Loading...
HomeMy WebLinkAbout2019-193-3322 National Joint Powers Sourcewell Fleet Management Services RESOLUTION NO. 2019-193-3322 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE CITY MANAGER AND THE CITY CLERK TO RELY UPON THAT CERTAIN NATIONAL JOINT POWERS ALLIANCE A.K.A., SOURCEWELL, REQUEST FOR PROPOSALS FOR FLEET MANAGEMENT SERVICES, A COPY OF WHICH IS ATTACHED HERETO AS EXHIBIT "A", AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT AND ISSUE PURCHASE ORDERS ON AN AS-NEEDED BASIS NOT TO EXCEED THE ALLOCATED BUDGET; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has been looking to enhance its current vehicle replacement plan to run newer, low mileage vehicles and minimize higher repair expenditures, and WHEREAS, after analyzing our vehicles, fifty-seven percent (57%) of the fleet is over ten (10) years old, and WHEREAS, the agreement will provide a Full Maintenance Program with a fixed monthly rate including 24/7 roadside assistance, and WHEREAS, the National Joint Powers Alliance (NJPA) aka Sourcewell, lead cooperative purchasing organization competitively solicited Request For Proposal (RFP) Number 060618, for Fleet Management Services on April 26, 2018 with a closing date of June 7, 2018, and WHEREAS, proposals were publicly opened on June 7, 2018 and submittals were received from the following firms: Acme Auto Leasing, AutoFlex AFV, Inc. DBA Clean Cities Leasing, Automotive Rentals, Inc. (ARI), Commercial Vehicle Leasing, LP DBA D&M Leasing, Enterprise Fleet Management, and Merchants Fleet Management, and WHEREAS, the resulting contract was awarded to vendor, Enterprise Fleet Management effective July 24, 2018 to July 24, 2022, and Resolution No. 2019-193-3322 WHEREAS, City of Miami Gardens Procurement Code, Sec. 2-757 allows the City to purchase goods and services from other governmental agencies, and WHEREAS, the National Joint Powers Alliance (NJPA) is a public agency serving as a national municipal contracting agency established under the Service Cooperative statute by Minnesota Legislative Statute §123A.21 with the authority to develop and offer, among other services, cooperative procurement services to its membership. Eligible membership and participation includes states, cities, counties, and all government agencies, and WHEREAS, Staff recommends that the City Council approve the attached resolution authorizing the City Manager and the City Clerk to rely upon that certain National Joint Powers Alliance a.k.a., Sourcewell, request for proposals for Fleet Management Services, a copy of which is attached hereto as Exhibit "A", authorizing the City Manager to enter into an agreement and issue purchase orders on an as-needed basis not to exceed the allocated budget, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA AS FOLLOWS: Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas paragraphs are hereby ratified and confirmed as being true, and the same are hereby made a specific part of this Resolution. Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens hereby authorizes the City Manager and the City Clerk to rely upon that certain National Joint Powers Alliance a.k.a., Sourcewell, request for proposals for Fleet Management Services, a copy of which is attached hereto as Exhibit "A". The City further authorizes Page 2 of 3 Resolution No. 2019-193-3322 the City Manager to enter into an agreement and issue purchase orders on an as-needed basis not to exceed the allocated budget. Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately upon its final passage. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS AT ITS REGULAR MEETING HELD ON SEPTEMBER 11 , 2019. OLIVER GILBERT, III, MAYOR ATTEST: MARIO BATAILLE, CITY CL K PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY SPONSORED BY: CAMERON D. BENSON, CITY MANAGER Moved by: Councilman Williams Jr. Seconded by: Councilwoman Odom VOTE: 7-0 Mayor Oliver Gilbert, III X (Yes) (No) Vice Mayor Rodney Harris X (Yes) (No) Councilwoman Katrina Wilson X (Yes) (No) Councilman Erhabor Ighodaro, Ph.D. X (Yes) (No) Councilwoman Lillie Q. Odom X (Yes) (No) Councilman Reggie Leon X (Yes) (No) Councilman David Williams Jr X (Yes) (No) Page 3 of 3 Agenda Item #11.17 Docuftn Envelope ID:3588p5A0.DA8340FG9379-13E201SC388E;: LOOM L CONTRACT ACCEPTANCE AND AWARD ���GO`ER}{MENi�NpfpG�� W o y Sou rcewel! F.—"MP`s (Top portion of this form wilt be completed by Sourcewell if the vendor is awarded a contract.The vendor should complete the vendor authorized signatures as part of the RFP response.) Sourcewell Contract#060618-EFM Proposer's full legal name:Enterprise Fleet Manogement,1,14,, /* f-L.7-i e Based on Sourcewell's evaluation of your proposal,you have been awarded a contract.As an awarded vendor,you agree to provide the products and services contained In your proposd and to meet all of the terms and conditions set forth In this RFP,in any amendments to this RFP,and In any exceptions that are accepted by Sourcewell. The effective date of the Contract will be July 24, 2018 and will expire on July 24, 2022 (no later than the later of four years from the expiration dote of the currently awarded contract or four years from the date that the Sourcewell Chief Procurement Officer awards the Contract).This Contract may be extended for a fifth year at Sourcewell's discretion. .uuj� ll Authorized Signatures: [f.Ytint� S6G.UIQYr'''� Jeremy Schwartz S'BUw�`Lt?IREGTOR OFCOOPERATtVE CONTRACTS )NAME PRINTED OR TYPED) 4I(,PR�REMENT/CPOSGNATURE [ L Chad Coquette SOURCEWELL EXECUTIVE DIRECTOR/CEO SIGNATURE (NAME PRINTED OR TYPED) Awarded on 07/23/2018 Sourcewell Contract#060618-EFM Vendor Authorized Signatures: The Vendor hereby accepts this Contract award,Including all accepted exceptions and amend ents. ld Vendor Name Frt Authorized Slgn s T a .i VENA A ORIZEDSIGAi (NAME PRINTED OR TYPED) Executed on Al 1C1420 Sourcewell Contract#06061 B-EFM ,77 41 Page 243 of 386 Agenda Item #11.17 G�ENNMEly1 S ,a PqV N s JPA z r° National Joint Powers Alliance® REQUEST FOR PROPOSAL for the procurement of FLEET MANAGEMENT SERVICES RFP Opening JUNE 7, 2018 8:30 a.m. Central Time At the offices of the National Joint Powers Alliance® 202 12a' Street Northeast, Staples,MN 56479 RFP #060618 The National Joint Powers Alliance®(NJPA),on behalf of NJPA and its current and potential member agencies,which includes all governmental,higher education,K-12 education,not-for-profit,tribal government, and all other public agencies located in all fifty states,Canada,and internationally, issues this Request For Proposal(RFP)to result in a national contract solution for the procurement of#060618 FLEET MANAGEMENT SERVICES.Details of this RFP are available beginning April 26,2018.Details may be obtained by letter of request to James Voelker,NJPA,202 12th Street Northeast,P.O.Box 219, Staples,MN 56479,or by e-mail at RFP@njpacoop.org.Proposals will be received until June 6, 2018 at 4:30 p.m. Central Time at the above address and opened June 7,2018 at 8:30 a.m.Central Time. RFP Timeline April 26,2018 Publication of RFP in the print and online version of USA Today,in the print and online version of the Salt Lake News within the State of Utah, in the print and online version of the Daily Journal of Commerce within the State of Oregon(note: OR entities this pertains to: hqp://www.nipacoop.org/oreizon-advertising and also RFP Appendix B),in the print and online version of The State within the State of South Carolina,the NJPA website,MERX, PublicPurchase.com,Biddingo,and Onvia. May 16,2018 Pre-Proposal Conference(the webcast/conference call).The connection information will be sent to 10:00 a.m.CT all inquirers two business days before the conference. May 30,2018 Deadline for RFP questions. June 6,2018 Deadline for Submission of Proposals.Late responses will be returned unopened. 4:30 p.m.CT June 7,2018 Public Opening of Proposals. 8:30 a.m.CT Direct questions regarding this RFP to:James Voelker at james.voelker(a)nipacoop.org or(218) 895-4191. 1 Page 244 of 386 Agenda Item #11.17 TABLE OF CONTENTS 1. DEFINITIONS E. Cost Comparison A. Contract F. Marketing Plan B. Proposer G. Certificate Of Insurance C. Sourced Good of Open Market Item H. Order Process and/or Funds Flow D. Vendor I. Administrative Fees J. Value Added 2. ADVERTISEMENT OF RFP K. Waiver of Formalities 3. INTRODUCTION 7. POST AWARD OPERATING ISSUES A. About NJPA A. Subsequent Agreements B. Joint Exercise of Powers Laws B. NJPA Member Sign-up Procedure C. Why Respond to a National Cooperative C. Reporting of Sales Activity Procurement Contract D. Audits D. The Intent of This RFP E. Hub Partner E. Scope of This RFP F. Trade-Ins F. Expectations for Equipment/Products G. Out of Stock Notification and Services Being Proposed H. Termination of a Contract resulting from G. Solutions Based Solicitation this RFP 4. INSTRUCTIONS FOR PREPARING YOUR 8. GENERAL TERMS AND CONDIITONS PROPOSAL A. Advertising a Contract Resulting From A. Inquiry Period This RFP B. Pre-Proposal Conference B. Applicable Law C. Identification of Key Personnel C. Assignment of Contract D. Proposer's Exceptions to Terms and D. List of Proposers Conditions E. Captions,Headings,and Illustrations E. Proposal Format F. Data Practices F. Questions&Answers About This RFP G. Entire Agreement G. Modification or Withdrawal of a H. Force Majeure Submitted Proposal I. Licenses H. Proposal Opening Procedure J. Material Suppliers and Sub-Contractors I. NJPA's Rights Reserved K. Non-Wavier of Rights 5. PRICING L. Protests of Awards Made M. Suspension or Disbarment Status A. Line-Item Pricing B. Percentage Discount From Catalog or N. Affirmative Action and Immigration Status Certification Category C. Cost Plus a Percentage of Cost O. Severability D. Hot List Pricing P. Relationship of Parties E. Ceiling Price Q. Provisions for Non-Federal Entity Procurements under Federal Awards or F. Volume Price Discounts/ Other Awards Additional Quantities G. Total Cost of Acquisition 9. FORMS H. Sourced Equipment/Products/ Open Market Items 10. PRE-SUBMISSION CHECKLIST I. Price and Product Changes J. Payment Terms 11. PRICE&PRODUCT CHANGE REQUEST FORM K. Sales Tax 12. APPENDIX A L. Shipping 13. APPENDIX B - HI, ID, OR, SC, UT, WA Political 6. EVALUATION OF PROPOSALS Subdivisions(SEPARATE ATTACHMENT) A. Proposal Evaluation Process 14. APPENDIX C - VA Political Subdivisions B. Proposer Responsiveness (SEPARATE ATTACHMENT) 15. APPENDIX D - Required FEMA Terms and C. Proposal Evaluation Criteria Conditions Certification D. Other Consideration 2 Page 245 of 386 Agenda Item #11.17 1 DEFINITIONS A. CONTRACT Contract means this RFP, current pricing information, fully executed Forms C, D, F, & P from the Proposer's response pursuant to this RFP, and a fully executed Form E ("Acceptance and Award") with final terms and conditions.Form E will be executed after a formal award and will provide final clarification of terms and conditions of the award. & PROPOSER A Proposer is a company, person, or entity delivering a timely response to this RFP. This RFP may also use the terms"respondent"or"proposed Vendor,"which is interchangeable with Proposer as the context allows. C. SOURCED GOOD or OPEN MARKET ITEM A Sourced Good or Open Market Item is a product within the RFP's scope 1)that is not currently available under the Vendor's NJPA contract,2)that a member wants to buy under contract from an awarded Vendor, and 3)that is generally deemed incidental to the total transaction or purchase of contract items. D.VENDOR A Proposer whose response has been awarded a contract pursuant to this RFP. Page 246 of 386 Agenda Item #11.17 2 ADVERTISEMENT OF RFP 2_1 NJPA advertises this solicitation: 1) in the hard copy print and online editions of the USA Today; 2) once each in Oregon's Daily Journal of Commerce, South Carolina's The State and Utah's Salt Lake Tribune; 3)on NJPA's website; and 4)on other third-party websites deemed appropriate by NJPA. Other third-party advertisers may include Onvia,PublicPurchase.com,MERX,and Biddingo. 2_2 NJPA also notifies and provides solicitation documentation to each state-level procurement departments for possible re-posting of the solicitation within their systems and at their option for future use and to meet specific state requirements. 3 LNTRODU('TION A. ABOUT NJPA 3_1 The National Joint Powers Alliance®(NJPA)is a public agency serving as a national municipal contracting agency established under the Service Cooperative statute by Minnesota Legislative Statute §123A.21 with the authority to develop and offer,among other services,cooperative procurement services to its membership. Eligible membership and participation includes states, cities, counties, all government agencies, both public and non-public educational agencies, colleges, universities and non-profit organizations. 