINESS INTERIORS INC EAU CLAIRE WI EMBURY LTD Deforest WI EMMONS BUSINESS INTERIORS LLC Rothschild WI FORRER BUSINESS INTERIORS INC MILWAUKEE WI IB SPACES / INDUSTRIES FOR THE BLIND West Allis WI INTERIOR INVESTMENTS OF MADISON LLC MADISON WI INTERIOR INVESTMENTS-MILWAUKEE MILWAUKEE WI 324 of 369 J L BUSINESS INTERIORS INC WEST BEND WI LAKESHORE BUSINESS INTERIORS Manitowoc WI LERDAHL BUSINESS INTERIORS MIDDLETON WI M&M OFFICE INTERIORS PEWAUKEE WI NORDON BUSINESS ENVIRONMENTS APPLETON WI OFFICE ENTERPRISES INC Weston WI RCS INNOVATIONS MILWAUKEE WI SAMUELS GROUP ENVIRONMENTS WAUSAU WI SCHOOL SPECIALTY INC APPLETON WI SCHROEDER SOLUTIONS INC NEW BERLIN WI SLG PRODUCT MANAGEMENT Milwaukee WI SYSTEMS FURNITURE INC DE PERE WI THEISS INTERIOR DESIGN LTD MILWAUKEE WI VER HALEN COMMERCIAL INT INC GREEN BAY WI CAPITOL BUSINESS INTERIORS Charleston WV CONTEMPORARY GALLERIES-CHARLESTON CHARLESTON WV OMEGA COMMERCIAL INTERIORS MORGANTOWN WV SOUTHERN WV COMM TECH COLLEGE Mount Gay WV QUALITY OFFICE SOLUTIONS Casper WY 325 of 369 IV. Evaluation Process and Criteria    c) Qualification and Experience    i. Provide a brief history of the Offeror, including year it was  established and corporate office location.    OFS Brands is headquartered at ​1204 East Sixth Street, Huntingburg IN  47542.​ OFS is a family-owned, community-driven company providing  socially responsible furniture and logistics solutions in office, education,  government, healthcare and home office markets across the world.  Established in 1937 ​in Huntingburg Indiana, OFS Brands has grown into a  global leader while staying true to its local roots and core values of  sustainability and craftsmanship. Desks, Tables, and Seating have been  core product lines from the beginning. Over the years, we expanded our  product lines to include healthcare, soft seating, dining, education, and  all facets of furniture for work including open plan and related filing,  storage and equipment storage, tables, and accessories.      ii. Describe Offeror’s reputation in the marketplace.    OFS is considered a rapidly growing mid-market furniture  manufacturer providing great design at an affordable price. Many of  the largest furniture companies grew during the cubicle boom of the  1980’s and 90’s and are still known by many as “workstation”  manufacturers today. OFS began as a primarily wood casegood  company and through innovation and acquisition of the Carolina,  Loewenstein and Highmark companies became a mid-market leader  in workplace, government, healthcare and education markets.     Our peers and customers know us as a humble, customer focused  organization. It is known that our owner Hank Menke moves  mountains to ensure that we are able to be the best that we can be.  Hank arrives early every day to walk the plant floors to connect with  employees and our business. But Hank has also invested financially  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        326 of 369 IV. Evaluation Process and Criteria  including investing in purchasing companies that complement and  enhance our existing brands and contribute to our humble and  welcoming culture. Hank understood that we couldn’t and shouldn’t  rely on commercial freight carriers and therefore ​Stylne Logistics ​was  born. We are one of only 2 suppliers that we know of that aren’t reliant  on outside trucking companies. Hank was also innovative in solid  surface manufacturing. While others source their solid surfaces we  invested in solid surface fabrication to reduce lead times and cost.     We continue to invest in our manufacturing facilities throughout the  U.S. including Indiana, North Carolina, California, and Kentucky. Our  showrooms are strategically located across the U.S. including New  York, Washington DC, Chicago, Atlanta, Dallas and Los Angeles.    Through investment in staff and training, we understand the process,  legislation, issues, and trends that affect public agency policies,  budgets, and initiatives. We understand our clients not only by  listening to them individually but also collectively by participating in  engagement opportunities such as:    National Cooperative Procurement Partners - founding sponsor  NIGP conferences and meetings across the U.S.  NAEP conferences (educational procurement)  EdMarket and EdSpaces (education industry)  AUID (university interior design)  SCUP (society for college and university planners)  Healthcare Design (conference and expo) - key sponsor   APPA (Association of Physical Plant Administrators)  State agency forums and conferences.      iii. Describe Offeror’s reputation of products and services in the  marketplace.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        327 of 369 IV. Evaluation Process and Criteria  From its inception, OFS has focused on the needs of the customer and  specifying designer. From something as simple as changing the arm  detail of a sofa or adding technology, to creating a true signature piece,  our ​reputation for creating a completely custom look​ continues to  provide customers with a broad spectrum of product solutions. In  many cases, those solutions go on to become standard products. Our  highly competitive supply chain turns great ideas into great products  and allows us to produce them efficiently with minimal additional cost.  The latest example of this was a ​custom application​ for a large  university athletics department. The custom solutions we provided  made news nationally as a gold standard of facilities.     One way to gauge reputation is through industry visibility and  commitment to various vertical markets.   One way is through Sponsorship:​ OFS and Carolina were ​Presenting  Sponsor​ in 2019 and 2018 Healthcare Design Expo & Conference (HCD).  HCD​ is the premier event for the healthcare interiors industry. As  Presenting Sponsor, Carolina provides considerable financial support  for industry events during the show while benefiting from an ideal  platform for promoting its brand. “We are excited to have Carolina and  OFS Brands return as the 2019 HCD Presenting Sponsor,” says Vice  President and Group Show Director Kevin Gaffney. “Their expertise has  clearly been demonstrated and attendees at this year’s show in New  Orleans will be able to see this firsthand.” “With this significant  investment, it’s obvious that Carolina sees the value in this show,” adds  Mark Lind, associate show director, Healthcare, Emerald Expositions.  “Carolina is interested in the growth of this industry, and their  continued commitment reflects that optimism.” Devoted to increasing  knowledge of how design directly impacts the safety, operations,  clinical outcomes, and financial success of healthcare facilities, HCD  brings together industry leaders for continuing education and  networking opportunities.   OFS is a yearly sponsor of the ​Society of College and University  Planners​ and the ​Association of University Interior Designers​ and as an  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        328 of 369 IV. Evaluation Process and Criteria  exhibitor and conference attendee at ​EdSpaces​ where we are  recognized as a supporter and contributor to education environments.     We participate yearly at NIGP national and local events as an exhibitor  and conference attendee. We are highly visible through other  organizations for Senior Living and Education.   Another indicator of product reputation is through Awards:  NeoCon:​ Each year the design industry has recognized OFS and  Carolina with top honors during NeoCon, North America’s largest  design exhibition and conference for commercial interiors. In 2019  Obeya, Kasura, and LeanTo all from OFS won Gold in their respective  categories and then Obeya went on to win “​Best in Competition”  across the entire NeoCon event.​ Past winners include: 2018 winners  included: OFS Bistro guest seating, Roo occasional tables, Zonal  ergonomic task seating, Heya lounge furniture, and Pind for office  accessories. 2017 winners included: Coact lounge, Elani seating, Heya  Silver award for collaborative seating, Hug Silver for healthcare patient  seating, Saven healthcare rocker, Wyre tables won Silver in occasional  tables, Staks open plan.   HIP Awards by Interior Design Magazine:​ 2019: Carolina won for Lasata  recliners. 2017: Saven rocker, Staks open plan, Wyre tables, Coact  seating, and Heya seating in the categories of Health & Wellness,  Workplace Systems, Workplace Occasional Tables, Workplace High  Back Seating, Workplace Hubs.  Interior Design Best of Year Awards:​ 2017 Elani won Healthcare  Furniture, Boost won Education Furniture, Heya won Contract/Pods,  and Harpin won for Seating in Contract/Conference  Presented by Healthcare Design magazine in partnership with The  Center for Health Design, the ​Nightingale Awards​ recognize the  contribution to the healthcare built environment through product  design and innovation that contributes to health. In 2019 OFS won for  the Reservoir table and in 2018 won silver with the Lasata patient  recliner. In 2017 the Saven rocker won for innovation.  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        329 of 369 IV. Evaluation Process and Criteria  The OFS/Carolina reputation for service has resulted in securing and  maintaining national and significant relationships with corporations  and health systems that recognize the nimble nature of our  organization. OFS has proven that we can provide customized service  solutions including:  Establishing an in-house project services team and unique   dealer network and product program to directly handle all  capital projects for a major healthcare client.    For a corporate client, we developed a unique program of  stocking and delivering not only our products, but everything  this customer needs to fulfil a retail location in a turn-key  method    Developing over the course of two years a customer solution for  a major university athletic department that garnered national  recognition and praise.     OFS recently ​surveyed customers with a national presence ​and from  that was consistent praise for our dealer network and the flexibility it  offers them in each market. Our customers want the choice of dealers  that OFS provides.     iv. Describe the experience and qualification of key employees.    Ryan Menke  Senior Vice President Sales & Marketing   University of Evansville, BA Marketing:  Ph: 812-630-4774  RMenke​@ofs.com    Experience/Qualifications: Experienced leader with a multi-disciplinary  background ranging from Senior Vice President Supply Chain to Senior  Vice President of Sales and Marketing. Ryan is one of 4 children of owner  Hank Menke, each holding a position within the organization.   ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        330 of 369 IV. Evaluation Process and Criteria  Ryan works closely with Anna McClelland to establish policies to ensure  that the OMNIA contract is a company priority. Ryan began his career at  a furniture dealership and is proud that much of his success came from  working with public agencies. Ryan resides in Huntingburg Indiana.    Anna McClelland  National Accounts Director, Specialty Markets  Attended University of South Carolina  Ph: 704-771-9003  Amcclelland@ofs.com    Experience/Qualifications: Anna has been a furniture professional for  over 30 years and is a resident of South Carolina . Anna has been with  OFS Brands Inc. since 2015 and is responsible for all specialty markets  including public agencies and healthcare contracts (approx. 34)  supporting those nationwide. Anna is not only responsible for oversight  of the contracts but also for developing and implementing the  associated strategies including the policy and commitment to lead with  our OMNIA Partners contract. Work includes supporting the sales  organization nationally and working directly with certain clients and the  Architectural and Design community. Anna was previously with Knoll Inc.  (furniture mfg.) for 18 years responsible for winning and managing their  US Communities contract during the last 5 years and worked as a senior  sales representative for 13 years prior. During her time in a sales capacity,  Anna's emphasis included public agency, federal, and commercial  markets. Prior to working for a furniture manufacturer, Anna spent 9  years with a furniture dealership in Charlotte NC in a sales and project  management capacity. Anna’s experience includes continuing education  through engagement with procurement professionals and conference  participation, including NIGP chapters and public education  engagement through SCUP, NAEP and as a contributor to NCPP  (National Coalition for Public Procurement) organization. Personal  experience and success with public agencies include Mecklenburg  County, Union County, Gaston County, State of Georgia, City of Houston,  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        331 of 369 IV. Evaluation Process and Criteria  Los Angeles County, Fairfax County, City of Seattle, King County, and  others.     Martha Schwindt  Government Contracts Manager  Ph: 866-637-9328 ext 7257  MSchwindt​@ofs.com  Experience/Qualifications: OFS Brands, Inc. July 2003 – Present  Martha is responsible for the compliance of all Federal, State, and Group  Purchasing contracts, and for the maintenance of records pertaining to  the contracts. Martha serves as the point of contact for all internal staff  and outside sales personnel for matters relating to contract terms  and conditions. She is responsible for tracking and reporting of contract  sales, including reporting of sales and payment of Administrative Fees for  OMNIA Partners. Additionally, Martha assists Customer Service Account  Managers and Order Entry staff in correct processing of contract orders  and management of service issues. She also is engaged in assisting  Accounts Receivables Dept. in resolution of billing issues.    Rory Laurent  Manager, State Contracts  Education: Attended East Los Angeles College  Ph: 866-637-9328 ext 4224  RLaurent@ofs.com  Experience/Qualifications: With 14 years of industry experience, Rory is  responsible for maintaining state, regional, higher education and direct  client contracts for OFS. Rory monitors contract compliance and  reporting and is engaged with the Specialty Markets Team and our  District Sales Managers on select client relationships. Rory submits  responses electronically to State Purchasing organizations for new and  renewal contracts and is responsible for updating our website for  contract information and maintaining updates on the site.  Rory resides in Huntington Beach CA.      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        332 of 369 IV. Evaluation Process and Criteria  Andrea Whitworth  Group Purchasing Organization Administrator  Education: High Point University  Ph: 866-637-9328 ext 8129  AWhitworth@ofs.com  Experience/Qualifications: With over 8 years of industry experience,  Andrea is part of the Specialty Markets team responsible for maintaining  healthcare and direct client contracts for OFS/Carolina. Responsibilities  include managing our trade show (NIGP) presence and participating in  National Cooperative Purchasing Partners activities. With the award of a  Region 4 contract Andrea will share in contract responsibility to help  ensure that agencies are receiving the correct discounts, that reporting is  timely, and that customer needs are being met.    v. Describe Offeror’s experience working with the government  sector.    OFS is a very active participant in the Federal market and has held a ​GSA  Schedule Contract since 1998 ​and the Navy FISC BPA since 2006. In 2010,  the US Army awarded its largest contract ever for wood case goods to  OFS Brands to accommodate relocating war fighters and civilians under  BRAC and more recently has been a significant supplier to the ​Veterans  Association and the International Monetary Fund.     OFS has held a Region 4 contract since 2015 with significant growth each  year. Several agencies have adopted the OFS Region 4 contract as their  own.     OFS Brands has been a​ long time contractor to several states​ and  currently holds state contracts in AL, AR, CT, FL,GA, MS, NJ, NM, NY, NC,  PA, SC, SD and WI. OFS holds regional contracts with MHEC, ​University of  KY,and Fairfax County,​ ​County of Los Angeles​ and is a top supplier to the  State of GA members.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        333 of 369 IV. Evaluation Process and Criteria  Sales to public agencies during the past 12 months total approximately  $35,000,000 with major project experience with counties and cities.       vi. Describe past litigation, bankruptcy, reorganization, state  investigations of entity or current officers and directors.    OFS is not involved in any current or past litigation, bankruptcy, or  reorganization.    vii. Provide a minimum of 10 customer references relating to the  products and services within this RFP. Include entity name, contact  name and title, contact phone and email, city, state, years serviced,  description of services and annual volume.    1.State of Georgia   Contact: Dr. Carl Hall   Title: Supplies category manager  Phone: 404-657-4254  Email: ​Carl.Hall@doas.ga.gov  City, State: Atlanta, GA  Years Serviced: approx. 10  Description of services: Furniture and related  Annual Volume: $5,500,000  2.State of Florida   Contact: Thomas Bower, FCCM  Title: Contract Manager  Phone: 850-488-6904  Email: ​Thomas.Bower@dms.myflorida.com  City, State: ​Tallahassee, FL  Years Serviced: approx. 10  Description of services: Furniture and related  Annual Volume: $1,200,000  3.State of North Carolina   Contact: Grant Braley   ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        334 of 369 IV. Evaluation Process and Criteria  Title: ​Category Manager  Phone: 919-807-4519  Email: ​Grant.Braley@doa.nc.gov  City, State: Raleigh, NC  Years Serviced: approx. 20  Description of services: Furniture and related  Annual Volume: $1,200,000  4.State of Alabama   Contact: Brittany Snyder   Title: Contract Manager  Phone: 334-242-4667  Email: ​brittany.snyder@purchasing.alabama.gov  City, State: ​Montgomery, AL  Years Serviced: approx. 12  Description of services: Furniture and related  Annual Volume: $1,500,000  5.State of New Jersey   Contact: Anna Marie Miller   Title: ​Procurement Specialist  Phone:609-292-8974  Email: ​AnnaMarie.Miller@treas.nj.gov  City, State: Trenton, NJ  Years Serviced: approx. 11  Description of services: Furniture and related  Annual Volume: $1,300,000  6.TCSG - Technical College System of GA  Contact: Sherri Winters   Title: Regional Program Manager  Phone: ​470- 303-5994  Email: ​SWinters@tcsg.edu  City, State: Atlanta GA  Years Serviced: 20+ years  Description of services: Furniture for many campuses  Annual Volume: >$619,000  7.Union County  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        335 of 369 IV. Evaluation Process and Criteria  Contact: Bryan A. Wentz  Title: Facility Project Manager  Phone: ​704-296-4255  Email: ​Tony.Wentz@unioncountync.gov  City, State: Monroe NC  Years Serviced: 2016-2019  Description of services: Furniture for HHS bldg.  Annual Volume: $87,000  8.York County SC   Contact: Bryant Cook  Title: Purchasing Manager  Phone: 803-684-8512  Email: ​bryant.cook@yorkcountygov.com  City, State: York, SC  Years Serviced: 2018-2020  Description of services: Furniture for several bldg.  Annual Volume: >$500,000  9.State of Pennsylvania  Contact: Lisa Vega  Title: ​Commodity Specialist  Phone: 717-346-4290  Email: ​LVEGA@pa.gov  City, State: ​Harrisburg, PA  Years Serviced: 2017-2020  Description of services: Furniture and services  Annual Volume: $756,000  10.Louisiana State University  Contact: Stephen Walczak  Title: Senior Strategic Sourcing Analyst  Phone: 225-578-2303  Email: ​SWalczak@lsu.edu  City, State: Baton Rouge, LA  Years Serviced: 2019-2020  Description of services: Athletics Bldg.  Annual Volume: >$300,000  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        336 of 369 IV. Evaluation Process and Criteria  11.County of Los Angeles  Contact: Eric Carlos  Title: Purchasing and Contract Analyst  Phone: 323-267-2331  Email: ​ecarlos@isdlacounty.gov  City, State: Los Angeles, CA  Years Serviced: 2017-2020  Description of services: Various  Annual Volume: >$1,000,000       viii. Provide any additional information relevant to this section.    Environmental Initiatives    INDOOR AIR QUALITY  It has been shown that Americans spend approximately 90% of  our time indoors and our indoor air is 2 to 5 times more polluted  than the air outside. These statistics alone are enough for OFS to  commit to providing the lowest emitting interiors furniture  products possible.    All of OFS furniture products have achieved SCS Indoor  Advantage and SCS Indoor Advantage Gold Certifications. Indoor  Advantage Gold is SCS Global Services’ highest level of indoor air  quality performance for furniture. The certification assures that  furniture products support a healthy indoor environment by  meeting strict chemical emission limits for volatile organic  compounds (VOCs). To be certified, products must be tested by  independent labs for compliance with the ANSI/BIFMA X7.1, and  either ANSI/BIFMA e.3 or CDPH/EHLB Standard Method V1-1 for  VOC emissions of concerns. A complete list of certified products  and our product certificates can be found on SCS Global Services  website: (​http://www.scsglobalservice.com/​certification  certified-green-products-guide​)  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        337 of 369 IV. Evaluation Process and Criteria    BIFMA level CERTIFICATION  The BIFMA e3 Sustainability Standard, which provides the  foundation for the level certification, is the multi-attribute,  sustainability standard and third party certification program for  the furniture industry. For more information on the level  certification program and to view our certifications please visit  levelcertified.org.    FSC® COC CERTIFICATION  To promote and support our commitment to responsible forest  management OFS offers all casegoods and tables as FSC® COC  Certified (Forest Stewardship Council®). The FSC Standards  represent the world’s strongest system for guiding forest  management toward sustainable outcomes. Fscus.org FSC  certified products are manufactured with material that comes  from managed forests that are traceable from the time the logs  are cut to the time the final project is installed and are recorded  by way of COC or chain of custody claim on all invoices. The  demand for certified forest products has grown significantly in  recent years. OFS’s goal to act as a responsible steward of the  environment encouraged us to pursue our FSC Chain of Custody  (COC) certification back in 2007. This enabled us to procure and  process wood fiber based materials that are certified under the  most recognized global certification standard for responsibly  harvested and/or recovered wood material. This provides our  customer (Dealer, A&D community and end-users) the added  reassurance that they have purchased furniture that meets the  strict requirements of the FSC COC Standard. FSC certification is  optional on many, but not all, OFS product lines. Please contact  OFS Customer Service for information in regards to which of our  product lines are available as FSC certified, and what the  necessary procedures are for ordering FSC certified products  from OFS. OFS FSC license code is FSC-C004808.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        338 of 369 IV. Evaluation Process and Criteria  USGBC & LEED  OFS is an active member of the U.S. Green Building Council. The  USGBC is the nation’s foremost coalition of leaders working to  transform the way buildings and communities are designed,  built and operated, enabling an environmentally and socially  responsible, healthy, and prosperous environment that improves  the quality of life. As a member of the USGBC, OFS promotes the  development of the LEED green building certification program.  We offer products that contribute to LEED Certified projects and  have committed to LEED certification of multiple OFS locations  throughout the country.    EPA SmartWay partnership:​ In 2004, Styline Logistics became  the first company in Indiana to join the U.S. Environmental  Protection Agency’s SmartWay Transport Partnership. The  partnership is a voluntary program with the U.S. EPA that shows  how shippers and carriers can gain economic benefits while  mitigating their environmental impact.    To meet the SmartWay challenge to eliminate unnecessary  truck engine idling, Styline Logistics employed many different  policies, procedures and technologies that included auxiliary  power units (APU’s), reduced maximum speeds, automatic  engine shutdown, automatic tire inflation systems, bio-and  low-sulfur diesel fuels and new incentive programs. Since our  partnership began in 2004 we have reduced our Carbon Dioxide  [CO2] emissions by nearly 18,000 metric tons (32%), our  particulate matter emissions by 3,000 metric tons (58%) and  NOx gases by 113 tons (82%). This is yet another story in the long  line of success the partners have achieved to live and prosper in  a clean environment, while enjoying and preserving our natural  resources.    Product design & development​: OFS collaborates with interior and  industrial designers to develop innovative furniture that exceeds the  ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        339 of 369 IV. Evaluation Process and Criteria  functionality requirements of the user while minimizing the amount of  materials required for production. This Design for the Environment  approach greatly reduces the amount of material required to produce  our furniture products, while also incorporating some of the core  principles of green building design. Considering functionality,  aesthetics and environmental performance into each product design  we are able to satisfy customer demand while offering products that  meet strict 3rd party environmental certifications.    WELL:​ In July of 2017, the OFS corporate office in Huntingburg was  officially registered for the WELL Building Standard®. This marked a  long road to a wellness-focused workspace, and the company began  the journey with the help of the International WELL Building  Institute™. The WELL Building Standard (WELL) is the premier  building standard to focus on enhancing people’s health and wellness  through the built environment. WELL is a performance-based system  for measuring, certifying, and monitoring features within the  certification standard.    OFS has several associates who are WELL certified and OFS offers  WELL CEU’s for our clients, conference, and partners. We offer this  education as a commitment to further educating it’s partners with  current and relevant industry education, supporting our continued  investment in not just creating products that promote environments  that focus on human centered design, but education on the innovative  trends that support that commitment.           ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        340 of 369 Value Add    d) Value Add    i. Provide any additional information related to products and services  Offeror proposes to enhance and add value to the Contract.  Related products offered by OFS   Quickship solutions Tambient smart lighting   Mile Marker custom cabinetry Healthcare products  Behavioral health solutions Product for Play    Support services and solutions offered by OFS     Available directly from OFS Available through dealers  Custom typicals Interior design services  Quickship products Layout services  Layout services Fabric and color design services  Installation  Assessment/ Programming tools  Professional development  through Continuing Education  programs  Systems furniture  reconfiguration  Furniture leasing Asset management tools  Asset management tools /  buyback programs  Installation and Project  Management  Standards program development storage  Project Management Furniture refurbishment      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        341 of 369 Opens Record Policy    OFS believes the following sections are exempt from disclosure:    Tab Page #Line #Reason for exemption    3 173 19-22 Tab 3 Appendix D, Exhibit A Response  Item D: OFS is a private company and   Requests Annual sales not be disclosed    3 201 4 Same document.   15,17,19,Section 3.3 Marketing and Sales  21,23,25 Item K. Annual sales and top 10 agency   27,29,31,33 purchases. OFS requests that annual   202 1 and sales to top agencies not be disclosed.    3 202 27 Same document.  OFS requests that Guaranteed Sales not   be disclosed              ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        Appendix C, DOC # 6 QUESTIONNAIRE Please provide responses to the following questions that address your company’s operations, organization, structure and processes for providing products and services. 1. Diversity Programs • Do you currently have a diversity program or any diversity partners that you do business with? Yes No (If the answer is yes, attach a statement detailing the structure of your program, along with a list of your diversity alliances and a copy of their certifications.) 2. Diverse Vendor Certification Participation Region 4 ESC encourages the use of under-utilized businesses (HUB), minority and women business enterprises (MWBE), and small and/or disadvantages business enterprises (SBE) both as prime and subcontractors. Offerors shall indicate below whether or not they and/or any of their subcontractors (and if so which) hold certification in any of the classified areas and include proof of such certification with their response. a. Minority Women Business Enterprise Respondent certifies that this firm is an MWBE Yes No List certifying agency: _______________________________________________ b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Respondent certifies that this firm is a SBE or DBE Yes No List certifying agency: _______________________________________________ c. Historically Underutilized Businesses (HUB) Respondent certifies that this firm is a HUB Yes No List certifying agency: _______________________________________________ d. Historically Underutilized Business Zone Enterprise (HUBZone) Respondent certifies that this firm is a HUBZone Yes No List certifying agency: _______________________________________________ e. Other Respondent certifies that this firm is a recognized diversity Yes No certificate holder List certifying agency: _______________________________________________ 3. Has Offeror made and is Offeror committed to continuing to take all affirmative steps set forth in 2 CFR 200.321 as it relates to the scope of work outlined in this solicitation? Yes No 364 of 369 Diversity Program  Diversity Programs    OFS Brands relies on our dealer diversity partners to provide services. We  plan to offer this partnership through OMNIA. While OFS Brands  manufactures the products, the dealers serve as our subcontractor to  provide an array of services including installation, design, reconfiguration,  asset inventory management, reupholstery,  and storage. Our dealer diversity partners nationally are all categorized as  small businesses by the SBA.     OFS Brands has 16 dealers that are certified as Texas Historically  Underutilized Businesses (HUB). The certificates were verified through   https://mycpa.cpa.state.tx.us/tpasscmblsearch/tpasscmblsearch.do   which is the site of Texas Comptroller of Public Accounts and the desk of  Glenn Hegar with signatures from Paul Gibson and Laura Cagle-Hinojosa.  Additional certifications were provided by the South Central Texas  Regional Certification Agency.    1. Workplace Resource LLC  2. Texas Wilson Office Furniture  3. Nelson Interiors LLC  4. Office Source LTD- Austin  5. Office Source LTD- San Antonio  6. Facility Interiors Inc.  7. Shelton- Keller Group Inc.  8. Total Office Solutions  9. G.L. Seaman & Company  10. Navajo Office Products LLC  11. Ables-Land Inc.  12. BKM Total Office of Texas LLC  13. Built for Dreams Inc. (listed at State web site as HUB, certificate not  received)  14. Austin Business Furniture  15. Kay Davis Associates LLC  16. Intelligent Interiors Inc.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        365 of 369 Diversity Program  Please note that the services accessible through our partnership will be  offered to OMNIA at the same pricing available from OFS Brands.      ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        366 of 369 Appendix C ​ADDITIONAL REQUIRED DOCUMENTS DOC #1 Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy DOC #2 Antitrust Certification Statements (Tex. Government Code § 2155.005) DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) DOC #4 Texas Government Code 2270 Verification Form DOC #5 Special Conditions DOC #6 Questionnaire DOC #7 For applicable construction/reconstruction/renovation and related services, a bid guarantee is required not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in Texas and authorized to underwrite bonds in the amount of the bid bond. 367 of 369 Addendum 2. Appendix C. Document 7    DOC #7 For applicable construction/reconstruction/renovation and  related services, a bid guarantee is required not less than five percent  (5%) of the total bid. Surety shall provide a copy of the Power of  Attorney authorizing the Executing Agent the authority to execute the  bid bond documents and bind the Surety to the bid bond conditions.  The bid bond shall have a corporate Surety that is licensed to conduct  business in Texas and authorized to underwrite bonds in the amount of  the bid bond.    OFS response to this RFP does not include  construction/reconstruction/renovation and therefore a bond is not  included.    ofs.com  1204 East Sixth Street  Huntingburg, IN 47542  800.521.5381        368 of 369 RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #76-665-1 with Metropolitan Van and Storage Inc., a corporation, in an amount not to exceed $300,000, to provide moving and storage services of heavy furniture and equipment at Contra Costa Regional Medical Center (CCRMC) and Contra Costa Health Centers, for the period October 1, 2021 through September 30, 2023. FISCAL IMPACT: Approval of this contract will result in budgeted expenditures of up to $300,000 for a two year period and will be funded 100% by Hospital Enterprise Fund I revenues. (No rate increase) BACKGROUND: CCRMC and Contra Costa Health Centers have been contracting with Metropolitan Van and Storage Inc. since October 2019 to provide moving and storage services of furniture and equipment as required by CCRMC and Contra Costa Health Centers staff. On September 24, 2019, the Board of Supervisors approved Contract #76-665 with Metropolitan Van and Storage Inc. in an amount not to exceed $300,000 to provide APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5501 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: E Suisala , M Wilhelm C. 97 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #76-665-1 with Metropolitan Van and Storage Inc. BACKGROUND: (CONT'D) moving and storage services of furniture and equipment for CCRMC and Contra Costa Health Centers, for the period October 1, 2019 through September 30, 2021. Approval of Contract #76-665-1 will allow the contractor to continue providing moving and storage services through September 30, 2023. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, CCRMC and Contra Costa Health Centers will not have access to this contractor’s services to move, store or transport furniture and equipment as needed by the facilities. RECOMMENDATION(S): APPROVE and AUTHORIZE the Conservation and Development Director, or designee, to execute an interagency agreement with The Regents of the University of California, including modified indemnification language, in an amount not to exceed $58,235 to conduct a carbon sequestration feasibility study being developed by the Department of Conservation and Development through a grant from the California Strategic Growth Council. FISCAL IMPACT: The cost of this interagency agreement will be paid from the Sustainable Agricultural Lands Conservation grant from the California Strategic Growth Council. (90% grant funds; 5% local match funds; 5% local in-kind match) BACKGROUND: On August 11, 2020, the Board of Supervisors authorized the Director of the Department of Conservation and Development (DCD), or designee, to apply for and accept a $250,000 State of California Department of Conservation Sustainable Agricultural Lands Conservation grant to fund a carbon sequestration feasibility study of the different land uses in Contra Costa County, as recommended by the Sustainability Committee. The Board also authorized the DCD Director, or designee, to execute a Sustainable Agricultural Lands Conservation grant agreement with the State of California, Department of Conservation, and related APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jody London - 925-655-2815 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C. 98 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:Interagency agreement with the Regents of the University of California BACKGROUND: (CONT'D) documents in connection with the grant agreement to accept Sustainable Agricultural Lands Conservation grant funds. The Board further authorized DCD to pay the $12,500 local match from the General Fund revenues allocated to the Sustainability function, in accordance with the requirements of the grant agreement. On January 21, 2021, DCD received notification from the California Department of Conservation that our grant application was approved. Our project – Healthy Lands, Healthy People: A Carbon Sequestration Feasibility Study – includes as partners the Contra Costa Resource Conservation District and the University of California Cooperative Extension (UCCE). The three partner agencies will each perform a portion of the work to implement the grant and will spend a proportionate share of the funds. The County will serve as the fiscal agent and will receive $16,330. The County will submit all invoices and quarterly and final reports to the State and will serve as the primary contact with the State for purposes of this project. The County will enter into agreements with the partners and contractors for the work that will occur under this project. As described in the Grant Agreement between the State and the County, the County will ensure that project partners are on time and on task for their commitments to this project. The Resource Conservation District will receive $52,060. CCRCD will participate on the steering team conducting outreach efforts as part of the project. CCRCD will identify and analyze the carbon sequestration potential of all applicable Contra Costa County agricultural lands as identified by the County, including the potential to support a range of carbon sequestering management practices. Additionally, CCRCD will develop an urban farm carbon sequestration plan. The UC Cooperative Extension will receive $58,235. UCCE will play a lead role in engaging the community and enhancing local understanding of the importance of carbon sequestration through urban and peri-urban farms and gardens, and what practices can promote improved soil health in the process. UCCE will produce a video explaining carbon sequestration, in both English and Spanish. UCCE will work closely with other agencies, land trusts, park districts, and community-based groups and will make significant attempts to reach historically underserved communities. UCCE will contribute to the preparation of the feasibility study report. A contractor will also be retained to perform work on the project. The consultant is budgeted for $135,875, of which $12,500 will be covered by the matching funds from DCD. The DCD Director has executed the grant agreement with the State, as authorized by the Board, as well as an interagency agreement with the Resource Conservation District. The proposed agreement includes a mutual indemnification provision which provides that each party will defend and indemnify the other for injuries or losses arising out of the performance of the agreement. CONSEQUENCE OF NEGATIVE ACTION: Failure to authorize the contract with the modified indemnification language would result in the County not being able to meet its commitments to the State that are part of the SALC grant. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #23-398-16 with RHD Healthcare Consulting, Inc., a corporation, in an amount not to exceed $319,908 to provide consultation and technical assistance on billing, privacy and related regulatory issues for the Health Services Department, for the period from October 1, 2021 through September 30, 2022. FISCAL IMPACT: This contract will result in annual expenditures of up to $319,908 and will be funded 100% by Hospital Enterprise Fund I revenues. (Rate increase) BACKGROUND: This contract meets the business needs of the County by providing consultation and technical assistance to the Health Services Department with regard to compliance of Medicare and Medi-Cal rules and regulations covering reimbursement for patient services, including guidelines related to fraud and abuse, and to ensure compliance with HIPAA privacy regulations. This contractor has been providing services to the Health Services Department since October 1, 2006. On September 8, 2020, the Board of Supervisors APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Patrick Godley, 925-957-5405 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Marcy Wilhelm C. 99 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #23-398-16 with RHD Healthcare Consulting, Inc. BACKGROUND: (CONT'D) approved Contract #23-398-15 with RHD Healthcare Consulting, Inc., in an amount not to exceed $304,668 to provide professional consultation and technical assistance to the Health Services Director with regard to compliance of Medicare and Medi-Cal rules and regulations covering reimbursement for patient services, including guidelines related to fraud and abuse, and to ensure compliance with HIPAA privacy regulations, for the period from October 1, 2020 through September 30, 2021. Approval of Contract #23-398-16 will allow this contractor to continue to provide services through September 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved the County will not be able to continue compliance of Medicare and Medi-Cal rules and regulations covering reimbursement for patient services. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Novation Contract #74-554-5 with NAMI Contra Costa, a non-profit corporation, in an amount not to exceed $618,000, to provide a Family Volunteer Network Program to support families, significant others, and loved ones of consumers experiencing mental health issues, for the period from July 1, 2021 through June 30, 2022, which includes a six-month automatic extension through December 31, 2022, in an amount not to exceed $309,000. FISCAL IMPACT: Approval of this contract will result in budgeted expenditures of up to $618,000 for FY 2021-2022 and will be funded 100% by Mental Health Services Act (MHSA). (No rate increase) BACKGROUND: The Behavioral Health Services Department has been contracting with NAMI Contra Costa since January 2018 to provide consultation and support to the Family Volunteer Network Program to support families in Contra Costa County who have loved ones with severe and persistent mental illness. This program addresses the unique needs of the participants in developing coping strategies and handling challenges posed by mental illness within their families. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Suzanne Tavano, Ph.D, 925-957-5169 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: E Suisala , M Wilhelm C.100 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Novation Contract #74-554-5 with NAMI Contra Costa BACKGROUND: (CONT'D) On July 28, 2020, the Board of Supervisors approved Novation Contract #74-554-4 with NAMI Contra Costa, in an amount not to exceed $618,000 for the provision of support to the County’s Family Volunteer Network Program for the period from July 1, 2020 through June 30, 2021, which included a six-month automatic extension through December 31, 2021, in an amount not to exceed $309,000. Approval of Novation Contract #74-554-5 replaces the automatic extension under the prior contract and allows the contractor to continue providing services through June 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, families will not receive the support they need from this vendor to support loves ones with mental illness. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #74-470-8 with Arianne Ferguson, M.D., an individual, in an amount not to exceed $209,664, to provide outpatient psychiatric care services to mentally ill older adults in Central Contra Costa County, for the period from September 1, 2021 through August 31, 2022. FISCAL IMPACT: Approval of this contract will result in budgeted annual expenditures of up to $209,664 and will be funded 100% by Mental Health Realignment. (No rate increase) BACKGROUND: The Behavioral Health Division has been contracting with Arianne Ferguson, M.D., since September 1, 2014 to provide outpatient psychiatric care to mentally ill adults in Central Contra Costa County. On June 16, 2020, the Board of Supervisors approved Contract #74-470-7 with Arianne Ferguson, M.D., in the amount not to exceed $209,664 to provide outpatient psychiatric care to mentally ill adults in Central APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Suzanne Tavano, Ph.D, 925-957-5201 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alaina Floyd, marcy.wilham C.101 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #74-470-8 with Arianne Ferguson, M.D. BACKGROUND: (CONT'D) Contra Costa County, for the period from September 1, 2020 through August 31, 2021. Approval of Contract #74-470-8 will allow the contractor to continue providing psychiatric services through August 31, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the County’s clients will not have access to this contractor’s psychiatric care services. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent or designee, to execute, on behalf of the Public Works Director, an amendment to purchase order #018296 with Southern Counties Fuels, effective September 7, 2021, to increase the payment limit by $1,300,000 to a new payment limit of $2,600,000 and extend the term from December 31, 2021 through December 31, 2022, for fuel. Countywide. FISCAL IMPACT: This cost is to be 100% funded through Fleet Services Internal Service Fund. BACKGROUND: Public Works operates the fueling station on Waterbird Way in Martinez. Fuel for the station is purchased when needed based on daily bids from fuel distributors. To ensure availability of fuel when needed, we currently have purchase orders with four vendors. Southern Counties Fuels has been our primary fuel vendor based on their daily bids being the lowest. The amendment will extend the term from December 31, 2021 through December 31, 2022 and add $1,300,000 to the current contract limit of $1,300,000. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Ted Lavelle (925) 313-7077 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.102 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Purchase Order Amendment with Southern Counties Fuels BACKGROUND: (CONT'D) This amendment is needed to ensure the County has access to the contractor's services through the term of the purchase order. The increase in purchase order limit will be used as needed, with no minimum amount that must be used. CONSEQUENCE OF NEGATIVE ACTION: If this purchase order is not approved, the purchase of fuel from Southern Counties Fuels will discontinue. RECOMMENDATION(S): APPROVE and AUTHORIZE the Conservation and Development Director, or designee, to execute a contract amendment with FCS International, Inc. (dba FirstCarbon Solutions/Michael Brandman Associates) to extend the term from December 31, 2021 through December 31, 2022 and increase the payment limit by $68,894 to a new payment limit of $293,473 for environmental impact report preparation services for the CenterPoint warehouse project in the North Richmond area. (County File #CDDP18-03007) FISCAL IMPACT: No impact to the County General Fund. The contract is 100% funded by the applicant. BACKGROUND: In July 2019, the Department of Conservation and Development (DCD) entered into a contract with FCS to provide technical assistance and services to DCD related to the CenterPoint warehouse project. The contract amendment is necessary to provide additional Air Quality and Greenhouse Gas analysis, as well as review of a revised Operational Health Risk Assessment. This amendment will allow the contractor to continue to prepare the Environmental Impact Report for the project. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Francisco Avila, 925-655-2866 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.103 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:Contract Amendment with FirstCarbon Solutions for EIR Preparation Services for the CenterPoint Warehouse Project CONSEQUENCE OF NEGATIVE ACTION: If the proposed contract amendment is not approved, the contractor would not be able to complete the Environmental Impact Report. ATTACHMENTS Amendment Specifications Attachment A Revised Budget L-7 Form, Contract Amendment Agreement CenterPoint Amendment Request C46483 Amendment Specifications Under its Contract with the County, FCS International, Inc. dba FirstCarbon Solutions/Michael Brandman Associates (“Contractor”) is preparing an Environmental Impact Report (EIR) for the “CenterPoint Properties warehouse Project” (DP18-3007) (“Project”). To address the analysis of a Two Warehouse Project with a preferred Single Warehouse Alternative, the County will require the Contractor to perform additional peer reviews of the related technical studies. The Contractor may utilize Subcontractor Fehr and Peers to conduct a peer review of the Vehicles Miles Traveled (VMT) and Level of Service Technical Memoranda prepared by Kittelson for the Single Warehouse Alternative. The County and Contractor therefore agree to amend the Contract, as follows: 1. Section 4 (Payment Limit) is hereby amended to increase the payment limit by $68,894, from $224,579 to a new total payment limit of $293,473. 2. Section 3 (Term) is hereby amended to extend the termination date from December 31, 2021, to December 31, 2022. 3. Section II (Scope of Work) of the Service Plan is hereby amended, adding Task 3.4, to read as follows: Task 3.4: Additional Tasks Related to Peer Review Services Contractor spent additional time not previously contemplated by the parties in the preparation of the Air Quality, Greenhouse Gas Emissions, and Operational Health Risk Assessment analyses for the CenterPoint Properties EIR. The additional tasks included meetings, calls, coordination, and additional peer reviews of technical studies. 4. Section II (Scope of Work) of the Service Plan is hereby amended, adding Task 4.5A, Task4.5B, Task 4.5C, and Task 4.5D, to read as follows: Task 4.5A: Additional Tasks Related to Transportation Engineering Services (Fehr & Peers – Review of VMT analysis). Contractor shall require Fehr & Peers to conduct a peer review of Kittelson’s VMT analysis, including relevant back-up data and technical appendices, to assess the appropriateness and accuracy of the information, as well as to assess whether the scope of the impact analysis is adequate based on the size of the project, typical Contra Costa County transportation impact study scoping practices, and new CEQA analysis requirements posed by Senate Bill 743. Specifically, Contractor shall require Fehr & Peers to address the following: Initials: __________ ___________ Contractor County Dept. (Page 1 of 3) • Adequacy of the VMT analysis to meet CEQA needs based on published guidance from state and local agencies (e.g., OPR’s Technical Advisory, guidance from the CCTA Working Group). • Consistency with other VMT analysis in the North Richmond area for similar projects. • Identification of project impacts in relation to significance criteria, and use of appropriate significance criteria for Contra Costa County. • Adequacy and feasibility of the proposed mitigation measures, including physical and operational characteristics. Task 4.5B: Peer Review of LOS Analysis Contractor shall require Fehr & Peer to conduct a peer review of Kittelson’s intersection Level of Service analysis, including relevant back-up data and technical appendices, to assess the appropriateness and accuracy of the information, as well as to assess whether the scope of the LOS analysis is adequate based on the size of the project, level of trip generation, and typical Contra Costa County transportation impact study scoping practices. Specifically, Contractor shall require Fehr & Peers to review and assess the following items: • Adequacy of the existing conditions data. • Accuracy of the existing roadway network information, including intersection geometries. • Daily and peak hour trip generation estimates, and trip distribution assumptions. • Adequacy of the intersection analysis study area and analysis time periods. • Accuracy of intersection level of service calculations. Task 4.5C: Documentation Contractor shall require Fehr & Peers to prepare a brief technical memorandum summarizing the results of the peer review. They will respond to one round of editorial comments prior to finalizing the document. Task 4.5D: Meetings Contractor shall make Fehr & Peers available to participate in two conference calls with County staff and the project team to discuss the results of our peer review and recommendations. Additional meetings or calls can be attended on a time and materials basis. 5. Section II (Scope of Work) of the Service Plan is hereby amended, adding Additional Task 15 to read as follows: Task 15: Updates to EIR to Reflect Current (April 2021) Information Initials: __________ ___________ Contractor County Dept. (Page 2 of 3) Contractor spent additional time not previously contemplated by the parties to confirm and update the footnotes and text within the EIR, as some of the information had become outdated since project initiation in August 2019. Similarly, the cumulative projects list and dates for the exhibits were updated to reflect current (April 2021) information. 6. Section II (Scope of Work) of the Service Plan is hereby amended, adding Additional Task 16 to read as follows: To address the analysis of a Single Warehouse Alternative in the Alternatives Analysis section of the EIR, Contractor attended coordination meetings, participated in coordination calls, and engaged in additional coordination via email to discuss approach and methodologies for the analysis. Contractor conducted additional peer reviews of technical studies related to Air Quality, Greenhouse Gas, and Noise analyses. Lastly, Contractor prepared a robust analysis for the Single Warehouse Building Alternative, incorporating the results of the technical studies prepared by PlaceWorks and Kittelson. This task includes the preparation of supporting exhibits for the Single Warehouse Alternative and additional coordination time with the County, Fehr & Peers, PlaceWorks, Kittelson, and the applicant team. 7. Section III (Payment Provisions), subsection A.3 (budget) of the Service Plan is hereby amended to read: Budget. Contractor shall complete the work described in Section II (Scope of Work) for an amount not to exceed $293,473, in accordance with the budget set forth in Attachment A (Revised Budget, September 8, 2021), attached hereto and incorporated herein by reference. 8. Section III (Payment Provisions), subsection A.4 (Payment Limit) of the Service Plan is hereby amended to read: Payment Limit. The County’s total payments to Contractor under this Contract shall not exceed payment of $293,473. 9. Attachment A to the Service Plan is hereby deleted in its entirety and replaced with the revised Attachment A (Revised Budget, September 8, 2021), attached hereto and incorporated herein by reference. All other Contract terms remain unchanged and in full force and effect. Initials: __________ ___________ Contractor County Dept. (Page 3 of 3) Attachment A Revised Budget 560 Brookside (CenterPoint) Task Fee Task 1: Project Initiation $2,500 Task 2: NOP and Scoping Meeting $4,390 Task 3: Peer Review $1,130 Task 3.1: Additional Tasks Related to Air Quality and Greenhouse Gas Emissions $9,185 Task 3.2: Peer Review of Historical Resources Assessment Report $1,853 Task 3.3: Additional Tasks Related to Transportation Engineering Services $10,956 Task 3.4: Additional Tasks Related to Peer Review Services $17,040 Task 4: Administrative Draft EIR $40,300 Task 4.1: AQ and GHG Emissions $9,100 Task 4.2: Biological Resources Analysis $5,880 Task 4.3: Cultural Resources Analysis $2,305 Task 4.4: Noise Analysis $7,755 Task 4.5: Transportation Analysis $27,968 Task 4.5A through 4.5D Additional Tasks Related to Transportation Engineering Services (Fehr & Peers) $16,434 Task 5: Screencheck Draft EIR $12,660 Task 6: Draft EIR $4,280 Task 7: Administrative Final EIR $18,960 Task 8: Screencheck Final EIR $6,460 Task 9.1: Final EIR and NOD $3,100 Task 9.2: MMRP $990 Task 10: Index of Documents $3,840 Task 11: Meetings $8,160 Task 12: Management $12,000 Task 13: Findings of Fact $6,900 Task 14: Addition As Needed Services $18,417 Task 15: Updates to EIR to Reflect Current (April 2021) Information $7,620 Task Fee Task 16: Analysis of Single Warehouse Alternative in the EIR 27,750 Total FCS Professional Labor $271549 Direct Costs $21,924 Total FCS Estimated Fee $293,473 Form L-7 (Page 1 of 1) Contra Costa County CONTRACT AMENDMENT AGREEMENT Number: C46483 Standard Form L-7 (Purchase of Services – Long Form) Fund/Org: As coded Revised 2014 Account: Other: 1. Identification of Contract to be Amended. Number: C46483 Effective Date: July 23, 2019 Department: Conservation and Development Subject: Preparation of an EIR for the CenterPoint Project 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: FCS International, Inc., dba FirstCarbon Solutions/Michael Brandman Associates Capacity: Corporation Address: 1350 Treat Blvd., Suite 380, Walnut Creek, CA 94597 3. Amendment Date. The effective date of this Contract Amendment Agreement is September 8, 2021. 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the “Amendment Specifications” attached hereto which are incorporated herein by reference. 5. Signatures. These signatures attest the parties’ agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA BOARD OF SUPERVISORS By: ___________________________________________ Chair/Designee ATTEST: Clerk of the Board of Supervisors By: ___________________________________________ Deputy CONTRACTOR Signature A Name of business entity: FCS International, Inc., dba FirstCarbon Solutions/Michael Brandman Associates By: ___________________________________________ (Signature of individual or officer) ___________________________________________ (Print name and title A, if applicable) Signature B Name of business entity: FCS International, Inc., dba FirstCarbon Solutions/Michael Brandman Associates By: ___________________________________________ (Signature of individual or officer) ___________________________________________ (Print name and title B, if applicable) Note to Contractor: For corporations (profit or nonprofit) and limited liability companies, the contract must be signed by two officers. Signature A must be that of the chairman of the board, president, or vice-president; and Signature B must be that of the secretary, any assistant secretary, chief financial officer or any assistant treasurer (Civil Code Section 1190 and Corporations Code Section 313). All signatures must be acknowledged as set forth on Form L-2. 1 May 25, 2021 Francisco Avila Department of Conservation and Development Contra Costa County 30 Muir Road Martinez, CA 94533 Subject: Requested Augment #2 for the CenterPoint Properties EIR Dear Francisco: FirstCarbon Solutions is requesting an augment to our Scope of Work to cover additional tasks related to the CenterPoint Properties EIR. The additional tasks included meetings, calls, coordination, and additional peer reviews related to the Air Quality, Greenhouse Gas, and Operational Health Risk Assessment analyses. We also spent additional time to confirm and update the footnotes and text within the EIR, as some of the information had become outdated since project initiation in August 2019. Similarly, the cumulative projects list and dates for the exhibits were updated to reflect current (April 2021) information. To address the analysis of a Single Warehouse Alternative in the EIR, FCS attended coordination meetings, participated in coordination calls, conducted additional peer reviews of technical studies related to Air Quality, Greenhouse Gas, and Noise analyses, and prepared a robust analysis for the Single Warehouse Building Alternative, including the preparation of additional supporting exhibits. We have included time for Fehr & Peers to conduct a peer review of the of VMT and LOS Technical Memoranda prepared by Kittelson for the Single Warehouse Alternative. If you have any questions, I can be reached at 415.713.5223, or by email at mbean@fcs-intl.com. Sincerely, Mary Bean, Vice President FirstCarbon Solutions 1350 Treat Boulevard, Suite 380 Walnut Creek, CA 94597 2 CENTERPOINT PROPERTIES EIR Additional Scope of Work Task 1: Additional Tasks Related to the Air Quality, Greenhouse Gas Emissions, and Operational Health Risk Assessment Analyses FCS spent additional time to support the preparation of the Air Quality, Greenhouse Gas Emissions, and Operational Health Risk Assessment analyses for the CenterPoint Properties EIR. The additional tasks included meetings, calls, coordination, and additional peer reviews related to the Air Quality, Greenhouse Gas, and Operational Health Risk Assessment analyses. FCS attended additional coordination meetings with the applicant team and County and engaged in additional coordination (via email and phone conversations) with the County and applicant team’s Air Quality consultants regarding the methodology and approach to the Air Quality, Greenhouse Gas Emissions, and Operational Health Risk Assessment analyses. Task 2: Updates to EIR to Reflect Current (April 2021) Information FCS spent additional time to confirm and update the footnotes and text within the EIR, as some of the information had become outdated since project initiation in August 2019. Similarly, the cumulative projects list and dates for the exhibits were updated to reflect current (April 2021) information. Task 3: Analysis of Single Warehouse Alternative in the EIR To address the analysis of a Single Warehouse Alternative in the Alternatives Analysis section of the EIR, FCS attended coordination meetings, participated in coordination calls, and engaged in additional coordination via email to discuss approach and methodologies for the analysis. FCS conducted additional peer reviews of technical studies related to Air Quality, Greenhouse Gas, and Noise analyses. Lastly, FCS prepared a robust analysis for the Single Warehouse Building Alternative, incorporating the results of the technical studies prepared by PlaceWorks and Kittelson. This task includes the preparation of supporting exhibits for the Single Warehouse Alternative and additional coordination time with the County, Fehr & Peers, PlaceWorks, Kittelson, and the applicant team. Task 4: Additional Tasks Related to Transportation Engineering Services (Fehr & Peers) Task 4A: Peer Review of VMT Analysis Fehr & Peers will conduct a peer review of Kittelson’s VMT analysis, including relevant back-up data and technical appendices, to assess the appropriateness and accuracy of the information, as well as to assess whether the scope of the impact analysis is adequate based on the size of the project, typical Contra Costa County transportation impact study scoping practices, and new CEQA analysis requirements posed by Senate Bill 743. Specifically, Fehr & Peers will review and assess the following items: • Adequacy of the VMT analysis to meet CEQA needs based on published guidance from state and local agencies (e.g., OPR’s Technical Advisory, guidance from the CCTA Working Group). 3 • Consistency with other VMT analyses in the North Richmond area for similar projects. • Identification of project impacts in relation to significance criteria, and use of appropriate significance criteria for Contra Costa County. • Adequacy and feasibility of the proposed mitigation measures, including physical and operational characteristics. Task 4B: Peer Review of LOS Analysis Fehr & Peers will conduct a peer review of Kittelson’s intersection Level of Service analysis, including relevant back-up data and technical appendices, to assess the appropriateness and accuracy of the information, as well as to assess whether the scope of the LOS analysis is adequate based on the size of the project, level of trip generation, and typical Contra Costa County transportation impact study scoping practices. Specifically, Fehr & Peers will review and assess the following items: • Adequacy of the existing conditions data. • Accuracy of the existing roadway network information, including intersection geometries. • Daily and peak hour trip generation estimates, and trip distribution assumptions. • Adequacy of the intersection analysis study area and analysis time periods. • Accuracy of intersection level of service calculations. Task 4C: Documentation Fehr & Peers will prepare a brief technical memorandum summarizing the results of the peer review. They will respond to one round of editorial comments prior to finalizing the document. Task 4D: Meetings Fehr & Peers will be available to participate in two conference calls with County staff and the project team to discuss the results of our peer review and recommendations. Additional meetings or calls can be attended on a time and materials basis. BUDGET FOR ADDITIONAL TASKS Task Fee Task 1: Additional Tasks Related to the Air Quality, Greenhouse Gas Emissions, and Operational Health Risk Assessment Analyses $17,040 Task 2: Updates to EIR to Reflect Current (April 2021) Information $7,670 Task 3: Analysis of Single Warehouse Alternative in the EIR $27,750 Task 4: Additional Tasks Related to Transportation Engineering Services (Fehr & Peers) $16,434 TOTAL $68,894 RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with LSA Associates, Inc., effective September 14, 2021, to extend the contract termination date from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. FISCAL IMPACT: There is no fiscal impact as this action is only to extend the contract. Work performed under this on-call is funded by (45%) Local Road and Transportation Funds, (45%) Flood Control Funds, (6%) Capitol Project Funds, and (4%) Airport Enterprise Funds. BACKGROUND: Contra Costa County Public Works Department builds and maintains road infrastructure in unincorporated Contra Costa County, flood control infrastructure within formed drainage areas throughout the County, implements capital projects, and operates two airports (in Concord and Byron). Typical projects include new construction, maintenance and improvements of existing public infrastructure facilities, including but not limited to roadways, airports, bridges, flood control basins and drainages. As a public agency, projects must comply with a number of federal, state, and local environmental APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Shravan Sundaram (925) 313-2366 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Shravan Sundaram, Ave' Brown C.104 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with LSA Associates, Inc. regulations, including but not limited to Federal Highway Administration/California Department of Transportation Requirements, National Environmental Policy Act, National Historical Preservation Act, California Environmental Quality Act, federal Clean Water, federal and state Endangered Species Acts, Porter-Cologne Water Quality Act, East Contra Costa County Habitat Conservation/Natural Community Conservation Plan, as well as with other responsible agency protocols, guidelines, and regulations. The Department has the need for “On-Call Environmental Services” to assist with environmental compliance in support of various Projects. “On-Call Environmental Services” includes but is not limited to, assessment of potential project impacts, documentation of the findings and recommended measures to avoid, minimize, and mitigate potential impacts, and construction monitoring to ensure compliance with applicable environmental regulations and agency permit conditions. The Environmental Services Division needs to re-consider the structure of our on-call contracts for a number of reasons. This extension will allow time to re-consider the Environmental Services Division’s on-call structure without disruption of service. The amendment will extend the contract to the maximum time limit of five years total. BACKGROUND: (CONT'D) This contract includes services provided by represented classifications and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: Without Board approval, environmental compliance may not be completed in a timely manner and necessary environmental clearances may not be obtained, which may jeopardize funding and delay design and construction of various flood control, road, capital projects, airport projects, and necessary maintenance actions. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Nichols Consulting Engineers, CHTD d/b/a NCE, effective September 14, 2021, to extend the contract termination date from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. FISCAL IMPACT: There is no fiscal impact as this action is only to extend the contract. Work performed under this on-call is funded by (45%) Local Road and Transportation Funds, (45%) Flood Control Funds, (6%) Capitol Project Funds, and (4%) Airport Enterprise Funds. BACKGROUND: Contra Costa County Public Works Department builds and maintains road infrastructure in unincorporated Contra Costa County, flood control infrastructure within formed drainage areas throughout the County, implements capital projects, and operates two airports (in Concord and Byron). Typical projects include new construction, maintenance and improvements of existing public infrastructure facilities, including but not limited to roadways, airports, bridges, flood control basins and drainages. As a public agency, projects must comply with a number of federal, state, and local environmental APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Shravan Sundaram (925) 313-2366 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Shravan Sundaram, Ave' Brown C.105 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with Nichols Consulting Engineers, CHTD d/b/a NCE. regulations, including but not limited to Federal Highway Administration/California Department of Transportation Requirements, National Environmental Policy Act, National Historical Preservation Act, California Environmental Quality Act, federal Clean Water, federal and state Endangered Species Acts, Porter-Cologne Water Quality Act, East Contra Costa County Habitat Conservation/Natural Community Conservation Plan, as well as with other responsible agency protocols, guidelines, and regulations. The Department has the need for “On-Call Environmental Services” to assist with environmental compliance in support of various Projects. “On-Call Environmental Services” includes but is not limited to, assessment of potential project impacts, documentation of the findings and recommended measures to avoid, minimize, and mitigate potential impacts, and construction monitoring to ensure compliance with applicable environmental regulations and agency permit conditions. The Environmental Services Division needs to re-consider the structure of our on-call contracts for a number of reasons. This extension will allow time to re-consider the Environmental Services Division’s on-call structure without disruption of service. The amendment will extend the contract to the maximum time limit of five years total. BACKGROUND: (CONT'D) This contract includes services provided by represented classifications and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: Without Board approval, environmental compliance may not be completed in a timely manner and necessary environmental clearances may not be obtained, which may jeopardize funding and delay design and construction of various flood control, road, capital projects, airport projects, and necessary maintenance actions. