Master Agreement Nixter - OMNIA Partners

100
Region 4 Education Service Center Contract R170501 for Security System Services with Anixter Inc. Effective: July 1, 2017

Transcript of Master Agreement Nixter - OMNIA Partners

Region 4 Education Service Center Contract R170501

for

Security System Services

with

Anixter Inc.

Effective: July 1, 2017

The following documents comprise the executed contract between the Region 4 Education Service Center and Anixter Inc. effective July 1, 2017:

I. Signed Offer and Acceptance II. Response to the RFP

VENDOR CONTRACT SIGNATURE FORMThe undersigned hereby proposes and agrees to furnish goods and/or services in strict compliancewith the terms, specifications and conditions at the prices proposed within response unless noted inwriting. The undersigned further certifies that he/she is an officer of the company and has authority tonegotiate and bind the company named below and has not prepared this proposal in collusion with anyother Offeror and that the contents of this proposal as to prices, terms, or conditions of said proposalhave not been communicated by the undersigned nor by any employee or agent to any person engagedin this type of business prior to the official opening of this proposal.

Prices are guaranteed: 120 days

Company name Anixter Inc

Address 2350 E Riverview Drive Sllite 150

City/StatelZip Phoenix, AZ 85034

Telephone No. 480-240-8337

Fax No.

Email address

Printed name

480-893-1102

daniel olg'lin@anixter com

Daniel E Olg'lin

Region..}ESC Authorized Board Member

~O/~Print Name

Positionwith company Dir~~o"t

Authorized signature ~ff=-Accepted by The cooperative-p-u""""rc""'h""a'-S-in-g-N-etw-o-r: ------------

Term of contract Ju.-\'i 'll.C>" to ~oe. 3D,202.0

Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew annuallyfor an additio two 2) years if agreed to by Region 4 ESC and the awarded vendor. Awarded vendorshall hon I ad istrative fees for any sales made based on a contract whether renewed or not.

~ft<,f7• Dclte

Regi n 4 C Authorized Board Member

Jflfmutr;i ,:6 ~5 __~eTCPN Contract Number g 1,050 \

Appendix B:PRODUCT / SERVICES SPECIFICA TIONS

Page 23 of 156

ii~'lCPl~@ The Cooperative Purchasing Network

7145 West Tidwell Road - Houston, Texas 77092 (713) 462-7708

www.esc4.net

Publication Date: January 25, 2017

NOTICE TO OFFEROR

SUBMITTAL DEADLINE: Thursday, February 23, 2017@ 2:00 PM CT

Questions regarding this solicitation must be submitted in writing to Jason Wickel, Cooperative Purchasing Coordinator at [email protected] or (713) 744-8189 no later than February 9, 2017 at 5pm CT. All questions and answers will be posted to both www.esc4.net and www.tcpn.org under Solicitations. Offerors are responsible for viewing either website to review all questions and answers prior to submitting proposals. Please note that oral communications concerning this RFP shall not be binding and shall in no way excuse the responsive Offeror of the obligations set forth in this proposal.

Request for Proposal (RFP) by

Region 4 Education Service Center ("ESC")

for

Security System Services

On behalf of itself, other government agencies and non-profits, made available through The Cooperative Purchasing Network "TCPN."

Solicitation Number 17-05

Note: Envelopes must be sealed, prominently marked with the RFP solicitation number, RFP title, RFP opening time/date and name of vendor. Electronic submissions of the RFP will not be accepted. Submissions must be received by the Region 4 ESC office at: 7145 West Tidwell Road, Houston, TX 77092 no later than 2:00 pm CT, at which time the bid opening process shall commence. Proposals will be collected in a conference room to be determined by Region 4 ESC and opened and recorded publicly. Any proposal received later than the specified time, whether delivered in person. courier or mailed, shall be disqualified.

ATTENTION OFFERORS:

Page 1 of 156

Submission of a proposal confers NO RIGHT on an Offeror to an award or to a subsequent 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. Region 4 ESC reserves the right to amend the terms and provisions of the RFP, negotiate with a proposer, add, delete, or modify the contract and/or the terms of any proposal submitted, extend the deadline for submission of proposals, ask for best and final offers, or withdraw the RFP entirely for any reason solely at Region 4 ESC's discretion. An individual proposal may be rejected if it fails to meet any requirement of this RFP. Region 4 ESC may seek clarification from a proposer at any time, and failure to respond within a reasonable timeframe is cause for rejection of a proposal.

Please be advised that all information and documents submitted will be subject to the Public Information Act

requirements governed by the State of Texas.

Because contracts are awarded by a governmental entity, all responses submitted are subject to release as public information after contracts are executed. If an Offerer believes that its response, or parts

Page 2 of 156

of its response, may be exempted from disclosure, the Offerer must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, the Offerer must specify which exception{s) are applicable and provide detailed reasons to substantiate the exception{s). Offerer must provide this information on the "Acknowledgement and Acceptance to Region 4 ESC's Open Record Policy" form found on the next page of this solicitation. Any information that is unmarked 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 Education Service Center ("ESC") must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offerer 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 Offerer. Offerers are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information.

After completion of award, these documents will be available for public inspection.

ACKNOWLEDGMENT AND ACCEPTANCE

OF REGION 4 ESC's OPEN RECORDS POLICY

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:

Page 3 of 156

Kl 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.

(Note: All information believed to be a trade secret or proprietary must be listed below. It is further understood that failure to identify such information, in strict accordance with the instructions below, will result in that information being considered public information and released, if requested under the Public Information Act.)

D 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 specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s).

Date

Page4 of156

TABLE OF CONTENTS

A. Introduction ...................................................................... p. 7

B. Scope ............................................................................. p. 8

C. Definitions .......................................................................... p. 8

D. General Terms and Instructions to Offerers ............................. p. 9 • Calendar of Events .............................................................................. p.11 • Evaluation Criteria ............................................................. p. 13

E. Appendix A: Vendor Contract Form ...................................... p. 17 • Signature Page ................................................................. p. 26

F. Appendix B: Product/Services Specifications .......................... p. 27 • Special Terms & Conditions • Specifications

G. Appendix C: Pricing ........................................................... p. 29

H. Appendix D: General Terms & Conditions Acceptance Form ...... p. 30

I. Appendix E: Vendor Questionnaire ....................................... p. 32

J. Appendix F: Company Profile ............................................... p. 36 • References

K. Appendix G: Value Add ...................................................... p. 39

L. Appendix H: Additional Required Documents ........................... p. 40 • Clean Air and Water Act • Debarment Notice • Lobbying Certification • Vendor/Contractor Requirements

1. Contractor•s Employment Eligibility 2. Fingerprint & Background Checks 3. Business Operations in Sudan, Iran

• Antitrust Certification Statement • Implementation of HB 1295 (Certification of Interested Parties) • EDGAR Certifications • Specific State Requirements

M. Appendix I: State Notice ..................................................... p. 62

A. INTRODUCTION

I. Background on Region 4 Education Service Center Page 5 of156

Region 4 Education Service Center ("Region 4 ESC" herein "Lead Public Agency") on behalf of itself and all state, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and non-profit organizations (herein "Participating Agencies") solicits proposals from qualified Offerors to enter into a Vendor Contract ("contract") for the goods or services solicited in this proposal.

Contracts are approved and awarded by a single governmental entity, Region 4 ESC, and are only available for use and benefit of all entities complying with state procurement laws and regulations (public and private schools, colleges and universities, cities, counties, non-profits, and all governmental entities). These types of contracts are commonly referred to as being "piggybackable".

Region 4 ESC's purchasing cooperative was established in 1997 as a means to increase their economic and operational efficiency. The purchasing cooperative has since evolved into a National Cooperative used to assist other government and public entities increase their economical and operational efficiency when procuring goods and services.

II. What is the role of The Cooperative Purchasing Network ("TCPN")

The Cooperative Purchasing Network ('TCPN") assists Region 4 ESC in helping other public agencies and non-profits reap the benefits of national leveraged pricing, with no cost to the member. TCPN leverages one of the largest pools of purchasing potential. This is accomplished by competitively soliciting proposals and awarding contracts for commonly purchased products and services. Through the TCPN solicitation process, Region 4 ESC awards contracts covering Facilities, Furniture, Office Supplies & Equipment, Security Systems, and Technology and other goods and services industries.

Ill. Purpose of TCPN

• Provide governmental and public entities opportunities for greater efficiency and economy in procuring goods and services.

• Take advantage of state-of-the-art purchasing procedures to ensure the most competitive contracts.

• Provide competitive price and bulk purchasing for multiple government or public entities that yields economic benefits unobtainable by the individual entity.

• Provide quick and efficient delivery of goods and services. • Equalize purchasing power for smaller agencies that are unable to command the best contracts

for themselves. • Help in assisting with use of best business practices.

IV. Customer Service

• TCPN is dedicated to making our contracts successful for both our members and our awarded vendors.

• TCPN is committed to providing our members and awarded vendors with high quality service. • TCPN has dedicated staff available to answer questions, offer guidance and help in any way

possible.

Page6of156

8. SCOPE

It is the intention of Region 4 ESC to establish a contract with vendor(s) for Security System Services. Awarded vendor(s) shall perform covered services under the terms of this agreement. Offerers 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. Electronic Catalog and/or price lists must accompany the proposal. Include an electronic copy of the catalog from which discount, or fixed price, is calculated. Multiple percentage discount structure is also acceptable. Please specify where different percentage discounts apply. Additional pricing and/or discounts may be included. If Offerer has existing cooperative contracts in place, Offerer is requested to submit pricing equal or better than those in place.

Each service proposed is to be priced separately with all ineligible items identified. Services may be awarded to multiple vendors. Offerers may elect to limit their proposals to a single service within any category, or multiple services within any or all categories

Region 4 ESC is seeking a service provider that has the depth, breadth, and quality of resources necessary to complete all phases of this contract. In addition, TCPN also requests any value add commodity or service that could be provided under this contract.

While this solicitation specifically covers Security System Services Offerers are encouraged to submit an offering on any and all products or services available that they currently perform in their normal course of business.

C. KEY DEFINITIONS

Days: means calendar days.

Lead agency: means the government entity advertising, soliciting, evaluating, and awarding the contract. This definition also includes a public agency that meets the definition of a political subdivision, including a county, city, school district, state, public higher education, or special district.

Lowest Pricing Available: means the overall lowest not-to-exceed price available for the specified goods or services at the time the vendor submits their proposal.

Procurement: means buying, purchasing, renting, leasing or otherwise acquiring any materials, services or construction. Procurement also includes all functions that pertain to the obtaining of any material, service, or construction, including description of requirements, selection and solicitation of sources, preparation and award of contract and all phases of contract administration.

Responsive Offerer: means a person, company, firm, corporation, partnership, or other organization who submits a proposal which conforms in all material respects to the invitation for bids or request for proposals.

Solicitation: means an invitation for bids, a request for technical offers, a request for proposals, a request for quotations or any other invitation or request by which we invite a person to participate in a procurement.

Specifications: means any description of physical or functional characteristics, or of the nature of a material, service or construction of item. Specifications may include a description or any requirement for inspecting, testing or preparing a material, service or construction item for delivery.

Vendor: means any provider or seller of goods and/or services that has a contractual relationship with Region 4 or TCPN.

D. GENERAL TERMS AND INSTRUCTIONS TO OFFERORS

I. Submission of Response: Unless otherwise specified in the solicitation, all submitted proposals must contain two (2) bound and signed original copies of the solicitation, and two (2) electronic copies on

Page 7 of 156

flash drives shall be provided. Please see format requirements below. Vendor must also submit two (2) electronic proposals free of propriety information to be posted on Vendor information page 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. Proposal may be rejected for failure to comply with the requirements set forth in this proposal.

Deviations from any terms, conditions and/or specifications must be conspicuously noted in writing by the Offeror and shall be included with the response. (See Appendix D).

II. Proposal Format: 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. All forms are to be completed electronically.

Include a copy of the entire RFP document that you are responding to, prior to your tabulated response. This means that all pages prior to the Appendices must be included before Tab 1. Tabs should be used to separate the proposal into sections. The following items identified must be included behind the tabs listed below. Offerors failing to organize in the manner listed may be considered non-responsive and may not be evaluated.

Ill. Binder Tabs: Tab 1 - Entire Vendor Contract and Signature Form (pgs. 1-15, Appendix A)

- General Terms and Conditions Acceptance Form (Appendix D) Tab 2 - Questionnaire (Appendix E) Tab 3 - Company Profile (Appendix F, excluding References section) Tab 4 - Product I Services (Appendix B) Tab 5 - References (Appendix F) Tab 6 - Pricing (Appendix C) Tab 7 - Value Add (Appendix G) Tab 8 - Required Documents

-Additional Required Documents (Appendix H) -Acknowledgement & Acceptance of Region 4 ESC Open Records Policy (Page 4).

IV. Mailing of Proposals: All bids and 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 __ _

V. Time for Receiving Proposals: Proposals received prior to the submittal deadline will be time­stamped upon receipt and kept secure and unopened. At the submittal deadline, Region 4 will begin the process of opening all bids publicly by collecting all proposals received before the deadline in the room designated for the bid opening. No proposals received after the submittal time and deadline will be considered. Late proposals will be returned to sender unopened.

VI. Inquiries and/or Discrepancies: Questions regarding this solicitation must be submitted in writing to Jason Wickel, Purchasing Cooperative Coordinator at [email protected] or (713) 744-8189 no later than February 9, 2017. All questions and answers will be posted to both www.esc4.net and www.tcpn.org under Solicitations. Offerors are responsible for viewing either website to review all questions and answers prior to submitting proposals. Please note that oral communications concerning this RFP shall not be binding and shall in no way excuse the responsive Offeror of the obligations set forth in this proposal.

Page 8 of 156

VII. 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 vendor who is awarded a contract 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/or 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 a contract has been awarded. In the event the Board of Directors refers the recommendation back to staff for reconsideration, the communications prohibition shall be re-imposed. Additionally, during the time period between the award 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 a particular invitation for bids, requests for proposal, requests for qualifications, or other solicitation are prohibited:

• Communications between a potential vendor, service provider, bidder, offeror, lobbyist or consultant and any member of Region 4 ESC's Board of Directors;

• Communications between any director and any member of a selection or evaluation committee; and

• Communications between any director and administrator or employee.

The communications prohibition shall not apply to the following:

• Communications with Region 4 ESC's purchasing agent 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.

VIII. Calendar of Events (subject to change): Event Issue RFP Pre-proposal Conference Deadline for receipt of questions via email Issue Addendum/a (if required) Proposal Due Date Approval from Region 4 ESC Contract Effective Date

Page 9 of 156

Date: January 25, 2017 N/A February 9, 2017 To Be Determined February 23, 2017 April 2017 July 1, 2017

CONDITIONS OF SUBMITTING PROPOSALS

IX. Amendment of Proposal: A proposal may be amended up to the time of opening by submitting a sealed letter to the location indicated on the front page of this solicitation.

X. Withdrawal of Proposals: Withdrawal of proposals prior to the opening date will be permitted. Withdrawal of response will not be allowed for a period of 120 days following the opening. Pricing will remain firm for 120 days from submittal. However, 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 contracts entered into prior to Region 4 ESC receiving notice must be honored.

No Offeror should assume that their withdrawal request has been accepted unless, and until. they receive written acknowledgment and acceptance of their proposal withdrawal.

XI. Clarifications: Offeror may receive a written request to clarify, in writing, its proposal in order to determine whether a proposal should be considered for award. The process of clarification is not an opportunity for an Offeror to revise or modify its proposal, and any response by an Offeror to a written request for clarification that attempts to revise or modify its proposal shall be given no effect. The purpose of the request for clarification will be solely made for the purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the proposal, which may be corrected or waived in the leading agency's sole discretion.

XII. 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 rejection of its proposal.

XIII. Negotiations: Region 4 ESC shall determine which responsive proposals are in the competitive range and/or are reasonably susceptible of being selected for award. Proposals not in the competitive range may not be further evaluated. Proposals in the competitive range shall be evaluated on the basis of price and the other evaluation criteria set forth in the solicitation. In the event that Region 4 ESC decides to conduct negotiations, notice shall be provided to each Offeror whose proposal is being considered for award, which notice may identify, in general terms, the elements or factors upon which Region 4 ESC intends to base its negotiations. Offerors will not be assisted, in any way, to bring their proposal up to the level of other proposals through discussions. During the course of negotiations, no Offeror's technical proposal or pricing shall be revealed to any other Offeror or to any other person who is not involved with the evaluation process. Region 4 ESC will also not indicate to Offeror a cost or price that it must meet to either obtain further consideration nor will it provide any information about other Offerors' proposals or prices.

XIV. Best and Final Offer: Region 4 ESC, in its sole discretion, may request all Offerors in the competitive range 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 offer will be considered to be its Best and Final Offer.

XV. 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

Page 10of156

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. Offerers should include all documentation required to evaluate whether or not their proposed goods, materials or equipment are substantially equivalent to the Design Guides.

XVI. Quality of Materials or Services: Offerer shall state the brand name and number of the materials being provided. If none is indicated then it is understood that the offerer is quoting on 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.

XVII. Samples: Upon request, samples shall be furnished, free of cost, within seven (7) days after receiving notice of such request. By submitting the proposal Offerer certifies that all materials conform to all applicable requirements of this solicitation and of those required by law. Offerer agrees to bear the costs for laboratory testing, if results show that the sample does not comply with solicitation requirements.

Submissions may be rejected for failing to submit samples as requested.

XVIII. Deviations and Exceptions: Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 4 ESC to award a manufacturer's complete line of products, when possible.

XIX. 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 Vendor Contract Signature Form. The prospective vendor must submit a signed Vendor Signature Form with the response thus, eliminating the need for a formal signing process.

XX. Estimated Quantities: Region 4 ESC anticipates that a substantial number of participating members will enter into contracts resulting from this solicitation based on multiple surveys and usage of other contracts that may have included similar services, however, Region 4 ESC makes no guarantee or commitment of any kind concerning quantities or usage of contracts resulting from this solicitation. The volume for this contract is estimated to be up to and more than $8 million a year. This information is provided solely as an aid to contract vendors in preparing proposals only. The successful Vendor(s) discount and pricing schedule shall apply regardless of the volume of business under the contract.

XXI. Multiple Awards: membership includes a large number of potential entities which may utilize this contract throughout the nation. In order to assure that any ensuing contract(s) will allow Region 4 ESC to fulfill current and future needs, Region 4 ESC reserves the right to award contract(s) to multiple vendors. The decision to award multiple contracts, award only one contract, or to make no awards rests solely with Region 4 ESC.

XXII. Non-Exclusive: Any contract resulting from this solicitation shall be awarded with the understanding and agreement that it is for to sole convenience and benefit of participating members. Region 4 ESC and participating entities reserve the right to obtain like goods and services from other sources.