3_2 Under the authority of Minnesota state laws and enabling legislation,NJPA facilitates a competitive solicitation and contracting process on behalf of the needs of itself and the needs of current and potential member agencies nationally. This process results in national procurement contracts with various Vendors of products/equipment and services which NJPA Member agencies desire to procure. These procurement contracts are created in compliance with applicable Minnesota Municipal Contracting Laws. A complete listing of NJPA cooperative procurement contracts can be found at www.nipacoop.org. 3_3 NJPA is a public agency governed by publicly elected officials that serve as the NJPA Board of Directors. NJPA's Board of Directors oversees and authorizes the calls for all new proposals and holds those resulting Contracts for the benefit of its own and its Members use. 3_4 NJPA currently serves over 50,000 member agencies nationally. Both membership and utilization of NJPA contracts continue to expand, due in part to the increasing acceptance of Cooperative Purchasing throughout the government and education communities nationally. B.JOINT EXERCISE OF POWERS LAWS 3_5 NJPA cooperatively shares those contracts with its Members nationwide through various Joint Exercise of Powers Laws or Cooperative Purchasing Statutes established in Minnesota, other states and Canadian provinces. The Minnesota Joint Exercise of Powers Law is Minnesota Statute §471.59 which states"Two or more governmental units...may jointly or cooperatively exercise any power common to the contracting parties..." This Minnesota Statute allows NJPA to serve Member agencies located in all other states. Municipal agencies nationally can participate in cooperative purchasing activities under their own state law. These laws can be found on our website at hgp://www.nipacoop.orgJnational-cooperative-contract- solutions/legal-authority/. 3.5.1 For Members within the Commonwealth of Virginia, this RFP is intended to be a "joint procurement agreement" as described in Vir. Code § 2.2-4304(A), and those Virginia Members identified in Appendix C may agree to be a Joint Purchaser under this RFP. 3.5.2 For Members within Canada,this RFP is intended to include municipalities and publicly- funded academic institutions, schools boards, health authorities, and social services (MASH 4 Page 247 of 386 Agenda Item #11.17 sectors). In addition this RFP is intended to include current and potential Members of the Rural Municipalities of Alberta(RMA),and their represented Associations(SARM,SUMA and AMM). C. WHY RESPOND TO A NATIONAL COOPERATIVE PROCUREMENT CONTRACT 3_6 National Cooperative Procurement Contracts create value for Municipal and Public Agencies,as well as for Vendors of products/equipment and services in a variety of ways: 3.6.1 National cooperative contracts potentially save time and effort for municipal and public agencies,who otherwise would have to solicit vendor responses to individual RFPs, resulting in individual contracts,to meet the procurement needs of their respective agencies.Considerable time and effort is also potentially saved by the Vendors who would have had to otherwise respond to each of those individual RFPs.A single,nationally advertised RFP,resulting in a single,national cooperative contract can potentially replace thousands of individual RFPs for the same equipment/products/services that might have been otherwise advertised by individual NJPA member agencies. 3.6.2 NJPA contracts offer our Members nationally leveraged volume purchasing discounts. Our contract terms and conditions offer the opportunity for Vendors to recognize individual member procurement volume commitment through additional volume based contract discounts. 3_7 State laws that permit or encourage cooperative purchasing contracts do so with the belief that cooperative efficiencies will result in lower prices,better overall value,and considerable time savings. 3_8 The collective purchasing power of thousands of NJPA Member agencies nationwide offers the opportunity for volume pricing discounts. Although no sales or sales volume is guaranteed by an NJPA Contract resulting from this RFP, substantial volume is anticipated and volume pricing is requested and justified. 3_9 NJPA and its Members desire the best value for their procurement dollar as well as a competitive price. Vendors have the opportunity to display and highlight value-added attributes of their company, equipment/products and services without constraints of a typical individual proposal process. D. THE INTENT OF THIS RFP 3.10. National contract awarded by NJPA: NJPA seeks the most responsive and responsible Vendor relationship(s)to reflect the best interests of NJPA and its Member agencies.Through a competitive proposal and evaluation process,the NJPA Proposal Evaluation Committee recommends vendors for a national contract awarded by the action of the NJPA Chief Procurement Officer. NJPA's primary intent is to establish and provide a national cooperative procurement contract that offer opportunities for NJPA and our current and potential Member agencies throughout the United States and Canada to procure quality product/equipment and services as desired and needed.The contracts will be marketed nationally through a cooperative effort between the awarded vendor(s)and NJPA. Contracts are expected to offer price levels reflective of the potential and collective volume of NJPA and the nationally established NJPA membership base. 3.11 Beyond our primary intent,NJPA further desires to: 3.11.1 Award a four-year contract with a fifth-year contract option resulting from this RFP.Any fifth-year extension is exercised at NJPA's discretion and results from NJPA's contracting needs or from Member requests;this extension is not intended merely to accommodate an awarded Vendor's request.If NJPA grants a fifth-year extension,it may also terminate the contract(or cause it to expire)within the fifth year if the extended contract is replaced by 5 Page 248 of 386 Agenda Item #11.17 a resolicited or newly solicited contract. In exigent circumstances, NJPA may petition NJPA's Board of Directors to extend the contract term beyond five years.This rarely used procedure should be employed only to avoid a gap in contract coverage while a replacement contract is being solicited; 3.11.2 Offer and apply any applicable technological advances throughout the term of a contract resulting from this RFP; 3.113 Deliver "Value Added" aspects of the company, equipment/products and services as defined in the"Proposer's Response"; 3.11.4 Deliver a wide spectrum of solutions to meet the needs and requirements of NJPA and NJPA Member agencies;and 3.11.5 Award an exclusive contract to the most responsive and responsible vendor when it is deemed to be in the best interest of NJPA and the NJPA Member agencies. 3.12 Exclusive or Multiple Awards:Based on the scope of this RFP and on the responses received,NJPA may award either an exclusive contract or multiple contracts. In some circumstances, a single national supplier may best meet the needs of NJPA Members; in other situations, multiple vendors may be in the best interests of NJPA and the NJPA Members and preferred by NJPA to provide the widest array of solutions to meet the member agency's needs.NJPA retains sole discretion to determine which approach is in the best interests of NJPA Member agencies. 3.13 Non-Manufacturer Awards: NJPA reserves the right to make an award under this RFP to a non- manufacturer or dealer/distributor if such action is in the best interests of NJPA and its Members. 3.14 Manufacturer as a Proposer:If the Proposer is a manufacturer or wholesale distributor,the response received will be evaluated on the basis of a response made in conjunction with that manufacturer's authorized dealer network. Unless stated otherwise, a manufacturer or wholesale distributor Proposer is assumed to have a documented relationship with their dealer network where that dealer network is informed of,and authorized to accept,purchase orders pursuant to any Contract resulting from this RFP on behalf of the manufacturer or wholesale distributor Proposer.Any such dealer will be considered a sub-contractor of the ProposerNendor. The relationship between the manufacturer and wholesale distributor Proposer and its dealer network may be proposed at the time of the submission if that fact is properly identified. 3.15 Dealer/Reseller as a Proposer: If the Proposer is a dealer or reseller of the products and/or services being proposed, the response will be evaluated based on the Proposer's authorization to provide those products and services from their manufacturer. When requested by NJPA,Proposers must document their authority to offer those products and/or services. E. SCOPE OF THIS RFP 3.16 Scope: The scope of this RFP is to award a contract to a qualifying vendor defined as a manufacturer,provider,or dealer/distributor,established as a Proposer,and deemed responsive and responsible through our open and competitive proposal process. Vendors will be awarded contracts based on the proposal and responders demonstrated ability to meet the expectations of the RFP and demonstrate the overall highest valued solutions which meet and/or exceed the current and future needs and requirements of NJPA and its Member agencies nationally within the scope of FLEET MANAGEMENT SERVICES.Respondents must be able to provide on-road assets through leasing options. 3.17 Additional Scope Definitions:In addition to FLEET MANAGEMENT SERVICES,this solicitation should be read to include,but not to be limited to: 6 Page 249 of 386 Agenda Item #11.17 3.17.1 Fleet Management Services covering the acquisition(by lease or financing)of a wide range of on-road vehicle types spanning all weight classes and vehicle classifications including,but not limited to: 1. Conventional internal combustion vehicles; 2. Battery electric vehicles; 3.Plug-in hybrid vehicles; 4. EPA-(or CARB-)certified,OEM-approved(e.g. QVM,SVM)natural gas vehicles(dedicated or bi-fuel); 5. EPA-(or CARB-)certified,OEM-approved(e.g.QVM, SVM) propane autogas vehicles(dedicated or bi-fuel); 6.Flex fuel vehicles; 7.Other on-road vehicle assets; 3.17.1.1 New vehicle service and preparation for the above vehicles(e.g. safety inspection,installation of all parts,fluid level and tire pressure service,charge EV battery if applicable,apply vehicle markings). 3.17.1.2 The provision of preventative maintenance plans, maintenance and repairs in accordance with OEM recommendations,meeting allowable downtime standards. 3.17.2 NJPA reserves the right to limit the scope of this solicitation for NJPA,current and potential NJPA member agencies. 3.17.2.1 All related solutions must be complementary to a Proposer's offering of FLEET MANAGEMENT SERVICES and the activities described in Section 3.17.1 above. Examples may include,but are not limited to:: 1. Short-term rental programs; 2.Upfitting of after-market products; 3.Fleet management information technologies:telematics, fleet monitoring,fuel management,fuel tank management and motorpool/fleet sharing software and systems; 4. Roadside assistance including towing,emergency charging, mechanical repair and other repairs necessary to return vehicles and equipment to safe operation; 5. Installation,operation and maintenance of dedicated charging and fueling stations; 6.Battery longevity monitoring and replacement plans 3.18 Overlap of Scope: When considering equipment/products/services, or groups of equipment/ products/services submitted as a part of your response, and whether inclusion of such will fall within a "Scope of Proposal,"please consider the validity of an inverse statement. 3.18.1 For example, pencils and post-it-notes can generally be classified as office supplies and office supplies generally include pencils and post-it-notes. 3.18.2 In contrast, computers(PCs and peripherals) can generally be considered office supplies; however, the scope of office supplies does not generally include computer servers and infrastructure. 3.183 In conclusion: With this in mind, individual products and services must be examined individually by NJPA, from time to time and in its sole discretion, to determine their compliance and fall within the original"Scope"as intended by NJPA. 7 Page 250 of 386 Agenda Item #11.17 3.19 Best and Most Responsive—Responsible Proposer: It is the intent of NJPA to award a Contract to the best and most responsible and responsive Proposer(s)offering the best overall quality and selection of equipment/products and services meeting the commonly requested specifications of the NJPA and NJPA Members, provided the Proposer's Response has been submitted in accordance with the requirements of this RFP. Qualifying Proposers who are able to anticipate the current and future needs and requirements of NJPA and NJPA member agencies; demonstrate the knowledge of any and all applicable industry standards,laws and regulations;and possess the willingness and ability to distribute,market to and service NJPA Members in all 50 states are preferred. NJPA requests proposers submit their entire product line as it applies and relates to the scope of this RFP. 3.20 Sealed Proposals: NJPA will receive sealed proposal responses to this RFP in accordance with accepted standards set forth in the Minnesota Procurement Code and Uniform Municipal Contracting Law. Awards may be made to responsible and responsive Proposers whose proposals are determined in writing to be the most advantageous to NJPA and its current or qualifying future NJPA Member agencies. 