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with HELIX Environmental Planning, Inc., effective September 14, 2021, to extend the Contract termination date from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. FISCAL IMPACT: There is no fiscal impact as this action is only to extend the contract. Work performed under this on-call is funded by (45%) Local Road and Transportation Funds, (45%) Flood Control Funds, (6%) Capitol Project Funds, and (4%) Airport Enterprise Funds. BACKGROUND: Contra Costa County Public Works Department builds and maintains road infrastructure in unincorporated Contra Costa County, flood control infrastructure within formed drainage areas throughout the County, implements capital projects, and operates two airports (in Concord and Byron). Typical projects include new construction, maintenance and improvements of existing public infrastructure facilities, including but not limited to roadways, airports, bridges, flood control basins and drainages. As a public agency, projects must comply with a number of federal, state, and local environmental APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Alex Nattkemper (925) 313-2364 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alex Nattkemper, Ave' Brown C.106 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with HELIX Environmental Planning, Inc. regulations, including but not limited to Federal Highway Administration/California Department of Transportation Requirements, National Environmental Policy Act, National Historical Preservation Act, California Environmental Quality Act, federal Clean Water, federal and state Endangered Species Acts, Porter-Cologne Water Quality Act, East Contra Costa County Habitat Conservation/Natural Community Conservation Plan, as well as with other responsible agency protocols, guidelines, and regulations. The Department has the need for “On-Call Environmental Services” to assist with environmental compliance in support of various Projects. “On-Call Environmental Services” includes but is not limited to, assessment of potential project impacts, documentation of the findings and recommended measures to avoid, minimize, and mitigate potential impacts, and construction monitoring to ensure compliance with applicable environmental regulations and agency permit conditions. The Environmental Services Division needs to re-consider the structure of our on-call contracts for a number of reasons. This extension will allow time to re-consider the Environmental Services Division’s on-call structure without disruption of service. The amendment will extend the contract to the maximum time limit of five years total. BACKGROUND: (CONT'D) This contract includes services provided by represented classifications and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: Without Board approval, environmental compliance may not be completed in a timely manner and necessary environmental clearances may not be obtained, which may jeopardize funding and delay design and construction of various flood control, road, capital projects, airport projects, and necessary maintenance actions. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with ICF Jones & Stokes, Inc., effective September 14, 2021, to extend the contract termination date from September 14, 2021 through September 14, 2023 for on-call environmental services, with no change to the payment limit of $350,000, Countywide. FISCAL IMPACT: There is no fiscal impact as this action is only to extend the contract. Work performed under this on-call is funded by (45%) Local Road and Transportation Funds, (45%) Flood Control Funds, (6%) Capitol Project Funds, and (4%) Airport Enterprise Funds. BACKGROUND: Contra Costa County Public Works Department builds and maintains road infrastructure in unincorporated Contra Costa County, flood control infrastructure within formed drainage areas throughout the County, implements capital projects, and operates two airports (in Concord and Byron). Typical projects include new construction, maintenance and improvements of existing public infrastructure facilities, including but not limited to roadways, airports, bridges, flood control basins and drainages. As a public agency, projects must comply with a number of federal, state, and local environmental APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Alex Nattkemper (925) 313-2364 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alex Nattkemper, Ave' Brown C.107 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with ICF Jones & Stokes, Inc. regulations, including but not limited to Federal Highway Administration/California Department of Transportation Requirements, National Environmental Policy Act, National Historical Preservation Act, California Environmental Quality Act, federal Clean Water, federal and state Endangered Species Acts, Porter-Cologne Water Quality Act, East Contra Costa County Habitat Conservation/Natural Community Conservation Plan, as well as with other responsible agency protocols, guidelines, and regulations. The Department has the need for “On-Call Environmental Services” to assist with environmental compliance in support of various Projects. “On-Call Environmental Services” includes but is not limited to, assessment of potential project impacts, documentation of the findings and recommended measures to avoid, minimize, and mitigate potential impacts, and construction monitoring to ensure compliance with applicable environmental regulations and agency permit conditions. The Environmental Services Division needs to re-consider the structure of our on-call contracts for a number of reasons. This extension will allow time to re-consider the Environmental Services Division’s on-call structure without disruption of service. The amendment will extend the contract to the maximum time limit of five years total. BACKGROUND: (CONT'D) This contract includes services provided by represented classifications and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: Without Board approval, environmental compliance may not be completed in a timely manner and necessary environmental clearances may not be obtained, which may jeopardize funding and delay design and construction of various flood control, road, capital projects, airport projects, and necessary maintenance actions. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with FCS International, Inc. dba FirstCarbon Solutions, effective September 14, 2021, to extend the Contract termination date from September 14, 2021 through September 14, 2023, and to increase the payment limit by $150,000 to a new payment limit of $500,000 for on-call environmental services, Countywide. FISCAL IMPACT: Work performed under this on-call is funded by (45%) Local Road and Transportation Funds, (45%) Flood Control Funds, (6%) Capital Project Funds, and (4%) Airport Enterprise Funds. BACKGROUND: Contra Costa County Public Works Department builds and maintains road infrastructure in unincorporated Contra Costa County, flood control infrastructure within formed drainage areas throughout the County, implements capital projects, and operates two airports (in Concord and Byron). Typical projects include new construction, maintenance and improvements of existing public infrastructure facilities, including but not limited to roadways, airports, bridges, flood control basins and drainages. As a public agency, projects must comply with a number of federal, state, and local environmental APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Alex Nattkemper (925) 313-2364 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alex Nattkemper, Ave' Brown C.108 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with FCS International, Inc. dba FirstCarbon Solutions. regulations, including but not limited to Federal Highway Administration/California Department of Transportation Requirements, National Environmental Policy Act, National Historical Preservation Act, California Environmental Quality Act, federal Clean Water, federal and state Endangered Species Acts, Porter-Cologne Water Quality Act, East Contra Costa County Habitat Conservation/Natural Community Conservation Plan, as well as with other responsible agency protocols, guidelines, and regulations. The Deptartment has the need for “On-Call Environmental Services” to assist with environmental compliance in support of various Projects. “On-Call Environmental Services” includes but is not limited to, assessment of potential project impacts, documentation of the findings and recommended measures to avoid, minimize, and mitigate potential impacts, and construction monitoring to ensure compliance with applicable environmental regulations and agency permit conditions. The Environmental Services Division needs to re-consider the structure of our on-call contracts for a number of reasons. This extension will allow time to re-consider the Environmental Services Division’s on-call structure without disruption of service. The amendment will extend the contract to the maximum time limit of five years total. BACKGROUND: (CONT'D) This contract includes services provided by represented classifications and the County has met its obligations with the respective labor partner(s). CONSEQUENCE OF NEGATIVE ACTION: Without Board approval, environmental compliance may not be completed in a timely manner and necessary environmental clearances may not be obtained, which may jeopardize funding and delay design and construction of various flood control, road, capital projects, airport projects, and necessary maintenance actions. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract Extension Agreement #23-697-2 with Public Health Foundation Enterprises, Inc., a non-profit corporation, to amend Contract #23-697 (as amended by Extension Agreement #23-697-1), effective September 1, 2021, to increase the payment limit by $99,528, from $774,212 to a new payment limit of $873,740 with no change in the term December 1, 2020 through October 31, 2021. FISCAL IMPACT: Approval of this contract will result in additional expenditures of up to $99,528 and will be funded 100% by Contra Costa County’s Employment and Human Services Department. BACKGROUND: On March 10, 2020, the Board of Supervisors requested that the Governor proclaim a State of Emergency in Contra Costa County (Gov. Code Section 8625) due to COVID-19. The Health Department must use all available preventative measures to combat the spread of COVID-19 which includes testing and vaccine administration. The Department must enter into contracts for these services and competitive bidding requirements are suspended to the extent necessary to address the effects of COVID-19. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Anna Roth, 925-957-2670 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker, M Wilhelm C.109 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract Amendment #23-697-2 with Public Health Foundation Enterprises, Inc. BACKGROUND: (CONT'D) COVID-19 Adult Ambassador Program promotes testing and community best practices for safety, primarily in areas that are underserved or experiencing a surge in cases. The Program assists the County in meeting State requirements in outreach and testing. On December 15, 2020, the Board of Supervisors approved Contract #23-697 with Public Health Foundation Enterprises, Inc., in an amount not to exceed $774,212 for the provision of COVID-19 Adult Ambassador Program, for the period December 1, 2020 through June 30, 2021. On April 20, 2021, the Board of Supervisors approved Extension Agreement #23-697-1 to extend the termination date form June 30, 2021 to October 31, 2021 with no change in the payment limit of $774,212. Approval of Amendment Agreement #23-697-2 will provide the funding needed to continue the COVID-19 Adult Ambassador Program through October 31, 2021, and support ongoing promotion efforts for testing and community best practices. CONSEQUENCE OF NEGATIVE ACTION: If this amendment is not approved, this contractor will not be able to continue to provide COVID-19 Adult Ambassador Program services. CHILDREN'S IMPACT STATEMENT: The recommendation supports the following children's outcome(s): Families that are Safe, Stable and Nurturing; and Communities that are Safe and Provide a High Quality of Life for Children and Families. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute the Solar PV Operation and Maintenance Agreement with Borrego Solar Systems, Inc., in an amount not to exceed $71,149.25 for the Solar Photovoltaic Installation at West County Detention Facility, 5555 Giant Highway, Richmond, for the Sheriff-Coroner’s Office for the period September 7, 2021 through September 6, 2026. FISCAL IMPACT: General Funds were used for the purchase of Solar Photovoltaic panels from the existing Power Purchase Agreement. Accumulated expenditures paid by the County General Fund will be offset by future utility savings from owning the system outright over the next 11 years. General Funds will also be used to provide operations and maintenance services at WCDF. BACKGROUND: On October 13, 2020, County’s Board of Supervisors approved the Power Purchase Agreement with Main Street Power Company, Inc., which was subsequently assigned to MEP CO II, LLC (MEP) for the purchase of photovoltaic APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Ramesh Kanzaria 925-957-2468 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.110 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Execution of Operation & Maintenance Services Agreement for the Solar Photovoltaic System at WCDF, 5555 Giant Highway, Richmond BACKGROUND: (CONT'D) panels at WCDF, 5555 Giant Highway, Richmond, and the sale of all electricity produced by the panels to the County. Borrego Solar Systems, Inc. has been providing operation and maintenance services for other County owned MEP sites. The agreement for these services will ensure the system is maintained and operated to maximize electric generation output, maintain system integrity and safety, minimize downtime and prolong system life. The cost of the service will be $14,229.85 per year with a total of $71,149.25, over the initial five-year term. CONSEQUENCE OF NEGATIVE ACTION: If the Agreement is not executed, the solar system will not be maintained or provide the projected economic and environmental benefits. ATTACHMENTS Solar PV Operation and Maintenance Agreement County 6-18-21 Rev. 2019.01 1 Solar PV Operation and Maintenance Agreement This Solar PV Operation and Maintenance Agreement (this “Agreement”), is made and entered into as of _______, 2021 (the “Effective Date”) by and between Contra Costa County (“Owner”) and Borrego Solar Systems, Inc., a California corporation (“Contractor”). Owner and Contractor are at times referred to individually as a “Party” and together as the “Parties”. WHEREAS, Owner wishes to retain Contractor to provide operation and maintenance services for Owner’s photovoltaic, solar electric power system(s) (each a “System,” collectively, the “Systems”) located at one or more sites identified in Exhibit A (the “Site” or “Sites”), and Contractor wishes to provide such services for the consideration set forth herein. NOW, THEREFORE, the Parties hereby agree as follows: 1. Documents Comprising This Agreement This Agreement consists of the terms and conditions set forth in this Agreement and the following exhibits attached hereto, which are hereby incorporated herein by this reference and made a part of this Agreement: Exhibit A: SITE(S), SYSTEM(S), AND SERVICE FEE(S) (and any Schedules attached thereto) Exhibit B: MAINTENANCE SCOPE OF SERVICES Exhibit C: SITE INFORMATION TEMPLATE FORM 2. Term of Agreement Unless terminated earlier in accordance with Section 9 (Termination) below, this Agreement shall commence on the date first set forth above and continue for a period of five (5) years (the “Initial Term”, and together with any extensions thereof, the “Term”). After the Initial Term, unless this Agreement has otherwise been terminated, the Term shall automatically be extended for one (1) year at each anniversary of the Initial Term 3. Scope of Services a. Contractor will perform the services set forth in Exhibit B (Maintenance Scope of Services) (the “Maintenance Scope of Services”). b. Contractor shall provide at its sole cost and expense all tools and equipment needed to perform the Maintenance Scope of Services, except for any exclusions set forth in Section 4 of Exhibit A. c. Contractor will use reasonable efforts to assist Owner with any manufacturer warranties for modules, inverters, transformers, switchgear as part of the Maintenance Scope of Services. However, Contractor’s obligations under this Section 3(c) specifically exclude providing any legal assistance to Owner or incurring any other additional costs associated with enforcing any warranty. If Owner wishes to have Contractor initiate any warranty claims with respect to any County 6-18-21 Rev. 2019.01 2 other equipment on a System it shall be considered Additional Services under Section 4 of this Agreement. 4. Additional Services a. Owner and Contractor may agree from time to time that Contractor will provide services beyond the Maintenance Scope of Services as set forth in a Work Order (“Additional Services”). In such event Owner shall compensate Contractor in accordance with the terms of a Work Order. b. Owner shall notify Contractor via telephone or electronically (email/portal) of any requests for Additional Services. Either Owner or Contractor shall then initiate a written Work Order substantially in the form set forth in Schedule 1 to Exhibit A setting forth the scope of Additional Services and costs associated with the Additional Services (the “Work Order”) for submission to the other Party. c. Contractor shall not proceed with any Additional Services, and County shall not be obligated to pay therefor, until Contractor and Owner have agreed on the scope and cost of such Additional Services and Owner and Contractor have signed a Work Order. d. With respect to any Additional Services, Contractor shall procure, at Owner’s expense, all replacement parts, System components and equipment attached to, part of or constituting a System (together, the “Replacement Components”) necessary for the performance of the Additional Services; provided, however, if any such Replacement Components are required as a result of Contractor’s negligence then Contractor shall procure such Replacement Components at Contractor’s expense. In the event of a warranty claim with regard to total module output, any module testing required shall be documented and paid for in a Work Order as an Additional Service. 5. Standard of Services a. Contractor shall perform the Maintenance Scope of Services and Additional Services (collectively “Services”) in accordance with applicable laws and orders or directives of governmental authorities having jurisdiction over the System and according to standards of care and diligence normally practiced by or approved by a significant portion of the solar operation and maintenance firms in performing services of a similar nature with respect to solar generation projects of similar size and nature in jurisdictions in which the Services will be performed and that, in the exercise of reasonable judgment in light of the facts known is reasonable, provided that notwithstanding the foregoing, Contractor is not obligated to use optimum practices or methods to the exclusion of all others, but rather to use a spectrum of reasonable and prudent practices and methods that take into consideration the conditions specific to the applicable Site(s) and System(s). b. Contractor warrants to Owner that the Services shall be free from workmanship defects for a period of one (1) year from the date such Service was provided. c. Contractor shall perform all Services shall be performed by qualified technical personnel. County 6-18-21 Rev. 2019.01 3 d. All Services performed or provided on the Site shall be in compliance with federal Occupational Safety and Health Administration (OSHA) regulations and laws. Contractor is responsible for all safety precautions and programs in performance of the Services, provided, however, if Owner deems any part of the Services unsafe under OSHA regulations, Owner may require Contractor to stop performance of the Services and/or take corrective measures necessary to comply with the requirements of OSHA or any other regulating authority. e. Contractor shall perform the Services in accordance with all applicable laws (including any prevailing wage or other similar labor requirements), and the provisions of this Agreement. f. Contractor will use commercially reasonable efforts to assist Owner with any manufacturer warranties for modules, inverters, transformers, switchgear as part of the Maintenance Scope of Services, and such work and effort shall include the prosecution and reasonable enforcement of such warranties necessary or appropriate to service, repair and/or replace such modules, inverters, transformers, switchgear. However, Contractor’s obligations under this Section 5(f) specifically exclude providing to Owner any legal assistance or other technical assistance where Contractor would be required to perform Additional Services associated with reasonably enforcing any warranty unless a Work Order therefor is entered into. If Owner wishes to have Contractor initiate any warranty claims with respect to any equipment on a System other than as set forth in the first sentence of this Section 5(f), it shall be considered Additional Services under Section 4 of this Agreement. 6. Use of Subcontractors With the prior written consent of Owner, Contractor may engage subcontractors (“Subcontractors”) as it deems advisable for the purpose of performing or carrying out any of its obligations under this Agreement; provided, however, that no such engagement shall relieve Contractor of any of its obligations or liabilities under this Agreement. As between Owner and Contractor, Contractor is solely responsible for the acts, omissions or defaults of its Subcontractors and their agents, representatives and employees. Nothing in this Agreement shall be construed to create any contractual relationship between Owner and any Subcontractor. 7. Owner’s Responsibilities a. Owner shall provide Contractor, its Subcontractors, and their respective agents and employees with reasonable access to the System and the Site during reasonable times and without prior notice as required for the performance of Contractor’s duties under this Agreement. Contractor will use reasonable efforts to schedule normal, routine maintenance in advance with the Owner, landlord or property manager of each Site. At Owner’s request, Contractor will inform Owner of all Site visits that have taken place. b. Owner shall ensure that, prior to commencement of the Maintenance Scope of Services, each Site and System shall comply with all local, state and federal County 6-18-21 Rev. 2019.01 4 regulations, and shall meet industry standards for civil, mechanical and electrical design and installation/construction without material defects. d. Owner shall provide Contractor with all vendor manuals, spare parts lists, project data books and drawings which are provided to Owner pursuant to any project agreement or by any other contractor responsible for construction, installation, repair or maintenance of the Site(s) or System(s) or a part thereof. Contractor shall be entitled to rely upon such information in performance of the Services. To the extent Owner does not provide such information or such information is incorrect or defective, then Contractor shall be entitled to revise or amend the Maintenance Scope of Services and/or the annual fee set forth in Section 3 of Exhibit A (Sites, Systems and Service Fees). Owner shall also provide Contractor with copies of all project agreements and any amendments thereto and any other documents that define the Site or the System’s operating requirements. e. Owner shall (i) have a data acquisition system (“DAS”) in place for each System(s); (ii) have subscription(s) in place to maintain the DAS (both at Owner’s expense); and (iii) provide Contractor with access to the DAS for the Term of this Agreement. f. Owner shall timely respond to Contractor’s communications and requests for information. 8. Payment Terms a. Owner shall pay Contractor according to the fees set forth in Exhibit A Sites, Systems and Service Fees), inclusive of the annual escalation charges over the Term of the Agreement, for the Services provided by Contractor. b. Annual O&M Fees: Contractor will invoice Owner (via email) for the annual fee set forth in Section 3 of Exhibit A (Sites, Systems and Service Fees) on the date Owner has delivered written notice to Contractor in a form substantially similar to the notice set forth on Schedule 2 to Exhibit A (the “System Commencement Date”), and thereafter on each anniversary of each System Commencement Date. c. Fees for Additional Services/Components: Contractor will invoice Owner (via email) monthly for Additional Services/Components as set forth in Work Orders. d. Full payment on all invoices is due within thirty (30) calendar days of Owner’s receipt of the invoice (the “Due Date”). A finance charge of the lesser of (i) 1.50% per month (18% per annum) or (ii) the maximum amount allowed by law, shall apply to all unpaid invoices past the Due Date. e. The prevailing party in any lawsuit or legal proceeding arising out of this Agreement shall be entitled to recover its attorneys’ fees and costs. 9. Termination a. For Convenience: County 6-18-21 Rev. 2019.01 5 i. Either Party may terminate this Agreement for convenience upon sixty (60) days written notice to the other Party. If the Agreement is terminated under this Section 9(a)(i), Owner shall pay Contractor for all Additional Services performed up to and including the date of termination.. Contractor shall refund to Owner any paid but unearned fees. ii. Either Party may terminate this Agreement immediately if the other Party has filed a voluntary petition in bankruptcy, is the subject of an involuntary petition in bankruptcy, has been adjudicated as bankrupt or insolvent, or has made an assignment for the benefit of creditors. b. For Cause: Either Party may terminate this Agreement for default upon written notice if a Party breaches a material term of this Agreement and fails to cure such material breach within thirty (30) days of written notice from the other Party. 10. Force Majeure a. Notwithstanding any other provision of this Agreement, each Party’s obligations under this Agreement shall be suspended by any Force Majeure Event (as defined below) if and to the extent that such Party is prevented or delayed from performing by reason of the Force Majeure Event. In every instance of a Force Majeure Event, (i) the suspension of performance shall be of no greater scope and of no longer duration than is necessarily caused by the Force Majeure Event and required by any remedial measures, (ii) no obligations of any Party that arose before the occurrence of such causes shall be excused as the result of the occurrence, and (iii) each Party shall use commercially reasonable efforts to remedy its inability to perform. If the performance by either Party of its obligations under this Agreement is affected by any Force Majeure Event, such Party shall notify the other Party in writing within five (5) business days after the initial occurrence of the claimed Force Majeure Event of the nature and extent thereof. When the claiming Party is able to resume performance of its obligations under this Agreement, it shall give the other Party prompt notice to that effect. b. As used herein, the term “Force Majeure Event” means any event that prevents the affected Party from performing its obligations under this Agreement and that is reasonably beyond the control of, and not the fault of or caused by, the affected Party, including, without limitation: (i) sabotage, riots or civil disturbances, (ii) acts of God, (iii) acts of the public enemy, (iv) terrorist acts affecting the Site, (v) volcanic eruptions, earthquake, hurricane, tornado, storm, flood, ice storms, explosion, fire, lightning, landslide or similarly cataclysmic occurrence, (vi) strikes or labor unrest not attributable to Contractor’s workforce, (vii) requirement by a utility that the System discontinue operation for any reason, (viii) appropriation or diversion of electricity by sale or order of any governmental authority having jurisdiction thereof, or (ix) any other action by any governmental authority which prevents or prohibits the Parties from carrying out their respective obligations under this Agreement (including, without limitation, an unstayed order of a court or administrative agency having the effect of subjecting the sale of energy output County 6-18-21 Rev. 2019.01 6 to federal or state regulation of prices and/or services). Economic hardship of either Party shall not constitute a Force Majeure Event under this Agreement. 11. Warranty Disclaimer; Limitation of Liability A. EXCEPT FOR THE WARRANTIES EXPRESSLY SET FORTH IN THIS AGREEMENT, CONTRACTOR MAKES NO WARRANTIES, EITHER EXPRESS OR IMPLIED, WITH RESPECT TO THE SERVICES AND REPLACEMENT COMPONENTS PROVIDED HEREUNDER, INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, AND ANY AND ALL SUCH WARRANTIES ARE DISCLAIMED. B. THE PARTIES CONFIRM THAT THE EXPRESS REMEDIES AND MEASURES OF DAMAGES PROVIDED IN THIS AGREEMENT SATISFY THE ESSENTIAL PURPOSES HEREOF. EXCEPT FOR CONTACTOR’S INDEMNIFICATION OBLIGATIONS UNDER THIS AGREEMENT, CONTRACTOR’S TOTAL LIABILITY WITH RESPECT TO ANY AND ALL CLAIMS REGARDLESS OF THE FORM OF ACTION WHETHER IN CONTRACT, TORT, STRICT LIABILITY OR OTHERWISE, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OR NON- PERFORMANCE OF ANY OF CONTRACTOR’S OBLIGATIONS UNDER THIS AGREEMENT, OR THE USE OF THE SERVICES BY OR ON BEHALF OF OWNER OR ANY OTHER THIRD PARTY, SHALL BE SOLELY FOR OWNER’S DIRECT DAMAGES. C. EXCEPT FOR CONTACTOR’S INDEMNIFICATION OBLIGATIONS UNDER THIS AGREEMENT, IN NO EVENT SHALL EITHER PARTY BE LIABLE UNDER THIS AGREEMENT TO THE OTHER PARTY OR ANY THIRD PARTY FOR ANY CONSEQUENTIAL, INCIDENTAL, INDIRECT, EXEMPLARY, SPECIAL OR PUNITIVE DAMAGES, INCLUDING ANY DAMAGES FOR BUSINESS INTERRUPTION, OR LOSS OF USE/DATA/REVENUE/PROFIT, WHETHER ARISING OUT OF BREACH OF CONTRACT, TORT (INCLUDING NEGLIGENCE) OR OTHERWISE AND REGARDLESS OF WHETHER SUCH DAMAGES WERE FORESEEABLE. D. EXCEPT FOR CONTACTOR’S INDEMNIFICATION OBLIGATIONS UNDER THIS AGREEMENT, IN NO EVENT SHALL CONTRACTOR’S AGGREGATE LIABILITY TO OWNER FOR DIRECT DAMAGES, WHETHER ARISING OUT OF OR RELATED TO BREACH OF CONTRACT, TORT (INCLUDING NEGLIGENCE) OR OTHERWISE, EXCEED THE TOTAL AMOUNT PAID TO CONTRACTOR FOR THAT SITE OR SYSTEM DURING THE PRIOR TWELVE (12) MONTH PERIOD FOR SERVICES PERFORMED UNDER THIS AGREEMENT. THE FOREGOING LIMITATIONS SHALL APPLY EVEN IF THE OWNER’S REMEDIES UNDER THIS AGREEMENT FAIL OF THEIR ESSENTIAL PURPOSE. 12. Indemnity; Insurance Provisions Throughout the Term of this Agreement, Contractor shall maintain insurance meeting the Insurance Requirements set forth below. In the event Contractor makes any material County 6-18-21 Rev. 2019.01 7 modification, cancellation or termination of such coverage, Contractor shall give Owner at least thirty (30) days prior written notice. Such insurance shall be primary coverage without right of contribution from any insurance of Owner. GENERAL LIABILITY Limits of Liability Description $1,000,000 Per Occurrence $1,000,000 Annual Aggregate, Other Than Products $2,000,000 Annual Aggregate, Products & Completed Operations $1,000,000 Personal and Advertising Injury Aggregate $100,000 Fire Damage Liability $10,000 Medical Expense Each Claim $250 Deductible / Per Claim – Bodily Injury and Property Damage UMBRELLA LIABILITY Limits of Liability Description $1,000,000 Per Occurrence $1,000,000 Annual Aggregate Limit AUTOMOBILE LIABILITY Limits of Liability Coverage $1,000,000 Liability $1,000,000 Hired/Borrowed Auto Liability $1,000,000 Non-Owned Auto Liability $1,000,000 Uninsured Motorists $100,000 Employers Liability Insurance $10,000 Medical Expense Each Claim WORKERS COMPENSATION Limits of Liability Coverage $1,000,000 Liability (Each Accident) $1,000,000 Disease (Each Employee) $1,000,000 Disease (Policy Limit) 13. Indemnification. Contractor will defend, indemnify, save, and hold harmless Owner and its officers and employees from: (i) any, demands, losses, costs, expenses, liabilities, damages, or obligations for personal injury, death or property damage asserted by a third party, but only to the extent directly attributable to the negligence, fraud or willful misconduct of Contractor; and (ii) any administrative fines, penalties or costs imposed as a result of an administrative or quasi-judicial proceeding arising as a result of Contractor’s County 6-18-21 Rev. 2019.01 8 performance of the Services. Owner shall provide, Contractor with prompt notice of any such claims. This provision will survive the expiration or termination of this Contract. 14. Notices All notices and other communications required under this Agreement shall be in writing and addressed to each Party at the address or email address set forth below, or to such other addresses or email of which a Party may from time to time notify the other Party pursuant to the terms of this Section. Such notices and communications will be deemed given upon the earlier of (a) actual receipt; (b) three (3) business days after being mailed by registered or certified mail, return receipt requested with postage prepaid; or c) one (1) business day after being deposited with a recognized overnight courier service with charges prepaid. To Owner: Contra Costa County Public Works Department 255 Glacier Drive Martine, CA 94552 Attention: Ramesh Kanzaria, Capital Projects Division Manager Email: frank.dimassa@pw.cccounty.us To Contractor: Borrego Solar Systems, Inc. Attention: Director, O&M 55 Technology Drive, Suite 102 Lowell, MA 01851 Email: jthorpe@borregosolar.com With a copy to: Borrego Solar Systems, Inc. Attention: General Counsel 1814 Franklin Street, Suite 700 Oakland, CA 94612 Email: LegalNotices@borregosolar.com 15. Assignment Owner may assign this Agreement and any of its rights or obligations hereunder to any third party. Contractor shall not assign this Agreement without the prior written consent of Owner, which shall not be unreasonably withheld; provided, however, that Contractor may assign this Agreement without Owner’s prior written consent to an affiliate of Contractor or to the successor in interest to Contractor’s operation and maintenance business in the event of a merger, consolidation or sale of all or substantially all of the assets of such business. 16. Miscellaneous County 6-18-21 Rev. 2019.01 9 a. This Agreement and the rights and obligations of the Parties hereunder shall be governed by the laws of the State of California, without giving effect to the conflicts of laws principles. Jurisdiction for any action, suit or other legal proceeding shall be commenced and prosecuted solely and exclusively in a state or federal court located in the City of Folsom, California, and the Parties hereby consent to the exclusive jurisdiction of such a court. b. This Agreement expresses the entire and integrated agreement of the Parties with respect to the subject matter hereof, and any prior or contemporaneous negotiations or discussions are superseded. Neither Party has made any promise or inducement related hereto that is not set forth herein. c. No amendments or modifications of this Agreement shall be valid unless evidenced in writing and signed by both Parties. d. This Agreement is binding upon and inure to the benefit of the Parties, and their respective successors and assigns, to the extent that assignment is permitted hereunder. e. Each Party signing this Agreement represents that s/he has the authority to enter into a legally valid and binding obligation on behalf of that Party. f. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original but all of which together shall constitute one and the same Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date first above written. Borrego Solar Systems, Inc. (Contractor) Contra Costa County (Owner) By: ________________________ By: ________________________ Name: Name: Title: Title: County 6-18-21 Rev. 2019.01 10 Solar PV Operation and Maintenance Agreement Exhibit A SITE(S), SYSTEM(S), AND SERVICE FEE(S) 1. Site(s) Contra Costa County West County Detention Center 5555 Giant Hwy, Richmond, CA 94806 2. System(s) a. System Size: 900kW 3. Maintenance and Additional Service Fees a. Maintenance Scope of Services Annual O&M Fee: $14,229.85 for Preventative Maintenance Package that includes; two (2) annual module washings included in the Annual O&M Fee Project Name Type System Size kW O&M Package String Level Test Annual O&M Package Total $ Washing Total Annual Fee West County Detention Center Roof 900 PM 100% VOC/IMP $11,949 $1,683.24 (two per year) $14,229.85 b. Fees for Additional Services (Work Order): i. Regular Time Labor: $120.00 per hour, billed in 15-minute increments. Regular Time is defined as Monday – Friday, 8:00 am – 5:00 pm. ii. Off-Hour Labor: $180.00 per hour, billed in 15-minute increments. Off-hours is defined as Saturdays, Sundays and the following holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Eve and Christmas Day. c. Annual Increases: The Annual O&M Fee and Fees for Additional Services shall increase by 2 percent (2%), effective on the first day of the calendar quarter at each anniversary of the System Commencement Date for each System during the Term of the Agreement. d. Taxes: All fees in this Section 3 exclude any sales, use, general excise, or any other taxes applicable to the Services. Owner shall be liable for and shall reimburse Contractor for all taxes and related charges, including interest and penalties, however designated, imposed upon or arising from the provision of Services or the sale of the materials by Contractor to Owner. Such taxes shall be billed to Owner as separate items on Contractor’s invoices, unless a valid exemption certificate is furnished by Owner to Contractor. County 6-18-21 Rev. 2019.01 11 4. Materials and Rented Equipment: a. Maintenance Scope of Services: Includes all tools and equipment needed by Contractor to perform the Maintenance Scope of Services as set forth in Exhibit B (Maintenance Scope of Services) of this Agreement, except any aerial lifts that may be required to perform the Maintenance Scope of Services; in which case such aerial lifts will be billed to Owner at cost, plus 15%, plus any applicable taxes. b. Additional Services: All materials and rented equipment needed by Contractor to perform any Additional Services shall be billed to Owner at actual cost, plus 15%, plus any applicable taxes. 5. Permits and Approval Fees: All permits and approval fees necessary for the Maintenance Scope of Services and any Additional Services shall be billed to Owner at cost, plus 15%. 6. Travel Expenses: a. For Maintenance Scope of Services under the Basic Package: For any corrective work, Owner shall be charged a minimum of four (4) hours for any Site visit. b. For any Additional Services, Contractor will provide Owner with a Work Order quote listing any travel expenses (including mileage, airfare, car rentals, meals and lodging), which Owner will invoice at actual cost, plus 15%, plus any applicable taxes. County 6-18-21 Rev. 2019.01 12 SCHEDULE 1 TO EXHIBIT A FORM OF WORK ORDER QUOTE County 6-18-21 Rev. 2019.01 13 SCHEDULE 2 TO EXHIBIT A Services Commencement Notice County 6-18-21 Rev. 2019.01 14 Solar PV Operation and Maintenance Agreement Exhibit B MAINTENANCE SCOPE OF SERVICES: PREVENTATIVE PACKAGE 1. Contractor will perform the following Maintenance Scope of Services for the System. Item # Service Service Description Frequency 1. Monitoring, Reporting, and Inventory 1.1 Site Monitoring Monitor inverters and meter output data for issues and alarms through DAS. Daily 1.2 Annual Reporting Provide annual maintenance/inspection reports for the project for the preceding calendar year Annually 1.3 Incident Reporting Provide written report (in .pdf format) on any event involving personnel injury associated with the project or material damage to the project or any part thereof. No later than three (3) business days after the occurrence, or immediately for OSHA recordable events, but no later than 24 hours. 2. Site Property Inspection/Maintenance 2.1 Site Mowing Mow property within the fence line, specifically ensuring vegetation does not shade modules. Not Applicable 2.3 Perimeter and Fence Inspection Visually inspect and report on all fencing for signs of damage, intrusion, and overgrowth of vegetation. Inspect signage to ensure all originally installed signs are present and legible. 1 X per year 3. DC Systems 3.1 Racking Inspection Visually inspect and report on all racking, racking mounts and conduits on racking for damage, corrosion, settling and stability. 1 X per year 3.2 Module Inspections Inspect 25% sampling of modules for soiling, breakage, delamination, discoloring and hot spots, rotating sample areas annually to achieve 100% inspection every 4 years. If systemic issues are identified, notify project lessee and propose a corrective action plan to be implemented as needed. 1 X per year County 6-18-21 Rev. 2019.01 15 Item # Service Service Description Frequency 3.3 Wire Inspection Inspect for proper wire management and any possible damage on exposed conductors. 1 X per year 3.4 Combiner Box and Re- Combiner Inspections Electrical/mechanical inspection of combiners & disconnects. Inspect bonding bushings and grounding, check for wire damage especially at entrance/exit locations, terminal corrosion, any discoloration, and inspect fuses for proper functionality. Remove insects/pests debris from all enclosures. 1 X per year 3.5 Combiner Box and Re- Combiner Torque Inspections Confirm and correct terminal torque settings for both sides of all fuse holders, grounded (negative) terminal bar, grounding bar, PV output circuit and DC Disconnects. 1 X per year 4. AC Systems 4.1 Inverters Perform annual inverter preventative maintenance work for all inverters per manufacturer’s recommendations and manufacturer’s warranty requirements. Per Manufacturer's Recommendation s and Manufacturer’s Warranty Requirements 4.2 Inverter Air Filters and Transformer heat sinks Inspect inverter air-filters and heat sinks, and clean or replace air filters if necessary. Per Manufacturers Recommendation s 4.3 Transformers Inspect and clean all transformers per manufacturer recommendations, including but not limited to oil level measurement and clearing heat sink of debris. 1 X per year 4.4 AC Disconnect (if applicable) Inspection of latches and seals on enclosure, verify proper operation of disconnect, visually inspect terminations and confirm and correct terminal torque settings. Check for signs of arcing. 1 X per year 5. DAS/SCADA Inspections 5.1 General DAS Inspection Perform monitoring system maintenance per manufacture’s specifications; verify orientation and attachment of pyranometers and module temperature sensors and MET station, and verify back up power supply functionality. 1 X per year County 6-18-21 Rev. 2019.01 16 Item # Service Service Description Frequency 5.3 Data/Instrument Accuracy and Communications Verification Test MET station sensors (GHI and POA pyranometers, ambient temperature, back-of-module, anemometer, Revenue Grade Meter (including current transducers), and inverter direct 1 X per year 6. Testing 6.1 String Testing 100% VOC /IMP Testing 1 X per year 6.2 Thermal Image Modules Thermal imaging of all modules on strings that show irregularities. Not Included 6.3 Thermal Imaging Thermal imaging of all: overcurrent protection devices (OCPD) and bolted electrical connections including terminations (combiner and all disconnects), inverters and transformers Not Included Within five (5) business days after completing the foregoing services, Contractor shall notify Owner of the work performed by providing a copy of Contractor’s standard service call report. 2. Priority of Service Cases High Priority: 250kw or greater loss of power or loss communication causing the status of at least 250kw of the plant capacity to become unknown Medium Priority: 50-249kw loss of power or loss communication causing the status of at least 50-249kw of the plant capacity to become unknown Low Priority: <50 kW loss of power 3. Reporting Following each annual service visit, Contractor will provide a report of all preventative maintenance activities and results as well as non-conformance items that need to be addressed. Photos of damage or non-conformance items will be provided. Contractor shall provide Owner an Annual Report that includes Site information such as all maintenance, reactive service visits, and performance of each individual Site set forth in Exhibit A. 4. Emergencies If Owner notifies Contractor of an event occurring at or impacting the Site or the System that poses actual, or imminent risk of serious personal injury or death or material physical damage to the Site or the Facility; which requires immediate preventative or remedial County 6-18-21 Rev. 2019.01 17 action (an “Emergency”), Contractor shall take such action as may be reasonable and necessary. All labor, equipment, fees and costs for responding to and addressing such emergencies are not included in the Maintenance Scope of Services and shall be billed as Additional Services in accordance with the Fees for Additional Services set forth in Exhibit A. 5. Other Exclusions In addition to certain exclusions set forth above, the Maintenance Scope of Services specifically excludes the following: a. Additional monitoring equipment that may be required if site conditions change for reasons beyond Contractor’s control. Specifically, interference from additions or repairs to the Site or the System after the initial testing is done to confirm that the data can be reliably transmitted with the specified monitoring equipment. b. Parts or equipment that are not required to be installed by Contractor and/or its Subcontractors. c. In the event a manufacturer is not able or willing to honor its product warranty to Owner, the Maintenance Scope of Services shall not include any material replacement costs of manufacturer’s components, unless such manufacturer refuses to honor its product warranty as a direct result of Contractor’s sole negligence or misconduct. d. Maintenance, repair, calibration and inspection of California Independent System Operator Remote Intelligent Gateways. e. Service visits required to reset equipment as a result of utility outages, either power or telecommunications, shall be considered Additional Services. County 6-18-21 Rev. 2019.01 18 Solar PV Operation and Maintenance Agreement Exhibit C Project Name:Prepared By:Today's Date:Site origional PTO Date:_________ What DAS platform does the site currently report to?Who is our on site point of contact? Please provide email and cell Name and contact info of the DAS Administrator:Where should our electrician park on site? Name: Email:Please provide details describing Array access and any difficulties accessing the array Phone: Has DAS access for Borrego been requested?Are there comination locks? If so, please provide acess code Yes/No: Are DAS Alerts currently configured and, if so, what Borrego email addresses are being notified?Are keys required for site access? If so, please list the location of the keys Yes/No: Can we set up our own specific alerts, yes/no?Who is our primary/owner contact as it relates to O&M on this site? Emails: Has a PVSyst Model been provided? PVSyst Shade Model?Who is our primary/owner contact as it relates to system performance expectations? Yes/No: If no PVSyst, please provide year 1 modeled production in 12 monthly increments Jan Feb March April May June July Aug Sep Oct Nov Dec Utility Recloser Number: Utility Circuit Number: Is the DAS communicating via a Cellular or Building LAN connection?Name of Utility and Contact info: If Cellular, who owns the cell account? (DAS Provider or System Owner?) If system owner, name of provider and cellular number. If LAN connection; name of IT contact. Does the site have an actual or a virtual weather station If virtual, please identify source. Azimuth and tilt of the modules (if not provided on as-builts) Azimuth and tilt of the pyronameter (if not provided on as-builts) Site Information Template Form 1/2/2019 Logistical / OperationalSystem Performance RECOMMENDATION(S): DETERMINE that the bid submitted by GradeTech Inc. complied with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and FURTHER DETERMINE that GradeTech Inc. submitted the best responsive and responsible bid for this project. AWARD the construction contract for the above project to GradeTech Inc. in the amount of $111,988 and DIRECT that the Public Works Director, or designee, prepare the contract. DIRECT that GradeTech Inc. shall submit two good and sufficient security bonds (performance and payment bonds) in the amount of $111,988 each. ORDER that, after the contractor has signed the contract and returned it, together with the bonds, evidence of insurance, and other required documents, and the Public Works Director has reviewed and found them to be sufficient, the Public Works Director, or designee, is authorized to sign the contract for this Board. ORDER that, in accordance with the project specifications and upon signature of the contract by the Public Works Director, or designee, any bid bonds posted by the bidders are exonerated and any checks or cash submitted for bid security shall be returned. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Kevin Lachapelle, (925) 313-7082 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.111 To:Board of Supervisors From:Brian M. Balbas, Public Works Director/Chief Engineer Date:September 7, 2021 Contra Costa County Subject:Construction Contract for Ygnacio Valley Parking Lot & ADA Improvements Project at 2661 Oak Grove Road, Walnut Creek (WON:X40608) RECOMMENDATION(S): (CONT'D) AUTHORIZE the Public Works Director, or designee, to sign any escrow agreements prepared for this project to permit the direct payment of retention into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300. AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to Public Contract Code Section 20142. DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the Board’s functions under Public Contract Code Section 4107 and 4110. FISCAL IMPACT: The total estimated construction cost will be funded by a Community Development Block Grant (CDBG) (estimated at $95,000 or 85%), and the Library Department (estimated at $17,000 or 15%) BACKGROUND: Public libraries in the U.S. are long-established as the cornerstone of a healthy community that offer free services and materials to people who would otherwise not be able to pay for these materials and services. The Ygnacio Valley Library provides free reading and research materials for all ages as well as free story times and events for adults, teens, children and adults with developmental disabilities. Programs range from book clubs to financial planning seminars, and computer docent sessions. The Library also offers an adult literacy program that teaches adults to read and write. The Ygnacio Valley Library has operated in its current location since 1975 and is visited by residents approximately 120,000 times each year. It holds 62,000 volumes that were checked out more than 267,000 times last year and offers 13 Internet computers and free wireless access. Facilities staff received a work order request to asses and repair the condition of the parking lot. After analysis, it was determined that due to the extensive repair work required; any necessary ADA improvements to the building would also need to be addressed. The scope of work generally consists of removal of asphalt concrete surface paving, base material compaction, HMA overlay, ADA ramp and crosswalk installation, and parking lot restriping. On March 23, 2021, the Board approved the project design and specifications and authorized staff to put the project out to bid. The Construction cost estimate was for $260,000 and the general prevailing wage rates will be the minimum rates paid on this project. Bids were received and opened by the Public Works Department on July 22, 2021, and the bid results were as follows: Bidder Base Bid Gradetech Inc.$111,988 DRT $156,841.40 EE Gilbert $158,175.38 Black Bear Paving $188,218.25 Kerex Engineering $239,845 The CDBG is expected to fund a significant portion of the construction costs associated with ADA work. The Library Department Fund will pay the grant match, all non-grant eligible costs, and project costs above the grant awards. Staff has evaluated the low bid submitted by GradeTech Inc. and their good faith documentation. Staff has determined that GradeTech Inc.'s bid is responsive and their good faith effort documentation is in compliance with the County's Outreach Program. The Public Works Director recommends that the Board award the construction contract for this project to GradeTech Inc., the lowest responsible and responsive bidder, in the amount of $111,988. CONSEQUENCE OF NEGATIVE ACTION: If the project is not approved, the County will not be able to repair the parking lot and provide the necessary ADA improvements for patrons of the library. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent, or designee, to execute, on behalf of the Sheriff-Coroner, a purchase order amendment with Buchanan Food Service to increase the payment limit by $125,000 to a new payment limit of $375,000 to provide bread loaves, rolls and all related bakery items as needed for the West County, Martinez and Marsh Creek detention facilities through the effective period of November 30, 2021. FISCAL IMPACT: $125,000. 100% County General Fund; Budgeted. BACKGROUND: Buchanan Food Service is a General Services Department solicited bid that provides lower pricing for the bread loaves, rolls and other related bakery items as needed to support the inmate feeding program requirements of the West County, Martinez, and Marsh Creek detention facilities. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Heike Anderson, (925) 655-0023 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Heike Anderson, Alycia Rubio, Paul Reyes C.112 To:Board of Supervisors From:David O. Livingston, Office of the Sheriff Date:September 7, 2021 Contra Costa County Subject:Change Order - Buchanan Food Service RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Sheriff-Coroner, a purchase order amendment with Producers Dairy Products Inc., to increase the payment limit by $200,000 to a new payment limit of $550,000 for the purchase of dairy products as needed for the West County (WCDF), Martinez (MDF) and Marsh Creek (MCDF) detention facilities through the effective period of November 30, 2021. FISCAL IMPACT: $200,000. 100% County General Fund; Budgeted. BACKGROUND: The vendor is a Public Works Department-selected vendor providing the dairy products and other related products needed by WCDF, MDF and MCDF to support the feeding program requirements of the inmate population. CONSEQUENCE OF NEGATIVE ACTION: APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Heike Anderson, (925) 655-0023 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Heike Anderson, Alycia Rubio, Paul Reyes C.113 To:Board of Supervisors From:David O. Livingston, Office of the Sheriff Date:September 7, 2021 Contra Costa County Subject:Change Order - Producers Dairy Products, Inc. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #74-619-1 with Bettina Mutter, M.D., an individual, in an amount not to exceed $319,488, to provide psychiatric care services to seriously emotionally disturbed children and adolescents in Central Contra Costa County, for the period from November 1, 2021 through October 31, 2022. FISCAL IMPACT: Approval of this contract will result in annual expenditures of up to $319,488 and will be funded as budgeted by the department in FY 2021-22, by 100% Mental Health Realignment funds. BACKGROUND: This contract meets the social needs of the County’s population by providing mental health services to seriously emotionally disturbed children and adolescents in Central Contra Costa County. The Behavioral Health Division has been contracting with Bettina Mutter, M.D., since November 4, 2020, to provide psychiatric care services to seriously emotionally disturbed children and adolescents in Central APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Suzanne Tavano, Ph.D, 925-957-5201 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alaina Floyd, marcy.wilham C.114 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #74-619-1 with Bettina Mutter, M.D. BACKGROUND: (CONT'D) Contra Costa County. On November 10, 2020, the Board of Supervisors approved Contract #74-619 with Bettina Mutter, M.D., in an amount of $319,488 to provide psychiatric care services to seriously emotionally disturbed children and adolescents in Central Contra Costa County, for the period from November 4, 2020 through October 31, 2021. Approval of Contract #74-619-1 will allow this contractor to continue providing psychiatric services through October 31, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the County’s clients will not have access to this contractor’s psychiatric care services. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #24-681-82(17) with Modesto Residential Living Center, Inc., a corporation, in an amount not to exceed $306,567, to provide augmented board and care services for the period from September 1, 2021 through August 31, 2022. FISCAL IMPACT: This contract will result in contractual service annual expenditures of up to $306,567 and will be funded as budgeted by the department by 51% Mental Health Realignment and 49% Mental Health Services Act. (No rate increase) BACKGROUND: The Behavioral Health Services Department has been contracting with Modesto Residential Living Center, Inc., since September 1, 2007 to provide augmented board and care services for mentally ill adults. This contract meets the social needs of the County's population by augmenting room and board and providing twenty-four hour emergency residential care and supervision to eligible mentally disordered clients, who are specifically referred by the Mental Health Program Staff and who are served by County Mental Health Services. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS Contact: Suzanne Tavano, Ph.D., 925-957-5212 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: , Deputy cc: Alaina Floyd, marcy.wilham C.115 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #24-681-82(17) with Modesto Residential Living Center, Inc. BACKGROUND: (CONT'D) On July 14, 2020, the Board of Supervisors approved Contract #24-681-82(14) with Modesto Residential Living Center, Inc, in an amount not to exceed $231,012, to provide augmented board and care services for mentally ill adults, through August 31, 2021. On September 8, 2020, the Board of Supervisors approved Contract Amendment Agreement #24-681-82(15) with Modesto Residential Living Center, Inc, to increase the payment limit by $75,555, from $231,012 to a new payment limit of $306,567, with no change in the term of September 1, 2020 through August 31, 2021. In January 2021, the County Administrator approved and Purchasing Services Manager executed Administrative Amendment Agreement #24-681-82(16) with Modesto Residential Living Center, Inc, to correct the monthly payment limit from $19,251 to the intended $25,668 per month with no change in the contract payment limit of $306,567 or term of September 1, 2020 through August 31, 2021. Approval of Contract #24-681-82(17) will allow the contractor to continue to provide augmented board and care services through August 31, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the County will not be able to provide augmented board and care services to mentally ill adults in Contra Costa County through this contractor. CLERK'S ADDENDUM RELISTED to a future date uncertain. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute, on behalf of the County Contract #77-272-1 containing mutual indemnification, with Vitas Healthcare Corporation of California, a corporation, in an amount not to exceed $1,500,000, to provide hospice care services to Contra Costa Health Plan (CCHP) Members and county recipients for the period September 1, 2021 through August 31, 2024. FISCAL IMPACT: This contract will result in contractual service expenditures of up to $1,500,000 over a 3 year period and will be is funded 100% by CCHP Enterprise Fund II revenues. (No rate increase) BACKGROUND: CCHP has an obligation to provide certain specialized health care services for its members under the terms of their Individual and Group Health Plan membership contracts with the County. This contractor has been a part of the CCHP Provider Network since September of 2020, providing medically necessary hospice care services inlcuding physical, occupational, respiratory and speech therapies, medical social worker visits, counseling, and volunteer support. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sharron Mackey, 925-313-6104 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Noel Garcia, Marcy Wilhelm C.116 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #77-272-1 with Vitas Healthcare Corporation of California BACKGROUND: (CONT'D) On September 15, 2020, the Board of Supervisors approved Contract #77-272 with Vitas Healthcare Corporation of California, in an amount not to exceed $1,450,000 to provide hospice care services to CCHP members and county recipients for the period September 1, 2020 through August 31, 2021. Approval of Contract #77-272-1 will allow this contractor to continue to provide hospice care services through August 31, 2024. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, certain specialized health care services for CCHP members under the terms of their Individual and Group Health Plan membership contract with the County will not be provided. RECOMMENDATION(S): APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract with Thales DIS USA, Inc., in an amount not to exceed, $268,221 for on-site support of the Thales Biometric Systems for the period July 1, 2021 through June 30, 2023. FISCAL IMPACT: No net county cost. The contract cost of $268,221 will be funded from CAL ID Funds. BACKGROUND: The California Identification System (Cal-ID) is the automated system maintained by the California Department of Justice (DOJ) for retaining fingerprint files and identifying latent fingerprints. Cal-ID monies are collected from the fees from each non-commercial and commercial vehicles registered, and are used to fund programs that enhance the capacity of the state and local law enforcement to provide automated mobile, fixed Livescan fingerprint capture stations and Thales Automated Biometric Identification System (TABIS), formerly known as Cogent Automated Fingerprint Identification System (CAFIS), that allow identification of individuals involved in motor vehicle crimes. The California Department of Justice has established the Remote Access Network (RAN), which APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Chrystine Robbins, 925-655-0008 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.117 To:Board of Supervisors From:David O. Livingston, Sheriff-Coroner Date:September 7, 2021 Contra Costa County Subject:Thales DIS USA, Inc. BACKGROUND: (CONT'D) is a uniform statewide network of equipment and procedures allowing local law enforcement agencies direct access to the Cal-ID System. The Contra Costa County local RAN board determines the placement of RAN equipment within the County, and coordinates the acceptance, delivery, and installation of RAN equipment. Acting as the local RAN board, mobile fingerprint identification hardware has been distributed to local law enforcement agencies within the County pursuant to the criteria specified in the Penal Code. Under the proposed contract, a dedicated support engineer will provide to Contra Costa County Sheriff’s Office and its client agencies high availability of support for the Thales Automated Fingerprint Identification System (TAFIS), the mugshot server, Latent Gateway, WebID, 31 Livescans, and the 350 Mobile ID devices throughout the county. A dedicated support engineer will provide continuity to the support needs, develop more personalized technical support relationships with users, perform proactive maintenance to reduce technical problems and downtimes minimizing disruption to the daily business for the law enforcement officer. CONSEQUENCE OF NEGATIVE ACTION: If the Office of the Sheriff is not allowed to contract with Thales DIS USA, Inc. for the dedicated support engineer, Contra Costa County Sheriff’s Office and its client agencies will experience support engineers that are not familiar with the configurations and components of our systems which slows the support response. In addition, Contra Costa County and its agencies vie for support time with the Thales support engineers with many other counties and police departments throughout Northern California. Delayed support response can translate into the inability to identify unknown subjects on the street with Mobile ID or the inability to capture fingerprints at booking facilities with a Livescan for mandated reporting to the California Department of Justice and the Federal Bureau of Investigations. The delay to fix failures of the aforementioned systems could lead to the release of subjects on the street or from booking facilities because they have not been identified and may be wanted for a more serious offense under another name. In addition, the lack of ability to identify an arrested subject may detain an individual that is not the person sought in a warrant or an investigation. RECOMMENDATION(S): RESCIND Board action on May 11, 2021 (C.58), which pertained to a contract with San Ramon Valley Fire Protection District; and APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Agreement #23-581-4 with San Ramon Valley Fire Protection District, a government agency, in an amount not to exceed $393,750, to coordinate the services of a Fire Services Emergency Medical Services (EMS) Medical Director, for the period from December 15, 2020 through December 14, 2023. FISCAL IMPACT: Approval of this contract will result in budgeted expenditures of up to $393,750 for a 3-year period and will be funded 100% by Measure H funding. BACKGROUND: The County has been contracting with San Ramon Valley Fire Protection District since December 2015. The purpose of this agreement is to provide enhancements in fire service based education, training, patient safety and quality improvement for fire services providers within the Contra Costa EMS Systems. On August 20, 2015, the San Ramon Valley Fire Department’s Board of Directors authorized to recruit and hire a Fire Services EMS Medical Director on behalf of the following protection agencies: East APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Marshall Bennett, 925-608-5454 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker C.118 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Rescind Prior Board Action Pertaining to Contracted Services with San Ramon Valley Fire Protection District BACKGROUND: (CONT'D) Contra Costa Fire Protection District, El Cerrito Fire Department, Moraga Orinda Fire District, Pinole Fire Department, Richmond Fire Department, Rodeo-Hercules Fire Protection District and San Ramon Valley Fire Protection District. On November 19, 2019, the Board of Supervisors approved Agreement #23-581-3 with San Ramon Valley Fire Protection District, in an amount not to exceed $150,000 to coordinate the services of a Fire Services EMS Medical Director, for the period December 15, 2019 through December 14, 2020. On May 11, 2021 the Board of Supervisors approved C.58, Contract #23-581-4, however, the payment limit on the Board Order was incorrect. This Board Order will rescind that incorrect Board Order and allow the payment limit to be in an amount not to exceed $393,750. This will allow the contractor to be paid for coordinating the services of a Fire Services EMS Medical Director through December 14, 2023. CONSEQUENCE OF NEGATIVE ACTION: If the recommendation is not approved, the prior incorrect Board action will stand and the department will not have Board authorization to provide payment for the full term of the contract and Contra Costa County’s EMS Systems will not receive enhancements supporting education, training, patients safety and quality improvements for its providers. RECOMMENDATION(S): APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract with Redwood Toxicology Laboratory, Inc., in an amount not to exceed $300,000 to provide toxicology screening services for the period September 1, 2021 through August 31, 2024. FISCAL IMPACT: $300,000. 100% Sheriff Budgeted (General Fund) BACKGROUND: Contra Costa County provides through its Office of the Sheriff, Custody Alternative Program, an alternative to jail time if the offender qualifies. Redwood Toxicology Laboratory, Inc., provides drug, alcohol and other toxicology screening services for the County to determine if the offenders meet the program qualifications and can remain in the program once admitted to it. CONSEQUENCE OF NEGATIVE ACTION: The Sheriff's Office will not have access to a third party vendor for the provision of drug, alcohol and other toxicology screening services on an as needed basis. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Chrystine Robbins, 925-655-0008 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.119 To:Board of Supervisors From:David O. Livingston, Sheriff-Coroner Date:September 7, 2021 Contra Costa County Subject:Redwood Toxicology Laboratory, Inc. - Toxicology Screening RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Health Services Department, a Purchase Order with Experian Health Inc., in an amount not to exceed $358,475 to renew its subscription to Experian’s Electronic Claims and Remittance Systems Software, for the period July 1, 2021 through June 30, 2022. FISCAL IMPACT: Approval of this purchase order will result in annual expenditures of up to $358,475 as budgeted by the department in FY 2021-22. 100% funding is included in the Hospital Enterprise Fund I budget. BACKGROUND: Contra Costa Health Services (CCHS) Patient Accounting Department has used Experian Health Electronic since 2001 for Claims and Remittance Systems Software to simplify claims processing, ensure accurate posting of payments and adjustments, and expedite receipt of payments. CCHS uses the following Experian Health modules for accurate posting of payments and adjustments: (1) Electronic Claims Processing, (2) Remittance and Payment Processing, (3) Real-time Transactions Eligibility, and (4) Financial Reporting. This software meets Epic guidelines for Medicare Rules. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Patrick Wilson, 925-335-8700 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Alan Ly, Marcy Wilhelm C.120 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Purchase Order for Experian Health Inc. Subscription Services BACKGROUND: (CONT'D) The subscription and support services are governed by the existing Master Customer Agreement between the County and Experian. This request is to renew Purchase Order F016313, which expired on June 30, 2021. The delay in executing this purchase order renewal request is due to Experian Health not providing a quote until June 16th, 2021, and the subsequent legal review. CONSEQUENCE OF NEGATIVE ACTION: Failure to approve this purchase order for renewal will interrupt electronic claims remittance software services resulting in a significant loss of revenue to CCHS. RECOMMENDATION(S): APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to execute a contract with Central Medical Laboratory, Inc., in the amount of $999,000 to provide blood withdrawal services for the period September 1, 2021 through August 31, 2023. FISCAL IMPACT: $999,000. Budgeted. Approximately 85% of the costs will be reimbursed by the city police agencies, which use this service. The balance will be partially off-set by fines and assessments collected from individuals found guilty of alcohol/drug related driving offenses. BACKGROUND: Central Medical Laboratory, Inc. (CML), has provided Office of the Sheriff with trained phlebotomists to perform blood draws on the DUI (driving under the influence of drugs and/or alcohol) subjects and for officers exposed to HIV (Human Immunodeficiency Virus). The service of the phlebotomists is used, via CML dispatch, by all the police agencies throughout the county. The blood samples are then forwarded to the Sheriff’s Forensic Services Division for analysis. The Forensic Services Division pays CML for its work on a monthly basis and all agencies who use the phlebotomists are subsequently billed for the services costs and processing fees. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Chrystine Robbins, 925-655-0008 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.121 To:Board of Supervisors From:David O. Livingston, Sheriff-Coroner Date:September 7, 2021 Contra Costa County Subject:Central Medical Laboratory, Inc. for Blood Withdrawal Services CONSEQUENCE OF NEGATIVE ACTION: Failure to approve this contract with Central Medical Laboratory, Inc., will prevent the Sheriff’s Office from performing blood withdrawal services on DUI suspects and Sheriff’s personnel exposed to blood borne pathogens during the course of their job duties. RECOMMENDATION(S): APPROVE and AUTHORIZE the Purchasing Agent to execute, on behalf of the Health Services Director, a Purchase Order with Werfen USA, LLC., in an amount not to exceed $534,000 for purchase of the reagents and supplies for the Clinical Laboratory at the Contra Costa Regional Medical Center (CCRMC) and Contra Costa Health Centers, for the period from May 1, 2021 through April 30, 2026. FISCAL IMPACT: Approval of this action will result in annual expenditures of up to $534,000 over a five (5) year period and will be funded 100% by Hospital Enterprise Fund I revenues. BACKGROUND: The CCRMC Clinical Laboratory owns Werfen’s hemostasis diagnostic equipment. The analyzers perform the statistical model used for the calibration of thromboplastins to derive the International Sensitivity Index (ISI) and the International Normalized Ratio (INR) required for the treatment of Coumadin patients. There is a contractual obligation and liability for the accuracy of the test results and maintenance of equipment by Werfen to utilize their specific reagents and related supplies. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5101 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Ronny Leffel, Marcy Wilhelm C.122 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Purchase Order with Werfen USA, LLC BACKGROUND: (CONT'D) The delay in execution of our request is due to a shortage in staffing and an oversight in the timely preparation and submission of this request. CONSEQUENCE OF NEGATIVE ACTION: If this purchase order is not approved, then the CCRMC Clinical Laboratory will not be able to perform the specific patient testing that utilizes these supplies, thus impacting patient safety and health. RECOMMENDATION(S): APPROVE and AUTHORIZE the Sheriff-Coroner, or designee, to increase the payment limit under the Master Support Agreement with Tritech Software Systems, a Central Square Company (formerly Tiburon, Inc.) by $278,075 from $1,210,051 to a new payment limit of $1,488,126 for dispatch and records systems support for the period September 10, 2021 to September 9, 2022. FISCAL IMPACT: Total cost for FY 2021/22 is $278,074.27; 19% Federal, 81% Sheriff Budgeted (General Fund) BACKGROUND: Tritech Software Systems, a Central Square Company (formerly Tiburon, Inc.) provides the Office of the Sheriff with computer aided dispatch (CAD) and record management systems (RMS). Authorizing additional payments under the Master Support Agreement will renew support for these systems and the CopLogic reporting system that is integrated with CAD/RMS for the period September 10, 2021 to September 9, 2022. The CAD/RMS system is used by Sheriff’s dispatch to document calls for service and dispatch police and Sheriff's units to those calls. The system is also APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Chrystine Robbins, 925-655-0008 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.123 To:Board of Supervisors From:David O. Livingston, Sheriff-Coroner Date:September 7, 2021 Contra Costa County Subject:Contracts with Tritech Software Systems BACKGROUND: (CONT'D) used by the records division to collect data required by the state. The support will allow the CAD and RMS systems to be up and running 24/7 and to provide emergency assistance if the system fails. CAD/RMS and mobile systems are mission critical applications to public safety. Without Tritech Software Systems, supporting their products the Office of the Sheriff runs the risk of crashing these systems without the ability to fix it. In September 2016, the Board of Supervisors approved an Agreement with Tiburon, Inc., to license software for the Sheriff's Office 9-1-1 Dispatch and Records Management systems. The 9-1-1 CAD system is used by the Office of the Sheriffs Dispatch Center, and the RMS) is used by the entire Office of the Sheriff and the agencies that contract with the Sheriff's Office for law enforcement services. Tritech Software Systems, a Central Square Company, provides the County with the software for the CAD system and RMS. This request will provide for systems maintenance and support for an additional year. CONSEQUENCE OF NEGATIVE ACTION: The Office of the Sheriff would not be able to utilize Tritech Software Systems as support for the dispatch system which could prevent the Sheriff's Office from providing emergency assistance in the result of a system failure. RECOMMENDATION(S): APPROVE and AUTHORIZE the Chief Information Officer, Department of Information Technology, or designee, to execute a contract with Graviton Consulting Services, Inc., in an amount not to exceed $220,000 to provide PeopleSoft technical support services for the period of August 1, 2021 through June 30, 2022. FISCAL IMPACT: The cost for this contract is within the Department of Information Technology’s budget. (100% General Fund). BACKGROUND: The County recently upgraded PeopleTools to implement the Elasticsearch module in the County’s PeopleSoft database. Graviton Consulting, Inc. was instrumental in assisting the department with this upgrade. Their demonstrated expertise in PeopleSoft functionality played a key role in the execution and implementation of this upgrade. The request is to temporarily fill a staffing shortage in this unit with a Graviton PeopleSoft Technical Consultant to provide the day-to-day services to support the Payroll, Human Resources and Benefits Administration modules. The department is currently requesting APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Marc Shorr, 608-4071 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Nancy Zandonella C.124 To:Board of Supervisors From:Marc Shorr, Chief Information Officer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Chief Information Officer, DoIT, to execute a contract with Graviton Consulting Services, Inc. BACKGROUND: (CONT'D) to add a new Information Systems Programmer/Analyst IV in this unit that will have advanced PeopleSoft experience in Human Capital Management system (Payroll, Human Resources and Benefits). If this request is approved and the recruitment is successful, the need for the day-to-day services of this consultant will be minimized. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the unit will continue to function understaffed and will not have the advanced PeopleSoft technical expertise that is needed at this time. RECOMMENDATION(S): APPROVE and AUTHORIZE the Chief Information Officer, Department of Information Technology, or designee, to execute an Order Form with Workday, Inc. in an amount not to exceed $1,690,000 to add Procurement module licenses to the Workday software subscription agreement, for the term July 28, 2021 through January 19, 2030. FISCAL IMPACT: The ongoing cost the procurement licenses is funded by the General Fund Reserves and allowable costs may be recovered through the cost plan. (100% General Fund) BACKGROUND: APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Marc Shorr, 925-608-4071 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Nancy Zandonella C.125 To:Board of Supervisors From:Marc Shorr, Chief Information Officer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Chief Information Officer, DoIT, to execute an Order Form to the Master Subscription Agreement with Workday, Inc. BACKGROUND: (CONT'D) The addition of the procurement module will be used to facilitate the integration from the County’s internal purchasing portal, BuySpeed, to Workday for all approved purchase orders (PO’s). Several highlights of this integration will be an automatic creation of an encumbrance in finance for each PO, will create a system to ensure that the invoices match what was actually purchased before it can be processed for payment and a mechanism for tracking when goods are actually received by the County. The first payment for the additional licenses will be pro-rated for six months and will be $257,802. The additional licenses will be paid annual on the anniversary of our initial start date and incrementally increase each year for the life of the subscription. CONSEQUENCE OF NEGATIVE ACTION: If this Order Form is not approved, the County will be unable to move forward with the procurement module and will diminish the modernization of the overall finance system. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract #25-094 with Contra Costa Interfaith Transitional Housing, Inc. (dba Home Solutions), a non-profit corporation, in an amount not to exceed $1,100,866 to provide housing support services including case management and housing navigation services for homeless individuals on probation for the period July 1, 2021 through June 30, 2022. FISCAL IMPACT: This contract will result in budgeted expenditures in an amount up to $1,100,866 under this contract and will be funded 100% by State funding through SB 678. BACKGROUND: This contract meets the social needs of the County’s population by providing housing support services to Contra Costa County homeless individuals on probation, which includes case management and housing navigation services. This contractor has been providing case management and housing navigation service to homeless individuals on probation under Contract #25-077 since August 1, 2019. The Health, Housing and Homeless Services Division requested to have these services for probationers only on a separate contract. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lavonna Martin, 925-608-6701 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: L Walker, M Wilhelm C.126 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Contract #25-094 with Contra Costa Interfaith Transitional Housing, Inc. (dba Hope Solutions) BACKGROUND: (CONT'D) Under Contract #25-094, this contractor will be able to provide case management and housing navigation services to homeless individuals on probation for the period July 1,2021 through June 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, homeless individuals on probation will not have access to this contractor’s services. ATTACHMENTS RECOMMENDATION(S): APPROVE and AUTHORIZE the Chief Information Officer, Department of Information Technology, or designee, to execute a contract amendment with Accenture, LLP, to extend the term from December 31, 2022 to June 30, 2023 and increase the payment limit by $1,300,942 from $4,200,000 to a new payment limit of $5,500,942 to add the procurement module into the scope of the Workday Financial Management System project. FISCAL IMPACT: The cost of the contract will be funded by General Fund reserves. The increased cost of the six-month contract will be spread over the remaining term and will be invoiced monthly through approved milestones. The cost for the addition of the Procurement Module was captured in the original contract through the Change Order Process. The increased cost of the extension will be paid in the following fiscal years as follows: FY 2021-22: $594,565 FY 2022-23: $706,377 APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Marc Shorr, 925-608-4071 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: Nancy Zandonella C.127 To:Board of Supervisors From:Marc Shorr, Chief Information Officer Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Chief Information Officer, DoIT, to execute a contract amendment with Accenture, LLP BACKGROUND: Earlier this year, the Board approved a contract with Accenture, LLP who is providing implementation and consulting services for the Workday hosted financial management system modernization project. During the initial planning phase of the project, the County was unsure of the best process to integrate the County’s BuySpeed procurement system into the overall project. The parties agreed that during the Business Process Realignment phase, which consisted of a review of the business practices and processes, a determination would be made as to what level of integration would best suit the County’s needs. After a review of our current processes and Workday’s Procurement Module, it has been determined that a full integration of the purchasing system is a key component to the modernization of the system. The original contract with Accenture, LLP included a Change Order process for a fee not to exceed $300,000 if the County elected to include the procurement module into the scope of the project. Since the County has decided to implement this module, the parties have agreed to a fixed fee price of $272,850. As a result of the determination to implement the full procurement module into the project scope, we are requesting a six-month contract extension. CONSEQUENCE OF NEGATIVE ACTION: If this request is not approved, the County will be unable to implement the Procurement Module of the financial management software system. RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Defender, or designee, to execute a contract with Rubicon Programs, Inc., in an amount not to exceed $305,700, to provide client services in Contra Costa County for Holistic Intervention Partnership participants for the period of October 1, 2021 to September 30, 2022. FISCAL IMPACT: 100% California Board of State and Community Corrections. BACKGROUND: The Holistic Intervention Partnership (HIP) is an innovative holistic defense program funded by a three-year $3 million Edward Byrne Memorial Justice Assistance Grant (JAG) from the California Board of State and Community Corrections (BSCC). Contra Costa is one of only two Public Defenders Office in the state to receive a JAG grant as part of a total $16.2 million in JAG funding awarded by BSCC to criminal and civil attorneys, as well as social workers and non-lawyer specialists, to assist with underlying issues such as unstable housing, substance use disorders, immigration, public benefits, and other issues commonly affecting individuals with law enforcement contact. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: susan woodhouse 925-335-8031 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: C.128 To:Board of Supervisors From:Ellen McDonnell, Interim Public Defender Date:September 7, 2021 Contra Costa County Subject:APPROVE and AUTHORIZE the Public Defender, or designee, to execute a contract with Rubicon Programs, Inc. BACKGROUND: (CONT'D) HIP goals are to: 1. Reduce the financial and human resource burden of misdemeanor cases on law enforcement, the justice system, and the community. 2. Reduce future criminal justice system involvement among program participants. 3. Establish early coordination, collaboration and linkages across system partners to better serve indigent individuals involved in the criminal justice systems. The Contra Costa Public Defender's Office is partnering with Contra Costa County Health, Housing, and Homeless Services; Behavior Health Services; Employment and Human Services; California Highway Patrol; and Antioch, Martinez, and Richmond Police Departments. HIP's community-based programs include Rubicon Programs and Uptrust, a technology company that enables text communication services for low-income individuals navigating the criminal justice system. CONSEQUENCE OF NEGATIVE ACTION: Valuable services to HIP participants will not be provided resulting in possible cost to law enforcement, the justice system, and the community. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract Amendment Agreement #26-742-14 with God’s Grace Caring Home, Inc., a corporation, effective July 1, 2021, to amend Contract #26-742-12, to increase the payment limit by $42,000, from $162,000 to a new payment limit of $204,000, with no change in the term of July 1, 2021 through June 30, 2022. FISCAL IMPACT: Approval of this amendment will result in additional expenditures of up to $42,000 and will be funded 100% by Hospital Enterprise Fund I revenues. (No rate increase) BACKGROUND: CCRMC has been contracting with God’s Grace Caring Home, Inc., since April 2013 to provide skilled nursing services for difficult to place patients from Contra Costa Regional Medical Center (CCRMC). In May 2021, the County Administrator approved and the Purchasing Services Manager executed Contract #26-742-12 with God’s Grace Caring Home, Inc., in an amount not to exceed $162,000 to provide skilled nursing services for difficult to place patients from CCRMC, for the period July 1, 2021 through June 30, 2022. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-957-5741 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: M Wilhelm, E Suisala C.129 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Amendment #26-742-14 with God’s Grace Caring Home, Inc. BACKGROUND: (CONT'D) Contract #26-742-12 was written with the understanding that only three client spots were needed, however four clients were already in residence. The error was discovered after the contract was fully executed. Approval of Contract Amendment Agreement #26-742-14 will allow the contractor to provide additional skilled nursing services through June 30, 2022. CONSEQUENCE OF NEGATIVE ACTION: If this amendment is not approved, patients who are difficult to place from CCRMC will not be served by this contractor. ATTACHMENTS RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Contract Amendment Agreement #27-633-20 with PerformRx, LLC, a limited liability company, effective July 1, 2021, to amend Contract #27-633-18 (as amended by Amendment Agreement #27-633-19), to modify performance guarantee and rate guarantee in Medi-Cal billing program in accordance with State Department of Health Care Services (DHCS) requirements with no change in the payment limit of $119,000,000 and no change in the original term of January 1, 2021 through December 31, 2021. FISCAL IMPACT: Approval of this amendment will result in no change to the annual expenditures of up to $119,000,000 and will be funded as budgeted by the department in FY 2020-2021, by 100% Contra Costa Health Plan (CCHP) Enterprise Fund II. (No rate increase) BACKGROUND: Both the State Department of Health Services and the Federal Centers for Medicare and Medicaid Services (CMS) require a Pharmacy Benefits Manager that can develop, maintain, and manage a large pharmacy network and monitor the correct dispensing of drug benefits, co-pays APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sharron Mackey, 925-313-6104 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Laura Cassell, Deputy cc: K Cyr, M Wilhelm C.130 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Amendment #27-633-20 with PerformRx, LLC BACKGROUND: (CONT'D) under multiple group product lines adhering to the required Health Plan Formulary and Health Plan Prior authorization protocol. On January 5, 2021, the Board of Supervisors approved Contract #27-633-18, with PerformRx in the amount of $119,000,000, to provide pharmacy administration services for CCHP members, including drug utilization review and management, prior authorization procedures, account management, member pharmacy call center, analysis and reporting services, and developing partnerships with prescribers and pharmacies, for the period from January 1, 2021 through December 31, 2021. This contract includes mutual indemnification. On April 20, 2021 the Board of Supervisors approved Contract Amendment Agreement #27-633-19 to allow the County and the contractor to remove Pharmacy Benefit Management Services that were anticipated to be effective April 1, 2021, and rescinded by the DHCS with no replacement date received from the DHCS as of April 1, 2021. There was no change in the payment limit of $119,000,000 and no change in the term of January 1, 2021 through December 31, 2021. Approval of Contract Amendment Agreement #27-663-20 will allow the County and the contractor to modify performance guarantees and rate guarantees, to be current with the DHCS requirements. Since the Medi-Cal billing that was initially revised on Contract Amendment Agreement #26-633-19 in April 2021 has been cancelled by DHCS, the County and the contractor agree such terms should be removed from the agreement. Until the County and the contractor are notified by DHCS that Medi-Cal billing program is reinstated, the terms will remain excluded from contractual obligations. The requested amendment does not change the payment limit of $119,000,000 nor does it change the term of January 1, 2021 through December 31, 2021. This amendment contract is late due to language revision discussions with various stakeholders. CONSEQUENCE OF NEGATIVE ACTION: If this amendment is not approved, revisions to the Pharmacy Benefit Management Services olbigations in the contract will not occur and the contractor and the County will not be compliant with the DHCS’s current services. RECOMMENDATION(S): APPROVE and AUTHORIZE the County Administrator, or designee, to execute a Cooperative Agreement with the City of Oakley, subject to approval by the County Administrator and approval as to form by County Counsel, in an amount not to exceed $200,000 for the demolition of the former Sheriff’s Substation at 210 O’Hara Avenue in Oakley and the transfer of the property to the City of Oakley, for the term September 7, 2021 to July 30, 2024. FISCAL IMPACT: County contribution of up to $200,000 in demolition costs. 100% General Fund. BACKGROUND: The Sheriff's Office relocated their operations from the building at 210 O’Hara Avenue in Oakley, CA to another east county location. The building is vacant and has become an attractive nuisance requiring weekly clean up by Public Works staff. The City of Oakley has expressed interest in potentially using the site for a City library. The cooperative agreement would allow the City of Oakley to demolish the building with the current estimate of the demolition costs being $400,000. Upon completion of the demolition the County would reimburse the City for 50% of the demo costs and transfer the property to the City for use as a library site. If the City is unable to secure funding for library construction within 36 months of the transfer the property would revert to the County. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Eric Angstadt; 925-655-2042 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.131 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:Cooperative Agreement with the City of Oakley CONSEQUENCE OF NEGATIVE ACTION: Not approving the agreement would cost the County ongoing expenses for maintenance, clean up and security of a vacant building and property for which the County has no current use. RECOMMENDATION(S): APPROVE and AUTHORIZE the Auditor-Controller, or designee, to pay up to $13,496 to God’s Grace Caring Home, Inc., a corporation, for the provision of additional skilled nursing services for difficult to place patients from Contra Costa Regional Medical Center (CCRMC) for the period June 1, 2021 through June 30, 2021. FISCAL IMPACT: This action will result in additional expenditures in an amount of $13,496 and will be funded 100% by Hospital Enterprise Fund I revenues. BACKGROUND: In June 2019, the County Administrator approved and the Purchasing Services Manager executed Contract #26-742-11 with God’s Grace Caring Home, Inc., to provide skilled nursing services for difficult to place patients from CCRMC, for the period July 1, 2020 through June 30, 2021. God’s Grace Caring Home, Inc. provided skilled nursing services for difficult to place patients from CCRMC during the period July 1, 2020 through June 30, 2021. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Samir Shah, M.D., 925-370-5525 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: L Walker, M Wilhelm C.132 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Payment for Services Provided by God’s Grace Caring Home, Inc. BACKGROUND: (CONT'D) Services were requested and provided beyond the payment limit of the contract. At the end of the contract period, charges of $13,496 were unpaid pursuant to the contract payment limit. The additional services were provided in June 2021. All of the requested excess services were rendered before the Department was aware that the contract limits had been reached. Therefore, the County has determined that God’s Grace Caring Home, Inc. is entitled to payment for the reasonable value of their services under the equitable relief theory of quantum meruit. That theory provides that where a person has been asked to provide services without a valid contract, and the provider does so to the benefit of the recipient, the provider is entitled to recover the reasonable value of those services. CONSEQUENCE OF NEGATIVE ACTION: If this request is not approved, God’s Grace Caring Home, Inc. will not be paid for services provided to CCRMC patients and rendered in good faith. ATTACHMENTS RECOMMENDATION(S): ADOPT Resolution No. 2021/254 to approve and authorize the Employment and Human Services Director, or designee, to execute a non-financial contract with the California Department of Social Services to provide legal consultation and representation services associated with the Resource Family Approval Program for the period July 1, 2021 through June 30, 2024. FISCAL IMPACT: None. This is a non-financial contract. BACKGROUND: Resource Family Approval (RFA) Program is a new unified, family-friendly and child-centered caregiver approval process created to replace multiple processes for licensing foster homes, approving relatives and non-relative extended family members as foster care providers, and approving adoptive families. It is a streamlined set of standards for resource family approvals which allow for the safety, permanence, and well-being of the children who have been victims of child abuse and neglect and decreases the length of time for each child to obtain permanency. RFA was created in 2017 as part of the Continuum of Care Reform (CCR) which was authorized by Senate bill 1013 APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: C. Youngblood 925-608-4964 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.133 To:Board of Supervisors From:Kathy Gallagher, Employment & Human Services Director Date:September 7, 2021 Contra Costa County Subject:California Department of Social Services, Resource Family Approval Program BACKGROUND: (CONT'D) (Chapter 35, Statutes of 2013). California Department of Social Services (CDSS) provides legal consultation and legal representation services in administrative action appeals associated with the RFA program. Pursuant to Government Code section 30029.7, subdivision (a)(3), the County and CDSS may enter into an agreement for CDSS to provide services or activities related to RFA. The agreement contains a mutual indemnification clause. After negotiation with CDSS on this agreement in December 2020, a finalized agreement was received from CDSS on July 21, 2021. CONSEQUENCE OF NEGATIVE ACTION: The department will not have additional legal representation capacity to address RFA appeals. CHILDREN'S IMPACT STATEMENT: This contract supports all five of the community outcomes established in the Children's Report Card: 1) "Children Ready for and Succeeding in School"; 2) "Children and Youth Healthy and Preparing for Productive Adulthood"; 3) "Families that are Economically Self Sufficient"; 4) "Families that are Safe, Stable and Nurturing"; and, 5) "Communities that are Safe and Provide a High Quality of Life for Children and Families" by providing a streamline process in expediting service delivery to children and non-minor dependents. AGENDA ATTACHMENTS Resolution 2021/254 MINUTES ATTACHMENTS Signed: Resolution No. 2021/254 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/254 In The Matter Of: California Department of Social Services, Resource Family Approval Program WHEREAS, the Resource Family Approval (RFA) Program is a new unified, family-friendly and child-centered caregiver approval process created to replace multiple processes; and WHEREAS, it is a streamline set of standards for resource family approval which allows safety, permanence and well-being of the children who have been victims of child abuse an neglect; and WHEREAS, it decreases the length of time for each child to obtain permanency; and WHEREAS, California Department of Social Services (CDSS) will provide legal consultation and psychosocial assessment which are necessary to expedite the delivery of services to children and non-minor dependents who reside or may reside in an approved resource family home. Now, Therefore, Be It Resolved: The Contra Costa County Board of Supervisors approve and authorized the Employment and Human Services Director, or designee to execute a non-financial contract with the California Department of Social Services to provide legal services associated with the Resource Family Approval Program for the period July 1, 2021 through June 30, 2024. Contact: C. Youngblood 925-608-4964 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: RECOMMENDATION(S): 1. AUTHORIZE initiation of a General Plan Amendment (GPA) process to consider changing the General Plan land use designation from Single-Family Residential High-Density (SH) to Multiple-Family Residential High-Density (MH) for two parcels located at 1927 and 1932 Giaramita Street in the North Richmond area, Assessor's Parcel Numbers 409-272-009 and 409-292-001. (County File #GP21-0003) 2. ACKNOWLEDGE that granting this authorization does not imply any sort of endorsement for the application to amend the General Plan, but only that the matter is appropriate for consideration. FISCAL IMPACT: None. If the authorization is granted, the project applicant will pay application fees to cover the cost of processing the GPA. BACKGROUND: On July 29, 2021, the Department of Conservation and Development received documents from Richmond LAND, a 501(c)(3) community land trust, describing a proposed eco-village project in North Richmond (Attachment A). The subject site is designated SH on the General Plan Land Use Element Map and zoned Planned Unit District (P-1). The applicant requests redesignation of the subject site from SH to MH. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Will Nelson, (925) 655-2898 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.134 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:General Plan Amendment Authorization for Richmond LAND Eco-Village Project BACKGROUND: (CONT'D) Attachment B illustrates the existing and proposed General Plan designations and Attachment C illustrates the zoning. The subject site consists of two parcels totaling 0.83 acres that are across the street from each other on Giaramita Street. The parcels are flat and developed with a total of five duplexes, which are vacant. The parcels are surrounded by small-lot single-family homes to the west, south, and east. To the north is Wildcat Creek, with Verde Elementary School beyond. Attachment D is an aerial photo of the project site and its surroundings. The project involves development of an eco-village of approximately 22 single-family cottages, each about 360 square feet. The cottages would be offered to residents earning under 60 percent of the area median income. Through the community land trust model, residents would own their homes under 99-year renewable ground leases with Richmond LAND retaining land ownership to ensure long-term affordability and owner occupancy. The village would include shared amenities and communal features, a parklet, public art, and a community garden. The design emphasizes sustainability by incorporating features such as photovoltaic canopies over parking areas, permeable paving, living roofs on certain buildings, a pollinator garden, and rainwater harvesting. The proposed project is the first of its kind in unincorporated Contra Costa County. It would transform two dilapidated properties into an environmentally-friendly community providing home ownership opportunities for low-income residents. Staff anticipates such projects becoming more prevalent as communities seek creative solutions to the housing crisis and the proposed project could serve as a model for future development. The proposal is also consistent with policies being developed through Envision Contra Costa 2040, namely those emphasizing sustainability and innovative housing types. For these reasons, staff recommends Board authorization to proceed with the GPA process. Staff notes that authorization to proceed does not imply the Board's ultimate endorsement of the application to amend the General Plan, but only that this matter is appropriate for consideration. CONSEQUENCE OF NEGATIVE ACTION: If the Board decides not to authorize initiation of the GPA process, then an application to amend the General Plan cannot be filed and the subject site will retain its SH land use designation. The proposed residential project would not be able to proceed. ATTACHMENTS Attachment A - Project Description Submitted by Richmond LAND Attachment B - General Plan Land Use Maps Attachment C - Zoning Maps Attachment D - Aerial Photograph of Project Site RichmondRichmond San Pablo Market Ave Fred Jackson WayRumrill Blvd6th StSilver Ave5th St4th St7th St1st St2nd StDavilla Rd Verde Ave Giaramita StTruman StMarket Ave Pittsburg Ave Harrold StW ildcat Creek Regio n a lT r a ilMap Created 8/26/2021 by Contra Costa County Department of Conservation and Development, GIS Group 30 Muir Road, Martinez, CA 94553 37:59:41.791N 122:07:03.756WI0490980245 Feet This map was created by the Contra Costa County Department of Conservation and Development with data from the Contra Costa C ounty GIS Program. Some base data, primarily City Lim its, is derived from the CA State Board of Equalization's tax rate areas. While obligated to use this data the County assumes no responsibility for its accuracy. This map contains copyrighted information and may not be altered. It may be reproduced in its current state if the source is cited. Users of this map agree to read and accept the County of Contra Costa disclaim er of liability for geographic information. Attachment B: APN: 409-272-009 & 409-292-001General Plan Amendment Study (GP21-0003)General Plan Designations RichmondRichmond San Pablo Market Ave Fred Jackson WayRumrill Blvd6th StSilver Ave5th St4th St7th St1st St2nd StDavilla Rd Verde Ave Giaramita StTruman StMarket Ave Pittsburg Ave Harrold StCentralStW ildcat Creek Regio n a lT ra ilCurr ent General Plan Pr oposed General Plan SITE SITE GP21-0003 Project Site Parcels General Plan Designation SH (Single Family Resi.l - High) ML (Multiple F amily R esi. - Low) MM (Multiple Fam ily Resi. - Medium) MH (Multiple Family Resi. - High) BP (Business Park) LI (Light Industry) HI (Heavy Industry) PS (Public/Semi-Public) OS (Open Space) HI PSBP OSLI ML MM MH SH PSBP HI LI OS OS ML SH LI OS LI SITE MH MM SITE RichmondRichmond San Pablo P-1 P-1, -X Market Ave Fred Jackson WayRumrill Blvd6th StSilver Ave5th St4th St7th St1st St2nd StDavilla Rd Verde Ave Giaramita StTruman StMarket Ave Pittsburg Ave Harrold StW ildcat Creek Regio n a lT r a ilMap Created 8/26/2021 by Contra Costa County Department of Conservation and Development, GIS Group 30 Muir Road, Martinez, CA 94553 37:59:41.791N 122:07:03.756WI0490980245 Feet This map was created by the Contra Costa County Department of Conservation and Development with data from the Contra Costa C ounty GIS Program. Some base data, primarily City Lim its, is derived from the CA State Board of Equalization's tax rate areas. While obligated to use this data the County assumes no responsibility for its accuracy. This map contains copyrighted information and may not be altered. It may be reproduced in its current state if the source is cited. Users of this map agree to read and accept the County of Contra Costa disclaim er of liability for geographic information. Attachment C: APN: 409-272-009 & 409-292-001General Plan Amendment Study (GP21-0003)Zoning Map RichmondRichmond San Pablo P-1 P-1, -X Market Ave Fred Jackson WayRumrill Blvd6th StSilver Ave5th St4th St7th St1st St2nd StDavilla Rd Verde Ave Giaramita StTruman StMarket Ave Pittsburg Ave Harrold StCentralStW ildcat Creek Regio n a lT ra ilCurr ent General Plan Pr oposed General Plan SITE SITE GP21-0003 Project Site ParcelsZoning P-1 (Planned Unit) P-1 -X (Railroad Corridor Com bining District) SITE SITE 6th StVerde Ave 5th StGiaramita StW ild c a tC re e k R e g io n a lT railMap Created 8/26/2021 by Contra Costa County Department of Conservation and Development, GIS Group 30 Muir Road, Martinez, CA 94553 37:59:41.791N 122:07:03.756WI09018045 Feet This map was created by the Contra Costa County Department of Conservation and Development with data from the Contra Costa C ounty GIS Program. Some base data, primarily City Lim its, is derived from the CA State Board of Equalization's tax rate areas. While obligated to use this data the County assumes no responsibility for its accuracy. This map contains copyrighted information and may not be altered. It may be reproduced in its current state if the source is cited. Users of this map agree to read and accept the County of Contra Costa disclaim er of liability for geographic information. Attachment D: APN: 409-272-009 & 409-292-001General Plan Amendment Study (GP21-0003)Aerial Photograph SITE GP21-0003 Project Site Parcels SITE RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Unpaid Student Training Agreement #22-175-13 with Samuel Merritt University, Department of Nursing, an educational institution, to provide supervised field instruction at Contra Costa Regional Medical Center (CCRMC) and Contra Costa Health Centers to nursing students, for the period October 1, 2021 through September 30, 2024. FISCAL IMPACT: There is no fiscal impact, this is a nonfinancial agreement. BACKGROUND: The purpose of this agreement is to provide Samuel Merritt University, Department of Nursing students with the opportunity to integrate academic knowledge with applied skills at progressively higher levels of performance and responsibility. Supervised fieldwork experience for students is considered to be an integral part of both educational and professional preparation. The Health Services Department can provide the requisite field education, while at the same time, benefitting from the students’ services to patients. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Jaspreet Benepal, 925-370-5151 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Alaina Floyd, marcy.wilham C.135 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Unpaid Student Training Agreement #22-175-13 with Samuel Merritt University BACKGROUND: (CONT'D) The County’s Health Services Department has been contracting with Samuel Merritt University, Department of Nursing since September 1, 1983. On April 24 2018, the Board of Supervisors approved contract #22-175-12 with Samuel Merritt University, Department of Nursing for the provision of clinical field experience and instruction from County’s Health Services Department for the period from October 1, 2018 through September 30, 2021. Approval of Unpaid Student Training Agreement #22-175-13 will allow Samuel Merritt University, Department of Nursing students to receive supervised fieldwork instruction and experience at CCRMC and Contra Costa Health Centers, through September 30, 2024. CONSEQUENCE OF NEGATIVE ACTION: If this contract is not approved, the students will not receive clinical field experience and instruction at CCRMC and Contra Costa Health Centers. ATTACHMENTS RECOMMENDATION(S): ACCEPT the July 2021 update of the operations of the Employment and Human Services Department, Community Services Bureau, as recommended by the Employment and Human Services Director. FISCAL IMPACT: There is no fiscal impact. BACKGROUND: The Employment and Human Services Department submits a monthly report to the Contra Costa County Board of Supervisors (BOS) to ensure ongoing communication and updates to the County Administrator and BOS regarding any and all issues pertaining to the Head Start Program and Community Services Bureau. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Elaine Burres 608-4960 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.136 To:Board of Supervisors From:Kathy Gallagher, Employment & Human Services Director Date:September 7, 2021 Contra Costa County Subject:July 2021 Update of Employment and Human Services Department, Community Services Bureau ATTACHMENTS CSB July 2021 CAO Report CSB July 2021CACFP Child Nutrition Report CSB July 2021 Credit Card Report CSB July 2021 EHS Financials CSB July 2021 HS Financials CSB July 2021 EHS-CCP Financial Report CSB July 2021 Menu CSB July 2021 LIHEAP P: 925 681 6300 F: 925 313 8301 1470 Civic Court , Suite 200 Concord, CA 94520 www.cccounty.us/ehsd To: Monica Nino, Contra Costa County Administrator From: Kathy Gallagher, EHSD Director Subject: Community Services Monthly Report Date: July 2021 News /Accomplishments  The Community Services Bureau (CSB) is proud to showcase its Student Intern Program funded through Head Start and Community Services Block Grant (CSBG). Mele Tupou, who was a Student intern in 2014 and was then a permanent Intermediate Clerk and then a Senior Clerk, has been hired as a Comprehensive Services Assistant Manager to the Community Action unit! The student intern program works and leads to “living wage” jobs!  The Economic Opportunity Council revised their overarching statement to accompany the 2022-23 Community Action Plan, which was approved by the Board of Supervisors on July 13th. The revised statements are as follows: o The Economic Opportunity Council declares that the top factors in order to lessen the effects of poverty and foster the health and well -being of all individuals in Contra Costa County are: (1) Affordable Housing & Shelter, (2) Food & Nutrition, (3) Mental Health Access and (4) Employment & Job Training leading to skilled -based, “living wage” jobs. o In addressing these top factors that have been compounded by the pandemic, we recognize there are overarching systemic issues to meaningful access namely service capacity limitations, delays in service response times, difficulties linking to appropriate, culturally sensitive services, and service integration. o Health and well -being refers to the recognition of poverty as a public health issue and that the health and well -being of all residents is an overarching concern as it relates to all priority areas. o Meaningful access refers to conditions of poorly resourced individuals who struggle with limited transportation options, inadequate or lack of electronic hardware, software and know -how to access online services, limited language access, and fear and/or di fficulty producing acceptable personal identification documents needed to qualify for services. o Integration refers to universal qualification metrics and seamless coordination of service delivery among programs, departments and providers.  CSB Director met with Kim Bonnema , recently hired Executive Director of our delegate agency, First Baptist Head Start. Aaron had a great visit with key members of their staff, as well as some of their Board members. We look forward to seeing our Director strengthening the partnership with First Baptist.  CSB Director attended his first “First 5” Contra Costa Commission meeting. Kathy Gallagher, who is one of the Commissioners, named Aaron as her alternate. Aaron will be meeting with First 5’s Executive Team in the next few weeks. cc: Policy Council Chair, Jasmine Cisneros Administration for Children and Families Program Specialist, Chris Pflaumer 2  The CSB Parent, Family and Community Engagement Manager created Summer Family Newsletter for distribution to all families enrolled in childcare services with CSB. Newsletter included summer safety tips, highlights for the centers, and parenting tips to improve communication with their children.  CSB recently purchased the book, Culturally Responsive Self-Care Practices for Early Childhood Educators, and it was distributed to all Site Supervisors and Managers. This is one of the first books designed specifically for the early childhood field regarding self - care that is filled with helpful strategies that can be implemented immediately both in the classroom and personally.  CSB’s Child Nutrition Unit held its second Food Service Meet ing for Families on Wednesday, July 7, 2021. The virtual meeting gave families the opportunity to learn more about our Child Care Food Program and how menu items are selected. Families were also able to participate in a Question and Answer session with our Child Nutrition Unit Manager, Edgar, and CSB Nutritionist, Sophia.  CSB teaching staff and Site Supervisors participated in an In -Service Education Training on Wednesday, July 7, 2021, which was presented by our Education Team. The training reviewed all education guidance, due dates and timelines, curriculum review, and social - emotional support practices.  The CSB Health Manager and Central Eligibility Unit Analyst created a recruitment bookmark: one side has oral health education for families and the other has a list of the directly operated child care centers and the enrollment hotline phone number. I. Status Updates: a. Caseloads, workload (all programs)  Head Start enrollment: 58.40%  Early Head Start enrollment: 89.07%  Early Head Start Child Care P artnership enrollment: 80.53%  Head Start Average Daily attendance: 77.0%  Early Head Start Average Daily attendance: 81.26%  Early Head Start Child Care Partnership attendance: 80.53%  Stage 2: 413 children  CAPP: 431 children - In total: 844 children - Incoming transfers from Stage 1: 8 children  LIHEAP: 241 households have been assisted  CARES LIHEAP: 0 households served  Weatherization: 4 households served cc: Policy Council Chair, Jasmine Cisneros Administration for Children and Families Program Specialist, Chris Pflaumer 3 b. Staffing:  During the month of July, CSB hired a Teacher Assistant -substitute, Teacher Assistant Trainee, and Student Intern. The Bureau also processed several promotions, and filled temporary upgrades and extensions. For all other vacancies, the Bureau is working through the established process to fill vacancies permanently or by TU with support from EHSD Personnel and HR. c. Union: o One Grievance - pending Step 3 Grievance II. Emerging Issues and Hot Topics:  Recruitment of teaching staff is one of CSB’s biggest challenges. CSB Director is teaming up with his management team, along with EHSD’s Public Information Office, to develop a comprehensive and innovative recruitment plan, including the creation of new recruitment videos and the potential utilization of a digital marketing firm.  During the week of July 19, 2021, CSB Dire ctor, Aaron Alarcon-Bowen, met with key staff to develop a plan to, hopefully, achieve full enrollment (and pre - pandemic conditions) at our Head Start and Early Head Start centers by January 1, 2022. This is a process that started on July 15th and will gradually continue until full enrollment is reached. 2021 Month covered June Approved sites operated this month 13 Number of days meals served this month 22 Average daily participation 238 Child Care Center Meals Served: Breakfast 4,206 Lunch 5,226 Supplements 3,652 Total Number of Meals Served 13,084 Claim Reimbursement Total $31,188 fldr/fn:2021 CAO Monthly Reports EMPLOYMENT & HUMAN SERVICES DEPARTMENT COMMUNITY SERVICES BUREAU CHILD NUTRITION FOOD SERVICES CHILD and ADULT CARE FOOD PROGRAM MEALS SERVED FY 2020-2021 COMMUNITY SERVICES BUREAU SUMMARY CREDIT CARD EXPENDITURE June 2021 Stat. Date Amount Program Purpose/Description 06/22/21 17.40 EHS-Child Care Partnership #2 Office Exp 17.40 06/22/21 10.00 Head Start T & TA Books, Periodicals 06/22/21 387.86 EHS Basis Grant Books, Periodicals 06/22/21 1,158.36 EHS-Child Care Partnership #2 Books, Periodicals 06/22/21 390.00 Child Dev Misc Grants: QRIS Books, Periodicals 06/22/21 435.44 EHS Basis Grant Books, Periodicals 06/22/21 435.43 EHS-Child Care Partnership #2 Books, Periodicals 2,817.09 06/22/21 337.87 Indirect Admin Costs Minor Furniture/Equipment 337.87 06/22/21 1,188.00 Indirect Admin Costs Computer Software Cost 06/22/21 384.00 HS Basic Grant Computer Software Cost 1,572.00 06/22/21 3,190.00 Indirect Admin Costs Training & Registration 06/22/21 299.00 Head Start T & TA Training & Registration 3,489.00 06/22/21 111.30 HS Basic Grant Educational Supplies 06/22/21 75.73 HS Basic Grant Educational Supplies 06/22/21 1,953.45 Comm. Svc Block Grant Educational Supplies 2,140.48 06/22/21 3,196.72 Child Care Svs Program Other Special Dpmtal Exp 3,196.72 Total 13,570.56 DESCRIPTION Original Remaining 83% JUNE Budget Budget Budget YTD Actual Sep 20-Aug 21 Jun-Aug 21 % YTD a. PERSONNEL 824,168 1,044,684 220,516 79% b. FRINGE BENEFITS 519,766 676,672 156,906 77% c. TRAVEL - 7,000 7,000 0% d. EQUIPMENT - - - 0% e. SUPPLIES 27,466 27,000 (466) 102% f. CONTRACTUAL 718,072 1,181,455 463,383 61% g. CONSTRUCTION - - - 0% h. OTHER 1,604,654 1,918,123 313,469 84% I. TOTAL DIRECT CHARGES 3,694,125 4,854,934 1,160,809 76% j. INDIRECT COSTS 201,540 175,440 (26,100) 115% k. TOTAL-ALL BUDGET CATEGORIES 3,895,665 5,030,374 1,134,709 77% Note: Administration for Children and Families (ACF) CONTRA COSTA COUNTY - EHSD COMMUNITY SERVICES BUREAU EARLY HEAD START - CHILDCARE PARTNERSHIP PROGRAM BUDGET PERIOD: SEPTEMBER 01, 2020 THROUGH AUGUST 31, 2021 AS OF JUNE 2021 1 2 3 4 5 6 Expenditures a. PERSONNEL (Object Class 6a) Permanent 59,704.39 818,253 917,589 99,336 89% Temporary 85.09 5,915 127,095 121,180 5% TOTAL PERSONNEL (Object Class 6a)59,789.48 824,168 1,044,684 220,516 79% b. FRINGE BENEFITS (Object Class 6b) Fringe_Benefits 37,261.35 519,766 676,672 156,906 77% TOTAL FRINGE BENEFITS (Object Class 6b)37,261.35 519,766 676,672 156,906 77% c. TRAVEL (Object Class 6c) 1._Staff_Out-Of-Town_Travel_(Training_and_Technical_Assistance)- - 7,000 7,000 0% TOTAL TRAVEL (Object Class 6c)- - 7,000 7,000 0% e. SUPPLIES (Object Class 6e) 1._Office_Supplies 43.50 2,327 4,500 2,173 52% 2._Child_and_Family_Services_Supplies (375.00) 21,892 18,000 (3,892) 122% 3. Other Supplies Computer_Supplies,_Software_Upgrades,_Replacemens,_etc.- - 500 500 0% Miscellaneous_Supplies - 613 3,000 2,387 20% Household_Supplies - 2,633 1,000 (1,633) 263% TOTAL SUPPLIES (Object Class 6e)(331.50) 27,466 27,000 (466) 102% f. CONTRACTUAL (Object Class 6f) 1._Adm_Svcs_(e.g.,_Legal,_Accounting,_Temp_Help)- 2,193 3,000 807 73% 2. Training and Technical Assistance Tandem_(Training_and_Technical_Assistance)- 21,021 21,000 (21) 100% Josephine_Lee_(Training_and_Technical_Assistance)- 3,938 19,400 15,463 20% Crystal_McClendon_[Consultation_Services]_(Training_and_Technical_Assistance)- - 8,000 8,000 0% Susan_Rogers_[FDC_Classes]_(Training_and_Technical_Assistance)553.12 5,114 8,000 2,886 64% Ayannakai_Nalo_[Reflective_Supervision_Workshops]_(Training_and_Technical_Ass )- 6,199 8,000 1,802 77% Maria_St._John_[Reflective_Supervision_Consultation]_(Training_and_Technical_As s)2,812.50 7,243 8,000 757 91% Robert_Huffman_[Leadership_Workshops]_(Training_and_Technical_Assistance)- - 8,000 8,000 0% 3. Other Contracts Childcare_Services:_Aspiranet_[15_slots_@_$515_for_12_months]7,725.00 69,525 92,718 23,193 75% Childcare_Services:_COCOKids_[52_slots_@_$515_for_12_months]26,780.00 214,240 321,422 107,182 67% Childcare_Services:_COCOKids_[Loss_of_Subsidy]- - 3,000 3,000 0% Childcare_Services:_COCOKids_[Diapers,_Formula,_Wipes,_etc.]3,239.42 9,423 18,260 8,837 52% Childcare_Services:_COCOKids_[Emergency_Health/Safety_Repairs]- - 10,000 10,000 0% Childcare_Services:_COCOKids_[Professional_Development]_(Training_and_Technical_Assistance)- - 10,000 10,000 0% Childcare_Services:_First_Baptist_Church_[24_slots_@_$515_for_12_months]19,055.00 63,345 148,349 85,004 43% Childcare_Services:_KinderCare_[32_slots_@_$515_for_12_months]8,240.00 135,445 197,798 62,353 68% Childcare_Services:_TinyToes_Preschool_[8_slots_@_$515_for_12_months]24,720.00 34,505 49,450 14,945 70% Childcare_Services:_YMCA_[32_slots_@_$630_for_12_months]- 145,882 242,058 96,176 60% One_Solution_Technology_[Software_License,_Data_Mgmt,_Hosting_Svcs,_Consulting]- - 5,000 5,000 0% TOTAL CONTRACTUAL (Object Class 6f)93,125.04 718,072 1,181,455 463,383 61% h. OTHER (Object Class 6h) 1._Rent - 9,548 12,860 3,312 74% 2._Utilities/Telephone 316.36 7,222 7,600 378 95% 3._Building_Maintenance/Repair_and_Other_Occupancy 94,701.75 140,605 182,912 42,307 77% 4._Local_Travel_(57.5_cents_per_mile_effective_1/1/2020)27.44 551 2,000 1,449 28% 5. Parent Services Parent_Activities,_Policy_Council,_and_Appreciation_(Sites,_PC,_BOS_luncheon_(including_food_and_venue)_(Training_and_Technical_Assistance)- - 1,000 1,000 0% 6. Accounting and Legal Services Auditor_Controllers - - 500 500 0% Data_Processing - 2,027 3,700 1,673 55% 7. Training or Staff Development Agency_Memberships_(WIPLI,_Meeting_Fees,_NHSA,_NAEYC,_etc.)_(Training_and_Technical_Assistance)- 2,427 2,500 73 97% Staff_Trainings/Dev._Conf._Registrations/Memberships_-_PA_11_(Training_and_Technical_Assistance)- (105) 11,361 11,466 -1% 8. Other Collaboration_with_Child_Development_Program 300,426.63 1,380,991 1,573,690 192,699 88% Vehicle_Operating/Maintenance_&_Repair 524.47 6,970 8,700 1,730 80% Equipment_Maintenance_Repair_and_Rental 1.47 33,010 36,300 3,290 91% Other_Operating_Expenses_(CSD_Admin,_Fac_Mgmt_Allocation)7,575.92 21,407 75,000 53,593 29% TOTAL OTHER (Object Class 6h)403,574.04 1,604,654 1,918,123 313,469 84% I. TOTAL DIRECT CHARGES (Sum of Line 6a-6h)593,418 3,694,125 4,854,934 1,160,809 76% j._INDIRECT_COSTS_(19%_of_Salaries_only)23,124.16 201,540 175,440 (26,100) 115% k. TOTAL FEDERAL (ALL BUDGET CATEGORIES)616,542.57 3,895,665 5,030,374 1,134,709 77% CONTRA COSTA COUNTY - EHSD COMMUNITY SERVICES BUREAU EARLY HEAD START - CHILDCARE PARTNERSHIP PROGRAM BUDGET PERIOD: SEPTEMBER 01, 2020 THROUGH AUGUST 31, 2021 AS OF JUNE 2021 Note: Administration for Children and Families (ACF) approved the non-federal share waiver request for this budget year [Head Start Act Section 640.(b)(4)]. The non- federal share requirement is now $0 at 0%. Total YTD Actual Total Budget Remaining Budget YTD Percentage 83% Actual Jun 21 JUNE Total Remaining 50% DESCRIPTION YTD Actual Budget Budget %YTD a. PERSONNEL 1,929,214$ 4,236,938$ 2,307,724$ 46% b. FRINGE BENEFITS 1,271,609 2,898,950 1,627,341 44% c. TRAVEL - 22,060 22,060 0% d. EQUIPMENT 12,552 30,000 17,448 0% e. SUPPLIES 116,749 213,000 96,251 55% f. CONTRACTUAL 1,537,293 4,069,324 2,532,031 38% g. CONSTRUCTION - - - 0% h. OTHER 1,253,503 5,545,028 4,291,525 23% I. TOTAL DIRECT CHARGES 6,120,920$ 17,015,300$ 10,894,380$ 36% j. INDIRECT COSTS 256,516 805,197 548,681 32% k. TOTAL-ALL BUDGET CATEGORIES 6,377,435$ 17,820,497$ 11,443,062$ 36% In-Kind (Non-Federal Share)1,594,359$ 4,455,124$ 2,860,765$ 36% CONTRA COSTA COUNTY - COMMUNITY SERVICES BUREAU 2021 HEAD START PROGRAM BUDGET PERIOD JANUARY - DECEMBER 2021 AS OF JUNE 2021 1 2 3 4 5 6 Actual Total YTD Total Remaining 50% Jun-21 Actual Budget Budget % YTD a. Salaries & Wages (Object Class 6a) Permanent 1011 316,219 1,838,770 3,974,656 2,135,886 46% Temporary 1013 16,267 90,444 262,282 171,838 34% a. PERSONNEL (Object class 6a)332,486 1,929,214 4,236,938 2,307,724 46% b. FRINGE BENEFITS (Object Class 6b) Fringe Benefits 213,004 1,271,609 2,898,950 1,627,341 44% b. FRINGE (Object Class 6b)213,004 1,271,609 2,898,950 1,627,341 44% c. Travel (Object Class 6c)- - - - - HS Staff - - 22,060 22,060 - c. TRAVEL (Object Class 6c)- - 22,060 22,060 - d. EQUIPMENT (Object Class 6d) 2. Classroom/Outdoor/Home-based/FCC - - 15,000 15,000 - 4. Other Equipment - 12,552 15,000 2,448 12,552 d. EQUIPMENT (Object Class 6d)- 12,552 30,000 17,448 12,552 e. SUPPLIES (Object Class 6e) 1. Office Supplies 2,985 31,215 55,000 23,785 57% 2. Child and Family Services Supplies (Includesclassroom Supplies)11,157 39,049 80,000 40,951 49% 4. Other Supplies Health and Safety Supplies - - 1,000 1,000 0% Computer Supplies, Software Upgrades, Computer Replacement 35,508 45,496 60,000 14,504 76% Health/Safety Supplies 827 827 2,500 1,673 33% Mental helath/Diasabilities Supplies - - 500 500 Miscellaneous Supplies - 3 9,500 9,497 0% Emergency Supplies - - 500 500 0% Employee Morale 131 158 3,000 2,842 5% Household Supplies - - 1,000 1,000 0% TOTAL SUPPLIES (6e)50,608 116,749 213,000 96,251 55% f. CONTRACTUAL (Object Class 6f) 1. Adm Svcs (e.g., Legal, Accounting, Temporary Contracts)5,422 16,364 115,000 98,636 14% 2. Health/Disabilities Services - - - - Health Consultant 5,120 28,160 53,000 24,840 53% 5. Training & Technical Assistance - PA11 One Solution - 5,530 15,000 9,470 37% Diane Godard 60 8,162 8,500 338 96% Josephine Lee - 2,321 4,600 2,279 50% St John Maria/Nalo Ayannakai/Tandem/McClendon 8,259 13,664 16,500 2,836 83% 7. Delegate Agency Costs First Baptist Church Head Start PA22 418,912 949,233 2,313,753 1,364,520 41% First Baptist Church Head Start PA20 - - 8,000 8,000 0% 8. Other Contracts First Baptist/Fairgrounds Wrap (20 slots x 243days x $15.27)23,016 123,935 440,161 316,226 28% First Baptist/Fairgrounds Enhance (68 slots x 12 x $225)13,025 45,041 137,818 92,777 33% FB-E. Leland/Mercy Housing Partnership - - - - Martinez ECC (40 slots x 12 mos. x $225)21,590 72,950 160,472 87,522 45% Tiny Toes 22,751 39,437 87,412 47,975 45% YMCA of the East Bay - 232,496 709,108 476,612 33% f. CONTRACTUAL (Object Class 6f)518,154 1,537,293 4,069,324 2,532,031 38% h. OTHER (Object Class 6h) 2. Bldg Occupancy Costs/Rents & Leases 23,128 121,189 535,000 413,811 23% (Rents & Leases/Other Income)- 8,369 - (8,369) 4. Utilities, Telephone 11,491 77,446 218,000 140,554 36% 5. Building and Child Liability Insurance - 2,312 4,100 1,789 56% 6. Bldg. Maintenance/Repair and Other Occupancy 2,504 74,116 267,000 192,884 28% 8. Local Travel (55.5 cents per mile effective 1/1/2012)117 760 25,875 25,115 3% 9. Nutrition Services Child Nutrition Costs - 14,136 280,000 265,864 5% (CCFP & USDA Reimbursements)- (14,562) (107,000) (92,438) 14% 13. Parent Services Parent Conference Registration - PA11 - - 3,000 3,000 0% Parent Resources (Parenting Books, Videos, etc.) - PA11 - - 500 500 0% PC Orientation, Trainings, Materials & Translation - PA11 - - 5,000 5,000 0% Policy Council Activities - - 2,000 2,000 0% Male Involvement Activities - - 500 500 0% Parent Activities (Sites, PC, BOS luncheon) & Appreciation - - 10,300 10,300 0% Child Care/Mileage Reimbursement 275 275 5,500 5,225 5% 14. Accounting & Legal Services Auditor Controllers - 1,218 3,100 1,882 39% Data Processing/Other Services & Supplies 1,643 8,214 16,500 8,286 50% 15. Publications/Advertising/Printing Outreach/Printing - - 1,500 1,500 0% Recruitment Advertising (Newspaper, Brochures)- 5,833 6,000 167 97% 16. Training or Staff Development Agency Memberships (WIPFLI, Meeting Fees, NHSA, NAEYC, etc.)755 7,868 8,000 132 98% Staff Trainings/Dev. Conf. Registrations/Memberships - PA11 1,802 69,551 106,184 36,633 66% 17. Other Site Security Guards 185 1,187 6,000 4,813 20% Dental/Medical Services - - 1,000 1,000 0% Vehicle Operating/Maintenance & Repair 8,259 55,703 103,600 47,897 54% Equipment Maintenance Repair & Rental 9,678 24,133 63,500 39,367 38% Dept. of Health and Human Services-data Base (CORD)833 4,167 10,000 5,833 42% Other Operating Expenses (Facs Admin/Other admin)23,828 48,179 780,169 731,990 6% Other Departmental Expenses 743,408 743,408 3,189,700 2,446,292 23% h. OTHER (6h)827,907 1,253,503 5,545,028 4,291,525 23% I. TOTAL DIRECT CHARGES (6a-6h)1,942,159 6,120,920 17,015,300 10,894,380 36% j. INDIRECT COSTS 95,967 256,516 805,197 548,681 32% k. TOTALS (ALL BUDGET CATEGORIES)2,038,126 6,377,435 17,820,497 11,443,062 36% Non-Federal Share (In-kind)509,532 1,594,359 4,455,124 2,860,765 36% CONTRA COSTA COUNTY - COMMUNITY SERVICES BUREAU 2021 HEAD START PROGRAM BUDGET PERIOD JANUARY - DECEMBER 2021 AS OF JUNE 2021 JUNE Total Remaining 50% DESCRIPTION YTD Actual Budget Budget %YTD a. PERSONNEL 275,979$ 479,714$ 203,735$ 58% b. FRINGE BENEFITS 174,594 295,675 121,081 59% c. TRAVEL - 2,000 2,000 0% d. EQUIPMENT - - - 0% e. SUPPLIES 18,604 17,100 (1,504) 109% f. CONTRACTUAL 697,346 1,877,348 1,180,002 37% g. CONSTRUCTION - - - 0% h. OTHER 365,484 1,114,151 748,667 33% I. TOTAL DIRECT CHARGES 1,532,006$ 3,785,988$ 2,253,982$ 40% j. INDIRECT COSTS 32,144 91,146 59,002 35% k. TOTAL-ALL BUDGET CATEGORIES 1,564,150$ 3,877,134$ 2,312,984$ 40% In-Kind (Non-Federal Share)391,038$ 969,284$ 578,246$ 40% CONTRA COSTA COUNTY - COMMUNITY SERVICES BUREAU 2021 EARLY HEAD START PROGRAM BUDGET PERIOD JANUARY - DECEMBER 2021 AS OF JUNE 2021 1 2 3 4 5 6 Actual Total YTD Total Remaining 50% Jun-21 Actual Budget Budget % YTD a. Salaries & Wages (Object Class 6a) Permanent 1011 58,408 268,607 446,703 178,096 60% Temporary 1013 3,207 7,372 33,011 25,639 22% a. PERSONNEL (Object class 6a)61,615 275,979 479,714 203,735 58% b. FRINGE (Object Class 6b)35,654 174,594 295,675 121,081 59% c. Travel (Object Class 6c) 1. Out-of-Town Travel - - 2,000 2,000 - c. TRAVEL (Object Class 6c)- - 2,000 2,000 - e. SUPPLIES (Object Class 6e) 1. Office Supplies 6,495 12,275 6,000 (6,275) 205% 2. Child and Family Services Supplies (Includesclassroom Supplies)- 5,375 7,000 1,625 77% 4. Other Supplies Computer Supplies, Software Upgrades, Computer Replacement - 313 3,500 3,188 9% Household Supplies 637 641 600 (41) 107% Employee Health and Welfare costs (formerly Employee morale)- - - - TOTAL SUPPLIES (6e)7,132 18,604 17,100 (1,504) 109% f. CONTRACTUAL (Object Class 6f) 1. Adm Svcs (e.g., Legal, Accounting, Temporary Contracts)(9,682) - 25,000 25,000 0% 2. Health/Disabilities Services Health Consultant 1,280 7,040 12,000 4,960 59% 5. Training & Technical Assistance - PA11 Leadership Trainings/Seminars/Worshops - 1,894 2,800 906 68% Demogtaphic/Data Research 2,643 2,643 4,500 1,857 59% Practice Based Coaching/Classroom Observation - 1,063 3,000 1,938 35% Family Development Credential/Reflective Practice 2,250 5,370 12,600 7,230 43% 8. Other Contracts First Baptist/Fairgrounds and Lone Tree 9,270 44,290 117,420 73,130 38% First Baptist/East Leland and Kids Castle 15,450 86,520 185,400 98,880 47% Aspiranet 69,010 345,050 940,820 595,770 37% Crossroads 14,420 72,100 193,040 120,940 37% KinderCare 4,120 24,720 118,880 94,160 21% Martinez ECC 8,240 46,200 98,880 52,680 47% YMCA of the East Bay - 60,456 163,008 102,552 37% f. CONTRACTUAL (Object Class 6f)117,001 697,346 1,877,348 1,180,002 37% h. OTHER (Object Class 6h) 2. Bldg Occupancy Costs/Rents & Leases 815 1,487 35,000 33,513 4% 4. Utilities, Telephone 150 601 5,000 4,399 12% 5. Building and Child Liability Insurance - - 500 500 0% 6. Bldg. Maintenance/Repair and Other Occupancy 85 345 5,500 5,155 6% 8. Local Travel (55.5 cents per mile effective 1/1/2012)- - 8,000 8,000 0% 13. Parent Services Parent Conference Registration - PA11 - - 3,000 3,000 0% PC Orientation, Trainings, Materials & Translation - PA11 - - 4,000 4,000 0% Policy Council Activities - - 1,000 1,000 0% Parent Activities (Sites, PC, BOS luncheon) & Appreciation - - 2,000 2,000 0% Child Care/Mileage Reimbursement 34 34 800 766 4% 14. Accounting & Legal Services Auditor Controllers - - 500 500 0% Data Processing/Other Services & Supplies 543 2,713 6,000 3,287 45% Recruitment Advertising (Newspaper, Brochures)- 1,458 2,200 742 66% 16. Training or Staff Development Agency Memberships (WIPFLI, Meeting Fees, NHSA, NAEYC, etc.)- 591 1,000 409 59% Staff Trainings/Dev. Conf. Registrations/Memberships - PA11 - 543 50,044 49,501 1% 17. Other Site Security Guards - 55 1,000 945 5% Vehicle Operating/Maintenance & Repair 173 1,324 12,000 10,676 11% Equipment Maintenance Repair & Rental - 201 2,500 2,299 8% Dept. of Health and Human Services-data Base (CORD)- - 1,000 1,000 0% Other Operating Expenses (Facs Admin/Other admin)2,905 3,351 123,107 119,756 3% Other Departmental Expenses 136,703 352,782 850,000 497,218 42% h. OTHER (6h)141,408 365,484 1,114,151 748,667 33% I. TOTAL DIRECT CHARGES (6a-6h)362,810 1,532,006 3,785,988 2,253,982 40% j. INDIRECT COSTS 17,244 32,144 91,146 59,002 35% k. TOTALS (ALL BUDGET CATEGORIES)380,054 1,564,150 3,877,134 2,312,984 40% Non-Federal Share (In-kind)95,014 391,038 969,284 578,246 40% CONTRA COSTA COUNTY - COMMUNITY SERVICES BUREAU 2021 EARLY HEAD START PROGRAM BUDGET PERIOD JANUARY - DECEMBER 2021 AS OF JUNE 2021 July 202 1 – COMMUNITY SERVICES BUREAU PRESCHOOL MENU MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY ALL BREAKFAST & LUNCH SERVED WITH 1 % MILK *Indicates vegetable included in main dish + Indicates Whole Grain Rich WATER IS OFFERED THROUGHOUT THE DAY 1 BREAKFAST 1 ea. Fresh Orange ¾ c. + Rice Chex Cereal LUNCH ½ c. TOFU POT ROAST ¼ c. Roasted Beets ¼ c. Pineapple Tidbits ½ ea. + Pita Bread PM SNACK ½ c. + Lets Go Fishing Trail Mix (corn chex, pretzels, fish & cheese crackers) ½ c. 1% Milk 2 BREAKFAST 1 ea. Fresh Banana ½ ea. + Bagel/Cream Cheese LUNCH ½ c. HOPPIN JOHNS (black eyed peas, smoked turkey, onion, cheddar cheese) ¼ c. Garlic Roasted Radishes ½ ea. Fresh Fuji Apple ¼ c. + Brown Rice PM SNACK ½ c. Fresh Strawberries 1 pkg. + Graham Crackers 5 6 BREAKFAST 1 ea. Fresh Pear ½ c. + Bran Cereal LUNCH 1 ea. TURKEY SANDWICH (Eggless Mayo & Mustard Dressing) ¼ c. Green Leaf Lettuce ⅛ c. Tomato Slice ½ ea. Fresh Orange 1 sl. + Pullman Loaf Bread PM SNACK 1 pkg. + Graham Crackers ½ c. 1% Milk 7 BREAKFAST 1 ea. Fresh Kiwi ¾ c. + Kix Cereal LUNCH ¾ c. TUSCAN CHICKEN (diced chicken, tomato puree, sundired tomatoes, basil, onion, thyme parmesan cheese, low-fat cream) ¼ c. Roasted Broccoli ½ ea. Fresh Pink Lady Apple 1 ea. + Dinner Roll PM SNACK Early Closure 8 BREAKFAST 1 ea. Fresh Orange ½ ea. + Bagel /Cream Cheese & Strawberries LUNCH 1 ea. SPANISH TORTILLA (egg, onion, potato, bell pepper, light half & half) ½ ea. + English Muffin ¼ c. Roasted Romasneco 1 sl. Fresh Cantaloupe PM SNACK - Fruit Sunbutter Stack 1 tbsp. Sunbutter ½ ea. Fresh Banana 1 pkg. + Graham Crackers 9 BREAKFAST ½ c. Mango Chunks 1 sq. + A – Z Bread LUNCH 1 ea. ROASTED CHICKEN LEG ¼ c. Rainbow Cauliflower & Onion ½ ea. Fresh Apple 2 ea. + Mini Corn Tortilla PM SNACK ⅛ c. Cottage Cheese ½ c. Pineapple Tidbits 12 BREAKFAST 1 ea. Fresh Orange ½ c. + Bran Cereal LUNCH 1 ea. BAJA BEAN WRAP ¼ c. Fresh Jicama Sticks ¼ c. Fresh Papaya 1 ea. + Flour Tortilla PM SNACK 1 ea. Hard Boiled Egg 1 ea. Fresh Kiwi 13 BREAKFAST 1 ea. Fresh Banana ½ c. + Cornflakes LUNCH BUILD YOUR OWN TACO SALAD 1 ½ ozs. Ground Turkey ½ oz. Shredded Cheese ¼ c. Shredded Lettuce ⅛ c. Diced Tomatoes ½ ea. Fresh Satsuma Orange 5 ea. + Corn Tortilla Chips PM SNACK 1 ea. Fresh Pear 1 tbsp. Sunbutter 14 BREAKFAST 1 ea. Fresh Smitten Apple ½ sl. + Cinnamon Toast LUNCH 1 ea. CURRY CHICKEN LEG ¼ c. Cucumber Slices/Ranch Dressing ½ ea. Fresh Red Pear ⅜ c. + Pasta Salad (celery, red onion, eggless mayo, apple cider vinegar, salt, pepper) PM SNACK 1 pkg. + Cheese Crackers 2 tbsps. Onion & Carrot Dip ⅛ c. Cottage Cheese 15 BREAKFAST 1 ea. Fresh Banana ½ ea. + English Muffin/Cream Cheese LUNCH 1 c. * BLACK BEAN SALAD (onion, carrot, bell pepper, celery, broccoli, diced sweet potato, cilantro, lemon juice) ½ ea. Fresh Orange 1 sq. + Homemade Cornbread PM SNACK ½ c. Carrots & Zucchini Sticks/Italian dressing 1 pkg. + Animal Crackers 16 BREAKFAST 1 ea. Fresh D’anjou Pear ½ c. + Cheerios LUNCH ½ c. TUNA SALAD ¼ c. Carrot Sticks ½ ea. Fresh Apple 1 sl. + Pullman Loaf Bread PM SNACK ½ c. Cucumber Slices & Broccoli Florets ¼ c. Cottage Cheese Ranch Dressing 19 BREAKFAST 1 ea. Fresh Banana ½ ea. + Bagel/Cream Cheese LUNCH 1 serv. +LENTIL VEGGIE SQUARES (red lentils, whole wheat flour, carrot, zucchini, peas, garlic) ¼ c. Garlic Roasted Hericovert (green beans) ½ ea. Fresh Smitten Apple PM SNACK ½ c. Tropical Fruit Salad 1 pkg. + Cheese Crackers 20 BREAKFAST 1 ea. Hard Boiled Egg ½ ea. + English Muffin/Sunbutter ½ c. Fresh Papaya LUNCH ½ c. GREEN POZOLE (diced chicken, onions, hominy, tomatillos, cabbage, cilantro) 1 ea. Fresh Tangerine Satsuma 2 ea. + Mini Corn Tortillas PM SNACK 1 pkg. + Goldfish Pretzel Crackers 1 ea. Diced Fresh Kiwi 21 BREAKFAST 1 ea. Fresh Banana 1 sq. + Homemade Zucchini Bread LUNCH ½ c. BUTTER CHICKEN (diced chicken, low fat cream, tomato, onion, garlic, paprika, turmeric, ginger, cumin) ¼ c. Cucumber Slices/Ranch Dressing ½ ea. Fresh Asian Pear ½ ea + Pita Bread PM SNACK 1 pkg. + Graham Crackers ½ c. Applesauce 22 BREAKFAST 1 ea. Fresh Orange ¾ c. + Rice Chex Cereal LUNCH ½ c. LENTIL SALAD (garlic, corriander, paprika, red onion, bellpepper, lemon juice) ¼ c. Roasted Rainbow Baby Carrots ¼ c. Pineapple Chunks 2 ea. + Mini Corn Tortilla PM SNACK ½ c. + Lets Go Fishing Trail Mix (corn chex, pretzels, fish & cheese crackers) ½ c. 1% Milk 23 BREAKFAST 1 ea. Fresh Banana ¾ c. + Kix Cereal LUNCH ½ c. KALUA CHICKEN (smoked chicken, salt, pepper, banana leaf) ⅜ c. Tofu Lomi Lomi (tomato, onion, green onion, diced tofu, salt, pepper, paprika) ½ ea. Fresh Pear ¼ c. + Spanish Rice PM SNACK 1 pkg. + Fish Crackers ½ c. 1% Milk 26 BREAKFAST 1 ea. Fresh Orange ¾ c. + Rice Chex Cereal LUNCH ½ c.+ BLACK BEAN TOFU YAKI SOBA (black beans, tomato paste, garlic, tofu, green onions carrot, soy, whole wheat noodles) ¼ c. Steamed Spinach ½ ea. Fresh Honey Crisp Apple PM SNACK 2 pkgs. Ritz Crackers ½ c. 1% Milk 27 BREAKFAST 1 ea. Fresh Banana 1 sl. + Cinnamon & Raisin Bread 1 ea. Turkey Sausage LUNCH ½ c. ROPA VIEJA (shredded beef, onion, garlic, red bell pepper, oregano, cumin, rosemary, bay leaves, tomato paste, beef stock) ½ ea. Fresh Pear ¼ c. Roasted Carrots ½ ea. + Cilantro Brown Rice PM SNACK ½ c. Carrots Sticks ¼ c. Green Onion Dip (green onions, garlic, onion, cottage cheese) 28 BREAKFAST ½ c. Pineapple Chunks 1 sq. + Homemade Banana Bread LUNCH ⅜ c. SLOPPY JOES ¼ c. Roasted Zucchini ¼ c. Mango Chunks ½ ea. + Hamburger Bun PM SNACK Early Closure 29 BREAKFAST 1 ea. Fresh Banana ¼ c. + Homemade Oatmeal with Cinnamon & Raisins LUNCH ½ c. CHICKEN GUMBO (onions, celery, bell pepper, okra) ¼ c. Broccoli Florets/Ranch Dressing ½ ea. Fresh Pear ¼ c. + Brown Rice PM SNACK 1 pkg. + Cheese Crackers ½ c. 1% Milk 30 BREAKFAST 1 ea. Fresh Orange 1 sq. + Homemade Zucchini Bread 1 ea. Hard Boiled Egg LUNCH 1 ½ ozs. TURKEY TACOS ½ oz. Queso Fresco ¼ c. Shredded Lettuce ⅛ c. Tomatoes ¼ c. Mango Chunks 2 ea. + Mini Corn Tortillas PM SNACK ½ c. Yellow Wax Beans ¼ c. Cottage Cheese Ranch Dip CAO Monthly Report Low-Income Home Energy Assistance Community Services Block Grant Year-to-Date Expenditures As of June 30,2021 1) CONTRACT NO. 20B-2005 / Term: Oct. 1, 2019 through Dec. 31, 2021 2020 LIHEAP WX 1,280,226 (1,280,097)129 100% 2020 EHA-16 1,132,577 (913,975)218,602 81% 2020 UTILITY ASSISTANCE (UA)2,466,877 (2,469,656)-2,779 100% TOTAL 2020 LIHEAP CONTRACT 4,879,680 (4,663,728)215,952 96% 2) CONTRACT NO. 20U-2554 / Term: Jul. 1, 2020 - Sept. 30, 2021 2020 CARES EHA-16 387,634 (201,360)186,274 52% 2020 CARES UTILITY ASSISTANCE (UA)727,903 (727,903)0 100% TOTAL 2020 LIHEAP CARES ACT CONTRACT 1,115,537 (929,263)186,274 83% 3) CONTRACT NO. 21F-4007 / Term: Jan. 1, 2021 - May 31, 2022 2021 CSBG CAA 876,852 (168,612)708,240 19% TOTAL 2021 CSBG CONTRACT 876,852 (168,612)708,240 19% 4) CONTRACT NO. 21B-5005 / Term: November 1, 2020 - June 30, 2022 2021 EHA-16 1,028,290 (245,110)783,180 24% *2021 LIHEAP WX 1,162,508 (529,846)632,662 46% 2021 LIHEAP UTILITY ASSISTANCE (UA)1,690,590 (1,233,933)456,657 73% TOTAL 2021 LIHEAP CONTRACT 3,881,388 (2,008,889)1,872,499 52% *CSB received an amendment and budget will be adjusted once amendment is executed 5) CONTRACT NO. 20F-3007 / Term: Jan. 1, 2020 - May 31, 2021 2020 CSBG CAA 876,852 (876,852)0 100% 2020 CSBG DISCRETIONARY 32,000 (32,000)0 100% TOTAL 2020 CSBG CONTRACT 908,852 (908,852)0 100% 6) CONTRACT NO. 20F-3646 / Term: Mar. 27, 2020 - May 31, 2022 2020 CSBG CARES CAA 1,189,181 (105,472)1,083,709 9% 2020 CSBG CARES CAA DISCRETIONARY 40,370 0 0 0% TOTAL 2020 CSBG CARES CONTRACT 1,189,181 (105,472)1,083,709 9% Prepared: July 28, 2021 fldr/fn:CAO Monthly Reports/WX YTD Exp-CAO Mo Rprt 6-2021 BUDGET SPENT REMAINING BALANCE PERCENT EXPENDED BUDGET SPENT REMAINING BALANCE PERCENT EXPENDED BUDGET SPENT REMAINING BALANCE PERCENT EXPENDED BUDGET SPENT REMAINING BALANCE PERCENT EXPENDED BUDGET SPENT REMAINING BALANCE PERCENT EXPENDED BUDGET SPENT REMAINING BALANCE PERCENT EXPENDED RECOMMENDATION(S): APPROVE and AUTHORIZE the Conservation and Development Director, or designee, to execute a Community Benefits Agreement with Ameresco Keller Canyon RNG LLC (Ameresco), effective as of August 10, 2021, to pay the County $50,000 per year while Ameresco’s Renewable Natural Gas Processing Facility and Pipeline is operational. FISCAL IMPACT: Approval of this agreement will allow the County to receive $50,000 annually, adjusted annually based on any increase in the Consumer Price Index for the San Francisco-Oakland -Hayward Combined Statistical Area, to be deposited in the Keller Canyon Mitigation Fund. BACKGROUND: On July 13, 2021, the County Board of Supervisors (Board) approved Land Use Permit CDLP18-02022 and an amendment to the existing Keller Canyon Landfill Land Use Permit LP89-2020 to allow Ameresco Keller Canyon RNG LLC (Ameresco) to construct and operate a renewable natural gas processing facility and pipeline (RNGPFP) at the Keller Canyon Landfill. Prior to Board approval, Ameresco voluntarily agreed to pay $50,000 per year to the County while the RNGPFP is operational, with payments to be deposited in the Keller Canyon Mitigation Fund and disbursed by the County to fund projects benefitting APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Stanley Muraoka 925-655-2876 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd , Deputy cc: C.137 To:Board of Supervisors From:John Kopchik, Director, Conservation & Development Department Date:September 7, 2021 Contra Costa County Subject:Ameresco Keller Canyon RNG LLC Community Benefits Agreement BACKGROUND: (CONT'D) the community according to the protocols in place for that Fund. The proposed community benefits agreement memorializes this commitment. CONSEQUENCE OF NEGATIVE ACTION: If this agreement is not approved, the County will not receive funds for deposit into the Keller Canyon Mitigation Fund for funding projects benefitting the community. ATTACHMENTS Ameresco Keller Canyon RNG LLC Community Benefits Agreement RECOMMENDATION(S): APPROVE the 2020 Annual Crop Report and AUTHORIZE the Agricultural Commissioner, or designee, to submit the publication to the California Department of Food and Agriculture (CDFA). FISCAL IMPACT: There is no fiscal impact. BACKGROUND: Section 2272 and 2279 of the California Food and Agriculture Code requires the County Agricultural Commissioner to submit an annual report to the State Secretary of CDFA. Data in this report is to be collected and prepared in a manner that will provide the most reliable and accurate estimates of acreage, yield, production, and value. The material is to be presented in a uniform manner, so reports across counties are comparable and the maximum value to CDFA. The report provides core agricultural statistical data and programmatic information. It includes information about what is being done to eradicate, control, or manage pests. It contains information about the many sources of food production in the County, including commercial and small-scale diversified farms, community and school gardens, and nurseries and livestock production. The report details the work the Department's staff to support a robust agricultural industry. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Stephanna Hidalgo, 925-608-6600 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.138 To:Board of Supervisors From:Matt Slattengren, Ag Commissioner/Weights & Measures Director Date:September 7, 2021 Contra Costa County Subject:2020 Annual Crop Report for Contra Costa County Department of Agriculture CONSEQUENCE OF NEGATIVE ACTION: A negative action would delay or prevent filing the required county crop report. This would cause a breach in the Memorandum of Understanding between the California Department of Food and Agriculture and the California Agricultural Commissioners and Sealers Association. ATTACHMENTS 2020 Crop Report Contra Costa County Agricultural Crop Report 2020 Contra Costa County Agricultural Crop Report 2020 Agricultural Commissioner and Sealer’s Letter Contra Costa County Respectfully Submitted, Matt Slattengren Agricultural Commissioner Director of Weights and Measures Karen Ross, Secretary California Department of Food and Agriculture and The Honorable Board of Supervisors of Contra Costa County I am pleased to submit the 2020 Agricultural Crop & Livestock Report for Contra Costa County in accordance with the provisions of Section 2272 and 2279 of the California Food and Agricultural Code. 2020 was a year we will never forget – a worldwide Novel Coronavirus pandemic, empty grocery store shelves, devastating wildfires, intense heat and eerie orange skies. As Essential Workers, we distributed N-95 respirators and facemasks to the agriculture industry to safeguard food production and distribution. Distribution of food relies on two key supply chains – one for industry, the other for consumers. While the stay at home orders shifted buying patterns and disrupted the market, demand for Contra Costa agricultural goods was strong, partially because many growers market goods directly to consumers or wholesale direct to retail. Long lines at the grocery stores in 2020 translated to an increase in demand at the U-Pick Farms, Certified Farmers’ Markets, and at retail stores. The total gross value of agricultural crops in 2020 was $109,748,900, which is an increase of $3,797,900 or 4% from 2019. In general, demand and prices have remained strong for agricultural crops in Contra Costa County. Crop values vary from year to year due to factors such as production, weather, and market conditions. Some notable changes include an increase in livestock and livestock products due to an increase in the number of head of cattle, apiary products and miscellaneous livestock. The number of organic farms decreased from 20 to 18 this year. Thirteen crop categories exceeded one million dollars in value for 2020. These categories in decreasing order include cattle and calves, sweet corn, tomatoes, grapes, cherries, miscellaneous vegetable crops, miscellaneous field crops, rangeland, alfalfa hay, irrigated pasture, apricots, walnuts, and apiary products. It should be emphasized that the values stated in this report are gross receipts and do not include the cost of production, transportation, or marketing of the products. The economic benefit of agricultural production is generally thought to be about three times the gross production value. I truly appreciate the agricultural producers, farmers, ranchers and organizations that shared information and supported our efforts in completing this report. Special recognition goes to all of the staff who assisted in compiling this information to make this report possible. Contra Costa County Agricultural Crop Report 2020 *Totals may not add due to rounding throughout report Vegetable & Seed Crops Livestock & Livestock Products Fruit & Nut Crops Field Crops Nursery Products 38,502,000 27,475,000 20,769,000 12,441,90010,561,000 0 5 10 15 20 25 24.64 19.92 13.99 6.83 5.74 4.59 4.39 3.11 1.94 1.65 1.46 1.39 1.23 0.70USD Millions Gross Value Change in Gross Value Total Cultivated Acreage Change in Acreage Ranking Category 2020 2019 % 2020 2019 % 2020 2019 Vegetable & Seed Crops $38,502,000 $37,226,000 3% 6,532 7,125 -8% 1 1 Livestock & Livestock Products $27,475,000 $22,069,000 25% N/A N/A N/A 2 3 Fruit & Nut Crops $20,769,000 $23,612,000 -12% 4,465 4,469 1% 3 2 Field Crops $12,441,900 $12,618,000 -1% 166,828 173,923 -4% 4 4 Nursery Products $10,561,000 $10,426,000 1% 16 14 14% 5 5 Total $109,748,900 $105,951,000 4% --- --- --- --- --- Leading Crops Gross Production Values by Category Production Summary Contra Costa County Agricultural Crop Report 2020 Commodity Year Number of Head Total Live Weight Value Per CWT Total Value 1 Includes honey, wax and pollination. 2 Includes chickens, ducks, emus, goats, hogs, llamas, ostriches, pigs, rabbits, sheep, turkeys, milk, wool, and eggs. Cattle & Calves 2020 2019 26,771 17,523 182,000 lbs. 145,000 lbs. $135 $140 $24,635,000 $20,326,000 Apiary Products1 2020 2019 N/A N/A N/A $1,232,000 $967,000 Misc. Livestock2 2020 2019 N/A N/A N/A $1,608,000 $776,000 Total 2020 2019 $27,475,000 $22,069,000 Commodity Year Production Total Value 1 Includes Bedding Plants, Christmas Trees, Ground Covers, Propagative Materials, Ornamental Trees & Shrubs, Fruit Trees, Cut Flowers. Nursery Products 1 2020 2019 16.40 acres 14.19 acres $10,561,000 $10,426,000 Total 2020 2019 16.40 acres 14.19 acres $10,561,,000 $10,426,000 Nursery Production Livestock & Livestock Products Contra Costa County Agricultural Crop Report 2020 Crop Year Harvested Acreage Production Per Acre Harvested Tons Value Per Ton Total Value 1 Includes almonds, apples, apriums, Asian pears, berries, citrus, figs, loquats, melons, pears, pecans, persimmons, pistachios, prunes, pomegranates, quinces and strawberries. Apricots 2020 2019 169 167 2.52 tons 2.72 tons 427 454 $3,412 $3,451 $1,457,000 $1,566,000 Cherries 2020 2019 824 977 1.95 tons 1.77 tons 1,600 1,730 $3,585 $3,666 $5,743,000 $6,342,000 Grapes 2020 2019 1,940 2,136 4.70 tons 5.49 tons 9,086 11,700 $752 $809 $6,829,000 $9,470,000 Nectarines 2020 2019 30 32 2.57 tons 4.41 tons 78 140 $3,588 $3,228 $279,000 $452,000 Olives 2020 2019 293 173 2.72 tons 3.01 tons 796 519 $1,046 $906 $833,000 $470,000 Peaches 2020 2019 123 122 4.60 tons 5.00 tons 567 609 $3,118 $3,068 $1,769,000 $1,868,000 Plums & Pluots 2020 2019 46 47 5.02 tons 3.58 tons 233 169 $2,757 $2,734 $641,000 $462,000 Walnuts 2020 2019 528 492 2.05 tons 1.76 tons 1,081 866 $1,285 $1,920 $1,389,000 $1,663,000 Miscellaneous 1 2020 2019 512 428 Various Various Various $1,829,000 $2,088,000 Total 2020 2019 4,465 4,574 $20,769,000 $24,381,000 U-Pick Farms http://harvest4you.com Fruit & Nut Crops Contra Costa County Agricultural Crop Report 2020 Crop Year Harvested Acreage Production Per Acre Tons Harvested Unit Value Per Unit Total Value Alfalfa Hay 2020 2019 2,112 3,642 4.84 3.88 10,220 14,100 Ton $190.00 $184.00 $1,935,000 $2,594,000 Cereal Hay 2020 2019 2,974 3,919 1.75 1.88 5,200 7,370 Ton $126.00 $120.00 $657,000 $884,000 Irrigated Pasture 2020 2019 5,450 5,450 n/a n/a Acre $302.00 $300.00 $1,645,900 $1,635,000 Rangeland 2020 2019 148,000 149,000 n/a n/a Acre $21.00 $18.00 $3,108,000 $2,682,000 Wheat 2020 2019 2,267 2,989 1.87 1.90 4,240 5,680 Ton $166.00 $168.00 $703,000 $954,000 Misc.1 2020 2019 6,035 8,924 Various Various Var. Various $4,393,000 $3,879,000 Total 2020 2019 166,828 173,924 $12,441,900 $12,628,000 1 Includes barley, corn silage, field corn, forage hay, hay (wild), industrial hemp, rye, safflower, silage, straw, Sudan grass, and sorghum. Field Crops Contra Costa County Agricultural Crop Report 2020 Crop Year Harvested Acreage Production Per Acre Tons Harvested Value Per Ton Total Value 1 Includes fresh and processing tomatoes. 2 Includes asparagus, artichokes, beets, broccoli, cabbage, cardoon, carrots, cauliflower, cucumbers, eggplant, garlic, ginseng, green beans, greens, herbs, kohlrabi, lettuce, melons, mushrooms, okra, onions, peas, peppers, potatoes, pumpkins, radishes, squash, and wheat grass. Tomatoes1 2020 2019 2,805 2,925 63.73 tons 63.00 tons 179,000 184,000 78.00 60.00 $13,990,000 $10,977,000 Sweet Corn 2020 2019 3,112 3,484 10.50 tons 9.90 tons 32,600 34,500 $611 $587 $19,924,000 $20,247,000 Misc.2 2020 2019 615 715 Various Various Various $4,588,000 $6,002,000 Total 2020 2019 6,532 7,124 $38,502,000 $37,226,000 Vegetable & Seed Crops Contra Costa County Agricultural Crop Report 2020 Transforming California’s transportation and fueling infrastructure towards zero-emission vehicles (ZEVs) is a key part of the state’s strategy to decrease greenhouse gas emissions, improve air quality, leverage renewable energy sources, and reduce petroleum consumption. ZEV technology includes hydrogen fuel cell electric vehicles (FCEVs) that use hydrogen gas as motor vehicle fuel and battery electric vehicles (BEVs) that use electricity stored in onboard battery platforms as motor vehicle fuel. The County Weights and Measures inspectors, together with the CA Division of Measurement Standards (DMS), tested and certified the second hydrogen fuel dispenser in the City of Concord. DMS’ BEV projects include the development of standards used to test the accuracy of commercial electric vehicle supply equipment (EVSE); establishment of certification procedures for the standards used to test EVSE; creation of type evaluation procedures to certify EVSE for commercial use; and development of inspection and test procedures for county sealers to use when testing commercial EVSE. DMS works closely with county officials who perform most of the routine field inspecting, testing, and sealing of devices used for commercial purposes. During the covid-19 pandemic lockdown and easing period, the County Weights and Measures Division remained operational and continued its commitment to support the growers and ranchers in testing and certifying 104 seasonal and livestock weighing scales. Inspectors conducted investigations at retail locations to detect price gouging and overcharges. Inspections of fuel stations to detect fraudulent activities, e.g., payment card skimmers and investigations of weights and measures-related activities that would create disruption to California’s food distribution, including transportation systems are essential functions of the County Weights and Measures Division. Contra Costa County Agricultural Crop Report 2020 Mission Statement The Contra Costa County Department of Agriculture, under the direction of the California Department of Food and Agriculture, Department of Pesticide Regulation, and Division of Measurement Standards, is responsible for conducting regulatory and service activities pertaining to the agricultural industry and the consumers of our County. The primary goal of this office is to promote and protect agriculture while safeguarding the public and the environment. Our work as County Weights and Measures officials in the community ensures a safe place to live and a fair marketplace for trade. STAFF 2020 Agricultural Commissioner / Director of Weights & Measures Matt Slattengren Assistant Agricultural Commissioner / Sealer of Weights and Measures Jose Arriaga Deputy Agricultural Commissioners Beth Slate, Larry Yost Deputy Sealer of Weights and Measures Gil Rocha Agricultural Biologists Simone Ackermann, Karen Adler, Keri Brumfield, Ralph Fonseca, Ivan Godwyn, David Hallinan, Omar Luna, Lucas Pattie, Wil Schaub, Greg Spurlock, Jorge Vargas, Janessa Weingand Weights & Measures Inspectors Gabriel Adebote, Patrick Bowen, Christine Buelna, Ngozi Egbuna, Harmeet Gil, Chris Michaels Agricultural & Standards Aides Karin Linnen, Shannon Smith Administrative Support Roxann Crosby, Stephanna Hidalgo, Chrystal Thompson Pest Detection, Pest Management & Glassy-winged Sharpshooter Staff Ana De Abreu, Danilo Angcla, Elizabeth Cass, Nancy Dennis, Beth Jessen, Warren Kawamoto, John Luzar, David Maderios, Rick Mata, Linda Mazur, Brian Pell, Eldren Prieto, Sarah Ratto, Laura Matta-Russo, Lance Sickler, Daniel Sinz, Lindsay Skidmore, Joshua Vanguarda, Michael Voeltz, Stephen Vollmer, Oscar Zaldua Pest Quarantine Detector Canine Major Contra Costa County Agricultural Crop Report 2020 CONTRA COSTA COUNTY Department of Agriculture Weights & Measures 2380 Bisso Lane Suite A, Concord, CA 94520 TEL (925) 608-6600 FAX (925) 608-6620 http://www.co.contra-costa.ca.us/1542/Agriculture-Weights-Measures RECOMMENDATION(S): ADOPT Resolution No. 2021/260 as approved by the Retirement Board, which establishes retirement plan contribution rates effective July 1, 2022 through June 30, 2023. FISCAL IMPACT: See 'Background' below. BACKGROUND: At its August 11, 2021 meeting, the Retirement Board reviewed and accepted the actuary’s valuation report for the year ending December 31, 2020 and adopted the recommended employer and employee contribution rates, which will become effective on July 1, 2022. A copy of the December 31, 2020 Actuarial Valuation can be found on CCCERA’s website at www.cccera.org under the Actuarial Reports link. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lisa Driscoll, County Finance Director 335-1023 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Robert Campbell, Auditor-Controller, Ann Elliott, Director of Human Resources, All County Departments (via CAO) C.139 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:EMPLOYEE RETIREMENT PLAN CONTRIBUTION RATES FOR FISCAL YEAR 2022/2023 BACKGROUND: (CONT'D) Attached are the rates to be used effective July 1, 2022 through June 30, 2023 submitted for adoption by the County Board of Supervisors by the Contra Costa County Employees’ Retirement Association. Please note the following: The rates are effective July 1, 2022 through June 30, 2023. The rates are before employer subvention, if any, of the employee contribution. The rates quoted here are the employer required rates without taking into consideration any employer subvention of employee contributions. A convenient methodology for adding subvention is included on page 29 of the attached document. Note that subvention is not always permitted for PEPRA members. The rates are before any increase in employee rate to pay a portion of the employer contribution. If an employee’s rate needs to be increased to pay a portion of the employer contribution, both employee and employer rates would need to be adjusted accordingly. A convenient methodology for adding subvention is included on page 29 of the attached document. CONSEQUENCE OF NEGATIVE ACTION: Rates will not reflect those adopted by the Contra Costa County Employees Retirement Board. AGENDA ATTACHMENTS Resolution 2021/260 Exhibits MINUTES ATTACHMENTS Signed: Resolution No. 2021/260 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA and for Special Districts, Agencies and Authorities Governed by the Board Adopted this Resolution on 09/07/2021 by the following vote: AYE:5 John Gioia Candace Andersen Diane Burgis Karen Mitchoff Federal D. Glover NO: ABSENT: ABSTAIN: RECUSE: Resolution No. 2021/260 Subject: Approving Contribution Rates to be charged by the Contra Costa County Employees' Retirement Association Pursuant to Government Code Section 31454 and on recommendation of the Board of the Contra Costa County Employees’ Retirement Association, BE IT RESOLVED that the following contribution rates are approved to be effective for the period July 1, 2022 through June 30, 2023. I. Employer Contribution Rates for Basic and Cost-of-Living Components and Non-refundability Discount Factors For General Members (Sec. 31676.11, Sec. 31676.16 and Sec. 7522.20(a)) See attached Exhibits 1 through 6A. For Safety Members (Sec. 31664, Sec. 31664.1 and Sec. 7522.25(d)) See attached Exhibits 7 through 13B. II. Employee Contribution Rates for Basic and Cost-of-Living Components See attached Exhibits A through N The Pension Obligation Bonds (POB) issued by the County in March 1994 and April 2003, affected contribution rates for certain County employers. The following non-County employers who participate in the Retirement Association are referred to as “Districts”. Bethel Island Municipal Improvement District; Byron, Brentwood Knightsen Union Cemetery District; Central Contra Costa Sanitary District; Contra Costa County Employees’ Retirement Association; Contra Costa County Fire Protection District; Contra Costa Housing Authority; Contra Costa Mosquito and Vector Control District; East Contra Costa Fire Protection District; First 5 - Children & Families Commission; In-Home Supportive Services Authority; Local Agency Formation Commission (LAFCO); Moraga-Orinda Fire Protection District; Rodeo-Hercules Fire Protection District; Rodeo Sanitary District; San Ramon Valley Fire Protection District All other departments/employers are referred to as “County” including the Superior Court of California, Contra Costa County. Contra Costa County Fire Protection District and Moraga-Orinda Fire Protection District issued Pension Obligation Bonds in 2005 which affected contribution rates for these two employers. Subsequently, Contra Costa County Fire Protection District has made additional payments to CCCERA for its UAAL in 2006 and 2007. First 5 - Children & Families Commission made a UAAL prepayment in 2013 which affected contribution rates for that employer. Central Contra Costa Sanitary District made a UAAL prepayment in 2013, 2014, 2015, and 2021 which affected contribution rates for that employer. Local Agency Formation Commission made a UAAL prepayment in 2017, 2019, and 2020 which affected contribution rates for that employer. San Ramon Valley Fire Protection District made a UAAL prepayment in 2017, 2018, 2019 and 2020 which affected contribution rates for that employer. Contact: Lisa Driscoll, County Finance Director 335-1023 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Robert Campbell, Auditor-Controller, Ann Elliott, Director of Human Resources, All County Departments (via CAO) džŚŝďŝƚϭ WĂŐĞϮ (no Page 1) ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϭ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϭ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ŽƵŶƚLJ'ĞŶĞƌĂůdŝĞƌϭǁͬŽƵƌƚƐϮϰ͘ϵϭйϮϰ͘ϵϭйϱ͘Ϯϭйϱ͘ϮϭйϬ͘ϵϲϵϯ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϭǁͬŽWKϮϵ͘ϳϲй Ϯϵ͘ϳϲй ϵ͘ϭϱй ϵ͘ϭϱй Ϭ͘ϵϲϵϯ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϭʹDŽƌĂŐĂEͬϮϯ͘ϲϱйEͬϱ͘ϲϱйϬ͘ϵϲϵϯ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϭʹ&ŝƌƐƚ&ŝǀĞϮϱ͘ϬϳйEͬ ϱ͘ϱϰйEͬ Ϭ͘ϵϲϵϯ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϭʹ>&KϮϲ͘ϳϴйEͬϴ͘ϬϰйEͬϬ͘ϵϲϵϯ ŽƵŶƚLJ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>ͿǁͬŽƵƌƚƐϮϬ͘ϰϵйϰ͘ϱϱйϬ͘ϵϲϮϱ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>ͿǁͬŽWKϮϱ͘ϯϳйϴ͘ϰϳйϬ͘ϵϲϮϱ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>ͿʹDŽƌĂŐĂϭϵ͘ϰϵйϱ͘ϬϱйϬ͘ϵϲϮϱ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>Ϳʹ&ŝƌƐƚ&ŝǀĞϮϬ͘ϲϮйϰ͘ϴϳйϬ͘ϵϲϮϱ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>Ϳʹ>&KϮϮ͘ϯϵйϳ͘ϯϳйϬ͘ϵϲϮϱ ŽƵŶƚLJ'ĞŶĞƌĂůdŝĞƌϰ;ϮйK>ͿǁͬŽƵƌƚƐϮϬ͘Ϯϯйϯ͘ϱϮйϬ͘ϵϱϵϭ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ŽƵŶƚLJ'ĞŶĞƌĂů •>&K •DŽƐƋƵŝƚŽΘsĞĐƚŽƌŽŶƚƌŽůŝƐƚƌŝĐƚ •ĞƚŚĞů/ƐůĂŶĚDƵŶŝĐŝƉĂů/ŵƉƌŽǀĞŵĞŶƚŝƐƚƌŝĐƚ •&ŝƌƐƚϱͲŚŝůĚƌĞŶĂŶĚ&ĂŵŝůŝĞƐŽŵŵŝƐƐŝŽŶ •ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐΖZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ •^ƵƉĞƌŝŽƌŽƵƌƚ •ĂƐƚŽŶƚƌĂŽƐƚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ •DŽƌĂŐĂͲKƌŝŶĚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ •ZŽĚĞŽͲ,ĞƌĐƵůĞƐ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ •^ĂŶZĂŵŽŶsĂůůĞLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌϭŶŚĂŶĐĞĚ;ϮйΛϱϱͿ •dŝĞƌϰ;Ϯ͘ϱйΛϲϳͿ džŚŝďŝƚϮ WĂŐĞϯ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϮ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ŽƵŶƚLJ'ĞŶĞƌĂůdŝĞƌϯǁͬŽƵƌƚƐϮϯ͘ϲϯйEͬϰ͘ϵϯйEͬϬ͘ϵϱϳϬ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϯǁͬŽWK Ϯϴ͘ϱϳй Ϯϴ͘ϱϳй ϴ͘ϵϭй ϴ͘ϵϭй Ϭ͘ϵϱϳϬ ŽƵŶƚLJ'ĞŶĞƌĂůdŝĞƌϱ;ϯйͬϰйK>ͿǁͬŽƵƌƚƐϭϵ͘ϴϬйϰ͘ϮϴйϬ͘ϵϲϭϱ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϱ;ϯйͬϰйK>ͿǁͬŽWK Ϯϰ͘ϲϴй ϴ͘ϮϬй Ϭ͘ϵϲϭϱ ŽƵŶƚLJ'ĞŶĞƌĂůdŝĞƌϱ;ϮйK>ͿǁͬŽƵƌƚƐϭϵ͘ϲϯйϯ͘ϯϲйϬ͘ϵϱϴϭ ŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϱ;ϮйK>ͿǁͬŽWK Ϯϰ͘ϱϭй ϳ͘Ϯϴй Ϭ͘ϵϱϴϭ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ŽƵŶƚLJ'ĞŶĞƌĂů •/ŶͲ,ŽŵĞ^ƵƉƉŽƌƚŝǀĞ^ĞƌǀŝĐĞƐƵƚŚŽƌŝƚLJ •DŽƐƋƵŝƚŽΘsĞĐƚŽƌŽŶƚƌŽůŝƐƚƌŝĐƚ •^ƵƉĞƌŝŽƌŽƵƌƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌϯŶŚĂŶĐĞĚ;ϮйΛϱϱͿ •dŝĞƌϱ;Ϯ͘ϱйΛϲϳͿ džŚŝďŝƚϯ WĂŐĞϰ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϯ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϯ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ĞŶƚƌĂůŽŶƚƌĂŽƐƚĂ^ĂŶŝƚĂƌLJŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϭEͬϭϯ͘ϮϳйEͬϯ͘ϳϳйϬ͘ϵϲϮϰ ĞŶƚƌĂůŽŶƚƌĂŽƐƚĂ^ĂŶŝƚĂƌLJŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>Ϳ ϴ͘ϱϳй Ϯ͘ϴϵй Ϭ͘ϵϲϳϴ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ dŚĞĂďŽǀĞƌĂƚĞƐƌĞĨůĞĐƚĂƉƌĞƉĂLJŵĞŶƚŝŶƚŚĞĂŵŽƵŶƚŽĨΨϳϬ͕ϳϲϯ͕ϲϲϵƚŚĂƚĞŶƚƌĂůŽŶƚƌĂŽƐƚĂ^ĂŶŝƚĂƌLJŝƐƚƌŝĐƚŵĂĚĞƚŽǁĂƌĚƐƚŚĞŝƌhŶĨƵŶĚĞĚĐƚƵĂƌŝĂůĐĐƌƵĞĚ >ŝĂďŝůŝƚLJ;h>ͿŽŶ:ƵŶĞϮϱ͕ϮϬϮϭ͘dŚŝƐƉƌĞƉĂLJŵĞŶƚŚĂƐďĞĞŶƵƐĞĚƚŽƌĞĚƵĐĞĞŶƚƌĂůŽŶƚƌĂŽƐƚĂ^ĂŶŝƚĂƌLJŝƐƚƌŝĐƚ͛Ɛh>ĐŽŶƚƌŝďƵƚŝŽŶƌĂƚĞ͘ ŵƉůŽLJĞƌƐ͗ •ĞŶƚƌĂůŽŶƚƌĂŽƐƚĂ^ĂŶŝƚĂƌLJŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌϭŶŚĂŶĐĞĚ;ϮйΛϱϱͿ •dŝĞƌϰ;Ϯ͘ϱйΛϲϳͿ džŚŝďŝƚϰ WĂŐĞϱ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϰ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϰ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ŽŶƚƌĂŽƐƚĂ,ŽƵƐŝŶŐƵƚŚŽƌŝƚLJ'ĞŶĞƌĂůdŝĞƌϭϯϬ͘ϯϮйEͬϭϰ͘ϬϮйEͬϬ͘ϵϲϮϮ ŽŶƚƌĂŽƐƚĂ,ŽƵƐŝŶŐƵƚŚŽƌŝƚLJ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>Ϳ Ϯϱ͘ϯϱйϭϯ͘Ϭϲй Ϭ͘ϵϲϰϵ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ŽŶƚƌĂŽƐƚĂ,ŽƵƐŝŶŐƵƚŚŽƌŝƚLJ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌϭŶŚĂŶĐĞĚ;ϮйΛϱϱͿ •dŝĞƌϰ;Ϯ͘ϱйΛϲϳͿ džŚŝďŝƚϱ WĂŐĞϲ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϱ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϱ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϭEͬϮϱ͘ϴϭйEͬϭϮ͘ϲϲйϬ͘ϵϳϴϳ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>Ϳ ϮϮ͘Ϯϲй ϭϮ͘ϰϳй Ϭ͘ϵϱϰϴ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϮйK>ͿϮϭ͘ϰϮйϭϭ͘ϬϱйϬ͘ϵϲϬϮ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌϭŶŚĂŶĐĞĚ;ϮйΛϱϱͿ •dŝĞƌϰ;Ϯ͘ϱйΛϲϳͿ džŚŝďŝƚϲ WĂŐĞϳ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϲ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϲ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ EŽŶͲŶŚĂŶĐĞĚŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϭϭϯ͘ϭϰйEͬϯ͘ϵϯйEͬϬ͘ϵϱϬϴ EŽŶͲŶŚĂŶĐĞĚŝƐƚƌŝĐƚ'ĞŶĞƌĂůdŝĞƌϰ;ϯйK>Ϳ ϭϬ͘Ϭϯй ϯ͘ϯϮй Ϭ͘ϵϱϰϴ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ZŽĚĞŽ^ĂŶŝƚĂƌLJŝƐƚƌŝĐƚ •LJƌŽŶƌĞŶƚǁŽŽĚĞŵĞƚĞƌLJŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌϭEŽŶͲŶŚĂŶĐĞĚ;ϭ͘ϲϳйΛϱϱͿ •dŝĞƌϰ;Ϯ͘ϱйΛϲϳͿ džŚŝďŝƚϳ WĂŐĞϴ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϳ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϳ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ŽƵŶƚLJ^ĂĨĞƚLJdŝĞƌEͬϰϰ͘ϬϬйEͬϮϳ͘ϲϮйϬ͘ϵϲϯϬ ŽƵŶƚLJ^ĂĨĞƚLJdŝĞƌ ϯϱ͘ϳϭй Ϯϲ͘ϮϬй Ϭ͘ϵϳϭϵ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ŽƵŶƚLJ^ĂĨĞƚLJ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌŶŚĂŶĐĞĚ;ϯйΛϱϬͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ džŚŝďŝƚϴ WĂŐĞϵ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϴ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϴ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌEͬϯϮ͘ϲϭйEͬϯϱ͘ϮϱйϬ͘ϵϲϵϰ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌ Ϯϭ͘ϵϮй ϯϮ͘ϴϵй Ϭ͘ϵϳϱϰ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌϮϭ͘ϴϭйϯϭ͘ϭϵйϬ͘ϵϳϭϵ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ŽŶƚƌĂŽƐƚĂŽƵŶƚLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌŶŚĂŶĐĞĚ;ϯйΛϱϬͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ džŚŝďŝƚϵ WĂŐĞϭϬ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϵ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϵ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ŽƵŶƚLJ^ĂĨĞƚLJdŝĞƌEͬϰϮ͘ϯϬйEͬϮϰ͘ϵϮйϬ͘ϵϲϮϲ ŽƵŶƚLJ^ĂĨĞƚLJdŝĞƌ ϯϰ͘ϴϱй Ϯϰ͘ϭϭй Ϭ͘ϵϲϵϲ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ŽƵŶƚLJ^ĂĨĞƚLJ;DĞŵďĞƌƐŚŝƌĞĚŽŶŽƌĂĨƚĞƌ:ĂŶƵĂƌLJϭ͕ϮϬϬϳͿ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌŶŚĂŶĐĞĚ;ϯйΛϱϬͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ džŚŝďŝƚϭϬ WĂŐĞϭϭ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϭϬ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϭϬ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ DŽƌĂŐĂͲKƌŝŶĚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌEͬϯϮ͘ϵϴйEͬϯϳ͘ϯϳйϬ͘ϵϲϱϭ DŽƌĂŐĂͲKƌŝŶĚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌ Ϯϰ͘Ϭϲй ϯϱ͘ϱϳй Ϭ͘ϵϳϮϯ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •DŽƌĂŐĂͲKƌŝŶĚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌŶŚĂŶĐĞĚ;ϯйΛϱϬͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ džŚŝďŝƚϭϭ WĂŐĞϭϮ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϭϭ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϭϭ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ^ĂŶZĂŵŽŶsĂůůĞLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌEͬϱϮ͘ϱϲйEͬϮϴ͘ϴϬйϬ͘ϵϲϵϳ ^ĂŶZĂŵŽŶsĂůůĞLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌ ϰϬ͘ϬϲйϮϱ͘ϲϰй Ϭ͘ϵϳϰϴ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •^ĂŶZĂŵŽŶsĂůůĞLJ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌŶŚĂŶĐĞĚ;ϯйΛϱϬͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ džŚŝďŝƚϭϮ WĂŐĞϭϯ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϭϮ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϭϮϭ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϯ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ZŽĚĞŽͲ,ĞƌĐƵůĞƐ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌEͬϱϳ͘ϬϬйEͬϯϲ͘ϬϲйϬ͘ϵϴϭϳ ZŽĚĞŽͲ,ĞƌĐƵůĞƐ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌ ϰϴ͘ϳϱй ϯϯ͘ϲϮй Ϭ͘ϵϳϲϵ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ZŽĚĞŽͲ,ĞƌĐƵůĞƐ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ  ϭ ĨĨĞĐƚŝǀĞǁŝƚŚƚŚĞĞĐĞŵďĞƌϯϭ͕ϮϬϮϬǀĂůƵĂƚŝŽŶ͕ZŽĚĞŽͲ,ĞƌĐƵůĞƐ&W͛Ɛh>ĐŽŶƚƌŝďƵƚŝŽŶĨŽƌ&ŝƐĐĂůzĞĂƌϮϬϮϮͲϮϬϮϯǁŝůůďĞďĂƐĞĚŽŶƚŚĞh>ƌĂƚĞĂƉƉůŝĞĚƚŽƚŚĞŝƌƉĂLJƌŽůůŝŶƐƚĞĂĚŽĨĂĨŝdžĞĚĚŽůůĂƌ ŵŽŶƚŚůLJĐŽŶƚƌŝďƵƚŝŽŶĂŵŽƵŶƚŝŶƉƌŝŽƌĨŝƐĐĂůLJĞĂƌƐ͘dŚĞƌĞĨŽƌĞ͕ǁĞŚĂǀĞĚŝƐƉůĂLJĞĚƚŚĞƚŽƚĂůŶŽƌŵĂůĐŽƐƚĂŶĚh>ĐŽŶƚƌŝďƵƚŝŽŶƌĂƚĞƐŝŶƚŚŝƐƚĂďůĞ͘ Ϯ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌEŽŶͲŶŚĂŶĐĞĚ;ϮйΛϱϬͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ džŚŝďŝƚϭϯ WĂŐĞϭϰ ŽŶƚƌĂŽƐƚĂŽƵŶƚLJŵƉůŽLJĞĞƐ͛ZĞƚŝƌĞŵĞŶƚƐƐŽĐŝĂƚŝŽŶ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĨŽƌŽƐƚ'ƌŽƵƉηϭϯ ĂƐŝĐK>EŽŶͲ ZĞĨƵŶĚĂďŝůŝƚLJ &ĂĐƚŽƌŽƐƚ'ƌŽƵƉηϭϯ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϭ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJϮ ĂƐƚŽŶƚƌĂŽƐƚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌEͬϰϳ͘ϳϱйEͬϮϬ͘ϵϯйϬ͘ϵϱϵϴ ĂƐƚŽŶƚƌĂŽƐƚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ^ĂĨĞƚLJdŝĞƌ ϯϳ͘ϮϬй ϭϴ͘ϲϱй Ϭ͘ϵϳϴϯ ĂƐŝĐƌĂƚĞƐƐŚŽǁŶŝŶĐůƵĚĞĂŶĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞůŽĂĚŽĨϬ͘ϲϱйŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƐ͗ •ĂƐƚŽŶƚƌĂŽƐƚĂ&ŝƌĞWƌŽƚĞĐƚŝŽŶŝƐƚƌŝĐƚ  ϭ /ĨĞŵƉůŽLJĞƌŝƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘dŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ &ŽƌůĞŐĂĐLJƚŝĞƌ͕ĂƉƉůŝĞƐƚŽĞŵƉůŽLJĞƌǁŚŽŝƐŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘&ŽƌWWZƚŝĞƌ͕ĂƉƉůŝĞƐƚŽ ĂůůĞŵƉůŽLJĞƌƐĂŶĚƚŚĞƌĂƚĞƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ dŝĞƌƐ͗ •dŝĞƌŶŚĂŶĐĞĚ;ϯйΛϱϬͿ •dŝĞƌ;Ϯ͘ϳйΛϱϳͿ džŚŝďŝƚ WĂŐĞϭϱ 'ĞŶĞƌĂůŽƐƚ'ƌŽƵƉηϭEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ĂƐŝĐϮ K> dŽƚĂů ŶƚƌLJŐĞ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ ϭϱϱ͘ϯϯйϱ͘ϯϮйϮ͘ϳϮйϴ͘Ϭϱйϴ͘Ϭϰй ϭϲ ϱ͘ϰϮй ϱ͘ϰϭй Ϯ͘ϳϳй ϴ͘ϭϵй ϴ͘ϭϴй ϭϳϱ͘ϱϮйϱ͘ϱϭйϮ͘ϴϮйϴ͘ϯϰйϴ͘ϯϯй ϭϴ ϱ͘ϲϮй ϱ͘ϲϭй Ϯ͘ϴϴй ϴ͘ϱϬй ϴ͘ϰϵй ϭϵϱ͘ϳϮйϱ͘ϳϭйϮ͘ϵϰйϴ͘ϲϲйϴ͘ϲϱй ϮϬ ϱ͘ϴϮй ϱ͘ϴϭй Ϯ͘ϵϵй ϴ͘ϴϭй ϴ͘ϴϬй Ϯϭϱ͘ϵϮйϱ͘ϵϭйϯ͘Ϭϱйϴ͘ϵϳйϴ͘ϵϲй ϮϮ ϲ͘ϬϮй ϲ͘Ϭϭй ϯ͘ϭϬй ϵ͘ϭϮй ϵ͘ϭϭй Ϯϯϲ͘ϭϯйϲ͘ϭϮйϯ͘ϭϳйϵ͘ϯϬйϵ͘Ϯϵй Ϯϰ ϲ͘Ϯϰй ϲ͘Ϯϯй ϯ͘Ϯϯй ϵ͘ϰϳй ϵ͘ϰϲй Ϯϱϲ͘ϯϱйϲ͘ϯϰйϯ͘Ϯϵйϵ͘ϲϰйϵ͘ϲϯй Ϯϲ ϲ͘ϰϲй ϲ͘ϰϱй ϯ͘ϯϱй ϵ͘ϴϭй ϵ͘ϴϬй Ϯϳϲ͘ϱϴйϲ͘ϱϳйϯ͘ϰϮйϭϬ͘ϬϬйϵ͘ϵϵй Ϯϴ ϲ͘ϲϵй ϲ͘ϲϴй ϯ͘ϰϴй ϭϬ͘ϭϳй ϭϬ͘ϭϲй Ϯϵϲ͘ϴϭйϲ͘ϴϬйϯ͘ϱϱйϭϬ͘ϯϲйϭϬ͘ϯϱй ϯϬ ϲ͘ϵϯй ϲ͘ϵϮй ϯ͘ϲϮй ϭϬ͘ϱϱй ϭϬ͘ϱϰй ϯϭϳ͘Ϭϲйϳ͘Ϭϱйϯ͘ϲϵйϭϬ͘ϳϱйϭϬ͘ϳϰй ϯϮ ϳ͘ϭϴй ϳ͘ϭϳй ϯ͘ϳϲй ϭϬ͘ϵϰй ϭϬ͘ϵϯй ϯϯϳ͘ϯϭйϳ͘ϯϬйϯ͘ϴϯйϭϭ͘ϭϰйϭϭ͘ϭϯй ϯϰ ϳ͘ϰϱй ϳ͘ϰϰй ϯ͘ϵϭй ϭϭ͘ϯϲй ϭϭ͘ϯϱй ϯϱϳ͘ϱϴйϳ͘ϱϳйϯ͘ϵϴйϭϭ͘ϱϲйϭϭ͘ϱϱй ϯϲ ϳ͘ϳϮй ϳ͘ϳϭй ϰ͘Ϭϲй ϭϭ͘ϳϴй ϭϭ͘ϳϳй ϯϳϳ͘ϴϲйϳ͘ϴϱйϰ͘ϭϰйϭϮ͘ϬϬйϭϭ͘ϵϵй ϯϴ ϴ͘ϬϬй ϳ͘ϵϵй ϰ͘ϮϮй ϭϮ͘ϮϮй ϭϮ͘Ϯϭй ϯϵϴ͘ϭϱйϴ͘ϭϰйϰ͘ϯϬйϭϮ͘ϰϱйϭϮ͘ϰϰй ϰϬ ϴ͘ϯϬй ϴ͘Ϯϵй ϰ͘ϯϵй ϭϮ͘ϲϵй ϭϮ͘ϲϴй ϰϭϴ͘ϰϲйϴ͘ϰϱйϰ͘ϰϴйϭϮ͘ϵϰйϭϮ͘ϵϯй ϰϮ ϴ͘ϲϭй ϴ͘ϲϬй ϰ͘ϱϲй ϭϯ͘ϭϳй ϭϯ͘ϭϲй ϰϯϴ͘ϳϲйϴ͘ϳϱйϰ͘ϲϰйϭϯ͘ϰϬйϭϯ͘ϯϵй ϰϰ ϴ͘ϵϭй ϴ͘ϵϬй ϰ͘ϳϯй ϭϯ͘ϲϰй ϭϯ͘ϲϯй ϰϱϵ͘Ϭϳйϵ͘Ϭϲйϰ͘ϴϮйϭϯ͘ϴϵйϭϯ͘ϴϴй ϰϲ ϵ͘Ϯϯй ϵ͘ϮϮй ϰ͘ϵϭй ϭϰ͘ϭϰй ϭϰ͘ϭϯй ϰϳϵ͘ϯϵйϵ͘ϯϴйϱ͘ϬϬйϭϰ͘ϯϵйϭϰ͘ϯϴй ϰϴ ϵ͘ϱϰй ϵ͘ϱϯй ϱ͘Ϭϴй ϭϰ͘ϲϮй ϭϰ͘ϲϭй ϰϵϵ͘ϲϵйϵ͘ϲϴйϱ͘ϭϳйϭϰ͘ϴϲйϭϰ͘ϴϱй ϱϬ ϵ͘ϴϱй ϵ͘ϴϰй ϱ͘Ϯϲй ϭϱ͘ϭϭй ϭϱ͘ϭϬй ϱϭϭϬ͘ϬϭйϭϬ͘ϬϬйϱ͘ϯϱйϭϱ͘ϯϲйϭϱ͘ϯϱй ϱϮ ϭϬ͘ϭϳй ϭϬ͘ϭϲй ϱ͘ϰϰй ϭϱ͘ϲϭй ϭϱ͘ϲϬй ϱϯϭϬ͘ϯϯйϭϬ͘ϯϮйϱ͘ϱϯйϭϱ͘ϴϲйϭϱ͘ϴϱй ϱϰ ϭϬ͘ϰϵй ϭϬ͘ϰϴй ϱ͘ϲϮй ϭϲ͘ϭϭй ϭϲ͘ϭϬй ϱϱϭϬ͘ϲϰйϭϬ͘ϲϯйϱ͘ϳϬйϭϲ͘ϯϰйϭϲ͘ϯϯй ϱϲ ϭϬ͘ϳϭй ϭϬ͘ϳϬй ϱ͘ϳϰй ϭϲ͘ϰϱй ϭϲ͘ϰϰй ϱϳϭϬ͘ϲϴйϭϬ͘ϲϳйϱ͘ϳϮйϭϲ͘ϰϬйϭϲ͘ϯϵй ϱϴ ϭϬ͘ϲϱй ϭϬ͘ϲϰй ϱ͘ϳϭй ϭϲ͘ϯϲй ϭϲ͘ϯϱй ϱϵϭϬ͘ϯϰйϭϬ͘ϯϯйϱ͘ϱϯйϭϱ͘ϴϳйϭϱ͘ϴϲй ϲϬΘKǀĞƌ ϭϬ͘ϯϰй ϭϬ͘ϯϯй ϱ͘ϱϯй ϭϱ͘ϴϳй ϭϱ͘ϴϲй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϱϲ͘ϮϯйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ &ŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞ͞/Ŷ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͟ƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘ůůƌĂƚĞƐ ƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ dŚĞĂƐŝĐZĂƚĞĨŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJŝƐŝŶĐƌĞĂƐĞĚďLJϬ͘ϬϭйƚŽĂĐĐŽƵŶƚĨŽƌƚŚĞĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƌĂƚĞŽĨϬ͘ϰϵйƚŚĂƚŝƐĂƉƉůŝĐĂďůĞƚŽ ƚŚĞĨŝƌƐƚΨϭϭϲ͘ϲϳŽĨĐŽŵƉĞŶƐĂƚŝŽŶ͘ džŚŝďŝƚ WĂŐĞϭϲ 'ĞŶĞƌĂůŽƐƚ'ƌŽƵƉηϮEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ĂƐŝĐϮ K> dŽƚĂů ŶƚƌLJŐĞ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ ϭϱϱ͘ϯϮйϱ͘ϯϭйϮ͘ϯϲйϳ͘ϲϴйϳ͘ϲϳй ϭϲ ϱ͘ϰϭй ϱ͘ϰϬй Ϯ͘ϰϬй ϳ͘ϴϭй ϳ͘ϴϬй ϭϳϱ͘ϱϭйϱ͘ϱϬйϮ͘ϰϱйϳ͘ϵϲйϳ͘ϵϱй ϭϴ ϱ͘ϲϬй ϱ͘ϱϵй Ϯ͘ϱϬй ϴ͘ϭϬй ϴ͘Ϭϵй ϭϵϱ͘ϳϬйϱ͘ϲϵйϮ͘ϱϱйϴ͘Ϯϱйϴ͘Ϯϰй ϮϬ ϱ͘ϴϬй ϱ͘ϳϵй Ϯ͘ϱϵй ϴ͘ϯϵй ϴ͘ϯϴй Ϯϭϱ͘ϵϭйϱ͘ϵϬйϮ͘ϲϱйϴ͘ϱϲйϴ͘ϱϱй ϮϮ ϲ͘Ϭϭй ϲ͘ϬϬй Ϯ͘ϳϬй ϴ͘ϳϭй ϴ͘ϳϬй Ϯϯϲ͘ϭϮйϲ͘ϭϭйϮ͘ϳϱйϴ͘ϴϳйϴ͘ϴϲй Ϯϰ ϲ͘Ϯϯй ϲ͘ϮϮй Ϯ͘ϴϭй ϵ͘Ϭϰй ϵ͘Ϭϯй Ϯϱϲ͘ϯϰйϲ͘ϯϯйϮ͘ϴϲйϵ͘ϮϬйϵ͘ϭϵй Ϯϲ ϲ͘ϰϱй ϲ͘ϰϰй Ϯ͘ϵϭй ϵ͘ϯϲй ϵ͘ϯϱй Ϯϳϲ͘ϱϲйϲ͘ϱϱйϮ͘ϵϳйϵ͘ϱϯйϵ͘ϱϮй Ϯϴ ϲ͘ϲϴй ϲ͘ϲϳй ϯ͘Ϭϯй ϵ͘ϳϭй ϵ͘ϳϬй Ϯϵϲ͘ϴϬйϲ͘ϳϵйϯ͘Ϭϴйϵ͘ϴϴйϵ͘ϴϳй ϯϬ ϲ͘ϵϮй ϲ͘ϵϭй ϯ͘ϭϰй ϭϬ͘Ϭϲй ϭϬ͘Ϭϱй ϯϭϳ͘Ϭϰйϳ͘Ϭϯйϯ͘ϮϬйϭϬ͘ϮϰйϭϬ͘Ϯϯй ϯϮ ϳ͘ϭϳй ϳ͘ϭϲй ϯ͘Ϯϳй ϭϬ͘ϰϰй ϭϬ͘ϰϯй ϯϯϳ͘ϯϬйϳ͘Ϯϵйϯ͘ϯϯйϭϬ͘ϲϯйϭϬ͘ϲϮй ϯϰ ϳ͘ϰϯй ϳ͘ϰϮй ϯ͘ϯϵй ϭϬ͘ϴϮй ϭϬ͘ϴϭй ϯϱϳ͘ϱϲйϳ͘ϱϱйϯ͘ϰϲйϭϭ͘ϬϮйϭϭ͘Ϭϭй ϯϲ ϳ͘ϳϬй ϳ͘ϲϵй ϯ͘ϱϯй ϭϭ͘Ϯϯй ϭϭ͘ϮϮй ϯϳϳ͘ϴϰйϳ͘ϴϯйϯ͘ϱϵйϭϭ͘ϰϯйϭϭ͘ϰϮй ϯϴ ϳ͘ϵϵй ϳ͘ϵϴй ϯ͘ϲϳй ϭϭ͘ϲϲй ϭϭ͘ϲϱй ϯϵϴ͘ϭϰйϴ͘ϭϯйϯ͘ϳϰйϭϭ͘ϴϴйϭϭ͘ϴϳй ϰϬ ϴ͘Ϯϴй ϴ͘Ϯϳй ϯ͘ϴϭй ϭϮ͘Ϭϵй ϭϮ͘Ϭϴй ϰϭϴ͘ϰϯйϴ͘ϰϮйϯ͘ϴϴйϭϮ͘ϯϭйϭϮ͘ϯϬй ϰϮ ϴ͘ϱϵй ϴ͘ϱϴй ϯ͘ϵϲй ϭϮ͘ϱϱй ϭϮ͘ϱϰй ϰϯϴ͘ϳϰйϴ͘ϳϯйϰ͘ϬϯйϭϮ͘ϳϳйϭϮ͘ϳϲй ϰϰ ϴ͘ϴϵй ϴ͘ϴϴй ϰ͘ϭϭй ϭϯ͘ϬϬй ϭϮ͘ϵϵй ϰϱϵ͘Ϭϱйϵ͘Ϭϰйϰ͘ϭϵйϭϯ͘Ϯϰйϭϯ͘Ϯϯй ϰϲ ϵ͘Ϯϭй ϵ͘ϮϬй ϰ͘Ϯϲй ϭϯ͘ϰϳй ϭϯ͘ϰϲй ϰϳϵ͘ϯϳйϵ͘ϯϲйϰ͘ϯϰйϭϯ͘ϳϭйϭϯ͘ϳϬй ϰϴ ϵ͘ϱϭй ϵ͘ϱϬй ϰ͘ϰϭй ϭϯ͘ϵϮй ϭϯ͘ϵϭй ϰϵϵ͘ϲϴйϵ͘ϲϳйϰ͘ϰϵйϭϰ͘ϭϳйϭϰ͘ϭϲй ϱϬ ϵ͘ϴϯй ϵ͘ϴϮй ϰ͘ϱϳй ϭϰ͘ϰϬй ϭϰ͘ϯϵй ϱϭϵ͘ϵϵйϵ͘ϵϴйϰ͘ϲϱйϭϰ͘ϲϰйϭϰ͘ϲϯй ϱϮ ϭϬ͘ϭϱй ϭϬ͘ϭϰй ϰ͘ϳϮй ϭϰ͘ϴϳй ϭϰ͘ϴϲй ϱϯϭϬ͘ϯϰйϭϬ͘ϯϯйϰ͘ϴϮйϭϱ͘ϭϲйϭϱ͘ϭϱй ϱϰ ϭϬ͘ϰϲй ϭϬ͘ϰϱй ϰ͘ϴϴй ϭϱ͘ϯϰй ϭϱ͘ϯϯй ϱϱϭϬ͘ϲϬйϭϬ͘ϱϵйϰ͘ϵϰйϭϱ͘ϱϰйϭϱ͘ϱϯй ϱϲ ϭϬ͘ϳϭй ϭϬ͘ϳϬй ϱ͘ϬϬй ϭϱ͘ϳϭй ϭϱ͘ϳϬй ϱϳϭϬ͘ϲϵйϭϬ͘ϲϴйϰ͘ϵϵйϭϱ͘ϲϴйϭϱ͘ϲϳй ϱϴ ϭϬ͘ϲϳй ϭϬ͘ϲϲй ϰ͘ϵϴй ϭϱ͘ϲϱй ϭϱ͘ϲϰй ϱϵϭϬ͘ϬϲйϭϬ͘Ϭϱйϰ͘ϲϴйϭϰ͘ϳϰйϭϰ͘ϳϯй ϲϬΘKǀĞƌ ϭϬ͘Ϭϲй ϭϬ͘Ϭϱй ϰ͘ϲϴй ϭϰ͘ϳϰй ϭϰ͘ϳϯй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϰϴ͘ϵϲйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ &ŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞ͞/Ŷ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͟ƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘ůůƌĂƚĞƐ ƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ dŚĞĂƐŝĐZĂƚĞĨŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJŝƐŝŶĐƌĞĂƐĞĚďLJϬ͘ϬϭйƚŽĂĐĐŽƵŶƚĨŽƌƚŚĞĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƌĂƚĞŽĨϬ͘ϰϵйƚŚĂƚŝƐĂƉƉůŝĐĂďůĞƚŽ ƚŚĞĨŝƌƐƚΨϭϭϲ͘ϲϳŽĨĐŽŵƉĞŶƐĂƚŝŽŶ͘ džŚŝďŝƚ WĂŐĞϭϳ 'ĞŶĞƌĂůŽƐƚ'ƌŽƵƉηϯEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϱ͘ϱϬйϮ͘ϳϯйϴ͘Ϯϯй ϭϲ ϱ͘ϱϵй Ϯ͘ϳϴй ϴ͘ϯϳй ϭϳϱ͘ϲϵйϮ͘ϴϯйϴ͘ϱϮй ϭϴ ϱ͘ϳϵй Ϯ͘ϴϵй ϴ͘ϲϴй ϭϵϱ͘ϵϬйϮ͘ϵϱйϴ͘ϴϱй ϮϬ ϲ͘ϬϬй ϯ͘ϬϬй ϵ͘ϬϬй Ϯϭϲ͘ϭϭйϯ͘Ϭϲйϵ͘ϭϳй ϮϮ ϲ͘ϮϮй ϯ͘ϭϮй ϵ͘ϯϰй Ϯϯϲ͘ϯϯйϯ͘ϭϴйϵ͘ϱϭй Ϯϰ ϲ͘ϰϰй ϯ͘Ϯϰй ϵ͘ϲϴй Ϯϱϲ͘ϱϱйϯ͘ϯϬйϵ͘ϴϱй Ϯϲ ϲ͘ϲϳй ϯ͘ϯϳй ϭϬ͘Ϭϰй Ϯϳϲ͘ϳϵйϯ͘ϰϯйϭϬ͘ϮϮй Ϯϴ ϲ͘ϵϭй ϯ͘ϱϬй ϭϬ͘ϰϭй Ϯϵϳ͘Ϭϯйϯ͘ϱϲйϭϬ͘ϱϵй ϯϬ ϳ͘ϭϲй ϯ͘ϲϯй ϭϬ͘ϳϵй ϯϭϳ͘Ϯϵйϯ͘ϳϭйϭϭ͘ϬϬй ϯϮ ϳ͘ϰϮй ϯ͘ϳϴй ϭϭ͘ϮϬй ϯϯϳ͘ϱϱйϯ͘ϴϱйϭϭ͘ϰϬй ϯϰ ϳ͘ϲϴй ϯ͘ϵϮй ϭϭ͘ϲϬй ϯϱϳ͘ϴϮйϯ͘ϵϵйϭϭ͘ϴϭй ϯϲ ϳ͘ϵϳй ϰ͘Ϭϴй ϭϮ͘Ϭϱй ϯϳϴ͘ϭϭйϰ͘ϭϱйϭϮ͘Ϯϲй ϯϴ ϴ͘Ϯϲй ϰ͘Ϯϯй ϭϮ͘ϰϵй ϯϵϴ͘ϰϮйϰ͘ϯϮйϭϮ͘ϳϰй ϰϬ ϴ͘ϱϳй ϰ͘ϰϬй ϭϮ͘ϵϳй ϰϭϴ͘ϳϯйϰ͘ϰϵйϭϯ͘ϮϮй ϰϮ ϴ͘ϴϴй ϰ͘ϱϳй ϭϯ͘ϰϱй ϰϯϵ͘Ϭϰйϰ͘ϲϲйϭϯ͘ϳϬй ϰϰ ϵ͘ϮϬй ϰ͘ϳϱй ϭϯ͘ϵϱй ϰϱϵ͘ϯϳйϰ͘ϴϰйϭϰ͘Ϯϭй ϰϲ ϵ͘ϱϮй ϰ͘ϵϮй ϭϰ͘ϰϰй ϰϳϵ͘ϲϴйϱ͘Ϭϭйϭϰ͘ϲϵй ϰϴ ϵ͘ϴϰй ϱ͘Ϭϵй ϭϰ͘ϵϯй ϰϵϭϬ͘ϬϬйϱ͘ϭϴйϭϱ͘ϭϴй ϱϬ ϭϬ͘ϭϲй ϱ͘Ϯϳй ϭϱ͘ϰϯй ϱϭϭϬ͘ϯϮйϱ͘ϯϲйϭϱ͘ϲϴй ϱϮ ϭϬ͘ϰϵй ϱ͘ϰϱй ϭϱ͘ϵϰй ϱϯϭϬ͘ϲϱйϱ͘ϱϰйϭϲ͘ϭϵй ϱϰ ϭϬ͘ϳϵй ϱ͘ϲϭй ϭϲ͘ϰϬй ϱϱϭϬ͘ϴϵйϱ͘ϲϳйϭϲ͘ϱϲй ϱϲ ϭϭ͘ϬϬй ϱ͘ϳϯй ϭϲ͘ϳϯй ϱϳϭϬ͘ϵϲйϱ͘ϳϭйϭϲ͘ϲϳй ϱϴ ϭϬ͘ϳϮй ϱ͘ϱϳй ϭϲ͘Ϯϵй ϱϵϭϬ͘Ϯϴйϱ͘ϯϯйϭϱ͘ϲϭй ϲϬΘKǀĞƌ ϭϬ͘Ϯϴй ϱ͘ϯϯй ϭϱ͘ϲϭй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϱϰ͘ϰϵйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚ WĂŐĞϭϴ 'ĞŶĞƌĂůŽƐƚ'ƌŽƵƉηϰEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ĂƐŝĐϮ K> dŽƚĂů ŶƚƌLJŐĞ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ ϭϱϱ͘ϯϬйϱ͘ϮϵйϮ͘ϲϯйϳ͘ϵϯйϳ͘ϵϮй ϭϲ ϱ͘ϰϬй ϱ͘ϯϵй Ϯ͘ϲϵй ϴ͘Ϭϵй ϴ͘Ϭϴй ϭϳϱ͘ϰϵйϱ͘ϰϴйϮ͘ϳϰйϴ͘Ϯϯйϴ͘ϮϮй ϭϴ ϱ͘ϱϵй ϱ͘ϱϴй Ϯ͘ϳϵй ϴ͘ϯϴй ϴ͘ϯϳй ϭϵϱ͘ϲϵйϱ͘ϲϴйϮ͘ϴϱйϴ͘ϱϰйϴ͘ϱϯй ϮϬ ϱ͘ϳϵй ϱ͘ϳϴй Ϯ͘ϵϬй ϴ͘ϲϵй ϴ͘ϲϴй Ϯϭϱ͘ϴϵйϱ͘ϴϴйϮ͘ϵϲйϴ͘ϴϱйϴ͘ϴϰй ϮϮ ϲ͘ϬϬй ϱ͘ϵϵй ϯ͘ϬϮй ϵ͘ϬϮй ϵ͘Ϭϭй Ϯϯϲ͘ϭϬйϲ͘Ϭϵйϯ͘Ϭϳйϵ͘ϭϳйϵ͘ϭϲй Ϯϰ ϲ͘Ϯϭй ϲ͘ϮϬй ϯ͘ϭϯй ϵ͘ϯϰй ϵ͘ϯϯй Ϯϱϲ͘ϯϮйϲ͘ϯϭйϯ͘ϭϵйϵ͘ϱϭйϵ͘ϱϬй Ϯϲ ϲ͘ϰϯй ϲ͘ϰϮй ϯ͘Ϯϱй ϵ͘ϲϴй ϵ͘ϲϳй Ϯϳϲ͘ϱϱйϲ͘ϱϰйϯ͘ϯϮйϵ͘ϴϳйϵ͘ϴϲй Ϯϴ ϲ͘ϲϲй ϲ͘ϲϱй ϯ͘ϯϴй ϭϬ͘Ϭϰй ϭϬ͘Ϭϯй Ϯϵϲ͘ϳϴйϲ͘ϳϳйϯ͘ϰϱйϭϬ͘ϮϯйϭϬ͘ϮϮй ϯϬ ϲ͘ϵϬй ϲ͘ϴϵй ϯ͘ϱϭй ϭϬ͘ϰϭй ϭϬ͘ϰϬй ϯϭϳ͘Ϭϯйϳ͘ϬϮйϯ͘ϱϴйϭϬ͘ϲϭйϭϬ͘ϲϬй ϯϮ ϳ͘ϭϱй ϳ͘ϭϰй ϯ͘ϲϱй ϭϬ͘ϴϬй ϭϬ͘ϳϵй ϯϯϳ͘Ϯϴйϳ͘Ϯϳйϯ͘ϳϮйϭϭ͘ϬϬйϭϬ͘ϵϵй ϯϰ ϳ͘ϰϭй ϳ͘ϰϬй ϯ͘ϳϵй ϭϭ͘ϮϬй ϭϭ͘ϭϵй ϯϱϳ͘ϱϱйϳ͘ϱϰйϯ͘ϴϳйϭϭ͘ϰϮйϭϭ͘ϰϭй ϯϲ ϳ͘ϲϴй ϳ͘ϲϳй ϯ͘ϵϰй ϭϭ͘ϲϮй ϭϭ͘ϲϭй ϯϳϳ͘ϴϮйϳ͘ϴϭйϰ͘ϬϮйϭϭ͘ϴϰйϭϭ͘ϴϯй ϯϴ ϳ͘ϵϳй ϳ͘ϵϲй ϰ͘ϭϬй ϭϮ͘Ϭϳй ϭϮ͘Ϭϲй ϯϵϴ͘ϭϮйϴ͘ϭϭйϰ͘ϭϴйϭϮ͘ϯϬйϭϮ͘Ϯϵй ϰϬ ϴ͘Ϯϳй ϴ͘Ϯϲй ϰ͘Ϯϲй ϭϮ͘ϱϯй ϭϮ͘ϱϮй ϰϭϴ͘ϰϮйϴ͘ϰϭйϰ͘ϯϱйϭϮ͘ϳϳйϭϮ͘ϳϲй ϰϮ ϴ͘ϱϳй ϴ͘ϱϲй ϰ͘ϰϯй ϭϯ͘ϬϬй ϭϮ͘ϵϵй ϰϯϴ͘ϳϮйϴ͘ϳϭйϰ͘ϱϭйϭϯ͘Ϯϯйϭϯ͘ϮϮй ϰϰ ϴ͘ϴϳй ϴ͘ϴϲй ϰ͘ϱϵй ϭϯ͘ϰϲй ϭϯ͘ϰϱй ϰϱϵ͘Ϭϰйϵ͘Ϭϯйϰ͘ϲϵйϭϯ͘ϳϯйϭϯ͘ϳϮй ϰϲ ϵ͘ϭϵй ϵ͘ϭϴй ϰ͘ϳϳй ϭϯ͘ϵϲй ϭϯ͘ϵϱй ϰϳϵ͘ϯϰйϵ͘ϯϯйϰ͘ϴϱйϭϰ͘ϭϵйϭϰ͘ϭϴй ϰϴ ϵ͘ϰϵй ϵ͘ϰϴй ϰ͘ϵϯй ϭϰ͘ϰϮй ϭϰ͘ϰϭй ϰϵϵ͘ϲϲйϵ͘ϲϱйϱ͘Ϭϯйϭϰ͘ϲϵйϭϰ͘ϲϴй ϱϬ ϵ͘ϴϬй ϵ͘ϳϵй ϱ͘ϭϬй ϭϰ͘ϵϬй ϭϰ͘ϴϵй ϱϭϵ͘ϵϳйϵ͘ϵϲйϱ͘ϮϬйϭϱ͘ϭϳйϭϱ͘ϭϲй ϱϮ ϭϬ͘ϭϯй ϭϬ͘ϭϮй ϱ͘Ϯϵй ϭϱ͘ϰϮй ϭϱ͘ϰϭй ϱϯϭϬ͘ϯϭйϭϬ͘ϯϬйϱ͘ϯϴйϭϱ͘ϲϵйϭϱ͘ϲϴй ϱϰ ϭϬ͘ϰϲй ϭϬ͘ϰϱй ϱ͘ϰϳй ϭϱ͘ϵϯй ϭϱ͘ϵϮй ϱϱϭϬ͘ϲϬйϭϬ͘ϱϵйϱ͘ϱϰйϭϲ͘ϭϰйϭϲ͘ϭϯй ϱϲ ϭϬ͘ϲϲй ϭϬ͘ϲϱй ϱ͘ϱϴй ϭϲ͘Ϯϰй ϭϲ͘Ϯϯй ϱϳϭϬ͘ϳϬйϭϬ͘ϲϵйϱ͘ϲϬйϭϲ͘ϯϬйϭϲ͘Ϯϵй ϱϴ ϭϬ͘ϱϰй ϭϬ͘ϱϯй ϱ͘ϱϭй ϭϲ͘Ϭϱй ϭϲ͘Ϭϰй ϱϵϭϬ͘ϬϴйϭϬ͘Ϭϳйϱ͘Ϯϲйϭϱ͘ϯϰйϭϱ͘ϯϯй ϲϬΘKǀĞƌ ϭϬ͘Ϭϴй ϭϬ͘Ϭϳй ϱ͘Ϯϲй ϭϱ͘ϯϰй ϭϱ͘ϯϯй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϱϰ͘ϴϵйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ &ŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞ͞/Ŷ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͟ƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘ůůƌĂƚĞƐ ƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ dŚĞĂƐŝĐZĂƚĞĨŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJŝƐŝŶĐƌĞĂƐĞĚďLJϬ͘ϬϭйƚŽĂĐĐŽƵŶƚĨŽƌƚŚĞĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƌĂƚĞŽĨϬ͘ϰϵйƚŚĂƚŝƐĂƉƉůŝĐĂďůĞƚŽ ƚŚĞĨŝƌƐƚΨϭϭϲ͘ϲϳŽĨĐŽŵƉĞŶƐĂƚŝŽŶ͘ džŚŝďŝƚ WĂŐĞϭϵ 'ĞŶĞƌĂůŽƐƚ'ƌŽƵƉηϱEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϱ͘ϯϯйϮ͘ϴϰйϴ͘ϭϳй ϭϲ ϱ͘ϰϮй Ϯ͘ϴϵй ϴ͘ϯϭй ϭϳϱ͘ϱϮйϮ͘ϵϱйϴ͘ϰϳй ϭϴ ϱ͘ϲϮй ϯ͘Ϭϭй ϴ͘ϲϯй ϭϵϱ͘ϳϮйϯ͘Ϭϳйϴ͘ϳϵй ϮϬ ϱ͘ϴϮй ϯ͘ϭϯй ϴ͘ϵϱй Ϯϭϱ͘ϵϮйϯ͘ϭϵйϵ͘ϭϭй ϮϮ ϲ͘Ϭϯй ϯ͘Ϯϱй ϵ͘Ϯϴй Ϯϯϲ͘ϭϯйϯ͘ϯϭйϵ͘ϰϰй Ϯϰ ϲ͘Ϯϰй ϯ͘ϯϴй ϵ͘ϲϮй Ϯϱϲ͘ϯϱйϯ͘ϰϰйϵ͘ϳϵй Ϯϲ ϲ͘ϰϳй ϯ͘ϱϭй ϵ͘ϵϴй Ϯϳϲ͘ϱϴйϯ͘ϱϴйϭϬ͘ϭϲй Ϯϴ ϲ͘ϳϬй ϯ͘ϲϱй ϭϬ͘ϯϱй Ϯϵϲ͘ϴϮйϯ͘ϳϮйϭϬ͘ϱϰй ϯϬ ϲ͘ϵϰй ϯ͘ϳϵй ϭϬ͘ϳϯй ϯϭϳ͘Ϭϲйϯ͘ϴϲйϭϬ͘ϵϮй ϯϮ ϳ͘ϭϵй ϯ͘ϵϯй ϭϭ͘ϭϮй ϯϯϳ͘ϯϮйϰ͘Ϭϭйϭϭ͘ϯϯй ϯϰ ϳ͘ϰϱй ϰ͘Ϭϵй ϭϭ͘ϱϰй ϯϱϳ͘ϱϵйϰ͘ϭϳйϭϭ͘ϳϲй ϯϲ ϳ͘ϳϮй ϰ͘Ϯϱй ϭϭ͘ϵϳй ϯϳϳ͘ϴϳйϰ͘ϯϯйϭϮ͘ϮϬй ϯϴ ϴ͘Ϭϭй ϰ͘ϰϮй ϭϮ͘ϰϯй ϯϵϴ͘ϭϲйϰ͘ϱϬйϭϮ͘ϲϲй ϰϬ ϴ͘ϯϭй ϰ͘ϱϵй ϭϮ͘ϵϬй ϰϭϴ͘ϰϳйϰ͘ϲϵйϭϯ͘ϭϲй ϰϮ ϴ͘ϲϮй ϰ͘ϳϳй ϭϯ͘ϯϵй ϰϯϴ͘ϳϳйϰ͘ϴϲйϭϯ͘ϲϯй ϰϰ ϴ͘ϵϮй ϰ͘ϵϱй ϭϯ͘ϴϳй ϰϱϵ͘Ϭϴйϱ͘Ϭϰйϭϰ͘ϭϮй ϰϲ ϵ͘Ϯϰй ϱ͘ϭϰй ϭϰ͘ϯϴй ϰϳϵ͘ϰϬйϱ͘Ϯϯйϭϰ͘ϲϯй ϰϴ ϵ͘ϱϱй ϱ͘ϯϮй ϭϰ͘ϴϳй ϰϵϵ͘ϳϭйϱ͘ϰϭйϭϱ͘ϭϮй ϱϬ ϵ͘ϴϳй ϱ͘ϱϭй ϭϱ͘ϯϴй ϱϭϭϬ͘Ϭϯйϱ͘ϲϬйϭϱ͘ϲϯй ϱϮ ϭϬ͘ϭϴй ϱ͘ϲϵй ϭϱ͘ϴϳй ϱϯϭϬ͘ϯϱйϱ͘ϳϵйϭϲ͘ϭϰй ϱϰ ϭϬ͘ϱϭй ϱ͘ϴϴй ϭϲ͘ϯϵй ϱϱϭϬ͘ϲϮйϱ͘ϵϱйϭϲ͘ϱϳй ϱϲ ϭϬ͘ϲϵй ϱ͘ϵϵй ϭϲ͘ϲϴй ϱϳϭϬ͘ϳϱйϲ͘ϬϮйϭϲ͘ϳϳй ϱϴ ϭϬ͘ϲϯй ϱ͘ϵϱй ϭϲ͘ϱϴй ϱϵϭϬ͘ϯϭйϱ͘ϳϳйϭϲ͘Ϭϴй ϲϬΘKǀĞƌ ϭϬ͘ϯϭй ϱ͘ϳϳй ϭϲ͘Ϭϴй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϱϴ͘ϳϮйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚ& WĂŐĞϮϬ 'ĞŶĞƌĂůŽƐƚ'ƌŽƵƉηϲEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ĂƐŝĐϮ K> dŽƚĂů ŶƚƌLJŐĞ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ /Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ EŽƚ/Ŷ^ŽĐŝĂů ^ĞĐƵƌŝƚLJ ϭϱϲ͘Ϭϲйϲ͘ϬϱйϮ͘ϰϰйϴ͘ϱϬйϴ͘ϰϵй ϭϲ ϲ͘ϭϳй ϲ͘ϭϲй Ϯ͘ϰϵй ϴ͘ϲϲй ϴ͘ϲϱй ϭϳϲ͘Ϯϳйϲ͘ϮϲйϮ͘ϱϯйϴ͘ϴϬйϴ͘ϳϵй ϭϴ ϲ͘ϯϵй ϲ͘ϯϴй Ϯ͘ϱϵй ϴ͘ϵϴй ϴ͘ϵϳй ϭϵϲ͘ϱϬйϲ͘ϰϵйϮ͘ϲϯйϵ͘ϭϯйϵ͘ϭϮй ϮϬ ϲ͘ϲϮй ϲ͘ϲϭй Ϯ͘ϲϵй ϵ͘ϯϭй ϵ͘ϯϬй Ϯϭϲ͘ϳϯйϲ͘ϳϮйϮ͘ϳϯйϵ͘ϰϲйϵ͘ϰϱй ϮϮ ϲ͘ϴϱй ϲ͘ϴϰй Ϯ͘ϳϵй ϵ͘ϲϰй ϵ͘ϲϯй Ϯϯϲ͘ϵϳйϲ͘ϵϲйϮ͘ϴϰйϵ͘ϴϭйϵ͘ϴϬй Ϯϰ ϳ͘ϭϬй ϳ͘Ϭϵй Ϯ͘ϵϬй ϭϬ͘ϬϬй ϵ͘ϵϵй Ϯϱϳ͘Ϯϯйϳ͘ϮϮйϮ͘ϵϱйϭϬ͘ϭϴйϭϬ͘ϭϳй Ϯϲ ϳ͘ϯϲй ϳ͘ϯϱй ϯ͘Ϭϭй ϭϬ͘ϯϳй ϭϬ͘ϯϲй Ϯϳϳ͘ϰϵйϳ͘ϰϴйϯ͘ϬϳйϭϬ͘ϱϲйϭϬ͘ϱϱй Ϯϴ ϳ͘ϲϮй ϳ͘ϲϭй ϯ͘ϭϯй ϭϬ͘ϳϱй ϭϬ͘ϳϰй Ϯϵϳ͘ϳϲйϳ͘ϳϱйϯ͘ϭϵйϭϬ͘ϵϱйϭϬ͘ϵϰй ϯϬ ϳ͘ϵϬй ϳ͘ϴϵй ϯ͘Ϯϱй ϭϭ͘ϭϱй ϭϭ͘ϭϰй ϯϭϴ͘Ϭϰйϴ͘Ϭϯйϯ͘ϯϭйϭϭ͘ϯϱйϭϭ͘ϯϰй ϯϮ ϴ͘ϮϬй ϴ͘ϭϵй ϯ͘ϯϴй ϭϭ͘ϱϴй ϭϭ͘ϱϳй ϯϯϴ͘ϯϰйϴ͘ϯϯйϯ͘ϰϰйϭϭ͘ϳϴйϭϭ͘ϳϳй ϯϰ ϴ͘ϱϬй ϴ͘ϰϵй ϯ͘ϱϭй ϭϮ͘Ϭϭй ϭϮ͘ϬϬй ϯϱϴ͘ϲϲйϴ͘ϲϱйϯ͘ϱϴйϭϮ͘ϮϰйϭϮ͘Ϯϯй ϯϲ ϴ͘ϴϮй ϴ͘ϴϭй ϯ͘ϲϱй ϭϮ͘ϰϳй ϭϮ͘ϰϲй ϯϳϴ͘ϵϴйϴ͘ϵϳйϯ͘ϳϮйϭϮ͘ϳϬйϭϮ͘ϲϵй ϯϴ ϵ͘ϭϰй ϵ͘ϭϯй ϯ͘ϳϵй ϭϮ͘ϵϯй ϭϮ͘ϵϮй ϯϵϵ͘ϯϬйϵ͘Ϯϵйϯ͘ϴϲйϭϯ͘ϭϲйϭϯ͘ϭϱй ϰϬ ϵ͘ϰϳй ϵ͘ϰϲй ϯ͘ϵϰй ϭϯ͘ϰϭй ϭϯ͘ϰϬй ϰϭϵ͘ϲϯйϵ͘ϲϮйϰ͘Ϭϭйϭϯ͘ϲϰйϭϯ͘ϲϯй ϰϮ ϵ͘ϳϵй ϵ͘ϳϴй ϰ͘Ϭϴй ϭϯ͘ϴϳй ϭϯ͘ϴϲй ϰϯϵ͘ϵϲйϵ͘ϵϱйϰ͘ϭϱйϭϰ͘ϭϭйϭϰ͘ϭϬй ϰϰ ϭϬ͘ϭϮй ϭϬ͘ϭϭй ϰ͘ϮϮй ϭϰ͘ϯϰй ϭϰ͘ϯϯй ϰϱϭϬ͘ϮϴйϭϬ͘Ϯϳйϰ͘Ϯϵйϭϰ͘ϱϳйϭϰ͘ϱϲй ϰϲ ϭϬ͘ϰϲй ϭϬ͘ϰϱй ϰ͘ϯϳй ϭϰ͘ϴϯй ϭϰ͘ϴϮй ϰϳϭϬ͘ϲϮйϭϬ͘ϲϭйϰ͘ϰϰйϭϱ͘Ϭϲйϭϱ͘Ϭϱй ϰϴ ϭϬ͘ϴϭй ϭϬ͘ϴϬй ϰ͘ϱϯй ϭϱ͘ϯϰй ϭϱ͘ϯϯй ϰϵϭϬ͘ϵϲйϭϬ͘ϵϱйϰ͘ϱϵйϭϱ͘ϱϱйϭϱ͘ϱϰй ϱϬ ϭϭ͘ϭϬй ϭϭ͘Ϭϵй ϰ͘ϲϱй ϭϱ͘ϳϱй ϭϱ͘ϳϰй ϱϭϭϭ͘Ϯϭйϭϭ͘ϮϬйϰ͘ϳϬйϭϱ͘ϵϭйϭϱ͘ϵϬй ϱϮ ϭϭ͘ϭϲй ϭϭ͘ϭϱй ϰ͘ϲϴй ϭϱ͘ϴϰй ϭϱ͘ϴϯй ϱϯϭϭ͘Ϭϴйϭϭ͘Ϭϳйϰ͘ϲϰйϭϱ͘ϳϮйϭϱ͘ϳϭй ϱϰ ϭϬ͘ϲϮй ϭϬ͘ϲϭй ϰ͘ϰϰй ϭϱ͘Ϭϲй ϭϱ͘Ϭϱй ϱϱϭϬ͘ϲϮйϭϬ͘ϲϭйϰ͘ϰϰйϭϱ͘Ϭϲйϭϱ͘Ϭϱй ϱϲ ϭϬ͘ϲϮй ϭϬ͘ϲϭй ϰ͘ϰϰй ϭϱ͘Ϭϲй ϭϱ͘Ϭϱй ϱϳϭϬ͘ϲϮйϭϬ͘ϲϭйϰ͘ϰϰйϭϱ͘Ϭϲйϭϱ͘Ϭϱй ϱϴ ϭϬ͘ϲϮй ϭϬ͘ϲϭй ϰ͘ϰϰй ϭϱ͘Ϭϲй ϭϱ͘Ϭϱй ϱϵϭϬ͘ϲϮйϭϬ͘ϲϭйϰ͘ϰϰйϭϱ͘Ϭϲйϭϱ͘Ϭϱй ϲϬΘKǀĞƌ ϭϬ͘ϲϮй ϭϬ͘ϲϭй ϰ͘ϰϰй ϭϱ͘Ϭϲй ϭϱ͘Ϭϱй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϰϯ͘ϵϬйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ &ŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͕ƚŚĞ͞/Ŷ^ŽĐŝĂů^ĞĐƵƌŝƚLJ͟ƌĂƚĞƐŚŽƵůĚŽŶůLJďĞĂƉƉůŝĞĚƚŽŵŽŶƚŚůLJĐŽŵƉĞŶƐĂƚŝŽŶŝŶĞdžĐĞƐƐŽĨΨϭϭϲ͘ϲϳ͘ůůƌĂƚĞƐ ƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ Ϯ dŚĞĂƐŝĐZĂƚĞĨŽƌŵĞŵďĞƌƐŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJŝƐŝŶĐƌĞĂƐĞĚďLJϬ͘ϬϭйƚŽĂĐĐŽƵŶƚĨŽƌƚŚĞĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƌĂƚĞŽĨϬ͘ϰϵйƚŚĂƚŝƐĂƉƉůŝĐĂďůĞƚŽ ƚŚĞĨŝƌƐƚΨϭϭϲ͘ϲϳŽĨĐŽŵƉĞŶƐĂƚŝŽŶ͘ džŚŝďŝƚ' WĂŐĞϮϭ ^ĂĨĞƚLJŽƐƚ'ƌŽƵƉηϳEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϵ͘ϰϴйϲ͘Ϯϵйϭϱ͘ϳϳй ϭϲ ϵ͘ϰϴй ϲ͘Ϯϵй ϭϱ͘ϳϳй ϭϳϵ͘ϰϴйϲ͘Ϯϵйϭϱ͘ϳϳй ϭϴ ϵ͘ϰϴй ϲ͘Ϯϵй ϭϱ͘ϳϳй ϭϵϵ͘ϰϴйϲ͘Ϯϵйϭϱ͘ϳϳй ϮϬ ϵ͘ϰϴй ϲ͘Ϯϵй ϭϱ͘ϳϳй Ϯϭϵ͘ϰϴйϲ͘Ϯϵйϭϱ͘ϳϳй ϮϮ ϵ͘ϲϮй ϲ͘ϯϵй ϭϲ͘Ϭϭй Ϯϯϵ͘ϳϲйϲ͘ϰϵйϭϲ͘Ϯϱй Ϯϰ ϵ͘ϵϭй ϲ͘ϱϵй ϭϲ͘ϱϬй ϮϱϭϬ͘Ϭϲйϲ͘ϳϬйϭϲ͘ϳϲй Ϯϲ ϭϬ͘Ϯϭй ϲ͘ϴϬй ϭϳ͘Ϭϭй ϮϳϭϬ͘ϯϳйϲ͘ϵϭйϭϳ͘Ϯϴй Ϯϴ ϭϬ͘ϱϮй ϳ͘ϬϮй ϭϳ͘ϱϰй ϮϵϭϬ͘ϲϴйϳ͘ϭϯйϭϳ͘ϴϭй ϯϬ ϭϬ͘ϴϱй ϳ͘Ϯϱй ϭϴ͘ϭϬй ϯϭϭϭ͘ϬϮйϳ͘ϯϳйϭϴ͘ϯϵй ϯϮ ϭϭ͘ϭϵй ϳ͘ϰϵй ϭϴ͘ϲϴй ϯϯϭϭ͘ϯϳйϳ͘ϲϭйϭϴ͘ϵϴй ϯϰ ϭϭ͘ϱϱй ϳ͘ϳϰй ϭϵ͘Ϯϵй ϯϱϭϭ͘ϳϰйϳ͘ϴϳйϭϵ͘ϲϭй ϯϲ ϭϭ͘ϵϯй ϴ͘Ϭϭй ϭϵ͘ϵϰй ϯϳϭϮ͘ϭϮйϴ͘ϭϰйϮϬ͘Ϯϲй ϯϴ ϭϮ͘ϯϭй ϴ͘Ϯϳй ϮϬ͘ϱϴй ϯϵϭϮ͘ϱϮйϴ͘ϰϮйϮϬ͘ϵϰй ϰϬ ϭϮ͘ϳϰй ϴ͘ϱϳй Ϯϭ͘ϯϭй ϰϭϭϮ͘ϵϱйϴ͘ϳϮйϮϭ͘ϲϳй ϰϮ ϭϯ͘ϭϴй ϴ͘ϴϴй ϮϮ͘Ϭϲй ϰϯϭϯ͘ϰϭйϵ͘ϬϰйϮϮ͘ϰϱй ϰϰ ϭϯ͘ϲϳй ϵ͘ϮϮй ϮϮ͘ϴϵй ϰϱϭϯ͘ϴϵйϵ͘ϯϴйϮϯ͘Ϯϳй ϰϲ ϭϯ͘ϵϭй ϵ͘ϯϵй Ϯϯ͘ϯϬй ϰϳϭϯ͘ϵϰйϵ͘ϰϭйϮϯ͘ϯϱй ϰϴ ϭϯ͘ϳϱй ϵ͘Ϯϴй Ϯϯ͘Ϭϯй ϰϵΘKǀĞƌϭϯ͘Ϯϯйϴ͘ϵϮйϮϮ͘ϭϱй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϲϵ͘ϵϴйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚ, WĂŐĞϮϮ ^ĂĨĞƚLJŽƐƚ'ƌŽƵƉηϴEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϵ͘ϰϲйϲ͘ϰϮйϭϱ͘ϴϴй ϭϲ ϵ͘ϰϲй ϲ͘ϰϮй ϭϱ͘ϴϴй ϭϳϵ͘ϰϲйϲ͘ϰϮйϭϱ͘ϴϴй ϭϴ ϵ͘ϰϲй ϲ͘ϰϮй ϭϱ͘ϴϴй ϭϵϵ͘ϰϲйϲ͘ϰϮйϭϱ͘ϴϴй ϮϬ ϵ͘ϰϲй ϲ͘ϰϮй ϭϱ͘ϴϴй Ϯϭϵ͘ϰϲйϲ͘ϰϮйϭϱ͘ϴϴй ϮϮ ϵ͘ϲϬй ϲ͘ϱϮй ϭϲ͘ϭϮй Ϯϯϵ͘ϳϰйϲ͘ϲϮйϭϲ͘ϯϲй Ϯϰ ϵ͘ϴϵй ϲ͘ϳϮй ϭϲ͘ϲϭй ϮϱϭϬ͘Ϭϰйϲ͘ϴϯйϭϲ͘ϴϳй Ϯϲ ϭϬ͘ϭϵй ϲ͘ϵϰй ϭϳ͘ϭϯй ϮϳϭϬ͘ϯϰйϳ͘Ϭϱйϭϳ͘ϯϵй Ϯϴ ϭϬ͘ϱϬй ϳ͘ϭϲй ϭϳ͘ϲϲй ϮϵϭϬ͘ϲϲйϳ͘Ϯϳйϭϳ͘ϵϯй ϯϬ ϭϬ͘ϴϮй ϳ͘ϯϵй ϭϴ͘Ϯϭй ϯϭϭϬ͘ϵϵйϳ͘ϱϭйϭϴ͘ϱϬй ϯϮ ϭϭ͘ϭϳй ϳ͘ϲϰй ϭϴ͘ϴϭй ϯϯϭϭ͘ϯϰйϳ͘ϳϲйϭϵ͘ϭϬй ϯϰ ϭϭ͘ϱϯй ϳ͘ϵϬй ϭϵ͘ϰϯй ϯϱϭϭ͘ϳϮйϴ͘Ϭϯйϭϵ͘ϳϱй ϯϲ ϭϭ͘ϵϬй ϴ͘ϭϲй ϮϬ͘Ϭϲй ϯϳϭϮ͘ϭϬйϴ͘ϯϬйϮϬ͘ϰϬй ϯϴ ϭϮ͘Ϯϵй ϴ͘ϰϰй ϮϬ͘ϳϯй ϯϵϭϮ͘ϰϵйϴ͘ϱϴйϮϭ͘Ϭϳй ϰϬ ϭϮ͘ϳϭй ϴ͘ϳϰй Ϯϭ͘ϰϱй ϰϭϭϮ͘ϵϯйϴ͘ϵϬйϮϭ͘ϴϯй ϰϮ ϭϯ͘ϭϲй ϵ͘Ϭϲй ϮϮ͘ϮϮй ϰϯϭϯ͘ϯϵйϵ͘ϮϯйϮϮ͘ϲϮй ϰϰ ϭϯ͘ϲϰй ϵ͘ϰϭй Ϯϯ͘Ϭϱй ϰϱϭϯ͘ϴϱйϵ͘ϱϲйϮϯ͘ϰϭй ϰϲ ϭϯ͘ϵϮй ϵ͘ϲϭй Ϯϯ͘ϱϯй ϰϳϭϯ͘ϴϲйϵ͘ϱϲйϮϯ͘ϰϮй ϰϴ ϭϯ͘ϳϳй ϵ͘ϱϬй Ϯϯ͘Ϯϳй ϰϵΘKǀĞƌϭϯ͘Ϯϲйϵ͘ϭϯйϮϮ͘ϯϵй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϳϭ͘ϱϯйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚ/ WĂŐĞϮϯ ^ĂĨĞƚLJŽƐƚ'ƌŽƵƉηϵEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϵ͘Ϭϲйϯ͘ϴϵйϭϮ͘ϵϱй ϭϲ ϵ͘Ϭϲй ϯ͘ϴϵй ϭϮ͘ϵϱй ϭϳϵ͘Ϭϲйϯ͘ϴϵйϭϮ͘ϵϱй ϭϴ ϵ͘Ϭϲй ϯ͘ϴϵй ϭϮ͘ϵϱй ϭϵϵ͘Ϭϲйϯ͘ϴϵйϭϮ͘ϵϱй ϮϬ ϵ͘Ϭϲй ϯ͘ϴϵй ϭϮ͘ϵϱй Ϯϭϵ͘Ϭϲйϯ͘ϴϵйϭϮ͘ϵϱй ϮϮ ϵ͘ϭϵй ϯ͘ϵϱй ϭϯ͘ϭϰй Ϯϯϵ͘ϯϯйϰ͘Ϭϭйϭϯ͘ϯϰй Ϯϰ ϵ͘ϰϳй ϰ͘Ϭϳй ϭϯ͘ϱϰй Ϯϱϵ͘ϲϭйϰ͘ϭϰйϭϯ͘ϳϱй Ϯϲ ϵ͘ϳϱй ϰ͘ϮϬй ϭϯ͘ϵϱй Ϯϳϵ͘ϵϬйϰ͘Ϯϳйϭϰ͘ϭϳй Ϯϴ ϭϬ͘Ϭϱй ϰ͘ϯϰй ϭϰ͘ϯϵй ϮϵϭϬ͘ϮϬйϰ͘ϰϬйϭϰ͘ϲϬй ϯϬ ϭϬ͘ϯϲй ϰ͘ϰϴй ϭϰ͘ϴϰй ϯϭϭϬ͘ϱϮйϰ͘ϱϱйϭϱ͘Ϭϳй ϯϮ ϭϬ͘ϲϵй ϰ͘ϲϯй ϭϱ͘ϯϮй ϯϯϭϬ͘ϴϲйϰ͘ϳϬйϭϱ͘ϱϲй ϯϰ ϭϭ͘Ϭϯй ϰ͘ϳϴй ϭϱ͘ϴϭй ϯϱϭϭ͘ϮϬйϰ͘ϴϲйϭϲ͘Ϭϲй ϯϲ ϭϭ͘ϯϴй ϰ͘ϵϰй ϭϲ͘ϯϮй ϯϳϭϭ͘ϱϲйϱ͘ϬϮйϭϲ͘ϱϴй ϯϴ ϭϭ͘ϳϯй ϱ͘ϭϬй ϭϲ͘ϴϯй ϯϵϭϭ͘ϵϯйϱ͘ϭϵйϭϳ͘ϭϮй ϰϬ ϭϮ͘ϭϮй ϱ͘Ϯϴй ϭϳ͘ϰϬй ϰϭϭϮ͘ϯϭйϱ͘ϯϲйϭϳ͘ϲϳй ϰϮ ϭϮ͘ϱϭй ϱ͘ϰϱй ϭϳ͘ϵϲй ϰϯϭϮ͘ϲϴйϱ͘ϱϯйϭϴ͘Ϯϭй ϰϰ ϭϮ͘ϳϴй ϱ͘ϱϳй ϭϴ͘ϯϱй ϰϱϭϮ͘ϳϵйϱ͘ϱϴйϭϴ͘ϯϳй ϰϲ ϭϮ͘ϲϳй ϱ͘ϱϮй ϭϴ͘ϭϵй ϰϳϭϮ͘ϰϭйϱ͘ϰϭйϭϳ͘ϴϮй ϰϴ ϭϮ͘ϳϰй ϱ͘ϱϲй ϭϴ͘ϯϬй ϰϵΘKǀĞƌϭϯ͘ϯϮйϱ͘ϴϮйϭϵ͘ϭϰй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϰϱ͘ϯϲйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚ: WĂŐĞϮϰ ^ĂĨĞƚLJŽƐƚ'ƌŽƵƉηϭϬEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϵ͘ϰϲйϲ͘ϯϯйϭϱ͘ϳϵй ϭϲ ϵ͘ϰϲй ϲ͘ϯϯй ϭϱ͘ϳϵй ϭϳϵ͘ϰϲйϲ͘ϯϯйϭϱ͘ϳϵй ϭϴ ϵ͘ϰϲй ϲ͘ϯϯй ϭϱ͘ϳϵй ϭϵϵ͘ϰϲйϲ͘ϯϯйϭϱ͘ϳϵй ϮϬ ϵ͘ϰϲй ϲ͘ϯϯй ϭϱ͘ϳϵй Ϯϭϵ͘ϰϲйϲ͘ϯϯйϭϱ͘ϳϵй ϮϮ ϵ͘ϲϬй ϲ͘ϰϯй ϭϲ͘Ϭϯй Ϯϯϵ͘ϳϰйϲ͘ϱϯйϭϲ͘Ϯϳй Ϯϰ ϵ͘ϴϵй ϲ͘ϲϯй ϭϲ͘ϱϮй ϮϱϭϬ͘Ϭϰйϲ͘ϳϰйϭϲ͘ϳϴй Ϯϲ ϭϬ͘ϭϵй ϲ͘ϴϱй ϭϳ͘Ϭϰй ϮϳϭϬ͘ϯϰйϲ͘ϵϱйϭϳ͘Ϯϵй Ϯϴ ϭϬ͘ϱϬй ϳ͘Ϭϳй ϭϳ͘ϱϳй ϮϵϭϬ͘ϲϲйϳ͘ϭϴйϭϳ͘ϴϰй ϯϬ ϭϬ͘ϴϮй ϳ͘Ϯϵй ϭϴ͘ϭϭй ϯϭϭϬ͘ϵϵйϳ͘ϰϭйϭϴ͘ϰϬй ϯϮ ϭϭ͘ϭϳй ϳ͘ϱϰй ϭϴ͘ϳϭй ϯϯϭϭ͘ϯϰйϳ͘ϲϲйϭϵ͘ϬϬй ϯϰ ϭϭ͘ϱϯй ϳ͘ϳϵй ϭϵ͘ϯϮй ϯϱϭϭ͘ϳϮйϳ͘ϵϯйϭϵ͘ϲϱй ϯϲ ϭϭ͘ϵϬй ϴ͘Ϭϱй ϭϵ͘ϵϱй ϯϳϭϮ͘ϭϬйϴ͘ϭϵйϮϬ͘Ϯϵй ϯϴ ϭϮ͘Ϯϵй ϴ͘ϯϯй ϮϬ͘ϲϮй ϯϵϭϮ͘ϰϵйϴ͘ϰϳйϮϬ͘ϵϲй ϰϬ ϭϮ͘ϳϭй ϴ͘ϲϮй Ϯϭ͘ϯϯй ϰϭϭϮ͘ϵϯйϴ͘ϳϴйϮϭ͘ϳϭй ϰϮ ϭϯ͘ϭϲй ϴ͘ϵϰй ϮϮ͘ϭϬй ϰϯϭϯ͘ϯϵйϵ͘ϭϬйϮϮ͘ϰϵй ϰϰ ϭϯ͘ϲϰй ϵ͘Ϯϴй ϮϮ͘ϵϮй ϰϱϭϯ͘ϴϱйϵ͘ϰϯйϮϯ͘Ϯϴй ϰϲ ϭϯ͘ϵϮй ϵ͘ϰϴй Ϯϯ͘ϰϬй ϰϳϭϯ͘ϴϲйϵ͘ϰϰйϮϯ͘ϯϬй ϰϴ ϭϯ͘ϳϳй ϵ͘ϯϳй Ϯϯ͘ϭϰй ϰϵΘKǀĞƌϭϯ͘Ϯϲйϵ͘ϬϭйϮϮ͘Ϯϳй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϳϬ͘ϱϴйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚ< WĂŐĞϮϱ ^ĂĨĞƚLJŽƐƚ'ƌŽƵƉηϭϭEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϵ͘ϲϯйϲ͘ϲϵйϭϲ͘ϯϮй ϭϲ ϵ͘ϲϯй ϲ͘ϲϵй ϭϲ͘ϯϮй ϭϳϵ͘ϲϯйϲ͘ϲϵйϭϲ͘ϯϮй ϭϴ ϵ͘ϲϯй ϲ͘ϲϵй ϭϲ͘ϯϮй ϭϵϵ͘ϲϯйϲ͘ϲϵйϭϲ͘ϯϮй ϮϬ ϵ͘ϲϯй ϲ͘ϲϵй ϭϲ͘ϯϮй Ϯϭϵ͘ϲϯйϲ͘ϲϵйϭϲ͘ϯϮй ϮϮ ϵ͘ϳϴй ϲ͘ϴϬй ϭϲ͘ϱϴй Ϯϯϵ͘ϵϮйϲ͘ϵϬйϭϲ͘ϴϮй Ϯϰ ϭϬ͘Ϭϳй ϳ͘Ϭϭй ϭϳ͘Ϭϴй ϮϱϭϬ͘ϮϮйϳ͘ϭϮйϭϳ͘ϯϰй Ϯϲ ϭϬ͘ϯϴй ϳ͘Ϯϰй ϭϳ͘ϲϮй ϮϳϭϬ͘ϱϯйϳ͘ϯϱйϭϳ͘ϴϴй Ϯϴ ϭϬ͘ϲϵй ϳ͘ϰϳй ϭϴ͘ϭϲй ϮϵϭϬ͘ϴϱйϳ͘ϱϵйϭϴ͘ϰϰй ϯϬ ϭϭ͘ϬϮй ϳ͘ϳϭй ϭϴ͘ϳϯй ϯϭϭϭ͘ϭϵйϳ͘ϴϯйϭϵ͘ϬϮй ϯϮ ϭϭ͘ϯϳй ϳ͘ϵϳй ϭϵ͘ϯϰй ϯϯϭϭ͘ϱϱйϴ͘ϭϬйϭϵ͘ϲϱй ϯϰ ϭϭ͘ϳϰй ϴ͘Ϯϰй ϭϵ͘ϵϴй ϯϱϭϭ͘ϵϮйϴ͘ϯϳйϮϬ͘Ϯϵй ϯϲ ϭϮ͘ϭϭй ϴ͘ϱϭй ϮϬ͘ϲϮй ϯϳϭϮ͘ϯϭйϴ͘ϲϱйϮϬ͘ϵϲй ϯϴ ϭϮ͘ϱϭй ϴ͘ϴϬй Ϯϭ͘ϯϭй ϯϵϭϮ͘ϳϭйϴ͘ϵϱйϮϭ͘ϲϲй ϰϬ ϭϮ͘ϵϮй ϵ͘ϭϬй ϮϮ͘ϬϮй ϰϭϭϯ͘ϭϰйϵ͘ϮϲйϮϮ͘ϰϬй ϰϮ ϭϯ͘ϯϳй ϵ͘ϰϯй ϮϮ͘ϴϬй ϰϯϭϯ͘ϲϭйϵ͘ϲϭйϮϯ͘ϮϮй ϰϰ ϭϯ͘ϴϰй ϵ͘ϳϳй Ϯϯ͘ϲϭй ϰϱϭϰ͘Ϭϳйϵ͘ϵϰйϮϰ͘Ϭϭй ϰϲ ϭϰ͘ϭϬй ϵ͘ϵϳй Ϯϰ͘Ϭϳй ϰϳϭϰ͘Ϭϰйϵ͘ϵϮйϮϯ͘ϵϲй ϰϴ ϭϯ͘ϳϴй ϵ͘ϳϯй Ϯϯ͘ϱϭй ϰϵΘKǀĞƌϭϯ͘Ϭϭйϵ͘ϭϳйϮϮ͘ϭϴй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϳϯ͘ϮϮйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚ> WĂŐĞϮϲ ^ĂĨĞƚLJŽƐƚ'ƌŽƵƉηϭϮEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϵ͘ϱϵйϰ͘ϵϰйϭϰ͘ϱϯй ϭϲ ϵ͘ϱϵй ϰ͘ϵϰй ϭϰ͘ϱϯй ϭϳϵ͘ϱϵйϰ͘ϵϰйϭϰ͘ϱϯй ϭϴ ϵ͘ϱϵй ϰ͘ϵϰй ϭϰ͘ϱϯй ϭϵϵ͘ϱϵйϰ͘ϵϰйϭϰ͘ϱϯй ϮϬ ϵ͘ϱϵй ϰ͘ϵϰй ϭϰ͘ϱϯй Ϯϭϵ͘ϱϵйϰ͘ϵϰйϭϰ͘ϱϯй ϮϮ ϵ͘ϳϯй ϱ͘Ϭϭй ϭϰ͘ϳϰй Ϯϯϵ͘ϴϴйϱ͘ϭϬйϭϰ͘ϵϴй Ϯϰ ϭϬ͘ϬϮй ϱ͘ϭϳй ϭϱ͘ϭϵй ϮϱϭϬ͘ϭϴйϱ͘Ϯϲйϭϱ͘ϰϰй Ϯϲ ϭϬ͘ϯϯй ϱ͘ϯϰй ϭϱ͘ϲϳй ϮϳϭϬ͘ϰϴйϱ͘ϰϮйϭϱ͘ϵϬй Ϯϴ ϭϬ͘ϲϰй ϱ͘ϱϭй ϭϲ͘ϭϱй ϮϵϭϬ͘ϴϬйϱ͘ϱϵйϭϲ͘ϯϵй ϯϬ ϭϬ͘ϵϳй ϱ͘ϲϵй ϭϲ͘ϲϲй ϯϭϭϭ͘ϭϰйϱ͘ϳϴйϭϲ͘ϵϮй ϯϮ ϭϭ͘ϯϮй ϱ͘ϴϴй ϭϳ͘ϮϬй ϯϯϭϭ͘ϰϵйϱ͘ϵϳйϭϳ͘ϰϲй ϯϰ ϭϭ͘ϲϴй ϲ͘Ϭϳй ϭϳ͘ϳϱй ϯϱϭϭ͘ϴϴйϲ͘ϭϴйϭϴ͘Ϭϲй ϯϲ ϭϮ͘Ϭϲй ϲ͘Ϯϴй ϭϴ͘ϯϰй ϯϳϭϮ͘Ϯϱйϲ͘ϯϴйϭϴ͘ϲϯй ϯϴ ϭϮ͘ϰϱй ϲ͘ϰϵй ϭϴ͘ϵϰй ϯϵϭϮ͘ϲϲйϲ͘ϲϬйϭϵ͘Ϯϲй ϰϬ ϭϮ͘ϴϴй ϲ͘ϳϮй ϭϵ͘ϲϬй ϰϭϭϯ͘Ϭϵйϲ͘ϴϰйϭϵ͘ϵϯй ϰϮ ϭϯ͘ϯϯй ϲ͘ϵϳй ϮϬ͘ϯϬй ϰϯϭϯ͘ϱϲйϳ͘ϬϵйϮϬ͘ϲϱй ϰϰ ϭϯ͘ϳϴй ϳ͘Ϯϭй ϮϬ͘ϵϵй ϰϱϭϯ͘ϵϵйϳ͘ϯϯйϮϭ͘ϯϮй ϰϲ ϭϰ͘Ϭϱй ϳ͘ϯϲй Ϯϭ͘ϰϭй ϰϳϭϯ͘ϵϳйϳ͘ϯϭйϮϭ͘Ϯϴй ϰϴ ϭϯ͘ϴϭй ϳ͘Ϯϯй Ϯϭ͘Ϭϰй ϰϵΘKǀĞƌϭϯ͘Ϭϳйϲ͘ϴϯйϭϵ͘ϵϬй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϱϰ͘ϮϲйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚD WĂŐĞϮϳ ^ĂĨĞƚLJŽƐƚ'ƌŽƵƉηϭϯEŽŶͲWWZDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ ŶƚƌLJŐĞ ĂƐŝĐ K> dŽƚĂů ϭϱϵ͘ϰϲйϲ͘ϯϬйϭϱ͘ϳϲй ϭϲ ϵ͘ϰϲй ϲ͘ϯϬй ϭϱ͘ϳϲй ϭϳϵ͘ϰϲйϲ͘ϯϬйϭϱ͘ϳϲй ϭϴ ϵ͘ϰϲй ϲ͘ϯϬй ϭϱ͘ϳϲй ϭϵϵ͘ϰϲйϲ͘ϯϬйϭϱ͘ϳϲй ϮϬ ϵ͘ϰϲй ϲ͘ϯϬй ϭϱ͘ϳϲй Ϯϭϵ͘ϰϲйϲ͘ϯϬйϭϱ͘ϳϲй ϮϮ ϵ͘ϲϬй ϲ͘ϰϬй ϭϲ͘ϬϬй Ϯϯϵ͘ϳϰйϲ͘ϱϬйϭϲ͘Ϯϰй Ϯϰ ϵ͘ϴϵй ϲ͘ϲϬй ϭϲ͘ϰϵй ϮϱϭϬ͘Ϭϰйϲ͘ϳϭйϭϲ͘ϳϱй Ϯϲ ϭϬ͘ϭϵй ϲ͘ϴϭй ϭϳ͘ϬϬй ϮϳϭϬ͘ϯϰйϲ͘ϵϮйϭϳ͘Ϯϲй Ϯϴ ϭϬ͘ϱϬй ϳ͘Ϭϯй ϭϳ͘ϱϯй ϮϵϭϬ͘ϲϲйϳ͘ϭϰйϭϳ͘ϴϬй ϯϬ ϭϬ͘ϴϮй ϳ͘Ϯϲй ϭϴ͘Ϭϴй ϯϭϭϬ͘ϵϵйϳ͘ϯϴйϭϴ͘ϯϳй ϯϮ ϭϭ͘ϭϳй ϳ͘ϱϬй ϭϴ͘ϲϳй ϯϯϭϭ͘ϯϰйϳ͘ϲϮйϭϴ͘ϵϲй ϯϰ ϭϭ͘ϱϯй ϳ͘ϳϱй ϭϵ͘Ϯϴй ϯϱϭϭ͘ϳϮйϳ͘ϴϵйϭϵ͘ϲϭй ϯϲ ϭϭ͘ϵϬй ϴ͘Ϭϭй ϭϵ͘ϵϭй ϯϳϭϮ͘ϭϬйϴ͘ϭϱйϮϬ͘Ϯϱй ϯϴ ϭϮ͘Ϯϵй ϴ͘Ϯϵй ϮϬ͘ϱϴй ϯϵϭϮ͘ϰϵйϴ͘ϰϯйϮϬ͘ϵϮй ϰϬ ϭϮ͘ϳϭй ϴ͘ϱϴй Ϯϭ͘Ϯϵй ϰϭϭϮ͘ϵϯйϴ͘ϳϰйϮϭ͘ϲϳй ϰϮ ϭϯ͘ϭϲй ϴ͘ϵϬй ϮϮ͘Ϭϲй ϰϯϭϯ͘ϯϵйϵ͘ϬϲйϮϮ͘ϰϱй ϰϰ ϭϯ͘ϲϰй ϵ͘Ϯϰй ϮϮ͘ϴϴй ϰϱϭϯ͘ϴϱйϵ͘ϯϴйϮϯ͘Ϯϯй ϰϲ ϭϯ͘ϵϮй ϵ͘ϰϯй Ϯϯ͘ϯϱй ϰϳϭϯ͘ϴϲйϵ͘ϯϵйϮϯ͘Ϯϱй ϰϴ ϭϯ͘ϳϳй ϵ͘ϯϯй Ϯϯ͘ϭϬй ϰϵΘKǀĞƌϭϯ͘Ϯϲйϴ͘ϵϳйϮϮ͘Ϯϯй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ K>>ŽĂĚŝŶŐ͗ ϳϬ͘ϮϰйĂƉƉůŝĞĚƚŽĂƐŝĐZĂƚĞƐƉƌŝŽƌƚŽĂĚũƵƐƚŵĞŶƚĨŽƌĂĚŵŝŶŝƐƚƌĂƚŝǀĞĞdžƉĞŶƐĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĐŽŵƉĞŶƐĂƚŝŽŶƵƉƚŽƚŚĞĂŶŶƵĂů/ZϰϬϭ;ĂͿ;ϭϳͿĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ džŚŝďŝƚE WĂŐĞϮϴ WWZdŝĞƌDĞŵďĞƌŽŶƚƌŝďƵƚŝŽŶZĂƚĞƐ ĨĨĞĐƚŝǀĞĨŽƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯ džƉƌĞƐƐĞĚĂƐĂWĞƌĐĞŶƚĂŐĞŽĨDŽŶƚŚůLJWĂLJƌŽůůϭ 'ĞŶĞƌĂůdŝĞƌƐ ĂƐŝĐ K> dŽƚĂů ŽƐƚ'ƌŽƵƉηϭʹWWZdŝĞƌϰ;ϮйK>Ϳϴ͘ϴϭйϮ͘ϬϭйϭϬ͘ϴϮй ŽƐƚ'ƌŽƵƉηϭʹWWZdŝĞƌϰ;ϯйK>Ϳ ϵ͘Ϭϳй ϯ͘Ϭϰй ϭϮ͘ϭϭй ŽƐƚ'ƌŽƵƉηϮʹWWZdŝĞƌϱ;ϮйK>Ϳϴ͘Ϯϭйϭ͘ϴϱйϭϬ͘Ϭϲй ŽƐƚ'ƌŽƵƉηϮʹWWZdŝĞƌϱ;ϯйͬϰйK>Ϳ ϴ͘ϯϴй Ϯ͘ϳϳй ϭϭ͘ϭϱй ŽƐƚ'ƌŽƵƉηϯʹWWZdŝĞƌϰ;ϯйK>Ϳϴ͘ϰϭйϮ͘ϴϵйϭϭ͘ϯϬй ŽƐƚ'ƌŽƵƉηϰʹWWZdŝĞƌϰ;ϯйK>Ϳ ϴ͘ϴϲй Ϯ͘ϵϵй ϭϭ͘ϴϱй ŽƐƚ'ƌŽƵƉηϱʹWWZdŝĞƌϰ;ϮйK>ͿϭϬ͘ϮϱйϮ͘ϮϵйϭϮ͘ϱϰй ŽƐƚ'ƌŽƵƉηϱʹWWZdŝĞƌϰ;ϯйK>Ϳ ϭϭ͘Ϭϵй ϯ͘ϳϭй ϭϰ͘ϴϬй ŽƐƚ'ƌŽƵƉηϲʹWWZdŝĞƌϰ;ϯйK>Ϳϵ͘ϴϳйϯ͘ϯϮйϭϯ͘ϭϵй  ^ĂĨĞƚLJdŝĞƌƐ ĂƐŝĐ K> dŽƚĂů ŽƐƚ'ƌŽƵƉηϳʹWWZdŝĞƌϭϰ͘ϭϮйϱ͘ϲϳйϭϵ͘ϳϵй ŽƐƚ'ƌŽƵƉηϴʹWWZdŝĞƌ ϭϮ͘ϭϮй ϱ͘ϬϬй ϭϳ͘ϭϮй ŽƐƚ'ƌŽƵƉηϴʹWWZdŝĞƌϭϮ͘Ϭϭйϯ͘ϯϬйϭϱ͘ϯϭй ŽƐƚ'ƌŽƵƉηϵʹWWZdŝĞƌ ϭϯ͘Ϯϲй ϯ͘ϱϴй ϭϲ͘ϴϰй ŽƐƚ'ƌŽƵƉηϭϬʹWWZdŝĞƌϭϮ͘Ϯϵйϱ͘Ϭϴйϭϳ͘ϯϳй ŽƐƚ'ƌŽƵƉηϭϭʹWWZdŝĞƌ ϭϭ͘Ϯϳй ϰ͘ϲϰй ϭϱ͘ϵϭй ŽƐƚ'ƌŽƵƉηϭϮʹWWZdŝĞƌϭϭ͘ϲϮйϰ͘ϴϬйϭϲ͘ϰϮй ŽƐƚ'ƌŽƵƉηϭϯʹWWZdŝĞƌ ϭϮ͘ϳϰй ϱ͘Ϯϯй ϭϳ͘ϵϳй ĚŵŝŶŝƐƚƌĂƚŝǀĞdžƉĞŶƐĞ͗ Ϭ͘ϰϵйŽĨƉĂLJƌŽůůĂĚĚĞĚƚŽĂƐŝĐZĂƚĞƐ  ϭ ůůƌĂƚĞƐƐŚŽƵůĚďĞĂƉƉůŝĞĚƚŽĂůůĐŽŵƉĞŶƐĂƚŝŽŶ;ǁŚĞƚŚĞƌŽƌŶŽƚŝŶ^ŽĐŝĂů^ĞĐƵƌŝƚLJͿƵƉƚŽƚŚĞĂƉƉůŝĐĂďůĞĂŶŶƵĂů'Žǀ͘ŽĚĞϳϱϮϮ͘ϭϬ;ĚͿ ĐŽŵƉĞŶƐĂƚŝŽŶůŝŵŝƚ͘ KEdZK^dKhEdzDW>Kz^͛Zd/ZDEd^^K/d/KE  WĂŐĞϮϵ ^hsEd/KE ůůƌĂƚĞƐĂƌĞƐŚŽǁŶĂƐĂƉĞƌĐĞŶƚŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞĞĐŽŶƚƌŝďƵƚŝŽŶƌĂƚĞƐǀĂƌLJĚĞƉĞŶĚŝŶŐƵƉŽŶƚŚĞŝƌƚŝĞƌĂŶĚĂŐĞĂƚĞŶƚƌLJ͘dŽĐŽŵƉƵƚĞƚŚĞĞdžĂĐƚ ƐƵďǀĞŶƚŝŽŶƉĞƌĐĞŶƚĨŽƌĞĂĐŚĞŵƉůŽLJĞĞ͕ĚŽƚŚĞĨŽůůŽǁŝŶŐ͗ ŵƉůŽLJĞĞƌĂƚĞ͗ ĞĐƌĞĂƐĞƚŚĞĞŵƉůŽLJĞĞ͛ƐƌĂƚĞďLJƚŚĞƐƵďǀĞŶƚŝŽŶƉĞƌĐĞŶƚ;ŝ͘Ğ͘Ϯϱй͕ϱϬй͕ĞƚĐ͘Ϳ͘ ŵƉůŽLJĞƌƌĂƚĞ͗ /ŶĐƌĞĂƐĞƚŚĞĞŵƉůŽLJĞƌ͛ƐƌĂƚĞďLJĂƉĞƌĐĞŶƚŽĨƚŚĞĞŵƉůŽLJĞĞ͛ƐĚĞĐƌĞĂƐĞƵƐŝŶŐƚŚĞ ĂƉƉůŝĐĂďůĞƌĞĨƵŶĚĂďŝůŝƚLJĨĂĐƚŽƌ;ĨŽƵŶĚŽŶdžŚŝďŝƚƐϭƚŚƌŽƵŐŚϭϯͿ͘ yDW>&KZK^d'ZKhWηϯ>'zDDZ^͗ /ĨƚŚĞƐƵďǀĞŶƚŝŽŶƉĞƌĐĞŶƚŝƐϮϱй͕ĂŶĚƚŚĞĞŵƉůŽLJĞĞ͛ƐƌĂƚĞŝƐϲ͘ϬϬй͕ ŵƉůŽLJĞĞƌĂƚĞƐƐŚŽƵůĚďĞĚĞĐƌĞĂƐĞĚďLJϭ͘ϱϬй;Ϯϱйпϲ͘ϬϬйͿ ŵƉůŽLJĞƌƌĂƚĞƐŚŽƵůĚďĞŝŶĐƌĞĂƐĞĚďLJϭ͘ϰϰй;ϭ͘ϱϬйпϬ͘ϵϲϮϰͿ WůĞĂƐĞŶŽƚĞƚŚĂƚĨŽƌWWZŵĞŵďĞƌƐ͕ƐƵďǀĞŶƚŝŽŶŝƐŐĞŶĞƌĂůůLJŶŽƚƉĞƌŵŝƚƚĞĚ͘dŚĞƐƚĂŶĚĂƌĚƵŶĚĞƌ'Žǀ͘ŽĚĞ ΑϳϱϮϮ͘ϯϬ;ĂͿŝƐƚŚĂƚĞŵƉůŽLJĞĞƐƉĂLJĂƚůĞĂƐƚϱϬƉĞƌĐĞŶƚŽĨŶŽƌŵĂůĐŽƐƚƐĂŶĚƚŚĂƚĞŵƉůŽLJĞƌƐŶŽƚƉĂLJĂŶLJŽĨƚŚĞ ƌĞƋƵŝƌĞĚĞŵƉůŽLJĞĞĐŽŶƚƌŝďƵƚŝŽŶ͕ďƵƚƚŚĞƌĞĂƌĞƐŽŵĞĞdžĐĞƉƚŝŽŶƐ͘'Žǀ͘ŽĚĞΑϳϱϮϮ͘ϯϬ;ĨͿĂůůŽǁƐƚŚĞƚĞƌŵƐ ;ƌĞŐĂƌĚŝŶŐƚŚĞĞŵƉůŽLJĞĞ͛ƐƌĞƋƵŝƌĞĚĐŽŶƚƌŝďƵƚŝŽŶͿŽĨĂĐŽŶƚƌĂĐƚ͕ŝŶĐůƵĚŝŶŐĂŵĞŵŽƌĂŶĚƵŵŽĨƵŶĚĞƌƐƚĂŶĚŝŶŐ͕ ƚŚĂƚŝƐŝŶĞĨĨĞĐƚŽŶ:ĂŶƵĂƌLJϭ͕ϮϬϭϯ͕ƚŽĐŽŶƚŝŶƵĞƚŚƌŽƵŐŚƚŚĞůĞŶŐƚŚŽĨĂĐŽŶƚƌĂĐƚ͘dŚŝƐŵĞĂŶƐƚŚĂƚŝƚŝƐƉŽƐƐŝďůĞ ƚŚĂƚĂŶĞŵƉůŽLJĞƌǁŝůůƐƵďǀĞŶƚĂƉŽƌƚŝŽŶŽĨĂWWZŵĞŵďĞƌ͛ƐƌĞƋƵŝƌĞĚĐŽŶƚƌŝďƵƚŝŽŶƵŶƚŝůƚŚĞĞdžƉŝƌĂƚŝŽŶĚĂƚĞ ŽĨƚŚĞĐƵƌƌĞŶƚĐŽŶƚƌĂĐƚ͕ƐŽůŽŶŐĂƐŝƚŚĂƐďĞĞŶĚĞƚĞƌŵŝŶĞĚƚŚĂƚƚŚĞĐŽŶƚƌĂĐƚŚĂƐďĞĞŶŝŵƉĂŝƌĞĚ͘ hd/KEʹƚŚĞƐĞƌĂƚĞƐĂƌĞĨŽƌĞŵƉůŽLJĞƌƐƵďǀĞŶƚŝŽŶŽĨƵƉƚŽŽŶĞͲŚĂůĨƚŚĞŵĞŵďĞƌĐŽŶƚƌŝďƵƚŝŽŶƵŶĚĞƌ'Žǀ͘ ŽĚĞΑϯϭϱϴϭ͘ϭ͕EKdĞŵƉůŽLJĞƌƉŝĐŬͲƵƉŽĨĞŵƉůŽLJĞĞĐŽŶƚƌŝďƵƚŝŽŶƌĂƚĞƐ͘tŚĞŶĂŶĞŵƉůŽLJĞƌƐƵďǀĞŶƚƐ͕ƚŚĞ ĐŽŶƚƌŝďƵƚŝŽŶƐƵďǀĞŶƚĞĚŝƐŶŽƚƉůĂĐĞĚŝŶƚŚĞŵĞŵďĞƌ͛ƐĂĐĐŽƵŶƚĂŶĚŝƐƚŚĞƌĞĨŽƌĞŶŽƚĂǀĂŝůĂďůĞƚŽƚŚĞŵĞŵďĞƌĂƐ ĂƌĞĨƵŶĚ͘&ŽƌƚŚŝƐƌĞĂƐŽŶ͕ƚŚĞĞŵƉůŽLJĞƌƉĂLJƐƚŚĞĐŽŶƚƌŝďƵƚŝŽŶĂƚĂĚŝƐĐŽƵŶƚ;ŝ͘Ğ͘͞ZĞĨƵŶĚĂďŝůŝƚLJ&ĂĐƚŽƌ͟Ϳ͘ ŵƉůŽLJĞƌƉŝĐŬͲƵƉƐŽĨĞŵƉůŽLJĞĞĐŽŶƚƌŝďƵƚŝŽŶƐĂƌĞƚŚŽƐĞŵĂĚĞƵŶĚĞƌ'Žǀ͘ŽĚĞΑϯϭϱϴϭ͘ϮĂŶĚ/ŶƚĞƌŶĂů ZĞǀĞŶƵĞŽĚĞΑϰϭϰ;ŚͿ;ϮͿĨŽƌƚŚĞƐŽůĞƉƵƌƉŽƐĞŽĨĚĞĨĞƌƌŝŶŐŝŶĐŽŵĞƚĂdž͘dŚĞƐĞĐŽŶƚƌŝďƵƚŝŽŶƐĂƌĞĂĚĚĞĚƚŽƚŚĞ ŵĞŵďĞƌ͛ƐĂĐĐŽƵŶƚ͕ĂƌĞĂǀĂŝůĂďůĞƚŽƚŚĞŵĞŵďĞƌĂƐĂƌĞĨƵŶĚĂŶĚĂƌĞĐŽŶƐŝĚĞƌĞĚďLJZĂƐƉĂƌƚŽĨƚŚĞ ŵĞŵďĞƌ͛ƐĐŽŵƉĞŶƐĂƚŝŽŶĨŽƌƌĞƚŝƌĞŵĞŶƚƉƵƌƉŽƐĞƐ͘ DW>KzWzDEdK&DW>KzZK^d dŚĞƌĞĂƌĞƐĞǀĞƌĂůƌĞĂƐŽŶƐǁŚLJƚŚĞĂƚƚĂĐŚĞĚĐŽŶƚƌŝďƵƚŝŽŶƌĂƚĞƐŵĂLJŶĞĞĚƚŽďĞĂĚũƵƐƚĞĚƚŽŝŶĐƌĞĂƐĞƚŚĞ ĞŵƉůŽLJĞĞƉŽƌƚŝŽŶŝŶĐůƵĚŝŶŐƚŚĞĨŽůůŽǁŝŶŐ͗ 'Žǀ͘ŽĚĞΑϯϭϲϯϭĂůůŽǁƐĨŽƌŵĞŵďĞƌƐƚŽƉĂLJĂůůŽƌƉĂƌƚŽĨƚŚĞĞŵƉůŽLJĞƌĐŽŶƚƌŝďƵƚŝŽŶƐ͘ 'Žǀ͘ŽĚĞΑϯϭϲϯϵ͘ϵϱĂůůŽǁƐĨŽƌ^ĂĨĞƚLJŵĞŵďĞƌƐƚŽƉĂLJĂƉŽƌƚŝŽŶŽĨƚŚĞĞŵƉůŽLJĞƌĐŽƐƚĨŽƌƚŚĞ͞ϯйĂƚϱϬ͟ ĞŶŚĂŶĐĞĚďĞŶĞĨŝƚ͘ 'Žǀ͘ŽĚĞΑϳϱϮϮ͘ϯϬ;ĐͿƌĞƋƵŝƌĞƐƚŚĂƚĂŶĞŵƉůŽLJĞĞ͛ƐĐŽŶƚƌŝďƵƚŝŽŶƌĂƚĞďĞĂƚůĞĂƐƚĞƋƵĂůƚŽƚŚĂƚŽĨƐŝŵŝůĂƌůLJ ƐŝƚƵĂƚĞĚĞŵƉůŽLJĞĞƐ͘ KEdZK^dKhEdzDW>Kz^͛Zd/ZDEd^^K/d/KE  WĂŐĞϯϬ 'Žǀ͘ŽĚĞΑϳϱϮϮ͘ϯϬ;ĞͿĂůůŽǁƐƚŚĞĞŵƉůŽLJĞĞĐŽŶƚƌŝďƵƚŝŽŶƐƚŽďĞŵŽƌĞƚŚĂŶŽŶĞͲŚĂůĨŽĨƚŚĞŶŽƌŵĂůĐŽƐƚƌĂƚĞŝĨ ƚŚĞŝŶĐƌĞĂƐĞŚĂƐďĞĞŶĂŐƌĞĞĚƚŽƚŚƌŽƵŐŚƚŚĞĐŽůůĞĐƚŝǀĞďĂƌŐĂŝŶŝŶŐƉƌŽĐĞƐƐ͘ /ĨLJŽƵŶĞĞĚƚŽŝŶĐƌĞĂƐĞƚŚĞĞŵƉůŽLJĞĞĐŽŶƚƌŝďƵƚŝŽŶƌĂƚĞĨŽƌĂŶLJƌĞĂƐŽŶ͕LJŽƵǁŝůůŶĞĞĚƚŽĂĚũƵƐƚďŽƚŚĞŵƉůŽLJĞĞ ĂŶĚĞŵƉůŽLJĞƌƌĂƚĞƐĂƐĨŽůůŽǁƐ͗ ŵƉůŽLJĞĞƌĂƚĞ͗ /ŶĐƌĞĂƐĞƚŚĞĞŵƉůŽLJĞĞ͛ƐƌĂƚĞďLJƚŚĞĚĞƐŝƌĞĚƉĞƌĐĞŶƚŽĨƉĂLJƌŽůů͘ ŵƉůŽLJĞƌƌĂƚĞ͗ ĞĐƌĞĂƐĞƚŚĞĞŵƉůŽLJĞƌ͛ƐƌĂƚĞďLJĂƉĞƌĐĞŶƚŽĨƚŚĞĐŽƐƚͲƐŚĂƌŝŶŐƉĞƌĐĞŶƚŽĨƉĂLJƌŽůůƵƐŝŶŐƚŚĞ ĂƉƉůŝĐĂďůĞƌĞĨƵŶĚĂďŝůŝƚLJĨĂĐƚŽƌ͘ yDW>&KZK^d'ZKhWηϭϭ>'zDDZ^͗ /ĨƚŚĞƌĞƋƵŝƌĞĚŝŶĐƌĞĂƐĞŝŶƚŚĞĞŵƉůŽLJĞĞƌĂƚĞŝƐϴ͘ϬϬй͕ ŵƉůŽLJĞĞƌĂƚĞƐƐŚŽƵůĚďĞŝŶĐƌĞĂƐĞĚďLJϴ͘ϬϬй͘ ŵƉůŽLJĞƌƌĂƚĞƐŚŽƵůĚďĞĚĞĐƌĞĂƐĞĚďLJϳ͘ϳϲй;ϴ͘ϬϬйпϬ͘ϵϲϵϳͿ WZWzDEd/^KhEd&dKZ&KZϮϬϮϮͲϮϯ ŵƉůŽLJĞƌŽŶƚƌŝďƵƚŝŽŶWƌĞƉĂLJŵĞŶƚWƌŽŐƌĂŵΘŝƐĐŽƵŶƚ&ĂĐƚŽƌĨŽƌϮϬϮϮͲϮϯŝƐϬ͘ϵϲϵϲ /ĨLJŽƵĂƌĞĐƵƌƌĞŶƚůLJƉĂƌƚŝĐŝƉĂƚŝŶŐŝŶƚŚĞƉƌĞƉĂLJŵĞŶƚƉƌŽŐƌĂŵĂŶĚǁŝƐŚƚŽĐŽŶƚŝŶƵĞ͕LJŽƵĚŽŶŽƚŶĞĞĚƚŽĚŽ ĂŶLJƚŚŝŶŐŽƚŚĞƌƚŚĂŶƉƌĞƉĂLJƚŚĞ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯĐŽŶƚƌŝďƵƚŝŽŶƐŽŶŽƌďĞĨŽƌĞ:ƵůLJϯϭ͕ϮϬϮϮ͘/Ĩ LJŽƵǁŝƐŚƚŽƐƚĂƌƚƉĂƌƚŝĐŝƉĂƚŝŶŐ͕ƉůĞĂƐĞĐŽŶƚĂĐƚƚŚĞĐĐŽƵŶƚŝŶŐĞƉĂƌƚŵĞŶƚĂƚZďLJDĂƌĐŚϯϭ͕ϮϬϮϮ͘ dŚĞĚŝƐĐŽƵŶƚĨĂĐƚŽƌŝƐĐĂůĐƵůĂƚĞĚĂƐƐƵŵŝŶŐƚŚĞƉƌĞƉĂLJŵĞŶƚǁŝůůďĞƌĞĐĞŝǀĞĚŽŶ:ƵůLJϯϭŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚ'Žǀ͘ ŽĚĞΑϯϭϱϴϮ;ďͿŝŶůŝĞƵŽĨϭϮĞƋƵĂůƉĂLJŵĞŶƚƐĚƵĞĂƚƚŚĞĞŶĚŽĨĞĂĐŚŵŽŶƚŚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚ'Žǀ͘ŽĚĞ ΑϯϭϱϴϮ;ĂͿ͘dŚĞĚŝƐĐŽƵŶƚĨĂĐƚŽƌĨŽƌƚŚĞĨŝƐĐĂůLJĞĂƌ:ƵůLJϭ͕ϮϬϮϮƚŚƌŽƵŐŚ:ƵŶĞϯϬ͕ϮϬϮϯǁŝůůďĞϬ͘ϵϲϵϲďĂƐĞĚŽŶ ƚŚĞŝŶƚĞƌĞƐƚĂƐƐƵŵƉƚŝŽŶŽĨϳ͘ϬϬйƉĞƌĂŶŶƵŵ͘/ƚŝƐĐĂůĐƵůĂƚĞĚďLJĚŝƐĐŽƵŶƚŝŶŐĞĂĐŚŽĨƚŚĞϭϮĞƋƵĂůƉĂLJŵĞŶƚƐ ďĂĐŬƚŽƚŚĞĚĂƚĞƚŚĂƚƚŚĞƉƌĞƉĂLJŵĞŶƚŝƐŵĂĚĞĂŶĚŝƐƚŚĞƐƵŵŽĨƚŚĞĚŝƐĐŽƵŶƚĨĂĐƚŽƌƐƐŚŽǁŶŝŶƚŚĞƚĂďůĞďĞůŽǁ ĚŝǀŝĚĞĚďLJϭϮ͘ĂĐŚŽĨƚŚĞĚŝƐĐŽƵŶƚĨĂĐƚŽƌƐďĞůŽǁŝƐďĂƐĞĚŽŶŚŽǁŵĂŶLJŵŽŶƚŚƐĞĂƌůLJƚŚĞƉĂLJŵĞŶƚŝƐŵĂĚĞ͘ WĂLJŵĞŶƚEƵŵďĞƌ EƵŵďĞƌŽĨDŽŶƚŚƐ WĂLJŵĞŶƚŝƐDĂĚĞĂƌůLJ ŝƐĐŽƵŶƚ&ĂĐƚŽƌ ϭϬϭ͘ϬϬϬϬ Ϯ ϭ Ϭ͘ϵϵϰϰ ϯϮϬ͘ϵϴϴϴ ϰ ϯ Ϭ͘ϵϴϯϮ ϱϰϬ͘ϵϳϳϳ ϲ ϱ Ϭ͘ϵϳϮϮ ϳϲϬ͘ϵϲϲϳ ϴ ϳ Ϭ͘ϵϲϭϯ ϵϴϬ͘ϵϱϱϵ ϭϬ ϵ Ϭ͘ϵϱϬϱ ϭϭϭϬϬ͘ϵϰϱϮ ϭϮ ϭϭ Ϭ͘ϵϯϵϵ ^ƵŵŽĨŝƐĐŽƵŶƚ&ĂĐƚŽƌƐŝǀŝĚĞĚďLJϭϮ͗Ϭ͘ϵϲϵϲ  RECOMMENDATION(S): APPROVE clarification of Board action of June 8, 2021 (C.88) for a contract with Ombudsman Services of Contra Costa, Inc., a corporation, to change the name of the Contractor to read Empowered Aging, a corporation, with no change in the payment limit of $505,120 and no change in the term July 1, 2021 through June 30, 2022. FISCAL IMPACT: This Contract is funded by 18.8% Federal funding [CFDA No. 93.044; 93.042] and 81.2% State funding. There is no required County match. BACKGROUND: On June 8, 2021, the Board of Supervisors approved Contract #40-429-2 with Ombudsman Services of Contra Costa, Inc. for Long-term Ombudsman Services for the period of July 1, 2021 through June 30, 2022. The terms and conditions of the contract were negotiated and approved in due course to meet the contract execution deadline of July 1, 2021. However, the Contractor informed the County that it changed its name after the board order for the July 1, 2021 contract had been executed. Since the board order was previously approved under the old name, a correction to the board order is required to finalize this contract. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: C. Youngblood (925) 608-4964 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.140 To:Board of Supervisors From:Kathy Gallagher, Employment & Human Services Director Date:September 7, 2021 Contra Costa County Subject:Approve Clarification of Item #C.88 with Ombudsman Services of Contra Costa, Inc. BACKGROUND: (CONT'D) The purpose of this Board Order is to clarify the correct name of the Contractor, which should have read Empowered Aging, instead of Ombudsman Services of Contra Costa, Inc.. CONSEQUENCE OF NEGATIVE ACTION: If this correction is not approved, the contractor’s legal name will remain incorrect on the Board Order. RECOMMENDATION(S): ACCEPT quarterly report of the Post Retirement Health Benefits Trust Agreement Advisory Body. FISCAL IMPACT: No specific fiscal impact. This is a quarterly report of the County's assets in the Public Agency Retirement Services (PARS) Public Agencies Post-Retirement Health Care Plan Trust. BACKGROUND: On December 14, 2010, the Board of Supervisors directed the formation of a Post Retirement Health Benefits Trust Agreement Advisory Body (consisting of the County Administrator, County Finance Director, Treasurer-Tax Collector, Auditor-Controller, and Health Services Finance Director). APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Lisa Driscoll, County Finance Director (925) 335-1023 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Robert Campbell, Auditor-Controller, Russell Watts, Treasurer-Tax Collector, Patrick Godley, HSD Chief Financial Officer C.141 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:Quarterly Report of the Post Retirement Health Benefits Trust Agreement Advisory Body BACKGROUND: (CONT'D) At its meeting of August 4, 2011, the body discussed and reviewed final report formats with HighMark Capital Management and made recommendations regarding a final standardized quarterly report. The attached report is in the standardized format. The following is the investment summary for the period ending June 30, 2021: Investment Summary Second 2021 Beginning Value $414,054,940.69 Net Contributions/Withdrawals 9,961,182.08 Fees Deducted -52,468.51 Income Received 1,806,254.69 Market Appreciation 18,925,342.10 Net Change in Accrued Income 32,745.56 Market Value $444,727,996.61 Additional Materials - A Post Retirement Health Benefits Trust Agreement Advisory Body web-page can be found at the following address: http://ca-contracostacounty.civicplus.com/index.aspx?NID=2915. The page describes the function of the body, posts quarterly meeting materials, and all pertinent trust and plan documents. ATTACHMENTS Quarterly Report (Q2, 2021) PARS: County of Contra Costa Second Quarter 2021 Presented by Andrew Brown, CFA This presentation has been prepared for the sole use of the intended recipient.While the information contained herein has been obtained from sources believed to be accurate and reliable,any other reproduction or use of this information may necessitate further disclosures in order to ensure that the presentation is accurate,balanced,and conforms to all applicable regulatory requirements. DISCUSSION HIGHLIGHTS U.S.Economic and Market Overview Brushing aside mounting concerns about higher inflation and a more contagious Covid variant spreading around the world,investors bought assets of almost any stripe in the second quarter.For the fifth consecutive quarter,global equities marched higher as corporate earnings continued a strong recovery that outperformed already lofty expectations.In a bid to hedge potential inflation risk,asset classes like commodities and real estate 1 have seen increasing demand this year,leading to strong performance.Meanwhile,the bond market rallied throughout most of the second quarter and snapped its trend of rising interest rates that began last August. Global equities closed the second quarter at record highs,capping off a strong first half of 2021 that saw shares advance 12.8 percent.2 Bullish sentiment was buoyed by the accelerating pace of vaccine distribution globally,leading to further lifting of pandemic-related economic restrictions.Worry about elevated valuation levels stayed on the back burner as domestic based retail investors continued to find paltry yields offered in the bond market. U.S.stocks carried the torch in the second quarter,outperforming international equity markets.3 However,in a pivot from the prior two quarters, sectors with more sensitivity to the strength of the economic cycle took a backseat to more secular growth-oriented areas as questions emerged about the sustainability of fiscal and monetary policy support. Falling long-term interest rates also reflected the possibility of a premature moderation in fiscal and monetary stimulus.The rate on the bellwether 10-year Treasury note fell 30 basis points from 1.74 percent at the end of March to 1.44 percent by the end of June.A flattening of the yield curve,as measured by the spread between longer-and shorter-maturity bonds,and further compression in credit spreads helped the bond market post healthy returns in the second quarter after fighting a steepening curve over the prior ten months. Source: 1.The Bloomberg Commodity Index returned 21.15 percent and the S&P U.S.REIT Index returned 21.70 percent for the year-to-date period ending June 30,2021. 2.S&P Global Broad Market index including dividends 3.The S&P 500 Index returned 8.55 percent in the second quarter versus international stocks as represented by MSCI EAFE which returned 5.17 percent over the same period. PARS: County of Contra Costa 3 Economic Enigma At first glance,falling interest rates seem counterintuitive amid the highest inflation readings seen in decades.After all,it makes sense that investors should demand higher --not lower --yields if inflation is heating up.But it’s the second derivative of inflation that has the market’s attention.Namely,the implications for future economic policy and ultimately growth potential. From toilet paper shortages to soaring home prices,the global pandemic has brought with it many atypical economic phenomena.Wild swings in both supply and demand across virtually all assets,goods and services have kept economists perplexed as to what current economic data says about the future.What began with fears of a deflationary death spiral at the onset of the pandemic had completed a one-eighty into worries over out-of-control inflation entering the second quarter of 2021.An unprecedented fiscal and monetary policy response to a rare,but economically devastating,event has muddied the economic waters by stirring up questions about a sustainable long-term equilibrium for both growth and inflation. A key question for the U.S.economy and financial markets alike centers on the inflation outlook and its implications for monetary policy.The Federal Reserve (Fed)has been keenly focused on achieving a full labor market recovery while relaxing its mandate to keep prices in check under its recently revised policy-making framework.However,the exact length of the longer inflation leash remains in question as a surge in reopening demand is met by supply chain disruptions. Prior to the pandemic,the Fed consistently undershot its stated goal of 2 percent inflation despite what at the time was the largest expansion of its balance sheet in history following the Global Financial Crisis.Embedded in the Fed’s mindset was that monetary policy impacted longer-term inflation,but with a lagged effect.In other words,they felt it was necessary to be more proactive than reactive to the price stability mandate. Recognizing a disconnect between the academic assumptions about the impact of monetary policy on inflation and employment and the empirical experience,policy makers decided they had some cover to see how far they could push the limits of monetary policy to address the current crisis.Under the new framework,the U.S.central bank now aims to “achieve inflation that averages 2 percent over time”4 (emphasis added),while also seeking broader-based positive employment outcomes.This simple yet significant change opened the door for inflation targeting “moderately above 2 percent for some time”to compensate for the prior cycle’s underachievement. 4. Federal Reserve Board -2020 Statement on Longer-Run Goals and Monetary Policy Strategy PARS: County of Contra Costa 4 May’s Core Personal Consumption Expenditures Index (the Fed’s preferred inflation marker),along with other inflation measures,came in well above expectations and at levels not seen in decades.This data was taken in stride by policy makers and financial markets with the expectation that current data is not necessarily indicative of a longer-term trend.As evidence of the transitory nature of the spike in prices,economists point to items like used car prices,which are surging as a knock-on effect of the supply chain disruption in the new car market. The Fed’s employment bogey is clearer.6.8 million fewer Americans are employed relative to pre-pandemic levels.5 Achieving the objective of bringing that number closer to zero,or what the Fed deems “maximum employment”,hit a snag as the pace of hiring fell short of expectations in April and May despite job openings and quit rates hitting new highs.Explanations for the failure to meet the increasing demand for labor ranged from enhanced unemployment benefits to caregiving challenges to ongoing pandemic fear.In reality,the shortfall appears to be a combination of these factors. June’s increase of 850,000 non-farm payrolls relieved some concerns that the pace of hiring was off track after two consecutive disappointing months.6 Most encouragingly,employment in the sector most impacted by the pandemic,leisure and hospitality,saw the lion’s share of growth with 343,000 new jobs added in June.7 However,the nearly 2 million Americans that have left the workforce in the wake of the pandemic present a troublesome obstacle to achieving a full labor market recovery.8 The “transitory”inflation narrative firmly planted in the market’s psyche prompted close scrutiny of June’s Federal Open Market Committee (FOMC)meeting for hints as to when monetary policy accommodation will be weaned from the system.Heightened attention was paid to the survey of FOMC members’projections,also known as the “Dot Plot”,that suggested the timeline for tapering quantitative easing and eventual rate hikes could be shorter than previously expected. In his press conference following the FOMC meeting,Chairman Powell was quick to downplay this shift in expectations by saying the projections should be “taken with a grain of salt”and reinforcing the highly uncertain speed of the recovery given the unusual nature of the downturn in the economy.However,reading between the lines,one might suspect that the FOMC voting members are a least thinking about tapering despite comments to the contrary.9 5.Source:U.S.Bureau of Labor Statistics 6.Source:U.S.Bureau of Labor Statistics 7.Source:U.S.Bureau of Labor Statistics 8.U.S.Bureau of Labor Statistics,Employment Situation Summary,July 2,2021 9.Chairman Powell reiterated that the Fed is “not even thinking about thinking about raising rates”at the post FOMC meeting press conference PARS: County of Contra Costa 5 Forecasting future economic conditions is always challenging and this cycle’s unique forces in both directions makes that endeavor even more difficult.At the foundation of the ”wall of worry”for investors today remains the central bank’s ability to support the recovery.Should the inflation outlook shift from being transitory to something longer lasting,it will likely have major implications for Fed policy and subsequently all financial assets.More specifically,it might force the Fed to confront the paradox of having to tap the breaks to curtail inflation before the economy gets fully back on its feet. Having learned important lessons from the 2013 “taper tantrum”and 2018’s “autopilot”remarks,the Fed is keenly aware of the market’s sensitivity to not only its policy actions,but also to mere guidance on what it might do in the future.For this reason,we expect the Fed to be extremely careful about when and how it introduces a pivot toward removing accommodation.There is no ambiguity about the delicate co- dependency between financial markets and the real economy –a reality policy makers cannot afford to ignore. Looking Ahead Heading into the back half of 2021 we expect a continuation of the global economic momentum driving the speedy recovery in corporate fundamentals,while we are keeping a close eye out for potential catalysts that would alter the global economy’s longer-term trajectory.Despite our sanguine economic outlook,corporate earnings expectations have already reset to reflect a fairly optimistic scenario and comparisons to prior periods will become more challenging. For this reason,we believe the pace of appreciation in equity markets over the first half-year is unlikely to be maintained in the second half.We remain most constructive on the more economically sensitive areas of the equity market,including energy,financials and industrials,that appear heavily discounted compared to more defensive peers in the healthcare,consumer staples,and technology sectors. Within fixed income markets we expect intermediate to longer maturity interest rates to retrace their recent move lower and restart their upward trajectory as the global glut of liquidity slowly diminishes.Further,while corporate fundamentals continue to improve,increased merger and acquisition activity,dividend payouts and share buybacks could become a limiting factor to that trend.Given the already low risk premiums offered,we foresee limited opportunity for additional credit spread compression. Among the most significant risks to our outlook and the current narrative in general is the fragile feedback loop between economic data and monetary policy discussed above.More specifically,the Fed’s pragmatism could be tested if inflation starts to look less than transitory.While some recent drivers of higher inflation readings are indeed likely to fade,other variables have the potential to take the baton and flip the script on the transitory story.Perhaps the most notable of those variables is rent,which represents about a third of the Consumer Price Index calculation and has yet to meaningfully accelerate despite a record surge in home prices. PARS: County of Contra Costa 6 Market Overview/Performance Discussion Total Plan The County of Contra Costa OPEB Plan returned 4.97%net of investment fees in the second quarter,which slightly exceeded the County’s Plan benchmark target of 4.88%.The Plan benefitted by modest outperformance from our large cap equity managers and from our intermediate-term fixed income managers.Within equities,large cap growth stood out positively with strong performance from both the T.Rowe Price Large Cap Growth Fund (+12.73%)and the Harbor Capital Appreciation Fund (+13.55%).International/global equities (+5.78%)generated performance that was slightly ahead of the MSCI-Emerging Market Index (+5.05%)and the MSCI EAFE Index (+5.17%).The Plan benefitted from the two global equity managers:American Funds New Perspective Fund (+8.31%)and MFS Global Equity (+7.76%).Both of these managers outperformed the MSCI ACWI Index (+7.39%).Aside from these highlights,two modest detractors to ‘relative’performance came from small cap equities and REITs.While both categories generated positive performance,both segments underperformed their respective benchmark targets. The fixed income segment gained 2.13%,which exceeded the Bloomberg Barclays U.S.Aggregate Bond Index return of 1.83%.Credit spreads continued to tighten,supported by the continued recovery of the economy.Consumer confidence and a recovery in earnings helped the bond market recover some of the losses incurred in the first quarter of the year.Fixed income performance was supported by all three intermediate- term fixed income managers outperforming the Bloomberg Barclays Aggregate benchmark.Additionally,performance was aided by the Pimco High-Yield Bond Fund,which gained 2.48%in the quarter. The alternatives segment gained 2.72%,which was slightly ahead of the Wilshire Liquid Alternatives benchmark of 2.25%.Alternatives offered gains in excess of fixed income and cash in the quarter.All three managers registered positive returns,with the leading provider being the Western Asset Macro Opportunities Fund (+7.73%). Domestic Equity The continued rollout of vaccines for Covid-19,combined with record amounts of both fiscal and monetary stimulus,provided the back drop for another strong quarter for all domestic equity categories.Not only did companies generate strong quarterly earning results,but future guidance for corporate earnings were encouraging as well.Earnings were strong across a multitude of sectors,which support the continued positive trend in both business and consumer confidence.Stocks recorded strong gains in the second quarter,with the mix of leadership shifting back to prior trends of large cap growth outperforming large cap value.Large cap growth (Russell 1000 Growth Index)returned 11.9%,outperforming large cap value (Russell 1000 Value Index)which gained 5.2%.The outperformance of growth represented a reversal of the trend that developed over the previous 6 months where value had outperformed growth.From a sector standpoint,real estate (+13%),technology (+11.6%),energy (+11.3%)and communication services (+10.7%)were the top performing areas in the quarter.Defensive sectors trailed in the quarter with staples (+3.8%)and utilities (-0.4%)noticeable laggards.In fact,utilities was the only sector that declined in the quarter. 