AWARD PROCESS

XXIII. Award or Rejection of Proposals: In accordance with applicable laws, rules, and regulations for public purchasing, award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to participating agencies, price and other factors considered. Region 4 ESC reserves the right to use a "Market Basket Survey" method, based on randomly selected criteria to determine the most advantageous response. To qualify for evaluation, a proposal must have been submitted on time, and satisfy all mandatory requirements identified in this solicitation. Proposals that are materially non-responsive will be rejected and the Offerer will be provided notice of such rejection.

Page 11 of156

XXIV. Evaluation Process: In evaluating the responses the following predetermined criteria is considered:

Products/Pricing (40 Points) 1. Scope and breadth of products available 2. All products and services available 3. Pricing for all available products and services 4. Pricing for warranties on all products and services 5. Ability of Customers to verify that they received contract pricing 6. Payment methods 7. Other factors relevant to this section as submitted by the proposer

Performance Capability (25 Points) 1. Ability to deliver products and services nationally 2. Response to emergency orders 3. Average on time delivery rate 4. Shipping charges 5. Return and restocking policy and applicable fees 6. History of meeting the shipping and delivery timelines 7. Ability to meet service and warranty needs of members 8. Customer service/problem resolution

9. Invoicing process 10. Contract implementation/Customer transition 11. Financial condition of vendor 12. Offeror's safety record 13. Instructional materials 14. Other factors relevant to this section as submitted by the proposer

Qualification and Experience (25 Points) 1. Offeror's reputation in the marketplace 2. Reputation of products and services in the marketplace 3. Past relationship with Region 4 ESC and/or TCPN members 4. Experience and qualification of key employees 5. Location and number of sales persons who will work on this contract 6. Past experience working with the government sector 7. Exhibited understanding of cooperative purchasing 8. Past/current litigation, bankruptcy, reorganization, state investigations of entity or current officers

and directors 9. Minimum of 10 customer references relating to the products and services within this RFP 10. Other factors relevant to this section as submttted by the proposer

Value Add (10 Points) 1. Marketing plan and capability 2. Sales force training 3. Other factors relevant to this section as submttted by the proposer

XXV. 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 are unacceptable and do not receive further award consideration.

XXVI. Evaluation: 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 solicitation, where each factor is assigned a point value based on its importance.

Page 12 of156

XXVII. Past Performance: An Offeror's performance and actions under previously awarded contracts are relevant in determining if the Offeror is likely to provide quality goods and services to TCPN members; including the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offerer's businesslike concern for the interests of the customer.

OPEN RECORDS POLICY

XXVIII. Proprietary Information: Because contracts are awarded by a governmental entity, all responses submitted are subject to release as public information after contracts are executed. If an Offerer believes that 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. 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 "Acknowledge and Acceptance to Region 4 ESC's Open Record Policy" form found at the beginning of this solicitation. Any information that is unmarked 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 Offerer 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 Offerer. Offerer 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.

PROTEST OF NON-AWARD

- XXIX. Protest Procedure: Any protest ofan 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 CT. No protest shall lie for a claim that the selected Vendor is not a responsible Offerer. Protests shall be filed with Robert Zingelmann, CFO, Business/Operations Services and sent to the Region 4 ESC office at: 7145 West Tidwell Road, Houston, TX 77092. Protests shall include the following:

1. Name, address, and telephone number of protester

2. Original signature of protester or its representative 3. Identification of the solicitation by RFP number

4. Detailed statement of legal and factual grounds including copies of relevant documents; and the form of relief requested.

5. Any protest review and action shall be considered final with no further formalities being considered.

Page 13 of156

LIMITATION OF LIABILITY

XXX. Waiver: BY SUBMITTING A PROPOSAL, OFFER EXPRESSLY AGREES TO WAIVE ANY CLAIM IT HAS OR MAY HAVE AGAINST BOTH THE COOPERATIVE PURCHASING NETWORK AND REGION 4 EDUCATION SERVICE CENTER, 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.

XXXI. NEITHER REGION 4 ESC NOR TCPN SHALL BE RESPONSIBLE OR LIABLE FOR ANY COSTS INCURRED BY PROPOSERS OR THE SELECTED VENDOR 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 A PROPOSER. THE PROPOSER OR SELECTED VENDOR IS WHOLLY RESPONSIBLE FOR ANY SUCH COSTS AND EXPENSES AND SHALL NOT BE REIMBURSED IN ANY MANNER BY REGION 4 ESC OR TCPN.

Page 14 of156

APPENDIX A

VENDOR CONTRACT AND SIGNATURE FORM

This Vendor Contract and Signature Form ("Contract'? is made as of 2017, by and between Anixter Inc and Region 4 Education Service Center ("Region 4 ESC'J for the purchase of Security System Services

RECITALS

WHEREAS, both parties agree and understand that the following pages will constitute the contract between the successful vendor(s) and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092.

WHEREAS, Vendor agrees to include, 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 will be incorporated into the final contract "Vendor 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 Vendor Contract will provide that any state, county, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agencies or non-profit organization may purchase products and services at prices indicated in the Vendor Contract upon registering and becoming a member with TCPN; and it being further understood that Region 4 ESC shall act as the Lead Public Agency with respect to all such purchase agreements.

WHEREAS, TCPN has the administrative and legal capacity to administer purchases on behalf of Region 4 ESC under the Vendor Contract with participating public agencies and entities, as permitted by applicable law.

ARTICLE 1- GENERAL TERMS AND CONDITIONS

1.1 TCPN shall be afforded all of the rights, privileges and indemnifications afforded to Region 4 ESC under the Vendor Contract, and such rights, privileges and indemnifications shall accrue and apply with equal effect to TCPN, including, without limitation, Vendors obligation to provide insurance and other indemnifications to Lead Public Agency.

1.2 Awarded vendor shall perform all duties, responsibilities, and obligations, set forth in this agreement, and required under the Vendor Contract.

1.3 TCPN shall perform its duties, responsibilities, and obligations as administrator of purchases, set forth in this agreement, and required under the Vendor Contract.

1.4 Purchasing procedure: • Purchase orders are issued by participating governmental agencies to the awarded vendor

indicating on the PO "Per TCPN Contract# R, ___ _ • Vendor delivers goods/services directly to the participating agency. • Awarded vendor invoices the participating agency directly. • Awarded vendor receives payment directly from the participating agency. • Awarded vendor reports sales monthly to TCPN.

Page15of156

1.5 Customer Support: The vendor shall provide timely and accurate technical advice and sales support to Region 4 ESC staff, TCPN staff and participating agencies. The vendor shall respond to such requests within one (1) working day after receipt of the request.

ARTICLE 2-ANTICIPATED TERM OF AGREEMENT

2.1 Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew annually for an additional two (2) years if agreed to by Region 4 ESC. Region 4 ESC will notify the vendor in writing if the contract is extended. Awarded vendor shall honor all administrative fees for any sales made based on the contact whether renewed or not.

2.2 Region 4 ESC shall review the contract prior to the renewal date and notify the current awarded vendor, no less than ninety (90) days of Region 4 ESC's intent renew the contract. Upon receipt of notice, awarded vendor must notify Region 4 ESC if it elects not to renew. Awarded vendor shall honor the administrative fee for any sales incurred throughout the life of the contract on any sales made based on a Region 4 ESC contract whether awarded a renewal or not. Region 4 ESC reserves the right to exercise each two-year extension annually.

ARTICLE 3- REPRESENTATIONS AND COVENANTS

3.1. Scope: This 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 contractors may restrict sales to certain public units (for example, state agencies or local government units), any contract that prohibits sales from being made to public school districts may not be considered. Sales without restriction to any Members are preferred. These types of contracts are commonly referred to as being "piggybackable".

3.2. Compliance: Cooperative Purchasing Agreements between TCPN and its Members have been established under state procurement Jaw.

3.3. Offeror's Promise: Offeror agrees all prices, terms, warranties, and benefits granted by Offeror to Members through this contract are comparable to or better than the equivalent terms offered by Offeror to any present customer meeting the same qualifications or requirements.

ARTICLE 4- FORMATION OF CONTRACT

4.1. Offeror Contract Documents: Region 4 ESC will review proposed offeror contract documents. Vendor's contract document shall not become part of Region 4 ESC's contract with vendor unless and until an authorized representative of Region 4 ESC reviews and approves it.

4.2. Form of Contract: The form of contract for this solicitation shall be the Request for Proposal, the awarded proposal(s) and best and final offer(s), and properly issued and reviewed purchase orders referencing the requirements of the Request for Proposals. If a firm submitting an offer requires Region 4 ESC and/or Member to sign an additional agreement, a copy of the proposed agreement must be included with the proposal.

4.3. 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.

4.4. Assignment of Contract: No assignment of contract may be made without the prior written approval of Region 4 ESC. Purchase orders and payment can only be made to awarded vendor unless otherwise approved by Region 4 ESC. Awarded vendor is required to notify Region 4 ESC when any material change in operations is made that may adversely affect members (i.e. bankruptcy, change of ownership, merger, etc.).

Page 16 of156

4.5. 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 simple change of name agreement will not change the contractual obligations of contractor.

4.6. Contract Alterations: No alterations to the terms of this contract shall be valid or binding unless authorized and signed by a Region 4 ESC staff member.

4.7. 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:

• Special terms and conditions • General terms and conditions • Specifications and scope of work • Attachments and exhibits • Documents referenced or included in the solicitation

4.8 Supplemental Agreements: The entity participating in the Region 4 ESC contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. Neither Region 4 ESC, TCPN, its agents, members and employees shall be made party to any claim for breach of such agreement.

4.9 Adding authorized distributors/dealers: Awarded vendors are prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under their contract award without notification and prior written approval from TCPN. Awarded vendors must notify TCPN each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to awarded vendor unless otherwise approved by TCPN. Pricing provided to members by added distributors or dealers must also be less than or equal to the pricing offered by the awarded contract holder, unless otherwise approved by TCPN.

ARTICLE 5- TERMINATION OF CONTRACT

5.1. Cancellation for Non-Performance or Contractor Deficiency: Region 4 ESC may terminate any contract if Members have not used the contract, or 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 and/or material that was not awarded under the contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; 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 and/or giving Region 4 ESC reason

to believe that contractor will not or cannot perform the requirements of the contract; and/or vi. Performing work or providing services under the contract prior to receiving an authorized

purchase order from Region 4 ESC or participating member prior to such work

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 become the property of the Member on demand.

5.2 Termination for Cause: If, for any reason, the Vendor fails to fulfill its obligation in a timely manner, or if the vendor 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 vendor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps,

Page 17of156

models and reports prepared by vendor for this solicitation may become the property of the participating agency or entity. If such event does occur, then vendor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents.

5.3 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 that the participating agency or entity must purchase in an open market, contractor agrees to reimburse the participating agency or entity, within a reasonable time period, for all expenses incurred.

5.4 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.

5.5 Standard Cancellation: Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. Vendor may be requested to provide additional items not already on contract at any time.

ARTICLE 6- LICENSES

6.1 Duty to keep current license: Vendor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by vendor. Vendor 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 of any vendor whose license(s) expire, lapse, are suspended or terminated.

6.2 Survival Clause: All applicable software license agreements, warranties or service agreements that were entered into between Vendor and Customer under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Order Fulfiller shall survive expiration or termination of the Contract.

ARTICLE 7- DELIVERY PROVISIONS

7.1 Delivery: Vendor shall deliver said materials purchased on this contract to the Member issuing a Purchase Order. 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 vendor must receive authorization from the purchasing agency for the delayed delivery. At this point the participating entity may cancel the order if estimated shipping time is not acceptable.

Page 18 of156

7 .2 Inspection & Acceptance: If defective or incorrect material is delivered, purchasing agency may make the determination to return the material to the vendor at no cost to the purchasing agency. The vendor agrees to pay all shipping costs for the return shipment. Vendor shall be responsible for arranging the return of the defective or incorrect material.

ARTICLE 8- BILLING AND REPORTING

8.1 Payments: The entity using the contract will make payments directly to the awarded vendor. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice.

8.2 Invoices: The awarded vendor shall submit invoices to the participating entity clearly stating "Per TCPN Contract". The shipment tracking number or pertinent information for verification shall be made available upon request.

8.3 Tax Exempt Status: Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the vendor.

8.4 Reporting: The awarded vendor shall provide TCPN with an electronic accounting report, in a format prescribed by TCPN, on a monthly basis summarizing all contract Sales for the applicable month.

Reports of Contract Sales for Region 4 ESC and member agencies in each calendar month shall be provided by awarded vendor to TCPN by the 1 O'h day of the following month. If there are no sales to report, Vendor is still required to communicate that information via email.

Failure to provide a monthly report of the administrative fees within the time and manner specified herein shall constitute a material breach of this contract and if not cured within thirty (30) days of written to Supplier shall be deemed a cause for termination of the contract at Region4 ESC's sole discretion.

ARTICLE 9- PRICING

9.1 Best price guarantee: The awarded vendor agrees to provide pricing to Region 4 ESC and its participating entities that are the lowest pricing available and the pricing shall remain so throughout the duration of the contract. Pricing offered to Federal government buying consortiums for goods and services is exempt from this requirement. The awarded vendor, however, agrees to lower the cost of any product purchased through TCPN following a reduction in the manufacturer or publisher's direct cost.

9.2 Price increase: Should it become necessary or proper during the term of this contract to make any change in design or any alterations that will increase expense 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 manufacture documentation, or a formal cost justification letter.

Awarded vendor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC if requested.

It is the awarded vendor'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 accepted in the original contract.

9.3 Additional Charges: All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing.

Page 19 of156

9.4 Price reduction and adjustment: Price reduction may be offered at any time during contract and shall become effective upon notice of acceptance from Region 4 ESC. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all Members equally; 2) reduction is for a specific time period, normally not less than thirty (30) days; 3) original price is not exceeded after the time-limit; and 4) Region 4 ESC has approved the new prices prior to any offer of the prices to a Member. Vendor shall offer Region 4 ESC any published price reduction during the contract period.

9.5 Prevailing Wage: It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser (Region 4 ESC or its Members). It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly.

9.6 Administrative Fees: All pricing submitted to Region 4 ESC shall include the administrative fee to be remitted to TCPN by the awarded vendor.

The awarded vendor agrees to pay 4% administrative fees monthly to TCPN. Administrative fees must be paid net 30 days after TCPN acceptance of the vendor's monthly report.

ARTICLE 10- PRICING AUDIT

10.1 Audit rights: Vendor shall, at Vendor's sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Agreement. TCPN and Region 4 ESC each reserve the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. In the State of New Jersey, this audit right shall survive termination of this Agreement for a period offive (5) years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request. Region 4 ESC shall have the authority to conduct random audits of Vendor's pricing that is offered to eligible entities 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 to eligible agencies that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Vendor's pricing at Vendor'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 or TCPN.

ARTICLE 11- OFFEROR PRODUCT LINE REQUIREMENTS

11.1 Current products: Proposals shall be for materials and equipment in current production and marketed to the general public and education/government agencies at the time the proposal is submitted.

11.2 Discontinued products: If a product or model is discontinued by the manufacturer, vendor may substitut.e 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.

11.3 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. Vendor may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. 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.

11.4 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.

11.5 Product line: Offerers with a published catalog may submit the entire catalog. Region 4 ESC reserves the right to select products within the catalog for award without having to award all contents. Region 4 ESC may reject any addition of equipment options without cause.

Page 20 of 156

11.6 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.

11. 7 Buy American requirement: (for New Jersey and all other applicable States) Vendors may only use unmanufactured construction material mined or produced in the United States, as required by the Buy American Act. Where trade agreements apply, to the extent permitted by applicable law, then unmanufactured construction material mined or produced in a designated country may also be used. Vendors are required to check state specific requirements to ensure compliance with this requirement.

ARTICLE 12- SITE REQUIREMENTS

12.1 Cleanup: Vendor shall clean up and remove all debris and rubbish resulting from their work as required or directed by Member. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean and unobstructed condition.

12.2 Preparation: Vendor shall not begin a project for which Member has not prepared the site, unless vendor does the preparation work at no cost, or until Member 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.

12.3 Registered sex offender restrictions: For work to be performed at schools, vendor agrees that 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. Vendor agrees that a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at the Member's discretion. Vendor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge.

12.4 Safety measures: Vendor 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. Vendor 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.

12.5 Smoking: Persons working under the contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises.

12.6 Stored materials: Upon prior written agreement between the vendor and Member, 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 Member prior to payment. Such materials must be stored and protected in a secure location, and be insured for their full value by the vendor against loss and damage. Vendor agrees to provide proof of coverage and/or addition of Member as an additional insured upon Member's request. Additionally, if stored offsite, the materials must also be clearly identified as property of buying Member and be separated from other materials. Member must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary.

Until final acceptance by the Member, it shall be the Vendor's responsibility to protect all materials and equipment. The Vendor warrants and guarantees that title for all work, materials and equipment shall pass to the Member upon final acceptance.

ARTICLE 13- MISCELLANEOUS

13.1 Funding Out Clause: Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions:

"Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract."

Page 21 of 156

13.2 Disclosures: Offeror affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract.

Include a complete description of any and all relationships that might be considered a conflict of interest in doing business with participants in TCPN.

The Offerer affirms that, to the best of his/her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract.

13.3 Indemnity: The awarded vendor shall protect, indemnify, and hold harmless both Region 4 ESC and TCPN and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor subcontractors in the preparation of the solicitation and the later execution of the contract, including any supplemental agreements with members. Any litigation involving either Region 4 ESC or TCPN, its administrators and employees and agents will be in Harris County, Texas. Any litigation involving TCPN members shall be in the jurisdiction of the participating agency.

13.4 Franchise Tax: The Offeror hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes.

13.5 Marketing: Awarded vendor agrees to allow Region 4 ESC/TCPN to use their name and logo within website, marketing materials and advertisement. Any use of TCPN name and logo or any form of publicity, inclusive of press releases, regarding this contract by awarded vendor must have prior approval from TCPN.

13.6 Certificates of Insurance: Certificates of insurance shall be delivered to the Region 4 ESC participant prior to commencement of work. The insurance company shall be licensed in the applicable state in which work is being conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The awarded vendor shall require all subcontractors performing any work to maintain coverage as specified.

13.7 Legal Obligations: It is the Offerer's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be followed even if not specifically identified herein.

13.8 Open Records Policy: Because Region 4 ESC contracts are awarded by a governmental entity, responses submitted are subject to release as public information after contracts are executed. If a vendor believes that its response, or parts of its response, may be exempted from disclosure, the vendor must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, the Offeror must specify which exception(s} are applicable and provide detailed reasons to substantiate the exception(s}. Offerer must provide this information on the "Acknowledgement and Acceptance to Region 4 ESC's Open Record Policy" form found at the beginning of this solicitation. Any information that is unmarked 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 vendor. Offerer are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietaN information.

After completion of award, these documents will be available for public inspection.

Page 22 of 156

VENDOR CONTRACT SIGNATURE FORM

The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this proposal in collusion with any other Offeror and that the contents of this proposal as to prices, terms, or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal.