3.21 Use of Contract:Any Contract resulting from this solicitation shall be awarded with the understanding that it is for the sole convenience of NJPA and its Members. NJPA and/or its members reserve the right to obtain like equipment/products and services solely from this contract or from another contract source of their choice or from a contract resulting from their own procurement process. 3.22 Awarded Vendor's interest in a contract resulting from this RFP: Awarded Vendors will be able to offer to NJPA, and current and potential NJPA Members, only those products/equipment and services specifically awarded on their NJPA Awarded Contract(s). Awarded Vendors may not offer as "contract compliant,"products/equipment and services which are not specifically identified and priced in their NJPA Awarded Contract. 3.23 Sole Source of Responsibility-NJPA desires a"Sole Source of Responsibility"Vendor. This means that the Vendor will take sole responsibility for the performance of delivered equipment/products/services. NJPA also desires sole responsibility with regard to: 3.23.1 Scope of Equipment/Products/Services:NJPA desires a provider for the broadest possible scope of products/equipment and services being proposed over the largest possible geographic area and to the largest possible cross-section of NJPA current and potential Members. 3.23.2 Vendor use of sub-contractors in sourcing or delivering equipment/product/services: NJPA desires a single source of responsibility for equipment/products and services proposed. Proposers are assumed to have sub-contractor relationships with all organizations and individuals whom are external to the Proposer and are involved in providing or delivering the equipment/products/services being proposed. Vendor assumes all responsibility for the equipment/products/services and actions of any such Sub-Contractor.Suggested Solutions Options include: 3.233 Multiple solutions to the needs of NJPA and NJPA Members are possible. Examples could include: 3.233.1 Equipment/Products Only Solution:Equipment/Products Only Solution may be appropriate for situations where NJPA or NJPA Members possess the ability, either in- house or through local third party contractors, to properly install and bring to operation those equipment/products being proposed. 3.233.2 Turn-Key Solutions: A Tum-Key Solution is a combination of equipment/products and services that provides a single price for equipment/products, delivery,and installation to a properly operating status.Generally this is the most desirable solution because NJPA and NJPA Members may not possess, or desire to engage, 8 Page 251 of 386 Agenda Item #11.17 personnel with the necessary expertise to complete these tasks internally or through other independent contractors 3.23.3.3 Good, Better, Best: Where appropriate and properly identified, Proposers may offer the choice"of good,better,best"multiple-grade solutions to meet NJPA Members' needs. 3.233.4 Proven — Accepted — Leading-Edge Technology: Where appropriate and properly identified, Proposers may provide a spectrum of technology solutions to complement or enhance the proposed solutions to meet NJPA Members'needs. 3.23.4 If applicable, Contracts will be awarded to Proposer(s)able to deliver a proposal meeting the entire needs of NJPA and its Members within the scope of this RFP. NJPA prefers Proposers submit their complete product line of products and services described in the scope of this RFP. NJPA reserves the right to reject individual, or groupings of specific equipment/products and services proposals as a part of the award. 3.24 Geographic Area to be Proposed: This RFP invites proposals to provide FLEET MANAGEMENT SERVICES to NJPA and NJPA Members throughout the entire United States and possibly internationally. Proposers will be expected to express willingness to explore service to NJPA Members located abroad; however the lack of ability to serve Members outside of the United States will not be cause for non-award. The ability and willingness to serve Canada,for instance,will be viewed as a value-added attribute. 3.25 Contract Term: At NJPA's option,a Contract resulting from this RFP will become effective either on the date awarded by the NJPA Board of Directors or on the day following the expiration date of an existing NJPA procurement contract for the same or similar product/equipment and services. 3.25.1 NJPA is seeking a Contract base term of four years as allowed by Minnesota Contracting Law. Full term is expected. However, one additional one-year renewal/extension may be offered by NJPA to Vendor beyond the original four year term if NJPA deems such action to be in the best interests of NJPA and its Members.NJPA reserves the right to conduct periodic business reviews throughout the term of the contract. 3.26 Minimum Contract Value: NJPA anticipates considerable activity resulting from this RFP and subsequent award; however, no commitment of any kind is made concerning actual quantities to be acquired. NJPA does not guarantee usage. Usage will depend on the actual needs of the NJPA Members and the value of the awarded contract. 3.27 [This section is intentionally blank.] 3.28 Contract Availability: This Contract must be available to all current and potential NJPA Members who choose to utilize this NJPA Contract to include all governmental and public agencies, public and private primary and secondary education agencies,and all non-profit organizations nationally. 3.28.1 With respect to Members within the Commonwealth of Virginia, this RFP is intended to be a"joint procurement agreement" as described in Vir. Code § 2.24304(A), and those Virginia Members identified in Appendix C must be allowed to use this Contract as a Joint Purchaser. 3.28.2 For Members within Canada,this RFP is intended to include municipalities and publicly- funded academic institutions, schools boards, health authorities, and social services (MASH sectors). In addition this RFP is intended to include current and potential Members of the Rural Municipalities of Alberta(RMA),and their represented Associations(SARM,SUMA and AMM). 9 Page 252 of 386 Agenda Item #11.17 3.29 Proposer's Commitment Period: In order to allow NJPA the opportunity to evaluate each proposal thoroughly, NJPA requires any response to this solicitation be valid and irrevocable for ninety(90) days after the date proposals are opened. F. EXPECTATIONS FOR EQUIPMENT/PRODUCTS AND SERVICES BEING PROPOSED 3.30 Industry Standards: Except as contained herein, the specifications or solutions for this RFP shall be those accepted guidelines set forth by the FLEET MANAGEMENT SERVICES industry,as they are generally understood and accepted within that industry across the nation. Submitted products/equipment, related services and accessories, and their warranties and assurances are required to meet and/or exceed all current,traditional and anticipated standards,needs,expectations,and requirements of NJPA and its Members. 3.30.1 Deviations from industry standards must be identified by the Proposer and explained how, in their opinion, the equipment/products and services they propose will render equivalent functionality,coverage,performance, and/or related services. Failure to detail all such deviations may comprise sufficient grounds for rejection of the entire proposal. 330.2 Technical Descriptions/Specifications.Excessive technical descriptions and specifications that unduly enlarge the proposal response may cause NJPA to reduce the evaluation points awarded on Form G. Proposers must supply sufficient information to: 330.2.1 demonstrate the Proposer's knowledge of industry standards and Member agency needs and expectations; 3.30.2.2 Identify the equipment/products and services being proposed as applicable to the needs and expectations of NJPA Member agencies;and 3.30.2.3 differentiate equipment/products and services from other industry manufacturers and providers. 3.31 New Current Model Equipment/Products: Proposals submitted shall be for new, current model equipment/products and services with the exception of certain close-out products allowed to be offered on the Proposer's"Hot List"described herein. 3.32 Compliance with laws and standards: All items supplied on this Contract shall comply with any current applicable safety or regulatory standards or codes. 3.33 Delivered and operational: Products/equipment offered herein are to be proposed based upon being delivered and operational at the NJPA Member's site. Exceptions to "delivered and operational"must be clearly disclosed in the"Total Cost of Acquisition"section of the proposal. 3.34 Warranty:The Proposer warrants that all products,equipment,supplies,and services delivered under this Contract shall be covered by the industry standard or better warranty. All products and equipment should carry a minimum industry standard manufacturer's warranty that includes materials and labor. The Proposer has the primary responsibility to submit product specific warranty as required and accepted by industry standards. Dealer/Distributors agree to assist the purchaser in reaching a solution in a dispute over warranty's terms with the manufacturer. Any manufacturer's warranty that is effective past the expiration of the warranty will be passed on to the NJPA member. Failure to submit a minimum warranty may result in non-award. 3.35 Additional Warrants: The Proposer warrants that all products/equipment and related services furnished hereunder will be free from liens and encumbrances; defects in design, materials, and workmanship; and will conform in all respects to the terms of this RFP including any specifications or 10 Page 253 of 386 Agenda Item #11.17 standards. In addition, ProposerNendor warrants the products/equipment and related services are suitable for and will perform in accordance with the ordinary use for which they are intended. G. SOLUTIONS-BASED SOLICITATION 3.36 The NJPA solicitation and contract award process is not based on detailed specifications. Instead,this RFP is a"Solutions-Based Solicitation." NJPA expects respondents to understand and anticipate the current and future needs of NJPA and its members—within the scope of this RFP—and to propose solutions that are commonly desired or required by law or industry standards. Proposal will be evaluated in part on your demonstrated ability to meet or exceed the needs and requirements of NJPA and our member agencies within the defined scope of this RFP. 3.37 While NJPA does not typically provide product and service specifications,the RFP may contain scope refinements and industry-specific questions. Where specific items are specified, those items should be considered the minimum required,which the proposal can exceed in order to meet Members'needs.NJPA may award all of the respondent's proposal or may limit the award to a subset of the proposal. 3 INSTRUCTIONS FOR PREPARING YOUR PROPOSAL A.INQUIRY PERIOD 4_1 The inquiry period begins on the date of first advertisement and continues until to the Deadline for Submission." RFP packages will be distributed to potential Vendors during the inquiry period. B. PRE-PROPOSAL CONFERENCE 4_2 A pre-proposal conference will be held at the date and time specified in the timeline on page one of this RFP.Conference information will be sent to all potential Proposers,and attendance is optional.The purpose of this conference is to allow potential Proposers to ask questions regarding this RFP and NJPA's competitive contracting process. Only answers issued in writing by NJPA to questions asked before or during the pre-proposal conference are binding on the parties to an awarded contract. C. IDENTIFICATION OF KEY PERSONNEL 4_3 Awarded Vendors will designate one senior staff member to represent the Vendor to NJPA. This contact person will correspond with members for technical assistance, questions, or concerns that may arise, including instructions regarding different contacts for different geographical areas or product lines. 