7 PARS: County of Contra Costa Equity volatility in the quarter was highlighted by outsized moves from certain chatroom stocks that were bid up by investors on social media. These investors would ‘hype’certain names on social media,such as AMC Entertainment (Ticker:AMC)or Gamestop (Ticker:GME)with the result leading to strong moves in the stock price of companies whose underlying fundamentals did not support such strong increases in market capitalization.Such market activity was reminiscent of the dot.com bubble era when speculation in the market was rampant.Such behavior is not usually an indicator of a healthy stock market. .The Plan’s large cap equity segment returned 8.82%in the quarter,which exceeded the Russell 1000 Index return of 8.54%. •The Columbia Contrarian Core Fund returned 8.36%in the quarter,which lagged the benchmark.The Fund ranked in the 37th percentile of the Morningstar U.S.Large Cap Blend Universe. •The Harbor Capital Appreciation Fund returned 13.55%in the quarter,which exceeded the Russell 1000 Growth Index’s return of 11.99%.The Fund ranked in the 5th percentile of the Morningstar U.S.Large Growth Universe. •The T.Rowe Price Growth Stock Fund returned 12.73%in the quarter,which beat the Russell 1000 Growth Index.The Fund ranked in the 11th percentile of the Morningstar U.S.Large Growth Universe. •The Dodge and Cox Stock Fund gained 8.83%in the quarter and outperformed the Russell 1000 Value Index’s return of 5.21%.The Fund ranked in the 3rd percentile of the Morningstar U.S.Large Value Universe. •The iShares S&P500 Value ETF returned 4.96%,which trailed the Russell 1000 Value Index. •The Russell 1000 ETF returned 8.49%in the quarter. •The mid cap equity segment returned 7.39%in the quarter,which slightly trailed the Russell Mid Cap Index return of 7.5%. •The iShares Russell Mid Cap ETF returned 7.43%in the quarter. •The small cap equity segment returned 3.87%in the quarter,which underperformed the Russell 2000 Index return of 4.29%. •The Victory RS Small Cap Growth Fund returned 3.09%in the quarter,which underperformed the Russell 2000 Growth Index return of 3.92%.The fund ranked in the 81st percentile of the Morningstar U.S.Small Growth Universe. •The Undiscovered Managers Behavioral Value Fund returned 4.18%in the quarter,which lagged the Russell 2000 Value Index’s return of 4.56%.The Fund ranked in the 49th percentile of Morningstar’s U.S.Small Value Universe. •The iShares Russell 2000 Index ETF returned 4.26%in the quarter. PARS: County of Contra Costa 8 Real Estate Equity Real estate equity posted another strong quarterly result with the Wilshire REIT Index gaining 12.84%.Catalysts for the strong quarter came from falling interest rates and a continuation of the recovery in the U.S.economy.Gains in REITs were broad based with self-storage (+23.63%),regional malls (+18.69%),apartment/residential (+14.17%),data centers (+13.87%),and industrial (+12.96%)the leading gainers. The biggest disappointment came from lodging/leisure (+0.1%),which is likely nothing more than the sector taking a break from strong performance over the last few quarters.In general,a variety of REIT sectors are seeing improvements in their underlying fundamentals.Trends in rent collections,rental rates,and occupancy levels argue for a sustained recovery for real estate equities.Some view REITs as offering investors a hedge to an uptick in inflation. •The Plan’s REIT equity returned 11.58%in the quarter,which trailed the Wilshire REIT Index return of 12.84% International/Global Equity Global stocks rallied as countries and economies around the world reopened.International economic activity remained strong in the second quarter reflecting similar trends to the U.S.Manufacturing data,retail sales,corporate earnings,export data,and unemployment figures all improved.While the strength of the rebound lagged the U.S.,both developed and emerging market economic activity continued to recover. Emerging market equities responded favorably to an increase in demand for raw materials,as well emerging market currencies faired well versus the dollar.With respect to foreign exchange,the dollar rose against the yen,as Japan struggled against yet another wave of the Covid virus. That said,the dollar fell versus the Euro,Swiss franc,and most other currencies. With many nations showing encouraging signs of economic recovery,a rise in inflation has prompted some nations to begin reversing easy monetary policies.The transitory/permanent inflation debate extends overseas as well,with at least in the short-run pent-up demand outpacing supply.The Bank of England and the Bank of Canada began the tapering process by announcing a cut to their bond purchases.Brazil,Mexico, Iceland,and Russia have all begun to raise rates,although from very low levels.Assuming the Covid-19 Delta variant gets under control in a reasonable time frame,continued and further monetary tightening will likely continue.Encouraging trends regarding vaccination rates was supported in the quarter by countries such as Brazil,China,South Korea,and Mexico witnessing large increases in the percentage of their populations that had received at least one vaccine dose. The top developed market performers for the quarter included Switzerland (+9%),Finland (+9%),and Canada (+9%).The underperformers were Japan (-1%),Italy (+3%),and Germany (+3%).Japan was negatively impacted by a reduction in GDP for 2021,as the country struggles with both disappointing vaccination rates for Covid-19,and the decision to limit visitors to the Tokyo Olympic games. 9 PARS: County of Contra Costa International/Global Equity (Cont.) The top performing emerging market region was Latin America (+15%),which reflected,in a positive way,commodity-sensitive markets doing better –led by gains in oil.Brazil was a leading contributor,gaining +22.9%,as well Argentina (+30%)also added to the region’s gains. Emerging Asia was the least positive contributor,gaining only +3.8%.Indonesia (-5.1%),Thailand (-4.9%),and Malaysia (-2.5%)were the main detractors,while China (+2.3%),South Korea (+4.8%)and India (+6.9%)offered modest gains in the quarter. •The Plan’s international/global equity segment returned 5.78%in the quarter.This return outperformed the MSCI EAFE Index return of 5.17%and the MSCI Emerging Market Index return of 5.05%.However,this trailed the MSCI-ACWI Index return of 7.39%. •The iShares Core MSCI EAFE Index ETF returned 5.22%in the quarter. •The Dodge &Cox International Stock Fund returned 4.66%in the quarter and underperformed the MSCI EAFE Index.The Fund ranked in the 33rd percentile of the Foreign Large Value Universe as measured by Morningstar. •The MFS International Growth Fund returned 7.01%in the quarter which beat the MSCI EAFE Index.The Fund ranked in the 43rd percentile for foreign large growth managers as measured by Morningstar. •The iShares MSCI ACWI Index ETF returned 7.34%in the quarter. •The American Funds New Perspective Fund recorded a 8.31%return in the quarter,which exceeded the MSCI ACWI Index and ranked in the 50th percentile within the Morningstar World Large Stock Universe •The MFS Global Equity R6 Fund gained 7.76%,which beat the benchmark and ranked in the 22nd percentile of the Morningstar World Large Stock Universe. •The Hartford Schroders Emerging Market Equity Fund returned 2.9%during the quarter and lagged the MSCI Emerging Market benchmark return of 5.05%.The Fund ranked in the 84th percentile of the Morningstar Diversified Emerging Market Universe. 10 PARS: County of Contra Costa Fixed Income The second quarter of 2021 was characterized by the continuation of global monetary stimulus,increased Covid-19 vaccinations,an easing of social distancing restrictions,a strong U.S.economic recovery,a pick-up in inflation,and a potentially less dovish Fed.Despite the aforementioned,long maturity interest rates declined during the quarter,the interest rate curve flattened,and investment grade and high yield credit spreads tightened with lower quality generally outperforming. Given the unprecedented amount of fiscal stimulus and positive movement toward re-opening,U.S.economic data posted sharp gains in manufacturing,employment,personal consumption,and consumer goods prices.Core PCE,the primary inflation metric that the Fed focuses on to gauge interest rate policy registered the highest year-over-year reading since 1992.Drivers of the increased inflation metric include base effect comparisons,supply chain disruptions,surging pent-up demand for travel and leisure,as well as shelter costs and wage pressures.While most of these factors are believed to be transitory,it remains a controversial and greatly debated market issue. The June Federal Open Market Committee meeting resulted in no change to the target rate,however the Fed pivoted to a potentially less dovish stance on monetary policy.Specifically,the median estimate of the Fed Funds rate among FOMC members increased to 2 rate hikes by the end of 2023.Further,current forecasts for near term inflation increased while range of long-term inflation forecasts widened.However,the Committee re-emphasized their pledge to its new policy-making framework,which entails a willingness to allow average inflation to exceed 2.0% for an undisclosed period of time in order to achieve more broad-based employment improvement.There was also no change to the Fed’s quantitative easing (QE)program although internal dialogue has commenced regarding how and when to begin tapering QE purchases. Intermediate and long maturity interest rates declined during the quarter and the interest rate curve flattened.Notably,10 year rates declined 27 basis points to 1.47%while the 30 year bond fell 32 bps to 2.09%.This translated to a 3.1%and 7.8%gain for 10 and 30 year U.S.Treasuries respectively.Short maturity interest rates were mixed with 2 year treasury rates increasing 9 basis points to 0.25%,3 year rates increasing 11 basis points to 0.46%,while 5 year rates declined 5 bps to 0.89%reflecting the market’s anticipation that the Fed may accelerate its timeline surrounding the removal of policy accommodation.The inflation expectations component of interest rates (TIPS break-evens)remained relatively unchanged during the quarter. The Bloomberg Barclays Aggregate Bond Index returned 1.83%,due to a combination of the rally in U.S.Treasuries and outperformance in corporate credit.Investment grade corporate bonds gained 3.55%during the quarter,outperforming similar duration Treasuries by +112 basis points.For the year-to-date period,corporates are still in negative territory from a total return standpoint at -1.27%,however outperforming U.S. Treasuries by +204 basis points 11 PARS: County of Contra Costa Fixed Income (Cont.) The high yield corporate bond index gained 2.74%during the quarter,outpacing equivalent Treasuries by +201 basis points.For the year-to- date period,non-investment grade is ahead 3.62%,posting an excess return of +465 basis points.After an impressive rebound in 2020,high yield corporate credit spreads continued to march tighter with the Barclays High Yield Index compressing 42 basis points during the quarter to set a post financial crisis tight of +268.High yield spreads are now 35 basis points away from its all-time tight level of +233 in 1997. Outlook: We remain market weight investment grade corporate credit due to improving credit fundamentals and modestly positive supply/demand technical factors offset by relatively rich valuations.Corporate balance sheets are on an improving trajectory after bottoming in mid-2020 while EBITDA growth should begin to accelerate as the global economy continues to reopen.The potential for heightened shareholder friendly activity such as share buybacks,increased dividends,and M&A pose some risk to a continued improvement in credit fundamentals on an issuer specific basis.Although corporate credit valuations are very full,significant opportunities still exist within industry and issuer selection.Despite rich valuations within asset-backed securities,credit improvement and relative value opportunities remain down the capital structure as well as within esoteric securitized assets.The outlook for agency mortgage-backed securities is mixed and positioning remains underweight relative to the Index.Federal Reserve asset purchases are creating a near-term technical positive,however the likely tapering of these purchases within the next year could put valuations at risk given their rich relative starting place.Despite the significant rally in intermediate and long maturity U.S. Treasury yields during the second quarter,we continue to expect a move higher over the next several quarters.The catalyst for higher rates may be a combination of a continued global economic recovery,an eventual slowdown in Covid cases,record net U.S.Treasury issuance,Treasury General Account balances stabilizing,and initial steps globally toward slowing accommodative monetary policy. The separately managed fixed income portfolio returned 1.95%in the second quarter,outperforming the benchmark by 12 basis points.The positive relative return was due to the investment grade credit overweight,as corporate bonds outperformed in the quarter.Sector and individual selection effects added to performance,and more than offset duration positioning which remained 10%short of the index.Lower quality investment grade corporate bonds outperformed.In terms of curve positioning,the portfolio was slightly bulleted to intermediate-term maturities, which had an overall neutral effect to performance.Covid-sensitive industries such as Energy,Materials,Airlines,Communications and Autos were notable outperformers,while lower quality investment grade and longer duration holdings performed best.During the period,we added exposure to areas of the market that offered attractive relative value,including BBB Energy names,select Airline Equipment Trusts (EETC’s), Insurance and U.S.banks. 12 PARS: County of Contra Costa Fixed Income (Cont.) The Plan’s fixed income segment returned 2.13%in the quarter,which exceeded the Bloomberg Barclays Aggregate Index return of 1.83%. •The separately managed fixed income portfolio returned 1.95% which beat the benchmark. The portfolio would have ranked approximately in the 42nd percentile of the Morningstar U.S. Intermediate Term Core Bond Universe. •The PIMCO Total Return Bond Fund posted a 2.09% return in the quarter, which ranked in the 49th percentile of Morningstar’s U.S. Intermediate-Term Core-Plus Bond Universe. The Fund outperformed the Index. •The PGIM Total Return Bond Fund returned 3.14% in the quarter. This ranked in the 3rd percentile of Morningstar’s U.S. Intermediate-Term Core-Plus Bond Universe and outperformed the benchmark. •The Pimco High Yield Bond Fund gained 2.48% in the quarter, which ranked in the 52nd percentile of the Morningstar US Fund High Yield Bond Universe. The Fund trailed the ICE BofA High Yield Master II Index return of 2.77%. Alternatives The Alternatives portion of the Plan returned 2.72%which outperformed the Wilshire Liquid Alternative Index return of 2.25%.The leading manager was the Western Asset Macro Opportunities Fund which gained 7.73%.Outperformance was driven by their overall long U.S.duration position,and from a short German duration exposure.The Fund’s exposure to emerging market foreign exchange also contributed over 1%to returns,mainly from a long position to the Brazilian Real.Emerging market debt contributed to performance,mainly from long rate exposure in Indonesia and Brazil.The Blackrock Strategic Income Fund gained 1.08%in the quarter.High yield was the largest contributor to performance in the quarter (est.+0.29%),which is notable given the modest 5%exposure to high yield in the Fund.European credit added 17 basis points and non-agency mortgages offered 11 basis points to performance.Duration represented 16 basis points of return,and at quarter-end the Fund’s duration was at 1.3 years.The Blackrock Event Driven Fund returned 1.89%.The manager maintains a skew to binary,idiosyncratic merger opportunities with their largest exposures to the following mergers:S&P Global/HIS Market (6.7%long market value),Analog Devices/Maxim Integrated (6.6%long market value),and AstraZeneca/Alexion Pharmaceuticals (5.8%long market value).The ratio of hard catalyst (M&A)to short catalyst opportunities (restructuring,shareholder activism,management change)is currently 78%hard catalyst opportunities and 18%soft catalyst opportunities,with credit investments representing 4%of their investment allocation. The alternative investment segment returned 2.72%in the quarter,which exceeded the Wilshire Liquid Alternatives Index return of 2.25%. •The BlackRock Strategic Income Opportunity Fund returned 1.08%,which lagged the benchmark,and ranked in the 62nd percentile of Morningstar’s Non-Traditional Bond Universe. •The BlackRock Event Driven Equity Fund returned 1.89%in the quarter and ranked in the 33rd percentile of the Morningstar U.S. Fund Market Neutral Universe,which underperformed the benchmark •The Western Asset Global Macro Fund gained 7.73%,which ranked in the 1st percentile of the Morningstar non-Traditional Bond Fund Universe 13 PARS: County of Contra Costa Asset allocation/Manager Changes We ended the quarter with a target asset allocation of 58.75%stocks,38.25%bonds,2.5%alternatives,and 0.5%cash. There were no changes to managers in the quarter. 14 PARS: County of Contra Costa Economic and Market Forecasts -August 2020 2021 2022 Assumptions Assumptions GDP 5.8% -7.5%3.5% -4.5% S&P500 earnings $175 -$195 $205 -$215 Unemployment 4.9% -5.4%4.1% -4.8% Core PCE Inflation 2.1% -2.5%2.0% -2.3% Fed Funds Target 0.0% -0.25%0.0% -0.25% Economic and Market Forecasts -July 2021 Source -Highmark Asset Allocation Committee 2021 –2022 Projections 15 PARS: County of Contra Costa Inception Date:02/01/2011 *Benchmark from February 1,2011 to June 30,2013:18%Russell 1000 Index,6%Russell Midcap Index,8%Russell 2000 Index,8%MSCI ACWI Index,10%MSCI EAFE Index,45%Barclays Aggregate Index,4%DJ Wilshire REIT Index,1%Citigroup 3 Month T Bill Index.From July 1,2013 to June 30,2015:17%Russell 1000 Index,6%Russell Midcap Index,8%Russell 2000 Index,7%MSCI AC World US Index,9%MSCI EAFE Index,38%Barclays Aggregate Index,4%DJ Wilshire REIT Index,10%HFRI FOF Market Defensive Index,1%Citigroup 3 Month T-Bill Index.From July 1,2015 to September 30,2019:17%Russell 1000 Index,6%Russell Midcap Index,8%Russell 2000 Index,7%MSCI AC World Index,9%MSCI EAFE Index,38%Barclays Aggregate Index,4%DJ Wilshire REIT Index,10%Wilshire Liquid Alternative Index,1%Citigroup 3 Month T-Bill Index From October 1,2019:43%BBG Barclays US Aggregate Bd Index,1%FTSE 3 Month T-Bill Index,8%MSCI AC World Index,10%MSCI EAFE Index,19%Russell 1000 Index,9%Russell 2000 Index,6%Russell Midcap Index,4%Wilshire REIT Index.**Dynamic Alternatives Index represents the HFRI FOF Market Defensive Index from 07/01/2013 until 06/30/2015,and then the Wilshire Liquid Alternatives Index from 07/01/2015 forwards.Returns are gross-of-fees unless otherwise noted.Returns for periods over one year are annualized.The information presented has been obtained from sources believed to be accurate and reliable.Past performance is not indicative of future returns.Securities are not FDIC insured,have no bank guarantee,and may lose value. 16 PARS: County of Contra Costa 3 Months Year to Date (6 Months)1 Year 3 Years 5 Years 10 Years Inception to Date 02/01/2011 Cash Equivalents .01 .01 .03 1.14 1.01 .53 .51 Lipper Money Market Funds Index .00 .00 .01 1.11 .95 .48 .46 Fixed Income ex Funds 1.95 -1.36 .41 5.59 3.30 3.67 3.84 Total Fixed Income 2.13 -1.24 1.02 5.76 3.54 3.82 3.96 BBG Barclays US Aggregate Bd Index 1.83 -1.60 -.33 5.34 3.03 3.39 3.51 Total Equities 7.04 14.27 44.48 15.17 15.26 11.51 11.21 Large Cap Funds 8.82 15.81 44.04 18.88 18.37 14.69 14.01 Russell 1000 Index 8.54 14.95 43.07 19.16 17.99 14.90 14.68 Mid Cap Funds 7.39 16.14 49.31 16.21 15.37 12.14 11.98 Russell Midcap Index 7.50 16.25 49.80 16.45 15.62 13.24 13.29 Small Cap Funds 3.87 15.75 60.79 13.85 16.81 13.59 13.42 Russell 2000 Index 4.29 17.54 62.03 13.52 16.47 12.34 12.49 International Equities 5.78 9.99 37.32 12.13 12.92 7.46 7.42 MSCI AC World Index 7.39 12.30 39.26 14.57 14.61 9.90 9.80 MSCI EAFE Index 5.17 8.83 32.35 8.27 10.28 5.89 5.90 MSCI EM Free Index 5.05 7.45 40.90 11.27 13.03 4.28 4.47 RR: REITS 11.58 21.37 34.12 11.79 Wilshire REIT Index 12.84 22.78 37.52 10.06 6.36 9.38 9.71 Alternatives 2.72 3.23 9.10 4.23 1.61 Dynamic Alternatives Index 2.25 4.47 11.59 3.80 3.25 1.43 .99 Total Managed Portfolio 4.98 7.63 24.11 11.07 9.67 7.76 7.56 Total Account Net of Fees 4.97 7.60 24.05 11.01 9.60 7.66 7.46 Contra Costa Policy Benchmark 4.88 7.32 22.95 10.94 9.61 7.82 7.87 Selected Period Performance PARS/COUNTY OF CONTRA COSTA PRHCP Account 6746038001 Period Ending: 6/30/2021 Manager Watch List Name of Fund Date on watch list Date exiting watch list Recommendation Rationale Undiscovered Managers Behavioral Value Fund 4Q2020 Retain on watch list The second quarter return of 4.18%lagged the Russell 2000 Value Index by 0.38%.The Fund ranked in the 49th percentile of the Morningstar U.S.Small Value Universe.While technically they have ‘earned’their way off the watch list,the bulk of their recent strong performance came in the fourth quarter of 2020 when they posted a 43.3% return,which ranked in the 1st percentile of the Morningstar U.S.Small Value Universe.We would like to maintain watch list status for an additional quarter. 17 PARS: County of Contra Costa Investment Strategy As of June 30, 2021 Tactical Asset Allocation Asset Class % Portfolio Weighting Rationale Target Current Portfolio Over/Under Weighting Cash 1.0%0.5%-0.5%▪Money market yields are at 0.01%.We maintain an underweight allocation to cash Fixed Income 43.0%38.25%-4.75%▪Bond yields are at historically low levels,and fixed income will likely offer modest total return.High yield spreads continue to offer modest value as investors search for yield in a low interest rate environment.Corporate credit spreads are tight,offering only modest upside at these levels. Alternatives 0.0%2.5%+2.5%▪Alternatives offer a reasonable diversification benefit with respect to the 95%of the portfolio which is invested in fixed income and equities. Real Estate (REITS)4.0%3.5%-0.5%▪Interest rates will likely be low for several years,which will support valuation.The pandemic will secularly alter some REIT sectors such as office,industrial,and regional malls.As the ‘re-opening’progresses,we are seeing a rebound in corporate fundamentals.The risk and reward seems reasonable with respect to REIT equity. Global Equity 8.0%7.0%-1.0%▪We expect global equities to trade on central bank stimulus,the path of the coronavirus,and the ability of various global economies to recover in 2021/22.The recovery in global equities might be uneven due to Covid cases spiking in certain regions,but as long as vaccines can be manufactured and distributed to the global population,the recovery will likely be merely pushed out 3-4 months.We continue to monitor hostilities between China and Taiwan,but for now we believe that China will only serve as a strong nuisance in the region,and tensions will not escalate. International (Developed)10.0%10.0%-▪The comments above related to global equity hold true for international developed equity markets as well. International (Emerging)0.0%2.5%+2.5%▪Vaccine optimism and easing restrictions on social distancing should benefit emerging market equities.Aside from the impact from the virus,emerging market equities will be impacted by events in China,as China represents over 30%of the emerging market index.Recent Chinese regulatory policies surrounding technology,transportation,and educational tutorial companies has erased billions in market capitalization for numerous companies.These policies at the very least call into question the premium investors are wiling to pay for Chinese related companies.We are reviewing our current allocation target to emerging market equities. Total Domestic Equity 34.0%35.75%+1.75% Large Cap 19.0%20.25%+1.25%▪The U.S.economy is poised to show tremendous growth in 2021.Much of the gains experienced over the previous 12 months in the equity market,reflect the future benefits from five interest rate cuts in 2020,as well as several trillion in economic stimulus.While the S&P500 Index trading at 22X next year’s earnings is expensive,it is our desire given the extremely low interest rate environment,and the strong expected growth in earnings and cash flow generation,to be slightly overweight large cap equities. Mid Cap 6.0%6.5%+0.5%▪Mid-cap equities currently trade at 22.5X next year’s earnings.Not inexpensive,but mid-cap equities should perform well in a pro-cycle environment. Small Cap 9.0%9.0%-•We remain neutral on a tactical basis relative to the benchmark due to our belief that small caps will continue to perform in a pro-cycle environment.Valuations are at a 29X forward PE level,but if the recovery proves to be robust,earnings may grow into that valuation level. 18 PARS: County of Contra Costa 19 PARS: County of Contra Costa 3/31/2021 3/31/2021 6/30/2021 6/30/2021 Target Asset Allocation Market Value % of Total Market Value % of Total Allocation Large Cap Equities Columbia Contrarian Core Inst3 14,610,289 3.5%13,283,222 3.0%-- iShares Russell 1000 ETF 37,675,066 9.1%40,413,077 9.1%-- Vanguard Growth & Income Adm 8,388,638 2.0%6,657,042 1.5%-- Dodge & Cox Stock 6,252,474 1.5%8,698,113 2.0%-- iShares S&P 500 Value ETF 6,240,407 1.5%6,703,151 1.5%-- Harbor Capital Appreciation Retirement 6,283,581 1.5%6,709,410 1.5%-- T. Rowe Price Growth Stock I 6,228,629 1.5%7,021,295 1.6%-- Total Large Cap Equities 85,679,083$ 20.7%89,485,310$ 20.1%19.0% Range Range 13-32% Mid Cap Equities iShares Russell Mid-Cap ETF 27,186,575 6.6%29,139,242 6.6%-- Total Mid Cap Equities 27,186,575$ 6.6%29,139,242$ 6.6%6.0% Range Range 2-10% Small Cap Equities iShares Russell 2000 ETF 16,931,295 4.1%17,758,972 4.0%-- Undiscovered Managers Behavioral Val R6 10,568,961 2.6%10,949,848 2.5%-- Victory RS Small Cap Growth R6 10,590,317 2.6%11,080,474 2.5%-- Total Small Cap Equities 38,090,573$ 9.2%39,789,294$ 9.0%9.0% Range Range 4-12% International Equities DFA Large Cap International I 8,341,346 2.0%10,969,251 2.5%-- iShares Core MSCI EAFE ETF 16,531,152 4.0%17,684,477 4.0%-- Dodge & Cox International Stock 6,167,768 1.5%7,654,069 1.7%-- MFS International Growth R6 6,203,096 1.5%7,709,635 1.7%-- Hartford Schroders Emerging Mkts Eq F 10,520,647 2.5%10,825,521 2.4%-- Total International Equities 47,764,009 11.6%54,842,952$ 12.3%10.0% Range Range 4-20% Global Equities iShares MSCI ACWI ETF 16,704,534 4.0%17,775,035 4.0%-- American Funds New Perspective R6 6,145,748 1.5%6,656,155 1.5%-- MFS Global Equity R6 6,227,282 1.5%6,503,234 1.5%-- Total Global Equities 29,077,564$ 7.0%30,934,425$ 7.0%8.0% Range Range 4-12% Asset Allocation Period Ending June 30, 2021 20 PARS: County of Contra Costa 3/31/2021 3/31/2021 6/30/2021 6/30/2021 Target Asset Allocation Market Value % of Total Market Value % of Total Allocation Real Estate Vanguard Real Estate ETF 14,529,312 3.5%15,818,471 3.6%-- 14,529,312$ 3.5%15,818,471$ 3.6%4.0% Range Range 0-8% Fixed Income Core Fixed Income Holdings 115,092,235 27.8%122,018,507 27.5%-- PIMCO Total Return Instl 20,019,215 4.8%21,229,178 4.8%-- PGIM Total Return Bond R6 20,000,527 4.8%21,294,555 4.8%-- PIMCO High Yield Instl 5,261,205 1.3%5,391,537 1.2%-- Total Fixed Income 160,373,183$ 38.8%169,933,776$ 38.3%43.0% Range Range 30-50% Alternatives BlackRock Event Driven Equity Instl 3,999,882 1.0%4,346,106 1.0%-- BlackRock Strategic Income Opps K 4,181,049 1.0%4,458,405 1.0%-- Western Asset Macro Opportunities IS 2,062,078 0.5%2,221,429 0.5%-- Total Alternatives 10,243,008$ 2.5%11,025,940$ 2.5%0.0% Range Range 0-10% Cash Money Market 570,216 0.1%3,185,967 0.7%-- Total Cash 570,216$ 0.1%3,185,967$ 0.7%1.0% Range Range 0-5% TOTAL 413,513,523$ 100.0%444,155,378$ 100.0%100.0% Asset Allocation Period Ending June 30, 2021 *Ending Market Value differs from total market value on the previous page due to differences in reporting methodology. The above ending market value is reported as of trade date and includes accruals. The Asset Allocation total market value is reported as of settlement date. 21 PARS: County of Contra Costa Investment Summary Second Quarter 2021 Year to Date 2021 Beginning Value 414,054,940.69 399,003,595.89$ Net Contributions/Withdrawals 9,961,182.08 14,915,005.55 Fees Deducted -52,468.51 -104,367.43 Income Received 1,806,254.69 3,208,519.71 Market Appreciation 18,925,342.10 27,763,234.98 Net Change in Accrued Income 32,745.56 -57,992.09 Ending Market Value*444,727,996.61$ 444,727,996.61$ Investment Summary Second Quarter 2020 Year to Date 2020 Beginning Value 291,909,001.42 331,392,093.14$ Net Contributions/Withdrawals 10,988,202.36 15,940,630.58 Fees Deducted -49,438.12 -99,521.50 Income Received 1,709,642.79 3,297,971.13 Market Appreciation 36,851,554.02 -9,027,370.85 Net Change in Accrued Income 19,978.97 -74,861.06 Ending Market Value 341,428,941.44$ 341,428,941.44$ Investment Summary Period Ending June 30, 2021 22 PARS: County of Contra Costa 3-Month YTD 1-Year 3-Year 5-Year 10-Year Fund Name Inception Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Columbia Contrarian Core Inst3 (7/13)8.36 37 16.09 29 44.13 23 20.19 8 17.45 30 15.01 -- Vanguard Growth & Income Adm (12/16)8.38 36 15.89 32 41.52 45 18.08 40 17.18 38 14.86 11 Dodge & Cox Stock (10/14)8.83 3 26.09 3 58.92 6 15.79 10 17.44 3 13.89 2 iShares S&P 500 Value ETF (12/19)4.96 67 16.18 64 39.27 64 12.96 36 12.36 46 11.67 33 T. Rowe Price Growth Stock I 12.73 11 15.63 13 45.33 19 23.22 41 24.36 20 18.06 -- Harbor Capital Appreciation Retirement 13.55 5 9.73 85 43.18 31 26.38 14 26.57 11 18.51 -- Russell 1000 TR USD 8.54 --14.95 --43.07 --19.16 --17.99 --14.90 -- iShares Russell 1000 ETF (3/15)8.49 31 14.88 56 42.87 33 19.00 19 17.84 21 14.75 16 iShares Russell Mid-Cap ETF (3/15)7.43 14 16.15 61 49.53 56 16.29 17 15.44 22 13.06 12 Russell Mid Cap TR USD 7.50 --16.25 --49.80 --16.45 --15.62 --13.24 -- Undiscovered Managers Behavioral Val R6 (9/16)4.18 49 27.85 34 84.83 16 10.16 36 12.80 37 12.70 -- Russell 2000 Value TR USD 4.56 --26.69 --73.28 --10.27 --13.62 --10.85 -- Victory RS Small Cap Growth R6 (2/19)3.09 81 0.44 97 34.82 98 15.92 68 22.23 35 14.64 -- Russell 2000 Growth TR USD 3.92 --8.98 --51.36 --15.94 --18.76 --13.52 -- iShares Russell 2000 ETF (3/15)4.26 53 17.45 70 61.84 44 13.44 26 16.41 13 12.34 22 Dodge & Cox International Stock 4.66 33 12.15 42 40.39 27 7.48 16 10.22 10 5.52 19 MFS International Growth R6 7.01 43 7.77 40 31.10 70 12.74 55 14.08 42 8.16 42 MFS Global Equity R6 (3/15)7.76 22 11.91 61 39.28 42 15.52 15 14.40 31 11.16 -- iShares Core MSCI EAFE ETF (3/15)5.22 48 9.14 48 33.89 46 8.50 52 10.75 38 ---- iShares MSCI ACWI ETF (3/15)7.34 31 12.25 51 39.25 43 14.67 30 14.79 25 10.07 41 American Funds New Perspective R6 (3/15)8.31 50 10.76 47 46.25 13 20.40 30 19.64 26 13.70 23 DFA Large Cap International I (12/18)5.55 32 10.41 23 34.71 41 8.60 49 10.56 44 5.85 44 MSCI EAFE NR USD 5.17 --8.83 --32.35 --8.27 --10.28 --5.89 -- MSCI ACWI NR USD 7.39 --12.30 --39.26 --14.57 --14.61 --9.90 -- Hartford Schroders Emerging Mkts Eq F (11/12)2.90 84 6.54 72 43.85 35 13.28 26 15.03 18 5.57 -- MSCI EM NR USD 5.05 --7.45 --40.90 --11.27 --13.03 --4.28 -- Data Source: Morningstar, SEI Investments COUNTY OF CONTRA COSTA For Period Ending June 30, 2021 Returns less than one year are not annualized. Past performance is not indicative of future returns. The information presented has been obtained from sources believed accurate and reliable. Securities are not FDIC insured, have no bank guarantee and may lose value. LARGE CAP EQUITY FUNDS MID CAP EQUITY FUNDS SMALL CAP EQUITY FUNDS INTERNATIONAL EQUITY FUNDS 23 PARS: County of Contra Costa 3-Month YTD 1-Year 3-Year 5-Year 10-Year Fund Name Inception Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Vanguard Real Estate ETF (6/17)11.66 63 21.37 47 34.33 65 11.92 35 7.06 48 9.72 30 Wilshire REIT Index 12.84 --22.78 --37.52 --10.06 --6.36 --9.38 -- Core Fixed Income Portfolio 1.95 42 -1.36 49 0.41 78 5.59 33 3.30 33 3.67 25 PIMCO Total Return Instl 2.09 49 -1.06 68 1.47 78 5.77 51 3.84 44 3.77 55 PGIM Total Return Bond R6 (5/16)3.14 3 -1.44 88 2.70 47 6.24 29 4.31 22 4.76 8 BBgBarc US Agg Bond TR USD 1.83 ---1.60 ---0.33 --5.34 --3.03 --3.39 -- PIMCO High Yield Instl (5/16)2.48 52 2.54 77 12.44 76 6.89 34 6.59 40 5.99 29 ICE BofA US High Yield Mstr II Index 2.77 --3.70 --15.62 --7.15 --7.30 --6.53 -- BlackRock Event Driven Equity Instl (3/19)1.89 33 2.60 58 8.62 49 6.38 41 6.23 30 7.52 10 BlackRock Strategic Income Opps K (7/13)1.08 62 1.30 58 8.45 39 5.42 17 4.73 27 3.86 -- Western Asset Macro Opportunities IS (3/21)7.73 1 -1.51 93 8.70 37 7.46 2 6.29 5 ---- Dynamic Alternatives Index 2.25 --4.47 --11.59 --3.80 --3.25 --1.43 -- Data Source: Morningstar, SEI Investments ALTERNATIVE FUNDS COUNTY OF CONTRA COSTA For Period Ending June 30, 2021 Returns less than one year are not annualized. Past performance is not indicative of future returns. The information presented has been obtained from sources believed accurate and reliable. Securities are not FDIC insured, have no bank guarantee and may lose value. REIT EQUITY FUNDS BOND FUNDS . 2020 2019 2018 2017 2016 2015 2014 2013 Fund Name Inception Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Columbia Contrarian Core Inst3 (7/13)22.44 11 33.08 10 -8.81 82 21.89 28 8.77 73 3.25 7 13.14 27 36.04 15 Vanguard Growth & Income Adm (12/16)18.08 41 29.77 51 -4.61 31 20.80 54 12.12 24 2.03 16 14.16 13 32.74 37 Dodge & Cox Stock (10/14)7.16 21 24.83 58 -7.07 31 18.33 24 21.28 6 -4.49 62 10.40 54 40.55 2 iShares S&P 500 Value ETF (12/19)1.24 62 31.71 5 -9.09 57 15.19 61 17.17 25 -3.24 42 12.14 24 31.69 45 T. Rowe Price Growth Stock I 37.09 38 30.98 61 -0.89 37 33.84 15 1.58 63 10.93 --8.83 --39.20 -- Harbor Capital Appreciation Retirement 54.56 10 33.39 39 -0.96 37 36.68 5 -1.04 --10.99 --9.93 --37.66 -- Russell 1000 TR USD 20.96 --31.43 ---4.78 --21.69 --12.05 --0.92 --13.24 --33.11 -- iShares Russell 1000 ETF (3/15)20.80 19 31.26 30 -4.91 37 21.53 37 11.91 27 0.82 30 13.08 28 32.93 35 iShares Russell Mid-Cap ETF (3/15)16.91 23 30.31 21 -9.13 30 18.32 27 13.58 61 -2.57 30 13.03 8 34.50 46 Russell Mid Cap TR USD 17.10 --30.54 ---9.06 --18.52 --13.80 ---2.44 --13.22 --34.76 -- Undiscovered Managers Behavioral Val R6 (9/16)3.62 46 23.34 30 -15.20 49 13.53 11 20.97 80 3.52 1 5.83 25 37.72 -- Russell 2000 Value TR USD 4.63 --22.39 ---12.86 --7.84 --31.74 ---7.47 --4.22 --34.52 -- Victory RS Small Cap Growth R6 (2/19)38.32 44 38.38 8 -8.66 70 37.05 --0.88 --0.09 --9.36 --49.22 -- Russell 2000 Growth TR USD 34.63 --28.48 ---9.31 --22.17 --11.32 ---1.38 --5.60 --43.30 -- iShares Russell 2000 ETF (3/15)19.89 14 25.42 35 -11.02 36 14.66 24 21.36 43 -4.33 44 4.94 44 38.85 35 Dodge & Cox International Stock 2.10 42 22.78 7 -17.98 81 23.94 72 8.26 2 -11.35 98 0.08 9 26.31 8 DFA Large Cap International I (12/18)8.12 57 22.04 43 -14.14 44 25.37 48 3.16 23 -2.86 72 -5.24 49 20.69 39 MFS International Growth R6 15.82 77 27.31 60 -8.79 9 32.58 31 2.79 6 0.40 52 -5.01 57 13.94 78 MFS Global Equity R6 (3/15)14.25 52 30.66 17 -9.51 50 24.04 41 7.43 27 -1.34 48 4.08 33 27.93 34 iShares Core MSCI EAFE ETF (9/20)8.55 51 22.67 34 -14.20 46 26.42 35 1.36 40 0.53 28 -4.82 43 23.73 15 iShares MSCI ACWI ETF (3/15)16.38 41 26.70 45 -9.15 45 24.35 39 8.22 21 -2.39 62 4.64 28 22.91 63 American Funds New Perspective R6 (3/15)33.81 14 30.48 19 -5.56 18 29.30 16 2.19 77 5.63 6 3.56 40 27.23 38 MSCI EAFE NR USD 7.82 --22.01 ---13.79 --25.03 --1.00 ---0.81 ---4.90 --22.78 -- MSCI ACWI NR USD 16.25 --26.60 ---9.41 --23.97 --7.86 ---2.36 --4.16 --22.80 -- Hartford Schroders Emerging Mkts Eq F (11/12)23.78 25 22.32 30 -15.42 45 40.96 --10.41 ---12.68 ---4.61 ---2.28 -- MSCI EM PR USD 15.84 --15.42 ---16.63 --34.35 --8.58 ---16.96 ---4.63 ---4.98 -- Data Source: Morningstar, SEI Investments COUNTY OF CONTRA COSTA Returns less than one year are not annualized. Past performance is not indicative of future returns. The information presented has been obtained from sources believed accurate and reliable. Securities are not FDIC insured, have no bank guarantee and may lose value. For Period Ending December 31, 2020 LARGE CAP EQUITY FUNDS MID CAP EQUITY FUNDS SMALL CAP EQUITY FUNDS INTERNATIONAL EQUITY FUNDS PARS: County of Contra Costa 24 . 2020 2019 2018 2017 2016 2015 2014 2013 Fund Name Inception Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Return Rank Fixed Income Core Portfolio 7.60 50.00 9.20 21 .14 24 3.49 59 3.63 37 0.78 14 4.74 70 -1.40 41 PIMCO Total Return Instl 8.88 34 8.26 73 -0.26 30 5.13 17 2.60 82 0.73 11 4.69 72 -1.92 78 PGIM Total Return Bond R6 (5/16)8.10 52 11.13 7 -0.63 46 6.71 3 4.83 21 0.09 40 7.25 7 -0.91 42 BBgBarc US Agg Bond TR USD 7.51 --8.72 --0.01 --3.54 --2.65 --0.55 --5.97 ---2.02 -- PIMCO High Yield Instl (12/20)5.34 48 14.93 22 -2.49 44 7.01 39 12.70 61 -1.85 22 3.31 13 5.77 68 ICE BofA US High Yield Mstr II Index 6.17 --14.41 ---2.27 --7.48 --17.49 ---4.64 --2.85 --7.42 -- BlackRock Strategic Income Opps K (7/13)7.29 25 7.82 36 -0.47 46 4.97 37 3.65 ---0.30 --3.89 --3.28 -- BlackRock Event Driven Equity Instl (3/19)6.30 30 7.29 13 5.49 11 7.14 9 4.29 37 -1.56 --10.40 --32.30 -- Eaton Vance Glb Macr Absolt Retrn R6 (7/19) 3.65 52 9.82 18 -3.13 78 4.21 --4.00 --2.63 --3.03 ---0.24 -- Dynamic Alternatives Index 3.19 --6.66 ---4.24 --5.07 --2.29 ---5.19 --6.39 --0.54 -- Data Source: Morningstar, SEI Investments COUNTY OF CONTRA COSTA Returns less than one year are not annualized. Past performance is not indicative of future returns. The information presented has been obtained from sources believed accurate and reliable. Securities are not FDIC insured, have no bank guarantee and may lose value. ALTERNATIVE FUNDS For Period Ending December 31, 2020 BOND FUNDS PARS: County of Contra Costa 25 Columbia Contrarian Core Inst3 COFYX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Large Blend ÙÙÙÙ 11/8/2012 0.64 12,871.85 6/30/2021 Guy W. Pope Asset Alloca�on % Cash 0.9 US Equity 97.0 Non­US Equity 2.1 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Columbia Contrarian Core Inst3 6/30/2021 Russell 1000 TR USD 6/30/2021 US Fund Large Blend 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Columbia Contrarian Core Inst3 Russell 1000 TR USD US Fund Large Blend 14.95 43.07 19.16 17.99 14.90 16.09 44.13 20.19 17.45 14.78 39.87 16.16 15.65 12.51 2 1 1 2 3 2 1 1 1 3 3 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Blend Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: Russell 1000 TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 0.0 7.5 15.0 22.5 Columbia Contrarian Core Inst3 Russell 1000 TR USD US Fund Large BlendReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Large Blend 7.5 15.0 22.5 30.0 37.5 YTD 1 year 3 years 5 years 10 years 45.0 52.5 Columbia Contrarian Core Inst3 Russell 1000 TR USD US Fund Large Blend ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: Russell 1000 TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 50.0 8.4 16.1 44.1 20.2 17.4 8.5 15.0 43.1 19.2 18.0 14.9 7.5 14.8 39.9 16.2 15.6 12.5 Columbia Contrarian Core Inst3 Russell 1000 TR USD US Fund Large Blend ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Blend Calcula�on Benchmark: Russell 1000 TR USD Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 0.0 4.0 8.0 12.0 16.0 20.0 24.0 ReturnColumbia Contrarian Core Inst3 ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: Russell 1000 TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 17.45 15.50 1.59 ­0.40 1.00 98.01 1.05 2.20 17.99 15.40 0.00 0.00 1.00 100.00 1.09 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­500M ­250M 0M 250M 500M Columbia Contrarian Core Inst3 US Fund Large Blend Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Vanguard Growth & Income Adm VGIAX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Large Blend ÙÙÙÙ 5/14/2001 0.22 13,092.31 3/31/2021 Mul�ple Asset Alloca�on % Cash 0.2 US Equity 98.9 Non­US Equity 0.9 US Bond 0.0 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Vanguard Growth & Income Adm 3/31/2021 Russell 1000 TR USD 6/30/2021 US Fund Large Blend 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Vanguard Growth & Income Adm Russell 1000 TR USD US Fund Large Blend 15.89 41.52 18.08 17.18 14.86 14.95 43.07 19.16 17.99 14.90 14.78 39.87 16.16 15.65 12.51 2 2 2 2 1 3 2 1 1 1 3 3 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Blend Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: Russell 1000 TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 0.0 5.0 10.0 15.0 20.0 Vanguard Growth & Income Adm Russell 1000 TR USD US Fund Large BlendReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Large Blend 7.5 15.0 22.5 30.0 37.5 YTD 1 year 3 years 5 years 10 years 45.0 52.5 Vanguard Growth & Income Adm S&P 500 TR USD US Fund Large Blend ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: Russell 1000 TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 50.0 8.4 15.9 41.5 18.1 17.2 14.9 8.5 15.0 43.1 19.2 18.0 14.9 7.5 14.8 39.9 16.2 15.6 12.5 Vanguard Growth & Income Adm Russell 1000 TR USD US Fund Large Blend ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Blend Calcula�on Benchmark: Russell 1000 TR USD Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 0.0 4.0 8.0 12.0 16.0 20.0 24.0 ReturnVanguard Growth & Income Adm ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: Russell 1000 TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 17.99 15.40 0.00 0.00 1.00 100.00 1.09 0.00 17.18 15.25 0.86 ­0.52 0.99 99.46 1.05 1.14 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­1,000M 0M 1,000M 2,000M 3,000M Vanguard Growth & Income Adm US Fund Large Blend Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Dodge & Cox Stock DODGX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Large Value ÙÙÙÙÙ 1/4/1965 0.52 89,193.37 6/30/2021 Mul�ple Asset Alloca�on % Cash 1.7 US Equity 88.4 Non­US Equity 9.9 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Dodge & Cox Stock 6/30/2021 Russell 1000 Value TR USD 6/30/2021 US Fund Large Value 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Dodge & Cox Stock Russell 1000 Value TR USD US Fund Large Value 26.09 58.92 15.79 17.44 13.89 17.05 43.68 12.42 11.87 11.61 17.51 42.51 11.64 12.02 10.57 1 1 1 1 1 2 2 2 3 2 2 2 3 2 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Value Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: Russell 1000 Value TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 ­7.5 0.0 7.5 15.0 22.5 Dodge & Cox Stock Russell 1000 Value TR USD US Fund Large ValueReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Large Value 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 60.0 67.5 Dodge & Cox Stock S&P 500 TR USD US Fund Large Value ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: Russell 1000 Value TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 7.5 15.0 22.5 30.0 37.5 45.0 52.5 60.0 67.5 8.8 26.1 58.9 15.8 17.4 13.9 5.2 17.0 43.7 12.4 11.9 11.6 5.5 17.5 42.5 11.6 12.0 10.6 Dodge & Cox Stock Russell 1000 Value TR USD US Fund Large Value ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Value Calcula�on Benchmark: Russell 1000 Value TR USD Std Dev 0.0 4.0 8.0 12.0 16.0 20.0 24.0 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 ReturnDodge & Cox Stock ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: Russell 1000 Value TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 17.44 19.14 2.31 3.65 1.15 95.36 0.85 4.83 11.87 16.20 0.00 0.00 1.00 100.00 0.66 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­1,500M ­1,000M ­500M 0M 500M Dodge & Cox Stock US Fund Large Value Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Harbor Capital Apprecia�on Re�rement HNACX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Large Growth ÙÙÙÙ 3/1/2016 0.59 41,342.38 3/31/2021 Mul�ple Asset Alloca�on % Cash 0.7 US Equity 86.1 Non­US Equity 13.2 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Harbor Capital Apprecia�on Re�rement 3/31/2021 Russell 1000 Growth TR USD 6/30/2021 US Fund Large Growth 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Harbor Capital Apprecia�on Re�rement Russell 1000 Growth TR USD US Fund Large Growth 9.73 43.18 26.38 26.57 12.99 42.50 25.14 23.66 17.87 12.81 41.56 22.15 21.40 15.41 4 2 1 1 2 2 1 2 1 2 2 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Growth Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: Russell 1000 Growth TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 7.5 15.0 22.5 30.0 Harbor Capital Apprecia�on Re�rement Russell 1000 Growth TR USD US Fund Large GrowthReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Large Growth 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 60.0 Harbor Capital Apprecia�on Re�rement Russell 1000 Growth TR USD US Fund Large Growth ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: Russell 1000 Growth TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 50.0 13.6 9.7 43.2 26.4 26.6 11.9 13.0 42.5 25.1 23.7 17.9 10.3 12.8 41.6 22.2 21.4 15.4 Harbor Capital Apprecia�on Re�rement Russell 1000 Growth TR USD US Fund Large Growth ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Growth Calcula�on Benchmark: Russell 1000 Growth TR USD Std Dev 0.0 4.0 8.0 12.0 16.0 20.0 24.0 0.0 10.0 20.0 30.0 40.0 ReturnHarbor Capital Apprecia�on Re�rement ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: Russell 1000 Growth TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 26.57 18.48 3.18 0.37 1.11 93.92 1.38 4.91 23.66 16.11 0.00 0.00 1.00 100.00 1.40 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­1,500M ­1,000M ­500M 0M 500M Harbor Capital Apprecia�on Re�rement US Fund Large Growth Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. T. Rowe Price Growth Stock I PRUFX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Large Growth ÙÙÙÙ 8/28/2015 0.52 76,293.98 3/31/2021 Joseph B. Fath Asset Alloca�on % Cash 0.2 US Equity 82.5 Non­US Equity 11.1 Other 6.2 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth T. Rowe Price Growth Stock I 3/31/2021 Russell 1000 Growth TR USD 6/30/2021 US Fund Large Growth 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le T. Rowe Price Growth Stock I Russell 1000 Growth TR USD US Fund Large Growth 15.63 45.33 23.22 24.36 12.99 42.50 25.14 23.66 17.87 12.81 41.56 22.15 21.40 15.41 1 1 2 1 2 2 1 2 1 2 2 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Growth Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: Russell 1000 Growth TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 7.5 15.0 22.5 30.0 T. Rowe Price Growth Stock I Russell 1000 Growth TR USD US Fund Large GrowthReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Large Growth 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 60.0 T. Rowe Price Growth Stock I S&P 500 TR USD US Fund Large Growth ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: Russell 1000 Growth TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 50.0 12.7 15.6 45.3 23.2 24.4 11.9 13.0 42.5 25.1 23.7 17.9 10.3 12.8 41.6 22.2 21.4 15.4 T. Rowe Price Growth Stock I Russell 1000 Growth TR USD US Fund Large Growth ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Large Growth Calcula�on Benchmark: Russell 1000 Growth TR USD Std Dev 0.0 4.0 8.0 12.0 16.0 20.0 24.0 0.0 10.0 20.0 30.0 40.0 ReturnT. Rowe Price Growth Stock I ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: Russell 1000 Growth TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 23.66 16.11 0.00 0.00 1.00 100.00 1.40 0.00 24.36 16.43 2.33 0.71 1.00 95.36 1.41 3.55 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­2,250M ­1,500M ­750M 0M 750M T. Rowe Price Growth Stock I US Fund Large Growth Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Undiscovered Managers Behavioral Val R6 UBVFX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Small Value ÙÙÙ 4/30/2013 0.80 6,972.39 5/31/2021 Mul�ple Asset Alloca�on % Cash 0.4 US Equity 99.4 Non­US Equity 0.2 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Undiscovered Managers Behavioral Val R6 5/31/2021 Russell 2000 Value TR USD 6/30/2021 US Fund Small Value 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Undiscovered Managers Behavioral Val R6 Russell 2000 Value TR USD US Fund Small Value 27.85 84.83 10.16 12.80 26.95 70.96 9.28 12.18 9.93 26.69 73.28 10.27 13.62 10.85 2 1 2 2 2 2 2 1 1 2 2 2 2 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Small Value Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: Russell 2000 Value TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 ­15.0 ­7.5 0.0 7.5 15.0 Undiscovered Managers Behavioral Val R6 Russell 2000 Value TR USD US Fund Small ValueReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Small Value 0.0 20.0 40.0 60.0 80.0 YTD 1 year 3 years 5 years 10 years 100.0 Undiscovered Managers Behavioral Val R6 Russell 2000 Value TR USD US Fund Small Value ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: Russell 2000 Value TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 4.2 27.8 84.8 10.2 12.8 4.6 26.7 73.3 10.3 13.6 10.8 4.5 27.0 71.0 9.3 12.2 9.9 Undiscovered Managers Behavioral Val R6 Russell 2000 Value TR USD US Fund Small Value ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Small Value Calcula�on Benchmark: Russell 2000 Value TR USD Std Dev 0.0 10.0 20.0 30.0 40.0 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 ReturnUndiscovered Managers Behavioral Val R6 ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: Russell 2000 Value TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 12.80 25.23 4.48 ­1.41 1.10 94.79 0.46 6.19 13.62 22.32 0.00 0.00 1.00 100.00 0.56 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­500M ­250M 0M 250M 500M Undiscovered Managers Behavioral Val R6 US Fund Small Value Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Victory RS Small Cap Growth R6 RSEJX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Small Growth ÙÙ 7/12/2017 1.05 2,690.62 6/30/2021 Mul�ple Asset Alloca�on % US Equity 96.5 Non­US Equity 3.5 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Victory RS Small Cap Growth R6 6/30/2021 Russell 2000 Growth TR USD 6/30/2021 US Fund Small Growth 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Victory RS Small Cap Growth R6 Russell 2000 Growth TR USD US Fund Small Growth 0.44 34.82 15.92 8.98 51.36 15.94 18.76 13.52 12.20 54.34 18.45 20.21 13.36 4 4 3 3 2 3 3 3 2 2 2 2 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Small Growth Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: Russell 2000 Growth TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 0.0 7.5 15.0 22.5 Victory RS Small Cap Growth R6 Russell 2000 Growth TR USD US Fund Small GrowthReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Small Growth 0.0 10.0 20.0 30.0 40.0 YTD 1 year 3 years 5 years 10 years 50.0 60.0 70.0 80.0 Victory RS Small Cap Growth R6 Russell 2000 Growth TR USD US Fund Small Growth ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: Russell 2000 Growth TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 7.5 15.0 22.5 30.0 37.5 45.0 52.5 60.0 3.1 0.4 34.8 15.9 3.9 9.0 51.4 15.9 18.8 13.5 5.0 12.2 54.3 18.4 20.2 13.4 Victory RS Small Cap Growth R6 Russell 2000 Growth TR USD US Fund Small Growth ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Small Growth Calcula�on Benchmark: Russell 2000 Growth TR USD Std Dev 0.0 4.0 8.0 12.0 16.0 20.0 24.0 28.0 0.0 10.0 20.0 30.0 40.0 ReturnVictory RS Small Cap Growth R6 ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: Russell 2000 Growth TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 18.76 20.81 0.00 0.00 1.00 100.00 0.85 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2017 to 6/30/2021 2017 2019 2021 ­750M ­500M ­250M 0M 250M Victory RS Small Cap Growth R6 US Fund Small Growth Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. DFA Large Cap Interna�onal I DFALX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Foreign Large Blend ÙÙÙ 7/17/1991 0.18 5,912.77 5/31/2021 Mul�ple Asset Alloca�on % Cash 0.8 US Equity 1.1 Non­US Equity 98.1 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth DFA Large Cap Interna�onal I 5/31/2021 MSCI ACWI Ex USA NR USD 6/30/2021 US Fund Foreign Large Blend 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le DFA Large Cap Interna�onal I MSCI ACWI Ex USA NR USD US Fund Foreign Large Blend 10.41 34.71 8.60 10.56 5.85 9.16 35.72 9.38 11.08 5.45 9.08 33.50 8.29 9.91 5.40 1 2 3 2 2 2 2 2 2 3 2 3 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Blend Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: MSCI ACWI Ex USA NR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 ­5.0 0.0 5.0 10.0 DFA Large Cap Interna�onal I MSCI ACWI Ex USA NR USD US Fund Foreign Large BlendReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Blend 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 DFA Large Cap Interna�onal I MSCI World ex USA NR USD US Fund Foreign Large Blend ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: MSCI ACWI Ex USA NR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 5.6 10.4 34.7 8.6 10.6 5.85.5 9.2 35.7 9.4 11.1 5.45.1 9.1 33.5 8.3 9.9 5.4 DFA Large Cap Interna�onal I MSCI ACWI Ex USA NR USD US Fund Foreign Large Blend ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Blend Calcula�on Benchmark: MSCI ACWI Ex USA NR USD Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 0.0 3.0 6.0 9.0 12.0 15.0 18.0 ReturnDFA Large Cap Interna�onal I ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: MSCI ACWI Ex USA NR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 10.56 15.19 2.05 ­0.62 1.02 96.60 0.62 2.83 11.08 14.59 0.00 0.00 1.00 100.00 0.68 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­200M 0M 200M 400M 600M DFA Large Cap Interna�onal I US Fund Foreign Large Blend Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Dodge & Cox Interna�onal Stock DODFX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Foreign Large Value ÙÙÙ 5/1/2001 0.63 44,506.88 3/31/2021 Mul�ple Asset Alloca�on % Cash 1.9 US Equity 6.8 Non­US Equity 90.9 Other 0.5 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Dodge & Cox Interna�onal Stock 3/31/2021 MSCI ACWI Ex USA Value NR USD 6/30/2021 US Fund Foreign Large Value 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Dodge & Cox Interna�onal Stock MSCI ACWI Ex USA Value NR USD US Fund Foreign Large Value 12.15 11.69 40.39 37.56 7.48 5.22 10.22 8.54 5.52 3.48 11.56 35.28 5.58 7.94 4.17 2 1 1 1 1 2 2 3 2 3 2 3 3 3 2 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Value Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: MSCI ACWI Ex USA Value NR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 ­10.0 ­5.0 0.0 5.0 10.0 Dodge & Cox Interna�onal Stock MSCI ACWI Ex USA Value NR USD US Fund Foreign Large ValueReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Value 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 Dodge & Cox Interna�onal Stock MSCI EAFE NR USD US Fund Foreign Large Value ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: MSCI ACWI Ex USA Value NR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 4.7 12.2 40.4 7.5 10.2 5.54.3 11.7 37.6 5.2 8.5 3.54.1 11.6 35.3 5.6 7.9 4.2 Dodge & Cox Interna�onal Stock MSCI ACWI Ex USA Value NR USD US Fund Foreign Large Value ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Value Calcula�on Benchmark: MSCI ACWI Ex USA Value NR USD Std Dev 0.0 4.0 8.0 12.0 16.0 20.0 24.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 ReturnDodge & Cox Interna�onal Stock ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: MSCI ACWI Ex USA Value NR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 10.22 19.09 2.45 0.83 1.14 96.84 0.48 4.10 8.54 16.51 0.00 0.00 1.00 100.00 0.45 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­2,250M ­1,500M ­750M 0M 750M Dodge & Cox Interna�onal Stock US Fund Foreign Large Value Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. MFS Interna�onal Growth R6 MGRDX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Foreign Large Growth ÙÙÙ 5/1/2006 0.74 14,454.30 5/31/2021 Mul�ple Asset Alloca�on % Cash 2.4 US Equity 3.4 Non­US Equity 94.2 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth MFS Interna�onal Growth R6 5/31/2021 MSCI ACWI Ex USA Growth NR USD 6/30/2021 US Fund Foreign Large Growth 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le MFS Interna�onal Growth R6 MSCI ACWI Ex USA Growth NR USD US Fund Foreign Large Growth 7.77 31.10 12.74 14.08 8.16 6.52 33.68 13.23 13.37 7.28 7.17 34.83 13.47 13.78 7.75 2 3 3 2 2 3 3 2 2 3 2 2 2 2 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Growth Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: MSCI ACWI Ex USA Growth NR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 0.0 5.0 10.0 15.0 20.0 MFS Interna�onal Growth R6 MSCI ACWI Ex USA Growth NR USD US Fund Foreign Large GrowthReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Growth 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 MFS Interna�onal Growth R6 MSCI ACWI Ex USA Growth NR USD US Fund Foreign Large Growth ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: MSCI ACWI Ex USA Growth NR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 7.0 7.8 31.1 12.7 14.1 8.26.6 6.5 33.7 13.2 13.4 7.36.8 7.2 34.8 13.5 13.8 7.8 MFS Interna�onal Growth R6 MSCI ACWI Ex USA Growth NR USD US Fund Foreign Large Growth ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Foreign Large Growth Calcula�on Benchmark: MSCI ACWI Ex USA Growth NR USD Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 0.0 4.0 8.0 12.0 16.0 20.0 24.0 ReturnMFS Interna�onal Growth R6 ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: MSCI ACWI Ex USA Growth NR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 14.08 13.35 2.27 1.27 0.95 94.56 0.97 3.21 13.37 13.73 0.00 0.00 1.00 100.00 0.89 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­1,000M ­500M 0M 500M MFS Interna�onal Growth R6 US Fund Foreign Large Growth Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Har�ord Schroders Emerging Mkts Eq F HHHFX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Diversified Emerging Mkts ÙÙÙÙ 2/28/2017 1.08 7,133.63 5/31/2021 Mul�ple Asset Alloca�on % Cash 1.8 Non­US Equity 98.2 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth Har�ord Schroders Emerging Mkts Eq F 5/31/2021 MSCI EM NR USD 6/30/2021 US Fund Diversified Emerging Mkts 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Har�ord Schroders Emerging Mkts Eq F MSCI EM NR USD US Fund Diversified Emerging Mkts 6.54 43.85 13.28 7.45 40.90 11.27 13.03 4.28 8.81 41.51 11.05 11.77 3.91 3 2 2 3 3 2 2 3 2 3 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Diversified Emerging Mkts Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: MSCI EM NR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 ­5.0 0.0 5.0 10.0 15.0 Har�ord Schroders Emerging Mkts Eq F MSCI EM NR USD US Fund Diversified Emerging MktsReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Diversified Emerging Mkts 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 60.0 Har�ord Schroders Emerging Mkts Eq F MSCI EM NR USD US Fund Diversified Emerging Mkts ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: MSCI EM NR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 50.0 2.9 6.5 43.9 13.3 5.0 7.4 40.9 11.3 13.0 4.35.5 8.8 41.5 11.1 11.8 3.9 Har�ord Schroders Emerging Mkts Eq F MSCI EM NR USD US Fund Diversified Emerging Mkts ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ Diversified Emerging Mkts Calcula�on Benchmark: MSCI EM NR USD Std Dev 0.0 4.0 8.0 12.0 16.0 20.0 24.0 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 ReturnHar�ord Schroders Emerging Mkts Eq F ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: MSCI EM NR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 13.03 16.24 0.00 0.00 1.00 100.00 0.73 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 2/1/2017 to 6/30/2021 2017 2019 2021 ­500M 0M 500M 1,000M Har�ord Schroders Emerging Mkts Eq F US Fund Diversified Emerging Mkts Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. American Funds New Perspec�ve R6 RNPGX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund World Large­Stock Growth ÙÙÙÙ 5/1/2009 0.42 141,423.82 3/31/2021 Mul�ple Asset Alloca�on % Cash 5.2 US Equity 52.2 Non­US Equity 42.6 US Bond 0.0 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth American Funds New Perspec�ve R6 3/31/2021 MSCI ACWI Growth NR USD 6/30/2021 US Fund World Large­Stock Growth 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le American Funds New Perspec�ve R6 MSCI ACWI Growth NR USD US Fund World Large­Stock Growth 10.76 46.25 20.40 19.64 13.70 10.00 40.36 19.18 18.67 12.34 10.29 39.69 20.40 19.15 12.67 2 1 2 1 1 3 3 2 2 2 3 3 2 2 2 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ World Large­Stock Growth Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: MSCI ACWI Growth NR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 5.0 10.0 15.0 20.0 25.0 American Funds New Perspec�ve R6 MSCI ACWI Growth NR USD US Fund World Large­Stock GrowthReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ World Large­Stock Growth 0.0 7.5 15.0 22.5 30.0 YTD 1 year 3 years 5 years 10 years 37.5 45.0 52.5 American Funds New Perspec�ve R6 MSCI ACWI Growth NR USD MSCI ACWI NR USD US Fund World Large­Stock Growth ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: MSCI ACWI Growth NR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 50.0 8.3 10.8 46.3 20.4 19.6 13.7 10.0 10.3 39.7 20.4 19.2 12.7 8.2 10.0 40.4 19.2 18.7 12.3 American Funds New Perspec�ve R6 MSCI ACWI Growth NR USD US Fund World Large­Stock Growth ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ World Large­Stock Growth Calcula�on Benchmark: MSCI ACWI Growth NR USD Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 0.0 10.0 20.0 30.0 40.0 ReturnAmerican Funds New Perspec�ve R6 ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: MSCI ACWI Growth NR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 19.64 15.41 1.88 0.10 1.02 96.78 1.20 2.80 19.15 14.82 0.00 0.00 1.00 100.00 1.22 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­2,250M ­1,500M ­750M 0M 750M American Funds New Perspec�ve R6 US Fund World Large­Stock Growth Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. MFS Global Equity R6 MWEMX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund World Large­Stock Blend ÙÙÙÙ 6/1/2012 0.82 3,767.85 5/31/2021 Mul�ple Asset Alloca�on % Cash 1.4 US Equity 52.5 Non­US Equity 46.1 Total 100.0 Holdings­Based Style Map Micro Small Mid Large GiantDeep­Val Core­Val Core Core­Grth High­Grth MFS Global Equity R6 5/31/2021 MSCI ACWI NR USD 6/30/2021 US Fund World Large­Stock Blend 6/30/2021 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le MFS Global Equity R6 MSCI ACWI NR USD US Fund World Large­Stock Blend 11.91 39.28 15.52 14.40 12.30 39.26 14.57 14.61 9.90 12.11 37.78 13.00 12.94 9.20 3 2 1 2 2 2 2 1 2 3 2 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ World Large­Stock Blend Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: MSCI ACWI NR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 0.0 5.0 10.0 15.0 20.0 MFS Global Equity R6 MSCI ACWI NR USD US Fund World Large­Stock BlendReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ World Large­Stock Blend 5.0 10.0 15.0 20.0 25.0 YTD 1 year 3 years 5 years 10 years 30.0 35.0 40.0 45.0 50.0 MFS Global Equity R6 MSCI World NR USD US Fund World Large­Stock Blend ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: MSCI ACWI NR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 5.0 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 7.8 11.9 39.3 15.5 14.4 7.4 12.3 39.3 14.6 14.6 9.9 6.5 12.1 37.8 13.0 12.9 9.2 MFS Global Equity R6 MSCI ACWI NR USD US Fund World Large­Stock Blend ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Peer Group (5­95%): Funds ­ U.S. ­ World Large­Stock Blend Calcula�on Benchmark: MSCI ACWI NR USD Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 0.0 3.0 6.0 9.0 12.0 15.0 18.0 21.0 ReturnMFS Global Equity R6 ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: MSCI ACWI NR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 14.40 14.95 2.44 ­0.16 1.00 94.86 0.89 3.40 14.61 14.52 0.00 0.00 1.00 100.00 0.93 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­200M ­100M 0M 100M 200M MFS Global Equity R6 US Fund World Large­Stock Blend Es�mated Fund­ L e v e l N e t Flow Monthly Return Source: Morningstar Direct, as of June 30, 2021 Informa�on provided herein was obtained from third­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. PIMCO Total Return Instl PTTRX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Intermediate Core­Plus Bond ÙÙÙ 5/11/1987 0.70 69,180.66 3/31/2021 Mul�ple PIMCO Total Return Instl ­ Fixed­Inc Sectors (Morningstar) Por�olio Date: 3/31/2021 % Government 10.4 Government Related 22.2 Corporate Bond 14.7 Agency Mortgage­Backed 12.2 Non­Agency Residen�al Mortgage­Backed 1.9 Asset­Backed 6.0 Cash & Equivalents 13.3 Swap 3.0 Forward/Future 11.1 Op�on/Warrant 1.8 Other 3.4 Total 100.0 Morningstar Style Box ­ PIMCO Total Return Instl Por�olio Date: 3/31/2021 Morningstar Fixed Income Style Box™ Not Available Fixed­Income Stats Average Eff Dura�on 5.5 Average Eff Maturity 7.4 Average Coupon 2.8 Average Price 105.2 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le PIMCO Total Return Instl BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus Bond ­1.06 1.47 5.77 3.84 3.77 ­1.60 ­0.33 5.34 3.03 3.39 ­0.64 2.94 5.68 3.69 3.81 3 4 3 2 3 4 4 3 4 4 2 2 3 3 2 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: BBgBarc US Agg Bond TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 2.0 3.0 4.0 5.0 6.0 PIMCO Total Return Instl BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus BondReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Intermediate Core­Plus Bond Calcula�on Benchmark: BBgBarc US Agg Bond TR USD ­4.0 ­2.0 0.0 2.0 4.0 YTD 1 year 3 years 5 years 10 years 6.0 8.0 PIMCO Total Return Instl BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus Bond ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: BBgBarc US Agg Bond TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years ­3.0 ­2.0 ­1.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 2.1 ­1.1 1.5 5.8 3.8 3.8 1.8 ­1.6 ­0.3 5.3 3.0 3.4 2.0 ­0.6 2.9 5.7 3.7 3.8 PIMCO Total Return Instl BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus Bond ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Std Dev 0.0 1.0 2.0 3.0 4.0 5.0 6.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 ReturnPIMCO Total Return Instl ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: BBgBarc US Agg Bond TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Informa�on Ra�o (geo) Tracking Error 3.84 3.34 0.73 0.83 0.98 89.55 0.74 1.07 3.03 3.25 0.00 0.00 1.00 100.00 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­4,000M ­2,000M 0M 2,000M PIMCO Total Return Instl Source: Morningstar Direct, as of June 30, 2021. Informa�on provided herein was obtained from thir d­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. PGIM Total Return Bond R6 PTRQX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Intermediate Core­Plus Bond ÙÙÙÙ 12/27/2010 0.39 61,028.21 6/30/2021 Mul�ple PGIM Total Return Bond R6 ­ Fixed­Inc Sectors (Morningsta Por�olio Date: 6/30/2021 % Government 11.7 Government Related 3.6 Bank Loan 0.8 Conver�ble 1.0 Corporate Bond 31.2 Agency Mortgage­Backed 1.7 Commercial Mortgage­Backed 9.6 Asset­Backed 17.9 Cash & Equivalents 1.6 Forward/Future 19.3 Other 1.6 Total 100.0 Morningstar Style Box ­ PGIM Total Return Bond R6 Por�olio Date: 6/30/2021 Morningstar Fixed Income Style Box™Low Med High Ltd Mod Ext Fixed­Income Stats Average Eff Dura�on 7.6 Average Eff Maturity ­ Average Coupon 3.5 Average Price 109.3 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le PGIM Total Return Bond R6 BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus Bond ­1.44 2.70 6.24 4.31 4.76 ­1.60 ­0.33 5.34 3.03 3.39 ­0.64 2.94 5.68 3.69 3.81 4 2 2 1 1 4 4 3 4 4 2 2 3 3 2 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: BBgBarc US Agg Bond TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 2.0 4.0 6.0 8.0 PGIM Total Return Bond R6 BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus BondReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Intermediate Core­Plus Bond Calcula�on Benchmark: BBgBarc US Agg Bond TR USD ­4.0 ­2.0 0.0 2.0 4.0 YTD 1 year 3 years 5 years 10 years 6.0 8.0 PGIM Total Return Bond R6 BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus Bond ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: BBgBarc US Agg Bond TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years ­3.0 ­2.0 ­1.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 3.1 ­1.4 2.7 6.2 4.3 4.8 1.8 ­1.6 ­0.3 5.3 3.0 3.4 2.0 ­0.6 2.9 5.7 3.7 3.8 PGIM Total Return Bond R6 BBgBarc US Agg Bond TR USD US Fund Intermediate Core­Plus Bond ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Std Dev 0.0 1.0 2.0 3.0 4.0 5.0 6.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 ReturnPGIM Total Return Bond R6 ­ Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: BBgBarc US Agg Bond TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Informa�on Ra�o (geo) Tracking Error 4.31 5.10 2.70 0.78 1.28 65.67 0.40 3.11 3.03 3.25 0.00 0.00 1.00 100.00 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­2,000M ­1,000M 0M 1,000M 2,000M PGIM Total Return Bond R6 Source: Morningstar Direct, as of June 30, 2021. Informa�on provided herein was obtained from thir d­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. PIMCO High Yield Instl PHIYX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund High Yield Bond ÙÙÙÙ 12/15/1992 0.57 11,053.22 3/31/2021 Mul�ple PIMCO High Yield Instl ­Fixed­Inc Sectors (Morningstar) Por�olio Date: 3/31/2021 % Government 0.6 Bank Loan 4.3 Conver�ble 2.3 Corporate Bond 78.7 Non­Agency Residen�al Mortgage­Backed 0.0 Covered Bond 0.0 Asset­Backed 0.0 Cash & Equivalents 7.3 Swap 5.9 Forward/Future 0.8 Total 100.0 Morningstar Style Box ­ PIMCO High Yield Instl Por�olio Date: 3/31/2021 Morningstar Fixed Income Style Box™ Not Available Fixed­Income Stats Average Eff Dura�on 3.7 Average Eff Maturity 5.6 Average Coupon 5.4 Average Price 104.8 YTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le PIMCO High Yield Instl ICE BofA BB­B US HY Constnd TR USD US Fund High Yield Bond 2.54 12.44 6.89 6.59 5.99 2.88 13.44 7.39 6.99 6.43 3.61 14.48 6.02 6.07 5.29 4 4 2 2 2 3 3 1 1 1 2 3 3 3 3 Rolling Returns Time Period: 7/1/2016 to 6/30/2021 Rolling Window: 3 Years 3 Months shi� Calcula�on Benchmark: ICE BofA BB­B US HY Constnd TR USD 07 08 09 10 11 12 2020 01 02 03 04 05 06 07 08 09 10 11 12 2021 01 02 03 04 05 06 ­2.5 0.0 2.5 5.0 7.5 PIMCO High Yield Instl ICE BofA BB­B US HY Constnd TR USD US Fund High Yield BondReturnPerformance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ High Yield Bond Calcula�on Benchmark: ICE BofA BB­B US HY Constnd TR USD 0.0 2.5 5.0 7.5 10.0 YTD 1 year 3 years 5 years 10 years 12.5 15.0 17.5 20.0 22.5 PIMCO High Yield Instl ICE BofA BB­B US HY Constnd TR USD US Fund High Yield Bond ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: ICE BofA BB­B US HY Constnd TR USD Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 2.5 2.5 12.4 6.9 6.6 6.0 2.6 2.9 13.4 7.4 7.0 6.4 2.5 3.6 14.5 6.0 6.1 5.3 PIMCO High Yield Instl ICE BofA BB­B US HY Constnd TR USD US Fund High Yield Bond ReturnRisk­Reward Time Period: 7/1/2016 to 6/30/2021 Std Dev 0.0 2.0 4.0 6.0 8.0 10.0 12.0 0.0 2.0 4.0 6.0 8.0 10.0 ReturnPIMCO High Yield Instl ­Risk Time Period: 7/1/2016 to 6/30/2021 Calcula�on Benchmark: ICE BofA BB­B US HY Constnd TR USD Inv Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Informa�on Ra�o (geo) Tracking Error 6.59 6.66 0.52 ­0.07 0.94 99.20 ­0.53 0.72 6.99 7.04 0.00 0.00 1.00 100.00 0.00 Monthly Es�mated Fund­Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­2,000M ­1,000M 0M 1,000M 2,000M PIMCO High Yield Instl Source: Morningstar Direct, as of June 30, 2021. Informa�on provided herein was obtained from thir d­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. BlackRock Event Driven Equity Instl BILPX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Event Driven ÙÙÙÙ 12/19/2007 1.36 8,023.76 5/31/2021 Mark McKenna Correla�on Matrix Time Period: 1/1/2008 to 6/30/2021 1 2 3 1.00 0.03 1.00 0.79 0.03 1.00 1 BlackRock Event Driven Equity Instl 2 BBgBarc US Agg Bond TR USD 3 S&P 500 TR (1989) 1.00 to 0.80 0.80 to 0.60 0.60 to 0.40 0.40 to 0.20 0.20 to 0.00 0.00 to ­0.20 ­0.20 to ­0.40 ­0.40 to ­0.60 ­0.60 to ­0.80 ­0.80 to ­1.00 Return Distribu�on - BlackRock Event Driven Equity Instl Time Period: Since Incep�on to 6/30/2021 ­15.0 ­11.0 ­7.0 ­3.0 1.0 5.0 9.0 13.0 15.0 0.0 10.0 20.0 30.0 40.0 50.0 60.0 BlackRock Event Driven Equity Instl US Fund Event DrivenNumber of PeriodsYTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le BlackRock Event Driven Equity Instl US Fund Event Driven 2.60 8.62 6.38 6.23 7.52 4.62 13.82 6.18 5.46 4.03 3 2 2 1 1 2 2 2 2 2 Drawdown Time Period: 7/1/2016 to 6/30/2021 2016 2017 2018 2019 2020 2021 ­10.0 ­8.0 ­6.0 ­4.0 ­2.0 0.0 BlackRock Event Driven Equity Instl US Fund Event Driven Performance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Event Driven 0.0 5.0 10.0 15.0 20.0 YTD 1 year 3 years 5 years 10 years 25.0 30.0 35.0 BlackRock Event Driven Equity Instl US Fund Event Driven ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: US Fund Event Driven Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 1.9 2.6 8.6 6.4 6.2 7.5 1.9 4.6 13.8 6.2 5.5 4.0 BlackRock Event Driven Equity Instl US Fund Event Driven ReturnRisk-Reward Time Period: 7/1/2018 to 6/30/2021 Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 18.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 BlackRock Event Driven Equity Instl US Fund Event DrivenReturn BlackRock Event Driven Equity Instl - Risk Time Period: Since Incep�on to 6/30/2021 Calcula�on Benchmark: US Fund Event Driven Inv Bmk1 +/­ Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 5.71 3.42 13.05 6.04 5.87 0.00 0.38 1.85 69.60 0.39 8.78 0.00 1.00 100.00 0.48 0.00 2.29 7.18 6.04 0.38 0.85 ­30.40 ­0.09 8.78 Monthly Es�mated Fund-Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­200M 0M 200M 400M 600M BlackRock Event Driven Equity Instl Es�mated Fund­ L e v e l M o n t h l y R e t u r n Source: Morningstar Direct, as of June 30, 2021, Informa�on provided herein was obtained from thir d­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. Western Asset Macro Opportuni�es IS LAOSX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Nontradi�onal Bond ÙÙÙÙÙ 8/30/2013 1.22 1,724.25 5/31/2021 Mul�ple Correla�on Matrix Time Period: 9/1/2013 to 6/30/2021 1 2 3 1.00 0.33 1.00 0.60 ­0.02 1.00 1 Western Asset Macro Opportuni�es IS 2 BBgBarc US Agg Bond TR USD 3 S&P 500 TR (1989) 1.00 to 0.80 0.80 to 0.60 0.60 to 0.40 0.40 to 0.20 0.20 to 0.00 0.00 to ­0.20 ­0.20 to ­0.40 ­0.40 to ­0.60 ­0.60 to ­0.80 ­0.80 to ­1.00 Return Distribu�on - Western Asset Macro Opportuni�es IS Time Period: Since Incep�on to 6/30/2021 ­12.0 ­10.0 ­8.0 ­6.0 ­4.0 ­2.