Prices are guaranteed: 120 days

Company name

Address 2350 E Riventievv Drive S11ite 150

City/State/Zip Pboeoix , AZ 85034

Telephone No. 480-240-833?

Fax No.

Email address

Printed name

480-893-1102

daniel olg, 1in@ani>cter com

Daoiel E 0191 •io

Position with company Di~ ~~o,,t

Authorized signature \.) »ff-Accepted by The Cooperative Purchasing Networ:

Term of contract ____________ to ___________ _

Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew annually for an additional two (2) years if agreed to by Region 4 ESC and the awarded vendor. Awarded vendor shall honor all administrative fees for any sales made based on a contract whether renewed or not.

Region 4 ESC Authorized Board Member Date

Print Name

Region 4 ESC Authorized Board Member Date

Print Name

TCPN Contract Number ____ _

Appendix B:

PRODUCT I SERVICES SPECIF/CATIONS

Page 23 of 156

Appendix D:

GENERAL TERMS & CONDITIONS ACCEPTANCE FORM

Signature on Vendor Contract Signature form certifies complete acceptance of the General Terms and Conditions in this solicitation, except as noted below (additional pages may be attached, if necessary).

Check one of the following responses to the General Terms and Conditions:

[ii We take no exceptions/deviations to the general terms and conditions

(Note: If none are listed below, it is understood that no exceptions/deviations are taken.)

D We take the following exceptions/deviations to the general terms and conditions. All exceptions/deviations must be clearly explained. Reference the corresponding general terms and conditions that you are taking exceptions/deviations to. Clearly state if you are adding additional terms and conditions to the general terms and conditions. Provide details on your exceptions/deviations below:

(Note: Unacceptable exceptions shall remove your proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions/deviations and the decision shall be final.)

Section/Page Term, Condition, or Exception/Deviation Region 4 Specification Acceots

Page 27 of 156

r1rJr:1n1'1 · \...~A.J region;· ~..--:CPN® ~~~ _J_ I

The Coopemt1ve Purchasing Network

Vendor Contract Launch

Vendors must commit to attending a contract launch meeting with a member of the Business Development Team should they be awarded a contract with Region 4 ESC through this RFP. Vendor contract launches are meant to establish a good relationship with awarded vendors and help to ensure compliance and effective administration over the life of the contract.

It is highly recommends that the individuals who will handle contract management, reporting and marketing are in attendance.

If awarded, please provide contact information for scheduling:

Anixter Inc Vendor

Daniel E Qlg, 1io Point of Contact

Director of State and I ocal Go,d Title

480-240-8337 Phone Number

daniel olg, 1in@anixter com Email Address

Date: _:2..~}~J '~·· /_ZJJ~· J-+-7-

Page 28 of156

Appendix E:

QUESTIONNAIRE

Please provide responses to the following questions that address your company's operations, organization, structure and processes for providing products and services.

1. States Covered Offerer must indicate any and all states where products and services can be offered.

Please indicate the price co-efficient for each state if it varies. (If applicable)

[xi 50 States & District of Columbia (Selecting this box is equal to checking all boxes below)

0Alabama 0Montana 0Alaska ONebraska 0Arizona 0Nevada 0Arkansas 0New Hampshire 0California 0New Jersey 0Colorado ONew Mexico 0Connecticut 0New York 0Delaware 0North Carolina 0District of Columbia ONorth Dakota 0Florida 00hio 0Georgia 00klahoma 0Hawaii Ooregon Oldaho 0Pennsylvania Olllinois 0Rhode Island Olndiana osouth Carolina Olowa 0South Dakota 0Kansas OTennessee 0Kentucky 0Texas 0Louisiana 0Utah 0Maine 0Vermont 0Maryland 0Virginia 0Massachusetts 0Washington 0Michigan 0West Virginia 0Minnesota 0Wisconsin 0Mississippi 0Wyoming 0Missouri

D Territories & Outlying Areas (Selecting this box is equal to checking all boxes below)

0American Samoa 0Northern Marina Islands 0Federated States of Micronesia 0Puerto Rico 0Guam OU.S. Virgin Islands 0Midway Islands

2. Diversity Programs • Do you currently have a diversity program or any diversity partners that you do

business with? [xlYes 0No

• If the answer is yes, do you plan to offer your program or partnership through TCPN [i!Yes 0No

{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.)

• Will the products accessible through your diversity program or partnership be Page 29 of 156

offered to TCPN members at the same pricing offered by your company? @Yes 0No

(If answer is no, attach a statement detailing how pricing for participants would be calculated.)

3. Minority and Women Business Enterprise (MWBE) and (HUB) Participation

It is the policy of some entities participating in TCPN to involve minority and women business enterprises (M/WBE), small and/or disadvantaged business enterprises, disable veterans business enterprises, historically utilized businesses (HUB) and other diversity recognized businesses in the purchase of goods and services. Offerers shall indicate below whether or not they hold certification in any of the classified areas and include proof of such certification with their response.

a. Minority Women Business Enterprise Offerer certifies that this firm is an MWBE

List certifying agency:

OYes [x]No

b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE)

Offerer certifies that this firm is a SBE or DBE OYes [x]No

List certifying agency:

c. Disabled Veterans Business Enterprise (DVBE) Offerer certifies that this firm is a DVBE 0Yes [x]No

List certifying agency:----------------------

d. Historically Underutilized Businesses (HUB) Offerer certifies that this firm is a HUB

List certifying agency:

0Yes [)gNo

e. Historically Underutilized Business Zone Enterprise (HUB Zone) Offerer certifies that this firm is a HUB Zone 0Yes [x]No

List certifying agency:

f. Other Offerer certifies that this firm is a recognized diversity certificate holder

OYes [)gNo

List certifying agency:---------------------

4. Residency

Responding Company's principal place of business is in the city of Glemriew State of .!L_.

5. Felony Conviction Notice

Please check applicable box:

[xi A publicly held corporation; therefore, this reporting requirement is not applicable.

D Is not owned or operated by anyone who has been convicted of a felony.

D Is owned or operated by the following individual(s) who has/have been convicted of a felony.

*If the third box is checked a detailed explanation of the names and convictions must be attached. Page 30 of 156

6. Processing Information

Company contact for:

Contract Management

Contact Person: Danjel E Olg11in

Title: Directar of State and I ocal Govt

Company: Anixter Inc.

Address: 2350 E. RiveNiew Drive Suite 150

City: Phoenix State: Arizona Zip: 85034

Phone: 480-240-8337 Fax: 480-893-1102

Email: [email protected]

Billing & Reporting/Accounts Payable

Contact Person: Antonia Vargas

Title: Contracts Manager

Company: -"'-UU.t.t:1...J.U-'-'-----------------­

Address: 2301 Patriot Blvd

City: Glenview State: ....LL----- Zip: 60026

Phone:224-521-8095 Fax: __________ _

Email: [email protected]

Marketing

Contact Person: Daniel E Qlg11in

Title: Director of State and Local Govt.

Company: Anixter Inc.

Address: 2350 E Riverview Drive #150

City: Phoenix State: AZ Zip: 85034

Phone: 480-240-8337 Fax: 480-893-1102 Email: [email protected]

7. Distribution Channel: Which best describes your company's position in the distribution channel:

D Manufacturer direct

[xi Authorized distributor

D Value-added reseller

8. Pricing Information

D Certified education/government reseller

D Manufacturer marketing through reseller

D Other __________ _

• In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing.

[5(]Yes 0No

(If answer is no, attach a statement detailing how pricing for participants would be calculated.}

• Pricing submitted includes the required administrative fee. [x!Yes 0No Page 31 of 156

(Fee calculated based on invoice price to customer)

• Additional discounts for purchase of a guaranteed quantity? ix]Yes 0No

9. Cooperatives

List any other cooperative or state contracts currently held or in the process of securing

Cooperative/State Agency Discount Expires Annual Sales Offered Volume

Please see the followina two oaaes % off List

[Remainder of Page Intentionally Left Blank]

Page 32 of 156

Item #9 Cooperatives Response

Customer Name

Contract# Term Type of product Annual Volume

Customer contact Contact telephone#

Customer Name

Contract# Term Type of product Annual Volume Customer contact Contact telephone#

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product

Annual Volume Customer Contact Contact Telephone

State of Ohio Columbus, OH 800421 7-1-15 thr 6-30-19 Supply Data, Telecom & Security Products $2M

Terry Spiropoulos, Procurement Analyst 614-644-6764

State of New York Albany, NY PT63201 9-13-2007 - 8-26-2017 Supply Data, Telecom & Security Products $908K Joseph Better, Purchasing Officer 518-474-7101

University of KY Lexington, KY UKl28114 11-1-13 thr 10-31-17 Supply Data, Telecom & Security Products $1.9M Wendy Holland-Brown, Contracting Officer 859-257-5404

State of Kansas Topeka, KS 35458 3-1-2011 to 1-31-2017 Supply Data, Telecom & Security Products $2.SM David Stueve, Procurement Officer 785-296-0408

State of Texas Austin, TX DIR-SDD-2210 9-10-13 thr 9-10-17 Supply Data, Telecom & Security Products $2.SM Stephanie Harrison, Contract Manager 512-463-5668

Customer Name

Contract# Term Type of product Annual Volume Customer contact Contact telephone #

Customer Name

Contract# Term

Type of product Annual Volume Customer contact Contact telephone#

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

State of Missouri Jefferson, City, MO Cl 15099001

3-3-15 thr3-2-17 Supply Data, Telecom & Security Products $775K Nicolle Backes, Director of Purchasing 573-751-5341

University of VA Charlottesville, VA UVA898734 1-1-13 thr 8-26-17 Supply Data, Telecom & Security Products $545K Frank Messina, Buyer Specialist 434-982-5879

State of UT Salt Lake City, UT AR364 1-26-15 thr 1-27-20 Supply Data, Telecom & Security Products $935K JeffMottishaw, Purchasing Agent 801-538-1287

State of NJ Trenton, NJ T1778 10-10-13 thr 10-9-17 Supply Data, Telecom & Security Products $245K Gregory Buddie, Procurement Specialist 609-984-623 7

Lower Colorado River Authority (LCRA) Austin, TX LCRA 6-11-12 thr 6-10-17 Supply Data, Telecom & Security Products $255K Jenniffer Muhammad, LCRA Agent 512-473-3210

·4).

Surge Protedlon

November 4, 2016

Anixter. Attn: Lola Randall, Contracts Program Manager 45075 Old Ox Road, Suite 100 Dulles, VA 20166

RE: Diversified Technology Group, Inc., DBA / DITEK, a Veteran Owned Small

Business. (D&B #193895786, Cage Code = 09356).

Dear Anixter,

Diversified Technology Group, Inc., (DITEK), is a Veteran Owned Small Business.

DITEK's CEO, Robert D. McIntyre served in the US Navy on the USS Forrestal and

in the US Navy Reserve during the 1960's.

Sincerely,

Wendy Gattis

COO/CFO

DITEK

One DITEK Center- 1720 Starkey Road - Largo, FL 33771 Phone 800-753-2345 - Fax 727-812-5001 -www.df1ck~orJ,1eprotection.com

WBI:'1\. T(.;,) Wnnetrs BusitleM Enterprise !C,l 'I~ National O:iuncil

hereby grants

«rometis Business Entetprise C . • -~ to e11~

~~(."I Great Lakes Case and Cabinet Co., Inc. ~O~

who has successfully met WBENC's starnfards as a Women's Business Enterprise (WBE). 'This certification affirms the business i~ woman-owned, operated and controlled; and is valid thmugh the date herein.

Expiration Date: 11/15/2016 WBENC National Certificate Number: 246037

NAICS Codes: 332322, 332999

UNSPSC Codes: 73000000

··" '"'"" Astrom:~ r3! '"'"-"·-·· 1.-.. , .. _. ~ .. ,.-,.·,,

-l,l~;I,!: '

ORV-WRC ro-,.-,. ...... )"'I,=--.:=

. . . Wi38'JG Nalilnal WBE Certification was processed and \lllidaled by Women's Business Ente,pnse council -PA. DE, sNJ, a WBENC Reglonal Partner 0fll8nization.

Authi)ll'zed by Gerl Swift, Presid WBEC

Women's Business Enterpnse Council - PA, DE, sNJ ,,.m...,,, "~~M." r..,,.<ff'I'"" (m!IS'I

r\•Or.•,'SJ

~ -··~· "'~"'' {;,,,.,.~, .... .:. .... ttl §.Gf:~lf.r:

c,u,r1• ~

·=" a'.u:r1. --1!.!!f.~

fu WHEA

"'~to! WBEC 11 WBEC ~&!fl ~ ~ ~otm1

=·~·•"-·- <'>o= -~~ ~•~,,.u-~•-,rn-•-w·~--.~---" ,,~ "···--~~-•-·- ---·~-- ··-··-··- ·---------------

W,:11:,,·fs Ak'-f-'.', •. fll."<;)!lru~

C..u,;:i w,,,

Anixter Inc.

SMALL BUSINESS SUBCONTRACTING PLAN

I. IDENTIFICATION DATA:

Company Name: ~An::c.:i~x~t=-e=r-=I~n~c:::..:..·~~~~~~~~~~~~~~~~ Address: 4775 Viewridge Ave., San Diego, CA 92123 Date Prepared: December 15, 2015 Item/Service: Security and CCTV Equipment Solicitation Number:~7~F~C~I~-~L~3~-,."'-0~3~0~0~8~4~-~B'-------------­Contract Number: GS-07F-6060R =--=--='-"-"-"-'-"-'---------------Co mm er c i al Plan Period: ccJ-=an=u::.ac.rycc..-=lc.,,c....;2=0;::l.=6c_-,....:D::.e=cc:e:.::mb=e:::r=--;::3;::lc,,_:2::.0=-=l-"6 Projected annual sales (Company-wide): $8,446,704,100

II. TYPE OF PLAN: (Check only one)

X COMMERCIAL PLAN: Covers the offerer's fiscal year and applies to the entire production of commercial items sold by either the entire company or a portion thereof (e.g., division, plant, or product line.) Used when the company sells large quantities of commercial items to many Government agencies, and goals are negotiated on a company-wide basis. Plan is done annually, effective during the company's fiscal year, approved by the first Federal agency awarding a contract for commercial supplies/services during the contractor's fiscal year, and is applicable to every additional Federal contract for commercial supplies/services awarded to that contractor during the same fiscal year. A new plan must be obtained and approved 30 days prior to the expiration of the current plan. The contractor must provide a copy of the approved plan to each agency contracting officer responsible for an ongoing contract subject to the plan.

INDIVIDUAL CONTRACT PLA.~: Covers the entire contract period /including option periods), applies to a specific contract, and has goals that are based on the offeror's planned subcontracting and purchasing in support of the specific contract, except that indirect costs incurred for corrunon or joint purposes may be allocated on a prorated basis to the contract. GSA requires that goals be re-negotiated for each option period.

INDIVIDUAL CONTRACT PLAN INCORPORATING MASTER PLAN: A Master plan containing all the required elements of an individual contract plan, except goals, may be incorporated into an individual contract plan providing the master plan has been approved (and the approval document from the approving agency is attached). A master plan must be approved once every three years. Once incorporated into a contract with specific goals, it is valid for the life of that contract.

III. GOALS:

Anixter Inc. provides the following separate dollar and percentage goals for small, hubzone small, small disadvantaged, women-owned small, veteran-owned

Page 1

small, and service-disabled veteran-owned small business concerns. These goals are a percentage of the total subcontracting dollars.

1. Estimated TOTAL dollars planned to be subcontracted to all types of concerns (generally for both commercial and government business, in support of commercial items sold during company fiscal year):

Annual Comrnercial Purchases/Spend: $2,019,791,833 = 100% subcontracted

2. Total dollars planned to be subcontracted to large business concerns (or classified as other than small):

Annual Commercial Purchases/Spend: $1,577,457,422 = 78.1% of Total

3. Total dollars planned to be subcontracted to all small business concerns (including ANCs and Indian tribes), VOSB, SDVOSB, HUBZone, SDB (including

ANCs and Indian tribes), and WOSB small business concerns:

Annual Comrnercial Purchases/Spend: $442,334,411 = 21.9% of Total

4. Total dollars planned to be subcontracted to veteran-owned small business concerns (including service-disabled veteran-owned small businesses)

Annual Commercial Purchases/Spend: $20,197,918 = 1% of Total

5. Total dollars planned to be subcontracted to service-disabled veteran­owned small business concerns

(subset of VOSB above and cannot be higher than #4 above):

Annual Comrnercial Purchases/Spend: $16,562,293 = 0.82% of Total

6. Total dollars planned to be subcontracted to HUBZone small business concerns:

Annual Commercial Purchases/Spend: $20,197,918 = 1% of Total

7. Total dollars planned to be subcontracted to small disadvantaged business concerns (including ANCs and Indian tribes):

Annual Commercial Purchases/Spend: $20,197,918 = 1% of Total

8. Total dollars planned to be subcontracted to women-owned small business concerns:

Annual Commercial Purchases/Spend: $28,883,023 = 1.43% of Total

Page 2

The principal types of supplies and/or services that Anixter Inc. anticipates to be subcontracted and the identification of the type of business concern planned are as follows:

Business Category or Size

Supplies/Services Large Small HUBZ SDB WOSB VOSE SDVOSB Office Supplies X X X X X X Computer and Computer X X X X X X Peripheral Equipment and Software Merchant Wholesalers Stationary and Office X X X X X X Supplies Merchant Wholesalers Computer Storage Device X X X X X X Manufacturing Other Computer Peripheral X X X X X X Equipment Manufacturing Other Communications Equipment X X X X X X Manufacturing Electrical Apparatus and X X X X X X Equipment, Wiring Supplies and Related Equipment Merchant Wholesalers Hardware Merchant Wholesalers X X X X X X General Freight Trucking, Local X X X X X X General Freight Trucking, X X X X X X Distance, Truckload Radio and Television X X X X X X Broadcasting and Wireless Communications Equipment Manufacturing Administrative Management and X X X X X X General Management Consulting Services

Anixter Inc. used the following method to develop the subcontracting goals and to determine the areas to be subcontracted:

X

X

X

X

X

X

X

X

X X

X

X

Potential allocation of work was determined by the principle of optimal blending of prime and subcontractor capabilities. Anixter Inc. will seek to subcontract with businesses, where subcontracting opportunities exist, for special services that supplement or complement our capabilities. The percentage goals are based on an internal analysis of past spending patterns.

Anixter Inc. analyzes the possibility of utilizing all small businesses to fulfill the contract requirements. This analysis included an analysis of areas within the SOW that could be set-aside for small, small disadvantaged, small woman-owned, small HUBZone, small veteran-owned and small service­disabled veteran-owned businesses. Anixter Inc. then specifically identified potential businesses within this group with the technical expertise and resources necessary to satisfy contract requirements.

Page3

Anixter Inc. will identify potential subcontractors using resources such as the Small Business Administration regional offices, SBA's Dynamic Small Business Search (DSBS), the System for Award Management, Dun and Bradstreet database services, and Anixter's current database of suppliers and IT industry databases that list small and small disadvantaged firms.