4_4 These designated individuals should also act as the primary contact for marketing,sales,and any other area deemed essential by the Proposer and NJPA. D. PROPOSER'S EXCEPTIONS TO TERMS AND CONDITIONS 4_5 Any exceptions,deviations,or contingencies regarding this RFP that a Proposer requests must be documented on Form C,Exceptions To Proposal,Terms,Conditions And Solutions Request. 4_6 Exceptions,deviations or contingencies requested in the Proposer's response,while possibly necessary in the view of the Proposer,may result in lower scoring or disqualification of a proposal. E. PROPOSAL FORMAT 4_7 All Proposers must examine the entire RFP package to seek clarification of any item or requirement that may not be clear and to check all responses for accuracy before submitting a proposal. 11 Page 254 of 386 Agenda Item #11.17 4_8 All proposals must be properly labeled and sent to"The National Joint Powers Alliance,202 12th Street NE Staples,MN 56479." 4_9 All proposals must be physically delivered to NJPA at the above address with all required hard copy documents and signature forms/pages inserted as loose pages at the front of the Vendor's response. The proposal must include these items. 4.9.1 Hard copy original of completed, signed, and dated Forms C, D,F;hard copy of the signed signature-page only from Forms A and P from this RFP; 4.9.2 Signed hard copies of all addenda issued for the RFP; 4.93 Hard copy of Certificate of Insurance verifying the coverage identified in this RFP;and 4.9.4 A complete copy of your response on a flash drive (or other approved electronic means). The electronic copy must contain completed Forms A,B,C,D,F,and P,your statement of products and pricing(including apparent discount),and all appropriate attachments. In order to ensure that your full response is evaluated,you must provide an electronic version of any material that you provide in a hard copy format. As a public agency, NJPA's proposals, responses, and awarded contracts are a matter of public record,except for such data that is classified as nonpublic.Accordingly,public data is available for review through a properly submitted public records request.To redact nonpublic information from your proposal (under Minnesota Statute §13.37), you must make your request within thirty (30) days of the contract award or non-award date. 4.10 All Proposal forms must be submitted in English and must be legible. All appropriate forms must be executed by an authorized signatory of the Proposer.Blue ink is preferred for signatures. 4.11 Proposal submissions should be submitted using the electronic forms provided. Proposers that use alternative documents are responsible for ensuring that the content is substantially similar to the NJPA form and that the document is readable by NJPA. 4.12 The Proposer must ensure that the proposal is in the physical possession of NJPA before the submission deadline. 4.12.1 Proposals must be submitted in a sealed envelope or box properly addressed to NJPA and prominently identifying the proposal number, proposal category name, the message "Hold for Proposal Opening," and the deadline for proposal submission. NJPA is not responsible for untimely proposals. Proposals received by the deadline for proposal submission will be opened and the name of each Proposer and other appropriate information will be publicly read. 4.13 Proposers are responsible for checking directly with the NJPA website for any addendums to this RFP. Addendums to this RFP can change the terms and conditions of the RFP,including the proposal submission deadline. F. QUESTIONS AND ANSWERS ABOUT THIS RFP 4.14 Upon examination of this RFP document, Proposer should promptly notify NJPA of any ambiguity, inconsistency, or error they may discover. Interpretations, corrections, and changes to this RFP will be considered by NJPA through a written addendum. Interpretations,corrections,or changes that are made in any other manner are not binding,and Proposers must not rely on them. 4.15 Submit all questions about this RFP, in writing,referencing FLEET MANAGEMENT SERVICES to James Voelker at NJPA 202 12th Street NE, Staples,MN 56479 or to RFP@njpacoop.org. You may also 12 Page 255 of 386 Agenda Item #11.17 call James Voelker at(218) 895-4191. NJPA urges potential Proposers to communicate all concerns well in advance of the submission deadline to avoid misunderstandings. Questions received within seven (7) days before the submission deadline generally cannot be answered. NJPA may, however, field purely procedural questions, questions about NJPA-issued addenda, or questions involving a Proposer withdrawing its response before the RFP submission deadline. 4.16 If NJPA deems that its answer to a question has a material impact on other potential Proposers or on the RFP itself,NJPA will create an addendum to this RFP. 4.17 If NJPA deems that its answer to a question merely clarifies the existing terms and conditions and does not have a material impact on other potential Proposers or the RFP itself,no fiuther documentation of that question is required. 4.18 Addenda are written instruments issued by NJPA that modify or interpret the RFP. All addenda issued by NJPA become a part of the RFP. Addenda will be delivered to all Potential Proposers using the same method of delivery of the original RFP material. NJPA accepts no liability in connection with the delivery of any addenda. Copies of addenda will also be made available on the NJPA website at www.nipacoop.org (under"Current and Pending Solicitations")and from the NJPA offices. All Proposers must acknowledge their receipt of all addenda in their proposal response. 4.19 Any amendment to a submitted proposal must be in writing and must be delivered to NJPA by the RFP submission deadline. 4.20 through 4.21 [These sections are intentionally blank.] G.MODIFICATION OR WITHDRAWAL OF A SUBMITTED PROPOSAL 4.22 A submitted proposal must not be modified,withdrawn,or cancelled by the Proposer for a period of ninety (90) days following the date proposals were opened. Before the deadline for submission of proposals, any proposal submitted may be modified or withdrawn by notice to the NJPA Procurement Manager. Such notice must be submitted in writing and must include the signature of the Proposer. The notice must be delivered to NJPA before the deadline for submission of proposals and must be so worded as not to reveal the content of the original proposal. The original proposal will not be physically returned to the potential Proposer until after the official proposal opening. Withdrawn proposals may be resubmitted up to the time designated for the receipt of the proposals if they fully conform with the proposal instructions. H. PROPOSAL OPENING PROCEDURE 4.23 Sealed and properly identified responses for this RFP entitled FLEET MANAGEMENT SERVICES will be received by Chris Robinson,Procurement Manager,at NJPA Offices,202 12th Street NE,Staples, MN 56479 until the deadline identified on page one of this RFP. All Proposal responses must be submitted in a sealed package.The outside of the package must plainly identify FLEET MANAGEMENT SERVICES and the RFP number.To avoid premature opening,the Proposer must label the Proposal response properly. NJPA documents the receipt of proposals by immediately time-and date-stamping them.At the time of the public opening, the NJPA Director of Procurement or a representative from the NJPA Proposal Evaluation Committee will read the Proposer's names aloud and will determine whether each submission has met Level-1 responsiveness. I. NJPA'S RIGHTS RESERVED 4.24 NJPA may exercise the following rights with regard to the RFP. 4.24.1 Reject any and all proposals received in response to this RFP; 13 Page 256 of 386 Agenda Item #11.17 4.24.2 Disqualify any Proposer whose conduct or proposal fails to conform to the requirements of this RFP; 4.243 Duplicate without limitation all materials submitted for purposes of RFP evaluation, and duplicate all public information in response to data requests regarding the proposal; 4.24.4 Consider and accept for evaluation a late modification of a proposal if 1)the proposal itself was submitted on time, 2) the modifications were requested by NJPA, and 3) the modifications make the terms of the proposal more favorable to NJPA or its members; 4.24.5 Waive any non-material deviations from the requirements and procedures of this RFP; 4.24.6 Extend the Contract,in increments determined by NJPA,not to exceed a total Contract term of five years; 4.24.7 Cancel the Request for Proposal at any time and for any reason with no cost or penalty to NJPA; 4.24.8 Correct or amend the RFP at any time with no cost or penalty to NJPA. If NJPA corrects or amends any segment of the RFP after submission of proposals and before the announcement of the awarded Vendor, all proposers will be afforded a reasonable opportunity to revise their proposals in order to accommodate the RFP amendment and the new submission dates.NJPA will not be liable for any errors in the RFP or other responses related to the RFP;and 4.24.9 Extend proposal due dates. 5 PRICING 5_1 NJPA requests that potential Proposers respond to this RFP only if they are able to offer a wide array of products and services at lower prices and with better value than what they would ordinarily offer to a single government agency,a school district,or a regional cooperative. 5_2 This RFP requests pricing for an indefinite quantity of products or related services with potential national sales distribution and service.While most RFP categories represent significant sales opportunities, NJPA makes no guarantees about the quantity of products or services that members will purchase. The estimated annual value of this contract is$20 Million. Vendors are expected to anticipate additional volume through potential government,educational,and not- for-profit agencies that would find value in a national contract awarded by NJPA. 53 Regardless of the payment method selected by NJPA or an NJPA member,the total cost associated with any purchase option of the products and services must always be disclosed in the proposal and at the time of purchase. 5_4 All proposers must submit"Primary Pricing"in the form of either"Line-Item Pricing,"or"Percentage Discount from Catalog Pricing,"or a combination of these pricing strategies. Proposers are also encouraged to offer optional pricing strategies such as "Hot List," "Sourced Products," and"Volume Discounts," as well as financing options such as leasing. All pricing documents should include a clear effective date. A.LINE-ITEM PRICING 5_5 Line-item pricing is a pricing format in which individual products or services are offered at specific Contract prices. Products or services are individually priced and described by characteristics such as manufacture name,stock or part number,size,or functionality. This method of pricing may offer the least amount of confusion,but Proposers with a large number of items may find this method cumbersome. In 14 Page 257 of 386 Agenda Item #11.17 these situations, a percentage discount from catalog or category pricing model may make more sense and may increase the clarity of the contract pricing format. 5_6 All line-item pricing items must be numbered,organized,sectioned(including SKUs,when applicable), and prepared to be easily understood by the Evaluation Committee and members. 5_7 Submit Line-Item Pricing items in an Excel spreadsheet format and include all appropriate identification information necessary to discern the line item from other line items in each Responder's proposal. 5_8 Line-item pricing must be submitted to NJPA in a searchable spreadsheet format (e.g., Microsoft® Excel®)in order to facilitate quickly finding any particular item of interest. For that reason,Proposers are responsible for providing the appropriate product and service identification information along with the pricing information that is typically found on an invoice or price quote for such product or services. 5_9 All products or services typically appearing on an invoice or price quote must be individually priced and identified on the line-item price sheet,including any and all ancillary costs. 5.10 Proposers should provide both a published"List Price"as well as a"Proposed Contract Price"in their pricing matrix. Published List Price will be the standard "quantity of one" price currently available to government and educational customers,excluding cooperative and volume discounts. B. PERCENTAGE DISCOUNT FROM CATALOG OR CATEGORY 5.11 This pricing model involves a specific percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price(MSRP)for the products or services being proposed. 5.12 Individualized percentage discounts can be applied to any number of defined product groupings. 5.13 A percentage discount from MSRP may be applied to all elements identified in MSRP, including all manufacturer options applicable to the products or services. 