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 0.0 10.0 20.0 30.0 40.0 50.0 60.0 Western Asset Macro Opportuni�es IS US Fund Nontradi�onal BondNumber of PeriodsYTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le Western Asset Macro Opportuni�es IS US Fund Nontradi�onal Bond ­1.51 8.70 7.46 6.29 1.81 7.94 3.63 3.53 2.43 4 2 1 1 2 2 3 3 3 Drawdown Time Period: 7/1/2016 to 6/30/2021 2016 2017 2018 2019 2020 2021 ­15.0 ­12.5 ­10.0 ­7.5 ­5.0 ­2.5 0.0 Western Asset Macro Opportuni�es IS US Fund Nontradi�onal Bond Performance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Nontradi�onal Bond ­2.5 0.0 2.5 5.0 7.5 YTD 1 year 3 years 5 years 10 years 10.0 12.5 15.0 17.5 Western Asset Macro Opportuni�es IS US Fund Nontradi�onal Bond ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: US Fund Nontradi�onal Bond Quarter YTD 1 Year 3 Years 5 Years 10 Years ­4.0 ­2.0 0.0 2.0 4.0 6.0 8.0 10.0 7.7 ­1.5 8.7 7.5 6.3 1.4 1.8 7.9 3.6 3.5 2.4 Western Asset Macro Opportuni�es IS US Fund Nontradi�onal Bond ReturnRisk-Reward Time Period: 7/1/2018 to 6/30/2021 Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 ­3.0 ­1.0 1.0 3.0 5.0 7.0 9.0 11.0 Western Asset Macro Opportuni�es IS US Fund Nontradi�onal BondReturn Western Asset Macro Opportuni�es IS - Risk Time Period: Since Incep�on to 6/30/2021 Calcula�on Benchmark: US Fund Nontradi�onal Bond Inv Bmk1 +/­ Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 2.57 3.55 0.00 0.00 1.00 100.00 0.51 0.00 6.66 8.40 3.56 2.50 1.93 66.96 0.70 5.87 4.10 4.85 3.56 2.50 0.93 ­33.04 0.19 5.87 Monthly Es�mated Fund-Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­200M ­100M 0M 100M Western Asset Macro Opportuni�es IS Es�mated Fund­ L e v e l M o n t h l y R e t u r n Source: Morningstar Direct, as of June 30, 2021, Informa�on provided herein was obtained from thir d­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. BlackRock Strategic Income Opps K BSIKX Key Informa�on Morningstar Category Morningstar Ra�ng Overall Incep�on Date Expense Ra�o Fund Size (Mil) Por�olio Date Manager Name US Fund Nontradi�onal Bond ÙÙÙÙ 3/28/2016 0.67 41,450.50 3/31/2021 Mul�ple Correla�on Matrix Time Period: 4/1/2016 to 6/30/2021 1 2 3 1.00 0.30 1.00 0.70 0.01 1.00 1 BlackRock Strategic Income Opps K 2 BBgBarc US Agg Bond TR USD 3 S&P 500 TR (1989) 1.00 to 0.80 0.80 to 0.60 0.60 to 0.40 0.40 to 0.20 0.20 to 0.00 0.00 to ­0.20 ­0.20 to ­0.40 ­0.40 to ­0.60 ­0.60 to ­0.80 ­0.80 to ­1.00 Return Distribu�on - BlackRock Strategic Income Opps K Time Period: Since Incep�on to 6/30/2021 ­8.0 ­6.0 ­4.0 ­2.0 0.0 2.0 4.0 6.0 8.0 0.0 4.0 8.0 12.0 16.0 20.0 24.0 28.0 32.0 36.0 40.0 BlackRock Strategic Income Opps K US Fund Nontradi�onal BondNumber of PeriodsYTD Peer group quar�le 1 year Peer group quar�le 3 years Peer group quar�le 5 years Peer group quar�le 10 years Peer group quar�le BlackRock Strategic Income Opps K US Fund Nontradi�onal Bond 1.30 8.45 5.42 4.73 1.81 7.94 3.63 3.53 2.43 3 2 1 2 2 2 3 3 3 Drawdown Time Period: 7/1/2016 to 6/30/2021 2016 2017 2018 2019 2020 2021 ­8.0 ­6.0 ­4.0 ­2.0 0.0 BlackRock Strategic Income Opps K US Fund Nontradi�onal Bond Performance Rela�ve to Peer Group Peer Group (5­95%): Funds ­ U.S. ­ Nontradi�onal Bond ­2.5 0.0 2.5 5.0 7.5 YTD 1 year 3 years 5 years 10 years 10.0 12.5 15.0 17.5 BlackRock Strategic Income Opps K US Fund Nontradi�onal Bond ReturnReturns As of Date: 6/30/2021 Calcula�on Benchmark: US Fund Nontradi�onal Bond Quarter YTD 1 Year 3 Years 5 Years 10 Years 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 1.1 1.3 8.4 5.4 4.7 1.4 1.8 7.9 3.6 3.5 2.4 BlackRock Strategic Income Opps K US Fund Nontradi�onal Bond ReturnRisk-Reward Time Period: 7/1/2018 to 6/30/2021 Std Dev 0.0 3.0 6.0 9.0 12.0 15.0 ­3.0 ­1.0 1.0 3.0 5.0 7.0 9.0 BlackRock Strategic Income Opps K US Fund Nontradi�onal BondReturn BlackRock Strategic Income Opps K - Risk Time Period: Since Incep�on to 6/30/2021 Calcula�on Benchmark: US Fund Nontradi�onal Bond Inv Bmk1 +/­ Bmk1 Return Std Dev Downside Devia�on Alpha Beta R2 Sharpe Ra�o (arith) Tracking Error 4.75 3.92 0.61 1.20 0.93 91.52 0.93 1.19 3.71 4.05 0.00 0.00 1.00 100.00 0.64 0.00 1.05 ­0.12 0.61 1.20 ­0.07 ­8.48 0.29 1.19 Monthly Es�mated Fund-Level Net Flow Time Period: 7/1/2016 to 6/30/2021 2017 2019 2021 ­4,000M ­2,000M 0M 2,000M BlackRock Strategic Income Opps K Es�mated Fund­ L e v e l M o n t h l y R e t u r n Source: Morningstar Direct, as of June 30, 2021, Informa�on provided herein was obtained from thir d­party sources deemed reliable. HighMark and its affiliates make no representa�ons or warran�es with respect to the �meliness, accuracy, or completeness of the informa�on and bear no liability for any loss arising from its use. RECOMMENDATION(S): RECEIVE notice of adjustment in compensation paid to members of the Board of Supervisors, showing the 4.3 percent salary increase for Board members effective July 1, 2021, as required by Ordinance 2019-11. FISCAL IMPACT: Receipt of the notice has no fiscal impact. BACKGROUND: On April 16, 2019, the Board of Supervisors adopted Ordinance No. 2019-11, linking the base salary for members of the Board of Supervisors to the salary of Superior Court Judges. The ordinance provides that from and after January 1, 2021, Supervisors receive 65% of judges’ salary. This includes the increases, at the same time and in the same percentage, that the judges receive, so that a base salary of 65% of Contra Costa County Superior Court judges’ salary is maintained. Ordinance No. 2019-11 requires that for all adjustments to base salary occurring after January 1, 2021, a “notice of adjustment in compensation paid to members of the board of supervisors” shall appear on the agenda of a regular meeting of the board of supervisors at least ten (10) days prior to the date such adjustment is implemented. Each such adjustment will have the same effective date as the corresponding salary adjustment for the Contra Costa County Superior Court judges. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Laura Strobel (925) 655-2058 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.142 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:Notice of Adjustment in Compensation Paid to Members of the Board of Supervisors BACKGROUND: (CONT'D) On August 12, 2021, the County received notice that Superior Court judges’ salary will be increased to $223,829, effective July 1, 2021. This is a 4.3% increase to judicial salaries. The purpose of this Board Order is to provide notice, pursuant to Ordinance 2019-11, that the salaries for members of the Board of Supervisors also are increased by 4.3% to maintain a base salary of 65% of Superior Court Judges’ salary. The monthly salary amount for Board members increases from $11,624.22 to $12,124.07. This salary increase will be implemented on or after September 17, 2021, with an effective date of July 1, 2021. CONSEQUENCE OF NEGATIVE ACTION: The County will not be in compliance with Ordinance 2019-11. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute on behalf of the County Memorandum of Understanding Agreement #28-887-1 with Contra Costa Mosquito and Vector Control District, a nonfinancial agreement, to share Protected Health Information (PHI) on human cases of Vector-Borne Diseases, for the period from November 1, 2021 through October 31, 2026. FISCAL IMPACT: This is a nonfinancial agreement. BACKGROUND: The California Health and Safety Code Section 120175 authorizes the County’s Health Officer to take measures as may be necessary to prevent the spread of infectious or communicable diseases or the occurrence of additional cases. Approval of this agreement will allow the County to share PHI with Contra Costa Mosquito and Vector Control District to protect the community from diseases spread by mosquitoes. Optimal mosquito trapping and testing will require the sharing of PHI with Contra Costa Mosquito and Vector Control District. On November 8, 2016, the Board of Supervisors approved Memorandum of Understanding Agreement #28-887 with Contra Costa Mosquito and APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Daniel Peddycord, 925-313-6712 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Marcy Wilhelm C.143 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Approval of Agreement #28-887-1 with Contra Costa Mosquito and Vector Control District BACKGROUND: (CONT'D) Vector Control District to allow the County to share protected health information with the Contra Costa Vector Control District, for the period November 1, 2016 though October 31, 2021. Approval of Memorandum of Understanding #28-887-1 will allow the County to continue to share protected health information to protect the community from diseases spread by mosquitoes, through October 31, 2026. CONSEQUENCE OF NEGATIVE ACTION: If this agreement is not approved, the residents of Contra Costa County will not have an additional level of protection from diseases spread by mosquitoes. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee, to execute an agreement with the San Ramon Valley Fire Protection District extending the term of the existing emergency ambulance agreement for Emergency Response Area IV through October 31, 2021. FISCAL IMPACT: No anticipated General Fund impact; this is a nonfinancial agreement. BACKGROUND: Emergency Response Area IV is one of five ambulance operating areas in Contra Costa County. On December 9, 2008, the Board of Supervisors approved an ambulance services contract with the San Ramon Valley Fire Protection District (Contract No. 23-055-19) for the provision of emergency ambulance services in Emergency Response Area IV (San Ramon Valley area). This contract as amended expires August 31, 2021. The County and the Fire District have been negotiating a new long-term emergency ambulance services contract that would authorize the District to continue providing emergency ambulance services in Emergency Response Area IV pursuant to the State EMS Act. The purpose of extending the term of the existing contract with the Fire District through October 31, 2021, is to give the parties more time to continue negotiating a long-term contract. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Randy Sawyer (925)335-3210 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.144 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:San Ramon Valley Fire Protection District Extension Agreement BACKGROUND: (CONT'D) CONSEQUENCE OF NEGATIVE ACTION: If not approved, the current contract would expire. RECOMMENDATION(S): ACCEPT the Treasurer's Quarterly Investment Report as of June 30, 2021, as recommended by the County Treasurer-Tax Collector. FISCAL IMPACT: None. BACKGROUND: Government Code Section 53646 requires the County Treasurer to prepare quarterly reports to the Board of Supervisors describing County investments including type, par value, cost, and market value. Attached please find the report covering the period April 1, 2021 through June 30, 2021. As of June 30, 2021, the par value, cost, and market value of Contra Costa County Investment Pool were $4,466,158,060.26, $4,463,290,554.24, and $4,470,029,326.85 respectively. The weighted yield to maturity was 0.35% and the weighted average days to maturity were 300 days. As of June 30, 2021, the Treasurer’s investment portfolio was in compliance with Government Code 53600 et. seq. and with the Treasurer’s current investment policy. Historical activities combined with future cash flow projections indicate that the County should be APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Ronda Boler, (925) 957-2806 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.145 To:Board of Supervisors From:Russell Watts, Treasurer-Tax Collector Date:September 7, 2021 Contra Costa County Subject:ADOPTION OF THE QUARTERLY INVESTMENT REPORT AS OF 06/30/21 BACKGROUND: (CONT'D) able to meet its cash flow needs for the next six months. ATTACHMENTS Q2_2021 TOC Report_Final CONTRA COSTA COUNTY TREASURER’S QUARTERLY INVESTMENT REPORT AS OF JUNE 30, 2021 TABLE OF CONTENTS Page I. Executive Summary 1 II.Contra Costa County Investment Pool Summary 2 III.Appendix A. Investment Portfolio Detail—Managed by Treasurer’s Office 1.Portfolio Statement 6 2. Market Valuation Sources 22 B. Investment Portfolio Detail – Managed by Outside Contracted Parties 1.PFM 23 2.State of California Local Agency Investment Fund 34 3.Wells Capital Management 35 4.CAMP 58 5.CalTRUST Liquidity* 6.US Bank 60 7.Other a.East Bay Regional Communications System Authority (EBRCS)64 *No Treasury Pool assets were invested in the CalTRUST Liquidity fund during the quarter. EXECUTIVE SUMMARY •The Treasurer's investment portfolio is in compliance with Government Code 53600 et. seq.. •The Treasurer's investment portfolio is in compliance with the Treasurer's current investment policy. •The Treasurer’s investment portfolio has no securities lending, reverse repurchase agreements or derivatives. •As of 6/30/21, the fair value of the Treasurer’s investment portfolio was 100.15% of the cost. Approximately 80 percent of the portfolio or over $3.61 billion will mature in less than a year. Historical activities combined with future cash flow projections indicate that the County should be able to meet its cash flow needs for the next six months. •Treasurer’s Investment Portfolio Characteristics Par $4,466,158,060.26 Cost $4,463,290,554.24 Market Value $4,470,029,326.85 Weighted Yield to Maturity 0.35% W eighted Average Days to Maturity 300 days Weighted Duration 0.80 year Notes: 1.All reporting information is unaudited but due diligence was utilized in its preparation. The information in this report is subject to change without notice. 2.There may be slight differences between the investment pool summary pages and the attached statements and exhibits from time to time. The variances are largely due to the timing difference in recording and/or posting transactions, interests, security values, etc. 3.All securities and amounts reported are denominated in U.S. Dollars. Page 1 PERCENT OF TYPE PAR VALUE COST FAIR VALUE TOTAL COST A. Investments Managed by Treasurer's Office 1. U.S. Treasuries (STRIPS, Bills, Notes)$101,680,000.00 $101,590,320.63 $101,672,898.20 2.28% 2. U.S. Agencies Federal Home Loan Banks 121,230,000.00 121,183,186.86 121,624,363.70 2.72% Federal National Mortgage Association 156,000,000.00 155,598,353.00 157,030,810.00 3.49% Federal Farm Credit Banks 184,356,000.00 184,238,708.52 184,849,487.12 4.13% Federal Home Loan Mortgage Corporation 130,331,000.00 130,266,223.88 129,724,394.55 2.92% Subtotal 591,917,000.00 591,286,472.26 593,229,055.37 13.25% 3. Supranationals - International Government 128,000,000.00 127,657,965.89 127,215,750.00 2.86% 4. Money Market Instruments Commercial Paper 1,475,000,000.00 1,474,440,409.25 1,474,710,833.32 33.03% Negotiable Certificates of Deposit 1,123,827,000.00 1,123,827,000.00 1,123,939,474.94 25.18% Time Deposit 3,404.12 3,404.12 3,404.12 0.00% Subtotal 2,598,830,404.12 2,598,270,813.37 2,598,653,712.38 58.21% 5. Corporate Notes 204,483,000.00 202,745,565.92 207,230,993.90 4.54% TOTAL (Section A.)1 3,624,910,404.12 3,621,551,138.07 3,628,002,409.85 81.14% B. Investments Managed by Outside Contractors 1. PFM 77,717,071.98 77,847,654.93 78,155,380.89 1.74% 2. Local Agency Investment Fund (LAIF)284,222,916.18 284,222,916.18 284,246,498.16 2 6.37% 3. Wells Capital Management 43,925,659.36 44,286,836.44 44,243,029.33 3 0.99% 4. CAMP 340,661,691.77 340,661,691.77 340,661,691.77 7.63% 5. CalTRUST (Liquidity Fund)- - - 0.00% 6. US Bank (Federated Tax Free Cash Fund)4,117,847.87 4,117,847.87 4,117,847.87 0.09% 7. Other a. EBRCS Bond 1,247,771.14 1,247,771.14 1,247,771.14 0.03% TOTAL (Section B.)751,892,958.30 752,384,718.33 752,672,219.16 16.86% C. Cash 89,354,697.84 89,354,697.84 89,354,697.84 2.00% 4GRAND TOTAL (FOR A , B, & C)$4,466,158,060.26 $4,463,290,554.24 $4,470,029,326.85 100.00% Notes: 1. Excludes funds managed by PFM retained by Contra Costa School Insurance Group and Community College District 2. Estimated Fair Value 3. Base Market Value plus Accrued Interest 4. Does not include the Futuris Public Entity Trust of the Contra Costa Community College District Retirement Board of Authority CONTRA COSTA COUNTY INVESTMENT POOL As of June 30, 2021 Page 2 CONTRA COSTA COUNTY INVESTMENT POOL - EARNING STATISTICS Fiscal Quarter Year To Date To Date Average Daily Balance ($)3,919,934,453.45 4,548,372,418.39 Net Earnings ($)21,970,631.70 4,165,559.03 Earned Income Yield 0.55%0.36% CONTRA COSTA COUNTY INVESTMENT POOL - PORTFOLIO STATISTICS Investment Par Fair YTM WAM Percentage Type Value Value of ($)($)(%)(days)Portfolio U.S. Treasury 101,680,000.00 101,672,898.20 0.09 76 2.27% Agencies 591,917,000.00 593,229,055.37 0.98 1160 13.27% Commercial Paper 1,475,000,000.00 1,474,710,833.32 0.11 72 32.99% NCD/YCD 1,123,827,000.00 1,123,939,474.94 0.12 78 25.14% Corporate Notes 204,483,000.00 207,230,993.90 1.99 926 4.64% Time Deposit 3,404.12 3,404.12 0.08 1059 0.00% Supranationals 128,000,000.00 127,215,750.00 0.64 1484 2.85% PFM 77,717,071.98 78,155,380.89 0.87 749 1.75% LAIF 284,222,916.18 284,246,498.16 0.26 1 6.36% CAMP 340,661,691.77 340,661,691.77 0.05 0 7.62% CalTRUST (Liquidity)- - - 0 0.00% Wells Cap 43,925,659.36 44,243,029.33 0.18 346 0.99% US Bank (Federated Tax Free)4,117,847.87 4,117,847.87 0.01 0 0.09% Misc.1 1,247,771.14 1,247,771.14 N/A N/A 0.03% Cash 89,354,697.84 89,354,697.84 0.25 2 0 2.00% Total Fund3 4,466,158,060.26 4,470,029,326.85 0.35 300 100.00% 1. East Bay Regional Communications System Authority. 2. Average Earning Allowance for this quarter. 3. Excludes the Futuris Public Entity Trust of the CCCCD Retirment Board of Authority. CONTRA COSTA COUNTY INVESTMENT POOL As of June 30, 2021 Page 3 CONTRA COSTA COUNTY INVESTMENT POOL AT A GLANCE As of June 30, 2021 NOTES TO INVESTMENT PORTFOLIO SUMMARY AND AT A GLANCE AS OF JUNE 30, 2021 1. All report information is unaudited but due diligence was utilized in its preparation. 2. There may be slight differences between the portfolio summary page and the attached exhibits and statements for investments managed by outside contractors or trustees. The variance is due to the timing difference in recording transactions associated with outside contracted parties during interim periods and later transmitted to the appropriate county agency and/or the Treasurer’s Office. In general, the Treasurer’s records reflect booked costs at the beginning of a period. 3. All securities and amounts included in the portfolio are denominated in United States Dollars. 4. The Contra Costa County investment portfolio maintains Standard & Poor's highest credit quality rating of AAAf and lowest volatility of S1+. The portfolio consists of a large portion of short-term investments with credit rating of A-1/P-1 or better. The majority of the long-term investments in the portfolio are rated AA or better. 5. In accordance with Contra Costa County's Investment Policy, the Treasurer's Office has constructed a portfolio that safeguards the principal, meets the liquidity needs and achieves a return. As a result, approximately 80% of the portfolio will mature in less than a year with a weighted average maturity of 300 days. U.S. Treasuries 2.28% U.S.Agencies 13.25% Supranationals 2.86% Money Market 58.21% Corporate Notes 4.54% PFM 1.74%LAIF 6.37% Wells Cap 0.99% CAMP 7.63% CalTRUST 0.00% US Bank 0.09% Other 0.03% Cash 2.00% PORTFOLIO BREAKDOWN BY INVESTMENT 80.91% 3.65%3.35%1.79% 10.30% $0 $500,000,000 $1,000,000,000 $1,500,000,000 $2,000,000,000 $2,500,000,000 $3,000,000,000 $3,500,000,000 $4,000,000,000 1 yr & less 1 to 2 yrs 2 to 3 yrs 3 to 4 yrs 4+ yrs MATURITY DISTRIBUTION AAA 12.20% AA+ 15.37% AA 7.02% AA- 1.52% A+ 0.30%A 0.35%A- 0.09% A-1+ 31.08% A-1 29.55% NR (CASH) 2.00%NR (Misc.) 0.51% BBB+ 0.01% PORTFOLIO CREDIT QUALITY 0.35%0.37% 0.87% 0.30% 0.18% 0.05%0.01% 0.25% 0.00% 0.10% 0.20% 0.30% 0.40% 0.50% 0.60% 0.70% 0.80% 0.90% 1.00% Total Treasurer PFM LAIF Wells Cap CAMP US Bank Cash YIELD TO MATURITY BY PORTFOLIO Total consists of 82% Treasurer, 2% of PFM; 7% LAIF; 1% Wells Cap; and 8% of CAMP appriximately. 0.00% 0.50% 1.00% 1.50% 2.00% 2.50% 3.00% 9/18 12/18 3/19 6/19 9/19 12/19 3/20 6/20 9/20 12/20 3/21 6/21 QUARTERLY WEIGHTED YIELD TO MATURITY YTM County&Agencies 47.10% School Dist. 35.51% Community College Dist. 9.10% Voluntary Participants 8.28% POOL BALANCE BY PARTICIPANTS Note:More than 54% of the School Dist. funds from the bond proceeds Page 4 Note: All data provided by Bloomberg. MAJOR MARKET AND ECONOMIC DATA AS OF JUNE 30, 2021 0 1 2 3 4 5 6 7 06/01 06/03 06/05 06/07 06/09 06/11 06/13 06/15 06/17 06/19 06/21PercentageTREASURY YIELDS AND FED TARGET RATE US 2-YR TREASURY YIELD US 5-YR TREASURY YIELD FEDERAL FUND TARGET RATE -40 -30 -20 -10 0 10 20 30 40 06/30/2106/30/1806/30/1506/30/1206/30/0906/30/0606/30/0306/30/00Percentage GROSS DOMESTIC PRODUCT GDP QoQ Change -2 -1 0 1 2 3 4 5 6 Jun-21Jun-19Jun-17Jun-15Jun-13Jun-11Jun-09Jun-07Jun-05Jun-03Jun-01Percentage CONSUMER PRICE INDEX CPI YoY Change Core CPI YoY Change 0 2 4 6 8 10 12 14 16 18 20 Jun-02 Jun-04 Jun-06 Jun-08 Jun-10 Jun-12 Jun-14 Jun-16 Jun-18 Jun-20PercentageEMPLOYMENT RELATED RATES Unemployment Rate Underemployment Rate Page 5 SECTION III APPENDIX A. INVESTMENT PORTFOLIO DETAIL - MANAGED BY TREASURER’S OFFICE Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 1 of 16 85812 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 600,000.00 599,922.00 507.92 109.83 10/07/2021 .115134 2,996,521.25 99.987000 IDC-FIS 0.00 10/07/2021 .115134 599,304.25 99.987000 IDC-FIS 0.00 85811 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 3,000,000.00 2,999,610.00 2,539.58 549.17 09/09/2021 .120144 8,489,828.33 99.991000 IDC-FIS 0.00 85778 AUHSD GOV US TBILL 9127964L0 09/15/2020 .120000 8,500,000.00 8,499,235.00 8,188.34 1,218.33 09/09/2021 .120143 799,042.67 99.991000 IDC-FIS 0.00 85779 AUHSD GOV US TBILL 9127964L0 09/15/2020 .120000 800,000.00 799,928.00 770.66 114.67 Inv Type: 11 TREASURY BILLS 10/28/2025 .752348 9,892,677.78 98.810000 IDC-FIS -8,900.00 86254 SUPRA IADB 45818WDH6 06/17/2021 .800000 10,000,000.00 10,012,900.00 3,111.11 21,700.00 06/17/2026 .817998 9,991,200.00 100.129000 IDC-FIS 0.00 86079 SUPRA IADB 45818WCZ7 02/24/2021 .650000 10,000,000.00 9,966,100.00 22,930.56 0.00 02/05/2026 .504549 14,959,650.00 97.569000 IDC-FIS -324,300.00 02/20/2026 .650000 10,000,000.00 99.661000 IDC-FIS -33,900.00 03/04/2026 .914003 9,944,620.00 100.063000 IDC-FIS 0.00 86101 SUPRA IADB 45818WDA1 03/11/2021 .800000 10,000,000.00 10,006,300.00 24,444.44 61,680.00 11/24/2023 .286596 9,989,136.67 99.670000 IDC-FIS -22,136.67 85940 SUPRA IBRD 459058JM6 11/30/2020 .250000 10,000,000.00 9,967,000.00 2,569.44 0.00 86017 SUPRA IFC 45950VPJ9 01/15/2021 .580000 10,000,000.00 9,827,600.00 26,744.44 0.00 86039 SUPRA IFC 45950VPL4 02/05/2021 .450000 15,000,000.00 14,635,350.00 27,375.00 0.00 01/15/2026 .580000 10,000,000.00 98.276000 IDC-FIS -172,400.00 86171 SUPRA IBRD 459058JV6 04/20/2021 .125000 20,000,000.00 19,952,600.00 4,930.56 0.00 86228 SUPRA IBRD 459058JL8 05/18/2021 .500000 10,000,000.00 9,881,000.00 8,750.00 0.00 04/20/2026 .892899 9,993,244.44 100.036000 IDC-FIS 0.00 86225 SUPRA IFC 45950VPX8 05/14/2021 .860000 13,000,000.00 12,959,700.00 14,596.11 0.00 05/14/2026 .899992 12,974,637.00 99.690000 IDC-FIS -14,937.00 86172 SUPRA IADB 4581X0DV7 04/20/2021 .875000 10,000,000.00 10,003,600.00 17,256.94 49,400.00 04/20/2023 .228796 19,958,600.00 99.763000 IDC-FIS -6,000.00 86188 SUPRA IADB 4581X0DV7 04/28/2021 .875000 10,000,000.00 10,003,600.00 17,256.94 12,300.00 04/20/2026 .969059 9,954,200.00 100.036000 IDC-FIS 0.00 .644130 127,657,965.89 99.387305 -582,573.67 Subtotal .576001 128,000,000.00 127,215,750.00 169,965.54 145,080.00 Inv Type: 1 SUPRANATIONALS Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 6 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 2 of 16 85826 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 2,000,000.00 1,999,740.00 1,693.06 366.11 10/07/2021 .115133 19,976,808.35 99.987000 IDC-FIS 0.00 10/07/2021 .115134 1,997,680.83 99.987000 IDC-FIS 0.00 10/07/2021 .115135 199,768.08 99.987000 IDC-FIS 0.00 85827 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 200,000.00 199,974.00 169.31 36.61 10/07/2021 .115135 249,710.10 99.987000 IDC-FIS 0.00 85823 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 250,000.00 249,967.50 211.63 45.77 85824 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 2,400,000.00 2,399,688.00 2,031.67 439.33 85825 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 20,000,000.00 19,997,400.00 16,930.54 3,661.11 10/07/2021 .115134 2,397,217.00 99.987000 IDC-FIS 0.00 85828 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 300,000.00 299,961.00 253.96 54.92 85831 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 350,000.00 349,954.50 296.28 64.07 85829 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 200,000.00 199,974.00 169.31 36.61 10/07/2021 .115135 299,652.12 99.987000 IDC-FIS 0.00 10/07/2021 .115135 199,768.08 99.987000 IDC-FIS 0.00 10/07/2021 .115134 799,072.33 99.987000 IDC-FIS 0.00 85830 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 800,000.00 799,896.00 677.22 146.45 10/07/2021 .115134 1,298,492.54 99.987000 IDC-FIS 0.00 85815 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 1,300,000.00 1,299,831.00 1,100.49 237.97 85816 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 1,000,000.00 999,870.00 846.53 183.05 85817 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 900,000.00 899,883.00 761.88 164.75 10/07/2021 .115133 998,840.42 99.987000 IDC-FIS 0.00 85813 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 400,000.00 399,948.00 338.61 73.22 10/07/2021 .115133 4,994,202.09 99.987000 IDC-FIS 0.00 10/07/2021 .115133 399,536.17 99.987000 IDC-FIS 0.00 10/07/2021 .115135 249,710.10 99.987000 IDC-FIS 0.00 85814 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 250,000.00 249,967.50 211.63 45.77 10/07/2021 .115135 199,768.08 99.987000 IDC-FIS 0.00 85820 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 200,000.00 199,974.00 169.31 36.61 85821 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 350,000.00 349,954.50 296.28 64.07 85822 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 5,000,000.00 4,999,350.00 4,232.63 915.28 10/07/2021 .115132 349,594.15 99.987000 IDC-FIS 0.00 85818 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 200,000.00 199,974.00 169.31 36.61 10/07/2021 .115134 898,956.37 99.987000 IDC-FIS 0.00 10/07/2021 .115135 199,768.08 99.987000 IDC-FIS 0.00 10/07/2021 .115133 1,698,028.71 99.987000 IDC-FIS 0.00 85819 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 1,700,000.00 1,699,779.00 1,439.10 311.19 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 7 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 3 of 16 08/31/2022 1.670000 169,636.30 101.750000 IDC-FIS 0.00 83893 WT GOV US TREASURY 9128282S8 09/11/2017 1.625000 170,000.00 172,975.00 923.34 3,338.70 Subtotal 1.625000 170,000.00 172,975.00 923.34 3,338.70 Inv Type: 12 TREASURY NOTES 85842 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 500,000.00 499,935.00 423.26 91.53 10/07/2021 .115133 499,420.21 99.987000 IDC-FIS 0.00 10/07/2021 .115135 199,768.08 99.987000 IDC-FIS 0.00 10/07/2021 .115133 8,490,143.56 99.987000 IDC-FIS 0.00 85841 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 200,000.00 199,974.00 169.31 36.61 85861 PW GOV US TBILL DIS 9127964V8 10/27/2020 .110000 1,610,000.00 1,609,790.70 1,215.10 272.81 86179 CLT GOV US TREASURY 912796G60 04/26/2021 .030000 250,000.00 249,965.00 13.75 0.00 10/21/2021 .030002 249,962.92 99.986000 IDC-FIS -11.67 07/15/2021 .010000 24,999,326.39 99.998000 IDC-FIS -402.78 10/07/2021 .110116 1,608,302.79 99.987000 IDC-FIS 0.00 86159 CCCSD GOV US TREASU 9127963S6 04/09/2021 .010000 25,000,000.00 24,999,500.00 576.39 0.00 85840 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 8,500,000.00 8,498,895.00 7,195.47 1,555.97 85834 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 5,500,000.00 5,499,285.00 4,655.90 1,006.81 10/07/2021 .115133 499,420.21 99.987000 IDC-FIS 0.00 85835 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 200,000.00 199,974.00 169.31 36.61 10/07/2021 .115134 5,493,622.29 99.987000 IDC-FIS 0.00 85832 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 5,000,000.00 4,999,350.00 4,232.64 915.28 10/07/2021 .115132 349,594.15 99.987000 IDC-FIS 0.00 85833 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 500,000.00 499,935.00 423.26 91.53 10/07/2021 .115134 4,994,202.08 99.987000 IDC-FIS 0.00 10/07/2021 .115135 199,768.08 99.987000 IDC-FIS 0.00 85838 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 1,000,000.00 999,870.00 846.53 183.05 10/07/2021 .115135 149,826.06 99.987000 IDC-FIS 0.00 10/07/2021 .115133 998,840.42 99.987000 IDC-FIS 0.00 10/07/2021 .115135 299,652.12 99.987000 IDC-FIS 0.00 85839 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 300,000.00 299,961.00 253.96 54.92 10/07/2021 .115134 2,097,564.87 99.987000 IDC-FIS 0.00 85836 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 2,100,000.00 2,099,727.00 1,777.71 384.42 85837 PW GOV US TBILL DIS 9127964V8 10/09/2020 .115000 150,000.00 149,980.50 126.98 27.46 Subtotal .089288 101,510,000.00 101,499,923.20 66,084.82 13,568.50 .089388 101,420,684.33 99.990073 -414.45 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 8 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 4 of 16 86065 GOV FHLB CALLABLE N 3130AKXB7 02/11/2021 .580000 10,000,000.00 9,878,700.00 22,555.56 0.00 03/16/2022 .557818 4,006,265.90 100.418000 IDC-FIS 0.00 02/11/2026 .580000 10,000,000.00 98.787000 IDC-FIS -121,300.00 04/15/2026 1.000000 10,000,000.00 100.036000 IDC-FIS 0.00 86165 GOV FHLB CALLABLE N 3130ALW91 04/15/2021 1.000000 10,000,000.00 10,003,600.00 21,111.11 3,600.00 08/17/2021 1.513388 1,990,316.00 100.149000 IDC-FIS 0.00 85253 RM GOV FHLB NOTES 3135G0N82 10/03/2019 1.250000 2,000,000.00 2,002,980.00 9,305.56 12,664.00 85255 RM GOV FHLB NOTES 3130AH6Q1 10/03/2019 1.560000 2,000,000.00 2,028,200.00 15,166.68 24,038.00 85541 RM GOV FHLB NOTES 3130AJEK1 03/17/2020 .700000 3,995,000.00 4,011,699.10 8,156.46 5,433.20 07/06/2022 1.483037 2,004,162.00 101.410000 IDC-FIS 0.00 86175 GOV FHLB CALLABLE N 3130ALX25 04/22/2021 1.000000 10,000,000.00 10,007,900.00 19,166.67 7,900.00 86176 GOV FHLB CALLABLE N 3130ALXV1 04/22/2021 1.100000 10,000,000.00 10,002,700.00 21,083.33 2,700.00 04/22/2026 1.000000 10,000,000.00 100.079000 IDC-FIS 0.00 04/22/2026 1.100000 10,000,000.00 100.027000 IDC-FIS 0.00 86191 GOV FHLB CALLABLE N 3130AM4P4 04/29/2021 .750000 10,000,000.00 9,987,700.00 12,916.67 0.00 04/20/2022 2.906513 163,957.86 102.090000 IDC-FIS 0.00 84420 WT GOV FHLB NOTE 3130AE3Q1 05/21/2018 2.735000 165,000.00 168,448.50 890.01 4,490.64 05/16/2022 2.675015 2,497,682.50 102.189000 IDC-FIS 0.00 84459 RM GOV FHLB NOTE 3130AEEQ9 06/01/2018 2.650000 2,500,000.00 2,554,725.00 8,281.25 57,042.50 12/10/2021 2.100994 4,461,124.50 100.802000 IDC-FIS 0.00 83629 WT GOV FHLB NOTES 3130AABG2 03/08/2017 1.875000 170,000.00 171,263.10 283.33 2,599.30 06/10/2022 1.617030 2,961,046.44 101.912000 IDC-FIS 0.00 84066 RM GOV FHLB NOTES 3130AAB49 12/08/2017 1.875000 4,500,000.00 4,536,090.00 4,921.88 74,965.50 11/29/2021 2.050128 168,663.80 100.743000 IDC-FIS 0.00 85182 RM GOV FHLB NOTES 313379Q69 08/06/2019 2.125000 980,000.00 998,737.60 1,214.79 4,961.74 12/09/2022 2.619519 1,991,172.00 103.322000 IDC-FIS 0.00 85183 RM GOV FHLB NOTES 313379Q69 08/06/2019 2.125000 2,920,000.00 2,975,830.40 3,619.59 14,783.96 06/10/2022 1.617030 993,775.86 101.912000 IDC-FIS 0.00 84835 RM GOV FHLB NOTES 3130A3KM5 01/16/2019 2.500000 2,000,000.00 2,066,440.00 3,055.56 75,268.00 06/10/2022 2.832511 4,984,325.00 102.480000 IDC-FIS 0.00 84489 RM FHLB NOTE 3130AEBM1 06/08/2018 2.750000 5,000,000.00 5,124,000.00 8,020.66 139,675.00 09/06/2022 2.965325 4,960,695.00 103.061000 IDC-FIS 0.00 84713 RM GOV FHLB NOTES 3130AEV80 11/27/2018 2.750000 5,000,000.00 5,153,050.00 43,923.61 192,355.00 Inv Type: 22 FEDERAL HOME LOAN BANKS 1.670000 169,636.30 101.750000 0.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 9 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 5 of 16 84909 RM GOV FNMA NOTES 3135G0T94 03/08/2019 2.375000 5,000,000.00 5,168,550.00 53,437.50 186,065.00 01/19/2023 2.470220 4,982,485.00 103.371000 IDC-FIS 0.00 06/30/2025 .650000 20,000,000.00 99.596000 IDC-FIS -80,800.00 01/19/2023 2.543456 5,962,698.00 103.371000 IDC-FIS 0.00 84248 RM GOV FNMA NOTES 3135G0S38 03/07/2018 2.000000 5,000,000.00 5,049,000.00 48,888.89 151,365.00 01/05/2022 2.564557 4,897,635.00 100.980000 IDC-FIS 0.00 84892 RM GOV FNMA NOTES 3135G0T94 02/28/2019 2.375000 6,000,000.00 6,202,260.00 64,125.00 239,562.00 04/12/2022 2.310093 4,991,450.00 101.662000 IDC-FIS 0.00 85679 GOV FNMA NOTES 3135G04Z3 06/19/2020 .500000 20,000,000.00 19,882,200.00 3,888.93 0.00 06/17/2025 .542067 19,958,600.00 99.411000 IDC-FIS -76,400.00 85693 GOV FNMA CALLABLE 3136G4XK4 06/30/2020 .650000 20,000,000.00 19,919,200.00 361.11 0.00 10/15/2024 1.660850 9,982,900.00 103.590000 IDC-FIS 0.00 85280 GOV FNMA NOTES 3135G0W66 10/18/2019 1.625000 20,000,000.00 20,718,000.00 68,611.16 752,200.00 10/15/2024 1.660850 19,965,800.00 103.590000 IDC-FIS 0.00 85281 GOV FNMA NOTES 3135G0W66 10/18/2019 1.625000 10,000,000.00 10,359,000.00 34,305.61 376,100.00 01/05/2022 2.590321 4,892,585.00 100.980000 IDC-FIS 0.00 85033 RM GOV FNMA NOTES 3135G0V59 04/30/2019 2.250000 5,000,000.00 5,083,100.00 24,687.50 91,650.00 08/27/2025 .650000 10,000,000.00 99.466000 IDC-FIS -53,400.00 85756 GOV FNMA NOTE CALLA 3136G4S87 08/27/2020 .650000 10,000,000.00 9,946,600.00 22,388.89 0.00 84217 GOV FNMA NOTES 3135G0S38 03/01/2018 2.000000 5,000,000.00 5,049,000.00 48,888.89 156,415.00 85871 GOV FNMA CALLABLE N 3136G46N8 10/29/2020 .600000 10,000,000.00 9,910,900.00 10,333.33 0.00 85911 GOV FNMA NOTES 3135G06G3 11/12/2020 .500000 10,000,000.00 9,891,300.00 7,499.96 0.00 10/29/2025 .600000 10,000,000.00 99.109000 IDC-FIS -89,100.00 Inv Type: 23 FEDERAL NATIONAL MORTGAGE ASSO 86247 GOV FHLB CALLABLE N 3130AMP22 06/10/2021 1.100000 10,000,000.00 10,000,400.00 6,416.67 400.00 06/10/2026 1.100000 10,000,000.00 100.004000 IDC-FIS 0.00 06/10/2026 1.050000 10,000,000.00 99.665000 IDC-FIS -33,500.00 07/29/2025 .750000 10,000,000.00 99.877000 IDC-FIS -12,300.00 86246 GOV FHLB CALLABLE N 3130AMMY5 06/10/2021 1.050000 10,000,000.00 9,966,500.00 6,125.00 0.00 86276 GOV FHLB CALLABLE N 3130AMYJ5 06/30/2021 1.000000 10,000,000.00 9,991,100.00 277.78 0.00 06/30/2026 1.000000 10,000,000.00 99.943000 IDC-FIS -5,700.00 86279 GOV FHLB CALLABLE 3130AN2Z2 06/30/2021 1.000000 10,000,000.00 9,994,300.00 277.78 0.00 06/30/2026 1.000000 10,000,000.00 99.911000 IDC-FIS -8,900.00 1.248810 121,183,186.86 100.325302 -181,700.00 Subtotal 1.243552 121,230,000.00 121,624,363.70 216,769.95 622,876.84 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 10 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 6 of 16 03/18/2022 .690057 9,987,100.00 100.379000 IDC-FIS 0.00 85543 GOV FFCB NOTES 3133ELTZ7 03/18/2020 .625000 10,000,000.00 10,037,900.00 17,881.94 50,800.00 85648 GOV FFCB NOTES 3133ELA87 05/28/2020 .250000 20,000,000.00 19,998,800.00 5,416.67 39,200.00 85691 GOV FFCB CALLABLE 3133ELQ49 06/30/2020 .700000 20,000,000.00 20,001,200.00 388.89 1,200.00 05/22/2023 .318084 19,959,600.00 99.994000 IDC-FIS 0.00 85422 GOV FFCB NOTES 3133ELDU5 12/13/2019 1.580000 25,000,000.00 25,168,750.00 19,750.00 197,000.00 09/05/2023 1.920504 4,996,986.12 103.927000 IDC-FIS 0.00 12/13/2021 1.637661 24,971,750.00 100.675000 IDC-FIS 0.00 01/21/2022 1.603060 19,998,800.00 100.845000 IDC-FIS 0.00 85453 GOV FFCB NOTES 3133ELHR8 01/21/2020 1.600000 20,000,000.00 20,169,000.00 142,222.22 170,200.00 85874 GOV FFCB CALLABLE N 3133EMFR8 11/03/2020 .540000 10,000,000.00 9,832,100.00 8,700.00 0.00 85783 GOV FFCB CALLABLE N 3133EL7K4 09/16/2020 .550000 10,000,000.00 9,929,900.00 16,041.67 0.00 06/30/2025 .700000 20,000,000.00 100.006000 IDC-FIS 0.00 09/16/2025 .550000 10,000,000.00 99.299000 IDC-FIS -70,100.00 09/16/2025 .554078 9,998,000.00 99.299000 IDC-FIS -68,100.00 85800 GOV CALLABLE FFCB N 3133EL7K4 09/25/2020 .550000 10,000,000.00 9,929,900.00 16,041.67 0.00 01/12/2022 2.455479 3,466,746.50 101.129000 IDC-FIS 0.00 84289 RM GOV FFCB NOTES 3133EJHC6 03/29/2018 2.600000 5,000,000.00 5,090,500.00 36,111.11 92,900.00 85102 RM GOV FFCB NOTES 3133EKPG5 06/14/2019 2.125000 4,956,000.00 5,150,622.12 33,934.84 153,636.00 84191 RM GOV FFCB NOTES 3133EH6X6 02/08/2018 2.200000 3,500,000.00 3,539,515.00 36,147.22 72,768.50 03/21/2022 2.612688 4,997,600.00 101.810000 IDC-FIS 0.00 85078 RM GOV FFCB NOTE 3133EKKT2 05/30/2019 2.250000 2,900,000.00 2,995,990.00 25,918.75 80,617.10 02/08/2023 2.100114 2,915,372.90 103.310000 IDC-FIS 0.00 85077 RM GOV FFCB NOTE 3133EFN29 05/30/2019 1.650000 3,000,000.00 3,033,510.00 14,575.00 70,257.00 03/15/2022 2.103694 2,963,253.00 101.117000 IDC-FIS 0.00 Inv Type: 27 FEDERAL FARM CREDIT BANKS 85989 GOV FNMA CALLABLE N 3135G06K4 12/17/2020 .650000 10,000,000.00 9,938,900.00 2,527.78 0.00 12/07/2023 .320000 10,000,000.00 100.039000 IDC-FIS 0.00 85957 GOV FNMA CALLABLE N 3135GA6J5 12/07/2020 .320000 10,000,000.00 10,003,900.00 2,133.33 3,900.00 12/17/2025 .650000 10,000,000.00 99.389000 IDC-FIS -61,100.00 11/07/2025 .572935 9,964,200.00 98.913000 IDC-FIS -72,900.00 12/30/2025 .640000 10,000,000.00 99.089000 IDC-FIS -91,100.00 86001 GOV FNMA CALLABLE N 3135G06Q1 12/30/2020 .640000 10,000,000.00 9,908,900.00 177.78 0.00 1.106092 155,598,353.00 100.660776 -524,800.00 Subtotal 1.041361 156,000,000.00 157,030,810.00 392,255.66 1,957,257.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 11 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 7 of 16 85805 GOV FHLMC CALLABLE 3134GWUE4 09/30/2020 .500000 10,000,000.00 9,864,800.00 12,638.89 0.00 09/30/2025 .550000 10,000,000.00 98.980000 IDC-FIS -102,000.00 85860 GOV FHLMC CALLABLE 3134GW3Z7 10/28/2020 .600000 10,000,000.00 9,913,100.00 10,500.00 0.00 09/30/2025 .500000 10,000,000.00 98.648000 IDC-FIS -135,200.00 85795 GOV FHLMC CALLABLE 3134GWWT9 09/30/2020 .550000 10,000,000.00 9,898,000.00 13,902.78 0.00 09/01/2023 .320000 10,000,000.00 100.003000 IDC-FIS 0.00 85760 GOV FHLMC CALLABLE 3134GWH33 09/01/2020 .320000 10,000,000.00 10,000,300.00 10,666.67 300.00 09/08/2023 .261009 9,996,700.00 99.901000 IDC-FIS -6,600.00 85769 GOV FHLMC NOTES 3137EAEW5 09/04/2020 .250000 10,000,000.00 9,990,100.00 7,847.20 0.00 85937 GOV FHLMC CALLABLE 3134GXFA7 11/30/2020 .650000 10,000,000.00 9,942,200.00 6,319.42 0.00 11/24/2025 .640000 10,000,000.00 99.325000 IDC-FIS -67,500.00 85866 GOV FHLMC CALLABLE 3134GWVC7 09/29/2020 .500000 10,000,000.00 9,868,400.00 12,777.78 0.00 10/28/2025 .600000 10,000,000.00 99.131000 IDC-FIS -86,900.00 85928 GOV FHLMC CALLABLE 3134GXEJ9 11/24/2020 .640000 10,000,000.00 9,932,500.00 6,577.78 0.00 09/29/2025 .500000 10,000,000.00 98.684000 IDC-FIS -131,600.00 06/26/2023 .347927 19,941,600.00 99.987000 IDC-FIS 0.00 84250 WT GOV FHLMC NOTES 3134GBA69 03/07/2018 2.375000 158,000.00 161,885.22 1,480.15 5,873.97 08/12/2021 1.250127 171,979.30 100.121000 IDC-FIS 0.00 83345 WLT GOV FHLMC NOTES 3137EAEC9 09/28/2016 1.125000 173,000.00 173,209.33 751.47 1,230.03 08/09/2022 2.678470 156,011.25 102.459000 IDC-FIS 0.00 85688 GOV FHLMC NOTES 3137EAES4 06/26/2020 .250000 20,000,000.00 19,997,400.00 694.44 55,800.00 06/24/2024 .500000 20,000,000.00 99.965000 IDC-FIS -7,000.00 85683 GOV FHLMC CALLABLE 3134GVV96 06/24/2020 .500000 20,000,000.00 19,993,000.00 1,944.44 0.00 Inv Type: 29 FHLMC NOTES 11/30/2023 .310000 10,000,000.00 99.846000 IDC-FIS -15,400.00 86128 GOV FFCB CALLABLE N 3133EMUK6 03/25/2021 1.050000 10,000,000.00 10,002,500.00 28,000.00 2,500.00 11/03/2025 .573523 9,983,500.00 98.321000 IDC-FIS -151,400.00 85938 GOV FFCB CALLABLE N 3133EMHL9 11/30/2020 .310000 10,000,000.00 9,984,600.00 2,669.44 0.00 03/25/2026 1.050000 10,000,000.00 100.025000 IDC-FIS 0.00 86278 GOV FFCB CALLABLE 3133EMP22 06/30/2021 .910000 10,000,000.00 9,997,300.00 252.78 0.00 06/30/2026 .910000 10,000,000.00 99.973000 IDC-FIS -2,700.00 86252 GOV FFCB CALLABLE N 3133EMH21 06/15/2021 .900000 10,000,000.00 9,987,400.00 4,000.00 0.00 06/15/2026 .900000 10,000,000.00 99.874000 IDC-FIS -12,600.00 1.043121 184,238,708.52 100.267682 -320,300.00 Subtotal 1.017503 184,356,000.00 184,849,487.12 408,052.20 931,078.60 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 12 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 8 of 16 86150 CP MUFG BANK 62479LUC7 04/08/2021 .110000 30,000,000.00 29,999,083.33 7,700.00 91.66 07/08/2021 .130043 29,990,033.33 99.998056 IDC-FIS 0.00 07/12/2021 .110032 29,991,291.67 99.996944 IDC-FIS 0.00 07/09/2021 .110031 29,991,566.67 99.997778 IDC-FIS 0.00 86151 CP MUFG BANK 62479LU94 04/08/2021 .110000 30,000,000.00 29,999,333.33 7,700.00 66.66 07/06/2021 .130042 29,990,250.00 99.998611 IDC-FIS 0.00 86145 CP CREDIT SUISSE NY 2254EAU68 04/07/2021 .130000 30,000,000.00 29,999,583.33 9,208.33 125.00 86146 CP CREDIT SUISSE NY 2254EAU76 04/07/2021 .130000 30,000,000.00 29,999,500.00 9,208.33 150.00 86147 CP CREDIT SUISSE NY 2254EAU84 04/07/2021 .130000 30,000,000.00 29,999,416.67 9,208.34 175.00 07/07/2021 .130043 29,990,141.67 99.998333 IDC-FIS 0.00 86152 CP CREDIT AGRICOLE 22533TU87 04/08/2021 .090000 30,000,000.00 29,999,416.67 6,300.00 0.00 86153 CP TOYOTA MOTOR CRE 89233GUP9 04/08/2021 .120000 30,000,000.00 29,998,166.67 8,400.00 366.67 07/08/2021 .090020 29,993,175.00 99.998056 IDC-FIS -58.33 07/23/2021 .120042 29,989,400.00 99.993889 IDC-FIS 0.00 86157 CP EXXON MOBIL CORP 30229AUN7 04/09/2021 .070000 30,000,000.00 29,998,250.00 4,841.67 0.00 07/09/2021 .120046 29,988,400.00 99.997778 IDC-FIS 0.00 86137 CP BNP PARIBAS NY 09659BV31 04/05/2021 .120000 50,000,000.00 49,995,416.67 14,500.00 916.67 08/03/2021 .120048 49,980,000.00 99.990833 IDC-FIS 0.00 86108 CP TOYOTA MOTOR CRE 89233GU95 03/15/2021 .120000 30,000,000.00 29,999,333.33 10,800.00 133.33 07/07/2021 .090020 29,993,175.00 99.998333 IDC-FIS -50.00 86097 CP SOCIETE GENERALE 83369BW85 03/08/2021 .170000 30,000,000.00 29,994,250.00 16,291.67 4,025.00 09/08/2021 .170148 29,973,933.33 99.980833 IDC-FIS 0.00 86140 CP MUFG BANK 62479LU60 04/06/2021 .110000 30,000,000.00 29,999,583.33 7,883.46 41.67 07/06/2021 .110032 29,991,658.20 99.998611 IDC-FIS 0.00 86144 CP CREDIT AGRICOLE 22533TU79 04/07/2021 .090000 30,000,000.00 29,999,500.00 6,375.00 0.00 07/09/2021 .110032 34,989,947.22 99.997778 IDC-FIS 0.00 86138 CP BNP PARIBAS NY 09659BV49 04/06/2021 .120000 50,000,000.00 49,995,277.78 14,333.33 944.45 08/04/2021 .120048 49,980,000.00 99.990556 IDC-FIS 0.00 86139 CP TOYOTA MOTOR CRE 89233GU95 04/06/2021 .110000 35,000,000.00 34,999,222.22 9,197.22 77.78 Inv Type: 71 COMMERCIAL PAPER DISCOUNT 85939 GOV FHLMC CALLABLE 3134GXCA0 11/30/2020 .320000 10,000,000.00 9,989,500.00 3,288.89 0.00 11/24/2023 .320226 9,999,933.33 99.895000 IDC-FIS -10,433.33 11/26/2025 .650000 10,000,000.00 99.422000 IDC-FIS -57,800.00 .468138 130,266,223.88 99.534565 -605,033.33 Subtotal .451756 130,331,000.00 129,724,394.55 89,389.91 63,204.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 13 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 9 of 16 86237 CP CREDIT SUISSE NY 2254EBA35 06/01/2021 .160000 25,000,000.00 24,987,083.33 3,333.33 7,750.00 08/24/2021 .090020 34,992,125.00 99.985000 IDC-FIS -525.00 01/03/2022 .160154 24,976,000.00 99.948333 IDC-FIS 0.00 09/01/2021 .060010 49,992,416.50 99.982778 IDC-FIS -3,444.33 86238 CP BNP PARIBAS NY 09659BW14 06/02/2021 .060000 50,000,000.00 49,991,388.89 2,416.72 0.00 86233 CP SOCIETE GENERALE 83369BVQ6 05/26/2021 .090000 35,000,000.00 34,994,750.00 3,150.00 0.00 86218 CP MUFG BANK NY 62479LV93 05/11/2021 .080000 35,000,000.00 34,996,208.33 3,966.67 0.00 08/09/2021 .080016 34,993,000.00 99.989167 IDC-FIS -758.34 08/17/2021 .120036 29,991,000.00 99.986944 IDC-FIS 0.00 86231 CP SOCIETE GENERALE 83369BVH6 05/19/2021 .120000 30,000,000.00 29,996,083.33 4,300.00 783.33 03/11/2022 .140147 34,963,250.00 99.929722 IDC-FIS 0.00 09/02/2021 .090020 19,995,500.00 99.982500 IDC-FIS -350.00 86240 CP SOCIETE GENERALE 83369BW28 06/04/2021 .090000 20,000,000.00 19,996,500.00 1,350.00 0.00 86248 CP TOYOTA MOTOR CRE 89233GZA7 06/11/2021 .090000 25,000,000.00 24,988,750.00 1,250.00 0.00 86249 CP TOYOTA MOTOR CRE 89233HCB8 06/14/2021 .140000 35,000,000.00 34,975,402.78 2,313.89 9,838.89 12/10/2021 .090041 24,988,625.00 99.955000 IDC-FIS -1,125.00 86163 CP MUFG BANK NY 62479LUC7 04/13/2021 .110000 30,000,000.00 29,999,083.33 7,241.67 91.66 07/22/2021 .100028 34,990,180.56 99.994167 IDC-FIS 0.00 07/12/2021 .110030 29,991,750.00 99.996944 IDC-FIS 0.00 07/13/2021 .110030 34,990,481.94 99.996667 IDC-FIS 0.00 86167 CP MUFG BANK NY 62479LUD5 04/15/2021 .110000 35,000,000.00 34,998,833.33 8,234.73 116.66 07/22/2021 .070014 29,993,933.33 99.994167 IDC-FIS -525.00 08/10/2021 .100026 49,987,222.22 99.988889 IDC-FIS 0.00 86158 CP EXXON MOBIL CORP 30229AUM9 04/09/2021 .070000 30,000,000.00 29,998,333.33 4,841.66 0.00 86162 CP TOYOTA MOTOR CRE 89233GUN4 04/12/2021 .100000 35,000,000.00 34,997,958.33 7,777.77 0.00 07/21/2021 .070014 29,993,991.67 99.994444 IDC-FIS -500.00 86187 CP MUFG BANK 62479LUS2 04/28/2021 .100000 30,000,000.00 29,997,916.67 5,333.34 0.00 08/25/2021 .100031 29,990,666.67 99.984722 IDC-FIS 0.00 86195 CP TOYOTA MOTOR CRE 89233GVR4 05/05/2021 .100000 30,000,000.00 29,995,416.67 4,750.00 0.00 86199 CP NORDEA BANK ABP 65558JW78 05/07/2021 .120000 35,000,000.00 34,993,388.89 6,416.67 1,322.22 86204 CP BNP NY 09659BVA5 05/10/2021 .100000 50,000,000.00 49,994,444.44 7,222.22 0.00 09/07/2021 .120049 34,985,650.00 99.981111 IDC-FIS 0.00 86193 CP TOYOTA MOTOR CRE 89233GUV6 05/04/2021 .080000 30,000,000.00 29,997,666.67 3,866.66 0.00 07/26/2021 .100025 29,992,583.33 99.993056 IDC-FIS 0.00 07/29/2021 .080015 29,994,266.67 99.992222 IDC-FIS -466.66 07/23/2021 .110027 29,992,758.33 99.993889 IDC-FIS 0.00 86194 CP SOCIETE GENERALE 83369BUP9 05/05/2021 .110000 30,000,000.00 29,998,166.67 5,225.00 183.34 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 14 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 10 of 16 86109 YCD TORONTO DOMINIO 89114W4N2 03/16/2021 .140000 35,000,000.00 35,000,087.48 14,563.89 87.48 07/01/2021 .140000 35,000,000.00 100.000250 IDC-FIS 0.00 86112 YCD TORONTO DOMINIO 89114W4S1 03/18/2021 .140000 30,000,000.00 30,000,074.98 12,250.00 74.98 07/12/2021 .150000 25,000,000.00 100.003333 IDC-FIS 0.00 86095 YCD TORONTO DOMINIO 89114W3Q6 03/08/2021 .160000 30,000,000.00 30,006,414.57 15,333.33 6,414.57 09/08/2021 .160000 30,000,000.00 100.021382 IDC-FIS 0.00 86106 YCD TORONTO DOMINIO 89114W4F9 03/12/2021 .150000 25,000,000.00 25,000,833.13 11,562.50 833.13 07/01/2021 .140000 30,000,000.00 100.000250 IDC-FIS 0.00 Inv Type: 72 NEGOTIABLE CERT OF DEPOSIT 86273 CP SOCIETE GENERALE 83369BWQ5 06/28/2021 .100000 30,000,000.00 29,992,916.67 250.00 0.00 09/28/2021 .070013 29,994,633.33 99.975278 IDC-FIS -2,225.00 09/24/2021 .100024 29,992,666.67 99.976389 IDC-FIS 0.00 02/24/2022 .140130 34,967,469.44 99.933889 IDC-FIS 0.00 86277 CP ROYAL BANK OF CA 78015DBQ2 06/30/2021 .140000 35,000,000.00 34,976,861.11 136.11 9,255.56 86272 CP MUFG BANK NY 62479LWU5 06/28/2021 .070000 30,000,000.00 29,992,583.33 175.00 0.00 86259 CP ROYAL BANK OF CA 78015DBE9 06/18/2021 .120000 35,000,000.00 34,977,833.33 1,516.67 4,433.33 09/15/2021 .050006 34,995,625.00 99.978889 IDC-FIS -3,694.45 02/14/2022 .120096 34,971,883.33 99.936667 IDC-FIS 0.00 09/17/2021 .100025 34,991,444.44 99.978333 IDC-FIS 0.00 86262 CP SOCIETE GENERALE 83369BWH5 06/21/2021 .100000 35,000,000.00 34,992,416.67 972.22 0.01 02/14/2022 .110082 34,973,798.61 99.936667 IDC-FIS 0.00 86250 CP ROYAL BANK OF CA 78015DBE9 06/14/2021 .110000 35,000,000.00 34,977,833.33 1,818.06 2,216.66 86255 CP TORONTO DOMINION 89116EYF4 06/17/2021 .080000 35,000,000.00 34,986,680.56 1,088.90 0.00 86256 CP MUFG BANK 62479LWF8 06/17/2021 .050000 35,000,000.00 34,992,611.11 680.56 0.00 11/15/2021 .080028 34,988,255.40 99.961944 IDC-FIS -2,663.74 86266 CP SOCIETE GENERALE 83369BVQ6 06/23/2021 .090000 25,000,000.00 24,996,250.00 500.00 0.00 09/28/2021 .070013 34,993,398.61 99.975278 IDC-FIS -2,595.83 08/24/2021 .090014 24,996,125.00 99.985000 IDC-FIS -375.00 02/25/2022 .140134 34,966,652.78 99.933611 IDC-FIS 0.00 86270 CP ROYAL BANK OF CA 78015DBR0 06/25/2021 .140000 35,000,000.00 34,976,763.89 816.67 9,294.44 86265 CP TOYOTA MOTOR CRE 89233GWU6 06/23/2021 .070000 35,000,000.00 34,991,347.22 544.44 0.00 86263 CP ROYAL BANK OF CA 78015DBG4 06/22/2021 .120000 25,000,000.00 24,984,027.78 750.00 3,194.45 02/16/2022 .120096 24,980,083.33 99.936111 IDC-FIS 0.00 Subtotal .105148 1,475,000,000.00 1,474,710,833.32 234,186.31 55,594.44 .105193 1,474,440,409.25 99.980395 -19,356.68 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 15 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 11 of 16 86196 YCD BNP PARIBAS NY 05586FHU4 05/06/2021 .110000 50,000,000.00 50,002,749.49 8,555.56 2,749.49 07/28/2021 .110000 30,000,000.00 100.004666 IDC-FIS 0.00 08/02/2021 .110000 50,000,000.00 100.005499 IDC-FIS 0.00 08/05/2021 .110000 50,000,000.00 100.005999 IDC-FIS 0.00 86198 YCD BNP NY 05586FJG3 05/07/2021 .110000 50,000,000.00 50,002,999.44 8,402.78 2,999.44 86186 YCD NORDEA BANK NY 65558UAL6 04/28/2021 .110000 30,000,000.00 30,001,399.72 5,866.67 1,399.72 86178 YCD NORDEA BANK NY 65558UAE2 04/23/2021 .120000 35,000,000.00 35,002,789.67 8,050.00 2,789.67 10/25/2021 .160000 35,000,000.00 100.032488 IDC-FIS 0.00 08/10/2021 .120000 35,000,000.00 100.007970 IDC-FIS 0.00 08/26/2021 .130000 30,000,000.00 100.012664 IDC-FIS 0.00 86180 YCD NORDEA BANK NY 65558UAJ1 04/26/2021 .130000 30,000,000.00 30,003,799.14 7,150.00 3,799.14 08/04/2021 .070000 4,036,000.00 100.001944 IDC-FIS 0.00 86200 PW NCD MUFG UNION B 62478UC79 05/07/2021 .070000 4,036,000.00 4,036,078.45 431.63 78.45 86201 PW NCD MUFG UNION B 62478UC79 05/07/2021 .070000 2,209,000.00 2,209,042.94 236.24 42.94 86202 PW NCD MUFG UNION B 62478UC79 05/07/2021 .070000 4,769,000.00 4,769,092.70 510.02 92.70 08/04/2021 .070000 2,209,000.00 100.001944 IDC-FIS 0.00 07/23/2021 .120000 30,000,000.00 100.004471 IDC-FIS 0.00 86142 YCD TORONTO DOMINIO 89114W6M2 04/07/2021 .120000 30,000,000.00 30,001,341.36 8,500.00 1,341.36 86143 YCD TORONTO DOMINIO 89114W6M2 04/07/2021 .120000 30,000,000.00 30,001,341.36 8,500.00 1,341.36 86154 YCD TORONTO DOMINIO 89114W6R1 04/08/2021 .120000 30,000,000.00 30,001,283.04 8,400.00 1,283.04 07/23/2021 .120000 30,000,000.00 100.004471 IDC-FIS 0.00 86115 YCD TORONTO DOMINIO 89114W4T9 03/19/2021 .140000 30,000,000.00 30,000,074.98 12,133.33 74.98 86177 YCD RABO BANK 21684XQC3 04/23/2021 .160000 35,000,000.00 35,011,370.72 10,733.33 11,370.72 07/01/2021 .140000 30,000,000.00 100.000250 IDC-FIS 0.00 07/23/2021 .100000 30,000,000.00 100.003194 IDC-FIS 0.00 86141 YCD NORDEA BANK NY 65558T6U4 04/07/2021 .100000 30,000,000.00 30,000,958.08 7,083.33 958.08 07/22/2021 .120000 30,000,000.00 100.004277 IDC-FIS 0.00 86166 YCD NORDEA BANK NY 65558T7C3 04/15/2021 .110000 35,000,000.00 35,004,198.77 8,234.72 4,198.77 07/13/2021 .130000 30,000,000.00 100.002888 IDC-FIS 0.00 09/10/2021 .110000 35,000,000.00 100.011996 IDC-FIS 0.00 10/18/2021 .140000 35,000,000.00 100.024435 IDC-FIS 0.00 86168 YCD NORDEA BANK NY 65558T7G4 04/19/2021 .140000 35,000,000.00 35,008,552.19 9,936.11 8,552.19 07/22/2021 .120000 30,000,000.00 100.004277 IDC-FIS 0.00 86155 YCD TORONTO DOMINIO 89114W6R1 04/08/2021 .120000 30,000,000.00 30,001,283.04 8,400.00 1,283.04 86156 YCD NORDEA BANK NY 65558T6X8 04/08/2021 .090000 30,000,000.00 30,000,766.44 6,300.00 766.44 86164 YCD CREDIT AGRICOLE 22535CXN6 04/14/2021 .130000 30,000,000.00 30,000,866.50 8,450.00 866.50 07/23/2021 .090000 30,000,000.00 100.002555 IDC-FIS 0.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 16 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 12 of 16 86217 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 22,400,000.00 22,401,530.38 3,490.67 1,530.38 08/10/2021 .110000 417,000.00 100.006832 IDC-FIS 0.00 08/10/2021 .110000 22,400,000.00 100.006832 IDC-FIS 0.00 08/11/2021 .060000 3,501,000.00 100.001166 IDC-FIS 0.00 86219 HR NCD MUFG UNION B 62478UC95 05/12/2021 .060000 3,501,000.00 3,501,040.83 291.75 40.83 86216 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 417,000.00 417,028.49 64.98 28.49 86214 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 3,450,000.00 3,450,235.71 537.63 235.71 08/10/2021 .110000 3,450,000.00 100.006832 IDC-FIS 0.00 08/10/2021 .110000 1,605,000.00 100.006832 IDC-FIS 0.00 86215 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 1,605,000.00 1,605,109.65 250.11 109.65 08/16/2021 .110000 30,000,000.00 100.007832 IDC-FIS 0.00 08/11/2021 .060000 2,000,000.00 100.001166 IDC-FIS 0.00 86220 HR NCD MUFG UNION B 62478UC95 05/12/2021 .060000 2,000,000.00 2,000,023.32 166.67 23.32 86221 HR NCD MUFG UNION B 62478UC95 05/12/2021 .060000 1,101,000.00 1,101,012.84 91.75 12.84 86227 YCD BNP NY 05586FKU0 05/17/2021 .110000 30,000,000.00 30,002,349.58 4,125.00 2,349.58 08/11/2021 .060000 1,101,000.00 100.001166 IDC-FIS 0.00 86206 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 5,411,000.00 5,411,369.68 843.21 369.68 08/10/2021 .110000 4,575,000.00 100.006832 IDC-FIS 0.00 08/10/2021 .110000 5,411,000.00 100.006832 IDC-FIS 0.00 08/10/2021 .110000 300,000.00 100.006832 IDC-FIS 0.00 86207 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 300,000.00 300,020.50 46.75 20.50 08/04/2021 .070000 4,769,000.00 100.001944 IDC-FIS 0.00 08/10/2021 .110000 2,562,000.00 100.006832 IDC-FIS 0.00 86203 PW NCD MUFG UNION B 62478UC79 05/07/2021 .070000 4,124,000.00 4,124,080.16 441.04 80.16 86205 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 4,575,000.00 4,575,312.57 712.94 312.57 08/04/2021 .070000 4,124,000.00 100.001944 IDC-FIS 0.00 86208 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 3,600,000.00 3,600,245.95 561.00 245.95 08/10/2021 .110000 4,000,000.00 100.006832 IDC-FIS 0.00 86211 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 4,000,000.00 4,000,273.28 623.33 273.28 86212 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 1,035,000.00 1,035,070.71 161.29 70.71 86213 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 2,562,000.00 2,562,175.04 399.25 175.04 08/10/2021 .110000 1,035,000.00 100.006832 IDC-FIS 0.00 86209 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 2,332,000.00 2,332,159.32 363.40 159.32 08/10/2021 .110000 3,600,000.00 100.006832 IDC-FIS 0.00 08/10/2021 .110000 2,332,000.00 100.006832 IDC-FIS 0.00 08/10/2021 .110000 400,000.00 100.006832 IDC-FIS 0.00 86210 PW YCD BNP NY 05586FJY4 05/11/2021 .110000 400,000.00 400,027.33 62.33 27.33 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 17 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 13 of 16 84590 CORP JOHNSON AND JO 478160CD4 09/05/2018 2.250000 10,284,000.00 10,409,567.64 75,844.50 327,134.04 03/03/2022 2.844617 10,082,433.60 101.221000 IDC-FIS 0.00 84596 CORP JOHNSON AND JO 478160CD4 09/07/2018 2.250000 10,000,000.00 10,122,100.00 73,750.00 325,600.00 02/12/2022 3.081219 9,748,700.00 101.188000 IDC-FIS 0.00 83732 CORP MICROSOFT CORP 594918BP8 05/04/2017 1.550000 8,549,000.00 8,551,051.76 52,635.72 162,003.55 08/08/2021 2.010124 8,389,048.21 100.024000 IDC-FIS 0.00 84370 CORP MICROSOFT CORP 594918BA1 04/26/2018 2.375000 10,000,000.00 10,118,800.00 91,701.39 370,100.00 03/03/2022 2.867054 9,796,500.00 101.221000 IDC-FIS 0.00 Inv Type: 75 CORPORATE NOTES 86269 YCD ROYAL BANK OF C 78012UP33 06/25/2021 .150000 35,000,000.00 35,010,413.10 875.00 10,413.10 09/24/2021 .100000 35,000,000.00 100.011943 IDC-FIS 0.00 03/25/2022 .150000 35,000,000.00 100.029752 IDC-FIS 0.00 12/23/2021 .100000 35,000,000.00 100.019549 IDC-FIS 0.00 86271 YCD NORDEA BANK NY 65558UDF6 06/25/2021 .100000 35,000,000.00 35,006,842.29 583.33 6,842.29 86268 YCD BANK OF MONTREA 06367CHH3 06/24/2021 .100000 35,000,000.00 35,004,179.99 680.56 4,179.99 86243 YCD NORDEA BANK NY 65558UCS9 06/08/2021 .060000 25,000,000.00 25,000,597.04 958.33 597.04 03/04/2022 .120000 30,000,000.00 100.006849 IDC-FIS 0.00 09/24/2021 .060000 25,000,000.00 100.002388 IDC-FIS 0.00 03/15/2022 .120000 25,000,000.00 100.007157 IDC-FIS 0.00 86251 YCD ROYAL BANK OF C 78012UN68 06/15/2021 .120000 25,000,000.00 25,001,789.27 1,333.33 1,789.27 11/19/2021 .160000 25,000,000.00 100.039431 IDC-FIS 0.00 86230 YCD STANDARD CHARTE 85325VL99 05/19/2021 .160000 25,000,000.00 25,009,857.67 4,777.78 9,857.67 86239 YCD NORDEA BANK NY 65558UCN0 06/03/2021 .070000 25,000,000.00 25,001,041.42 1,361.11 1,041.42 86241 YCD ROYAL BANK OF C 78012UM85 06/04/2021 .120000 30,000,000.00 30,002,054.82 2,700.00 2,054.82 09/13/2021 .070000 25,000,000.00 100.004166 IDC-FIS 0.00 86264 YCD BANK OF MONTREA 06367CGS0 06/22/2021 .090000 30,000,000.00 30,002,799.60 675.00 2,799.60 09/21/2021 .090000 30,000,000.00 100.009221 IDC-FIS 0.00 09/22/2021 .090000 30,000,000.00 100.009332 IDC-FIS 0.00 11/23/2021 .120000 35,000,000.00 100.024327 IDC-FIS 0.00 86267 YCD BNY PARIBAS NY 05586FPC5 06/24/2021 .120000 35,000,000.00 35,008,514.42 816.67 8,514.42 86261 YCD BANK OF MONTREA 06367CGQ4 06/21/2021 .090000 30,000,000.00 30,002,766.27 750.00 2,766.27 86253 YCD ROYAL BANK OF C 78012UN76 06/16/2021 .120000 30,000,000.00 30,002,155.52 1,500.00 2,155.52 03/16/2022 .120000 30,000,000.00 100.007185 IDC-FIS 0.00 Subtotal .117799 1,123,827,000.00 1,123,939,474.94 219,827.65 112,474.94 .117799 1,123,827,000.00 100.010008 0.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 18 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 14 of 16 05/12/2026 1.066303 9,967,800.00 100.058000 IDC-FIS 0.00 86224 CORP AMAZON.COM INC 023135BX3 05/13/2021 1.000000 5,000,000.00 5,002,900.00 6,805.56 22,550.00 05/12/2026 1.080998 4,980,488.89 100.058000 IDC-FIS 0.00 86223 CORP AMAZON.COM INC 023135BX3 05/12/2021 1.000000 10,000,000.00 10,005,800.00 13,611.11 38,000.00 02/08/2026 .711991 9,994,120.00 98.896000 IDC-FIS -104,520.00 86061 CORP APPLE INC 037833EB2 02/08/2021 .700000 10,000,000.00 9,889,600.00 27,805.56 0.00 02/08/2026 .726114 9,987,200.00 98.896000 IDC-FIS -97,600.00 86226 CORP AMAZON.COM INC 023135BX3 05/14/2021 1.000000 5,000,000.00 5,002,900.00 6,805.56 22,550.00 06/18/2024 .566319 9,980,300.00 99.573000 IDC-FIS -23,000.00 86289 CORP APPLE INC 037833EB2 02/18/2021 .700000 10,000,000.00 9,889,600.00 27,805.55 0.00 02/08/2026 .758096 9,973,644.44 98.896000 IDC-FIS -82,100.00 86258 CORP TOYOTA MOTOR C 89236TJH9 06/18/2021 .500000 10,000,000.00 9,957,300.00 1,805.56 0.00 05/12/2026 1.081040 4,980,627.78 100.058000 IDC-FIS 0.00 86244 CORP NEW YORK LIFE 64952WED1 06/09/2021 1.150000 10,000,000.00 10,004,700.00 7,027.78 9,600.00 06/09/2026 1.160115 9,995,100.00 100.047000 IDC-FIS 0.00 86060 CORP APPLE INC 037833EB2 02/08/2021 .700000 10,000,000.00 9,889,600.00 27,805.56 0.00 85010 CORP WALMART INC 931142DU4 04/17/2019 2.350000 10,000,000.00 10,290,800.00 10,444.44 401,400.00 12/05/2022 2.695009 9,883,000.00 102.391000 IDC-FIS 0.00 85015 CORP CHEVRON CORP 166764BN9 04/16/2019 2.498000 7,500,000.00 7,599,075.00 61,409.17 122,325.00 12/15/2022 2.668610 9,889,400.00 102.908000 IDC-FIS 0.00 85009 CORP CHEVRON CORP 166764AB6 04/18/2019 2.355000 10,000,000.00 10,239,100.00 17,008.33 356,100.00 02/06/2022 2.689934 14,877,450.00 101.180000 IDC-FIS 0.00 84889 CORP MICROSOFT CORP 594918BW3 02/25/2019 2.400000 15,000,000.00 15,177,000.00 145,000.00 299,550.00 09/15/2023 2.753116 19,705,800.00 103.677000 IDC-FIS 0.00 84964 CORP ORACLE CORP 68389XBL8 04/02/2019 2.400000 20,000,000.00 20,735,400.00 141,333.33 1,029,600.00 02/13/2025 1.850055 13,118,703.00 103.273000 IDC-FIS 0.00 85316 CORP BANK OF NEW YO 06406RAL1 10/24/2019 2.100000 4,500,000.00 4,722,030.00 17,587.50 223,290.00 10/24/2024 2.105929 4,498,740.00 104.934000 IDC-FIS 0.00 85501 CORP TOYOTA MOTOR C 89236TGT6 02/13/2020 1.800000 13,150,000.00 13,580,399.50 90,735.00 461,696.50 10/24/2024 2.105929 5,498,460.00 104.934000 IDC-FIS 0.00 85027 CORP ORACLE CORP 68389XAP0 04/25/2019 2.500000 10,000,000.00 10,271,900.00 52,777.78 350,600.00 03/03/2022 2.609881 7,476,750.00 101.321000 IDC-FIS 0.00 85315 CORP BANK OF NEW YO 06406RAL1 10/24/2019 2.100000 5,500,000.00 5,771,370.00 21,495.83 272,910.00 10/15/2022 2.739017 9,921,300.00 102.719000 IDC-FIS 0.00 Subtotal 1.755244 204,483,000.00 207,230,993.90 971,195.23 4,795,009.09 1.990429 202,745,565.92 101.343874 -307,220.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 19 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 15 of 16 05/24/2024 .080000 3,404.12 100.000000 BOOK 0.00 86232 CCCCD CD BERTA KAMM NA 05/24/2021 .080000 3,404.12 3,404.12 0.29 0.00 Subtotal .080000 3,404.12 3,404.12 0.29 0.00 .080000 3,404.12 100.000000 0.00 Inv Type: 1000 TD WITH CALC CODE OF CSC-00 83381 AUHSD MM DREYFUS TR X9USDDRE0 08/08/2016 .000000 0.00 0.00 0.00 0.00 07/01/2021 .000000 0.00 .000000 BOOK 0.00 .000000 0.00 .000000 0.00 Subtotal .000000 0.00 0.00 0.00 0.00 Inv Type: 99 MONEY MARKET ACCOUNTS Grand Total Count 236 .354874 3,624,910,404.12 3,628,002,409.85 2,768,650.90 8,699,482.11 .375314 3,621,551,138.07 100.085299 -2,541,398.13 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 20 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 07/21/2021 12:07:31 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 16 of 16 SUPRANATIONAL 128,000.00 127,657.97 127,215.75 99.65 %-437.49 0.64 % MONEY MARKET ACCOUNTS 0.00 0.00 0.00 0.00 %0.00 0.00 % TIME DEPOSIT 3.40 3.40 3.40 100.00 %0.00 0.08 % CORPORATE NOTES 204,483.00 202,745.57 207,230.99 102.21 %4,487.79 1.99 % NCD/YCD 1,123,827.00 1,123,827.00 1,123,939.47 100.01 %112.47 0.12 % COMMERCIAL PAPER 1,475,000.00 1,474,440.41 1,474,710.83 100.02 %36.24 0.11 % U.S. AGENCIES 591,917.00 591,286.47 593,229.06 100.33 %1,942.58 0.98 % U.S. TREASURIES 101,680.00 101,590.32 101,672.90 100.08 %16.49 0.09 % Totals(000's)3,624,910.40 3,621,551.14 3,628,002.41 100.18 %6,158.08 0.38 % Assets (000's)Current Par Current Book Market MKT/Book Un Gain/Loss Yield Asset Allocation Page 21 Page 22 SECTION III APPENDIX B. INVESTMENT PORTFOLIO DETAIL – MANAGED BY OUTSIDE CONTRACTED PARTIES B.1. PFM Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 1 of 11 85522 CCCSIG GOV US TREAS 912828Q29 03/05/2020 1.500000 1,625,000.00 1,661,253.75 6,127.05 1,849.45 01/15/2023 1.441103 175,293.95 102.023000 IDC-FIS 0.00 03/31/2023 .800646 1,659,404.30 102.231000 IDC-FIS 0.00 03/31/2023 .785976 1,685,707.03 102.231000 IDC-FIS 0.00 85532 CCCSIG GOV US TREAS 912828Q29 03/04/2020 1.500000 1,650,000.00 1,686,811.50 6,221.31 1,104.47 85500 CCCSIG GOV US TREAS 912828Z29 02/10/2020 1.500000 175,000.00 178,540.25 1,210.98 3,246.30 85440 CCCSIG GOV US TREAS 912828P38 01/06/2020 1.750000 1,925,000.00 1,972,605.25 14,051.97 39,709.74 10/15/2022 1.646832 843,558.59 101.586000 IDC-FIS 0.00 01/31/2023 1.612298 1,932,895.51 102.473000 IDC-FIS 0.00 01/15/2023 1.328786 1,004,921.88 102.023000 IDC-FIS 0.00 85479 CCCSIG GOV US TREAS 912828Z29 02/05/2020 1.500000 1,000,000.00 1,020,230.00 6,919.89 15,308.12 05/15/2023 .247634 1,120,957.03 99.809000 IDC-FIS 0.00 85664 CCCSIG GOV US TREAS 912828ZP8 06/05/2020 .125000 1,125,000.00 1,122,851.25 179.60 1,894.22 85090 CCCSIG GOV US TREAS 9128282P4 06/05/2019 1.875000 185,000.00 188,526.10 1,446.91 3,510.89 07/31/2022 1.867010 185,015.21 101.906000 IDC-FIS 0.00 07/31/2022 1.843971 2,300,743.08 101.906000 IDC-FIS 0.00 85390 CCCSIG GOV US TREAS 912828YK0 12/04/2019 1.375000 850,000.00 863,481.00 2,458.85 19,922.41 85089 CCCSIG GOV US TREAS 9128282P4 06/05/2019 1.875000 2,300,000.00 2,343,838.00 17,988.60 43,094.92 85126 CCCSIG GOV US TREAS 9128282P4 07/03/2019 1.875000 1,075,000.00 1,095,489.50 8,407.72 19,205.90 85368 CCCSIG GOV US TREAS 912828TY6 11/12/2019 1.625000 775,000.00 790,655.00 1,608.44 17,138.40 11/15/2022 1.690511 773,516.60 102.020000 IDC-FIS 0.00 10/15/2022 1.506918 1,793,179.69 101.586000 IDC-FIS 0.00 07/31/2022 1.767416 1,076,283.60 101.906000 IDC-FIS 0.00 85334 CCCSIG GOV US TREAS 912828YK0 11/04/2019 1.375000 1,800,000.00 1,828,548.00 5,206.97 35,368.31 Inv Type: 12 TREASURY NOTES 11/24/2023 .322071 518,882.00 99.670000 IDC-FIS -598.00 85931 CCCSIG SUPRA INTL B 459058JM6 11/24/2020 .250000 520,000.00 518,284.00 133.61 0.00 05/24/2023 .511143 649,779.00 100.408000 IDC-FIS 0.00 85650 CCCSIG SUPRA IADB 4581X0DM7 04/24/2020 .500000 650,000.00 652,652.00 334.03 2,873.00 04/20/2023 .228796 548,861.50 99.763000 IDC-FIS -165.00 86169 CCCSIG SUPRA INTL B 459058JV6 04/20/2021 .125000 550,000.00 548,696.50 135.59 0.00 .363794 1,717,522.50 99.978634 -763.00 Subtotal .304635 1,720,000.00 1,719,632.50 603.23 2,873.00 Inv Type: 1 SUPRANATIONALS Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 23 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 2 of 11 86242 CCCSIG GOV US TREAS 912828YV6 06/07/2021 1.500000 750,000.00 773,962.50 952.86 0.00 11/30/2024 .427080 777,988.60 103.195000 IDC-FIS -3,810.94 86257 CCCSIG GOV US TREAS 91282CCG4 06/17/2021 .250000 660,000.00 656,026.80 72.13 0.00 10/31/2024 .446757 984,781.17 103.199000 IDC-FIS -4,158.33 86190 CCCSIG GOV US TREAS 91282CBV2 04/29/2021 .375000 775,000.00 774,031.25 611.43 0.00 04/15/2024 .349785 775,686.37 99.875000 IDC-FIS -1,543.95 86197 CCCSIG GOV US TREAS 912828YM6 05/06/2021 1.500000 950,000.00 980,390.50 2,400.82 0.00 06/15/2024 .464048 993,806.57 99.398000 IDC-FIS 0.00 86275 CCCSIG GOV US TREAS 91282CCG4 06/29/2021 .250000 1,000,000.00 993,980.00 109.29 347.19 06/15/2024 .466717 993,728.44 99.398000 IDC-FIS 0.00 86274 CCCSIG GOV US TREAS 91282CCG4 06/29/2021 .250000 1,000,000.00 993,980.00 109.29 269.06 06/15/2024 .332659 658,384.80 99.398000 IDC-FIS -2,348.98 86260 CCCSIG GOV US TREAS 91282CCG4 06/21/2021 .250000 1,575,000.00 1,565,518.50 172.13 1,039.01 06/15/2024 .475737 1,564,544.04 99.398000 IDC-FIS 0.00 03/31/2023 .155176 899,534.14 99.840000 IDC-FIS -912.66 85944 CCCSIG GOV US TNOTE 91282CAX9 12/03/2020 .125000 225,000.00 224,851.50 23.82 62.44 10/15/2023 .189013 1,596,937.50 99.566000 IDC-FIS -3,881.50 85945 CCCSIG GOV US TNOTE 91282CAW1 12/03/2020 .250000 1,630,000.00 1,627,261.60 520.45 0.00 11/30/2022 .172170 224,789.06 99.934000 IDC-FIS 0.00 85850 CCCSIG GOV US TREAS 91282CAP6 10/15/2020 .125000 1,600,000.00 1,593,056.00 420.77 0.00 06/15/2023 .206836 750,966.80 100.012000 IDC-FIS -876.80 85672 CCCSIG GOV US TREAS 912828ZU7 06/16/2020 .250000 750,000.00 750,090.00 81.97 0.00 06/15/2023 .206319 775,999.02 100.012000 IDC-FIS -906.02 85689 CCCSIG GOV US TREAS 912828ZU7 06/29/2020 .250000 775,000.00 775,093.00 84.70 0.00 11/15/2023 .224744 1,631,209.77 99.832000 IDC-FIS -3,948.17 02/15/2024 .272383 2,140,796.51 99.352000 IDC-FIS -4,609.73 86090 CCCSIG GOV US TREAS 91282CBM2 03/03/2021 .125000 2,150,000.00 2,136,068.00 1,009.66 0.00 86148 CCCSIG GOV US TREAS 912828X70 04/07/2021 2.000000 750,000.00 783,367.50 2,527.17 0.00 86170 CCCSIG GOV US TREAS 91282CBU4 04/20/2021 .125000 900,000.00 898,560.00 282.79 0.00 04/30/2024 .408618 786,298.83 104.449000 IDC-FIS -2,931.33 01/15/2024 .178173 1,148,278.58 99.395000 IDC-FIS -5,160.63 01/31/2023 .113216 875,214.14 99.902000 IDC-FIS -1,062.58 86034 CCCSIG GOV US TREAS 91282CBE0 02/03/2021 .125000 1,150,000.00 1,143,042.50 663.16 0.00 86033 CCCSIG GOV US TREAS 91282CBG5 02/03/2021 .125000 875,000.00 874,142.50 456.23 0.00 Subtotal .905138 32,000,000.00 32,296,251.75 82,326.96 203,070.83 .772686 32,130,420.81 100.925787 -36,151.62 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 24 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 3 of 11 05/05/2023 .389122 1,464,384.70 100.253000 IDC-FIS 0.00 85687 CCCSIG GOV FHLMC NO 3137EAES4 06/26/2020 .250000 1,520,000.00 1,519,802.40 52.78 4,240.80 06/26/2023 .347927 1,515,561.60 99.987000 IDC-FIS 0.00 85595 CCCSIG GOV FHLMC NO 3137EAEQ8 04/20/2020 .375000 1,545,000.00 1,548,460.80 1,142.66 7,323.30 04/20/2023 .459004 1,541,137.50 100.224000 IDC-FIS 0.00 85635 CCCSIG GOV FHLMC NO 3137EAER6 05/07/2020 .375000 1,465,000.00 1,468,706.45 854.57 4,321.75 85751 CCCSIG GOV FHLMC NO 3137EAEV7 08/21/2020 .250000 1,500,000.00 1,499,640.00 1,322.92 1,170.00 Inv Type: 29 FHLMC NOTES 85231 CCCSIG MBS FNA 2013 3136ABPW7 09/13/2019 2.364630 168,880.53 170,180.12 332.78 0.00 08/25/2022 1.794607 380,537.11 101.476563 BOOK 0.00 08/25/2022 2.095151 170,180.12 100.769532 BOOK 0.00 07/25/2024 2.092542 188,331.76 99.997600 BOOK 0.00 85379 CCCSIG MBS FHMS KJ2 3137FQ3V3 11/26/2019 2.092000 188,336.28 188,331.76 328.33 0.00 85218 CCCSIG MBS FHMS K02 3137AWQH1 09/09/2019 2.307000 375,000.00 380,537.11 720.94 0.00 85080 CCCSIG MBS FHMS K01 3137ASNJ9 06/03/2019 2.272000 321,430.81 320,263.11 608.58 0.00 03/25/2022 2.405785 320,263.11 99.636718 BOOK 0.00 84856 CCCSIG MBS FHMS KP0 3137FKK39 12/17/2018 3.203000 18,141.00 18,140.95 48.42 0.00 07/25/2023 3.203060 18,140.95 99.999724 BOOK 0.00 11/25/2022 1.929072 509,218.75 101.843750 BOOK 0.00 85217 CCCSIG MBS FNA 2013 3136AEGQ4 09/09/2019 2.280000 173,683.36 175,958.78 330.00 0.00 12/27/2022 1.870309 175,958.78 101.310097 BOOK 0.00 85199 CCCSIG MBS FHMS K02 3137B1BS0 08/15/2019 2.510000 500,000.00 509,218.75 1,045.83 0.00 2.027406 1,762,630.58 100.983035 0.00 Subtotal 2.348405 1,745,471.98 1,762,630.58 3,414.88 0.00 Inv Type: 26 AGENCY MBS FXD-M 30/360 07/10/2023 .322071 1,596,560.00 99.989000 IDC-FIS 0.00 85849 CCCSIG GOV FNMA NOT 3135G05G4 07/10/2020 .250000 1,600,000.00 1,599,824.00 1,900.00 3,264.00 85644 CCCSIG GOV FNMA NOT 3135G04Q3 05/22/2020 .250000 1,665,000.00 1,664,833.50 450.94 4,845.15 05/22/2023 .350950 1,659,988.35 99.990000 IDC-FIS 0.00 .336792 3,256,548.35 99.989510 0.00 Subtotal .250000 3,265,000.00 3,264,657.50 2,350.94 8,109.15 Inv Type: 23 FEDERAL NATIONAL MORTGAGE ASSO Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 25 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 4 of 11 12/01/2023 .414000 55,000.00 100.000000 BOOK 0.00 85716 CCCSIG MUNI CA ST D 13067WRA2 08/06/2020 .414000 55,000.00 55,000.00 18.98 0.00 85667 CCCSIG MUNI CONNECT 20772KJU4 06/11/2020 2.500000 90,000.00 91,513.80 1,125.00 0.00 85872 CCCSIG MUNI SAN JUA 798306WM4 10/29/2020 .499000 315,000.00 315,000.00 654.95 0.00 07/01/2025 1.258000 205,000.00 100.000000 BOOK 0.00 85786 CCCSIG MUNI FLORIDA 341271AD6 09/16/2020 1.258000 205,000.00 205,000.00 1,289.45 0.00 85700 CCCSIG MUNI NY NJ P 73358W4V3 07/09/2020 1.086000 235,000.00 236,377.10 2,502.48 0.00 07/01/2023 .885400 236,384.19 100.586000 BOOK 0.00 85715 CCCSIG MUNI CA ST D 13067WQZ8 08/06/2020 .349000 120,000.00 120,000.00 34.90 0.00 07/01/2022 1.663942 91,513.80 101.682000 BOOK 0.00 85698 CCCSIG MUNI NY NJ P 73358W4V3 07/08/2020 1.086000 240,000.00 240,000.00 2,555.72 0.00 12/01/2022 .349000 120,000.00 100.000000 BOOK 0.00 08/01/2023 .499000 315,000.00 100.000000 BOOK 0.00 07/01/2023 1.086000 240,000.00 100.000000 BOOK 0.00 08/01/2023 .444000 145,000.00 100.000000 BOOK 0.00 85909 CCCSIG MUNI LOS ANG 54438CYH9 11/10/2020 .444000 145,000.00 145,000.00 268.25 0.00 85994 CCCSIG MUNI NY ST U 650036DS2 12/23/2020 .620000 545,000.00 545,000.00 994.93 0.00 85995 CCCSIG MUNI NY ST U 650036DR4 12/23/2020 .480000 175,000.00 175,000.00 247.33 0.00 03/15/2023 .620000 545,000.00 100.000000 BOOK 0.00 Inv Type: 31 MUNICIPAL BONDS 09/08/2023 .243909 1,065,194.48 99.901000 IDC-FIS -1,248.83 85853 CCCSIG GOV FHLMC NO 3137EAEY1 10/16/2020 .125000 650,000.00 647,439.00 169.27 0.00 10/16/2023 .249878 647,575.50 99.606000 IDC-FIS -136.50 85767 CCCSIG GOV FHLMC NO 3137EAEW5 09/04/2020 .250000 1,065,000.00 1,063,945.65 835.73 0.00 08/24/2023 .284074 1,498,470.00 99.976000 IDC-FIS 0.00 85766 CCCSIG GOV FHLMC NO 3137EAEW5 09/04/2020 .250000 1,400,000.00 1,398,614.00 1,098.60 0.00 09/08/2023 .261009 1,399,538.00 99.901000 IDC-FIS -924.00 85884 CCCSIG GOV FHLMC NO 3137EAEZ8 11/05/2020 .250000 2,120,000.00 2,117,710.40 809.73 0.00 86311 CCCSIG GOV FHLMC NO 3137EAET2 07/23/2020 .125000 1,000,000.00 1,000,220.00 541.67 2,480.00 07/25/2022 .238023 997,740.00 100.022000 IDC-FIS 0.00 12/04/2023 .283164 1,623,391.25 99.869000 IDC-FIS -520.00 11/06/2023 .280119 2,118,092.00 99.892000 IDC-FIS -381.60 85950 CCCSIG GOV FHLMC NO 3137EAFA2 12/04/2020 .250000 1,625,000.00 1,622,871.25 304.69 0.00 .310545 13,871,085.03 99.981353 -3,210.93 Subtotal .262258 13,890,000.00 13,887,409.95 7,132.62 19,535.85 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 26 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 5 of 11 06/15/2023 3.135636 69,659.98 99.986379 BOOK 0.00 84540 CCCSIG ABS CARMX 20 14313FAD1 07/25/2018 3.130000 69,669.47 69,659.98 96.92 0.00 84541 CCCSIG ABS MBART 20 58772RAD6 07/25/2018 3.030000 76,780.39 76,777.44 103.42 0.00 84837 CCCSIG ABS GMCAR 20 36256XAD4 01/16/2019 2.970000 90,630.65 90,620.61 112.15 0.00 01/17/2023 3.031706 76,777.44 99.996158 BOOK 0.00 84422 CCCSIG ABS FORDO 20 34528FAD0 05/22/2018 3.030000 20,546.88 20,543.55 27.67 0.00 11/15/2022 3.037269 20,543.55 99.983793 BOOK 0.00 05/16/2023 3.029757 70,441.88 99.976667 BOOK 0.00 84535 CCCSIG ABS GMCAR 20 36255JAD6 07/18/2018 3.020000 70,458.32 70,441.88 88.65 0.00 84872 CCCSIG ABS NAROT 20 65479KAD2 02/13/2019 2.900000 316,926.11 316,878.10 408.48 0.00 11/16/2023 2.974624 90,620.61 99.988922 BOOK 0.00 10/16/2023 2.906625 316,878.10 99.984851 BOOK 0.00 09/15/2023 2.915375 158,353.64 99.987921 BOOK 0.00 84873 CCCSIG ABS ALLYA 20 02004WAC5 02/13/2019 2.910000 158,372.77 158,353.64 204.83 0.00 07/15/2022 2.797121 527.66 99.984841 BOOK 0.00 84405 CCCSIG ABS HART 201 44891KAD7 04/18/2018 2.790000 527.74 527.66 0.65 0.00 Inv Type: 50 AUTO ABS FXD-M 30/360 85723 CCCSIG ABS VZOT 202 92290BAA9 08/12/2020 .470000 275,000.00 274,942.25 39.50 0.00 07/22/2024 1.900138 199,976.58 99.988290 BOOK 0.00 85460 CCCSIG ABS VZOT 202 92348TAA2 01/29/2020 1.850000 200,000.00 199,976.58 113.06 0.00 86328 CCCSIG ABS VZOT 201 92348AAA3 10/08/2019 1.940000 350,000.00 349,973.02 207.47 0.00 02/20/2025 .479277 274,942.25 99.979000 BOOK 0.00 04/22/2024 1.943415 349,973.02 99.992291 BOOK 0.00 Subtotal 1.428220 825,000.00 824,891.85 360.03 0.00 1.444916 824,891.85 99.986891 0.00 Inv Type: 49 CORP ABS FXD-M 30/360 03/15/2023 .480000 175,000.00 100.000000 BOOK 0.00 86035 CCCSIG MUNI NJ TPK 646140DN0 02/04/2021 .897000 165,000.00 165,000.00 604.35 0.00 86059 CCCSIG MUNI NATIONA 63743HEU2 02/08/2021 .350000 140,000.00 139,473.60 194.64 0.00 01/01/2025 .897000 165,000.00 100.000000 BOOK 0.00 02/08/2024 .373150 139,903.40 99.624000 IDC-FIS -429.80 Subtotal .784739 2,430,000.00 2,432,364.50 10,490.98 0.00 .735129 2,432,801.39 100.097305 -429.80 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 27 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 6 of 11 85744 CCCSIG ABS GMCAR 20 362590AC5 08/19/2020 .450000 250,000.00 249,942.80 46.88 0.00 03/17/2025 .627314 199,965.72 99.982860 BOOK 0.00 04/16/2025 .460248 249,942.80 99.977120 BOOK 0.00 11/15/2023 .403170 84,995.69 99.994929 BOOK 0.00 85791 CCCSIG ABS MBALT 20 58769EAC2 09/23/2020 .400000 85,000.00 84,995.69 15.11 0.00 85705 CCCSIG ABS CARMX 20 14315FAD9 07/22/2020 .620000 200,000.00 199,965.72 55.11 0.00 85690 CCCSIG ABS NAROT 20 65479CAD0 06/30/2020 .550000 300,000.00 299,991.78 73.33 0.00 05/15/2025 .633184 224,982.36 99.992160 BOOK 0.00 07/15/2024 .551346 299,991.78 99.997260 BOOK 0.00 12/16/2024 .488425 149,971.92 99.981280 BOOK 0.00 85704 CCCSIG ABS HART 202 44933FAC0 07/22/2020 .480000 150,000.00 149,971.92 32.00 0.00 10/18/2024 .377175 124,981.64 99.985312 BOOK 0.00 85801 CCCSIG ABS HAROT 20 43813KAC6 09/29/2020 .370000 125,000.00 124,981.64 16.70 0.00 85802 CCCSIG ABS GMALT 20 362569AC9 09/29/2020 .450000 120,000.00 119,988.50 16.50 0.00 85858 CCCSIG ABS CARMX 20 14316HAC6 10/21/2020 .500000 155,000.00 154,965.88 32.29 0.00 08/21/2023 .456512 119,988.50 99.990417 BOOK 0.00 12/15/2023 2.649699 91,130.18 99.978014 BOOK 0.00 85059 CCCSIG ABS FITAT 20 31680YAD9 05/08/2019 2.640000 91,150.22 91,130.18 106.95 0.00 85149 CCCSIG ABS NALT 201 65478LAD1 07/24/2019 2.270000 82,099.03 82,094.37 82.83 0.00 85200 CCCSIG ABS TAOT 201 89238UAD2 08/14/2019 1.910000 236,318.06 236,316.13 200.61 0.00 07/15/2022 2.273769 82,094.37 99.994324 BOOK 0.00 84995 CCCSIG ABS HART 201 44932NAD2 04/10/2019 2.660000 95,651.19 95,638.60 113.08 0.00 85684 CCCSIG ABS WOART 20 98163WAC0 06/24/2020 .630000 225,000.00 224,982.36 63.00 0.00 06/15/2023 2.666383 95,638.60 99.986838 BOOK 0.00 03/15/2022 2.764911 596.81 99.993298 BOOK 0.00 85007 CCCSIG ABS NALT 201 65479PAD1 04/15/2019 2.760000 596.85 596.81 0.73 0.00 09/15/2023 1.910404 236,316.13 99.999183 BOOK 0.00 85459 CCCSIG ABS HDMOT 20 41284UAD6 01/29/2020 1.870000 150,000.00 149,967.29 124.67 0.00 12/16/2024 1.928772 124,975.48 99.980384 BOOK 0.00 10/15/2024 1.879305 149,967.29 99.978193 BOOK 0.00 02/18/2025 .553333 249,980.48 99.992192 BOOK 0.00 85682 CCCSIG ABS MBART 20 58769VAC4 06/23/2020 .550000 250,000.00 249,980.48 61.11 0.00 06/20/2022 2.116569 66,864.94 99.988964 BOOK 0.00 85203 CCCSIG ABS GMALT 20 38013TAD3 08/14/2019 2.030000 66,872.32 66,864.94 41.48 0.00 85448 CCCSIG ABS GMCAR 20 36258NAC6 01/15/2020 1.840000 150,000.00 149,964.67 115.00 0.00 85455 CCCSIG ABS CARMX 20 14315XAC2 01/22/2020 1.890000 125,000.00 124,975.48 105.00 0.00 09/16/2024 1.884382 149,964.67 99.976447 BOOK 0.