The main impediment to increasing spending in certain small business categories is that the vast majority of Anixter's spending is for manufactured goods for resale in its distribution channel. For example, it is extremely difficult to find manufacturers of CCTV, surveillance or networking products that are small HUBZone, service-disabled veteran-owned, or veteran-owned businesses.

For example, a November 2015 search in DSBS for small service-disabled veteran-owned companies under NAICS 334220 (Radio, TV and Wireless Communications Equipment Manufacturing) does yield 350 results. However, on closer inspection, the vast majority are resellers of goods, services companies or makers of subcomponents rather than end user commercial products. Actual manufacturers of commercial products under this category are extremely rare.

Anixter Inc. will make a good faith effort to meet the agreed upon goals, but limitations such as these have resulted in modest goals for some small business types.

Indirect and overhead costs ~-f~HAVE BEEN (or) HAVE NOT BEEN included in the dollar and percentage subcontracting goals stated above.

IV. PROGRAM ADMINISTRATOR:

Name: Lola A. Randall Title/Position: Contracts Program Manager Address: 45075 Old Ox Road, Suite 100, Dulles, VA 20166 Telephone number: ~7~0~3~-~3~1~8~-~2~3~4~7~~~~~~~ Fax Machine number: ~7~0~3~-~3~1~8~-~2~3:::...:.0=1~~~~~~~~~~~~~~~~~~ Email Address: [email protected]

Alternate POC with contact information: Name: Rath Sunzalcz Julie Goulding Title/Position: Government Contracts Manager Address: 2301 Patriot Boulevard, Glenview, IL 60026 Telephone number: 224 521 1~75 4149 Fax Machine number: 224-521-4340 Email address: rzth 9:owrraJ oz@anj utor com [email protected]

Duties: The Program Administrator shall have general overall responsibility for the Contractors subcontracting program; i.e., developing, preparing, and executing individual subcontracting plans and monitoring performance relative to this particular plan. Such duties may include, but are not limited to, the following activities:

1. Developing and promoting company/division policy statements that demonstrate the company's/division's support for awarding contracts and subcontracts to small, hubzone small, small disadvantaged, women-owned

Page4

small, veteran-owned small, and service-disabled veteran-owned small business concerns.

2. Developing and maintaining bidders' lists of small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service­disabled veteran-owned small business concerns from all possible sources.

3. Ensuring periodic rotation of potential subcontractors on bidders' lists.

4. Assuring that small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service-disabled veteran-owned small businesses are included on the bidders' list for every subcontract solicitation for supplies and services they are capable of providing.

5. Ensuring that subcontract procurement "packages" are designed to permit the maximum possible participation of small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service­disabled veteran-owned small businesses.

6. Reviewing subcontract solicitations to remove statements, clauses, etc. which might tend to restrict or prohibit small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service­disabled veteran-owned small businesses.

7. Ensuring that the subcontract bid proposal review board documents its reasons for not selecting any low bids submitted by small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service­disabled veteran-owned small businesses.

8. Overseeing the establishment and maintenance of contract and subcontract award records.

9. Attending or arranging for the attendance of company counselors at Business Opportunity Workshops, Minority Business Enterprise Seminars, Trade Fairs, etc.

10. Directly or indirectly counseling small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service­disabled veteran-owned small business concerns on subcontracting opportunities and how to prepare bids to the company.

11. Providing notice to subcontractors concerning penalties for misrepresentations of business status as small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, or service-disabled veteran-owned small business, for the purpose of obtaining a subcontract that is to be included in any part of the contractor's goals contained in this plan. Small disadvantaged and hubzone small business concerns shall provide a copy of their Small Business Administration (SBA) certification.

(Each SB, WOSB, VOSE, and SDVOSB concern on record as a potential subcontractor shall complete a self-certification form stating their business size. A penalties clause for falsifying information will also be on the form according to the legal statute 15 u.s.c. 645(d). Note, the following notice will read near the business owner's signature. "NOTICE: In accordance with U.S.C. 645(d), any person who misrepresents a firm's proper size classification shall (1) be punishable by imposition of a fine, imprisonment, or both, (2) be subject to administrative remedies,

Page 5

and (3) be ineligible for participation in programs conducted under the authority of the Small Business Act.")

12. Conducting or arranging training for purchasing personnel regarding the intent and impact of Section 8(d) of the Small Business Act on purchasing procedures.

13. Developing and maintaining an incentive program for buyers, that supports the subcontracting program.

14. Monitoring the company's performance and making any adjustments necessary to achieve the subcontract plan goals.

15. Preparing and submitting timely reports.

16. Coordinating the company's activities during compliance review by Federal agencies.

V. EQUITABLE OPPORTUNITY:

Anixter Inc. will make every effort to ensure that small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service­disabled veteran-owned small business concerns will have an equitable opportunity to compete for subcontracts. These efforts may include one or more of the following activities (please indicate which ones apply or provide your own personalized list of efforts):

A. Outreach efforts to obtain sources:

[gj Contacting minority and small business trade associations [gj Contacting business development organizations [gj Requesting sources from the System for Award Management

(Sam.gov - formerly CCR) Dynamic Small Business Search, which integrated data from the previous SBA PRO-Net database

[XI Attending small and minority business trade fairs and procurement conferences

B. Internal efforts to guide and encourage purchasing personnel:

~ Presenting workshops, seminars and training programs ~ Establishing, maintaining and using small, hubzone small, small

disadvantaged, women-owned small, veteran-owned small, and service­disabled veteran-owned small buSiness source lists, guides, and other data for soliciting subcontracts

1:8'.] Monitoring activities to evaluate compliance with the subcontracting plan

VI. CLAUSE INCLUSION AND FLOW DOWN:

Anixter Inc. agrees to include the FAR Clause 52.219-8, "Utilization of Small Business Concerns" in all subcontracts that offer further subcontracting

Page6

opportunities, and will further require all subcontractors (except SB concerns), who receive subcontracts in excess of $650,000, ($1,500,000 for construction) to adopt a plan that complies with the requirements of Clause 52.219-9, "Small Business Subcontracting Plan."

VII. REPORTING AND COOPERATION:

Anixter Inc. agrees to:

(1) cooperate in any studies or surveys as may be required;

(2) Submit periodic reports so that the Government can determine the extent of compliance by the offerer with the subcontracting plan;

(3) Submit the Individual Subcontract Report (ISR) and the Summary Subcontract Report (SSR), in accordance with paragraph (1) of this clause using the Electronic Subcontracting Reporting System (eSRS) at http://www.esrs.gov. The reports shall provide information on subcontract awards to small business concerns (including ANCs and Indian tribes that are not small businesses), veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns (including ANCs and Indian tribes that have not been certified by the Small Business Administration as small disadvantaged businesses), women-owned small business concerns, and Historically Black Colleges and Universities and Minority Institutions. Reporting shall be in accordance with this clause, or as provided in agency regulations;

(4) Ensure that its subcontractors with subcontracting plans agree to submit the ISR and/or the SSR using eSRS;

(5) Provide its prime contract number, its DUNS number, and the e-mail address of the offerer's official responsible for acknowledging receipt of or rejecting the ISRs, to all first-tier subcontractors with subcontracting plans so they can enter this information into the eSRS when submitting their ISRs; and

(6) Require that each subcontractor with a subcontracting plan provide the prime contract number, its own DUNS number, and the e-mail address of the subcontractor's official responsible for acknowledging receipt of or rejecting the ISRs, to its subcontractors with subcontracting plans.

VIII. RECORDKEEPING:

Anixter Inc. will maintain at least the following types of records concerning procedures adopted to comply with the requirements and goals in the plan. Such records may include, but are not limited to:

1. Small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service-disabled veteran-owned small

Page?

IX.

business concern source lists, guides, and other data identifying and locating such vendors, subcontractors or suppliers.

2. Organizations contacted for small, hubzone small, small disadvantaged, women-owned small, veteran-owned small, and service-disabled veteran-owned small business sources.

3. On a contract-by-contract basis, all subcontract solicitations over $150,000, which indicate for each solicitation (1) whether small business concerns were solicited, and if not, why not; (2) whether hubzone small business concerns were solicited, and if not, why not; (3) whether small disadvantaged business concerns were solicited, and if not, why not; (4) whether women-owned small business concerns were solicited, and if not, why not; (5) whether veteran-owned small business concerns were solicited, and if not, why not; (6) whether service-disabled veteran-owned small business concerns were solicited, and if not, why not; and, (7) reasons for the failure of solicited concerns to receive the award.

4. Records to support other outreach efforts, e.g., contacts with minority and small business trade associations, attendance at small, minority, and women-owned small business procurement conference and trade fairs.

5. Records to support internal activities to (1) guide and encourage purchasing personnel, e.g., workshops, seminars, training programs, incentive awards; and (2) monitor activities to evaluate compliance.

6. Other records generated in the normal course of business to support subcontracting plan compliance.

STATUTORY REQUIREMENTS (Found at FAR 19. 702)

Anixter Inc. understands and agrees with the statutory requirements listed below:

• Any contractor receiving a contract for more than the simplified acquisition threshold must agree in the contract that SB (including ANCs and Indian tribes), VOSB, SDVOSB, HUBZone, SDB (including ANCs and Indian tribes), and WOSB concerns will have the maximum practicable opportunity to participate in contract performance consistent with its efficient performance.

• It is further the policy of the United States that its prime contractors establish procedures to ensure the timely payment of amounts due pursuant to the terms of their subcontracts with SB (including ANCs and Indian tribes), VOSB, SDVOSB, HUBZone, SDB (including ANCs and Indian tribes), and WOSB concerns.

• See 19. 702 (a) (1) for requirements that are imposed in negotiated acquisitions, and (a) (2) for requirements that are imposed in sealed bidding acquisitions.

• As stated in 15 U.S.C. 637 (d} (8), any contractor or subcontractor failing to comply in good faith with the requirements of the subcontracting plan is in material breach of its contract. Further, 15 U.S.C. 637 (d) (4) (F) directs that a contractor's failure to make a

Page 8

good faith effort to comply with the requirements of the subcontracting plan shall result in the imposition of liquidated damages (see 19. 702 (c) and 19. 705-7).

X. TIMELY PAYMENTS TO SUBCONTRACTORS:

Anixter Inc. will ensure timely payments of amounts due, pursuant to the terms of its subcontracts with small business concerns, as required in FAR 19.702.

XI. DESCRIPTION OF GOOD FAITH EFFORT:

Anixter Inc. will take the following steps to demonstrate compliance with a good faith effort in achieving small business subcontracting goals:

Anixter Inc. will maintain accurate and complete records regarding all subcontract spending under contract no. GS-07F6060R and the type of business that subcontract dollars are spent with. Anixter Inc. will also keep accurate and complete records regarding all outreach and business development efforts that are designed to encourage small, small women-owned and small minority­owned business to become Anixter Inc. subcontractors.

These steps will be negotiated with the contracting officer prior to approval of the plan. Anixter Inc. understands that this subcontracting plan will be made a material part of the contract and that the submission of the Individual Subcontract Reports and Summary Subcontract Reports through the eSRS website will be made a line item deliverable in the contract.

SIGNATURE REQUIRED:

This subcontracting plan was SUBMITTED by:

Signature:~ f-n.. ,tM! l '-:----

Typed Name: Mike Turner

Company Title: RVP, Federal and D.C. Commercial

Date

Government Contracting Officer APPROVAL:

Signature: Digitally signed by Cl IEEOBD HA~BIS

Printed Name:

Agency:

Date Signed:

DN: c==US, o==U.5. Government, odt:-General Services Administration, cn==CLIFFORD HARRIS, 0.9.2342i9?(i;)Q,3QQ.100.1.1==47001000339755

4 ,,"'·"' . .•,, .. ~_, __ ~-·

Date: 2016.02.15 1 1 :05:00 -0,S)~fO' · ·· ,,, <' _,. ,~'·

Page9

l I I I

i I I I ~

J I I :j

Appendix F:

COMPANY PROFILE

Please provide the following:

I . Company's official registered name. Anixter Inc

2. Brief history of your company, including the year it was established. Anixter was established in 1957.

Anixter is a leading global distributor of communication products, electrical and electronic wire & cable, fasteners and other small parts. The company adds value to the distribution process by providing its customers access to 1) innovative inventory management programs, 2) more than 450,000 products and over $900 million in inventory, 3) 225 warehouses with more than 7 .0 million square feet of space, 4) locations in 265 cities in 52 countries, 5) more than 100,000 customers worldwide, 6) approx. 7800 employees. Founded in 1957 and headquartered near Chicago, Anixter trades on the New York Stock Exchange under the symbol AXE.

3. Company's Dun & Bradstreet (D&B) number. 04-758-3851

4. Corporate office location. 2301 Patriot Blvd Glenview, IL 60026

5. List the total number of sales persons employed by your organization within the United States, broken down by market. US Sales Force is 2,281 Sales teams are deployed at the discretion of the District Sales Managers. Here are the addressable markets they serve:

-Datacenter Support and new Construction -Wireless -Audio Visual -Physical Security, Access Control and Door Locking Hardware -Electrical/Utility -Contractor/Integrator

6. List the number and location of offices, or service centers for all states being offered in solicitation. Additionally, list the names of key contacts at each location with title, address, phone and e-mail address.

Anixter has 52 Sales locations in the US. See attached for details.

7. Please provide contact information for the person(s) who will be responsible for the following areas, including resumes:

a. Sales b. Sales Support c. Marketing d. Financial Reporting e. Executive Support

Anixter is a multi billion dollar company. We have hundreds of sales and support people. A large staff of marketing people. Financial reporting for this agreement will be supervised by Dan Olguin, our State & Local Government Sales Director. Executive support will be provided by our Regional Vice Presidents. Their resumes are confidential and will not be supplied.

8. Defme your standard terms of payment. Net 30 Days

9. Who is your competition in the marketplace? Communications Supply and Graybar.

Competition Given the Company's role as an aggregator of many different types of products from many different sources and because these products are sold to many different industry groups, there is no well-defined industry group against which the Company competes. The Company views the competitive environment as highly fragmented with hundreds of distributors and manufacturers that sell products directly or through multiple distribution channels to end users or other resellers. There is significant competition within each end market and geography

primarily on breadth of products, quality, services, price and geographic proximity. Anixter believes that it has a significant competitive advantage due to its comprehensive product and service offerings, highly-skilled workforce and global distribution network. The Company believes its global distribution platform provides a competitive advantage to serving multinational customers' needs. The Company's operations and logistics platform gives it the ability to ship orders from inventory for delivery within 24 to 48 hours to all major global markets. In addition, the Company has common systems and processes throughout much of its operations in 52 countries that provide its customers and suppliers with global consistency Anixter enhances its value proposition to both key suppliers and customers through its specifications and testing facilities ad numerous quality an assurance certification programs such as ISO 9001 and QSO 9000. The Company uses its testing facilities in conjunction with suppliers to develop product specifications and to test quality compliance. At its data network-testing lab located at the Company's suburban Chicago headquarters, the Company also works with customers to design and test various product configurations to optimize network design and performance specific to the customers' needs. At its various regional quality labs, the Company offers OEMs a comprehensive range of mechanical testing and materials characterization for product testing and failure investigation. Most of the Company' competitors are privately held, and as a result, reliable competitive information is not available.

10. Overall annual sales for last three (3) years; 2013, 2014, 2015. 2013 $5.3 B, 2014, $5.5B, 2015 $6.2B

11. Overall public sector sales, excluding Federal Government, for last three (3) years; 2013, 2014, 2015. 2013 $187M, 2014 $201M, 2015 $190M

12. What is your strategy to increase market share? Our plan is simple but effective. These are the basis points of the plan we have been using for many years.

I) Segment the market into sub-verticals a. State. b. Authorities. c. Local government - city, county, municipalities. d. Education- K-12, Higher Education (state supported, community colleges). 2) Identify which are currently being sold and those that are not. 3) Determine specific targets. 4) Make sure that the sales people fully understand the market and how to introduce Anixter's advantages as well as the use of purchasing vehicles. 5) Assign sales people to profile the opportunities by identifying the business practices of the entity. a. Become registered to do business with them. b. Identify purchasing rules. c. Introduce potential purchasing vehicles to them. d. Identify the end user of the products and determine their business needs 6) Track progress on a monthly and quarterly basis. 7) Anixter already has a system to post contract pricing and identify contract usage.

13. What differentiates your company from competitors? The Anixter Difference For many years, Anixter has worked closely with all government entities, serving states, cities, counties and political subdivisions. As a result, we understand their needs, processes and language. We have the ability to quote complete and complex bills of materials for our customers, and we have flexible, dedicated sales specialists to serve our government customers' diverse needs. We can accept a PO directly from the government (through open market, the RFP/Bid process, P-Cards, or through our cooperative contracts or State/Local contracts). We'll also be happy to introduce you to one of the many Small Disadvantaged Business resellers we support. Anixter partners with the best integrators in the state and local government space to ensure our customers' projects go off without a hitch. At Anixter, we will do whatever is necessary to tailor a government solution for our customers.

Anixter's global footprint can service government entities across the country. We bundle our product offering with our innovative Supply Chain Services to help control the cost of our customers' business processes, reduce their investment in inventory, and ensure they get the right product when they need it.

Cities and Townships Counties Boards of Education All State Departments Authorities State Colleges and Universities Community Colleges Political Subdivisions K-12 Public Education Non-Profit Organizations

Product Overview: Network Cabling Networking, Wireless, and Voice Accessories Security (Video Surveillance, Access Control) Electrical Wire & Cable Electronic Wire & Cable Fasteners and Other Small Components ("C" Class)

As a leading global distributor of products that span a wide variety of industries and applications, Anixter can provide our government customers with products and solutions from hundreds of different manufacturers. We

can provide state and local government customers with access to our Enterprise Cabling and Security Solutions and Electrical and Electronic Wire & Cable anywhere in the world when, where, and how our customers require them. At Anixter, we take pride in serving our government and educational customers. We hold a large number of government contracts with all levels of the government from cities to states throughout the United States to assist our customers with procuring product. Most state and local governments and public education entities have contracts that Anixter can successfully work within. To learn more about the specifics of our state and local government contracts, please visit the "Government Information" section on anixter.com, or contact your local Anixter Sales Specialists for more information.

Anixter understands the government's procurement policies as well as those in the public education arena. This is evident in that many procurement cooperatives and state contracts are extended to K-12 public schools, community colleges and state colleges and universities. At Anixter, we can put you in touch with one of our sales specialist that can assist you with information on these educational purchasing vehicles. If you have limited resources when searching for a solution, an Anixter systems engineer can assist your school in getting the right products for your specific application.

Anixter Inc. is the world's leading supplier of Supply Chain Services and products used to connect voice, video, data and security systems. Anixter is also the leading provider of specialty electrical and electronic wire and cable for building construction, industrial maintenance and repair, and original equipment manufacturing, as well as the leader in providing fasteners and "C" Class components to OEMs and production lines. We bundle our products with our innovative Supply Chain Services to help control the cost of our customers' business processes, reduce their investment in inventory, and ensure they get the right product when they need it.