5.14 When a Proposer elects to use "Percentage Discount from Catalog or Category," Proposer will be responsible for providing and maintaining current published MSRP with NJPA, and this pricing must be included in its proposal and provided throughout the term of any Contract resulting from this RFP. C.COST PLUS A PERCENTAGE OF COST 5.15 "Cost plus a percentage of cost" as a primary pricing mechanism is not desirable. It is, however, acceptable for pricing sourced goods or services. D. HOT LIST PRICING 5.16 Where applicable, a Vendor may opt to offer a specific selection of products or services, defined as "Hot List"pricing,at greater discounts than those listed in the standard Contract pricing. All product and service pricing, including the Hot List Pricing, must be submitted electronically in a format that is acceptable to NJPA. Hot List pricing must be submitted in a line-item format. Products and services may be added or removed from the Hot List at any time through an NJPA Price and Product Change Form. 5.17 Hot List program and pricing may also be used to discount and liquidate close-out and discontinued products and services as long as those close-out and discontinued items are clearly labeled as such.Current ordering process and administrative fees apply. This option must be published and made available to all NJPA Members. 15 Page 258 of 386 Agenda Item #11.17 E.CEILING PRICE 5.18 Proposal pricing is to be established as a ceiling price. At no time may the proposed products or services be offered under this Contract at prices above this ceiling price without a specific request and approval by NJPA. Contract prices may be reduced at any time, for example, to reflect volume discounts or to meet the needs of an NJPA Member. 5.19 [This section is intentionally blank.] F. VOLUME PRICE DISCOUNTS/ADDITIONAL QUANTITIES 5.20 through 5.23 IThese sections are intentionally blank.] G. TOTAL COST OF ACQUISITION 5.24 The Total Cost of Acquisition for the equipment/products and related services being proposed, including those payable by NJPA Members to either the Proposer or a third party,is the cost of the proposed equipment/products product/equipment and related services delivered and operational for its intended purpose in the end-user's location. For example,if you are proposing equipment/products FOB Proposer's dock,your proposal should reflect that the contract pricing does not provide for delivery beyond Proposer's dock, nor any set-up activities or costs associated with those delivery or set-up activities. Any additional costs for delivery and set-up should be clearly disclosed. In contrast, a proposal could state that there are no additional costs of acquisition if the product is delivered to and operational at the end-user's location. H. SOURCED GOOD or OPEN MARKET ITEM 5.25 A Sourced Good or an Open Market Item is a product that a member wants to buy under contract that is not currently available under the Vendor's NJPA contract. This method of procurement can be satisfied through a contract sourcing process. Sourcing options serve to provide a more complete contract solution to meet our members' needs. Sourced items are generally deemed incidental to the total transaction or purchase of contract items. 5.26 NJPA or NJPA Members may request products, equipment, and related services that are within the related scope of this RFP, even if they are not included in an awarded Vendor's line-item price list or catalog.These items are known as Sourced Goods or Open Market Items. 5.27 An awarded Vendor may source such items to the extent that the items are identified as "Sourced Products/Equipment"or"Open Market Items" on any quotation issued in reference to an NJPA awarded contract,and that this information is provided to either NJPA or an NJPA Member.NJPA is not responsible for determining whether a Sourced Good is an incidental portion of the overall purchase or whether a Member is able to consider a Sourced Good a purchase under an NJPA contract. 5.28"Cost plus a percentage"pricing is an acceptable option in pricing of Sourced Goods. I. PRODUCT&PRICE CHANGES 5.29 Awarded Vendors may request product or service changes, additions, or deletions at any time throughout the contract term. All requests must be made in written format by completing the NJPA Price and Product Change Request Form(located at the end of this RFP and on the NJPA website),signed by an authorized Vendor representative. All changes are subject to review and approval by NJPA. Submit your requests through email to your assigned Contract Manager and to PandP@njpacoop.org. 530 NJPA will determine whether the request is both within the scope of the original RFP and in the best interests ofNJPA and NJPA Members.Approved Price and Product Change Request Forms will be returned to the Vendor contact through email. 16 Page 259 of 386 Agenda Item #11.17 531 The Vendor must 1)complete this change request form and individually list or attach all items subject to change,2)provide a sufficiently detailed explanation and documentation for the change, and 3)include a compete restatement of pricing document in appropriate format(preferably Excel). The pricing document must identify all products and services being offered and must conform to the following NJPA product and price change naming convention: (Vendor Name)(NJPA Contract#)(effective pricing date);for example, "COMPANY 012411-CPY effective 02-12-2016." 532 The new pricing restatement must include all products and services offered,even for those items whose pricing remains unchanged,and must include a new effective date on the pricing documents. This requirement reduces confusion by providing a single, current pricing sheet for each vendor and creates a historical record of pricing. 5.33 ADDITIONS. New products and related services may be added to a Contract resulting from this RFP at any time during that Contract term to the extent that those products and related services are within the scope of this RFP. Allowable new products and related services generally include updated models of products and enhanced services that reflect new technology and improved functionality. 5.34 DELETIONS. New products and related services may be deleted from a contract if an item is no longer available. 5.35 PRICE CHANGES. A Vendor may request pricing changes by providing reasonable justification for the change. For example, a request for a 3% increase in a product line that relies heavily on petroleum products may be reasonable if the raw cost of required petroleum products has increased substantially. Conversely,a request for a 3%increase in prices based only on a 3%increase in a cost-of-living index may be considered unreasonable. Although NJPA is sensitive to the possibility of fluctuations in raw material costs, prospective Vendors should make every reasonable attempt to account for normal cost changes by proposing pricing that will be effective throughout the duration of the four-year Contract. 5.35.1 Price decreases: NJPA expects Vendors to propose their very best prices and anticipates price reductions that are due to advancement in technology and marketplace efficiencies. 535.2 Price increases: A Vendor must include reasonable documentation for price-increase requests, along with both current and proposed pricing. Appropriate documentation should be attached to the Price and Product Change Request Form, including letters from suppliers announcing price increases. Price increases must not exceed the industry standard. 536 through 537 [These sections are intentionally blank.] 5.38 Proposers representing multiple manufacturers, or carrying multiple related product lines may also request the addition of new manufacturers or product lines to their Contract to the extent they remain within the scope of this RFP. 5.39 through 5.43 [These sections are intentionally blank.] K. SALES TAX 5.44 Sales and other taxes should not be included in the prices quoted. The Vendor will charge state and local sales and other applicable taxes on items for which a valid tax-exemption certification has not been provided.Each NJPA Member is responsible for providing verification of tax-exempt status to the Vendor. When ordering,NJPA Members must indicate that they are tax-exempt entities. Except as set forth herein, no party is responsible for taxes imposed on another party as a result of or arising from the transactions under a Contract resulting from this RFP. 17 Page 260 of 386 Agenda Item #11.17 L. SHIPPING 5.45 Shipping costs can constitute a significant portion of the overall cost of procurement. Consequently, significant weight will be given to the quality of a prospective Vendor's shipping program. Shipping charges should reasonably reflect the actual cost of shipping.NJPA understands that Vendors may use other shipping cost methods for simplicity or for transparency.But to the extent that shipping costs are determined to disproportionately increase a Vendor's profit, NJPA may reduce the points awarded in the "Pricing" criteria. 5.46 through 5.47 [These sections are intentionally blank.] 5.48 All shipping and restocking fees must be identified in the price program. Certain industries providing made-to-order products may not allow returns. Proposals will be evaluated not only on the actual costs of shipping, but on the relative flexibility extended to NJPA Members relating to restocking fees, shipping errors, customized shipping requirements, the process for rejecting damaged or delayed shipments, and similar subjects. 5.49 through 5.50 [These sections are intentionally blank.] 5.51 Delivered products must be properly packaged. Damaged products may be rejected. If the damage is not readily apparent at the time of delivery, the Vendor must permit the products to be returned within a reasonable time at no cost to NJPA or NJPA Member.NJPA and NJPA Members reserve the right to inspect the products at a reasonable time subsequent to delivery where circumstances or conditions prevent effective inspection of the products at the time of delivery. 5.52 The Vendor must deliver Contract-conforming products in each shipment and may not substitute products without the express approval from NJPA or the NJPA Member. 5.53 NJPA reserves the right to declare a breach of Contract if the Vendor intentionally delivers substandard or inferior products that are not under Contract and described in its paper or electronic price lists or sourced upon request of any Member under this Contract. In the event of the delivery of nonconforming products, the NJPA Member will notify the Vendor as soon as possible and the Vendor will replace nonconforming products with conforming products that are acceptable to the NJPA member. 5_54 Throughout the term of the Contract,Proposer agrees to pay for return shipment on products that arrive in a defective or inoperable condition. Proposer must arrange for the return shipment of the damaged products. 6 EVALUATION OF PROPOSALS A. PROPOSAL EVALUATION PROCESS 6_1 The NJPA proposal evaluation committee will evaluate proposals received based on a 1,000 point evaluation system. The committee establishes both the evaluation criteria and designates the relative weight of each criterion by assigning possible scores for each category on Form G of this RFP. The committee may adjust the relative weight of the criteria for each RFP. (For example,if the"Warranty"criterion does not apply to a particular RFP,the points normally awarded under"Warranty"may be used to increase the number of potential points in another evaluation category or categories.)The"Pricing"criterion will contain at least a plurality of points for every RFP. 6_2 NJPA uses a scoring system that gives primary importance to"Pricing."But pricing includes more than just the absolute lowest initial cost of purchasing, for example, a particular product. Other considerations include the total cost of the acquisition and whether the Proposer's offering represents the best value. The 18 Page 261 of 386 Agenda Item #11.17 evaluation committee may consider such factors as life-cycle costs,total cost of ownership,quality,and the suitability of an offering in meeting NJPA Members'needs.Pricing points may be awarded based on pricing clarity and ease of use. NJPA may also award points based on whether a response contains exceptions, exclusions,or limitations of liabilities. 6_3 The NJPA Board of Directors will consider making awards to the selected Proposer(s)based on the recommendations of the proposal evaluation committee. To qualify for the final evaluation, a Proposer must have been deemed responsive as a result of the criteria set forth under"Proposer Responsiveness," found just below. B. PROPOSER RESPONSIVENESS 6_4 All responses are evaluated for Level-One and Level-Two Responsiveness. If a response does not substantially conform to substantially all of the terms and conditions in the solicitation, or if it requires unreasonable exceptions,it may be considered nonresponsive. 