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 28 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 7 of 11 08/26/2022 1.860000 825,000.00 100.000000 BOOK 0.00 85407 CCCSIG YCD DNB NOR 23341VZT1 12/06/2019 2.040000 825,000.00 825,000.00 1,355.75 0.00 12/02/2022 2.040000 825,000.00 100.000000 BOOK 0.00 85209 CCCSIG YCD NORDEA B 65558TLL7 08/29/2019 1.850000 825,000.00 825,000.00 5,299.48 0.00 08/26/2022 1.850000 825,000.00 100.000000 BOOK 0.00 85216 CCCSIG YCD SKANDINA 83050PDR7 09/03/2019 1.860000 825,000.00 825,000.00 5,328.13 0.00 86149 CCCSIG YCD CREDIT A 22535CDV0 04/04/2019 2.830000 800,000.00 799,391.11 5,471.34 0.00 04/01/2022 2.830000 800,000.00 99.923889 IDC-FIS -608.89 86122 CCCSIG YCD CREDIT S 22552G3C2 03/23/2021 .590000 595,000.00 595,000.00 975.14 0.00 03/17/2023 .590000 595,000.00 100.000000 BOOK 0.00 1.901499 3,870,000.00 99.984266 -608.89 Subtotal 1.901499 3,870,000.00 3,869,391.11 18,429.84 0.00 Inv Type: 74 CERT OF DEPOSIT MEDIUM TERM 85702 CCCSIG YCD SUMITOMO 86565CKU2 07/14/2020 .700000 625,000.00 625,000.00 2,114.58 0.00 07/08/2022 .700000 625,000.00 100.000000 BOOK 0.00 .700000 625,000.00 100.000000 0.00 Subtotal .700000 625,000.00 625,000.00 2,114.58 0.00 Inv Type: 72 NEGOTIABLE CERT OF DEPOSIT 02/20/2024 .266701 219,977.47 99.989759 BOOK 0.00 86100 CCCSIG ABS BMWLT 20 05591RAC8 03/10/2021 .290000 145,000.00 144,995.40 7.01 0.00 01/25/2024 .292178 144,995.40 99.996828 BOOK 0.00 86078 CCCSIG ABS GMALT 20 36261RAC2 02/24/2021 .260000 220,000.00 219,977.47 17.48 0.00 08/15/2025 .509055 154,965.88 99.977987 BOOK 0.00 86024 CCCSIG ABS CARMX 20 14316NAC3 01/27/2021 .340000 135,000.00 134,973.32 20.40 0.00 12/15/2025 .348036 134,973.32 99.980237 BOOK 0.00 86173 CCCSIG ABS CARMX 20 14314QAC8 04/21/2021 .520000 255,000.00 254,945.05 58.94 0.00 86234 CCCSIG ABS GMALT 20 380144AC9 05/26/2021 .340000 295,000.00 294,953.69 27.86 0.00 05/20/2024 .350314 294,953.69 99.984302 BOOK 0.00 09/15/2025 .384765 169,982.12 99.989482 BOOK 0.00 02/17/2026 .528866 254,945.05 99.978451 BOOK 0.00 86185 CCCSIG ABS HART 202 44933LAC7 04/28/2021 .380000 170,000.00 169,982.12 28.70 0.00 1.206846 4,880,945.15 99.986585 0.00 Subtotal 1.197647 4,881,600.00 4,880,945.15 2,505.54 0.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 29 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 8 of 11 85335 CCCSIG CORP CITIGRO 17308CC46 11/04/2019 2.312000 290,000.00 291,815.40 1,061.59 1,815.40 09/26/2022 2.042132 224,725.50 102.032000 IDC-FIS 0.00 11/04/2022 2.312000 290,000.00 100.626000 IDC-FIS 0.00 11/18/2022 1.966325 224,896.50 102.189000 IDC-FIS 0.00 85444 CCCSIG CORP CATERPI 14913Q3C1 01/13/2020 1.950000 225,000.00 229,925.25 524.06 5,028.75 09/06/2022 1.947926 339,527.40 101.847000 IDC-FIS 0.00 85228 CCCSIG CORP APPLE I 037833DL1 09/11/2019 1.700000 200,000.00 203,504.00 1,038.89 3,538.00 85244 CCCSIG CORP PACCAR 69371RQ33 09/26/2019 2.000000 225,000.00 229,572.00 1,187.50 4,846.50 09/11/2022 1.705837 199,966.00 101.752000 IDC-FIS 0.00 85462 CCCSIG CORP BANK OF 06406RAM9 01/28/2020 1.850000 400,000.00 409,200.00 3,165.56 9,480.00 85636 CCCSIG CORP CHEVRON 166764BV1 05/11/2020 1.141000 185,000.00 187,728.75 293.17 2,728.75 85469 CCCSIG CORP ADOBE I 00724PAA7 02/03/2020 1.700000 90,000.00 91,982.70 637.50 2,106.00 01/27/2023 1.874134 399,720.00 102.300000 IDC-FIS 0.00 02/01/2023 1.747172 89,876.70 102.203000 IDC-FIS 0.00 05/01/2023 .816947 199,604.00 100.843000 IDC-FIS 0.00 85634 CCCSIG CORP PEPSICO 713448EY0 05/01/2020 .750000 200,000.00 201,686.00 250.00 2,082.00 09/15/2022 2.567904 246,702.50 102.169000 IDC-FIS 0.00 85073 CCCSIG CORP VISA IN 92826CAG7 05/24/2019 2.150000 250,000.00 255,422.50 1,582.64 8,720.00 05/19/2022 2.605838 150,274.67 102.227000 IDC-FIS 0.00 85099 CCCSIG CORP MORGAN 61744YAH1 06/07/2019 2.750000 150,000.00 153,340.50 481.25 3,065.83 04/01/2023 3.207000 550,000.00 102.120000 IDC-FIS 0.00 84923 CCCSIG CORP MERCK A 589331AT4 03/15/2019 2.400000 300,000.00 306,051.00 2,120.00 9,117.00 85211 CCCSIG CORP CATERPI 14913Q3A5 09/06/2019 1.900000 340,000.00 346,279.80 2,063.61 6,752.40 84932 CCCSIG CORP JPMORGA 46647PBB1 03/22/2019 3.207000 550,000.00 561,660.00 4,409.63 11,660.00 09/15/2022 2.708028 296,934.00 102.017000 IDC-FIS 0.00 85121 CCCSIG CORP AMERICA 02665WCY5 06/27/2019 2.200000 500,000.00 509,560.00 122.22 10,020.00 02/14/2023 1.864079 398,476.00 102.294000 IDC-FIS 0.00 85205 CCCSIG CORP 3M COMP 88579YBL4 08/26/2019 1.750000 400,000.00 409,176.00 2,663.89 10,700.00 08/23/2022 1.961036 374,880.00 101.911000 IDC-FIS 0.00 85206 CCCSIG CORP BANK OF 06406RAK3 08/23/2019 1.950000 375,000.00 382,166.25 2,600.00 7,286.25 08/08/2022 2.184966 169,828.30 103.773000 IDC-FIS 0.00 85190 CCCSIG CORP NORTHER 665859AN4 08/13/2019 2.375000 300,000.00 306,936.00 2,948.96 3,294.00 06/27/2022 2.231876 499,540.00 101.912000 IDC-FIS 0.00 85192 CCCSIG CORP HONEYWE 438516BT2 08/08/2019 2.150000 170,000.00 176,414.10 1,451.85 6,585.80 08/02/2022 1.952099 303,642.00 102.312000 IDC-FIS 0.00 Inv Type: 75 CORPORATE NOTES Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 30 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 9 of 11 86023 CCCSIG CORP MORGAN 6174468W2 01/25/2021 .529000 455,000.00 454,818.00 1,043.01 0.00 01/11/2024 .452016 399,976.00 99.686000 IDC-FIS -1,232.00 01/25/2024 .529000 455,000.00 99.960000 IDC-FIS -182.00 02/16/2025 .563000 245,000.00 99.461000 IDC-FIS -1,320.55 86067 CCCSIG CORP JPMORGA 46647PBY1 02/16/2021 .563000 245,000.00 243,679.45 517.26 0.00 86013 CCCSIG CORP TOYOTA 89236THU2 01/11/2021 .450000 400,000.00 398,744.00 850.00 0.00 85916 CCCSIG CORP BRISTOL 110122DT2 11/13/2020 .537000 375,000.00 375,423.75 268.50 423.75 11/13/2023 .537000 375,000.00 100.113000 IDC-FIS 0.00 11/17/2023 .627000 400,000.00 100.022000 IDC-FIS 0.00 85925 CCCSIG CORP GOLDMAN 38141GXL3 11/19/2020 .627000 400,000.00 400,088.00 306.53 88.00 04/06/2023 .440895 114,906.85 100.025000 IDC-FIS 0.00 03/18/2024 .766891 244,877.50 100.573000 IDC-FIS 0.00 86114 CCCSIG CORP CHARLES 808513BN4 03/18/2021 .750000 245,000.00 246,403.85 525.73 1,526.35 86134 CCCSIG CORP JPMS CH 46647PBS4 09/16/2020 .653000 75,000.00 75,033.75 142.84 33.75 86160 CCCSIG CORP TOYOTA 89236TJD8 04/09/2021 .400000 115,000.00 115,028.75 104.78 121.90 09/16/2024 .653000 75,000.00 100.045000 IDC-FIS 0.00 85657 CCCSIG CORP AMAZON.023135BP0 06/03/2020 .400000 425,000.00 425,459.00 132.22 1,054.00 05/15/2024 1.678000 250,000.00 102.102000 IDC-FIS 0.00 06/03/2023 .447032 424,405.00 100.108000 IDC-FIS 0.00 07/05/2023 .726876 149,877.00 100.686000 IDC-FIS 0.00 85658 CCCSIG JOHN DEERE C 24422EVH9 06/04/2020 .700000 150,000.00 151,029.00 513.33 1,152.00 05/11/2023 1.141000 185,000.00 101.475000 IDC-FIS 0.00 10/24/2024 .810000 250,000.00 100.403000 IDC-FIS 0.00 85637 CCCSIG CORP APPLE I 037833DV9 05/11/2020 .750000 375,000.00 378,236.25 390.63 4,256.25 85643 CCCSIG CORP CITIGRO 172967MR9 05/14/2020 1.678000 250,000.00 255,255.00 536.03 5,255.00 05/11/2023 .842007 373,980.00 100.863000 IDC-FIS 0.00 85665 CCCSIG CORP PACCAR 69371RQ82 06/08/2020 .800000 100,000.00 100,817.00 51.11 956.00 09/14/2023 .417979 99,872.00 100.074000 IDC-FIS 0.00 85770 CCCSIG CORP UNILEVE 904764BJ5 09/14/2020 .375000 100,000.00 100,074.00 111.46 202.00 85804 CCCSIG CORP BANK OF 06051GHF9 09/28/2020 3.550000 325,000.00 341,448.25 3,717.64 0.00 85855 CCCSIG CORP BANK OF 06051GJH3 10/21/2020 .810000 250,000.00 251,007.50 376.88 1,007.50 03/05/2024 1.619545 345,884.50 105.061000 IDC-FIS -4,436.25 85724 CCCSIG CORP PACCAR 69371RQ90 08/11/2020 .350000 55,000.00 54,920.25 74.86 0.00 06/08/2023 .847023 99,861.00 100.817000 IDC-FIS 0.00 08/11/2023 .393968 54,927.95 99.855000 IDC-FIS -7.70 08/19/2022 .483000 395,000.00 100.000000 BOOK 0.00 85743 CCCSIG CORP HONEYWE 438516CC8 08/19/2020 .483000 395,000.00 395,000.00 699.55 0.00 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 31 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 10 of 11 02/14/2022 1.800000 825,000.00 99.930333 IDC-FIS -574.75 86161 CCCSIG YCD SOCIETE 83369XDL9 02/19/2020 1.800000 825,000.00 824,425.25 5,651.25 0.00 Subtotal 1.800000 825,000.00 824,425.25 5,651.25 0.00 1.800000 825,000.00 99.930333 -574.75 Inv Type: 79 YCD/NCD 30/360 86236 CCCSIG CORP JP MORG 46647PCH7 06/01/2021 .824000 190,000.00 189,650.40 130.47 0.00 05/28/2024 .703037 364,967.15 99.897000 IDC-FIS -343.10 06/01/2025 .824000 190,000.00 99.816000 IDC-FIS -349.60 06/07/2024 .492144 184,768.75 99.702000 IDC-FIS -320.05 86245 CCCSIG CORP JOHN DE 24422EVQ9 06/10/2021 .450000 185,000.00 184,448.70 48.56 0.00 86235 CCCSIG CORP ASTRAZE 04636NAC7 05/28/2021 .700000 365,000.00 364,624.05 234.21 0.00 86174 CCCSIG CORP MORG ST 61772BAA1 04/22/2021 .731000 35,000.00 35,070.35 49.04 70.35 05/01/2025 .981000 160,000.00 100.278000 IDC-FIS 0.00 86192 CCCSIG CORP CITIGRO 172967MX6 05/04/2021 .981000 160,000.00 160,444.80 248.52 444.80 04/05/2024 .731000 35,000.00 100.201000 IDC-FIS 0.00 86229 CCCSIG CORP UNITEDH 91324PEB4 05/19/2021 .550000 260,000.00 259,703.60 166.83 0.00 05/15/2024 .585155 259,729.60 99.886000 IDC-FIS -26.00 86222 CCCSIG CORP AMAZON.023135BW5 05/12/2021 .450000 560,000.00 558,952.80 343.00 0.00 05/12/2024 .499093 559,182.40 99.813000 IDC-FIS -229.60 Subtotal 1.366803 11,640,000.00 11,767,780.75 40,185.31 125,418.33 1.335130 11,650,809.27 101.097773 -8,446.85 Grand Total Count 149 .929194 77,717,071.98 78,155,380.89 175,566.16 359,007.16 .875261 77,847,654.93 100.563980 -50,185.84 Inv.Description CUSIP Purchase Coupon Current Par /Share Market Value Curr Accr Int Unrealized Gain No.Maturity YTM TR Current Book Market Price Price Source Unrealized Loss Page 32 Inventory by Market Value Contra Costa County As Of Date: 06/30/2021 Run: 08/13/2021 01:12:19 PMDate Basis: Settlement Reporting Currency: Local AvantGard APS2 Page 11 of 11 SUPRANATIONAL 1,720.00 1,717.52 1,719.63 100.12 %2.11 0.36 % MBS/ABS 7,452.07 7,468.47 7,468.47 100.00 %0.00 1.43 % CORPORATE NOTES 11,640.00 11,650.81 11,767.78 101.00 %116.97 1.34 % NCD/YCD 5,320.00 5,320.00 5,318.82 99.98 %-1.18 1.74 % MUNICIPALS 2,430.00 2,432.80 2,432.36 99.98 %-0.43 0.74 % U.S. AGENCIES 17,155.00 17,127.63 17,152.07 100.14 %24.43 0.32 % U.S. TREASURIES 32,000.00 32,130.42 32,296.25 100.52 %166.92 0.77 % Totals(000's)77,717.07 77,847.65 78,155.38 100.40 %308.82 0.88 % Assets (000's)Current Par Current Book Market MKT/Book Un Gain/Loss Yield Asset Allocation Page 33 SECTION III APPENDIX B. INVESTMENT PORTFOLIO DETAIL – MANAGED BY OUTSIDE CONTRACTED PARTIES B.2. STATE OF CALIFORNIA LOCAL AGENCY INVESTMENT FUND (LAIF) CONTRA COSTA COUNTY AS OF JUNE 30, 2021 . CALIFORNIA STATE LOCAL STATE CONTROLLER ACCOUNT ESTIMATED AGENCY INVESTMENT ACCOUNTS ACCOUNT NUMBER BALANCE FAIR VALUE ACALANES UNION HIGH SCHOOL 75-07-010 1,122,731.19 1,122,824.34 ANTIOCH UNIFIED SCHOOL DISTRICT 75-07-005 889,815.02 889,888.85 BRENTWOOD UNION SCHOOL DISTRICT 75-07-013 8,365,505.35 8,366,199.44 BYRON UNION SCHOOL DISTRICT 75-07-017 178,259.59 178,274.38 CANYON ELEMENTARY SCHOOL DISTRICT 75-07-018 156,984.98 156,998.01 CENTRAL CONTRA COSTA SANITARY DISTRICT 70-07-001 29,700,000.00 29,702,464.21 CONTRA COSTA COMMUNITY COLLEGE 75-07-001 55,760,160.95 55,764,787.37 CONTRA COSTA COUNTY 99-07-000 75,000,000.00 75,006,222.75 CONTRA COSTA COUNTY OFFICE OF EDUCATION 75-07-007 1,380,698.11 1,380,812.67 CONTRA COSTA COUNTY SCHOOL INSURANCE GROUP 35-07-001 2,403,582.51 2,403,781.94 CROCKETT COMMUNITY SERVICES DISTRICT 16-07-004 5,020,505.17 5,020,921.72 DELTA DIABLO SANITATION DISTRICT 70-07-003 78,178.62 78,185.11 EAST CONTRA COSTA REG FEE & FINANCING AUTH 40-07-006 1,082,020.27 1,082,110.05 KENSINGTON FIRE PROTECTION DISTRICT 17-07-011 7,434,297.24 7,434,914.06 KENSINGTON POLICE PROTECTION & COMMUNITY 16-07-003 1,570,105.13 1,570,235.40 SERVICES DISTRICT LAFAYETTE SCHOOL DISTRICT 75-07-012 5,241,220.93 5,241,655.79 MARTINEZ UNIFIED SCHOOL DISTRICT 75-07-011 20,953,029.03 20,954,767.50 MORAGA ORINDA FIRE DISTRICT 17-07-003 13,712,059.73 13,713,197.42 MORAGA SCHOOL DISTRICT 75-07-016 2,879.46 2,879.70 MT DIABLO UNIFIED SCHOOL DISTRICT 75-07-008 3,689,481.25 3,689,787.37 MT VIEW SANITARY DISTRICT 70-07-008 6,905,452.30 6,906,025.25 OAKLEY UNION SCHOOL DISTRICT 75-07-009 266,253.29 266,275.38 ORINDA UNION SCHOOL DISTRICT 75-07-015 3,324,680.22 3,324,956.07 PITTSBURG UNIFIED SCHOOL DISTRICT 75-07-002 37,866.60 37,869.74 RECLAMATION DISTRICT 799 60-07-001 189,013.77 189,029.45 RECLAMATION DISTRICT 800 60-07-003 3,793,355.30 3,793,670.03 RECLAMATION DISTRICT 2026 60-07-005 207,179.45 207,196.64 REDEVELOPMENT AGENCY 65-07-015 0.04 0.04 RODEO -HERCULES FIRE PROTECTION DISTRICT 17-07-001 2,135,995.45 2,136,172.67 SAN RAMON VALLEY UNIFIED SCHOOL DISTRICT 75-07-004 257,987.76 258,009.17 WEST CONTRA COSTA UNIFIED SCHOOL DISTRICT 75-07-014 33,363,617.47 33,366,385.65 TOTAL 284,222,916.18 284,246,498.16 Page 34 SECTION III APPENDIX B. INVESTMENT PORTFOLIO DETAIL – MANAGED BY OUTSIDE CONTRACTED PARTIES ASSET MANAGEMENT FUNDS B.3. WELLS CAPITAL MANAGEMENT B.4. CAMP B.5. CalTRUST (LIQUIDITY)* B.6. US BANK *No investments were made in the CalTRUST Liquidity Fund during the quarter. WFAM GAAP30 June 2021WC-Contra Costa CountyInvestment Strategy: Short Duration Fixed IncomeThe information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to yourcustody statement for official portfolio holdings and transactions. Note that certain accounting methods may cause differences between this investment report and your custodystatement.Wells Fargo Asset Management is a trade name used by the asset management businesses of Wells Fargo & Company.Page 35 1 - 45 - 67 - 89 - 1011 - 1516 - 21Risk Summary (WC-Contra Costa County)Performance Summary Gross of Fees (WC-Contra Costa County) Performance Summary Net of Fees (WC-Contra Costa County) GAAP FX Financials (WC-Contra Costa County)Income Detail (WC-Contra Costa County)Balance Sheet Classification (WC-Contra Costa County) Trading Activity (WC-Contra Costa County)*Transaction Detail (WC-Contra Costa County)*MMF Transaction Detail (WC-Contra Costa County)*Roll Forward (WC-Contra Costa County)*Shock Analysis (WC-Contra Costa County)*Table of Contents`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.*Information will be provided upon request.Page 36 Balance SheetBook Value + Accrued44,231,095.18Net Unrealized Gain/Loss11,934.15Market Value + Accrued44,243,029.33Portfolio CharacteristicsRisk MetricValueCash24.40MMFund2,488,815.81Fixed Income41,754,189.12Duration0.420Convexity-0.012WAL0.533Years to Final Maturity 0.947Years to Effective Maturity 0.563Yield0.176Book Yield0.369Avg Credit RatingAA+/Aa1/AA+Issuer ConcentrationIssuer Concentration% of BaseMarket Value+ AccruedOther66.09%Farm Credit System13.56%Wells Fargo & Company5.63%International Bank for Reconstruction andDevelopment3.42%Federal Home Loan Mortgage Corporation 3.18%American Express Company3.10%Old Line Funding, LLC2.71%---100.00%Footnotes: 1,2Asset Class (%)Security Type (%)Market Sector (%)Risk SummaryUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 37 Credit RatingCredit Duration Heat MapRating 0 - 1 1 - 2 2 - 3 3 - 4 4 - 5 5 - 7 7 - 10 10 - 15 15 - 30AAA 57.28% 2.76% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%AA 17.22% 4.54% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%A 12.75% 4.09% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%BBB 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%BB 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%B 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%CCC 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%CC 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%C 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%NA 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00%Time To MaturityDurationRisk SummaryUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 38 Industry SectorIndustry GroupIndustry SubgroupMMF Asset AllocationCurrencyCountryRisk SummaryUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 39 1: * Grouped by: Issuer Concentration. 2: * Groups Sorted by: % of Base Market Value + Accrued.Risk SummaryUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 40 Gross of Fees (includes trading).PeriodPeriod BeginPeriod EndTotal Return, Gross ofFeesWeighted AverageIndex ReturnExcess Total Return,Gross of FeesMonth to Date06/01/202106/30/2021-0.01%-0.01%0.00%Quarter to Date04/01/202106/30/20210.06%0.01%0.05%Year to Date01/01/202106/30/20210.12%0.05%0.07%Prior Month05/01/202105/31/20210.04%0.01%0.03%Prior Quarter01/01/202103/31/20210.06%0.04%0.02%Prior Year01/01/202012/31/20201.49%1.05%0.45%Trailing Month06/01/202106/30/2021-0.01%-0.01%0.00%Trailing Quarter04/01/202106/30/20210.06%0.01%0.05%Trailing Year07/01/202006/30/20210.35%0.17%0.18%AccountIndexIndex Start DateIndex End DateWC-Contra Costa CountyML 6 Month T-Bill01/01/198011/30/2004WC-Contra Costa CountyICE BofA US 6-Month Treasury Bill Index12/01/2004---Performance SummaryGross of FeesUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 41 Returns are actual and have not been annualized. No Tax Adjustment. Note that data will not exist prior to the performance inception date of: 04/01/2001. Historical data exists for the options shown below, only available on historical data boundaries:Reported Index Return is always Total Return.Begin Date,End DateReturn Type,Fee OptionsTax Options04/01/200101/31/2011Total ReturnGross of Fees, Net of FeesGross Down Method, Gross Up Method, No Tax Adjustment04/01/200101/31/2011Income ReturnGross of FeesNo Tax Adjustment04/01/200101/31/2011Price ReturnGross of FeesNo Tax Adjustment01/01/200801/31/2011Book ReturnGross of Fees, Net of FeesGross Down Method, Gross Up Method, No Tax AdjustmentPerformance SummaryGross of FeesUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 42 Net of Fees (includes management and trading).PeriodPeriod BeginPeriod EndTotal Return, Net ofFeesWeighted AverageIndex ReturnExcess Total Return,Net of FeesMonth to Date06/01/202106/30/2021-0.01%-0.01%-0.01%Quarter to Date04/01/202106/30/20210.03%0.01%0.03%Year to Date01/01/202106/30/20210.07%0.05%0.02%Prior Month05/01/202105/31/20210.03%0.01%0.02%Prior Quarter01/01/202103/31/20210.04%0.04%-0.01%Prior Year01/01/202012/31/20201.38%1.05%0.34%Trailing Month06/01/202106/30/2021-0.01%-0.01%-0.01%Trailing Quarter04/01/202106/30/20210.03%0.01%0.03%Trailing Year07/01/202006/30/20210.25%0.17%0.08%AccountIndexIndex Start DateIndex End DateWC-Contra Costa CountyML 6 Month T-Bill01/01/198011/30/2004WC-Contra Costa CountyICE BofA US 6-Month Treasury Bill Index12/01/2004---Performance SummaryNet of FeesUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 43 Returns are actual and have not been annualized. No Tax Adjustment. Note that data will not exist prior to the performance inception date of: 04/01/2001. Historical data exists for the options shown below, only available on historical data boundaries:Reported Index Return is always Total Return.Begin Date,End DateReturn Type,Fee OptionsTax Options04/01/200101/31/2011Total ReturnGross of Fees, Net of FeesGross Down Method, Gross Up Method, No Tax Adjustment04/01/200101/31/2011Income ReturnGross of FeesNo Tax Adjustment04/01/200101/31/2011Price ReturnGross of FeesNo Tax Adjustment01/01/200801/31/2011Book ReturnGross of Fees, Net of FeesGross Down Method, Gross Up Method, No Tax AdjustmentPerformance SummaryNet of FeesUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 44 Balance SheetWC-Contra Costa CountyAs of:03/31/202106/30/2021Book Value44,086,033.8044,120,654.43Accrued Balance164,200.32110,440.75Book Value + Accrued44,250,234.1244,231,095.18Net FX Unrealized AccruedGain/Loss0.000.00Net FX Unrealized Carrying ValueSecurity Gain/Loss0.000.00Net Market Unrealized CarryingValue Gain/Loss39,930.1411,934.15Carrying Value and Accrued44,290,164.2744,243,029.33Income StatementWC-Contra Costa CountyBegin DateEnd Date04/01/202106/30/2021Net Amortization/Accretion Income-99,993.65Interest Income154,103.69Dividend Income0.00Foreign Tax Withheld Expense0.00Misc Income0.00Net Market Allowance Expense0.00Net FX Allowance Expense0.00Income Subtotal154,103.69Net FX Realized Gain/Loss0.00Net Market Realized Gain/Loss-0.01Net Total Holding Gain/Loss0.00Total Impairment Loss0.00Net Total Gain/Loss-0.01Expense-10,639.02Net Income43,471.01Transfers In/Out-62,609.95Change in FX Unrealized Gain/Loss0.00Change in Market Unrealized Gain/Loss-27,995.99GAAP FX FinancialsUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 45 Statement of Cash FlowsWC-Contra Costa CountyBegin DateEnd Date04/01/202106/30/2021Net Income43,471.01Amortization/Accretion on MS97,463.55Change in Accrued on MS65,340.46Net Gain/Loss on MS0.01Change in Unrealized G/L on CE81.61Subtotal162,885.62Purchase of MS-13,123,496.34Purchased Accrued of MS-16,679.22Sales of MS1,207,697.56Sold Accrued of MS0.00Maturities of MS14,565,000.00Net Purchases/Sales2,632,522.00Transfers of Cash & CE-62,609.95Total Change in Cash & CE2,776,268.68Beginning Cash & CE712,553.47Ending Cash & CE3,488,822.15GAAP FX FinancialsUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 46 Identifier,DescriptionEnding Base Current Units,CouponEffectiveMaturity,Final MaturityTransfers In/Out,Settle DateInterest/DividendIncome,Net Amortization/Accretion IncomeNet Realized Gain/LossBase Expense,Base Net Income03066RAB1AMCAR 2021-2 A2800,000.000.2605/17/202211/18/20240.0006/16/202186.670.630.000.0087.300258M0EH8AMERICAN EXPRESS CREDIT CORP700,000.000.8301/31/202203/03/20220.0005/21/2021674.59-567.250.000.00107.3502582JJH4AMXCA 2018-8 A665,000.003.1809/14/202109/15/20210.0006/18/20205,286.75-4,613.180.000.00673.57032556GM8ANAHEIM CALIF HSG & PUB IMPT AUTH REV630,000.001.6510/01/202110/01/20210.0003/04/20202,594.030.000.000.002,594.0306051GHH5BANK OF AMERICA CORP0.003.5005/17/202205/17/20220.0006/29/20203,129.66-2,498.000.000.00631.6606051GHH5BANK OF AMERICA CORP0.003.5005/17/202205/17/20220.0006/29/20200.000.000.000.000.0006051GJX8BANK OF AMERICA CORP500,000.000.5505/28/202305/28/20240.0005/28/2021258.250.000.000.00258.2506406RAM9BANK OF NEW YORK MELLON CORP650,000.001.8501/02/202301/27/20230.0003/26/20213,006.25-2,594.550.000.00411.7009247XAH4BLACKROCK INC0.004.2505/24/202105/24/20210.0006/01/20202,815.63-2,579.410.000.00236.2213063DWC8CALIFORNIA ST0.003.0005/01/202105/01/20210.0009/09/20201,250.00-1,175.640.000.0074.3614315NAC4CARMX 2019-1 A3607,913.773.0501/13/202203/15/20240.0004/09/20214,723.34-4,704.800.000.0018.5414575TDV1CARSON CALIF REDEV AGY SUCCESSOR AGY TAXALLOCATIO250,000.000.8108/01/202108/01/20210.0009/03/2020505.630.000.000.00505.63CCYUSDCash-0.620.0006/30/202106/30/2021-62,609.95---0.000.000.00-10,639.02-10,639.0214913Q2W8CATERPILLAR FINANCIAL SERVICES CORP0.002.6505/17/202105/17/20210.0007/01/20201,811.57-1,558.120.000.00253.4514913Q2W8CATERPILLAR FINANCIAL SERVICES CORP0.002.6505/17/202105/17/20210.0010/08/2020507.92-458.650.000.0049.2714913R2N6CATERPILLAR FINANCIAL SERVICES CORP700,000.000.1711/17/202211/17/20220.0005/21/2021136.49-31.600.000.00104.9015189XAP3CENTERPOINT ENERGY HOUSTON ELECTRIC LLC0.001.8506/01/202106/01/20210.0010/08/20201,079.16-931.890.000.00147.28808513AV7CHARLES SCHWAB CORP0.000.5005/21/202105/21/20210.0012/05/2019498.20-34.510.000.00463.68166756AG1CHEVRON USA INC400,000.000.2808/12/202208/12/20220.0008/12/2020295.790.000.000.00295.7917325FAQ1CITIBANK NA0.003.4007/23/202107/23/20210.0007/01/20205,421.11-4,882.350.000.00538.7622546QAR8CREDIT SUISSE AG (NEW YORK BRANCH)300,000.003.0010/29/202110/29/20210.0009/28/20202,250.00-1,990.970.000.00259.03Income DetailUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 47 Identifier,DescriptionEnding Base Current Units,CouponEffectiveMaturity,Final MaturityTransfers In/Out,Settle DateInterest/DividendIncome,Net Amortization/Accretion IncomeNet Realized Gain/LossBase Expense,Base Net Income22546QAR8CREDIT SUISSE AG (NEW YORK BRANCH)300,000.003.0010/29/202110/29/20210.0011/09/20202,250.00-2,071.410.000.00178.59244199BE4DEERE & CO700,000.002.6003/08/202206/08/20220.0006/10/20211,061.67-991.570.000.0070.10275282PP0EAST SIDE UN HIGH SCH DIST CALIF SANTA CLARACNTY500,000.000.4508/01/202208/01/20220.0010/29/2020566.250.000.000.00566.2530231GAJ1EXXON MOBIL CORP695,000.002.4001/06/202203/06/20220.0003/31/20214,164.79-3,765.440.000.00399.35313313DU9FEDERAL FARM CREDIT BANKS FUNDING CORP0.000.0004/01/202104/01/20210.0004/02/20200.000.000.000.000.00313313EA2FEDERAL FARM CREDIT BANKS FUNDING CORP0.000.0004/07/202104/07/20210.0005/28/20200.0031.670.000.0031.67313313KF4FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.000.0008/10/202108/10/20210.0009/08/20200.00379.170.000.00379.173133EKR73FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.000.1409/23/202109/23/20210.0009/23/2019484.560.000.000.00484.56313313MK1FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.000.0010/01/202110/01/20210.0011/18/20200.00303.330.000.00303.33313313JQ2FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.000.0007/26/202107/26/20210.0011/30/20200.00252.780.000.00252.78313313JY5FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.000.0008/03/202108/03/20210.0012/18/20200.00252.780.000.00252.783133EMTK8FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.000.0803/16/202203/16/20220.0003/16/2021200.0018.700.000.00218.70313385GB6FEDERAL HOME LOAN BANKS0.000.0005/26/202105/26/20210.0005/26/20200.00282.640.000.00282.643130A1W95FEDERAL HOME LOAN BANKS0.002.2506/11/202106/11/20210.0002/06/20204,375.00-1,360.710.000.003,014.29313378JP7FEDERAL HOME LOAN BANKS1,000,000.002.3809/10/202109/10/20210.0010/28/20195,937.50-1,737.390.000.004,200.113137EAEC9FEDERAL HOME LOAN MORTGAGE CORP1,400,000.001.1308/12/202108/12/20210.0011/05/20203,937.50-3,475.290.000.00462.21341081GD3FLORIDA POWER & LIGHT CO600,000.000.2705/10/202305/10/20230.0005/10/2021233.040.000.000.00233.0434153P7G7FLORIDA ST BRD ED PUB ED0.005.0006/01/202106/01/20210.0004/20/20206,250.00-5,171.890.000.001,078.1134531MAD0FORDL 2020-A A3590,000.001.8510/28/202103/15/20230.0001/28/20202,728.742.770.000.002,731.51376087FW7GILROY CALIF UNI SCH DIST500,000.001.7208/01/202108/01/20210.0010/31/20192,151.250.000.000.002,151.25378460YA1GLENDALE CALIF UNI SCH DIST150,000.000.9209/01/202109/01/20210.0006/02/2020345.380.000.000.00345.38Income DetailUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 48 Identifier,DescriptionEnding Base Current Units,CouponEffectiveMaturity,Final MaturityTransfers In/Out,Settle DateInterest/DividendIncome,Net Amortization/Accretion IncomeNet Realized Gain/LossBase Expense,Base Net Income36256UAD0GMALT 2019-1 A30.002.9804/20/202112/20/20210.0001/24/202054.07-14.340.000.0039.7336258NAC6GMCAR 2020-1 A3500,000.001.8403/12/202209/16/20240.0002/17/20212,300.01-878.280.000.001,421.7338346LUD6Gotham Funding Corporation1,000,000.000.0007/13/202107/13/20210.0004/22/20210.00213.890.000.00213.8943813DAB4HAROT 2020-2 A2308,693.470.7409/11/202111/15/20220.0011/23/2020750.39-572.69-0.010.00177.69427866BA5HERSHEY CO0.003.1005/15/202105/15/20210.0010/08/20202,652.22-2,444.310.000.00207.91438516CD6HONEYWELL INTERNATIONAL INC500,000.000.3808/19/202108/19/20220.0008/19/2020500.980.000.000.00500.984581X0CN6INTER-AMERICAN DEVELOPMENT BANK1,000,000.001.7504/14/202204/14/20220.0004/30/20212,965.28-2,739.370.000.00225.91459058GH0INTERNATIONAL BANK FOR RECONSTRUCTIONAND DEVELOPM1,000,000.002.7507/23/202107/23/20210.0007/31/20206,875.00-6,370.000.000.00505.00459058JV6INTERNATIONAL BANK FOR RECONSTRUCTIONAND DEVELOPM500,000.000.1304/20/202304/20/20230.0005/26/202160.7633.720.000.0094.4845950KCW8INTERNATIONAL FINANCE CORP700,000.000.1406/30/202306/30/20230.0006/30/20212.720.000.000.002.7224422EUV9JOHN DEERE CAPITAL CORP0.002.3006/07/202106/07/20210.0004/01/20212,951.67-2,744.000.000.00207.6746647PAS5JPMORGAN CHASE & CO0.003.5106/18/202206/18/20220.0002/04/20215,261.24-4,987.340.000.00273.9046647PAS5JPMORGAN CHASE & CO0.003.5106/18/202206/18/20220.0002/04/20210.000.000.000.000.0046625HJD3JPMORGAN CHASE & CO650,000.004.5001/24/202201/24/20220.0006/29/2021162.50-153.820.000.008.68542424WH5LONG BEACH CALIF HBR REV500,000.004.0007/15/202107/15/20210.0005/19/20205,000.00-3,768.310.000.001,231.6958772TAC4MBALT 2019-A A30.003.1004/25/202111/15/20210.0007/29/201984.85-49.42-0.010.0035.4258769KAC8MBALT 2021-B A2400,000.000.2207/21/202201/16/20240.0006/29/20214.890.170.000.005.0658769TAD7MBART 2019-1 A3433,415.931.9402/07/202203/15/20240.0003/26/20212,242.52-1,281.570.000.00960.9465479GAD1NAROT 2018-B A399,703.013.0610/10/202103/15/20230.0005/17/2021406.88-308.020.000.0098.8565479HAC1NAROT 2019-B A3434,412.232.5001/20/202211/15/20230.0012/07/20203,067.82-3,118.80-0.010.00-50.9863743HEV0NATIONAL RURAL UTILITIES COOPERATIVEFINANCE CORP500,000.000.2202/16/202302/16/20230.0006/08/202164.429.860.000.0074.28Income DetailUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 49 Identifier,DescriptionEnding Base Current Units,CouponEffectiveMaturity,Final MaturityTransfers In/Out,Settle DateInterest/DividendIncome,Net Amortization/Accretion IncomeNet Realized Gain/LossBase Expense,Base Net Income63743HEV0NATIONAL RURAL UTILITIES COOPERATIVEFINANCE CORP250,000.000.2202/16/202302/16/20230.0006/25/20216.131.300.000.007.43665859AN4NORTHERN TRUST CORP100,000.002.3808/02/202208/02/20220.0003/26/2021593.75-540.110.000.0053.6467066GAK0NVIDIA CORP600,000.000.3106/15/202206/15/20230.0006/16/202177.250.000.000.0077.25678858BW0OKLAHOMA GAS AND ELECTRIC CO490,000.000.5511/26/202105/26/20230.0005/27/2021255.920.000.000.00255.9267983TW85Old Line Funding, LLC1,200,000.000.0009/08/202109/08/20210.0005/20/20210.00140.000.000.00140.0069371RQ33PACCAR FINANCIAL CORP600,000.002.0009/26/202209/26/20220.0003/25/20213,000.00-2,578.110.000.00421.89CCYUSDPayable0.000.0006/30/202106/30/20210.00---0.000.000.000.000.0069353REY0PNC BANK NA700,000.002.5511/09/202112/09/20210.0006/29/20204,462.50-3,726.070.000.00736.43CCYUSDReceivable25.020.0006/30/202106/30/20210.00---0.000.000.000.000.00786089JA1SACRAMENTO CALIF WTR REV550,000.001.4709/01/202109/01/20210.0005/06/20202,017.130.000.000.002,017.13797400MN5SAN DIEGO CNTY CALIF REGL TRANSN COMMNSALES TAX R300,000.005.0010/01/202210/01/20220.0003/23/20213,750.00-3,573.510.000.00176.49797686EK4SAN FRANCISCO CALIF MUN TRANSN AGY REV835,000.000.2503/01/202303/01/20230.0002/23/2021519.790.000.000.00519.79798153NA6SAN JOSE CALIF FING AUTH LEASE REV0.000.4206/01/202106/01/20210.0009/24/2020547.300.000.000.00547.30799055QQ4SAN MATEO FOSTER CITY CALIF SCH DIST500,000.001.0608/01/202108/01/20210.0005/19/20201,327.500.000.000.001,327.5080286XAB0SDART 2021-2 A2800,000.000.2801/09/202204/15/20240.0005/26/2021217.780.510.000.00218.28845389JD8SOUTHWESTERN CMNTY COLLEGE DIST CALIF665,000.000.3708/01/202108/01/20210.0008/05/2020613.460.000.000.00613.46857477AV5STATE STREET CORP0.001.9505/19/202105/19/20210.0012/16/20201,820.00-1,629.820.000.00190.1889231AAD3TAOT 2018-C A3273,143.123.0209/18/202112/15/20220.0007/29/20192,580.59-1,199.520.000.001,381.0789190GAB3TAOT 2021-B A2475,000.000.1405/24/202201/16/20240.0006/14/202131.400.230.000.0031.64891371AA4TORRANCE CALIF JT PWRS FING AUTH LEASE REV410,000.001.2410/01/202110/01/20210.0010/22/20201,269.970.000.000.001,269.9789236TCZ6TOYOTA MOTOR CREDIT CORP0.001.9004/08/202104/08/20210.0008/30/2019184.72-10.790.000.00173.93Income DetailUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 50 * Weighted by: Ending Base Market Value + Accrued. * Holdings Displayed by: Lot.Identifier,DescriptionEnding Base Current Units,CouponEffectiveMaturity,Final MaturityTransfers In/Out,Settle DateInterest/DividendIncome,Net Amortization/Accretion IncomeNet Realized Gain/LossBase Expense,Base Net Income89236THN8TOYOTA MOTOR CREDIT CORP600,000.000.3610/14/202210/14/20220.0004/20/2021428.00-203.250.000.00224.7586787EBE6TRUIST BANK0.002.8004/17/202205/17/20220.0006/01/20202,504.44-1,899.570.000.00604.8886787EBE6TRUIST BANK700,000.002.8004/17/202205/17/20220.0006/01/20202,395.56-1,858.270.000.00537.29912828Q78UNITED STATES TREASURY0.001.3804/30/202104/30/20210.0010/25/20191,101.52198.700.000.001,300.22912828S27UNITED STATES TREASURY0.001.1306/30/202106/30/20210.0010/18/20192,796.961,234.150.000.004,031.119128286U9UNITED STATES TREASURY0.002.1305/15/202205/15/20220.0011/30/20202,582.87-2,404.960.000.00177.929128286U9UNITED STATES TREASURY1,000,000.002.1305/15/202205/15/20220.0011/30/20202,713.99-2,568.930.000.00145.0690331HPK3US BANK NA750,000.000.3712/21/202101/21/20220.0001/21/2020709.560.000.000.00709.5692867XAD8VWALT 2019-A A3840,463.661.9911/04/202111/21/20220.0001/08/20214,222.94-2,902.930.000.001,320.0192348XAB1VZOT 2018-A A1B235,740.140.3309/21/202104/20/20230.0010/10/2018285.420.000.010.00285.4392348AAA3VZOT 2019-C A1A450,000.001.9405/06/202204/22/20240.0003/25/20212,182.50-1,095.900.000.001,086.6094975P405WELLSFARGO:GOVT MM I2,488,815.810.0106/30/202106/30/20210.00---52.150.000.000.0052.159523472B7WEST CONTRA COSTA CALIF UNI SCH DIST535,000.001.2808/01/202108/01/20210.0005/12/20201,717.350.000.000.001,717.3598163WAG1WOART 2020-B A2A413,333.830.5510/10/202107/17/20230.0012/04/2020710.33-534.030.010.00176.31------43,925,659.361.1401/22/202206/11/2022-62,609.95---154,103.69-99,993.65-0.01-10,639.0243,471.01Income DetailUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 51 CESTIdentifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued94975P405WELLSFARGO:GOVT MM I2,488,815.811.000006/30/20210.0106/30/2021 AAACash0.010.012,488,815.812,488,815.810.002,488,815.810.002,488,815.81CCYUSDReceivable25.021.000006/30/20210.0006/30/2021 AAACash0.000.0025.0225.020.0025.020.0025.02CCYUSDCash-0.621.000006/30/20210.0006/30/2021 AAACash0.000.00-0.62-0.620.00-0.620.00-0.6238346LUD6Gotham Funding Corporation1,000,000.0099.998207/13/20210.0007/13/2021 A-1+Financial0.110.05999,749.44999,963.3318.61999,981.940.00999,981.94------3,488,840.2129.375307/04/20210.0107/04/2021 AAA---0.040.023,488,589.653,488,803.5418.613,488,822.150.003,488,822.15Identifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued46625HJD3JPMORGAN CHASE & CO650,000.00102.404101/24/20224.5001/24/2022 AA-Financial0.150.25666,074.50665,920.68-294.03665,626.6512,756.25678,382.90244199BE4DEERE & CO700,000.00101.648806/08/20222.6003/08/2022 AIndustrial0.140.20712,796.00711,804.43-262.83711,541.601,162.78712,704.38313378JP7FEDERAL HOME LOAN BANKS1,000,000.00100.440809/10/20212.3809/10/2021 AAAAgency1.660.111,013,040.001,001,355.553,052.451,004,408.007,322.921,011,730.9222546QAR8CREDIT SUISSE AG (NEW YORK BRANCH)300,000.00100.908310/29/20213.0010/29/2021 AA-Financial0.330.25308,664.00302,625.4599.45302,724.901,550.00304,274.9022546QAR8CREDIT SUISSE AG (NEW YORK BRANCH)300,000.00100.908310/29/20213.0010/29/2021 AA-Financial0.230.25308,058.00302,731.53-6.63302,724.901,550.00304,274.9030231GAJ1EXXON MOBIL CORP695,000.00101.132303/06/20222.4001/06/2022 AAIndustrial0.200.20706,627.35702,820.5348.95702,869.485,321.67708,191.163137EAEC9FEDERAL HOME LOAN MORTGAGE CORP1,400,000.00100.124608/12/20211.1308/12/2021 AAAAgency0.130.061,410,693.201,401,603.98140.421,401,744.406,081.251,407,825.65Balance Sheet ClassificationUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 52 Identifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued4581X0CN6INTER-AMERICAN DEVELOPMENT BANK1,000,000.00101.287204/14/20221.7504/14/2022 AAAGovernment0.130.121,015,420.001,012,680.63191.371,012,872.003,743.061,016,615.0669353REY0PNC BANK NA700,000.00100.846412/09/20212.5511/09/2021 A+Financial0.400.19720,391.00705,363.90560.90705,924.801,090.83707,015.630258M0EH8AMERICAN EXPRESS CREDIT CORP700,000.00100.409503/03/20220.8301/31/2022 AIndustrial0.120.17703,528.00702,960.75-94.25702,866.50451.07703,317.57459058GH0INTERNATIONAL BANK FOR RECONSTRUCTIONAND DEVELOPM1,000,000.00100.154607/23/20212.7507/23/2021 AAAGovernment0.190.331,024,990.001,001,540.006.001,001,546.0012,069.441,013,615.4402582JJH4AMXCA 2018-8 A665,000.00100.627309/15/20213.1809/14/2021 AAAAsset Backed0.360.17688,015.23668,852.77318.64669,171.41939.87670,111.289128286U9UNITED STATES TREASURY1,000,000.00101.765605/15/20222.1305/15/2022 AAAGovernment0.130.101,029,023.441,017,381.27274.731,017,656.002,713.991,020,369.9986787EBE6TRUIST BANK700,000.00102.037105/17/20222.8004/17/2022 A+Financial0.630.24728,287.00711,975.522,284.18714,259.702,395.56716,655.263133EKR73FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.00100.026309/23/20210.1409/23/2021 AAAAgency0.140.031,000,000.001,000,000.00263.001,000,263.0030.641,000,293.64376087FW7GILROY CALIF UNI SCH DIST500,000.00100.120008/01/20211.7208/01/2021 AA-Municipal1.720.31500,000.00500,000.00600.00500,600.003,585.42504,185.4290331HPK3US BANK NA750,000.00100.084401/21/20220.3712/21/2021 AA-Financial0.370.16750,000.00750,000.00633.00750,633.00541.38751,174.38032556GM8ANAHEIM CALIF HSG & PUB IMPT AUTH REV630,000.00100.312010/01/20211.6510/01/2021 AA-Municipal1.650.40630,000.00630,000.001,965.60631,965.602,594.03634,559.63786089JA1SACRAMENTO CALIF WTR REV550,000.00100.218009/01/20211.4709/01/2021 AAMunicipal1.470.17550,000.00550,000.001,199.00551,199.002,689.50553,888.50799055QQ4SAN MATEO FOSTER CITY CALIF SCH DIST500,000.00100.072008/01/20211.0608/01/2021 AAAMunicipal1.060.21500,000.00500,000.00360.00500,360.002,212.50502,572.509523472B7WEST CONTRA COSTA CALIF UNI SCH DIST535,000.00100.093008/01/20211.2808/01/2021 AA-Municipal1.280.19535,000.00535,000.00497.55535,497.552,862.25538,359.80542424WH5LONG BEACH CALIF HBR REV500,000.00100.142007/15/20214.0007/15/2021 AAMunicipal0.950.57517,475.00500,579.74130.26500,710.009,222.22509,932.22Balance Sheet ClassificationUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 53 LTIdentifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued378460YA1GLENDALE CALIF UNI SCH DIST150,000.00100.121009/01/20210.9209/01/2021 AA+Municipal0.920.20150,000.00150,000.00181.50150,181.50460.50150,642.00845389JD8SOUTHWESTERN CMNTY COLLEGE DIST CALIF665,000.00100.011008/01/20210.3708/01/2021 AAMunicipal0.370.23665,000.00665,000.0073.15665,073.151,022.44666,095.5914575TDV1CARSON CALIF REDEV AGY SUCCESSOR AGYTAX ALLOCATIO250,000.00100.032008/01/20210.8108/01/2021 A+Municipal0.810.43250,000.00250,000.0080.00250,080.00842.71250,922.71313313KF4FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.0099.995608/10/20210.0008/10/2021 A-1+Agency0.150.04998,600.00999,833.33122.67999,956.000.00999,956.00313313JY5FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.0099.996308/03/20210.0008/03/2021 A-1+Agency0.100.04999,366.67999,908.3354.67999,963.000.00999,963.00891371AA4TORRANCE CALIF JT PWRS FING AUTH LEASEREV410,000.00100.248010/01/20211.2410/01/2021 AAMunicipal1.240.24410,000.00410,000.001,016.80411,016.803,513.60414,530.40313313MK1FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.0099.987210/01/20210.0010/01/2021 A-1+Agency0.120.05998,943.33999,693.33178.67999,872.000.00999,872.00313313JQ2FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.0099.997907/26/20210.0007/26/2021 A-1+Agency0.100.03999,338.89999,930.5648.44999,979.000.00999,979.003133EMTK8FEDERAL FARM CREDIT BANKS FUNDING CORP1,000,000.00100.001403/16/20220.0803/16/2022 AAAAgency0.090.08999,925.00999,946.9967.011,000,014.00233.331,000,247.3367983TW85Old Line Funding, LLC1,200,000.0099.980009/08/20210.0009/08/2021 A-1+Financial0.100.101,199,630.001,199,770.00-10.341,199,759.660.001,199,759.66------23,450,000.00100.487711/03/20211.4110/26/2021 AA+---0.450.1623,688,886.6123,549,279.2613,780.3523,563,059.6188,959.2023,652,018.81Identifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued665859AN4NORTHERN TRUST CORP100,000.00102.318808/02/20222.3808/02/2022 A+Financial0.200.24102,932.00102,356.28-37.48102,318.80982.99103,301.7965479GAD1NAROT 2018-B A399,703.01101.098203/15/20233.0610/10/2021 AAAAsset Backed0.56-0.80100,855.82100,712.9185.05100,797.96135.60100,933.56Balance Sheet ClassificationUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 54 Identifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued89231AAD3TAOT 2018-C A3273,143.12100.721712/15/20223.0209/18/2021 AAAAsset Backed1.800.35277,314.95274,168.17946.33275,114.50366.62275,481.1292348XAB1VZOT 2018-A A1B235,740.14100.046004/20/20230.3309/21/2021 AAAAsset Backed0.340.14235,740.14235,740.14108.37235,848.5121.83235,870.3414315NAC4CARMX 2019-1 A3607,913.77101.534503/15/20243.0501/13/2022 AAAAsset Backed0.710.22619,145.92617,630.04-387.90617,242.14824.06618,066.2165479HAC1NAROT 2019-B A3434,412.23101.364111/15/20232.5001/20/2022 AAAAsset Backed0.460.05443,287.13441,001.85-663.93440,337.92482.68440,820.6058769TAD7MBART 2019-1 A3433,415.93101.063803/15/20241.9402/07/2022 AAAAsset Backed0.300.21439,510.85438,688.58-661.84438,026.74373.70438,400.4469371RQ33PACCAR FINANCIAL CORP600,000.00102.039609/26/20222.0009/26/2022 A+Industrial0.270.35615,582.00612,805.57-567.97612,237.603,166.67615,404.2792867XAD8VWALT 2019-A A3840,463.66100.621711/21/20221.9911/04/2021 AAAAsset Backed-0.610.19852,972.12847,637.63-1,948.64845,688.99511.05846,200.0492348AAA3VZOT 2019-C A1A450,000.00101.415304/22/20241.9405/06/2022 AAAAsset Backed0.030.26458,050.78456,866.13-497.33456,368.80266.75456,635.5536258NAC6GMCAR 2020-1 A3500,000.00101.109009/16/20241.8403/12/2022 AAAAsset Backed0.310.26509,082.03507,788.73-2,243.93505,544.80383.33505,928.1306406RAM9BANK OF NEW YORK MELLON CORP650,000.00102.332201/27/20231.8501/02/2023 AA-Financial0.240.28668,447.00665,681.38-522.08665,159.305,144.03670,303.3334531MAD0FORDL 2020-A A3590,000.00100.525303/15/20231.8510/28/2021 AAAAsset Backed1.860.24589,971.33589,991.233,107.80593,099.03485.11593,584.1543813DAB4HAROT 2020-2 A2308,693.47100.124011/15/20220.7409/11/2021 AAAAsset Backed0.220.13309,537.56309,093.30-16.99309,076.31101.53309,177.8498163WAG1WOART 2020-B A2A413,333.83100.104007/17/20230.5510/10/2021 AAAAsset Backed0.180.18414,238.00413,832.48-68.78413,763.69101.04413,864.73166756AG1CHEVRON USA INC400,000.00100.181008/12/20220.2808/12/2022 AAIndustrial0.280.14400,000.00400,000.00724.00400,724.00154.17400,878.17438516CD6HONEYWELL INTERNATIONAL INC500,000.00100.032208/19/20220.3808/19/2021 AIndustrial0.390.15500,000.00500,000.00161.00500,161.00226.72500,387.72Balance Sheet ClassificationUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 55 Identifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued275282PP0EAST SIDE UN HIGH SCH DIST CALIF SANTACLARA CNTY500,000.00100.148008/01/20220.4508/01/2022 AAMunicipal0.450.31500,000.00500,000.00740.00500,740.00943.75501,683.7589236THN8TOYOTA MOTOR CREDIT CORP600,000.00100.336010/14/20220.3610/14/2022 A+Industrial0.190.17601,530.00601,326.75689.25602,016.00463.00602,478.99797686EK4SAN FRANCISCO CALIF MUN TRANSN AGY REV835,000.0099.857003/01/20230.2503/01/2023 AAMunicipal0.250.34835,000.00835,000.00-1,194.05833,805.95739.25834,545.2063743HEV0NATIONAL RURAL UTILITIES COOPERATIVEFINANCE CORP500,000.00100.000002/16/20230.2202/16/2023 AUtility0.250.32499,735.00499,744.86255.14500,000.00134.98500,134.9863743HEV0NATIONAL RURAL UTILITIES COOPERATIVEFINANCE CORP250,000.00100.000002/16/20230.2202/16/2023 AUtility0.250.32249,870.00249,871.30128.70250,000.0067.49250,067.49797400MN5SAN DIEGO CNTY CALIF REGL TRANSN COMMNSALES TAX R300,000.00106.029010/01/20225.0010/01/2022 AAAMunicipal0.200.18321,873.00317,946.07140.93318,087.004,083.33322,170.33459058JV6INTERNATIONAL BANK FOR RECONSTRUCTIONAND DEVELOPM500,000.0099.766004/20/20230.1304/20/2023 AAAGovernment0.190.26499,350.00499,383.72-553.72498,830.00123.26498,953.26341081GD3FLORIDA POWER & LIGHT CO600,000.0099.943105/10/20230.2705/10/2023 A+Utility0.270.37600,000.00600,000.00-341.40599,658.60233.04599,891.6414913R2N6CATERPILLAR FINANCIAL SERVICES CORP700,000.00100.014111/17/20220.1711/17/2022 AIndustrial0.130.23700,420.00700,388.40-289.70700,098.70148.93700,247.6380286XAB0SDART 2021-2 A2800,000.00100.004904/15/20240.2801/09/2022 AAAAsset Backed0.280.27799,985.20799,985.7053.17800,038.8899.56800,138.4406051GJX8BANK OF AMERICA CORP500,000.00100.061005/28/20240.5505/28/2023 AA-Financial0.56-0.36500,000.00500,000.00305.00500,305.00258.25500,563.25678858BW0OKLAHOMA GAS AND ELECTRIC CO490,000.00100.003205/26/20230.5511/26/2021 AUtility0.550.55490,000.00490,000.0015.68490,015.68255.92490,271.6089190GAB3TAOT 2021-B A2475,000.0099.970101/16/20240.1405/24/2022 AAAAsset Backed0.140.17474,991.26474,991.49-133.75474,857.7431.40474,889.1403066RAB1AMCAR 2021-2 A2800,000.00100.103511/18/20240.2605/17/2022 AAAAsset Backed0.390.27799,971.60799,972.23856.09800,828.3286.67800,914.9967066GAK0NVIDIA CORP600,000.00100.039806/15/20230.3106/15/2022 AIndustrial0.310.27600,000.00600,000.00238.80600,238.8077.25600,316.05Balance Sheet ClassificationUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 56 Summary* Grouped by: BS Class 2. * Groups Sorted by: BS Class 2. * Weighted by: Base Market Value + Accrued, except Book Yield by Base Book Value + Accrued. * Holdings Displayed by: Lot.Identifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued58769KAC8MBALT 2021-B A2400,000.0099.985501/16/20240.2207/21/2022 AAAAsset Backed0.230.23399,966.48399,966.65-24.61399,942.044.89399,946.9345950KCW8INTERNATIONAL FINANCE CORP700,000.0099.962006/30/20230.1406/30/2023 AAAGovernment0.140.30700,000.00700,000.00-266.00699,734.002.72699,736.72------16,986,819.15100.565106/20/20231.0107/03/2022 AA---0.330.2317,109,360.1817,082,571.62-1,864.8017,080,706.8221,481.5617,102,188.37Identifier,DescriptionBase Current Units,Market PriceFinal Maturity,CouponEffectiveMaturityRating,Market SectorBook Yield,YieldBase Original Cost,Base Book Value,Base Net Total UnrealizedGain/LossBase Market Value,Base Accrued Balance,Base Market Value +Accrued------43,925,659.3694.910006/11/20221.1401/22/2022 AA+---0.370.1844,286,836.4444,120,654.4311,934.1544,132,588.58110,440.7544,243,029.33Balance Sheet ClassificationUS Dollar01 April 2021 to 30 June 2021WC-Contra Costa CountyAccount: XXX235Investment Strategy: Short Duration Fixed IncomePrimary Benchmark: ICE BofA US 6-Month Treasury Bill Index`The information contained in this report represents estimated trade date investment calculations. Certain calculations may not be available for all time periods. Please refer to your custody statement for official portfolio holdings andtransactions. Note that certain accounting methods may cause differences between this investment report and your custody statement.Page 57 For the Month Ending June 30, 2021Account Statement - Transaction Summary Contra Costa County - Liquidity Fund - 4017-001 Opening Market Value Purchases Redemptions Change in Value Closing Market Value 340,647,626.63 14,065.14 0.00 0.00 $340,661,691.77 CAMP Pool Unsettled Trades 0.00 14,065.14 Cash Dividends and Income June 30, 2021 May 31, 2021 Asset Summary CAMP Pool 340,661,691.77 340,647,626.63 $340,661,691.77 $340,647,626.63 Total Asset Allocation 100.00% CAMP Pool Account 4017-001 Page 1 Page 58 For the Month Ending June 30, 2021Account Statement Contra Costa County - Liquidity Fund - 4017-001 Total Settlement Dollar AmountShare or Trade Shares OwnedDate Transaction Description of TransactionUnit PriceDate CAMP Pool 340,647,626.63 Opening Balance 06/30/21 07/01/21 Accrual Income Div Reinvestment - Distributions 1.00 14,065.14 340,661,691.77 340,661,691.77 340,661,691.77 340,661,691.77 340,648,095.47 127,716.82 0.00 (270,000,000.00) 270,127,716.82 340,533,974.95 14,065.14 340,661,691.77 0.00 0.00 14,065.14 340,647,626.63 Monthly Distribution Yield Average Monthly Balance Closing Balance Fiscal YTDMonth of Cash Dividends and Income Closing Balance Check Disbursements Redemptions (Excl. Checks) Purchases Opening Balance Closing Balance June January-June 0.05% Account 4017-001 Page 2 Page 59 1010101010101010101010110001010010010011101001110000100000001001000101101011011111010100001001001110100101011000001100011010011100010101110010010100110011011001110011000010111100001101011001100110110110000000101111100000101010001001011000111000001100111011100010100000111011101111100010110110100101001001001100010111100110100110100111011100110001101111100011011010101100011000101011111111111111111111 Interest, Dividends and Other Income 35.50 00- -M -PF-PC -182-01 00478701 4787 Page 2 of 5 WEST CONTRA COSTA HEALTHCARE DISTRICT DEPOSIT ACCOUNT 2019 DEPOSIT ACCOUNT Current Period 06/01/21 to 06/30/21 Beginning Market Value $4,117,812.37 Investment Results Total Investment Results $35.50 Ending Market Value $4,117,847.87 0381315-00-03967-01 This statement is for the period from June 1, 2021 to June 30, 2021 ACCOUNT NUMBER: 229842000 MARKET VALUE SUMMARY Page 60 4,117,847.870 Federated Institutional Tax Free 4,117,847.87 4,117,847.87 100.0 411.83 Cash Trust Premier Shares 1.0000 1.00 .01 60934N666 Time of trade execution and trading party (if not disclosed)will be provided upon request. Publicly traded assets are valued in accordance with market quotations or valuation methodologies from financial industry services believed by us to be reliable.Assets that are not publicly traded may be reflected at values from other external sources.Assets for which a current value is not available may be reflected at a previous value or as not valued,at par value,or at a nominal value.Values shown do not necessarily reflect prices at which assets could be bought or sold.Values are updated based on internal policy and may be updated less frequently than statement generation. For further information,please contact your Analyst. Yield at Market and Estimated Annual Income are estimates provided for informational purposes only and should not be relied on for making investment,trading,or tax decisions.The estimates may not represent the actual value earned by your investments and they provide no guarantee of what your investments may earn in the future. #73 100.0 $411.83 $4,117,847.87 $4,117,847.87 100.0 $411.83 $4,117,847.87 $4,117,847.87 00- -M -PF-PC -182-01 00478701 4787 Page 3 of 5 Security Description WEST CONTRA COSTA HEALTHCARE DISTRICT DEPOSIT ACCOUNT 2019 DEPOSIT ACCOUNT Shares or Market Value/ Tax Cost/% of Total Face Amount Est Ann IncPriceUnit Cost Yield at Market 0381315-00-03967-01 This statement is for the period from June 1, 2021 to June 30, 2021 Cash Equivalents Total Cash Equivalents ACCOUNT NUMBER: 229842000 Total Assets ASSET DETAIL AS OF 06/30/21 ASSET DETAIL MESSAGES Page 61 1010101010101010101010110001010001010011101001110000100000001001000101100001111111010100001001000010100101010100000010011010011100010010100010010100110110010011110011000011111001101101011000110101010110000000111110001000101010011110110000111000001010100000100010100100000110010011100011110101100000001000101000101011100110110100101010010110110100111111010101011010101010011010101011111111111111111111 Taxable Dividends 35.50 35.50 Transfers - 35.50 35.50 Purchases - 35.50 - 35.50 00- -M -PF-PC -182-01 00478701 4787 Page 4 of 5 WEST CONTRA COSTA HEALTHCARE DISTRICT DEPOSIT ACCOUNT 2019 DEPOSIT ACCOUNT Income Principal Total Cash Cash Cash Beginning Cash Balance as of 06/01/2021 $.00 $.00 $.00 Ending Cash Balance as of 06/30/2021 $0.00 $0.00 $0.00 0381315-00-03967-01 This statement is for the period from June 1, 2021 to June 30, 2021 ACCOUNT NUMBER: 229842000 CASH SUMMARY Page 62 06/01/21 Dividend Earned On 35.50 Federated Institutional Tax Free Dividend From 5/1/21 To 5/31/21 60934N666 06/02/21 Cash Disbursement - 35.50 Transfer To Principal 06/02/21 Cash Receipt 35.50 Transfer From Income 06/02/21 Purchased 35.5 Shares Of - 35.50 35.50 Federated Institutional Tax Free Trade Date 6/2/21 35.5 Shares At 1.00 USD 60934N666 00- -M -PF-PC -182-01 00478701 4787 Page 5 of 5 Beginning Balance 06/01/2021 $.00 $.00 $4,117,812.37 WEST CONTRA COSTA HEALTHCARE DISTRICT DEPOSIT ACCOUNT 2019 DEPOSIT ACCOUNT Date Income Principal Tax Posted Description Cash Cash Cost Ending Balance 06/30/2021 $0.00 $0.00 $4,117,847.87 0381315-00-03967-01 This statement is for the period from June 1, 2021 to June 30, 2021 ACCOUNT NUMBER: 229842000 TRANSACTION DETAIL Page 63 SECTION III APPENDIX B. INVESTMENT PORTFOLIO DETAIL – MANAGED BY OUTSIDE CONTRACTED PARTIES B. 7. EAST BAY REGIONAL COMMUNICATIONS SYSTEM AUTHORITY (EBRCS) EBRCS TRANSACTIONS* For the Quarter Ending June 30, 2021 FY 2020-2021 FUND BALANCE @ TJ/Date TJ/Date TJ/Date TJ/Date TJ/Date TJ/Date BALANCE @ NUMBER 03/31/21 TJ0968/06/04/21 06/30/21 100300 1,428,780.65 -181,009.51 1,247,771.14 TOTALS 1,428,780.65 -181,009.51 0.00 0.00 0.00 0.00 0.00 1,247,771.14 * East Bay Regional Communications System Authority Page 64 EXHIBITS Exhibit ICONTRA COSTA COUNTY Portfolio Summary Report AS OF JUNE 30, 2021 Portfolio Characteristics Par $4,466,158,060.26 Cost $4,463,290,554.24 Market Value $4,470,029,326.85 Weighted Yield to Maturity 0.35% Weighted Average Days to Maturity 300 Weighted Duration 0.80 yr Portfolio Breakdown by Investment Investments Par Value Percent of Total U.S. Treasuries $101,680,000.00 2.28% U.S.Agencies 591,917,000.00 13.25% Supranationals 128,000,000.00 2.87% Money Market 2,598,830,404.12 58.19% Corporate Notes 204,483,000.00 4.58% PFM 77,717,071.98 1.74% LAIF 284,222,916.18 6.36% Wells Cap 43,925,659.36 0.98% CAMP 340,661,691.77 7.63% CalTRUST 0.00 0.00% US Bank 4,117,847.87 0.09% Other 1,247,771.14 0.03% Cash 89,354,697.84 2.00% TOTAL*$4,466,158,060.26 100.00%** Maturity Distribution Time Par Value Percent of Total Less 1 yr $3,613,533,193.85 80.91% 1 to 2 yrs 162,973,740.31 3.65% 2 to 3 yrs 149,660,018.68 3.35% 3 to 4 yrs 79,823,336.28 1.79% 4+ yrs 460,167,771.14 10.30% TOTAL*$4,466,158,060.26 100.00%** * Does not include the Futuris Public Entity Trust of the Contra Costa Community College District Retirement Board of Authority ** May or may not total to 100% due to rounding U.S. Treasuries 2.28% U.S.Agencies 13.25% Supranationals 2.87% Money Market 58.19% Corporate Notes 4.58%PFM 1.74%LAIF 6.36% Wells Cap 0.98% CAMP 7.63% CalTRUST 0.00% US Bank 0.09%Other 0.03%Cash 2.00% PORTFOLIO BREAKDOWN BY INVESTMENT Less 1 yr 80.91% 1 to 2 yrs 3.65% 2 to 3 yrs 3.35%3 to 4 yrs 1.79% 4+ yrs 10.30% MATURITY DISTRIBUTION Exhibit II CONTRA COSTA COUNTY INVESTMENT POOL PERFORMANCE SUMMARY AS OF JUNE 30, 2021 AVERAGE DAYS TO 3 PERCENT OF MATURITY AT PAR PORTFOLIO YTM END-OF-QUARTER DURATION ($)(%)(%)(day)(year) A. Investments Managed by Treasurer's Office1 $3,624,910,404.12 81.19%0.3730%349 0.94 2 B. Investments Managed by Outside Contractors3 1.PFM $77,717,071.98 1.74%0.8670%749 1.78 2 2.Local Agency Investment Fund $284,222,916.18 6.37%0.3000%1 0.00 3.W ells Capital Management $43,925,659.36 0.98%0.1760%346 0.42 4 4. CAMP $340,661,691.77 7.63%0.0500%5 0 0.00 5.CalTRUST Liquidity Fund $0.00 0.00%N/A 0 0.00 6.US Bank (Federated Tax Free Cash Fund)$4,117,847.87 0.09%0.0100%0 0.00 C. Cash $89,354,697.84 2.00%0.25%6 0 0.00 3 Yield to Maturity on Portfolio at End-of-Quarter = 0.35% 3 Weighted Average Days to Maturity on Portfolio at End-of-Quarter = 300 3 Weighted Duration (yr) at End-of-Quarter =0.80 1.Excludes the funds managed by PFM. 2.Data is provided by FIS. 3.Excludes: Section B.7.a (EBRCS Bond) of the Investment Pool summary report and Futuris Public Entity Trust. 4.Data provided by Wells Capital Management. 5.Monthly Distribution Yield as of the quarter end. 6.W ells Fargo Bank Average Earnings Credit Rate on Investable Balance for the quarter. LAIF is subject to a one day call of principal provision. CAMP, CalTRUST Liquidity Fund and Federated provide a same day liquidity provision. WEIGHTED Exhibit III CONTRA COSTA COUNTY INVESTMENT POOL As of June 30, 2021 As of March 31, 2021 CHANGE IN VALUE TYPE PAR VALUE PAR VALUE FROM PREV. QTR.% CHANGE A. Investments Managed by Treasurer's Office 1. U.S. Treasuries (STRIPS, Bills, Notes)$101,680,000.00 $127,638,000.00 ($25,958,000.00)-20.34% 2. U.S. Agencies Federal Home Loan Banks 121,230,000.00 86,880,000.00 34,350,000.00 39.54% Federal National Mortgage Association 156,000,000.00 186,000,000.00 (30,000,000.00)-16.13% Federal Farm Credit Banks 184,356,000.00 164,356,000.00 20,000,000.00 12.17% Federal Home Loan Mortgage Corporation 130,331,000.00 165,331,000.00 (35,000,000.00)-21.17% Subtotal 591,917,000.00 602,567,000.00 (10,650,000.00)-1.77% 3.Supranationals 128,000,000.00 55,000,000.00 73,000,000.00 57.03% 4.Money Market Instruments Commercial Paper 1,475,000,000.00 1,482,100,000.00 (7,100,000.00)-0.48% Negotiable Certificates of Deposit 1,123,827,000.00 1,083,870,000.00 39,957,000.00 3.69% Time Deposit 3,404.12 3,401.36 2.76 0.08% Subtotal 2,598,830,404.12 2,565,973,401.36 32,857,002.76 1.28% 5.Corporate Notes 204,483,000.00 189,483,000.00 15,000,000.00 7.92% TOTAL (Section A)3,624,910,404.12 3,540,661,401.36 84,249,002.76 2.38% B. Investments Managed by Outside Contractors 1. PFM 77,717,071.98 78,547,817.05 (830,745.07)-1.06% 2.Local Agency Investment Fund 284,222,916.18 297,778,960.52 (13,556,044.34)-4.55% 3.W ells Capital Management 43,925,659.36 43,854,801.56 70,857.80 0.16% 4. CAMP 340,661,691.77 345,614,752.91 (4,953,061.14)-1.43% 5. CalTRUST (Liquidity Fund)0.00 0.00 0.00 0.00% 6.US Bank (Federated Tax Free Cash)4,117,847.87 4,217,741.87 (99,894.00)-2.37% 7. Other a. EBRCS Bond 1,247,771.14 1,428,780.65 (181,009.51)-12.67% TOTAL (Section B)751,892,958.30 771,442,854.56 (19,549,896.26)-2.53% C. Cash 89,354,697.84 71,107,753.41 18,246,944.43 25.66% * GRAND TOTAL (FOR A , B, & C)$4,466,158,060.26 $4,383,212,009.33 $82,946,050.93 1.89% * Excludes the Futuris Public Entity Trust of the Contra Costa Community College District Retirement Board of Authority CONTRA COSTA INVESTMENT POOL INVESTMENTS MANAGED BY TREASURER'S OFFICE QUARTERLY COUPON RATES, YIELD TO MATURITY Exhibit IV Source: All data is calculated by FIS. Yield to Maturity: Weighted Average YTM beginning 9/2020 Excludes funds managed by PFM beginning 9/2018 Quarter Ending Fiscal Year September December March June 2020/21 Coupon Rate 0.7116%0.4549%0.3662%0.3549% Yield to Maturity 0.7690%0.4830%0.3900%0.3730% 2019/20 Coupon Rate 2.1446%1.8751%1.5587%0.8110% Yield to Maturity 2.2526%1.9332%1.6138%0.8553% 2018/19 Coupon Rate 2.0195%2.4143%2.3996%2.3203% Yield to Maturity 2.0983%2.4912%2.4951%2.4161% 2017/18 Coupon Rate 1.3142%1.3991%1.6907%1.9356% Yield to Maturity 1.3307%1.4333%1.7091%1.9758% 2016/17 Coupon Rate 1.0063%1.0436%1.1392%1.2330% Yield to Maturity 0.9760%1.0418%1.1420%1.2552% 2015/16 Coupon Rate 0.6433%0.7270%0.8556%0.9341% Yield to Maturity 0.5859%0.6955%0.8251%0.9043% 2014/15 Coupon Rate 0.5437%0.4624%0.4912%0.5309% Yield to Maturity 0.4605%0.4185%0.4379%0.4894% 2013/14 Coupon Rate 0.6331%0.4843%0.4686%0.4802% Yield to Maturity 0.4645%0.3709%0.3680%0.3877% 2012/13 Coupon Rate 0.8304%0.5568%0.5829%0.5838% Yield to Maturity 0.6012%0.3947%0.4243%0.4229% 2011/12 Coupon Rate 0.8769%0.8385%0.8122%0.7426% Yield to Maturity 0.6842%0.6658%0.6739%0.6130% CONTRA COSTA INVESTMENT POOL INVESTMENTS MANAGED BY OUTSIDE CONTRACTOR LAIF QUARTERLY APPORTIONMENT RATES Exhibit IV (a) Source: Contra Costa County Treasurer's Quarterly Investment Report - LAIF Statements Quarter Ending Fiscal Year September December March June 2020/21 Apportionment Rate 0.84%0.63%0.44%0.33% 2019/20 Apportionment Rate 2.45%2.29%2.03%1.36% 2018/19 Apportionment Rate 2.16%2.40%2.55%2.57% 2017/18 Apportionment Rate 1.08%1.20%1.51%1.90% 2016/17 Apportionment Rate 0.60%0.68%0.78%0.92% 2015/16 Apportionment Rate 0.32%0.37%0.46%0.55% 2014/15 Apportionment Rate 0.24%0.25%0.26%0.28% 2013/14 Apportionment Rate 0.26%0.26%0.23%0.22% 2012/13 Apportionment Rate 0.35%0.32%0.28%0.24% 2011/12 Apportionment Rate 0.38%0.38%0.38%0.36% 2010/11 Apportionment Rate 0.51%0.46%0.50%0.48% Exhibit IV (b) 0.00% 0.50% 1.00% 1.50% 2.00% 2.50% 3.00% 3.50% 4.00% 4.50% 5.00% 5.50% Contra Costa County Investment Pool as of June 30, 2021 TTC "Coupon"TTC "YTM"LAIF Exhibit IV (c) -2.00% -1.00% 0.00% 1.00% 2.00% 3.00% 4.00% 5.00% 6.00% 7.00% 6/30/21 12/27/21 6/25/22 12/22/22 6/20/23 12/17/23 6/14/24 12/11/24 6/9/25 12/6/25 6/4/26Yield to Maturity Maturity Dates Risk Assessment as of 06/30/21 County Treasurer PFM Wells Capital Mgmt US Treasuries Yield Curve 2 Standard Deviations 1 Standard Deviation -1 Standard Deviation -2 Standard Deviations 1 year 2 years 3 years 5 years Note: Per Wells Cap, the negative yields of two securities in its portfolio were due to pricing. Exhibit IV (d) CUSIP DESCRIPTION PAR COST MARKET COUPON (%) MATURITY DATE S&P Rating YTM (%)Manager 65479PAD1 CCCSIG ABS NALT 2019 596.85 596.81 596.81 2.76%3/15/2022 NA 2.77%PFM 3137ASNJ9 CCCSIG MBS FHMS K019 321,430.81 320,263.11 320,263.11 2.27%3/25/2022 NA 2.41%PFM 22535CDV0 CCCSIG YCD CREDIT AG 800,000.00 800,000.00 799,391.11 2.83%4/1/2022 A+2.83%PFM 61744YAH1 CCCSIG CORP MORGAN S 150,000.00 150,274.67 153,340.50 2.75%5/19/2022 BBB+2.61%PFM 44891KAD7 CCCSIG ABS HART 2018 527.74 527.66 527.66 2.79%7/15/2022 AAA 2.80%PFM 589331AT4 CCCSIG CORP MERCK AN 300,000.00 296,934.00 306,051.00 2.40%9/15/2022 AA 2.71%PFM 92826CAG7 CCCSIG CORP VISA INC 250,000.00 246,702.50 255,422.50 2.15%9/15/2022 AA-2.57%PFM 34528FAD0 CCCSIG ABS FORDO 201 20,546.88 20,543.55 20,543.55 3.03%11/15/2022 NA 3.04%PFM 58772RAD6 CCCSIG ABS MBART 201 76,780.39 76,777.44 76,777.44 3.03%1/17/2023 AAA 3.03%PFM 46647PBB1 CCCSIG CORP JPMORGAN 550,000.00 550,000.00 561,660.00 3.21%4/1/2023 NA 3.21%PFM 36255JAD6 CCCSIG ABS GMCAR 201 70,458.32 70,441.88 70,441.88 3.02%5/16/2023 AAA 3.03%PFM 14313FAD1 CCCSIG ABS CARMX 201 69,669.47 69,659.98 69,659.98 3.13%6/15/2023 AAA 3.14%PFM 44932NAD2 CCCSIG ABS HART 2019 95,651.19 95,638.60 95,638.60 2.66%6/15/2023 AAA 2.67%PFM 3137FKK39 CCCSIG MBS FHMS KP05 18,141.00 18,140.95 18,140.95 3.20%7/25/2023 AA+3.20%PFM 02004WAC5 CCCSIG ABS ALLYA 201 158,372.77 158,353.64 158,353.64 2.91%9/15/2023 NA 2.92%PFM 65479KAD2 CCCSIG ABS NAROT 201 316,926.11 316,878.10 316,878.10 2.90%10/16/2023 NA 2.91%PFM 36256XAD4 CCCSIG ABS GMCAR 201 90,630.65 90,620.61 90,620.61 2.97%11/16/2023 NA 2.98%PFM 31680YAD9 CCCSIG ABS FITAT 201 91,150.22 91,130.18 91,130.18 2.64%12/15/2023 AAA 2.65%PFM 3135G0S38 GOV FNMA NOTES 5,000,000.00 4,892,585.00 5,049,000.00 2.00%1/5/2022 AA+2.59%TTC 3133EH6X6 RM GOV FFCB NOTES 3,500,000.00 3,466,746.50 3,539,515.00 2.20%1/12/2022 AA+2.46%TTC 594918BW3 CORP MICROSOFT CORP 15,000,000.00 14,877,450.00 15,177,000.00 2.40%2/6/2022 AAA 2.69%TTC 594918BA1 CORP MICROSOFT CORP 10,000,000.00 9,748,700.00 10,118,800.00 2.38%2/12/2022 AAA 3.08%TTC 478160CD4 CORP JOHNSON AND JOH 10,284,000.00 10,082,433.60 10,409,567.64 2.25%3/3/2022 AAA 2.85%TTC 478160CD4 CORP JOHNSON AND JOH 10,000,000.00 9,796,500.00 10,122,100.00 2.25%3/3/2022 AAA 2.87%TTC 3133EJHC6 RM GOV FFCB NOTES 5,000,000.00 4,997,600.00 5,090,500.00 2.60%3/21/2022 AA+2.61%TTC 3135G0V59 RM GOV FNMA NOTES 5,000,000.00 4,991,450.00 5,083,100.00 2.25%4/12/2022 AA+2.31%TTC 3130AE3Q1 WT GOV FHLB NOTE 165,000.00 163,957.86 168,448.50 2.74%4/20/2022 AA+2.91%TTC 3130AEEQ9 RM GOV FHLB NOTE 2,500,000.00 2,497,682.50 2,554,725.00 2.65%5/16/2022 AA+2.68%TTC 3130AEBM1 RM FHLB NOTE 5,000,000.00 4,984,325.00 5,124,000.00 2.75%6/10/2022 AA+2.83%TTC 3134GBA69 WT GOV FHLMC NOTES 158,000.00 156,011.25 161,885.22 2.38%8/9/2022 AA+2.68%TTC 3130AEV80 RM GOV FHLB NOTES 5,000,000.00 4,960,695.00 5,153,050.00 2.75%9/6/2022 AA+2.97%TTC 68389XAP0 CORP ORACLE CORP 10,000,000.00 9,921,300.00 10,271,900.00 2.50%10/15/2022 AA-2.74%TTC 166764AB6 CORP CHEVRON CORP 10,000,000.00 9,883,000.00 10,239,100.00 2.36%12/5/2022 AA 2.70%TTC 3130A3KM5 RM GOV FHLB NOTES 2,000,000.00 1,991,172.00 2,066,440.00 2.50%12/9/2022 AA+2.62%TTC 931142DU4 CORP WALMART INC 10,000,000.00 9,889,400.00 10,290,800.00 2.35%12/15/2022 AA 2.67%TTC 3135G0T94 RM GOV FNMA NOTES 6,000,000.00 5,962,698.00 6,202,260.00 2.38%1/19/2023 AA+2.54%TTC 3135G0T94 RM GOV FNMA NOTES 5,000,000.00 4,982,485.00 5,168,550.00 2.38%1/19/2023 AA+2.47%TTC 68389XBL8 CORP ORACLE CORP 20,000,000.00 19,705,800.00 20,735,400.00 2.40%9/15/2023 AA-2.75%TTC Risk Assessment (Securities Greater Than or Less Than Two Standard Deviations) As of June 30, 2021 Exhibit V AVERAGE DAYS AVERAGE DAILY TO MATURITY AVERAGE DAYS TO BALANCE PERCENT OF AVERAGE AS A PERCENT MATURITY FOR (PAR)PORTFOLIO YTM OF PORTFOLIO THE QUARTER A. Investments Managed by Treasurer's Office1 $3,782,918,995.79 81.21%0.3647%254.47 313 B. Investments Managed by Outside Contractors2 1. PFM $78,172,812.98 1.68%0.9420%12.46 743 2. Local Agency Investment Fund 3 $301,264,483.29 6.47%0.3053%0.06 1 3. Wells Capital Management $43,875,515.63 0.94%0.2317%2.89 307 4. CAMP 4 $338,139,482.35 7.26%0.0533%0.00 0 5. CalTRUST Liquidity Fund 4 $0.00 0.00%0.0000%0.00 0 6. US Bank 4 $4,167,794.98 0.09%0.0100%0.00 0 C. Cash5 $109,445,616.44 2.35%0.1886%0.00 0 Total $4,657,984,701.46 100.00% * W eighted Average YTM of Portfolio =0.34%270 Notes: 1. Excludes the funds managed by PFM. 2.Excludes: Section B.7.a (EBRCS Bond) of the Investment Pool Summary and Futuris Public Entity Trust. 3.LAIF is subject to a one day call of principal provision 4.CAMP, CalTRUST Liquidity Fund, and US Bank Federated Tax-Free Fund provide a same day liquidity provision. Investments in CAMP commenced in March 2020. 