14. Describe the capabilities and functionality of your firm's on-line catalog/ordering website.

eAnixter Overview

Key features include:

Product catalog(s):

At Anixter we offer a variety of electronic tools that enable customers to streamline their procurement process, minimize costs and lower their total cost of doing business. It is part of our value-added concept that includes an on-line catalog to easily search by part numbers, keywords or category/attribute to find products and see specifications and illustrations. It includes the Request For Quote feature, which enables customers to submit items to their local sales team for follow-up. Please see www.anixter.com/catalogfor more information.

eAnixter is a web-based system that enables customers to perform a variety of pre and post-sales functions, 24x7. For over seven years eAnixter has been enabling thousands of worldwide customers to view real-time information and/or to electronically interact with Anixter at the customer's convenience. Please see www.eanixter.com for more information.

>- Collaborate with your sales team to price catalogs unique to your needs for viewing/budgeting purposes, to place orders or to request quotes for non-priced items.

>- Create and save Bills of Materials for estimation purposes and later release them to place an order when needed.

>- Place orders on-line and choose shipment timeframes and method of payment (i.e. account or credit card). An email confirmation can be requested if required.

>- Enable multiple users to have various viewing rights.

>- Provide real-time inventory visibility.

>- Provide order and shipment e-mail notifications upon request.

>- Provide multi-language and multi-currency capabilities for global business requirements.

Order tracking:

>- Provide order status (in process, shipped, etc.).

>- Provide freight carrier and tracking ID.

>- Provide a seamless link to selected freight carrier's Web sites and receive proof of delivery.

Reports:

>- View open-order/backorder, stock status and open invoices.

Security:

)> We value our customer's business and trust, and ensure that electronic interactions with us are safe and confidential. We have instituted Secure Socket Layer (SSL) technology, Verisign certificates on any credit card orders, and have various frrewalls and individual sign-ons to enhance individual and company security.

15. Describe your company's Customer Service Department (hours of operation, number of service centers, etc.). Normally 8:00 to 5:00 in the respective time zone. Emergency service is available 24 hours a day, 7 days a week by calling 1-

800-ANIXTER 16. Provide information regarding whether your fmn, either presently or in the past, has been involved in any litigation,

bankruptcy, or reorganization.

N/A

Marketing/ Sales

7. Detail how your organization plans to market this contract within the first ninety (90) days of the award date. This should include, but not be limited to:

a. A co-branded press release within first 30 days b. Announcement of award through any applicable social media sites c. Direct mail campaigns d. Co-branded collateral pieces e. Advertisement of contract in regional or national publications f. Participation in trade shows g. Dedicated TCPN and Region 4 ESC internet web-based homepage with:

i. TCPN and Region 4 ESC Logo ii. Link to TCPN and Region 4 ESC website iii. Summary of contract and services offered

iv. Due Diligence Documents including; copy of solicitation, copy of contract and any amendments, marketing materials

a. We will work with TCPN to post a notice of the partnership on Anixter's web page as soon as possible after an agreement is reached. b. We do not use social media sites c. We do very little direct mail. Campaigns are typically done through email and telephone. d. Co-brand collateral pieces can be produced in 6-Sweeks. e. Our advertising department would have to review the usefulness of advertising in publications. f. We will participate in trade shows that we feel will enhance the use of the contract and increase sales. g. We can develop a TCPN web page containing the items outlined in the RFP.

' 8. Describe how your company will demonstrate the benefits of this contract to eligible entities if awarded. _ .11ixter sales will contact their existing customers via telephone or email to advise them as to a new contact that they may possibly use to help expedite their purchases. We will advertise the contact at trade shows that are primarily for government customers.

19. Explain how your company plans to market this agreement to existing govermnent customers. Marketing will be done through our sales force to existing customer via email and outbound telephone calls.

20. Provide a detailed ninety (90) day plan describing how the contract will be implemented within your fmn. We will commit to providing a detailed implementation within 90 days to TCPN.

21. Describe how you intend on train your national sales force on the Region 4 ESC agreement. Many of our offices are familiar with working with the Federal Govermnent and State & Local entities through many contracts we currently hold. The agreement with TCPN will be introduced to our nationwide group of 9 business develop people who will, in turo work with specific sales people in the sales offices in the states outlined in our proposal. Additional support will be provided by our contracts maintenance group and Anixter's State & Local govermnent specialist.

22. Acknowledge that your organization agrees to provide its company logo(s) to Region 4 ESC and agrees to provide permission for reproduction of such logo in marketing communications and promotions.

An Anixter logo will be provided with permission to use in an appropriate fashion.

-23. Provide the revenue that your organization anticipates each year for the first three (3) years of this agreement.

$_~l=M~ __ in year one

$ 2M in year two

$ 3M in year three

Administration

.A. Describe your company's implementation and success with existing cooperative purchasing programs, if any, and provide the cooperative's name(s), contact person(s) and contact information as reference(s).

DIR-SDD-2003 Mario R. Gutierrez, JD, CTPM, CTCM Contract Manager Technology Sourcing Office Texas Department of Information Resources Office: (512) 463-8989 Fax: (512)475-4759 Email: [email protected]

DIR-SDD-2210 Tom Hay, CTPM, CTCM Texas Department oflnformation Resources 512/936-7199 tom.hay(aldir.texas.gov

DIR-TS0-3453 Sandy Fang, CTCM, CTPM Contract Administration Manager Office: 512.475.4650 [email protected]

R-TS0-2651 wlary Vickery, CTPM, CTCM Texas Department oflnformation Resources 512-475-4544 (Phone) mary. [email protected]

25. Describe the capacity of your company to report monthly sales through this agreement. We currently supply reports on many state contracts. Anixter has the ability to report sales on a monthly basis.

26. Describe the capacity of your company to provide management reports, i.e. consolidated billing by location, time and attendance reports, etc. for each eligible agency. We can supply virtually any report required.

27. Please provide any suggested improvements and alternatives for doing business with your company that will make this arrangement more cost effective for your company and Participating Public Agencies.

None at this time.

Green Initiatives

We are committed to helping to build a cleaner future! As our business grows, we want to make sure we minimize our impact on the Earth's climate. So we are taking every step we can to implement innovative and responsible environmental practices throughout Region 4 ESC to reduce our carbon footprint, reduce waste, promote energy conservation, ensure efficient computing, and much more. We would like vendors to partner with us in this enterprise. To that effort, we ask Offerors to provide their companies environmental policy and/or green initiative.

We're committed to helping to build a cleaner future! :cording to the U.S. Census Bureau, the world population is expanding at a mind-boggling rate. The world

reached 1 billion people in 1800; 2 billion by 1922; and over 6 billion by 2000. It is estimated that the population will swell to over 9 billion by 2050. That means that if the world's natural resources were evenly distributed, people in 2050 will only have 25% of the resources per capita that people in 1950 had. The world has a fixed amount of natural resources - some of which are already depleted. So as population growth greatly strains our finite resources, there are fewer resources available. If we intend to leave our children and grandchildren with the same standard ofliving we have enjoyed, we must preserve the foundation of that standard of living. We save for college educations, orthodontia, and weddings, but what about saving clean air, water, fuel sources and soil for future generations? As our business grows, we want to make sure we minimize our impact on the Earth's climate. So we're taking every step we can to implement innovative and responsible environmental practices throughout TCPN to reduce our carbon footprint, reduce waste, energy conservation, ensure efficient computing and much more. To that effort, we ask respondents to provide their companies environmental policy and/or green initiative.

28. Please provide your company's environmental policy and/or green initiative.

Please see the attached document

Vendor Certifications Of annlicable)

29. Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing Offeror to perform the covered services including, but not limited to licenses, registrations or certifications. M/WBE, HUB, DVBE, small and disadvantaged business certifications and other diverse business certifications, as well as manufacturer certifications for sales and service must be included if applicable.

Anixter enhances its value proposition to both key suppliers and customers through its specifications and testing facilities and numerous quality assurance certification programs such as ISO 9001 and QSO 9000. The Company uses its testing facilities in conjunction with suppliers to develop product specifications and to test quality compliance. At its data network-testing lab located at the Company's suburban Chicago headquarters, the Company also works with customers to design and test various product configurations to optimize network design and performance specific to the customers' needs. At its various regional quality labs, the Company offers OEMs a comprehensive range of mechanical testing and materials characterization for product testing and failure investigation.

References

Provide a minimum of ten (I 0) customer references for product and/or services of similar scope dating within the past three (3) years. Please try to provide an equal number of references for Kl 2, Higher Education and City/County entities. Provide the following information for each reference:

Entity Name

Contact Name and Title

City and State

Phone Number

Years Serviced

Description of Services

Annual Volume

See attachment

Appendix F:

COMPANY PROFILE

Please provide the following:

I. Company's official registered name. Anixter Inc

2. Brief history of your company, including the year it was established. Anixter was established in 1957.

Anixter is a leading global distributor of communication products, electrical and electronic wire & cable, fasteners and other small parts. The company adds value to the distribution process by providing its customers access to I) innovative inventory management programs, 2) more than 450,000 products and over $900 million in inventory, 3) 225 warehouses with more than 7 .0 million square feet of space, 4) locations in 265 cities in 52 countries, 5) more than I 00,000 customers worldwide, 6) approx. 7800 employees. Founded in 1957 and headquartered near Chicago, Anixter trades on the New York Stock Exchange under the symbol AXE.

3. Company's Dun & Bradstreet (D&B) number. 04-758-3851

4. Corporate office location. 2301 Patriot Blvd Glenview, IL 60026

5. List the total number of sales persons employed by your organization within the United States, broken down by market. US Sales Force is 2,281 Sales teams are deployed at the discretion of the District Sales Managers. Here are the addressable markets they serve:

-Datacenter Support and new Construction -Wireless -Audio Visual -Physical Security, Access Control and Door Locking Hardware -Electrical/Utility -Contractor/Integrator

6. List the number and location of offices, or service centers for all states being offered in solicitation. Additionally, list the names of key contacts at each location with title, address, phone and e-mail address.

Anixter has 52 Sales locations in the US. See attached for details.

7. Please provide contact information for the person(s) who will be responsible for the following areas, including resumes:

a. Sales b. Sales Support c. Marketing d. Financial Reporting e. Executive Support

Anixter is a multi billion dollar company. We have hundreds of sales and support people. A large staff of marketing people. Financial reporting for this agreement will be supervised by Dan Olguin, our State & Local Government Sales Director. Executive support will be provided by our Regional Vice Presidents. Their resumes are confidential and will not be supplied.

8. Define your standard terms of payment. Net 30 Days

9. Who is your competition in the marketplace? Communications Supply and Graybar.

Competition Given the Company's role as an aggregator of many different types of products from many different sources and because these products are sold to many different industry groups, there is no well-defined industry group against which the Company competes. The Company views the competitive environment as highly fragmented with hundreds of distributors and manufacturers that sell products directly or through multiple distribution charmels to end users or other resellers. There is significant competition within each end market and geography

primarily on breadth of products, quality, services, price and geographic proximity. Anixter believes that it has a significant competitive advantage due to its comprehensive product and service offerings, highly-skilled workforce and global distribution network. The Company believes its global distribution platform provides a competitive advantage to serving multinational customers' needs. The Company's operations and logistics platform gives it the ability to ship orders from inventory for delivery within 24 to 48 hours to all major global markets. In addition, the Company has common systems and processes throughout much of its operations in 52 countries that provide its customers and suppliers with global consistency Anixter enhances its value proposition to both key suppliers and customers through its specifications and testing facilities a d numerous quality an assurance certification programs such as ISO 900 I and QSO 9000. The Company uses its testing facilities in conjunction with suppliers to develop product specifications and to test quality compliance. At its data network-testing lab located at the Company's suburban Chicago headquarters, the Company also works with customers to design and test various product configurations to optimize network design and performance specific to the customers' needs. At its various regional quality labs, the Company offers OEMs a comprehensive range of mechanical testing and materials characterization for product testing and failure investigation. Most of the Company' competitors are privately held, and as a result, reliable competitive information is not available.

10. Overall annual sales for last three (3) years; 2013, 2014, 2015. 2013 $5.3 B, 2014, $5.SB, 2015 $6.2B

11. Overall public sector sales, excluding Federal Government, for last three (3) years; 2013, 2014, 2015. 2013 $187M, 2014 $201M, 2015 $190M

12. What is your strategy to increase market share? Our plan is simple but effective. These are the basis points of the plan we have been using for many years.

I) Segment the market into sub-verticals a. State. b. Authorities. c. Local government - city, county, municipalities. d. Education- K-12, Higher Education (state supported, community colleges). 2) Identify which are currently being sold and those that are not. 3) Determine specific targets. 4) Make sure that the sales people fully understand the market and how to introduce Anixter's advantages as well as the use of purchasing vehicles. 5) Assign sales people to profile the opportunities by identifying the business practices of the entity. a. Become registered to do business with them. b. Identify purchasing rules. c. Introduce potential purchasing vehicles to them. d. Identify the end user of the products and determine their business needs 6) Track progress on a monthly and quarterly basis. 7) Anixter already has a system to post contract pricing and identify contract usage.

13. What differentiates your company from competitors? The Anixter Difference For many years, Anixter has worked closely with all government entities, serving states, cities, counties and political subdivisions. As a result, we understand their needs, processes and language. We have the ability to quote complete and complex bills of materials for our customers, and we have flexible, dedicated sales specialists to serve our government customers' diverse needs. We can accept a PO directly from the government (through open market, the RFP/Bid process, P-Cards, or through our cooperative contracts or State/Local contracts). We'll also be happy to introduce you to one of the many Small Disadvantaged Business resellers we support. Anixter partners with the best integrators in the state and local government space to ensure our customers' projects go off without a hitch. At Anixter, we will do whatever is necessary to tailor a government solution for our customers.

Anixter's global footprint can service government entities across the country. We bundle our product offering with our innovative Supply Chain Services to help control the cost of our customers' business processes, reduce their investment in inventory, and ensure they get the right product when they need it.

Cities and Townships Counties Boards of Education All State Departments Authorities State Colleges and Universities Community Colleges Political Subdivisions K-12 Public Education Non-Profit Organizations

Product Overview: Network Cabling Networking, Wireless, and Voice Accessories Security (Video Surveillance, Access Control) Electrical Wire & Cable Electronic Wire & Cable Fasteners and Other Small Components ("C" Class)

As a leading global distributor of products that span a wide variety of industries and applications, Anixter can provide our government customers with products and solutions from hundreds of different manufacturers. We

can provide state and local government customers with access to our Enterprise Cabling and Security Solutions and Electrical and Electronic Wire & Cable anywhere in the world when, where, and how our customers require them. At Anixter, we take pride in serving our government and educational customers. We hold a large number of government contracts with all levels of the government from cities to states throughout the United States to assist our customers with procuring product. Most state and local goverrunents and public education entities have contracts that Anixter can successfully work within. To learn more about the specifics of our state and local government contracts, please visit the "Government Information" section on anixter.com, or contact your local Anixter Sales Specialists for more information.

Anixter understands the goverrunent's procurement policies as well as those in the public education arena. This is evident in that many procurement cooperatives and state contracts are extended to K-12 public schools, community colleges and state colleges and universities. At Anixter, we can put you in touch with one of our sales specialist that can assist you with information on these educational purchasing vehicles. If you have limited resources when searching for a solution, an Anixter systems engineer can assist your school in getting the right products for your specific application.

Anixter Inc. is the world's leading supplier of Supply Chain Services and products used to connect voice, video, data and security systems. Anixter is also the leading provider of specialty electrical and electronic wire and cable for building construction, industrial maintenance and repair, and original equipment manufacturing, as well as the leader in providing fasteners and "C" Class components to OEMs and production lines. We bundle our products with our innovative Supply Chain Services to help control the cost of our customers' business processes, reduce their investment in inventory, and ensure they get the right product when they need it.

14. Describe the capabilities and functionality of your frrm's on-line catalog/ordering website.

eAnixter Overview

Key features include:

Product catalog(s):

At Anixter we offer a variety of electronic tools that enable customers to streamline their procurement process, minimize costs and lower their total cost of doing business. It is part of our value-added concept that includes an on-line catalog to easily search by part numbers, keywords or category/attribute to find products and see specifications and illustrations. It includes the Request For Quote feature, which enables customers to submit items to their local sales team for follow-up. Please see "WWW.anixter.com/catalogfor more information.

eAnixter is a web-based system that enables customers to perform a variety of pre and post-sales functions, 24x7. For over seven years eAnixter has been enabling thousands of worldwide customers to view real-time information and/or to electronically interact with .Anixter at the customer's convenience. Please see www.eanixter.com for more information.

> Collaborate with your sales team to price catalogs unique to your needs for viewing/budgeting purposes, to place orders or to request quotes for non-priced items.

> Create and save Bills of Materials for estimation purposes and later release them to place an order when needed.

> Place orders on-line and choose shipment timeframes and method of payment (i.e. account or credit card). An email confirmation can be requested ifrequired.

> Enable multiple users to have various viewing rights.

> Provide real-time inventory visibility.

> Provide order and shipment e-mail notifications upon request.

> Provide multi-language and multi-currency capabilities for global business requirements.

Order tracking:

> Provide order status (in process, shipped, etc.).

> Provide freight carrier and tracking ID.

> Provide a seamless link to selected freight carrier's Web sites and receive proof of delivery.

Reports:

> View open-order/backorder, stock status and open invoices.

Security:

~ We value our customer's business and trust, and ensure that electronic interactions with us are safe and confidential. We have instituted Secure Socket Layer (SSL) technology, Verisign certificates on any credit card orders, and have various firewalls and individual sign-ons to enhance individual and company security.

15. Describe your company's Customer Service Department (hours of operation, number of service centers, etc.). Normally 8:00 to 5:00 in the respective time zone. Emergency service is available 24 hours a day, 7 days a week by calling 1-

800-ANIXTER 16. Provide information regarding whether your firm, either presently or in the past, has been involved in any litigation,

bankruptcy, or reorganization.

NIA

Marketing / Sales

7. Detail how your organization plans to market this contract within the first ninety (90) days of the award date. This should include, but not be limited to:

a. A co-branded press release within first 30 days b. Announcement of award through any applicable social media sites c. Direct mail campaigns d. Co-branded collateral pieces e. Advertisement of contract in regional or national publications f. Participation in trade shows g. Dedicated TCPN and Region 4 ESC internet web-based homepage with:

i. TCPN and Region 4 ESC Logo ii. Link to TCPN and Region 4 ESC website iii. Summary of contract and services offered

iv. Due Diligence Documents including; copy of solicitation, copy of contract and any amendments, marketing materials

a. We will work with TCPN to post a notice of the partnership on Anixter's web page as soon as possible after an agreement is reached. b. We do not use social media sites c. We do very little direct mail. Campaigns are typically done through email and telephone. d. Co-brand collateral pieces can be produced in 6-8weeks. e. Our advertising department would have to review the usefulness of advertising in publications. f. We will participate in trade shows that we feel will enhance the use of the contract and increase sales. g. We can develop a TCPN web page containing the items outlined in the RFP.