6_5 All proposals must contain suitable responses to the questions in the proposal forms. The following requirements must be satisfied in order to meet Level-One Responsiveness,which is typically ascertained on the proposal opening date. If these standards are not met, your response may be disqualified as nonresponsive. 6_6 Level-One Responsiveness means that the response 6.6.1 is received before the deadline for submission or it will be returned unopened; 6.6.2 is properly addressed and identified as a sealed proposal with a specific RFP number and an opening date and time; 6.6.3 contains a pricing document(with apparent discounts)and all other forms fully completed, even if "not applicable"is the answer; 6.6.4 includes the original(hard copy)completed,dated,and signed RFP forms C, D, and F. In addition, the response must include the hard-copy signed signature page only from RFP Forms A and P and, if applicable, all signed addenda that have been issued in relation to this RFP; 6.6.5 contains an electronic(CD,flash drive,or other suitable)copy of the entire response;and 6_7 Level-Two Responsiveness (including whether the response is within the RFP's scope) is determined while evaluating the remaining items listed under Proposal Evaluation Criteria below. These items are not arranged in order of importance.Each item draws from multiple questions,and a Proposer's responses may affect scoring in multiple evaluation criteria. For example,the answers to Industry-Specific Questions may help determine scoring relative to a Proposer's marketplace success,ability to sell and service nationwide, and financial strength. Any questions not answered without an explanation will likely result in a loss of points and may lead to a nonaward if the proposal evaluation committee cannot effectively review your response. C. PROPOSAL EVALUATION CRITERIA 6_8 Forms A and P include a series of questions that address the following categories: 6.8.1 Company Information and Financial Strength 6.8.2 Industry Requirements and Marketplace Success 6.83 Ability to Sell and Deliver Service Nationwide 19 Page 262 of 386 Agenda Item #11.17 6.8.4 Marketing Plan 6.8.5 Other Cooperative Procurement Contracts 6.8.6 Value-Added Attributes 6.8.7 Payment Terms and Financing Options 6.8.8 Warranty 6.8.9 Equipment/Products/Services 6.8.10 Pricing and Delivery 6.8.11 Industry-Specific Questions 69 [This section is intentionally blank.] D. OTHER CONSIDERATIONS 6.10 In evaluating RFP responses,NJPA has no obligation to consider information that is not provided in the Proposer's response. NJPA may, however, consider additional information outside the Proposer's response. This research may include such sources as the Proposer's website, industry publications, listed references,and user interviews. 6.11 NJPA may organize RFP responses into separate classes or subcategories,depending on the range of responses. For example, NJPA might receive numerous submissions for "Widgets and Related Products and Services." NJPA may organize these responses into subcategories, such as manufacturers of fully operational Widgets,manufacturers of component parts for Widgets,and providers of parts and service for Widgets.NJPA reserves the right to award Proposers in some or all of such subcategories without regard to the evaluation score given to Proposers in another subcategory. This specifically allows NJPA to award Vendors that might not have,for instance,the breadth of products of Proposers in another subcategory,but that nonetheless meet a substantial and articulated need of NJPA Members. 6.12 [This section is intentionally blank.] 6.13 NJPA reserves the right to request and test equipment/products and related services and to seek clarification from Proposers. Before the Contract award, the Proposer must furnish the requested information within three (3) days (or within another agreed-to time frame) or provide an explanation for the delay along with a requested time frame for providing the requested information.Proposers must make reasonable efforts to supply test products promptly. All Proposer products remain the property of the Proposer, and NJPA will return such products after the evaluation process. NJPA may make provisional contract awards,subject to a Proposer's proper response to a request for information or products. 6.14 A Proposer's past performance under previously awarded contracts to schools,governmental agencies, and not-for-profit entities is relevant in evaluating a Proposer's current response. Past performance includes the Proposer's record of conforming to published specifications and to standards of good workmanship,as well as the Proposer's history for reasonable and cooperative behavior and for commitment to Member satisfaction.Incumbency as an awarded Vendor does not,by itself,merit positive consideration for a future Contract award. 6.15 NJPA reserves the right to reject any or all proposals. E.COST COMPARISON 6.16 NJPA may use a variety of evaluation methods,including cost comparisons of specific products.NJPA reserves the right to use this process when the proposal evaluation committee determines that this will help to make a final determination. 20 Page 263 of 386 Agenda Item #11.17 6.17 This direct cost comparison process will award points for being low to high Proposer for each cost evaluation item selected. A"Market Basket"of identical(or substantially similar)equipment/products and related services may be selected by the proposal evaluation committee, and the unit cost will be used as a basis for determining the point value. NJPA will select the"Market Basket" from all appropriate product categories as determined by NJPA. F. MARKETING PLAN 6.18 A Proposer's marketing plan is a critical component of the RFP response.An awarded Vendor's sales force will likely be the primary source of communication with NJPA Members and will directly affect the contract's success. Marketing success depends on communicating the contract's value, knowing the contract thoroughly, and communicating the proper use of contracted products and services to the end user. Much of the success and sales reward is a direct result of the commitment to the contract by the awarded Vendor's sales teams. NJPA reserves the right to deem a Proposer Level-Two nonresponsive or not to award a contract based on an unacceptable or incomplete marketing plan. 6.19 NJPA marketing expectations include the following components. 6.19.1 An awarded Vendor must demonstrate the ability to deploy a national sales force or dealer network. The best RFP responses demonstrate the ability to sell, deliver, and service products through acceptable distribution channels to NJPA members in all 50 states. Proposers' responses should fully demonstrate their sales and service capabilities,should outline their national sales force network(both numerically geographically),and should describe their method of distribution of the offered products and related services. Service may be independent of the product sales pricing,but NJPA encourages related services to be a part of Proposers' response. Despite its preference for awarding contracts to Vendors that demonstrate nationwide sales and service,NJPA reserves the right to award contracts that meet specific Member needs locally or regionally. 6.19.2 Proposers are invited to demonstrate their ability to successfully market, promote, and communicate the benefits of an NJPA contract to current and potential Members nationwide.NJPA desires a marketing plan that communicates the value of the contract to as many Members as possible. 6.193 Proposers are expected to be receptive to NJPA trainings. Awarded Vendors must provide an appropriate training venue for both management and the sales force.NJPA commits to providing training on all aspects of communicating the value of the awarded contract,including the authority of NJPA to offer the contract to its Members, the value and utility the contract delivers to NJPA Members, the scope of NJPA Membership, the authority of Members to use NJPA procurement contracts,the preferred marketing and sales methods, and the successful use of specific business sector strategies. 6.19.4 Awarded Vendors are expected to demonstrate a commitment to fully embrace the NJPA contract.Proposers should identify both the appropriate levels of sales management and sales force that will need to understand the value of the NJPA contract, as well as the internal procedures needed to deliver the appropriate messaging to NJPA Members. NJPA will provide a general schedule and a variety of methods describing when and how those individuals should be trained. 6.19.5 Proposers should outline their proposed involvement in promoting an NJPA contract through applicable industry trade show exhibits and related customer meetings. Proposers are encouraged to consider participation with NJPA at NJPA-endorsed national trade shows. 6.19.6 Proposers must exhibit the willingness and ability to actively market and develop contract- specific marketing materials including the following items. 21 Page 264 of 386 Agenda Item #11.17 6.19.6.1 Complete Marketing Plan. Proposers must submit a marketing plan outlining how they will launch the NJPA contract to current and potential NJPA Members. NJPA requires awarded Vendors to embrace and actively promote the contract in cooperation with the NJPA. 6.19.6.2 Printed Marketing Materials. Awarded Vendors will produce and maintain full color print advertisements in camera-ready electronic format,including company logos and contact information to be used in the NJPA directory and other approved marketing publications. 6.19.6.3 Contract announcements and advertisements. Proposers should outline in the marketing plan their anticipated contract announcements, advertisements in industry periodicals,and other direct or indirect marketing activities promoting the awarded NJPA contract. 6.19.6.4 Proposer's Website. Proposers should identify how an awarded Contract will be displayed and linked on the Proposer's website.An online shopping experience for NJPA Members is desired whenever possible. 6.19.7 An NJPA Vendor contract launch will be scheduled during a reasonable time frame after the award and held at the NJPA office in Staples,MN unless the Vendor and NJPA agree to a different location. 6.20 Proposer shall identify their commitment to develop a sales/communication process to facilitate NJPA membership and establish status of current and potential agencies/members. Proposer should further express their commitment to capturing sufficient member information as is deemed necessary by NJPA. G. CERTIFICATE OF INSURANCE 6.21 Proposers must provide evidence of liability insurance coverage identified below in the form of a Certificate of Insurance(COI)or an ACORD binder form with their proposal.Upon an award issued under this RFP and before the execution of any commerce relating to such award, the awarded Vendor must provide verification,in the form of a Certificate of Insurance, identifying the coverage required below and identifying NJPA as a"Certificate Holder."The Vendor must maintain such insurance coverage at its own expense throughout the term of any contract resulting from this solicitation. 6.22 Any exceptions or assumptions to the insurance requirements must be identified on Form C of this RFP. Exceptions and assumptions will be considered as part of the evaluation process. Any exceptions or assumptions that Proposers submit must be specific. If a Proposer does not include specific exceptions or assumptions when submitting the proposal,NJPA will typically not consider any additional exceptions or assumptions during the evaluation process. Upon contract award, the awarded Vendor must provide the Certificate of Insurance identifying the coverage as specified. 6.23 Insurance Liability Limits.The awarded Vendor must maintain,for the duration of its contract,$1.5 million in general liability insurance coverage or general liability insurance in conjunction with an umbrella for a total combined coverage of$1.5 million. Work on the Contract will not begin until after the awarded Vendor has submitted acceptable evidence of the required insurance coverage. Failure to maintain any required insurance coverage or an acceptable alternative method of insurance will be deemed a breach of contract. 6.23.1 Minimum Scope and Limits of Insurance. A n a w a r d e d Vendor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a"following form"basis. 22 Page 265 of 386 Agenda Item #11.17 6.23.1.1 Commercial General Liability—Occurrence Form Policy shall include bodily injury,property damage and broad form contractual liability and XCU coverage. 