5.The average of Investable Balances and the average of Earnings Allowance Rates of all four banks, WFB, BofA, Bank of the West, and Mechanics. CONTRA COSTA COUNTY INVESTMENT POOL AVERAGE INFORMATION April 1, 2021 through June 30, 2021 Exhibit V (a) CONTRA COSTA COUNTY INVESTMENT POOL SUMMARY OF POOL RATES AND BENCHMARKS AS OF JUNE 30, 2021 Quarterly Pool Rates:YTM as of Quarterly Average 6/30/21 Ave.DTM Total County Portfolio (w/ Cash)0.35%0.34%293 *1 Investments Managed by Treasurer's Office 0.37%0.36%313 PFM 0.87%0.94%743 Wells Capital Management 0.18%0.23%307 CAMP 0.05%0.05%55 *3 CalTRUST Liquidity Fund N/A 0.00%0 *3 US Bank (Federated)0.01%0.01%6 *3 Quarterly PMIA Ave. Apportionment Effective Rate Yield Local Agency Investment Fund (LAIF)0.33%0.31%291 *2 4/1/21 - 6/30/21 Benchmarks:6/30/21 High Ave.Low Federal Fund Rates Index*4 0.0500%0.0900%0.0648%0.0200% Six Month Treasury Bill 0.0425%0.0450%0.0234%0.0025% Six Month SOFR 0.0500%0.0500%0.0200%0.0100% Vanguard Cash Reserves Federal Money Mkt Fund*5 0.0000% *1. Cash is included in the calculation. *2. Average days to maturity with a one day call of principal provision. *3. Average days to maturity with a same day liquidity provision. *4. The ICAP Fed Funds Rates are posted by the ICAP Fed Funds Desk. These rates are general indications and are determined by using the levels posted to the desk by highly rated l *5 The name "Vanguard Primary Money Mkt Fund" was changed to "Vanguard Cash Reserves Federal Money Mkt Fund" in September 2020. Exhibit V (b) 0.0000% 0.5000% 1.0000% 1.5000% 2.0000% 2.5000% 3.0000% Contra Costa County Investment Pool Average Quarterly YTM as of June 30, 2021 Treasurer PFM LAIF Wells Capital Mgmt CAMP US Bank (Federated) Exhibit VI Maturity Coupon Description CUSIP Date Rate Par Market Cost Provisions Fund # ($)($)($) CORP MICROSOFT CORP 594918BP8 8/8/2021 1.55%8,549,000.00 8,551,051.76 8,389,048.21 Make-whole call +10 bps 8177 CORP MICROSOFT CORP 594918BA1 2/12/2022 2.38%10,000,000.00 10,118,800.00 9,748,700.00 Make-whole call +10 bps 8177 CCCSIG ABS HART 2018 44891KAD7 7/15/2022 2.79%527.74 527.66 527.66 5% collateral call 6911 CCCSIG ABS FORDO 201 34528FAD0 11/15/2022 3.03%20,546.88 20,543.56 20,543.55 10% collateral call 6911 CCCSIG ABS CARMX 201 14313FAD1 6/15/2023 3.13%69,669.47 69,659.97 69,659.98 10% collateral call 6911 CCCSIG ABS MBART 201 58772RAD6 1/17/2023 3.03%76,780.39 76,777.45 76,777.44 5% collateral call 6911 CORP JOHNSON AND JOH 478160CD4 3/3/2022 2.25%10,284,000.00 10,409,567.64 10,082,433.60 Make-whole call +7.5 bps 8177 CORP JOHNSON AND JOH 478160CD4 3/3/2022 2.25%10,000,000.00 10,122,100.00 9,796,500.00 Make-whole call +7.5 bps 8177 CCCSIG ABS GMCAR 201 36256XAD4 11/16/2023 2.97%90,630.65 90,620.62 90,620.61 10% collateral call 6911 CCCSIG MBS FHMS KP05 3137FKK39 7/25/2023 3.20%18,141.00 18,140.96 18,140.95 1% cleanup call 6911 CCCSIG ABS NAROT 201 65479KAD2 10/16/2023 2.90%316,926.11 316,878.09 316,878.10 5% collateral call 6911 CCCSIG ABS ALLYA 201 02004WAC5 9/15/2023 2.91%158,372.77 158,353.64 158,353.64 10% collateral call 6911 CORP MICROSOFT CORP 594918BW3 2/6/2022 2.40%15,000,000.00 15,177,000.00 14,877,450.00 Make-whole call +10bps 8177 CCCSIG CORP MERCK AN 589331AT4 9/15/2022 2.40%300,000.00 306,051.00 296,934.00 Make-whole call +12.5bps 6911 CCCSIG CORP JPMORGAN 46647PBB1 4/1/2023 3.21%550,000.00 561,660.00 550,000.00 One time call: 4/1/22 6911 CORP ORACLE CORP 68389XBL8 9/15/2023 2.40%20,000,000.00 20,735,400.00 19,705,800.00 Make-whole call +20bps; Callable on and after 7/15/23 8177 CORP CHEVRON CORP 166764AB6 12/5/2022 2.36%10,000,000.00 10,239,100.00 9,883,000.00 Make-whole call +12bps; Callable on and after 9/5/22 8177 CORP WALMART INC 931142DU4 12/15/2022 2.35%10,000,000.00 10,290,800.00 9,889,400.00 Make-whole call +10bps; Callable on and after 11/15/22 8177 CORP CHEVRON CORP 166764BN9 3/3/2022 2.50%7,500,000.00 7,599,075.00 7,476,750.00 Make-whole call +10bps; Callable on and after 2/3/22 8177 CORP ORACLE CORP 68389XAP0 10/15/2022 2.50%10,000,000.00 10,271,900.00 9,921,300.00 Make-whole call +12.5bps 8177 CCCSIG ABS FITAT 201 31680YAD9 12/15/2023 2.64%91,150.22 91,130.18 91,130.18 10% collateral call 6911 CCCSIG CORP VISA INC 92826CAG7 9/15/2022 2.15%250,000.00 255,422.50 246,702.50 Make-whole call +10bps; Callable on and after 8/15/22 6911 CCCSIG ABS NALT 2019 65478LAD1 7/15/2022 2.27%82,099.03 82,094.36 82,094.37 10% collateral call 6911 CCCSIG CORP HONEYWEL 438516BT2 8/8/2022 2.15%170,000.00 176,414.10 169,828.30 Make-whole call +6bps; Callable on and after 7/8/22 6911 CCCSIG MBS FHMS K026 3137B1BS0 11/25/2022 2.51%500,000.00 509,218.75 509,218.75 1% collateral call 6911 CCCSIG ABS TAOT 2019 89238UAD2 9/15/2023 1.91%236,318.06 236,316.13 236,316.13 5% collateral call 6911 CCCSIG ABS GMALT 201 38013TAD3 6/20/2022 2.03%66,872.32 66,864.94 66,864.94 10% deal call 6911 CCCSIG CORP 3M COMPA 88579YBL4 2/14/2023 1.75%400,000.00 409,176.00 398,476.00 Make-whole call +10bps; Callable on and after 1/14/23 6911 CCCSIG CORP CATERPIL 14913Q3A5 9/6/2022 1.90%340,000.00 346,279.80 339,527.40 Make-wole call +10bps 6911 CCCSIG MBS FHMS K023 3137AWQH1 8/25/2022 2.31%375,000.00 380,537.11 380,537.11 1% collateral call 6911 CCCSIG CORP APPLE IN 037833DL1 9/11/2022 1.70%200,000.00 203,504.00 199,966.00 Make-whole call +10bps 6911 CCCSIG ABS VZOT 2019 92348AAA3 4/22/2024 1.94%350,000.00 349,973.02 349,973.02 10% collateral call 6911 CCCSIG CORP CATERPIL 14913Q3C1 11/18/2022 1.95%225,000.00 229,925.25 224,896.50 Make-whole call +7.5bps 6911 CCCSIG ABS GMCAR 202 36258NAC6 9/16/2024 1.84%150,000.00 149,964.67 149,964.67 10% collateral call 6911 CCCSIG ABS CARMX 202 14315XAC2 12/16/2024 1.89%125,000.00 124,975.48 124,975.48 10% collateral call 6911 CCCSIG ABS HDMOT 202 41284UAD6 10/15/2024 1.87%150,000.00 149,967.29 149,967.29 10% collateral call 6911 CCCSIG ABS VZOT 2020 92348TAA2 7/22/2024 1.85%200,000.00 199,976.58 199,976.58 10% collateral call 6911 CCCSIG CORP BANK OF 06406RAM9 1/27/2023 1.85%400,000.00 409,200.00 399,720.00 Callable on and after 1/2/23 6911 CCCSIG CORP ADOBE IN 00724PAA7 2/1/2023 1.70%90,000.00 91,982.70 89,876.70 Make-whole call +5bps 6911 CORP TOYOTA MOTOR CR 89236TGT6 2/13/2025 1.80%13,150,000.00 13,580,399.50 13,118,703.00 Make-whole call +10bps 8177 CCCSIG CORP PEPSICO 713448EY0 5/1/2023 0.75%200,000.00 201,686.00 199,604.00 Make-whole call +10bps 6911 CCCSIG CORP CHEVRON 166764BV1 5/11/2023 1.14%185,000.00 187,728.75 185,000.00 Make-whole call +15bps 6911 CCCSIG CORP APPLE IN 037833DV9 5/11/2023 0.75%375,000.00 378,236.25 373,980.00 Make-whole call +10bps 6911 CCCSIG CORP CITIGROU 172967MR9 5/15/2024 1.68%250,000.00 255,255.00 250,000.00 Make-whole call +25bps 6911 CCCSIG CORP AMAZON.C 023135BP0 6/3/2023 0.40%425,000.00 425,459.00 424,405.00 Make-whole call +5bps 6911 CCCSIG MUNI CONNECTI 20772KJU4 7/1/2022 2.50%90,000.00 91,513.80 91,513.80 Make-whole call 6911 CCCSIG ABS MBART 202 58769VAC4 2/18/2025 0.55%250,000.00 249,980.48 249,980.48 5% collateral call 6911 GOV FHLMC CALLABLE 3134GVV96 6/24/2024 0.50%20,000,000.00 19,993,000.00 20,000,000.00 One time call: 6/24/22 8177 CCCSIG ABS WOART 202 98163WAC0 5/15/2025 0.63%225,000.00 224,982.36 224,982.36 10% collateral call 6911 CCCSIG ABS NAROT 202 65479CAD0 7/15/2024 0.55%300,000.00 299,991.78 299,991.78 5% collateral call 6911 CONTRA COSTA COUNTY TREASURER'S INVESTMENT PORTFOLIO STRUCTURED SECURITIES June 30, 2021 Exhibit VI Maturity Coupon Description CUSIP Date Rate Par Market Cost Provisions Fund # ($)($)($) CORP MICROSOFT CORP 594918BP8 8/8/2021 1.55%8,549,000.00 8,551,051.76 8,389,048.21 Make-whole call +10 bps 8177 CONTRA COSTA COUNTY TREASURER'S INVESTMENT PORTFOLIO STRUCTURED SECURITIES June 30, 2021 GOV FFCB CALLABLE 3133ELQ49 6/30/2025 0.70%20,000,000.00 20,001,200.00 20,000,000.00 Callable on and after 6/30/21 8177 GOV FNMA CALLABLE 3136G4XK4 6/30/2025 0.65%20,000,000.00 19,919,200.00 20,000,000.00 Quarterly: Last call on 12/30/24 8177 CCCSIG ABS HART 2020 44933FAC0 12/16/2024 0.48%150,000.00 149,971.92 149,971.92 5% collateral call 6911 CCCSIG ABS CARMX 202 14315FAD9 3/17/2025 0.62%200,000.00 199,965.72 199,965.72 10% collateral call 6911 CCCSIG ABS VZOT 2020 92290BAA9 2/20/2025 0.47%275,000.00 274,942.25 274,942.25 10% collateral call 6911 CCCSIG CORP HONEYWEL 438516CC8 8/19/2022 0.48%395,000.00 395,000.00 395,000.00 Make-whole call +5bps; callable on & after 8/19/21 6911 CCCSIG ABS GMCAR 202 362590AC5 4/16/2025 0.45%250,000.00 249,942.80 249,942.80 10% collateral call 6911 GOV FNMA NOTE CALLAB 3136G4S87 8/27/2025 0.65%10,000,000.00 9,946,600.00 10,000,000.00 Quarterly: starts 8/27/21 8177 GOV FHLMC CALLABLE N 3134GWH33 9/1/2023 0.32%10,000,000.00 10,000,300.00 10,000,000.00 Quarterly: starts 9/1/21 8177 CCCSIG CORP UNILEVER 904764BJ5 9/14/2023 0.38%100,000.00 100,074.00 99,872.00 Make-whole call +5bps 6911 GOV FFCB CALLABLE NO 3133EL7K4 9/16/2025 0.55%10,000,000.00 9,929,900.00 10,000,000.00 Callable on and after 9/16/21 8177 CCCSIG ABS MBALT 202 58769EAC2 11/15/2023 0.40%85,000.00 84,995.69 84,995.69 5% deal call 6911 GOV FHLMC CALLABLE N 3134GWWT9 9/30/2025 0.55%10,000,000.00 9,898,000.00 10,000,000.00 Quarterly: starts 9/30/21 8177 GOV CALLABLE FFCB NO 3133EL7K4 9/16/2025 0.55%10,000,000.00 9,929,900.00 9,998,000.00 Callable on and after 9/16/21 8177 CCCSIG ABS HAROT 202 43813KAC6 10/18/2024 0.37%125,000.00 124,981.64 124,981.64 10% collateral call 6911 CCCSIG ABS GMALT 202 362569AC9 8/21/2023 0.45%120,000.00 119,988.50 119,988.50 10% deal call 6911 CCCSIG CORP BANK OF 06051GHF9 3/5/2024 3.55%325,000.00 341,448.25 345,884.50 Make-whole call +15bps; callable on 3/5/23 6911 GOV FHLMC CALLABLE N 3134GWUE4 9/30/2025 0.50%10,000,000.00 9,864,800.00 10,000,000.00 Quarterly: starts 9/30/22 8177 GOV FHLMC CALLABLE N 3134GWVC7 9/29/2025 0.50%10,000,000.00 9,868,400.00 10,000,000.00 Quarterly: starts 9/29/22 8177 CCCSIG CORP BANK OF 06051GJH3 10/24/2024 0.81%250,000.00 251,007.50 250,000.00 Make-whole call +10bps; Callable on and after 10/24/23 6911 CCCSIG ABS CARMX 202 14316HAC6 8/15/2025 0.50%155,000.00 154,965.88 154,965.88 10% collateral call 6911 GOV FHLMC CALLABLE N 3134GW3Z7 10/28/2025 0.60%10,000,000.00 9,913,100.00 10,000,000.00 Quarterly: starts 10/28/21 8177 GOV FNMA CALLABLE NO 3136G46N8 10/29/2025 0.60%10,000,000.00 9,910,900.00 10,000,000.00 Quarterly: starts 10/29/21 8177 GOV FFCB CALLABLE NO 3133EMFR8 11/3/2025 0.54%10,000,000.00 9,832,100.00 9,983,500.00 Callable on and after 11/3/22 8177 CCCSIG CORP BRISTOL 110122DT2 11/13/2023 0.54%375,000.00 375,423.75 375,000.00 Callable on and after 11/13/21 6911 GOV FHLMC CALLABLE 3134GXEJ9 11/24/2025 0.64%10,000,000.00 9,932,500.00 10,000,000.00 Quarterly: starts 11/24/21 8177 GOV FHLMC CALLABLE N 3134GXFA7 11/26/2025 0.65%10,000,000.00 9,942,200.00 10,000,000.00 Quarterly: starts 11/26/21 8177 GOV FFCB CALLABLE NO 3133EMHL9 11/30/2023 0.31%10,000,000.00 9,984,600.00 10,000,000.00 Callable on and after 11/30/21 8177 GOV FHLMC CALLABLE N 3134GXCA0 11/24/2023 0.32%10,000,000.00 9,989,500.00 9,999,933.33 Quarterly: starts 11/24/21 8177 GOV FNMA CALLABLE NO 3135GA6J5 12/7/2023 0.32%10,000,000.00 10,003,900.00 10,000,000.00 Quarterly: starts 12/7/21 8177 GOV FNMA CALLABLE NO 3135G06K4 12/17/2025 0.65%10,000,000.00 9,938,900.00 10,000,000.00 Quarterly: starts 12/17/21 8177 GOV FNMA CALLABLE NO 3135G06Q1 12/30/2025 0.64%10,000,000.00 9,908,900.00 10,000,000.00 Quarterly: starts 12/30/21 8177 CCCSIG ABS BMWLT 202 05591RAC8 1/25/2024 0.29%145,000.00 144,995.40 144,995.40 5% deal call 6911 CCCSIG ABS CARMX 202 14316NAC3 12/15/2025 0.34%135,000.00 134,973.32 134,973.32 10% deal call 6911 CCCSIG ABS GMALT 202 36261RAC2 2/20/2024 0.26%220,000.00 219,977.47 219,977.47 10% deal call 6911 CCCSIG CORP CHARLES 808513BN4 3/18/2024 0.75%245,000.00 246,403.85 244,877.50 Make-whole call +7bps; Callable on and after 2/18/2024 6911 CCCSIG CORP JPMORGAN 46647PBY1 2/16/2025 0.56%245,000.00 243,679.45 245,000.00 Callable on and after 2/16/24 6911 CCCSIG CORP JPMS CHA 46647PBS4 9/16/2024 0.65%75,000.00 75,033.75 75,000.00 Callable on and after 9/16/23 6911 CCCSIG CORP MORGAN S 6174468W2 1/25/2024 0.53%455,000.00 454,818.00 455,000.00 Make-whole call +10bps; Callable on and after 1/25/23 6911 CCCSIG MUNI NATIONAL 63743HEU2 2/8/2024 0.35%140,000.00 139,473.60 139,903.40 Make-whole call +5bps until 2/8/24 6911 CORP APPLE INC 037833EB2 2/8/2026 0.70%10,000,000.00 9,889,600.00 9,994,120.00 Make-whole call +5bps; Callable on and after 1/8/26 8177 CORP APPLE INC 037833EB2 2/8/2026 0.70%10,000,000.00 9,889,600.00 9,987,200.00 Make-whole call +5bps; Callable on and after 1/8/26 8177 GOV FFCB CALLABLE NO 3133EMUK6 3/25/2026 1.05%10,000,000.00 10,002,500.00 10,000,000.00 Callable on and after 3/25/22 8177 GOV FHLB CALLABLE NO 3130AKXB7 2/11/2026 0.58%10,000,000.00 9,878,700.00 10,000,000.00 Quarterly: starts 5/11/21 8177 CCCSIG ABS CARMX 202 14314QAC8 2/17/2026 0.52%255,000.00 254,945.05 254,945.05 10% collateral call 6911 CCCSIG ABS GMALT 202 380144AC9 5/20/2024 0.34%295,000.00 294,953.69 294,953.69 10% collateral call 6911 CCCSIG ABS HART 2021 44933LAC7 9/15/2025 0.38%170,000.00 169,982.12 169,982.12 5% collateral call 6911 Exhibit VI Maturity Coupon Description CUSIP Date Rate Par Market Cost Provisions Fund # ($)($)($) CORP MICROSOFT CORP 594918BP8 8/8/2021 1.55%8,549,000.00 8,551,051.76 8,389,048.21 Make-whole call +10 bps 8177 CONTRA COSTA COUNTY TREASURER'S INVESTMENT PORTFOLIO STRUCTURED SECURITIES June 30, 2021 CCCSIG CORP AMAZON.C 023135BW5 5/12/2024 0.45%560,000.00 558,952.80 559,182.40 Make-whole call +2.5bps 6911 CCCSIG CORP ASTRAZEN 04636NAC7 5/28/2024 0.70%365,000.00 364,624.05 364,967.15 Make-whole call +10bps; Callable on and after 5/28/22 6911 CCCSIG CORP CITIGROU 172967MX6 5/1/2025 0.98%160,000.00 160,444.80 160,000.00 Make-whole call +10bps; Callable after 5/1/24 6911 CCCSIG CORP JP MORGA 46647PCH7 6/1/2025 0.82%190,000.00 189,650.40 190,000.00 Make-whole call +7.5bps; Callable after 6/1/24 6911 CCCSIG CORP MORG STA 61772BAA1 4/5/2024 0.73%35,000.00 35,070.35 35,000.00 Make-whole call +10bps; Callable after 4/5/23 6911 CCCSIG CORP UNITEDHE 91324PEB4 5/15/2024 0.55%260,000.00 259,703.60 259,729.60 Make-whole call +5bps; Callable on and after 5/15/22 6911 CORP AMAZON.COM INC 023135BX3 5/12/2026 1.00%10,000,000.00 10,005,800.00 9,967,800.00 Make-whole call +5bps; Callable on and after 4/12/26 8177 CORP AMAZON.COM INC 023135BX3 5/12/2026 1.00%5,000,000.00 5,002,900.00 4,980,488.89 Make-whole call +5bps; Callable on and after 4/12/26 8177 CORP AMAZON.COM INC 023135BX3 5/12/2026 1.00%5,000,000.00 5,002,900.00 4,980,627.78 Make-whole call +5bps; Callable on and after 4/12/26 8177 CORP APPLE INC 037833EB2 2/8/2026 0.70%10,000,000.00 9,889,600.00 9,973,644.44 Make-whole call +5bps; Callable on and after 1/8/26 8177 GOV FFCB CALLABLE 3133EMP22 6/30/2026 0.91%10,000,000.00 9,997,300.00 10,000,000.00 Callable on and after 6/30/23 8177 GOV FFCB CALLABLE NO 3133EMH21 6/15/2026 0.90%10,000,000.00 9,987,400.00 10,000,000.00 Callable on and after 6/15/22 8177 GOV FHLB CALLABLE 3130AN2Z2 6/30/2026 1.00%10,000,000.00 9,994,300.00 10,000,000.00 Quarterly: starts 12/30/21 8177 GOV FHLB CALLABLE NO 3130ALW91 4/15/2026 1.00%10,000,000.00 10,003,600.00 10,000,000.00 One time call: 10/15/21 8177 GOV FHLB CALLABLE NO 3130ALX25 4/22/2026 1.00%10,000,000.00 10,007,900.00 10,000,000.00 One time call: 4/22/22 8177 GOV FHLB CALLABLE NO 3130ALXV1 4/22/2026 1.10%10,000,000.00 10,002,700.00 10,000,000.00 Quarterly: starts 4/22/22 8177 GOV FHLB CALLABLE NO 3130AM4P4 7/29/2025 0.75%10,000,000.00 9,987,700.00 10,000,000.00 One time call: 4/29/22 8177 GOV FHLB CALLABLE NO 3130AMMY5 6/10/2026 1.05%10,000,000.00 9,966,500.00 10,000,000.00 Quarterly: starts 12/10/21 8177 GOV FHLB CALLABLE NO 3130AMP22 6/10/2026 1.10%10,000,000.00 10,000,400.00 10,000,000.00 Quarterly: starts 9/10/21 8177 GOV FHLB CALLABLE NO 3130AMYJ5 6/30/2026 1.00%10,000,000.00 9,991,100.00 10,000,000.00 Quarterly: starts 6/30/22 8177 539,541,034.64$ 540,470,952.73$ 537,836,302.52$ Notes: 6911 - CCC School Insurance Group 8177 - County Treasurer Exhibit VI (a) DESCRIPTION CUSIP MATURITY DATE PAR MARKET COST PROVISIONS ($)($)($) AMCAR 2021-2 A2 03066RAB1 11/18/2024 800,000.00 800,914.99 799,971.60 10% collateral call AMERICAN EXPRESS CREDIT CORP 0258M0EH8 3/3/2022 700,000.00 703,317.57 703,528.00 Float quarterly: LIBOR +70bps; Callable on and after 2/2/22 AMXCA 2018-8 A 02582JJH4 9/15/2021 665,000.00 670,111.28 688,015.23 5% collateral call ANAHEIM CALIF HSG & PUB IMPT AUTH REV 032556GM8 10/1/2021 630,000.00 634,559.63 630,000.00 Make-whole call +5bps BANK OF AMERICA CORP 06051GJX8 5/28/2024 500,000.00 500,563.25 500,000.00 Float quarterly: LIBOR +43bps; Callable annually BANK OF NEW YORK MELLON CORP 06406RAM9 1/27/2023 650,000.00 670,303.33 668,447.00 Callable on and after 1/2/23 CARMX 2019-1 A3 14315NAC4 3/15/2024 607,913.77 618,066.21 619,145.92 10% collateral call DEERE & CO 244199BE4 6/8/2022 700,000.00 712,704.38 712,796.00 Callable on and after 3/8/22 EXXON MOBIL CORP 30231GAJ1 3/6/2022 695,000.00 708,191.16 706,627.35 Make-whole call +7bps; Callable on and after 1/6/22 FLORIDA POWER & LIGHT CO 341081GD3 5/10/2023 600,000.00 599,891.64 600,000.00 Float o/n SOFR +25bps; Callable on and after 11/10/21 FORDL 2020-A A3 34531MAD0 3/15/2023 590,000.00 593,584.15 589,971.33 5% deal call GMCAR 2020-1 A3 36258NAC6 9/16/2024 500,000.00 505,928.13 509,082.03 10% collateral call HAROT 2020-2 A2 43813DAB4 11/15/2022 308,693.47 309,177.84 309,537.56 10% collateral call HONEYWELL INTERNATIONAL INC 438516CD6 8/19/2022 500,000.00 500,387.72 500,000.00 Float quarterly: LIBOR +23bps; Callable after 8/19/22 MBALT 2021-B A2 58769KAC8 1/16/2024 400,000.00 399,946.93 399,966.48 5% deal call MBART 2019-1 A3 58769TAD7 3/15/2024 433,415.93 438,400.44 439,510.85 5% collateral call NAROT 2018-B A3 65479GAD1 3/15/2023 99,703.01 100,933.56 100,855.82 5% deal call NAROT 2019-B A3 65479HAC1 11/15/2023 434,412.23 440,820.60 443,287.13 5% collateral call NVIDIA CORP 67066GAK0 6/15/2023 600,000.00 600,316.05 600,000.00 Make-whole call +5bps; Callable on and after 6/15/22 OKLAHOMA GAS AND ELECTRIC CO 678858BW0 5/26/2023 490,000.00 490,271.60 490,000.00 Callable on and after 11/26/21 PNC BANK NA 69353REY0 12/9/2021 700,000.00 707,015.63 720,391.00 Callable on and after 11/9/21 SACRAMENTO CALIF WTR REV 786089JA1 9/1/2021 550,000.00 553,888.50 550,000.00 Make-whole call +20bps after 5/6/20 SDART 2021-2 A2 80286XAB0 4/15/2024 800,000.00 800,138.44 799,985.20 10% collateral call TAOT 2018-C A3 89231AAD3 12/15/2022 273,143.12 275,481.12 277,314.95 5% collateral call TAOT 2021-B A2 89190GAB3 1/16/2024 475,000.00 474,889.14 474,991.26 5% collateral call TRUIST BANK 86787EBE6 5/17/2022 700,000.00 716,655.26 728,287.00 Callable on and after 4/17/22 US BANK NA 90331HPK3 1/21/2022 750,000.00 751,174.38 750,000.00 Float quarterly: LIBOR +18bps; Callable after 12/21/21 VWALT 2019-A A3 92867XAD8 11/21/2022 840,463.66 846,200.04 852,972.12 10% deal call VZOT 2018-A A1B 92348XAB1 4/20/2023 235,740.14 235,870.34 235,740.14 10% collateral call VZOT 2019-C A1A 92348AAA3 4/22/2024 450,000.00 456,635.56 458,050.78 10% collateral call WOART 2020-B A2A 98163WAG1 7/17/2023 413,333.83 413,864.73 414,238.00 10% collateral call 17,091,819.15 17,230,203.56 17,272,712.76 CONTRA COSTA COUNTY WELLS CAP MANAGEMENT STRUCTURED SECURITIES June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xhibit VIIState of California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xhibit VII (a) State of California All investments are in U.S. dollars according to the State of California. 3RROHG0RQH\,QYHVWPHQW$FFRXQW ',6&/2685(67$7(0(17 WŽƌƚĨŽůŝŽ,ŽůĚŝŶŐƐ͗^ƚƌƵĐƚƵƌĞĚEŽƚĞƐĂŶĚ ƐƐĞƚͲĂĐŬĞĚ^ĞĐƵƌŝƚŝĞƐ dŚĞdƌĞĂƐƵƌLJ/ŶǀĞƐƚŵĞŶƚŝǀŝƐŝŽŶŚĂƐƌĞĐĞŝǀĞĚĂŶƵŵďĞƌŽĨŝŶƋƵŝƌŝĞƐĐŽŶĐĞƌŶŝŶŐŽƵƌǀĂƌŝŽƵƐ ƉŽƌƚĨŽůŝŽŚŽůĚŝŶŐƐ͘YƵĞƐƚŝŽŶƐŝŶǀŽůǀŝŶŐƐƚƌƵĐƚƵƌĞĚŶŽƚĞƐ͕ĚĞƌŝǀĂƚŝǀĞƉƌŽĚƵĐƚƐΎ͕ĂŶĚ ĂƐƐĞƚͲďĂĐŬĞĚƐĞĐƵƌŝƚŝĞƐĂƌĞƚŚĞŵŽƐƚŶŽƚĂďůĞ͘ /ŶĂŶĞĨĨŽƌƚƚŽĐůĂƌŝĨLJƚŚĞŝŶĨŽƌŵĂƚŝŽŶƉƌŽǀŝĚĞĚŝŶŽƵƌŵŽŶƚŚůLJƐƚĂƚĞŵĞŶƚƐ͕ǁĞǁŽƵůĚůŝŬĞ ƚŽƐŚĂƌĞǁŝƚŚLJŽƵŽƵƌŝŶǀĞƐƚŵĞŶƚƉŽƐŝƚŝŽŶƐŝŶƐƚƌƵĐƚƵƌĞĚŶŽƚĞƐĂŶĚĂƐƐĞƚͲďĂĐŬĞĚƐĞĐƵƌŝƚŝĞƐ͘ &ŽůůŽǁŝŶŐĂƌĞƚŚĞ^ƚĂƚĞŽĨĂůŝĨŽƌŶŝĂdƌĞĂƐƵƌĞƌ͛ƐŚŽůĚŝŶŐƐŝŶĞĂĐŚĐĂƚĞŐŽƌLJĂƐŽĨ :ƵŶĞϯϬ͕ϮϬϮϭ ϬϲͬϭϳͬϮϭ ΎdŚĞWŽŽůĞĚDŽŶĞLJ/ŶǀĞƐƚŵĞŶƚĐĐŽƵŶƚWŽƌƚĨŽůŝŽŚĂƐŶŽƚŝŶǀĞƐƚĞĚŝŶ͕ŶŽƌǁŝůůŝƚŝŶǀĞƐƚŝŶ͕ ĞƌŝǀĂƚŝǀĞWƌŽĚƵĐƚƐĂƐĚĞĨŝŶĞĚŝŶ&^ϭϯϯ͘ Exhibit VII (b) State of California Page 1 ϭ͘^ƚƌƵĐƚƵƌĞĚEŽƚĞƐ ^ƚƌƵĐƚƵƌĞĚŶŽƚĞƐĂƌĞĚĞďƚƐĞĐƵƌŝƚŝĞƐ;ŽƚŚĞƌƚŚĂŶĂƐƐĞƚͲďĂĐŬĞĚƐĞĐƵƌŝƚŝĞƐͿǁŚŽƐĞĐĂƐŚĨůŽǁ ĐŚĂƌĂĐƚĞƌŝƐƚŝĐƐ;ĐŽƵƉŽŶƌĂƚĞ͕ƌĞĚĞŵƉƚŝŽŶĂŵŽƵŶƚ͕ŽƌƐƚĂƚĞĚŵĂƚƵƌŝƚLJͿĚĞƉĞŶĚƵƉŽŶŽŶĞŽƌ ŵŽƌĞŝŶĚŝĐĞƐĂŶĚͬŽƌƚŚĂƚŚĂǀĞĞŵďĞĚĚĞĚĨŽƌǁĂƌĚƐŽƌŽƉƚŝŽŶƐ͘dŚĞLJĂƌĞŝƐƐƵĞĚďLJĐŽƌƉŽƌĂƚŝŽŶƐ ĂŶĚďLJŐŽǀĞƌŶŵĞŶƚͲƐƉŽŶƐŽƌĞĚĞŶƚĞƌƉƌŝƐĞƐƐƵĐŚĂƐƚŚĞ&ĞĚĞƌĂůEĂƚŝŽŶĂůDŽƌƚŐĂŐĞƐƐŽĐŝĂƚŝŽŶ ĂŶĚƚŚĞ&ĞĚĞƌĂů,ŽŵĞ>ŽĂŶĂŶŬ^LJƐƚĞŵŽƌĂŶŝŶƚĞƌŶĂƚŝŽŶĂůĂŐĞŶĐLJƐƵĐŚĂƐƚŚĞtŽƌůĚĂŶŬ͘ ^ĞĐƵƌŝƚŝĞƐĐĐŽƵŶƚĂďŝůŝƚLJ ^ƚƌƵĐƚƵƌĞĚEŽƚĞƐ ŵŽƵŶƚ Ă͘ĂůůĂďůĞŐĞŶĐLJ Ψϭ͕ϮϬϬ͘ϬϬϬ ŵŝůůŝŽŶ ď͘>/KZŐĞŶĐLJ&ůŽĂƚĞƌ ΨϮϬϬ͘ϬϬϬ ŵŝůůŝŽŶ Đ͘ϯŵŽŶƚŚ>/KZŽƌƉŽƌĂƚĞ&ůŽĂƚĞƌ ΨϬ͘ϬϬϬ ŵŝůůŝŽŶ Ě͘ϯŵŽŶƚŚ>/KZĂŶŬ&ůŽĂƚĞƌ ΨϯϬϬ͘ϬϬϬ ŵŝůůŝŽŶ Ğ͘ϮLJĞĂƌDdŽƌƉŽƌĂƚĞ&ůŽĂƚĞƌ ΨϬ͘ϬϬϬ ŵŝůůŝŽŶ Ĩ͘ϯŵŽŶƚŚdͲŝůůŐĞŶĐLJ&ůŽĂƚĞƌ ΨϬ͘ϬϬϬ ŵŝůůŝŽŶ Ő͘ϯŵŽŶƚŚdͲŝůůŽƌƉŽƌĂƚĞ&ůŽĂƚĞƌ ΨϬ͘ϬϬϬ ŵŝůůŝŽŶ h͘^͘ Ψϭ͕ϳϬϬ͘ϬϬϬ ŵŝůůŝŽŶ ƐŽĨ͗ ϬϲͬϯϬͬϮϭ Ϯ͘ƐƐĞƚͲĂĐŬĞĚ^ĞĐƵƌŝƚŝĞƐ ƐƐĞƚͲďĂĐŬĞĚƐĞĐƵƌŝƚŝĞƐĞŶƚŝƚůĞƚŚĞƉƵƌĐŚĂƐĞƌƚŽƌĞĐĞŝǀĞĂƐŚĂƌĞŽĨƚŚĞĐĂƐŚĨůŽǁƐĨƌŽŵĂƉŽŽůŽĨ ĂƐƐĞƚƐƐƵĐŚĂƐƉƌŝŶĐŝƉĂůĂŶĚŝŶƚĞƌĞƐƚƌĞƉĂLJŵĞŶƚƐĨƌŽŵĂƉŽŽůŽĨŵŽƌƚŐĂŐĞƐ;ƐƵĐŚĂƐDKƐͿ͕ƐŵĂůů ďƵƐŝŶĞƐƐůŽĂŶƐ͕ŽƌĐƌĞĚŝƚĐĂƌĚƌĞĐĞŝǀĂďůĞƐ;ƐƵĐŚĂƐWͿ͘ ƐƐĞƚͲĂĐŬĞĚ^ĞĐƵƌŝƚŝĞƐ ŵŽƵŶƚ Ă͘^ŵĂůůƵƐŝŶĞƐƐĚŵŝŶŝƐƚƌĂƚŝŽŶWŽŽůƐ Ψϰϭϰ͘ϭϰϬ ŵŝůůŝŽŶ ď͘ŐĞŶĐLJD^ͲZD/͛^Ψϵ͘ϳϵϲ ŵŝůůŝŽŶ ;DĞĚŝƵŵƚĞƌŵƐƵďͲƚŽƚĂůͿ ΨϰϮϯ͘ϵϯϲ ŵŝůůŝŽŶ Đ͘ŽŵŵĞƌĐŝĂůWĂƉĞƌ;^ŚŽƌƚƚĞƌŵƐƵďͲƚŽƚĂůͿ ΨϮ͕ϯϰϴ͘ϳϯϱ ŵŝůůŝŽŶ h͘^͘ ΨϮ͕ϳϳϮ͘ϲϳϭ ŵŝůůŝŽŶ ƐŽĨ͗ ϬϲͬϯϬͬϮϭ Exhibit VII (b) State of California Page 2 dŽƚĂůWŽƌƚĨŽůŝŽƐŽĨ͗ ϬϲͬϯϬͬϮϭ Ψϭϵϯ͕ϯϭϳ͕ϲϬϴ͕ϲϭϳ͘ϮϮ ^ƚƌƵĐƚƵƌĞĚŶŽƚĞƐĂŶĚDĞĚŝƵŵͲƚĞƌŵƐƐĞƚͲďĂĐŬĞĚƐĞĐƵƌŝƚŝĞƐĂƐĂƉĞƌĐĞŶƚŽĨƉŽƌƚĨŽůŝŽ͗ ϭ͘ϭϬй ϭ͘ϭϬй ^ŚŽƌƚͲƚĞƌŵƐƐĞƚͲĂĐŬĞĚŽŵŵĞƌĐŝĂůWĂƉĞƌ;WͿĂƐĂƉĞƌĐĞŶƚŽĨƉŽƌƚĨŽůŝŽ͗ ϭ͘Ϯϭй Ύ ϭ͘Ϯϭй dŽƚĂůDĞĚŝƵŵͲƚĞƌŵĂŶĚ^ŚŽƌƚͲƚĞƌŵ^ƚƌƵĐƚƵƌĞĚŶŽƚĞƐĂŶĚƐƐĞƚͲďĂĐŬĞĚƐĞĐƵƌŝƚŝĞƐ ĂƐĂƉĞƌĐĞŶƚŽĨƉŽƌƚĨŽůŝŽ͗ Ϯ͘ϯϭй ΎWƉƵƌĐŚĂƐĞĚďLJƚŚĞWŽŽůĞĚDŽŶĞLJ/ŶǀĞƐƚŵĞŶƚĐĐŽƵŶƚ;WD/ͿĚŽĞƐŶŽƚŝŶĐůƵĚĞ^ƚƌƵĐƚƵƌĞĚ /ŶǀĞƐƚŵĞŶƚsĞŚŝĐůĞƐ;^/sƐͿŶŽƌĚŽĂŶLJŽĨƚŚĞĂƉƉƌŽǀĞĚWƉƌŽŐƌĂŵƐŝŶĐůƵĚĞ^/sƐĂƐ ƵŶĚĞƌůLJŝŶŐĂƐƐĞƚƐ͘ Exhibit V (b) State of California Page 3 Exhibit VIII Par Value 3,624,910,404.12 Book Price 99.907 Book Value 3,621,551,138.07 Average Days to Maturity 349 Market Value 3,628,002,409.85 Coupon 0.3549% Market Price 100.085 YTM (TR)0.3753% Yield Change Market Value Market Price Gain/Loss2 (bps)($)($)(bps) -50 3,645,265,655.15 100.562 65.56 -25 3,636,592,688.12 100.322 41.54 -10 3,631,428,665.54 100.180 27.33 0 3,628,002,409.89 100.085 17.82 10 3,624,589,217.58 99.991 8.41 25 3,619,493,778.59 99.851 -5.61 50 3,611,065,767.34 99.618 -28.93 Note: Stress Testing is a form of testing that is used to determine the stability of a given system or entity. It reveals how well a portfolio is positioned in the event the forecasts prove true. The stress test conducted on the portfolio managed by the Treasurer's Office identifies the sensitivity of our portfolio to the change in interest rate. The test result shows if the yield were to go down by 50 bps, the market value of the portfolio would increase by about 66 bps. If the yield were to go up by 50 bps, the market value of the portfolio would decrease by about 29 bps. 1.The stress test is conducted on the portfolio managed by the Treasurer's Office. Portfolios managed by external investment managers are excluded. All data is provided by FIS. 2.Gain/Loss is calcuated based on the book value/price. Portfolio Stress Test1 as of June 30, 2021 RECOMMENDATION(S): Approve the list of providers recommended by Contra Costa Health Plan’s Peer Review and Credentialing Committee, and the Health Services Director on July 13 2021, as required by the State Departments of Health Care Services and Managed Health Care, and the Centers for Medicare and Medicaid Services. FISCAL IMPACT: There is no fiscal impact. BACKGROUND: The National Committee on Quality Assurance (NCQA) requires that evidence of Board of Supervisors approval must be contained within each Contra Costa Health Plan (CCHP) provider’s credentials file. Approval of this list of providers, as recommended by the CCHP Medical Director, will enable the CCHP to comply with this requirement. CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, Contra Costa Health Plan’s providers would not be appropriately credentialed and not be in compliance with the NCQA. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sharron Mackey, 925-313-6104 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Terri Bostick, Marcy Wilhelm C.146 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Approve New and Recredentialing Providers in Contra Costa Health Plan’s Community Provider Network ATTACHMENTS List Contra Costa Health Plan Providers Approved by the PEER REVIEW CREDENTIALING COMMITTEE July 13, 2021 CREDENTIALING PROVIDER S JULY 2021 Name Specialty Adams, Jordan, BCBA Qualified Autism Provider Agdinaoay, Jason, DPT Physical Therapy Athey, Victoria, BCBA Qualified Autism Provider Bennett, Erin, NP Mid-Level Family Planning Christison, Marnie, BCBA, M.Ed Qualified Autism Provider Chiu, Jennifer, MD Internal Medicine Demaray, Hunter, BCBA, MA Qualified Auti sm Provider Dip, Peggy, NP Mid-Level Nephrology Garay, Brandon, M.Ed Qualified Autism Provider Gegenwarth, Maura, SLP Speech Language Pathologist Gillespie, Kennedy, PT Spine and Sports Physical Therapy Hampton, Winntrest, MSW Qualified Autism Provider Hanhan, Paul, BCBA Qualified Autism Provider Hasan, Shadeed, BCBA Qualified Autism Provider Izedi, Kristine, AMFT Mental Health Services Khan, Sana, BCBA Qualified Autism Provider Contra Costa Health Plan Providers Approved by the PEER REVIEW CREDENTIALING COMMITTEE JULY 13, 2021 CREDENTIALING PROVIDER S JULY 2021 Name Specialty Lindquist, Emily, AMFT Mental Health Services Lokhandwala, Nayeem, MFT Mental Health Services McKenzie, Maryssa, BCBA Qualified Autism Provider Molina, Angelina, FNP Mid Level - Family Medicine Mwashita, Emily, BCBA Qualified Autism Provider Nguyen, Nam DPT Physical Therapy Ordone, Monique, MFT Mental Health Services Osorio, Rabita, MS Qualified Autism Provider Reyes, Kelly, AMFT Mental Health Services Riley, Diana, PA Mid-Level Dermatology Sabatini, Miles, DO Optometry Samady, Lila, LCSW Mental Health Services Samaha, Alana, AMFT Mental Health Services Santos, Rhonalyn, BCBA Qualified Autism Provider Contra Costa Health Plan Provid ers Approved by the PEER REVIEW CREDENTIALING COMMITTEE JULY 13, 2021 CREDENTIALING PROVIDER S JULY 2021 Name Specialty Scimia, Katy, AMFT Mental Health Services Simms, Shala, BCBA Qualified Autism Provider Sussman, Ann, LCSW Mental Health Services Vemula, Vasundhara, MD Psychiatry Weise, Jennifer, PA Family Medicine Yeo, Monica, BCBA Qualified Autism Provider CREDENTIALING OR GANIZATIONAL PROVIDERS JULY 2021 Provi der Name Provide the Following Services Location Bridge Home Helath East Ba y, LLC Home Health Walnut Creek American CareQuest, Inc Home Health/Hospice Burlingame Amara Hospice LLC, dba Bridge Hospice East Bay LLC Hospice Walnut Creek Center for Discovery - Sacramento ED OP Mental Health Sacramento Discovery Mood & Anxiety Program, Sacramento MH OP Mental Health Sacramento Contra Costa Health Plan Providers Approved by the PEER REVIEW CREDENTIALING COMMITTEE JULY 13, 2021 CREDENTIALING OR GANIZATIONAL PROVIDERS JULY 2021 Provi der Name Provide the Following Services Location One Access Medical Transportation North Bay Non-emergency Medical Transportation Newark R ECREDENTIALING PR OVIDER S JULY 2021 Name Specialty Beeckman, Jennifer, NP Family Medicine/Mid-Level OBGYN Cipolla, Gail NP Mid- Level Family Planning Cohen, Aaron, DDS Endodontics Frick, Anna, MD Urogynecology & Pelvic Reconstructive Surgery Gutierrez, Susan, MD Pain Medicine Hurd, Manton NP Mid Level Psychiatry Jain, Vinita, MD Internal Medicine Jain, Vivekanand, MD Internal Medicine Contra Costa Health Plan Provid ers Approved by the PEER REVIEW CREDENTIALING COMMITTEE JULY 13, 2021 R ECREDENTIALING PROVIDER S JULY 2021 Name Specialty Khonsari, Hamidreza, MD Family Medicine Klein, Louis, MD Gynecology Livermore, Norman, MD Orthopaedic Surgery Mukherjee, Uday, MD Psychiatry Riley-Paull, Kara MD Surgery - General Rios, Ena, LCSW Mental Health Services Rose, Joseph, MD Obstetrics and Gynecology Salmo, Samer MD Psychia try Stoddard, Fred, MD Psychiatry Suzuki, Fumi, MD Family Medicine Contra Costa Health Plan Providers Approved by the PEER REVIEW CREDENTIALING COMMITTEE JULY 13, 2021 RECREDENTIALING OR GANIZATION AL PROVIDER S JULY 2021 Provi der Name Provide the Following Services Location Center for Elders' Independence Adult Day Services El Sobrante Coram Healthcare Corporati on of Northern California dba: Coram CVS/Specialty Infusion Services Home Infusion Hayward DaVita-Antioch Dialysis Center Dialysis Antioch DaVita - Alameda County Dialysis Dialysis Oakland DaVita - Benicia Dialysis Dialysis Benicia DaVita - Berkeley Dialysis Dialysis Berkeley DaVita - East Bay Pertioneal Dialysis Center Dialysis San Leandro DaVita -Fremont at Home Dialysis Fremont DaVita - Hayward Dialysis Center Dialysis Hayward DaVita - Hayward Mission Hil ls Dialysis Dialysis Hayward DaVita - Joy of Dixon Dialysis Center Dialysis Dixon Contra Costa Health Plan Provid ers Approved by the PEER REVIEW CREDENTIALING COMMITTEE JULY 13, 2021 RECREDENTIALING OR GANIZATION AL PROVIDER S JULY 2021 Provi der Name Provide the Following Services Location DaVita - Oakland Peritoneal Dialysis Center Dialysis Oakland DaVita - Richmond Dialysis Dialysis Richmond DaVita - San Pablo Dialysis Dialysis San Pablo DaVita - Walnut Creek Dialysis Center Dialysis Walnut Creek DaVita - Union city Dialysis Center Dialysis Union City Dialysis Access Center A Medical Corpora tion dba Dialysis Access Center Inc Dialysis/Surgery Center Oakland Holistic Care at Home, Inc Home Health Oakland Marie Star Home health Services, LLC Home Health Concord Laser Surgery Center Surgery Center Walnut Creek Walnut Creek Endoscopy Center, LLC Surgery Center Walnut Creek Bopl-JULY 13, 2021 RECOMMENDATION(S): Approve the list of providers recommended by the Contra Costa Health Plan’s Medical Director, and the Health Services Director on July 27, 2021, as required by the State Departments of Health Care Services and Managed Health Care, and the Centers for Medicare and Medicaid Services. FISCAL IMPACT: There is no fiscal impact for this action. BACKGROUND: The National Committee on Quality Assurance (NCQA) requires that evidence of Board of Supervisors approval must be contained within each Contra Costa Health Plan (CCHP) provider’s credentials file. Approval of this list of providers as recommended by the CCHP Medical Director will enable the Contra Costa Health Plan to comply with this requirement. CONSEQUENCE OF NEGATIVE ACTION: If this action is not approved, Contra Costa Health Plan’s providers would not be appropriately credentialed and not be in compliance with the NCQA. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sharron Mackey, 925-313-6104 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Terri Bostick, Marcy Wilhelm C.147 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Approve New and Recredentialing Providers in Contra Costa Health Plan’s Community Provider Network ATTACHMENTS List Bopl-July 27, 2021 Contra Costa Health Plan Providers Approved by Medical Director July 27, 2021 CREDENTIALING PROVIDER S JULY 2013 Name Specialty Alva-House, Natiha, ACSW Mental Health Services Cen, Min Mid Level Psychiatry Conboy, Elane, AMFT Mental Health Services De Leon, Mary Jeanne, MD Endocrinology Hernandez, Kristin, MFT Mental Health Services Kropf, Hanah, DPT Physical Therapy Mendoza, Marianne, ACSW Mental Health Services Nagelberg, Jodi, MD Endocrinology Shibuya, Barry Rheumatology Snyder, Robert, AMFT Mental Health Services Sweet, Charles Psychiatry RECOMMENDATION(S): APPROVE and AUTHORIZE the County Administrator, or designee, to execute a contract with KNN Public Finance LLC, in an amount not to exceed $350,000 for Independent Registered Municipal Financial Advisor services for the period of September 8, 2021 through through June 30, 2024. FISCAL IMPACT: Up to $350,000. The cost of municipal advisory services for bond issuances is covered as a cost of issuing the bonds. The County essentially borrows the additional funds necessary to compensate all consultants assisting with a specific bond issuance - known as "cost of issuance" fees. Fees have been pre-negotiated as part of the contract and are based on the type of bond transaction being processed. The contract also provides for advisory services outside of the bond issuance process, for services such as the County's Annual Debt Report and other projects that come up from time-to-time. Fees for general advisory services such as this are charged at a pre-negotiated, hourly rate and are generally paid from the County Administrator's budget within the General Fund. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Timothy Ewell, (925) 655-2043 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 , County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.148 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:Independent Registered Municipal Advisor (IRMA) Contract - KNN Public Finance LLC BACKGROUND: On May 28, 2021, the County issued a Request for Proposals (RFP) for Independent Registered Municipal Advisor (IRMA) services. After review by the Debt Affordability Advisory Committee (DAAC), KNN Public Finance LLC was recommended to the County Administrator for consideration of a contract award to provide municipal advisory services to the County through June 30, 2024 with two, optional one-year extensions based on performance through June 30, 2026. The County anticipates issuing bonds during this time period to fund new capital projects and refund existing debt at lower interest rates, especially if the current federal prohibition on advance refundings is lifted as part of congressional action on infrastructure. In addition to assistance with bonds, the services of KNN Public Finance LLC is needed on an occasional basis to prepare presentations to rating agencies and complete other ad hoc projects in support of County business. It is important to retain a firm with these particular skills to ensure that the County is able to take advantage of potential refunding opportunities as they arise and stay updated on both market trends and other public finance related issues. The firm has extensive experience California counties and has worked with several jurisdictions within Contra Costa County in the past. In addition, the firms experience with housing related financing was of particular interest to the County Administrator's Office due to the significant amount of federal and state funds available for housing development in the near term. There is also increased interest by cities statewide in using Enhanced Infrastructure Financing Districts (EIFDs) to fund regional infrastructure projects. Having a firm that has experience in housing and innovative financing mechanisms will be important during this contract cycle. CONSEQUENCE OF NEGATIVE ACTION: The County would not have the necessary expertise of an Independent Registered Municipal Advisor for issuance of municipal securities or other special projects. CHILDREN'S IMPACT STATEMENT: Not applicable. RECOMMENDATION(S): APPROVE and AUTHORIZE the Clerk-Recorder, or designee, to execute a Liability Waiver and Release and Indemnification Agreement with the City of Clayton for the use of Endeavor Hall for the September 14, 2021 Statewide Gubernatorial Recall Election. FISCAL IMPACT: None. BACKGROUND: The Elections Division of the Clerk-Recorder’s Office will provide eight early voting locations and 153 polling places throughout the county for the September 14, 2021 Statewide Gubernatorial Recall Election. In Clayton, one of the Election Day polling places is Endeavor Hall. The Agreement for this site contains indemnification provisions whereby the County agrees to indemnify the City of Clayton, and a liability waiver and release for use of the site as a voting location. CONSEQUENCE OF NEGATIVE ACTION: The Elections Division will not be able to use a critical site in Clayton as a voting location. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Sara Brady, 925-335-7807 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C.149 To:Board of Supervisors From:Deborah R. Cooper, Clerk-Recorder Date:September 7, 2021 Contra Costa County Subject:Agreement for Clayton Polling Site RECOMMENDATION(S): APPROVE and AUTHORIZE the Auditor-Controller, or designee, to pay $22,980 to John Muir Behavioral Health Center for the provision of inpatient psychiatric treatment services including diagnostic and therapeutic services and mental health treatment, for the period February 21, 2019 through March 15, 2019, as recommended by the Health Services Director. FISCAL IMPACT: This retroactive payment in the amount of $22,980 is funded 100% by Mental Health Realignment revenues. BACKGROUND: On May 8, 2018, the Board of Supervisors approved Contract #24-794-8(18) with John Muir Behavioral Health Center in an amount not to exceed $1,550,000 for the provision of inpatient psychiatric treatment services including diagnostic and therapeutic services and mental health treatment for the period from July 1, 2018 through June 30, 2019. On April 19, 2019, the Board of Supervisors approved Amendment Agreement #24-794-8(21) to increase the payment limit from $1,550,000 to a new payment limit of $3,020,781 with no change in the term July 1, 2018 through June 30, 2019. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Suzanne Tavano, Ph.D., 925-957-5212 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: L Walker, M Wilhelm C.150 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Payment for Services Provided by John Muir Behavioral Health Center BACKGROUND: (CONT'D) On June 18, 2019, the Board of Supervisors approved Amendment Agreement #24-794-8(23) to increase the payment limit from $3,020,781 to a new payment limit of $3,270,781 with no change in the term July 1, 2018 through June 30, 2019. On April 28, 2020, the Board of Supervisors approved Amendment Agreement #24-794-8(25) to increase the payment limit from $3,020,781 to a new payment limit of $4,132,549 with no change in the term July 1, 2018 through June 30, 2019. On May 18, 2021, the Board of Supervisors approved a retroactive payment for services in the amount of $108,196 for unpaid psychiatric services rendered for the period of July 1, 2017 through June 30, 2020. Due to administrative oversight, a claim during fiscal year 2019/2020 was not received or paid by the County and the expired contract does not have sufficient fundsa balance to issue payments for the demand(s). The County has determined that John Muir Behavioral Health Center is entitled to payment for the reasonable value of their services under the equitable relief theory of quantum meruit. That theory provides that where a person has been asked to provide services without a valid contract, and the provider does so to the benefit of the recipient, the provider is entitled to recover the reasonable value of those services. CONSEQUENCE OF NEGATIVE ACTION: John Muir Behavioral Health Center will not be paid for psychiatric treatment services rendered in good faith. RECOMMENDATION(S): REFER to the Finance Committee development of a County policy regarding Enhanced Infrastructure Financing Districts. FISCAL IMPACT: No fiscal impact. BACKGROUND: In 2015, Senate Bill 628 (Chapter 785, Statutes of 2014) created Enhanced Infrastructure Financing Districts (EIFDs) effectively modifying the structure of already existing Infrastructure Financing Districts (IFDs). Following the dissolution of redevelopment, EIFDs serve as a financing mechanism to use tax-increment financing, similar to former redevelopment projects, but with greater collaboration between cities and counties for economic development, housing and other large scale projects throughout the State. Subsequent to the creation in 2015, statutes authorizing EIFDs have been modified on a regular basis, including broadening the listing eligible project types and modifying to process to issue bonds to fund those projects by the EIFD. Similar to financial impacts from former redevelopment agencies, the County's share of the ad valorem property tax can be impacted by a redirection APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Timothy Ewell, (925) 655-2043 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Lisa Driscoll, County Finance Director C.151 To:Board of Supervisors From:Monica Nino, County Administrator Date:September 7, 2021 Contra Costa County Subject:REFERRAL TO THE FINANCE COMMITTEE REGARDING DEVELOPMENT OF A COUNTY POLICY ON ENHANCED INFRASTRUCTURE FINANCING DISTRICTS BACKGROUND: (CONT'D) of those revenues from the County to an EIFD. The difference is that the County must opt-in to become a partner in the EIFD formation process and pre-negotiate the share of ad valorem property tax to be reallocated to the EIFD. Due to the size of the County and the number of cities within the County there is potential for significant requests of County participation in EIFD development at a financial cost to the County. As an example, the County Administrator's Office has been approached by the cities of Pittsburg and Brentwood to gauge interest in the participation of the County in EIFDs located within each city. Today's action is requesting that the Board of Supervisors refer to the Finance Committee the development of a policy related to evaluation of EIFD proposals submitted for review from jurisdictions within the County. Recall that the County took a similar approach to evaluation of Compensation Agreements being requested by cities as part of the redevelopment dissolution process. Adopting and subsequently distributing a policy sets a minimum bar for cities to meet when it comes to submitting proposals to the County for review and evaluation. It also communicates to cities what projects the County is interested in partnering on, consistent with stated Board of Supervisors policy goals, and acceptable rates of financial participation for such projects by the County. CONSEQUENCE OF NEGATIVE ACTION: This issue will not be formally referred to the Finance Committee for policy development. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee to execute Memorandum of Agreement (MOA) Amendment #28-949-2 containing mutual indemnification language with the City of Antioch, to allow the Health Services Department and the California Department of Public Health contractors use of the City’s Antioch Community Center parking lot for COVID-19 testing and immunizations to extend the term from September 1, 2021 through December 31, 2021. FISCAL IMPACT: This is a nonfinancial agreement, there is no cost to the County associated with the signing of this MOA. BACKGROUND: On February 4, 2021, the County and the City of Antioch entered into a Memorandum of Agreement for Mutual Aid Assistance in Response to the COVID-19 Pandemic authorizing COVID-19 related services to occur at the Antioch Community Center parking lot. The term of the MOA extended through July 31, 2021. On July 1, 2021, the County and the City of Antioch reached an agreement to extend the term of the MOA APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Anna Roth, 925-957-5403 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Marcy Wilhelm C.152 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Memorandum of Agreement Amendment #28-949-2 with City of Antioch BACKGROUND: (CONT'D) through August 31, 2021. The need to extend the term of the MOA through December 31, 2021 and change the portion of the parking lot to be made available for the provision of COVID-19 services, and modify the hours of operation have been identified as necessary action. The County’s Health Officer has determined that accessible, timely testing and immunizations are critical to reduce transmission of the COVID-19 virus and to protect the community. CONSEQUENCE OF NEGATIVE ACTION: If this MOA is not approved fewer COVID-19 tests and vaccinations will be administered which could increase the number of deaths in Contra Costa County. ATTACHMENTS Agreement- Antioch Community Center 1 AMENDMENT TO MEMORANDUM OF AGREEMENT BETWEEN CONTRA COSTA COUNTY AND CITY OF ANTIOCH FOR MUTUAL AID ASSISTANCE IN RESPONSE TO THE COVID -19 PANDEMIC This Amendment (“Amendment”) to the Memorandum of Agreement Between Contra Costa County and City of Antioch for Mutual Aid Assistance in Response to the COVID - 19 Pandemic is entered into _______, 2021, and effective as of August 31, 2021, between the City of Antioch, a municipal corporation ("City") and the County of Contra Costa, a political subdivision of the State of California ("County") (each a "Party" and collectively, the "Parties"). RECITALS A. On February 4, 2021, the Parties entered into the Memora ndum of Agreement Between Contra Costa County and City of Antioch for Mutual Aid Assistance in Response to the COVID -19 Pandemic (MOU), authorizing COVID -19-related services to occur at the Antioch Community Center parking lot. The term of the MOU extended through July 31, 2021. B. On July 1, 2021, the Parties entered into an agreement to extend the term of the MOU through August 31, 2021. C. The Parties now wish to extend the term of the MOU through December 31, 2021, change the portion of the parking lot to be made available for the provision of COVID -19-services, and modify the hours of operation. AGREEMENT 1. The term “Premises” as used in the MOU and in this Agreement means the southwestern portion of the Antioch Community Center parking lot, depicted as the area outlined in red on Exhibit A attached hereto. 2. Section 1 of the MOU is amended to read as follows: Term. The term of this Agreement shall commence on February 4, 2021, and continue through December 31, 2021 (the "Term"), unless terminated early i n accordance with Section 18 or extended by mutual agreement of the Parties with the City Manager delegated the authority to extend the Agreement. On the last day of the Term or sooner if the Agreement is terminated, County will surrender to City the Premi ses in good order, condition and repair, excepting reasonable use and wear. 3. Section 2 is amended to read as follows: Use of Premises. City shall make the Premises available for use by County, CDPH, and LHI and any other service providers with whom CDPH may contract (collectively “Contractors”), or by any of them, to provide either COVID -19 2 Testing or COVID -19 Vaccinations, or both, and services related thereto, including but not limited to security and sanitation, and the storage of associated equipment and supplies, through the Term of this Agreement. County, CDPH and Contractors will have access to and exclusive use of the Premises daily from Sunday through Saturday, 5 a.m. to 9 p.m., and at other times that may be approved in advance in writing by the City Manager or his designee. At all other times that may be approved in advance in writing by the City Manager or his designee. At all other times through the Term of this Agreement, County, CDPH and Contractors will have access to and non-exclusive use of the Premises for the purpose of storing two portable toilets, one handwashing station, and one storage container, provided that these items are placed and stored only in the most southwesterly corner of the Premises. County, CDPH and Contractors, along with members of the public that come to the Premises for COVID -19 Testing or COVID -19 Vaccinations, may exit through the westerly portion of the parking lot. No other use of the Premises is allowed. County acknowledges that the easterly portion of the parking lot is used for public parking and City programs and services, which continue during the term of this Agreement. 4. In all other respects, the terms of the MOU, as amended, are ratified and confirmed. COUNTY OF CONTRA COSTA By: ___________________________ Timothy Ewell Chief Assistant County Administrator CITY OF ANTIOCH By: ____________________________ Rowland E. Bernal, Jr. City Manager ATTEST: By: ____________________________ Elizabeth Householder City Clerk Approved as to Form: By: ____________________________ Thomas Lloyd Smith City Attorney H:\Emergency \AntiochNRCC.Amendment.8.31.21.docx Exhibit A RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee to execute Memorandum of Agreement (MOA) #28-974 containing mutual indemnification language with the Contra Costa Community College District, to allow the Health Services Department use of the District’s Diablo Valley College Overflow Lot for drive-thru COVID-19 testing, COVID-19 immunizations and related services, for the period July 31, 2021 through December 31, 2021. FISCAL IMPACT: This is a nonfinancial agreement, there is no cost to the County associated with the signing of this MOA. BACKGROUND: Contra Costa County is currently operating one County-run drive-through COVID-19 testing site in Central County in addition to walk-up sites throughout the County. Prior to August 31, 2021, this site was located at 2500 Bates Avenue in Concord. Since that site is no longer available, and in order to not disrupt the current testing volume, this location at Diablo Valley College was sought to accomodate residents in Central County. This MOA will allow the County to provide a combined 3240 COVID-19 tests and vaccines per week on average. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Anna Roth, 925-957-5403 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Marcy Wilhlem C.153 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Memorandum of Agreement #28-974 with Contra Costa Community College District BACKGROUND: (CONT'D) The County’s Health Officer has determined that accessible, timely testing and immunizations are critical to reduce transmission of the COVID-19 virus and to protect the community. CONSEQUENCE OF NEGATIVE ACTION: If this MOA is not approved fewer COVID-19 tests and vaccinations will be administered which could increase the number of deaths in Contra Costa County. ATTACHMENTS Agreement-Diablo Valley College Page 1 of 4 MEMORANDUM OF AGREEMENT BETWEEN CONTRA COSTA COUNTY AND CONTRA COSTA COMMUNITY COLLEGE DISTRICT FOR MUTUAL AID ASSISTANCE IN RESPONSE TO THE COVID-19 PANDEMIC This Memorandum of Agreement ("Agreement") is made and entered into on July 31, 2021, by and between Contra Costa Community College District, a community college district established pursuant to California law (“District”), and the County of Contra Costa, a political subdivision of the State of California ("County") (each a "Party" and collectively, the "Parties"). RECITALS WHEREAS, a novel coronavirus that causes a respiratory illness referred to as coronavirus disease 2019 ("COVID-19") has resulted in a pandemic; and WHEREAS, on March 4, 2020, Governor Gavin Newsom proclaimed a State of Emergency to exist in California as a result of COVID-19; and WHEREAS, on March 10, 2020, the County Board of Supervisors declared the existence of a local emergency throughout Contra Costa County caused by the Introduction of COVID-19; and WHEREAS, on March 22, 2020, President Donald J. Trump approved a Major Disaster Declaration for the State of California in connection to COVID-19 and ordered federal funding available to state, tribal and local governments for emergency protective measures, including direct federal assistance to bolster California's COVID-19 emergency response efforts; and WHEREAS, Contra Costa County has identified an overflow parking lot located at District’s Diablo Valley College campus at 321 Golf Club Road, Pleasant Hill, California (the “Property”), as a suitable location for COVID-19 testing, COVID-19 vaccinations and services related thereto, and requested District to make a portion of the Property, depicted on Exhibit A attached hereto and incorporated herein by reference as the area outlined in white (the “Premises”), available for this purpose; NOW, THEREFORE, in consideration of the foregoing recitals and for other good and valuable consideration, the Parties agree as follows: 1. Term. The term of this Agreement shall commence on July 31, 2021, and continue through December 31, 2021 (the “Term”), unless terminated early in accordance with Section 15 or extended by mutual agreement of the Parties. On the last day of the Term or sooner if the Agreement is terminated, County will surrender to District the Premises in good order, condition and repair, excepting reasonable use and wear. 2. Use of Premises. County will have use of the Premises to set up and operate a site where members of the public can obtain COVID-19 services, such as COVID-19 testing and vaccinations (“COVID-19 Services Site”), and provide related security and sanitation services, through the Term of this Agreement, in accordance with all of the following a. Days and Hours of Operation. The COVID-19 Services Site may operate Monday through Saturday, from 7 a.m. to 7 p.m. The COVID-19 Services Site may also operate on Sunday from 7 a.m. to 7 p.m. with prior written permission of District. b. Nature of Use. Use of the Premises will be exclusive throughout the Term of this Agreement. Page 2 of 4 c. Entrance and Exit. Persons who will provide services at the Premises (“COVID-19 Services Site Staff”) and members of the community who come to the Premises may enter and exit the Premises through the southwesterly access point adjacent to Golf Club Road. Access through the southerly access point is authorized in emergencies only. District will open the Golf Club Road entrance gate no later than 7 a.m. each day of operation. d. Portable Containers and Portable Structures. Portable storage containers and portable structures, in such number and type as is determined by County to be necessary for operation of the COVID-19 Services Site, may be placed on the Premises and used by COVID-19 Services Site Staff. The portable containers and portable structures, and any personal property contained in them, may remain on the Premises through the Term of the Agreement. e. Portable Sanitation Facilities. Up to three portable toilets and up to three portable handwashing stations may be placed on the Premises and utilized by COVID-19 Services Site Staff and members of the community who come to the Premises. The portable sanitation facilities may remain on the Premises through the Term of the Agreement. f. Generators. Generators, in such number and type as is determined by County to be necessary for operation of the COVID-19 Services Site, may be placed on the Premises and utilized to provide sufficient power to operate the COVID-19 Services Site. The generators may remain on the Premises through the Term of the Agreement. g. Vehicle Parking. Staff and members of the community who come to the Premises may bring their vehicles into and park on the Premises during operation of the COVID-19 Services Site. h. Traffic Control. County may place portable traffic control equipment, including but not limited to stanchions, cones, and signage, anywhere within the Premises. The equipment may remain on the Premises through the Term of the Agreement. To the extent reasonably necessary, County staff will assist with control of traffic flowing in and out of the Premises. 3. Payment. Given the public purpose of COVID-19 testing, COVID-19 vaccinations or services related thereto, District has agreed to the use of the Premises by County at no cost, through the Term of this Agreement. 4. Hazardous Materials. At the end of each day of use, County will remove all biohazardous materials from the Premises. 5. Janitorial Services. County shall be responsible for removing trash generated during the hours of operation. 6. Security; Damage; Loss. District shall provide security at the Premises during hours of operation. County shall be responsible for providing security services after-hours. District shall not be responsible for any damage to, or loss of, personal property utilized as part of the COVID-19 Services Site. 7. Improvements; Signs. County may not make any improvements or alterations to the Premises or construct or install any sign without the prior written consent of the District. County may place portable signs directing the public to the Premises. 8. No Dedication. Nothing In this Agreement shall be deemed a gift or dedication of any portion of the Premises to or for the general public. Use of Premises shall not entitle anyone to any relocation benefits pursuant to federal, state or local law and County waives any such claim against District. Page 3 of 4 9. Indemnification. Each Party shall defend, indemnify, and hold the other Party, its officials, officers, employees, agents, and volunteers, harmless from and against any and all liability, loss, expense (including reasonable attorney's fees), or claims for injury or damage arising out of the performance of this Agreement, but only in proportion to and to the extent such liability, loss, expense (including reasonable attorneys' fees), or claims for injury or damage are caused by or result from the negligent or intentional acts or omissions of the indemnifying party, its officials, officers, employees, agents, or volunteers. 10. Injuries. To the extent that County or District personnel provide services under this Agreement, such services will be considered to be disaster service activities under Government Code section 3100, and subject to applicable workers' compensation requirements. 11. Disclaimer of Condition of Premises. District makes no warranty or representation of any kind or nature regarding the Premises or the fitness of the Premises for the use intended by County. County waives any claims against the District regarding the condition of the Premises. 12. Compliance with Laws. The Parties will comply with all applicable local, state, and federal laws and regulations with respect to the terms and conditions of this Agreement. 13. Amendments. This Agreement may be amended by mutual consent of the Parties. Any amendment will be in writing, signed by both Parties. 14. Waivers. The waiver by either Party of any breach or violation of any term, covenant, or condition of this Agreement or of any applicable law will not be deemed to be a waiver of such term, covenant, condition or law or of any subsequent breach or violation of same or of any other term, covenant, condition or law. 15. Termination. Each Party may terminate this Agreement upon 30 days written notice to the other Party. 16. Notices. Any notices relating to this Agreement will be given in writing and will be deemed sufficiently given and served for all purposes when delivered personally, by email, by facsimile or by generally recognized overnight courier service, or five (5) days after deposit In the United States mail, certified or registered, return receipt requested, with postage prepaid, addressed as follows: For District: Contra Costa Community College District 500 Court Street Martinez, CA 94553 Phone No.: (925) 229-6955 Attn: Amy Sterry, Director of Purchasing and Contract Services E-mail: asterry@4cd.edu For County: Contra Costa County Administrator’s Office 1025 Escobar Street, 4th Floor Martinez, CA 94553 Phone No.: (925) 655-2043 Attn: Timothy Ewell, Chief Assistant County Administrator Email: DOC.Logistics@cchealth.org Either Party may change its address for purposes of this section by giving the other Party written notice of the new address in the manner set forth above. 17. Entire Agreement. This Agreement constitutes the entire agreement of the Parties and will supersede all prior offers, negotiations, and agreements with respect to the subject matter of this Agreement. Page 4 of 4 18.Counterparts. This Agreement may be executed in any number of counterparts, each of which when so executed will be deemed to be an original, but such counterparts together will constitute one and the same instrument. A copy of this Agreement will be as effective as an original. 19.Severability. If any term or condition of this Agreement Is found unenforceable, the remaining terms and conditions will remain binding upon the Parties as though the unenforceable provision was not contained in this Agreement. However, if the invalid, illegal or unenforceable provision materially affects this Agreement, the Agreement may be terminated by either Party pursuant to Section 15 of this Agreement. 20.Costs; Reimbursement. Each Party will be responsible for its own mutual aid assistance costs and other costs arising from this Agreement, and for seeking any reimbursement from the State of California, Federal Emergency Management Agency or any other source of funding. County shall not be responsible for making claims for funding or reimbursement on behalf of the District. 21.Disputes. In the event of a dispute between the Parties as to the language of this Agreement or Its construction or meaning of any term, this Agreement shall be deemed to have been drafted by the Parties in equal parts so that no presumptions or inferences concerning Its terms or interpretation may be construed against any part to this Agreement. COUNTY OF CONTRA COSTA By: Timothy Ewell Chief Assistant County Administrator APPROVED AS TO FORM: By: Deputy County Counsel CONTRA COSTA COMMUNITY COLLEGE DISTRICT By: Dr. Bryan Reece Chancellor By: Amy Sterry Director of Purchasing and Contract Services APPROVED AS TO FORM: By: District Counsel Attachment: Exhibit A Exhibit A COVID-19 Services Site RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee to execute Memorandum of Agreement (MOA) #28-975 containing mutual indemnification language with the City of Brentwood, to allow the Health Services Department and the California Department of Public Health contractors use of the City’s Brentwood Technology and Education for COVID-19 testing and immunizations, for the period July 19, 2021 through December 31, 2021. FISCAL IMPACT: This is a nonfinancial agreement, there is no cost to the County associated with the signing of this MOA. BACKGROUND: The City of Brentwood relocated the State testing site previously located at the Brentwood Senior Center to the Brentwood Technology and Education Center on July 29, 2021. This larger space allows for a co-location of COVID-19 vaccination and testing services and extends services to those residents in East County, permitting an average of 364 tests and 137 vaccinations per week. The County’s Health Officer has determined that accessible, timely testing and immunizations are critical to reduce transmission of the COVID-19 virus and to protect the community. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Anna Roth, 925-957-5403 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Marcy Wilhelm C.154 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Memorandum of Agreement #28-975 with City of Brentwood ATTACHMENTS Agreement- Brentwood Education & Technology Center Page 1 of 4 CA/Agreements/2021/019.6.docx MEMORANDUM OF AGREEMENT BETWEEN THE COUNTY OF CONTRA COSTA AND THE CITY OF BRENTWOOD PERTAINING TO MUTUAL AID ASSISTANCE PROVIDED TO RESPOND TO THE COVID-19 PANDEMIC This Memorandum of Agreement (“Agreement”) is made and entered into on _____________, 2021, and effective as of July 29, 2021 (the “Effective Date”), by and between the City of Brentwood, a municipal corporation (“City”) and the County of Contra Costa, a political subdivision of the State of California (“County”) (each a “Party” and collectively, the “Parties”). RECITALS WHEREAS, a novel coronavirus that causes a respiratory illness referred to as coronavirus disease 2019 (“COVID-19”) has resulted in a pandemic; and WHEREAS, on March 4, 2020, Governor Gavin Newsom proclaimed a State of Emergency to exist in California as a result of COVID-19; and WHEREAS on March 10, 2020, the County Board of Supervisors declared the existence of a local emergency throughout Contra Costa County caused by the introduction of COVID-19; and WHEREAS, on March 16, 2020, the City Manager, acting in his role of Director of Emergency Services, proclaimed a local emergency to exist in the City of Brentwood due to the COVID-19 Pandemic (“the Proclamation”); and WHEREAS, the Proclamation was ratified by the City Council on March 17, 2020, by Resolution No. 2020-36; and WHEREAS, on March 22, 2020, President Trump approved a Major Disaster Declaration for the State of California in connection to COVID-19 and ordered federal funding available to state, tribal and local governments for emergency protective measures, including direct federal assistance to bolster California’s COVID-19 emergency response efforts; and WHEREAS, the California Department of Public Health (“CDPH”) has contracted with Logistics Health, Inc., a subsidiary of OptumServe Health Services (“LHI”), to provide specimen collection, testing services, and vaccination administration (“COVID-19 Services”) as part of the state’s COVID-19 response effort under the Governor’s emergency declaration; and WHEREAS, CDPH has requested counties to identify collection and vaccination sites for COVID-19 Services; and WHEREAS, the County has identified the Brentwood Education & Technology Center, located at 101A Sand Creek Road in the City of Brentwood, California (the “Premises”), as a suitable location for COVID-19 Services, and requested the City to make the Premises available for this purpose; Page 2 of 4 CA/Agreements/2021/019.6.docx NOW, THEREFORE, in consideration of the foregoing recitals and for other good and valuable consideration, the Parties agree as follows: 1. Term. The term of this Agreement shall commence on July 29, 2021, and continue through December 31, 2021 (the “Term”), unless terminated early in accordance with Section 10 or extended by mutual agreement of the Parties. 2. Use of Premises. City shall make the Premises available for exclusive use by CDPH and by LHI and any other service providers with whom CDPH may contract (collectively “Contractors”) to provide COVID-19 Services and services related thereto, including but not limited to security and sanitation services, in accordance with Exhibit A attached hereto and incorporated herein by reference, through the Term of this Agreement. 3. Payment. Given the public purpose of the COVID-19 Services, City has agreed to the use of the Premises by CDPH and its Contractors, at no cost, through the Term of this Agreement. City calculates the deferred value of the use of the Premises to be $37,477.00 per month, consistent with previous rental fees associated with the Premises. 4. Indemnification. Each Party shall defend, indemnify, and hold the other Party, its officials, officers, employees, agents, and volunteers, harmless from and against any and all liability, loss, expense (including reasonable attorney’s fees), or claims for injury or damage arising out of the performance of this Agreement, but only in proportion to and to the extent such liability, loss, expense (including reasonable attorneys’ fees), or claims for injury or damage are caused by or result from the negligent or intentional acts or omissions of the indemnifying party, its officials, officers, employees, agents, or volunteers. 5. Injuries. To the extent that County or City personnel provide services under this Agreement, such services will be considered to be disaster service activities under Government Code section 3100, and subject to applicable worker’s compensation requirements. 6. Disclaimer of Condition of Premises. City makes no warranty or representation of any kind or nature regarding the Premises or the fitness of the Premises for the use intended by CDPH and its Contractors. 7. Compliance with Laws. The Parties will comply with all applicable local, state, and federal laws and regulations with respect to the terms and conditions of this Agreement. 8. Amendments. This Agreement may be amended by mutual consent of the Parties. Any amendment will be in writing, signed by both Parties. 9. Waivers. The waiver by either Party of any breach or violation of any term, covenant, or condition of this Agreement or of any applicable law will not be deemed to be a waiver of such term, covenant, condition or law or of any subsequent breach or violation of same or of any other term, covenant, condition or law. 10. Termination. Each Party may terminate this Agreement upon 30 days written notice to the other Party. 11. Notices. Any notices relating to this Agreement will be given in writing and will be deemed sufficiently given and served for all purposes when delivered personally, by email, by Page 3 of 4 CA/Agreements/2021/019.6.docx facsimile or by generally recognized overnight courier service, or five (5) days after deposit in the United States mail, certified or registered, return receipt requested, with postage prepaid, addressed as follows: For City: City of Brentwood 150 City Park Way Brentwood, CA 94513 Phone No. (925) 516-5444 Facsimile No. (925) 516-5447 Attn: Parks and Recreation Director E-mail: bmulder@brentwoodca.gov For County: Contra Costa County 651 Pine St. 10th Floor Martinez CA 94553 Phone No. (925) 655-2043 Attn: Timothy Ewell, Chief Assistant County Administrator E-mail: DOC.Logistics@cchealth.org Either Party may change its address for purposes of this section by giving the other Party written notice of the new address in the manner set forth above. 12. Entire Agreement. This Agreement constitutes the entire agreement of the Parties and will supersede all prior offers, negotiations, and agreements with respect to the subject matter of this Agreement. 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which when so executed will be deemed to be an original, but such counterparts together will constitute one and the same instrument. A copy of this Agreement will be as effective as an original. 14. Severability. If any term or condition of this Agreement is found unenforceable, the remaining terms and conditions will remain binding upon the Parties as though the unenforceable provision was not contained in this Agreement. However, if the invalid, illegal or unenforceable provision materially affects this Agreement, the Agreement may be terminated by either Party pursuant to Section 10 of this Agreement. 15. Costs; Reimbursement. Each Party will be responsible for its own mutual aid assistance costs and other costs arising from this Agreement, and for seeking any reimbursement from the State of California, Federal Emergency Management Agency or any other source of funding. County shall not be responsible for making claims for funding or reimbursement on behalf of the City. 16. Contractual Relationship. City understands and acknowledges that the County has no contractual relationship with the State of California, CDPH or Contractors for the provision of the COVID-19 Services under this Agreement, and, accordingly, no right or authority to manage or direct the activities of the State of California, CDPH or Contractors at the Premises. County shall not be deemed to be working in concert with the State of California, CDPH or Contractors, nor shall the State of California, CDPH or Contractors be deemed to be a contractor of the County. 17. Disputes. In the event of a dispute between the Parties as to the language of this Agreement or its construction or meaning of any term, this Agreement shall be deemed to have been drafted by the Parties in equal parts so that no presumptions or inferences Page 4 of 4 CA/Agreements/2021/019.6.docx concerning its terms or interpretation may be construed against any party to this Agreement. 18. Digital/Electronic Signatures. Using a City-approved method, this Agreement may be executed through the use of digital or electronic signatures in accordance with Government Code Section 16.5. The presence of an electronic signature on this Agreement will be construed as the Parties’ consent to do business electronically. COUNTY OF CONTRA COSTA By: Timothy Ewell, Chief Assistant County Administrator APPROVED AS TO FORM: Mary Ann McNett Mason County Counsel By: Deputy County Counsel CITY OF BRENTWOOD By: Tim Ogden, City Manager ATTEST: By: Margaret Wimberly, City Clerk APPROVED AS TO FORM: By: Damien Brower, City Attorney Attachments: Exhibit A CA/Agreements/2021/019.6.docx Exhibit A Use of the Premises • CDPH and Contractors will use the Premises for the purposes described in the Agreement by appointment. Staff will be present Sunday through Saturday, 6:00 a.m. to 8:00 p.m. • CDPH and Contractors will be issued keys by the City to access the Premises. All keys must be returned to City upon expiration of this Agreement. • At the end of each day of use, CDPH and Contractors will provide cleaning services and, as may be needed, off hours security for the Premises. • CDPH and Contractors will remove all biohazardous materials from the Premises on a regular basis, but no less than once per day when the Premises is being used. • CDPH and Contractors will provide all supplies, staff and operational security necessary to provide the COVID-19 Services at the Premises. RECOMMENDATION(S): APPROVE and AUTHORIZE the Health Services Director, or designee to execute Memorandum of Agreement (MOA) Amendment #28-944-2 containing mutual indemnification language with the City of Antioch, to allow the Health Services Department use of the City’s Nick Rodriguez Community Center for COVID-19 testing and immunizations to extend the term from September 1, 2021 through December 31, 2021. FISCAL IMPACT: This is a nonfinancial agreement, there is no cost to the County associated with the signing of this MOA. BACKGROUND: On January 5, 2021, the County and City of Antioch entered into a Memorandum of Agreement for Mutual Aid Assistance in Response to the COVID-19 Pandemic authorizing COVID-19 related services to occur at the Nick Rodriguez Community Center, and the term of the MOA was extended through July 31, 2021 On July 1, 2021 the Health Services Department and the City of Antioch reached an agreement to extend the term of the MOA through August 31, 2021. However, it is now been determined that the need to extend the term of the MOA through December 31, 2021 is APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/07/2021 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Diane Burgis, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Anna Roth, 925-957-5403 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 7, 2021 Monica Nino, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: Marcy Wilhelm C.155 To:Board of Supervisors From:Anna Roth, Health Services Director Date:September 7, 2021 Contra Costa County Subject:Memorandum of Agreement Amendment #28-944-2 with City of Antioch BACKGROUND: (CONT'D) necessary, as well as, changing the portion of the location's remises be made available for operation of COVID-19 related services. The County’s Health Officer has determined that accessible, timely testing and immunizations are critical to reduce transmission of the COVID-19 virus and to protect the community. CONSEQUENCE OF NEGATIVE ACTION: The Department will not have access to this no-cost, additional COVID-19 testing and vaccination site to accommodate County residents' COVID-19 needs. ATTACHMENTS Agreement-NRCC 1 AMENDMENT TO MEMORANDUM OF AGREEMENT BETWEEN CONTRA COSTA COUNTY AND CITY OF ANTIOCH FOR MUTUAL AID ASSISTANCE IN RESPONSE TO THE COVID -19 PANDEMIC This Amendment (“Amendment”) to the Memorandum of Agreement Between Contra Costa County and City of Antioch for Mutual Aid Assistance in Response to the COVID - 19 Pandemic is entered into _________, 2021, and effective as of August 31, 2021 , between the City of Antioch, a municipal corporation ("City") and the County of Contra Costa, a political subdivision of the State of California ("County") (each a "Party" and collectively, the "Parties"). RECITALS A. On January 5, 2021, the Parties entered into the Memorandum of Agreement Between Contra Costa County and City of Antioch for Mutual Aid Assistance in Response to the COVID -19 Pandemic (MOU), authorizing COVID -19-related services to occur at the Nick Rodriguez Community Center (the “Premises”). The term of the MOU extended through July 31, 2021. B. On July 1, 2021, the Parties entered into an agreement to extend the term of the MOU through August 31, 2021. C. The Parties now wish to extend the term of the MOU through December 31, 2021, and change the portion of the Premises to be made available for operation of COIVD -19-related services. AGREEMENT 1. Section 1 of the MOU is amended to read as follows: Term. The term of this Agreement shall commence on January 5, 2021, and continue through December 31, 2021 (the "Term"), unless terminated early in accordance with Section 19 or extended by mutual agreement of the Parties with the City Manager delegated the authority to extend the Agreement on behalf of City. On the last day of the Term or sooner if the Agreement is terminated, County will surrender to City the Premises in good order, condition and repair, excepting reasonable use and wear. 2. Section 2 of the MOU is amended to read as follows: Use of Premises. City shall make available a portion of the Premises, shown as the area with the dashed outline on Exhibit A attached hereto (“Testing Site”), for the exclusive use by County to provide COVID -19 testing, COVID -19 vaccinations or services related thereto at the Testing Site, including but not limi ted to supplies, staff, security and sanitation services, through the Term of this Agreement. The Testing Site shall be used for COVID -19 testing and COVID -19 vaccinations from Tuesday through Saturday, 7:00 a.m. to 7:00 p.m. with the option to open on the weekend after a written request by a County representative and approval from the City of Antioch. No other use of the Premises is allowed. 2 3. Exhibit A attached to the MOU is removed and replaced with Exhibit A attached hereto. 4. In all other respects, the terms of the MOU, as amended, are ratified and confirmed. COUNTY OF CONTRA COSTA By: ___________________________ Timothy Ewell Chief Assistant County Administrator CITY OF ANTIOCH By: ____________________________ Rowland E. Bernal, Jr. City Manager ATTEST: By: ____________________________ Elizabeth Householder City Clerk Approved as to Form: By: ____________________________ Thomas Lloyd Smith City Attorney H:\Emergency\AntiochNRCC.Amendment.8.31.21.docx Exhibit A