18. Describe how your company will demonstrate the benefits of this contract to eligible entities ifawarded. __ ...nixter sales will contact their existing customers via telephone or email to advise them as to a new contact that they may possibly use to help expedite their purchases. We will advertise the contact at trade shows that are primarily for government customers.

19. Explain how your company plans to market this agreement to existing government customers. Marketing will be done through our sales force to existing customer via email and outbound telephone calls.

20. Provide a detailed ninety (90) day plan describing how the contract will be implemented within your firm. We will commit to providing a detailed implementation within 90 days to TCPN.

21. Describe how you intend on train your national sales force on the Region 4 ESC agreement. Many of our offices are familiar with working with the Federal Government and State & Local entities through many contracts we currently hold. The agreement with TCPN will be introduced to our nationwide group of 9 business develop people who will, in turn work with specific sales people in the sales offices in the states outlined in our proposal. Additional support will be provided by our contracts maintenance group and Anixter's State & Local government specialist.

22. Acknowledge that your organization agrees to provide its company logo(s) to Region 4 ESC and agrees to provide permission for reproduction of such logo in marketing communications and promotions.

An Anixter logo will be provided with permission to use in an appropriate fashion.

,3. Provide the revenue that your organization anticipates each year for the first three (3) years of this agreement.

$_~1~M~-- in year one

$ 2M in year two

$ 3M in year three

Administration

4. Describe your company's implementation and success with existing cooperative purchasing programs, if any, and provide the cooperative's name(s), contact person(s) and contact information as reference(s).

DTR-SDD-2003 Mario R. Gutierrez, JD, CTPM, CTCM Contract Manager Technology Sourcing Office Texas Department of Information Resources Office: (512) 463-8989 Fax: (512) 475-4759 Email: mario.gutierrez(@dir.texas.gov

DIR-SDD-22 l 0 Tom Hay, CTPM, CTCM Texas Department oflnformation Resources 5]2/936-7199 [email protected]

DIR-TS0-3453 Sandy Fang, CTCM, CTPM Contract Administration Manager Office: 512.475.4650 [email protected]

'IR-TS0-2651 _ .ary Vickery, CTPM, CTCM Texas Department of Information Resources 512-475-4544 (Phone) mary. [email protected]

25. Describe the capacity of your company to report monthly sales through this agreement. We currently supply reports on many state contracts. Anixter has the ability to report sales on a monthly basis.

26. Describe the capacity of your company to provide management reports, i.e. consolidated billing by location, time and attendance reports, etc. for each eligible agency. We can supply virtually any report required.

27. Please provide any suggested improvements and alternatives for doing business with your company that will make this arrangement more cost effective for your company and Participating Public Agencies.

None at this time.

Green Initiatives

We are committed to helping to build a cleaner future! As our business grows, we want to make sure we minimize our impact on the Earth's climate. So we are taking every step we can to implement innovative and responsible environmental practices throughout Region 4 ESC to reduce our carbon footprint, reduce waste, promote energy conservation, ensure efficient computing, and much more. We would like vendors to partner with us in this enterprise. To that effort, we ask Offerers to provide their companies environmental policy and/or green initiative.

·e•re committed to helping to build a cleaner future! .<cording to the U.S. Census Bureau, the world population is expanding at a mind-boggling rate. The world

reached I billion people in 1800; 2 billion by 1922; and over 6 billion by 2000. It is estimated that the population will swell to over 9 billion by 2050. That means that if the world's natural resources were evenly distributed, people in 2050 will only have 25% of the resources per capita that people in 1950 had. The world has a fixed amount of natural resources - some of which are already depleted. So as population growth greatly strains our finite resources, there are fewer resources available. If we intend to leave our children and grandchildren with the same standard ofliving we have enjoyed, we must preserve the foundation of that standard of living. We save for college educations, orthodontia, and weddings, but what about saving clean air, water, fuel sources and soil for future generations? As our business grows, we want to make sure we minimize our impact on the Earth's climate. So we're taking every step we can to implement innovative and responsible environmental practices throughout TCPN to reduce our carbon footprint, reduce waste, energy conservation, ensure efficient computing and much more. To that effort, we ask respondents to provide their companies environmental policy and/or green initiative.

28. Please provide your company's environmental policy and/or green initiative.

Please see the attached document

Vendor Certifications (if annlieahle)

29. Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other goverrunental entity with jurisdiction, allowing Offerer to perform the covered services including, but not limited to licenses, registrations or certifications. M/WBE, HUB, DVBE, small and disadvantaged business certifications and other diverse business certifications, as well as manufacturer certifications for sales and service must be included if applicable.

Anixter enhances its value proposition to both key suppliers and customers through its specifications and testing facilities and numerous quality assurance certification programs such as ISO 9001 and QSO 9000. The Company uses its testing facilities in conjunction with suppliers to develop product specifications and to test quality compliance. At its data network-testing lab located at the Company's suburban Chicago headquarters, the Company also works with customers to design and test various product configurations to optimize network design and performance specific to the customers' needs. At its various regional quality labs, the Company offers OEMs a comprehensive range of mechanical testing and materials characterization for product testing and failure investigation.

References

Provide a minimum often (10) customer references for product and/or services of similar scope dating within the past three (3) years. Please try to provide an equal number of references for Kl2, Higher Education and City/County entities. Provide the following information for each reference:

Entity Name

Contact Name and Title

City and State

Phone Number

Years Serviced

Description of Services

Annual Volume

See attachment

.. A Sustainable PathsM

Corporate Sustainability

·P·r.-.-od-1..ict:s: .... Technology. servie::-e:s .• D-el.iv..er.sd ·Globally.

A'fllfit. CORPORATE SUSTAINABILITY

In 2010, Anixter created the position of Senior Director Corporate Sustainability, which oversees a 14 member

global steering committee that includes representatives from all business divisions and support departments

that report to the President/CEO.

Anixter's corporate sustainability program seeks to continuously improve business processes to control and

reduce the impact associated with its targeted environmental aspects of energy, waste, materials and natural

resources, and transportation. By targeting measurable results within each environmental aspect combined

with using A Sustainable Path5M Approach, which focuses on the economic, environmental and social impacts

of the organization, Anixter balances corporate social responsibility and return on investment.

ISO 14001: ENVIRONMENTAL MANAGEMENT SYSTEM

Anixter currently operates 30 locations that are ISO 14001 certified, and it is targeting 13 additional facilities for

certification in 2011 and 30 in 2012.

ENERGY

In its offices, warehouses and data center, Anixter has installed new products and processes to reduce energy

consumption, which helps to reduce overall greenhouse gas emissions and lower operating costs. From

lighting controls to energy monitoring systems, Anixter is looking at new and innovative ways to lower its

energy use.

Anixter's data center in Glenview, IL, features new state-of-the-art equipment and uses various consolidation

and virtualization techniques to reduce power consumption and space. Anixter's commitment to sustainability

extends to its customers through various educational courses within Anixter's Data Center College™ and

seminars such as the Anixter Seminar Series™ that focus on data center design considerations and

techniques to maximize power and cooling savings and provide greater efficiencies.

By using Anixter's ipConnected Enterprise5M design for lighting and control systems in 33 warehouses, Anixter

has reduced its overall electricity costs by an average of 40 percent. Anixter is planning to implement similar

lighting systems in at least 11 additional facilities in 2011. In addition, Anixter's Willebroek, Belgium, facility is

on target to purchase 45 percent of its annual electricity requirements from rooftop solar panels in 2011.

Anixter Inc. Corporate Sustainability Page 2 of5

A'tllril. In Alsip, Illinois, Anixter's 457,000-square-foot (42,457 square meters}, LEED® certified North American

regional distribution center received several structural upgrades to increase energy efficiency. These upgrades

included a zero air-pressure ventilation system, 170 skylights and numerous side-panel windows. These

upgrades generated an estimated energy cost savings of 25 percent over the previous non-LEED certified

building.

At its other distribution facilities in North America, Anixter has installed 22 energy monitoring systems that

control and schedule the HVAC systems. By using statistical analysis to reduce operational and maintenance

costs, the systems improve energy efficiency by monitoring the health of the HVAC systems. The system also

monitors electric meters within high-usage areas of the buildings to track energy consumption and reduction

strategies. Anixter is planning 11 additional installations in 2011.

In June 2011, Anixter received a LEED Silver certification for its 195,000-square-foot (18,116 square meters)

Edmonton, Canada, facility. Energy-saving measures include energy-efficient lighting controls, use of radiant

heat lamps to quickly warm moderately used areas within the building on-demand, no-idle policies for receiving

and delivery trucks when the weather permits, and power-monitoring meters to analyze and reduce energy

use. Anixter is considering LEED certification for additional facilities in 2011 and beyond.

In 2011, energy audits and/or air conditioning energy assessments will be conducted at 11 U.K. buildings. The

assessments will seek to identify inefficiencies and improvement opportunities.

WASTE

Anixter is using waste brokers in North America and the U.K. to improve operating efficiencies and expand

recycling. In 2010, Anixter recycled more than 2 million pounds (907,194 kg) of cardboard and more than 1.9

million pounds (861,834 kg) of wood at 126 North American warehouses. Anixter operates similar programs at

other global warehouses in addition to specialized plastic and metal recycling programs. Anixter also works

with various organizations to repair or recycle damaged wooden pallets.

Anixter's warehouses also help customers minimize waste on their job sites. Through its READY!6M

Deployment Services, Anixter promotes packaging waste reduction by removing items from boxes and by

consolidating shipments into single kits, which helps to reduce packaging waste at job sites. In 2010, Anixter's

READY! Deployment Services eliminated more than 32,000 pounds (14,515 kg) of packaging waste at

Anixter Inc. Corporate Sustainability Page 3 of5

customers' job sites and diverted the waste from landfills to certified recycling centers. By using Anixter's

READY! Deployment Services, customers can potentially earn two LEED points.

In the U.S., Anixter operates an asset recovery warehouse that consolidates obsolete or broken electronic

equipment, such as laptops, servers, power cords and keyboards, from field locations and arranges for their

consolidated disposal. In 2010, Anixter sent more than 14,400 pounds (6,532 kg) of electronic waste to a U.S.

recycling partner for certified disposal. In 2010, Anixter U.K. sent more than 6,800 pounds (3,085 kg} of

electronic waste material to a recycling partner for certified disposal. Other Anixter global locations may employ

other disposal techniques, such as in Toronto, Canada, where the location donates its used electronic

equipment to charities, which in turn redistribute them for use in schools, libraries or other nonprofit

organizations.

MATERIALS AND NATURAL RESOURCES

In 2010, five of Anixter's largest U.S. warehouses purchased new Kraft paper-packing machines. Most Kraft

paper is made from 100 percent recycled content. This program helps minimize Anixter's environment impact

while simultaneously providing additional protection to boxed materials during shipping.

Anixter procures corrugated packaging, bubble wrap and shrink wrap that are manufactured from a large

percentage of recycled content to help minimize the use of virgin materials. For example, Anixter's U.S.

operations alone used more than 1 million pounds (435,597 kg) of corrugated packaging that contains 40 to 60

percent recycled content.

Effective June 2011, all of Anixter's U.S. locations will purchase remanufactured toner cartridges for office

printers when this option is available. By purchasing remanufactured toner cartridges, Anixter will eliminate

thousands of gallons of oil a year from being used in the manufacturing of new cartridges. By recycling empty

cartridges, Anixter will prevent tens of thousands of pounds of metal and plastic from going into landfills each

year. Although similar programs are currently in place within Canada and the U.K., these programs will be

expanded as well as encompass all global locations. In addition, Anixter plans to roll out various paper

reduction strategies worldwide, from duplexing multipage print jobs to converting various system-generated

print reports into electronic files.

Anixter Inc. Corporate Sustainability Page4 of5

A.,IX:fa:l. TRANSPORTATION

In 2010, more than 80 percent of Anixter's U.S. and preferred international outsourced transportation spend

was with U.S. Environmental Protection Agency's certified SmartWay carriers. Anixter is beta testing

monitoring devices in cars, vans and trucks in the U.S. and the U.K. to further improve fuel economy. In 2010,

Anixter converted 41 percent of its leased-fleet replacement vehicles in the U.S. from six- to four-cylinder

models to improve fuel efficiency. Anixter's fleet department also offers employees vehicles that are compatible

for flex-fuel options, such as E85 ethanol fuel blend.

In other efforts to reduce fossil fuel consumption, Anixter is planning to roll out a no-idle program at its

warehouses worldwide. By asking truck drivers to turn off their engines while they are waiting for materials to

be loaded or unloaded, Anixter will help to reduce greenhouse gas emissions.

ABOUT ANIXTER

Anixter is a leading global supplier of communications and security products, electrical and electronic wire and

cable, fasteners and other small components. We help our customers specify solutions and make informed

purchasing decisions around technology, applications and relevant standards. Throughout the world, we

provide innovative supply chain management solutions to reduce our customers' total cost

of production and implementation.

For more information on Anixter's Corporate Sustainability Program, please e-mail

[email protected].

Anixter Inc. Co,:porate Sustainability Page 5 of5

WESTERN REGION A~IX:flEl. ~~i41_~1i~~tff.~~~~¥~B~~~tDA¥i&~t1Jif~lft~1~~,w.r~~~~JHg~~KwW" :ti~

Phoenix-Loe. 318 District Manager - Joe Parise 2350 E. Riverview Road Phoenix, AZ.. 85034 480-893-1166 I 480-893-1102 (Fax)

Albuquerque-Loc.112 District Manager- Jim Linton Sales Director- Brett Baldwin 2815 Broadbent Parkway, Suite D Albuquerque, NM 87107 505-345-16611505-345-1668 (Fax)

Senior Vice President: Dirk Naylor, foe. 100, ext. 68081 Regional Vice President: Tom Contreras, foe. 135, ext. 55195 Assistant: Michele Gooding, foe. 125, ext. 59204 Vice President of Sales: Michelle Allard, foe. 673, ext._ 58803 Vice President of Sales: Kevin Brueher, Joe. 125, ext. 59280 Regional Security Sales Director: Scott Simmons, loo. 545, (626) 423-2884 Director Business Development: Justin Webb, foe. 673, (916) 768-7464

Pleasanton - Loe. 673 District Manager - Bill Finch Sales Director - Chris Shelley Safes Director- Jeff Mendoza 4464 Willow Road, Suite 101 Pleasanton, CA 94588 925-469-8500 I 925-469-8909 (Fax)

Sacramento - Loe. 194 District Manager- Daniel Lowndes 1760 Creekside Oaks Drive, Suite 100 Sacramento, CA 95833 916-567-2200 I 916-567-2225 (Fax) Sacramento handles Nori.hem Nevada

Anaheim - Loe. 143 District Manager - Ryan Martin Sales Director- AJ. Spade 5055 E. Landon Drive Anaheim, CA 92807 714-779-0500 I 714-777-1527 (Fax)

San Diego - Loe. 187 District Manager - Michael Cantu 7140 Opportunity Road San Diego, CA 92111 858-673-3100 I 858-873-3124 (Fax)

Anchorage - Loe. 11 G District Manager Pete LaBarge Sales Director - Emerson T elmo 2550 Denali Street, Suite 1614 Anchorage, AK 99503 907-561-5960 I 907-334-9825 (Fax)

SeourityBusiness Development Manager: Andrew Azure, loo. 673, (916) 838-9106 (AK, ID, WA, OR, CA) Security Business Development Manager: Fran Loeber, loo. 531, (303) 881-2635 (MT, WY, UT, CO, AZ, NM, NV)

10/19/16

,·---...... -_..., .... ...,.,.,.,u:,..,,n.=a=c.,,="•·_,,r.,.,.....,_,_,_~,...,.,,._,.,.,...._,..,_...,.~~.=~=~=«·---•..,_-~,~,.·--~,-~,--·~ ~--

Seattle - Loe. 605 District Manager - Pete LaBarge Safes Director- Emerson Talmo 21419 64th Avenue South Kent, WA98032 253-872-6200 I 253-872-7563 (Fax)

Portland- Loe. 135 District Manager - Brett Allen 5107 NE 158th Avenue Portland, OR 97230 503-943-5100 I 503-943-5199 (Fax)

Boise - Loe. 524 District Manager - Brett Allen 1359 South Maple Grove Road Boise, ID 83709 208-377-3104 / 208-377-8716 (Fax)

Salt Lake City - Loe. 532 District Manager - Mark Monsen 1837 South 4130 West, Building E Salt Lake City, UT 84104 801-973-2121 I 801-973-4472 (Fax)

Denver - Loe. 531 District Manager - Jim Linton Sales Director- Brett Baldwin 10432 E. 491h Avenue Denver, CO 80238 303-373-9200 I 303-574-2635 (Fax)

Las Vegas - Loe. 87H Contact-Justin Webb 6180 S. Pearl Street, Suite D Las Vegas, NV 89120 702-407-4900 I 702-407-4940 (Fax)