6.23.1.2 Each Occurrence $1,500,000 6.24 Insurance Requirements: The limits listed in this RFP are minimum requirements for this Contract and in no way limit any indemnity covenants contained in this Contract. NJPA does not warrant that the minimum limits contained herein are sufficient to protect the Vendor from liabilities that might arise out of the performance of the work under this Contract by the Vendor, its agents, representatives, employees, or subcontractors, and t h e Vendor is free to purchase additional insurance as may be determined necessary. 6.25 Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the State of Minnesota and with an"A.M.Best"rating of not less than A-VII. NJPA does not warrant that the above required minimum insurer rating is sufficient to protect the Vendor from potential insurer solvency. 6.26 Subcontractors: Vendors' certificate(s) must include all subcontractors as additional insureds under its policies, or the Vendor must furnish to NJPA separate certificates for each subcontractor. All coverage for subcontractors are be subject to the minimum requirements identified above. H.ORDER PROCESS AND/OR FUNDS FLOW 6.27 NJPA Members typically issue a purchase order directly to a Vendor under a Contract resulting from this RFP. Alternatively, a separate contract may be created to facilitate acquiring products or services offered in response to this RFP.Nothing in this Contract restricts the Member and Vendor from agreeing to add terms or conditions to a purchase order or a separate contract provided that such terms or conditions must not be less favorable to NJPA's Members. 6.28 [This section is intentionally blank.] I.ADMINISTRATIVE FEES 6.29 Vendors will pay to NJPA an administrative fee in exchange for NJPA facilitating this Contract with its current and potential Members. NJPA may grant a conditional contract award to a Proposer if the proposed administrative fee is unclear, inadequate, or unduly burdensome for NJPA to administer. Sales under this Contract should not be processed until the parties resolve the administrative fee issue. 6.29.1 The administrative fee is typically calculated as a percentage of the dollar volume of all products and services by NJPA Members under this Contract, including anything represented to NJPA Members as falling under this Contract. 6.29.2 The administrative fee is included in, and not added to, the pricing included in Proposer's response to the RFP.Awarded Vendors must not charge NJPA Members more that permitted in the then current price list in order to offset the administrative fee. 6.29.3 The administrative fee is designed to cover the costs of NJPA's involvement in contract management, facilitating marketing efforts, Vendor training, and any order processing tasks relating to the Contract. Administrative fees may also be used for other purposes as allowed by Minnesota law. 6.29.4 The administrative fee under this Contract can be expressed as a percentage of total contract sales or as a per-unit amount. While NJPA does not dictate the particular fee percentage,we require that the Proposer articulate a specific fee in its response.For example,merely stating that"we agree 23 Page 266 of 386 Agenda Item #11.17 to pay an administrative fee" is considered nonresponsive. NJPA acknowledges that the administrative fee percentage may differ between vendors,industries,and responses. 6.29.5 NJPA awarded Vendors are responsible for paying the administrative fee at least quarterly and for generating all related reporting. Vendors agree to cooperate with NJPA in auditing these reports to ensure that the administrative fee is paid on all items purchased under the Contract. 6.29.6 Notwithstanding Sections 6.29.1 and 6.29.4 above,for Members within the State of Texas, pursuant to Texas Stat. §2301, the administrative fee to be proposed shall be a flat fee applicable to each purchase order irrespective of the quantity specified in the purchase order. A typical administrative fee in such cases is $600.00 per purchase order.The fee is to be levied on and paid by the Member. 6.30 through 6.32 [This section is intentionally blank.[ J. VALUE—ADDED ATTRIBUTES 6.33 Desirability of Value-Added Attributes: Value-added attributes in an RFP response will be given positive consideration in NJPA's evaluation process. Such attributes may increase the benefit of a product or service by improving functionality, performance, maintenance, manufacturing, delivery, energy efficiency,ordering,or other items while remaining within the scope of this RFP. 6.34 Women and Minority Business Enterprise (WMBE), Small Business, and Other Favored Businesses: Some NJPA Members give formal preference to certain types of vendors or contractors. Proposers should document WMBE(or other)status for both their organization and for any affiliates(e.g., supplier networks)involved in fulfilling the terms of this RFP.The ability of a Proposer to provide preferred business entity "credits" to NJPA and NJPA Members under a Contract will be evaluated positively by NJPA and reflected in the"value added"area of the evaluation. 6.35 Environmentally Preferred Purchasing Opportunities: Many NJPA Members consider the environmental impact of the products and services they purchase."Green"characteristics demonstrated by Proposers will be evaluated positively by NJPA and reflected in the"value added"area of the evaluation. Please identify any green characteristics of any offering in your proposal and identify the sanctioning body determining that characteristic. Where appropriate, please indicate which products have been certified as green and by which certifying agency. 6.36 Online Requisitioning Systems: When applicable,online requisitioning systems will be viewed as a value-added characteristic. Proposers should demonstrate how their system makes online ordering easier for NJPA Members, including how Members could integrate their current e-Procurement or enterprise resource planning(ERP)systems into the Proposer's ordering process. 637 Financing:The ability of the Proposer to provide financing solutions to Members for the products and services being proposed will be viewed as a value-added attribute. 6.38 Technology:Technological advances that appreciably improve the proposed products or services will be considered value-added attributes. K. WAIVER OF FORMALITIES 639 NJPA reserves the right to waive minor formalities(or to accept minor irregularities)in any proposal, when it determines that considering the proposal may be in the best interest of its Members. 24 Page 267 of 386 Agenda Item #11.17 POST-AWARD OPERATING ISSUES A. SUBSEQUENT AGREEMENTS 7_1 Purchase Order. Purchase orders for products and services may be executed between NJPA Members and the awarded Vendor(or Vendor's sub-contractors)under this Contract. NJPA Members and Vendors must indicate on the face of such purchase orders that"This purchase order is issued under NJPA contract 0000='(insert the relevant contract number). Purchase order flow and procedure will be developed jointly between NJPA and an awarded Vendor after an award is made. 7_2 Governing Law. Purchase orders must be construed in accordance with,and governed by,the laws of a competent jurisdiction with respect to the Member. (See also Section 8.5 of this RFP.) All provisions required by law to be included in the purchase order should be read and enforced as if they were included. If through mistake or otherwise any such provision is not included, then upon application of either party the Contract shall be physically amended to make such inclusion or correction. The venue for any litigation arising out of disputes related to purchase order will be a court of competent jurisdiction with respect to the Member. 73 Additional Terms and Conditions. Additional terms and conditions to a purchase order may be proposed by NJPA,NJPA Members, or Vendors. Acceptance of these additional terms and conditions is optional to all parties to the purchase order. One purpose of these additional terms and conditions is to address job-or industry-specific requirements of law such as prevailing wage legislation. Additional terms and conditions may also include specific local policy requirements and standard business practices of the issuing Member or the Vendor. Such additional terms and conditions are not considered valid to the extent that they interfere with the general purpose,intent,or currently established terms and conditions contain in this RFP document.For example,a Vendor and Member may agree to add a"net 30"payment requirement to the purchase order instead of applying a"net 10"requirement.But the added terms and conditions must not be less favorable to the Member unless NJPA, the Member, and the Vendor agree to a Contract amendment or similar modification. 7_4 Specialized Service Requirements. In the event that the NJPA Member desires service requirements or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in the Contract resulting from this RFP, the NJPA Member and the Vendor may enter into a separate, standalone agreement, apart from a Contract resulting from this RFP. Any proposed service requirements or specialized performance requirements require pre-approval by the Vendor. Any separate agreement developed to address these specialized service or performance requirements is exclusively between the NJPA Member and Vendor. NJPA, its agents, and employees shall not be made a party to any claim for breach of such agreement. Product sourcing is not considered a service. NJPA Members will need to conduct procurements for any specialized services not identified as a part of or within the scope of the awarded Contract. 7_5 Performance Bond. At the request of the Member, a Vendor will provide all performance bonds typically and customarily required in their industry. These bonds will be issued pursuant to the requirements of purchase orders for products and services. If a purchase order is cancelled for lack of a required performance bond by the member agency,NJPA recommends that the current pending purchase order be canceled. Each Member has the final decision on purchase order continuation. Any performance bonding required by the Member,the Member's state laws,or by local policy is to be mutually agreed upon and secured between the Vendor and the Member. 7.6 Asset Management Contracts: Asset Management-type Contracts can be initiated under a Contract resulting from this RFP at any time during the term of this Contract. Such a contract could involve, for example, picking up, storing, repairing, inventorying, salvaging, and delivery products falling within the scope of this Contract. The intention in using Asset Management Contracts is to promote the long-term efficiency of NJPA's contracts by (among other things) extending the use and re-use of products. Asset Management Contracts cannot be created under this Contract unless they are executed within the authorized 25 Page 268 of 386 Agenda Item #11.17 term of a Contract resulting from this RFP. The actual term of the Asset Management Contract may, however,extend beyond the expiration date of this Contract. B.NJPA MEMBER SIGN-UP PROCEDURE 7_7 Awarded Vendors are responsible for familiarizing their sales and service forces with the various forms of NJPA membership documentation and will encourage and assist potential Members in establishing membership with NJPA. NJPA membership is available at no cost, obligation, or liability to the Member or the Vendor. C. REPORTING OF SALES ACTIVITY 7_8 Awarded Vendors must report at least quarterly the total gross dollar volume of all products and services purchased by NJPA Members as it applies to this RFP and Contract. This report must include the name and address of the purchasing agency,Member number,amount of purchase,and a description of the items purchased. 7.8.1 Zero sales reports: Awarded Vendors must provide a quarterly Contract sales report regardless of the amount of sales. D. AUDITS 7_9 NJPA relies substantially on the reasonable auditing efforts of both Members and awarded Vendors to ensure that Members are obtaining the products, services, pricing, and other benefits under all NJPA contracts. Nonetheless, the Vendor must retain and make available to NJPA all order and invoicing documentation related to purchases that Members make from the Vendor under the awarded Contract. NJPA must not request such information more than once per calendar year, and NJPA must make such requests in writing with at least fourteen(14)days'notice.NJPA may employ an independent auditor at its own expense or conduct an audit on its own. In either event, the Vendor agrees to cooperate fully with NJPA or its agents in order to ensure compliance with this Contract. E. HUB PARTNER 7.10 Hub Partner: NJPA Members may request special services through a"Hub Partner"for the purpose of complying with a law,regulation, or rule that an NJPA Member deems to apply in its jurisdiction. Hub Partners may bring value to the proposed transactions through consultancy, through qualifying for disadvantaged business entity credits,or through other means. 