SOUTH CENTRAL REGION

~~~;:~@mtfflrt-~JJl!~~i.-~i~~Wf~~~~~~m~i;i~~~¥~~~&Nl~I~~~~~~

Senior Vice President: Dirk Naylor, foe. 100, ext. 68061 Regional Vice President: Greg O'Brien. toe. 107, ext. 22007 Assistant: Michelle Knitter, toe. 104, ext. 77063 VicePresidentofSa/es: Joe/Rossow, toc.105, ext. 2115 Regional Security Sates Director: Jim Wills, toe. 104, (940) 231-2505 Director Business Development: Dave Divjak, toe. 184, (314) 422-4105 Security Business Development Manager: David Crawford, toe. 106, (281) 745-4571

10/19/16

Omaha - Loe. 523 District Manager- Gary Frodyma 4630 S. 132"' Street Omaha, NE 402-330-7455 I 402-330-7736 (Fax)

Kansas City - Loe. 107 District Manager - Joe Kovar 11314 w. ao• Street Lenexa, KS 66214 913-492-2622 I 913-492-1264 (Fax)

St Louis - Loe. 670 District Manager - Anthony Hoy 2509 Cassens Dr. Fenton, MO 63026 636-326-6800 I 636-326-6801 (Fax)

Tulsa-Loe. 105 District Manager - Heath Grammer 5304 South 125th East Avenue, Suite B Tulsa, OK 74146 918-294-2400 / 918-294-0412 (Fax)

Dallas - Loe. 671 District Manager - Mike Larkin Sales Director - Pam Hanson 1601 Waters Ridge Road Lewisville, TX 75057 972-353-7000 / 972-353-7201 (Fax)

A~IXflEl.,

Austin - Loe. 176 District Manager - Paul Mills 600 Center Ridge Drive, Suite 400 Austin, TX 78753 512-252-8383 / 512-252-0003 (Fax)

San Antonio - Loe. 32F District Manager - Paul Mills 3522 Paesanos Parkway, Suite 303 Shavano Park, TX 78231 210-408-8031/ 210-408-2727 (Fax)

Houston - Loe. 672 District Manager - David Jones Sales Director- Kevin Spriggs

~~

9900 Sam Houston Center Dr., Suite 200 Houston, TX 77064 281-894-3600 I 281-894-3601 (Fax)

New Orleans - Loe. 147 District Manager - Jae Schmidt 184 Riverbend Saint Rose, LA 70087 504-465-5920 / 504-465-5922 (Fax)

souTHEAST REGION A~1xr1El. ~~~~iim?~ffllJj~~m:t.~,w,1tm~1¥~~fi~§mt'1tt~11_~grflli~i~J:il~~j~~w.~~1~~:~~~~~~~? .~m

Richmond

Fort Lauderdale

Senior Vice President: Dirk Naylor, foe. 100, ext. 68061 Regional Vice President: Sandy Mease, foe. 145, ext. 42812 Assistant: Traci Cagle, foe. 145, ext. 42790 Vice President of Sales: Aaron Ratliff, foe. 145, ext. 42756 Regional Security Sales Director: Jim Wills, toe. 104, /940) 231-2505 Director Business Development: Betsy Grissett, foe. 145, /678) 296-1742

Louisville- Loe. 518 District Manager- Hamilton Kemper 2700 Stanley Gault Parkway - Suite 139 Louisville, KY 40233 502-245-8443 / 502-245-3677 (Fax)

Memphis - Loe. 185 District Manager - Tim Long 4001 Hickory HIii Road Memphis, TN 38115 901-433-2100 / 901-365-4511 (Fax)

Nashville - Loe. 612 District Manager - Ryan Fox 2525 Perimeter Place Dr., Suite 119 Nashville, TN 37214 615-507-2140 / 615-507-2156 (Fax)

Atlanta - Loe. 145 District Manager- Tom Dickey Sales Director - Cory Anthony 3400 Lawrenceville - Suwanee Road Suwanee, GA 30024 678-546-2770 / 678-377-3301 (Fax)

Richmond- Loe. 229 District Manager - Lucas Reams 1750 E. Parham Rd Richmond, VA 23228 (804) 727-2000 / (804) 727-2001 (Fax)

Security Business Development Manager: Steve D'Erco/e, toe. 615, ( 407) 257-4729

10/19/16

. ~~~- ... ,,..,,_,_.,.,....,_~~~-~.-.... ~--~'' ~,=~•~...-=~-=·~- ~~·-.. -~------·- ·~-.,., ...... --~-·· ... --··----·-·~·

Raleigh- Loc.148 District Manager - Chad Corbin 2800 Perimeter Park Dr. Suite E Morrisvllle, NC 27560 919-461-5353 / 919-463-1091 (Fax)

Charlotte - Loe. 297 District Manager - Chad Biniasz 9117 Monroe Rd, Suite 100 Charlotte, NC 28270 704-847-5900 / 704-847-5574 (Fax)

Jacksonville - Loe. 193 District Manager - Jim Lavery 12854 Kenan Dr. Building 400, Suite 140 Jacksonville, FL 32258 904-730-2703 / 904-739-0618 (Fax)

Orlando - Loe. 665 District Manager - Bob Caprise 7550 Brokerage Drive Orlando, FL 32809 407-240-1886 / 407-240-1755 (Fax)

Delray Beach -Loe, 178 District Manager - Brent Swenson 1255 N.W. 17th Ave., Suite 4 Delray Beach, FL 33445 561-278-4840 / 561-278-4304 (Fax)

NORTHEAST REGION A'41Xfil. ~1~£§~~¥.fl~Ut~~m~~'™'!H~t,rr;r¢~lliill'H*~~l}i~~~~~~~~'1ftll~E~·~t~~Wlf:tfu._~~~:

Cheshire ~, ;& New York Metro Area A

Philadelphia A

Senior Vice President: Dirk Naylor, foe. 100, ext. 68061 Region Wee President: TBD Assistant: Katti Rehm Smi/h, foe. 549, ext. 3198 Vice President of Sales: Kathryn Croasdai/e, foe. 512 ext. 32021 Regional Security Sales Director: Heather Miller, foe. 513, (614) 551-6584 Director Business Development: Larry Spatz, foe. 460, (201) 410-1729

Albany - Loe. 549 District Manager - David Garrison Sales Director - Daryl Thrasher 325 Washington Avenue Extension Suite 100 Albany, NY 12205 518-218-1088 / 518-218-3110 (Fax)

Rochester - Loe. 554 District Manager - Paul Perozzi Safes Director-Jeff Welch 250 Mile Crossing Blvd. - Suite 4 Rochester, NY 14624 585-426-3440 / 585-247-3730 (Fax)

Pittsburgh - Loe. 667 District Manager - Dan Murphy 10 Parkway View, Building O Pittsburgh, PA 15205 412-494-4300 / 412-494-4332 (Fax)

Boston/New England - Loe. 674 District Manager- Paul McMaster Sales Director - Eric Lavole 275 Wildwood Avenue Woburn, MA 01801 603-870-6500 I 603-870-6544 (Fax)

Security Business Development Manager: Peter Migliaccio, foe. 67 4, (508) 654-2849 Security Business Development Manager: Rick Bennett, foe. 50T, (267) 446-0836

10/19/16

7•u.,~.,-• .,,, ,., • ., .... ,~ .. --·--~-"

Cheshire - Loe. 266 District Manager - Marc Giusto Sales Director - Eric Samse 527 Knotter Drive - Suite 400 Cheshire, CT 06410 203-271-3600 / 203-271-2065 (Fax)

NYC/Northern NJ Metro- Loe. 460 District Managers - Tom McCarthy District Managers - Danfel/e Demeester Sales Director End Users - George Lods Sales Director Channel - Steve Gladis 25 Vreeland Road - Building B 100 Florham Park, NJ 07932 973-660-0278 / 973-660-1902 (Fax)

Philadelphia- Loe. 610 District Manager - Mlchael Accetta S81es Director - Patrick Decoursey 1400 N. Providence Road #410 Rosetree Corporate Center #1 Media, PA 19063 610-627-3900 / 610-627-3927 (Fax)

"'•J<\\'cl ·~i::I

GREAT LAKES REGION A~IXril. ~;K~~~~1fW.rfi]t'~~i~~&~~;trffit~~%1Jim~~HW~lf~~Dittt~1:~~~~~1£W~i~~;;J~~

Senior Vice President: Dirk Naylor, foe. 100, ext. 68061 Regional Vice President: Steve Stroup, foe. 513, ext, 32511 Vice President of Sales: Kathryn Croasdaile, foe 512., ext. 32021

mbus

Regional Security Sales Director: Heather Miller, foe. 513, (614) 551-6584 Director of Business Development: Donna Cochrane, foe. 669, (612) 961-6898 Security Business Development Manager: Steve Brown, foe. 227, (630) 660-5151

10/19/16

.,~._._,_,,.,«--,-.,-_. .. c,-,•-,~=-,a,•·..,.,,_---·,•=~·u.•'>-<"O·o~--..~~-,,--~y .• ~,-'-~•·=··•=r.~.~,M• .,.,.~_,, ....• ~,,

Minneapolis- Loe. 669 District Manager - Paul Elliott Sales Director- Preston Grutzmacher 6055 Nathan Lane North, #14 Plymouth, MN 55442 763-559-2690 / 763-559-4422 (Fax)

Milwaukee - Loe. 115 District Manager - Scott Stamstad W234 N2091 Ridgeview Parkway Court Waukesha,VVl53168 262-951-7800 / 262-951-7801 (Fax)

Des Moines - Loe. 613 District Manager - Nick Gatzionis 4454 N.W.114th Street Urbandale, IA 50322 515-278-1722 / 515-278-2802 (Fax)

Bloomington - Loe. 288 District Manager - Tim Bobell 1701 Tullamore Bloomington, IL 61704 309-662-5162 /309-662-0007 (Fax)

Indianapolis- Loe. 806 District Manager - Susan Alred 6911 Corporate Circle Indianapolis, IN 46278 317-243-2008 / 317-243-0367 (Fax)

Grand Rapids- Loe. 190 District Manager - Brandon King 4509 Broadmoor S.E., Suite A Grand Rapids, Ml 49512 616-698-7800 / 616-698-9510 (Fax)

Detroit - Loe. 508 District Manager - Pete Mclaughlin 325 W. Sllverbell Rd., Suite 200 Lake Orlon, Ml 48359 248-475-8000 / 248-475-8020 (Fax)

Cleveland - Loe. 512 District Manager - Lynn Schmidt 6565 Davis Industrial Parkway, Suite L Solon, OH 44139 440-546-4400 / 440-546-4422 (Fax)

Columbus-Loe. 513 District Manager - Dana Randall 304 Cramer Creek Court Dublin, OH 43017 614-799-2600 / 614-799-2610 (Fax)

Cincinnati - Loe. 519 District Manager - Dave Gaydosh Sales Director - Sean Bethel 4440 Muhlhauser Road Hamilton , OH 45011 513-881-4600 I 513-881-4620 (Fax)

~f.£.1

CHICAGO REGION A~llfa:l,, ~~,~~rl}iffflJ~B~}ll~~Mifillfiti~~$)i~l~~~~al~!n~ftt~~~}'1Jt';~f."~iWfJ'.r[~ll?A~Rl:!~~~,,i'M'tftJ: ~~

Senior Vice President: Dirk Naylor, foe. 100, ext. 68061 Regional Vice President: Darren Donohue, foe. 227, ext. 24511 Assistant: Amanda Knapp, foe. 227, ext. 24530 Vice President of Sales: TBD

Mt. Prospect - Loe. 227 District Manager - Steve Cox District Manager - Chris Rauen 1601 Feehanville Dr., Suite 700 Mt. Prospect, IL 60056 847-390-7700 / 847-390-8181 (Fax)

Regional Security Safes Director: Heather MIiier, foe. 513, (614) 551-6584 DlrectorofBusiness Development: Donna Cochrane, foe. 114, (612) 961-6898 Security Business Development Manager: Sieve Brown, foe. 227, (630) 660-5151

10/19/16

Customer References

Customer Name

Contract# Term Type of product Annual Volume

Customer contact Contact telephone #

Customer Name

Contract# Term Type of product Annual Volume Customer contact Contact telephone#

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product

Annual Volume Customer Contact Contact Telephone

State of Ohio Columbus, OH 800421

7-1-15 tbr 6-30-19 Copper, Fiber Optic Cable and Connectivity Products $2M

Teny Spiropoulos, Procurement Analyst 614-644-6764

State ofNewYork Albany,NY PT63201 9-13-2007 -8-26-2017 Copper, Fiber Optic Cable and Connectivity Products $908K Joseph Better, Purchasing Officer 518-474-7101

University of KY Lexington, KY UK128114 11-1-13 tbr 10-31-17 Copper, Fiber Optic Cable and Connectivity Products $1.9M Wendy Holland-Brown, Contracting Officer 859-257-5404

State of Kansas Topeka,KS 35458 3-1-2011 to 1-31-2017 Copper, Fiber Optic Cable and Connectivity Products $2.5M David Stueve, Procurement Officer 785-296-0408

State of Texas Austin, TX DIR-SDD-2210 9-10-13 tbr9-I0-17 Copper, Fiber Optic Cable and Connectivity Products $2.5M Stephanie Harrison, Contract Manager 512-463-5668

Customer Name

Contract# Term Type of product Annual Volume Customer contact Contact telephone #

Customer Name

Contract# Term

Type of product Annual Volume Customer contact Contact telephone#

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

Customer Name

Contract# Term Type of Product Annual Volume Customer Contact Contact Telephone

State of Missouri Jefferson, City, MO C! 15099001

3-3-15 thr 3-2-17 Copper, Fiber Optic Cable aod Connectivity Products $775K Nicolle Backes, Director of Purchasing 573-751-5341

University ofV A Charlottesville, VA UVA898734 1-1-13 thr 8-26-17 Copper, Fiber Optic Cable aod Connectivity Products $545K Frank Messina, Buyer Specialist 434-982-5879

State of UT Salt Lake City, UT AR364 1-26-15 thr 1-27-20 Copper, Fiber Optic Cable aod Connectivity Products $935K JeffMottishaw, Purchasing Agent 801-538-1287

State ofNJ Trenton,NJ T1778 10-10-13 thr 10-9-17 Copper, Fiber Optic Cable and Connectivity Products $245K Gregory Buddie, Procurement Specialist 609-984-6237

Lower Colorado River Authority (LCRA) Austin, TX LCRA 6-11-12 thr 6-10-17 Copper, Fiber Optic Cable and Connectivity Products $255K Jenniffer Muhammad, LCRA Agent 512-473-3210

Jan-15 Rev Page 1

TAB 4 Product/Services

Appendix B

Anixter is purposing the supply of the wiring components needed for the installation of Security Systems Infrastructure, Telecommunication, and Local Area Network devices. We do not provide installation services.

We feel that this will add value to TCPN and their membership by allowing the end user who in many cases has their own installation staff. Only a small number of states have a contract available to allow for purchases of wiring materials. This will streamline their purchasing process resulting in savings of both time & money.

US Communities has been offering a material only contract for many years with little to no competition from other national cooperatives.

An award to Anixter will offer additional value to TCPN both in breath of the products & services and revenue.

Attached is a sampling of the more popular manufacturers. More manufacturers can be added based on the customer’s need.

A"llfil.

Appendix C: PRICING

Vendor Product Category Final Offer Exclusions

Altronix 35%ARECONT VI 35%AXIS COMM 0%B-LINE 3% Excl. Seismic Products BOGEN 30%CODE BLUE 10% Excl. Service, Software & ToolvoxCS-SYSTIMX 30%ERICO 10%EXACQ TECH 20%

GEISTAccessories

1%GEIST Cool 10%GEIST Manage 1%GEIST Monitor 5%GEIST Power 5%GEIST Power Global 5%GREENLEE 0%HES 27%HID 0%IDEAL INDU 0%IMRON 10%INTERLOGIX 0%Iris ID 5%Kantech 20%KLEIN 26%LEVITON 18%MIDDLE ATL 30%MILESTONE 0%MorphoTrak 29%ON-NET 5%PREFORMED 0%PROLABS 5%SAMSUNG 35%Sargent 17%SENECA DAT 15%TALK-A-PHO 24% Please see Electronic Thumb drive which will detail entire Manufacturer line offered based on discount % off List. Warranty information Anixter Inc. is distributor, not a manufacturer, of the products to be supplied. Anixter Inc. does not independently warrant the products is sells, but rather, assigns to the Buyer the exclusive warranties provided by the manufacturers. Any defective products will be repaired or replaced in accordance with the manufacturer’s warranty. Most warranties are one year. Anixter Inc. will assist the customer in obtaining warranty service as requested.

Appendix G:VALUE ADD

Please include any additional products and/or services not included in the scope of the solicitation thatyou think will enhance and/or add value to this contract for participating agencies. Your marketing planand salesforce training plan as detailed in Appendix F will also be taken into account when evaluatingyour company’s value add score.

Any additional products or services offered in this section will only be considered by Region 4 ESC ifauditable pricing is offered for them in Appendix C. Any products or services for which pricing is notoffered will not be considered a part of any contract awarded as a result of this RFP.

All products or services offered in this section are subject to the same requirements as productsoffered in Appendix B. Respondents must provide detailed descriptions of any additional productsand services being offered as a part of their proposal, and Region 4 ESC reserves the right to rejectany value add products or services which it deems to be unrelated to the scope of this RFP.

PUTTING IT ALL TOGETHER

Anixter Inc. is a $5 billion value-added provider of integrated cabling solutions that support networkinfrastructures for voice, video, data and multimedia applications. We provide technical assistanceand solutions using a wide range of technology products from the world’s leading manufacturers.Through membership and participation in several organizations, such as IEEE, EIA and TIA, Anixterhelps to shape the standards that the industry follows. We can also help you.

Evolving networking technology has transformed over the past several years. Although thechallenges may seem a bit overwhelming at times, finding the right network for these applications iscritical.

We realize that every environment is different. Whether you need a whole new network, avideoconferencing system, a remote access solution, or some other method, Anixter can make sureyou get exactly what you’re looking for.

We are the resource to add to your team: We understand the interoperability, scalability andsecurity issues involved in designing a flexible, cost-effective telecommuting solution.

Rely on Anixter to help you choose the best networking solution for your environment. Give us acall today and let us put our networking expertise to work for you.

DOC #1 Clean Air and Water Act

DOC #2 Debarment Notice

DOC #3 Lobbying Certification

DOC #4 Contractors Requirements

DOC #5 Antitrust Certification Statement

DOC #6 Implementation HB 1295 (Certificate) of Interested Parties)

DOC #7 EDGAR Certifications

FOR VENDORS INTENDING TO DO BUSINESS IN NEW JERSEY:

DOC #8 Ownership Disclosure Form

DOC #9 Non-Collusion Affidavit

DOC #1 0 Affirmative Action Affidavit

DOC #11 Political Contribution Disclosure Form

DOC #12 Stockholder Disclosure Form

New Jersey vendors are also 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.

Compliance with Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act.

Compliance with Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26

Bid and Performance Security, as required by the applicable municipal or state statutes.

DOC#1 Clean Air and Water Act

I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency

Page 37 of 156

Regulation, 40 CFR Part 15 as required under 0MB Circular A-102, Attachment 0, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement.

Potential Vendor:_A--'n--'ixt=er_l_nc'-.-------------------------

Title of Authorized Representative: ....::.D::.:ire::ct:::o::.r.:of:..:S:::l::at::::e.:a::.nd:...::Lo::ca:::::..:I G::;o:::vt..::. ___________ _

D0C#2 Debarment Notice

I, the Vendor, certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations.

Potential Vendor:.-"A"'n.,,i,,x..,te.,r...,l._n'-"c"-. -----------------------­

Page 38 of 156

Title of Authorized Representative: Director of State and Local Govt.

D0C#3 LOBBYING CERTIFICATION

Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by Section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

The undersigned certifies, to the best of his/her knowledge and belief, that:

1. No Federal appropriated funds have been paid or will be paid 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

Page 39 of 156

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 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 or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure of Lobbying Activities," 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 sub-recipients shall certify and disclose accordingly.

I Date

Page 40 of 156

D0C#4 CONTRACTOR CERTIFICATION REQUIREMENTS

Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in.

Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws.

Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor.

The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E-Verify Employee Eligibility Verification Program.

Contractor shall comply with governing board policy of the Region 4 ESC Participating entities in which work is being performed.

Fingerprint and Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District.

The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted.

Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed.

Business Operations in Sudan, Iran In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran.

Date

Page 41 of 156

D0C#5 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code§ 2155.005)

I affirm under penalty of perjury of the laws of the State of Texas that:

1. I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below;

2. In connection with this 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.

Vendor Anixter Inc.

Address 2350 E Riverview Drive

Suite 1so Phoenix AZ. 85034

Phone 480-240-8337

Fax 480-893-1102

Offeror _~=::;._-dt::..::~~L---­Signature

Page 42 of 156

Daniel E. Olguin Printed Name

Director of State and Local Govt. Position with Company

Daniel E. Olguin Printed Name

Director af State and I acal Govt. Position with Company

D0C#6

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 will make 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 and have the form notarized. 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. The commission will post the completed Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency.

Information regarding how to use the filing application will be available on this site starting on January 1, 2016.

https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm

Last Revision: February 16, 2016

D0C#7

Page 43 of 156

CERTIFICATE OF INTERESTED PARTIES FORM 1295

1 of 1

Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING

1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. · 2017-165439 Anixter Inc.

Glenview , IL United States Date Filed:

2 Name of governmentaJ entity or state agency that is a party to the contract for which the form is 02/10/2017 being filed.

Region 4 ESC Date Acknowledged:

3 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.

17-05 Security Systems and Services

4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable)

Controlling Intermediary

5 Check only if there is NO Interested Party. 0

~

6 AFFIDAV]T I ,-~~,.w: bove disclosure is true and correct.

NOTARY PUBLIC • STATE OF ARIZONA

Maricopa County

CHRIS BARROTA My Commission Expires February 15, 2020 •• -~,,nature of authorized agentc .-acting business entity

AFFIX NOT ARY ST AMP / SEAL ABOVE

Sworn to and subscribed before me, by the said Llm,).Rf'l.._ {. OLG-LJ_qjthisthe ~ day of R,J\q 20 'l , to certify 7/ss my hand and seal of office. a~ n J1,,,; l'iJNS (k. - I }jo~ .flt,,,.,

~1iture of~ administering oath Printed name of officer administering oath Title of officer administering oath

Forms provided by Texas Ethics Comm1ss1on www.eth1cs.state.tx.us Version Vl.0.277

EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT

TO WHOM IT MAY CONCERN:

REGION 4 EDUCATION SERVICE CENTER is in the process of ensuring that all policies and procedures involving the expenditure of federal funds are compliant with the new Education Department General Administrative Guidelines ("EDGAR"). Part of this process involves ensuring that all current vendors agree to comply with EDGAR. You must complete this form and return to REGION 4 EDUCATION SERVICE CENTER along with you proposal.

The following certifications and provisions are required and apply when REGION 4 EDUCATION SERVICE CENTER expends federal funds for any contract resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Agency and the Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable.

REQUIRED CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS APPENDIX II TO 2 CFR PART 200

(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.

Pursuantto Federal Rule (A) above, when REGION 4 EDUCATION SERVICE CENTER expends federal funds, REGION 4 EDUCATION SERVICE CENTER 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.

(B) Termination for cause and for convenience by e rantee or subgrantee including the manner by which ii will be effected and the basis for settlement. (All contracts in excess of $10,000)

Pursuant to Federal Rule (B) above, when REGION 4 EDUCATION SERVICE CENTER expends federal funds, REGION 4 EDUCATION SERVICE CENTER 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 Vendor in the event Vendorfails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation. REGION 4 EDUCATION SERVICE CENTER also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if REGION 4 EDUCATION SERVICE CENTER believes, in its sole discretion that it is in the best interest of REGION 4 EDUCATION SERVICE CENTER to do so. Vendor will be compensated for work performed and accepted and goods accepted by REGION 4 EDUCATION SERVICE CENTER as of the termination date if the contract is terminated for convenience of REGION 4 EDUCATION SERVICE CENTER. Any award under this procurement process is not exclusive and REGION 4 EDUCATION SERVICE CENTER reserves the right to purchase goods d services from other vendors when it is in REGION 4 EDUCATION SERVICE CENTER's best interest. -

(C) Equal Employment Opportunity. Except so herwise provided under 41 CFR Part 60, all contracts that meet the definition 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 FR 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."

Pursuantto Federal Rule (C) above, when REGION 4 EDUCATION RVICE CENTER expends federal funds on any federally assisted construction contract, the equal opportunity clause is incor or y eference herein.

(0) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation1 all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis­Bacon 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 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

Page 44 of 156

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 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. 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 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 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 REGION 4 ED TION SERVICE CENTER expends federal funds during the tenm of an award for all contracts and subgrants for constr · air, Vendor will be in compliance with all applicable Davis-Bacon Act provisions.

(E) Contract Work Hours and Safety Standards O U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that in e 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 (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 penmissible 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. 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 articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.

Pursuant to Federal Rule (E) above, when REGION 4 EDUCATION SERVICE CENTER expends federal funds, Vendor certifies that Vendor will be in compliance with all applicable pro 1 ·ons of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by REGION 4 EDU CA v1gg_.CENTER resulting from this procurement process.

(F) Rights to Inventions Made Under a ract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and he recipient or subrecipient 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,u the recipient or subrecipient must comply with the requirements of 37 CFR 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 the awarding agency.

Pursuant to Federal Rule (F) above, when federal funds re expended by REGION 4 EDUCATION SERVICE CENTER, the vendor certifies that during the term of an award for all con s by REGION 4 EDUCATION SERVICE CENTER resulting from this procurement process. the vendor agrees to comp a iilic, ble requirements as referenced in Federal Rule (F) above.

Does Vendor agree? YES -----....Qo=Ll..fL.J--------1,nitials of Authorized Representative of Vendor

(G) Clean Air Act (42 U.S.C. 7401-7671q.) and th F deral Water Pollution Control Act (33 U.S.C. 1251-1387), as amended­Contracts 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 REGION 4 EDUCATION SERVICE CENTER, the vendor certifies that during the term of an award for all contracts by, GION 4 EDUCATION SERVICE CENTER member resulting from this procurement process, the vendor agrees to c ~ p ic~ requirements as referenced in Federal Rule (G) above.

Does Vendor agree? YES I Initials of Authorized Representative of Vendor

(H) Debarment and Suspension (Executive Orders 12 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 accordance with the 0MB 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 Executive Order 12549.

Pursuant to Federal Rule (H) above. when federal funds are expended by REGION 4 EDUCATION SERVICE CENTER, the vendor certifies that during the term of an award for all contracts by REGION 4 EDUCATION SERVICE CENTER resulting from this procurement process. the vendor certifies that neither it nor its principals is presently debarred, suspended. proposed for debanment,

Page 45 of 156

(I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) o ractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the ie, bove 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 non­Federal 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 REGION 4 EDUCATION SERVICE CENTER, the vendor certifies that during the term and after the awarded term of an award for all contracts by REGION 4 EDUCATION SERVICE CENTER resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti­Lobbying 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 t ·s Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Fonm-LLL, "Disclosure Fonm to Re rt obbying", in accordance with its instructions. (3) The undersigned shall require that the la age of is Jertification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all prop cipients shall certify and disclose accordingly.

RECORD RETENTION REQUIR NTS FOR CONTRACTS INVOLVING FEDERAL FUNDS

When federal funds are expended by REGION 4 EDUCATION SERVICE CENTER for any contract resulting from this procurement process, Vendor certifies that it will comply with the record ret tion requirements detailed in 2 CFR § 200.333. The Vendor further certifies that Vendor will retain all records as required by 2 CF 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or an · orts, as a plicable, and all other pending matters are closed.

Page 46 of 156

CERI IFICA I ION OF COMPLIANCE WII A I HE ENERGY POLICY AND CONSERVA I ION AC I

When REGION 4 EDUCATION SERVICE CENTER expends federal funds for any contract resulting from this procurement process, Vendor 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).

7) ~

Does Vendor agree? YES \~Initials of Authorized Representative of Vendor

CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS

Vendor certifies that Vendor is in compliance with all applicable provisions of the Buy America Act. Purchases made in accordance with the Buy America Act must still follow the applicable procurement ru calli and open competition.

CERTIFICATION OF ACCESS TO RECORDS-2 C.F.R. § 200.336

Vendor agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor's discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, an ranscriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interv· discu · ting to such documents.

CERTIFICATION OF APPLICABILITY TO SUBCONTRACTRS

Vendor agree~ that all contracts it awards pursuant to the Contract sh '.!!!J;!l'-'"""11t1regoing terms and conditions.

Does Vendor agree? YES __ j.....,"'>'1---lnitials of Authorized Representative of Vendor

Vendor agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that vendor certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above.

Address, City, State, and Zip Code: ~2~3~Dw1~P~at=r=io=t~B=lv=d~----------------

Phone Number: 480-240-8337 Fax Number: 480-893-1102

Printed Name and Title of Authorized Representative: Daniel E. Olguin Director of State and I ocal

Page 47 of 156

D0C#8 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: _A_n_ix_t~e_r_ln~c~---------------­

Street: 2301 Patriot Blvd.

City, State, Zip Code: Glenview IL 60026 ~====~==-----------Complete as appropriate:

I certify that I am the sole owner of -,-------,----,----,-,-,-------,--,---:-c--,-...,,-' 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: ------------------' 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: Daniel E. Olguin , an authorized representative of

Anixter Inc , 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

Anixter International Inc 2301 Patriot Blvd Glenview, IL 60026 100% Sam1Jel Zell Two North Riverside Plaza Chicago II 11% Ariel Investments I I C 2DD E Raodolpb Drive Cbicago, II 1Q 1%

I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief.

q_,) '~ }21J1] ~ Date

DOC#9 NON-COLLUSION AFFIDAVIT

Page 48 of 156

Company Name: . ....c::Au.nu,jx,..t,.eLr .ulo.uc~------------­Street: 25 Vreeland Road

City, State, Zip Code: Florham Park NJ 07932

State of New Jersey

County of ---"M""o,,_rL!.r!.sis?....-______ _

I, _D"""'a"n.!Sieal..1.E....s.O!lllg"'u.,,ji,n ______ of the Florham Park Name City

in the County of Morris , State of"""""N""e""w-'-"J""e""rs""e,_.y,__ _____ _ of full age, being duly sworn according to law on my oath depose and say that:

I am the Director nf GQ\/ Sales Title

of the firm of Anixter Inc. 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 cotTect, 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 watTant 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 comme~ · I or selling agencies maintained by

Anixter Inc Company Name

SEAL

NOTARY PUBLIC STATE OF ARIZONA

Maricopa County CHRIS BARROTA

My Commission Expires February 15, 2020

Page 49 of 156

DOC#10 AFFIRMATIVE ACTION AFFIDAVIT

(P.L. 1975, C.127)

Company Name: Anixter Inc. ~=='-'-'=-----------------Street: 2301 Patriot Blvd

City, State, Zip Code: .,,G""le.an...,v"'ie"'w""--'l-=L--'6"'0,,0,...2,,,6'------------

Proposal Certification:

Indicate below your compliance with New Jersey Affirmative Action regulations. Your proposal will be accepted even if you are 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:

X

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.

Signature and Title

Page 50 of 156

FonnM302 Rev. 11/11

STATE OF Nl!W JERSEY Division of Purdtase & Property Contract Compliance Audit Unit

EEO Monitoring Program

EMPLOYEE INFORMATION REPORT IMPORTANT-READ l~UcnoNS CAReFULLY BEFORE COMPLETING FORM, FAILURE TO PROPERLY COMPLETE THE ENTIRE FORM ANO TO SUBMIT lHE REQUIRED $150.00 FEE MAY DELAY ISSUANCE OF YOUR CERTIACATE. 00 NOT SUBMIT EE0-1 REPORT FOR SECl'ION S, ITEM 11, For Instructions on complttlng the form, go tci:

http://www.state.n/.us/treasuryJcontrac:u:omp!lance/pdf/aa30lln$.pdf

SECTION A· COMPANY IDENTIFICATION

I. FID. NO. OR SOCIAL SECURITY

36-2361285

Z. TYPE OF BUSINESS 3, TOTAL NO. EMPLOYEES IN TiiE ENTIRE

4. COMPANYNAME

Anixter, Inc.

0 I. MFG D Z. SERVICE G3j' 3. WHOLESALE COMPANY 0 4, RETAlL O S. OTHER 5920

S. STREET

2301 Patriot Blvd CITY

Glenview COUNTY

Cook STATE

IL ZIP CODE

60026

6. NAME OF PARENT OR.AFFILIATED COMPANY {IFNONE, SO INDICATE) CIIY STATE ZIP CODE

Anixter, Inc: Glenview IL 60026

7. CHECK ONE: JS THE COMPANY: 0 SINGLE-ESTABLlSHMENTEMPLOYER 3I MULn-ESTABLISHMENTEMPLOYER

B w MlJJJ·ESTARTTSHMENC EMPJQYFR ru'.re nre NTIMBFB Of ESIAflIISHMFNI§ IN NJ @.___:J 9. TOTALNOMBER OF EMPLOYEES AT ESTABLISHMENT WHICH HAS BEEN AWAl!.DED THE CONTRACT I JQ PITRTlCACffiNGYAWABJNNfiGQNI'RAGI ·

State of New Jersey

Offld1IUaOnlv PAJBBEC5JYEP

CIT'l COUNTY

Mercer STATE

NJ

ASSJGNBP CRRilPICATIO'N NUMBER

SECTION B • EMPI OYMENTDATA

ZIP CODE

08625

11. Reporl all pcmm1ont, teropormy end part-time employees ON YOUR OWN PAYROLL. Bntertbe appropriate figura; on all Jin~ 1111d in all ~lumns. Where then, &Rt

:,o omp\oyccs in a partlcular call:gOry, enter 11. :mo, lncllldc ALL employees, notjust tho$e in minority/non-minority calqories, in colutMS I, 2, & 3. DONOTSIJBMrr AN EEO.I REPORT.

•" L EMPLOYEl!.5 ~ .. - ... ·-·-JOB COL. I

~ CCL.3 ......... ................. :-. .............. . ......................

CATEGORIES TOTAL FEMALE NON ~MN NON Co1'.2&3) BLACK 1u-r-AN1C 1n,...,J'.; ASIAN MCN. BLACK HISPANI1 ASIAN MlN.

Officials/ Managers 16 15 1 2 2 k> 1 10 0 0 0 0 1

Professlo'n11ls 4 3 1 1 1 0 0 1 0 0 0 0 1

Technicians 2 2 0 0 0 0 0 2 0 k> 0 0 0

S1IHW0rk111.s 49 35 14 0 0 0 35 lo 0 0 0 14

Offlca&Oarlcal 7 0 7 0 0 0 0 0 4 0 0 0 3

Oaftworkers 0 0 0 0 0 (Skilled) 0 0 0 0 0 0 0 0

Operam'es 11 10 1 3 3 0 0 4 0 1 0 0 0 (Seml-sldlled)

Laborers 63 44 (Unskilled) 19 8 24 0 3 9 1 10 0 4 4

Service Workers 0 0 0 0 0 0 0 0 0 0 0 0 0

TOTAL 152 109 43 14 30 0 4 61 ' 11 0 4 23

Tot.!lemploymant n/a n/a n/a n/a o/a n/a n/a n/a "'' n/a From previous n/a n/a n/a

Rll'"Ort llhn"' Temporl!lry&Part-Time Employees

The data below shall NOT be Included in the figures for the appropriate categories above,

n/a n/a n/a n/a n/a n/a nla n/a n/a n/a n/a n/a n/a

12. HOW WAS INFORMATION AS TO R.ACE OR ETHNIC GROUP IN SECTION B OBTAlNED 14. ISnl1S1HEFIRST 1S.IFNO,DATELAST

0 l. Visual SUMY lisJ2. Employment P.oaord Ql, Other(Spcclfy) Employee Information REPORT SUBMITTED Report Submitted?

MOT'T"""' 13. DATES OF PA'YROLLPERJODUSED >NOl8i Frem: 8/29/2016 T« 09/11/2016 t.YESO

SECTION C • SIGNATURE AND IDENTIFICATION

. I<:i. NAME OF l'EltSON COMPLETING \TOit.M (Print <>T'Iyp•) I SlGNATt.lltE I 'mLE I DATIS r-:::;,.._......,_ __., • MO !DAY! YEA>.

Andrew Weisman -.,_..--~ ~ HR Coordinator 10 25 2016

17. ADDRESS NO.&.STREEI' CITY COUNTY STATE ZIP CODE PHONB(AR.EACODB,NO.,.EXTENSION)

2301 Patriot Blvd Glenview Cook IL 60026 224 • 521 .. 8000

I I

I 1 !

I

I

I

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.

Page 51 of156

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 confonm 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 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).

Page 52 of 156

D0C#11

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 (www.nj.gov/dca/lqs/lfns/lfnmenu.shtml).

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, pdffile, 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 1 O 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 www.nj.gov/dca/lgs/p2p. 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) 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.

Page 53 of 156

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 1 O 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. • 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."

C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26

Page 54 of 156

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: I Anixter Inc. Address: I 2301 Patriot Blvd Citv: I r::· I State: IL I Zip: 60026

The undersigned being authorized to certify, hereby certifies that the submission provided herein represents c pliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instr ions c omi;i.anying this form.

Daniel E. Olguin Printed Name

Part II - Contribution Disclosure

Director of State and Local Title

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.

D Check here if disclosure is provided in electronic form.

Contributor Name Recipient Name Date Dollar Amount

No Contributions Made $

D Check here 1f the 1nformat1on 1s continued on subsequent page(s)

Page 55 of 156

Continuation Page

C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26

Page_of __ _

Vendor Name:

Contributor Name Recipient Name Date

D Check here 1f the 1nformat1on 1s continued on subsequent page(s)

Page 56 of156

Dollar Amount

$

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 Executive}

County Clerk Surrogate

Sheriff

Municipalities (Mayor and members of governing body, regardless of title):

USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM WWW.NJ.GOV/DCA/LGS/P2P A COUNTY-BASED,

CUSTOMIZABLE FORM.

Page 57 of 156

DOC#12 STOCKHOLDER DISCLOSURE CERTIFICATION

Name of Business:

l]I 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

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:

DPartnership mcorporation Dsole Proprietorship

a Limited Partnership a Limited Liability Corporation

a Subchapter S Corporation

a Limited Liability Partnership

Sign and notarize the form below, and, if necessary, complete the stockholder list below.

Stockholders:

Name: Anixter International Inc.

Home Address: 2301 Patriot Blvd

Glenview, IL 60026

Name:

Home Address:

Name:

Home Address:

Subscribed and sworn before me this ( (p day of

(',.(,',, -~ (Notary Public)

My Commission expires: ()1) 'j - 1 l\

NOTARY PUBLIC STATE OF ARIZONA

Maricopa County

CHRIS BARROTA My Commission Expires February 15, 2020

Page 58 of 156

Name:

Home Address:

Name:

Home Address:

Name:

Home Address: ,.,

,,----.., \' - .~

\ J ' ~ "' ·-(Affiant)c...,

0-t:HJ~I e.uL~ (Print name & title of affiant)

/Comorate Seal)

~ 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.

(Note: All information believed to be a trade secret or proprietary must be listed below. It is further understood that failure to identify such information, in strict accordance with the instructions below, will result in that information being considered public information and released, if requested under the Public Information Act.)

D We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act.

(Note: Offerer must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, Offerer must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s).

Date

Page 4 of 156