7.11 Hub Partner Fees: NJPA Members are responsible for any transaction fees, costs, or expenses that arise under this Contract for special service provided by the Hub Partner.The fees,costs,or expenses levied by the Hub Vendor must be clearly itemized in the transaction documentation.To the extent that the Vendor stands in the chain of title during a transaction resulting from this RFP, the documentation must clearly indicate that the transaction is"Executed for the Benefit of[NJPA Member name]." F. TRADE-INS 7.12 The value in US Dollars for Trade-ins will be negotiated between NJPA or an NJPA Member,and an Awarded Vendor.That identified"Trade-In"value shall be viewed as a down payment and credited in full against the NJPA purchase price identified in a purchase order issued pursuant to any Awarded NJPA procurement contract.The full value of the trade-in will be consideration. G.OUT OF STOCK NOTIFICATION 7.13 The Vendor must immediately notify NJPA Members when they order an out-of-stock item. The Vendor must also tell the Member when the item will be available and whether there are equivalent 26 Page 269 of 386 Agenda Item #11.17 substitutes. The Member must have the option of accepting the suggested substitute or canceling the item from the order. Under no circumstance may the Vendor make unauthorized substitutions. Unfilled or substituted items must be indicated on the packing list. H. CONTRACT TERMINATION FOR CAUSE AND WITHOUT CAUSE 7.14 NJPA reserves the right to cancel all or any part of this Contract if the Vendor fails to fulfill any material obligation,term,or condition as described in the following procedure. Before any such termination for cause,the NJPA will provide written notice to the Vendor,an opportunity to respond,and a reasonable opportunity to cure the breach. The following are some examples of material breaches. 7.14.1 The Vendor provides products or services that do not meet reasonable quality standards and that are not remedied under the warranty; 7.14.2 The Vendor fails to ship the products or to provide the services within a reasonable amount of time; 7.143 NJPA reasonably believes that the Vendor will not or cannot perform to the requirements or expectations of the Contract,NJPA issues a request for assurance,and the Vendor fails to respond; 7.14.4 The Vendor fails to fulfill any of the material terms and conditions of the Contract; 7.14.5 The Vendor fails to follow the established procedure for purchase orders,invoices, or receipt of funds as established by NJPA and the Vendor; 7.14.6 The Vendor fails to properly report quarterly sales; 7.14.7 The Vendor fails to actively market this Contract within the guidelines provided in this RFP and defined in the NJPA contract launch. 7.15 Upon receipt of the written notice of breach,the Vendor will have ten(10)business days to provide a satisfactory response to NJPA. If the Vendor fails to reasonably address all issues in the written notice, NJPA may terminate the Contract immediately.If NJPA allows the Vendor more time to remedy the breach, such forbearance does not limit NJPA's authority to immediately terminate the Contract for continued breaches for which notice was given to the Vendor.Termination of the Contract for cause does not relieve either party of the financial,product,or service obligations incurred before the termination. 7.16 NJPA may terminate the Contract if the Vendor files for bankruptcy protection or is acquired by an independent third party. The Vendor must disclose to NJPA any litigation, bankruptcy, or suspensions/disbarments that occur during the Contract period. Failure to disclose such information authorizes NJPA to immediately terminate the Contract. 7.17 NJPA may terminate the Contract without cause by giving the Vendor sixty(60)days' written notice of termination. Termination of the Contract without cause does not relieve either party of the financial, product,or service obligations incurred before the termination. 7.18 NJPA may immediately terminate any Contract without further obligation if any NJPA employee significantly involved in initiating, negotiating, securing, drafting, or creating the Contract on behalf of NJPA has colluded with any Proposer for personal gain. NJPA may also immediately cancel a Contract if it finds that gratuities,in the form of entertainment,gifts or otherwise,were offered or given by the Vendor or any agent or representative of the Vendor, to any employee of NJPA. Such terminations are effective upon written notice from NJPA or at a later date designated in the notice. Termination of the Contract does not relieve either party of the financial,product,or service obligations incurred before the termination. 27 Page 270 of 386 Agenda Item #11.17 It GENERAL TER-NIS AND CONDITIONS 8. ADVERTISING A CONTRACT RESULTING FROM THIS RFP 8_1 ProposerNendor must not advertise or publish information concerning this Contract before the award is announced by NJPA. Once the award is made,a Vendor is expected to advertise the awarded Contract to both current and potential NJPA Members. B.APPLICABLE LAW 8_2 [This section is intentionally blank.] 83 NJPA Compliance with Minnesota Procurement Law:NJPA has designed its procurement process to comply with best practices in the State of Minnesota. NJPA's solicitation methods are also created to comply with many of the various requirements that our Members must satisfy in their own procurement processes. But these requirements may differ considerably and may change from time to time. So each NJPA Member must make its own determination whether NJPA's solicitation process satisfies the procurement rules in the Member's jurisdiction. 8_4 Governing law with respect to delivery and acceptance: All applicable portions of the Minnesota Uniform Commercial Code, all other applicable Minnesota laws, and the applicable laws and rules of delivery and inspection of the Federal Acquisition Regulations (FAR) laws will govern NJPA contracts resulting from this solicitation. 8_5 Jurisdiction:Any claims that arise against NJPA pertaining to this RFP,and any resulting contract that develops between NJPA and any other party, must be brought only in courts in Todd County in the State of Minnesota unless otherwise agreed to. 8.5.1 Purchase orders or other agreements created pursuant to a contract resulting from this solicitation must be construed in accordance with, and governed by, the laws of the issuing Member.Any claim arising from such a purchase order or agreement must be filed and venued in a court of competent jurisdiction of the Member unless otherwise agreed to. 8.6 through 8.7 [This section is intentionally blank.] 8_8 Indemnification: Each party is responsible for its own acts and is not responsible for the acts of the other party and the results thereof. NJPA's liability is governed by the Minnesota Tort Claims Act(Minn. Stat. §3.736)and other applicable law. 8_9 Prevailing wage:The Vendor must comply with applicable prevailing wage legislation in effect in the jurisdiction of the NJPA Member. The Vendor must monitor the prevailing wage rates as established by the appropriate federal governmental entity during the term of this Contract and adjust wage rates accordingly. 8.10 Patent and copyright infringement: The Vendor agrees to indemnify and hold harmless NJPA and NJPA Members against any and all suits, claims,judgments, and costs instituted or recovered against the Vendor,NJPA, or NJPA Members by any person on account of the use or sale of any articles by NJPA or NJPA Members if the Vendor supplied such articles in violation of applicable patent or copyright laws. C.ASSIGNMENT OF CONTRACT 8.11 No right or interest in this Contract may be assigned or transferred by the Vendor without prior written permission by the NJPA. No delegation of any duty of the Vendor under this Contract may be made without prior written permission of the NJPA. NJPA will notify Members by posting approved assignments on the NJPA website(www.njpacoop.org). 28 Page 271 of 386 Agenda Item #11.17 8.12 If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract,a successor-in-interest must perform all obligations under this Contract. NJPA reserves the right to reject the acquiring entity as a Vendor. A change of name agreement will not change the contractual obligations of the Vendor. D. LIST OF PROPOSERS 8.13 NJPA will not maintain a list of interested proposers,nor will it automatically send RFPs to them. All interested proposers must request the RFP as a result of NJPA's national solicitation advertisements. Because of the wide scope of the potential Members and qualified national suppliers,NJPA has determined this to be the best method of fairly soliciting proposals. E.CAPTIONS,HEADINGS,AND ILLUSTRATIONS 8.14 The captions, illustrations, headings, and subheadings in this RFP are for convenience and ease of understanding and in no way define or limit the scope or intent of this request. F.DATA PRACTICES 8.15 All materials submitted in response to this RFP become NJPA's property and become public records (under Minn. Stat. §13.591)after the evaluation process is completed. If the Proposer submits information in response to this RFP that it requests to be classified as nonpublic information (as defined by the Minnesota Government Data Practices Act, Minn. Stat. §13.37), the Proposer must meet the following requirements. 8.15.1 The Proposer must make the request within thirty (30) days of the award/nonaward notification, and include the appropriate statutory justification. Pricing, marketing plans, and financial information is generally not redactable. The NJPA Legal Department will review the request to determine whether the information can be withheld or redacted.If NJPA determines that it must disclose the information upon a proper request for such information, NJPA will inform the Proposer of such determination. 8.15.2 The Proposer must defend any action seeking release of the materials that it believes to be nonpublic information,and it must indemnify and hold harmless NJPA,its agents,and employees, from any judgments or damages awarded against NJPA in favor of the party requesting the materials,and any and all costs connected with that defense.This indemnification survives the term of any contract awarded under this RFP.In submitting a response to this RFP,the Proposer agrees that this indemnification survives as long as NJPA possesses the confidential information. 8.16 [This section is intentionally blank.] G. ENTIRE AGREEMENT 8.17 This Contract,as defined herein,constitutes the entire agreement between the parties to this Contract. A Contract resulting from this RFP is formed when the NJPA Board of Directors approves and signs the applicable Contract Award&Acceptance document(Form E). H. FORCE MAJEURE 8.18 Except for payments of sums due,neither party is liable to the other nor deemed in default under this Contract if and to the extent that such party's performance of this Contract is prevented due to force majeure. The term"force majeure" means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence including,but not limited to,the following: acts of God,acts of the public enemy, war, riots, strikes, mobilization, labor disputes, civil disorders, fire, flood, snow, 29 Page 272 of 386 Agenda Item #11.17 earthquakes, tornadoes or violent wind, tsunamis, wind shears, squalls, Chinooks, blizzards, hail storms, volcanic eruptions,meteor strikes, famine, sink holes, avalanches, lockouts, injunctions-intervention-acts, terrorist events or failures or refusals to act by government authority and/or other similar occurrences where such party is unable to prevent by exercising reasonable diligence. The force majeure is deemed to commence when the party declaring force majeure notifies the other party of the existence of the force majeure and is deemed to continue as long as the results or effects of the force majeure prevent the party from resuming performance in accordance with a Contract resulting from this RFP. Force majeure does not include late deliveries of products and services caused by congestion at a manufacturer's plant or elsewhere,an oversold condition of the market,inefficiencies,or other similar occurrences. If either party is delayed at any time by force majeure, then the delayed party must(if possible)notify the other party of such delay within forty-eight(48)hours. 8.19 through 8.20 [These sections are intentionally blank.] I. LICENSES 8.21 The Vendor must maintain a valid status on all required federal, state, and local licenses,bonds, and permits required for the operation of the business that the Vendor conducts with NJPA and NJPA Members. 8.22 All responding Proposers must be licensed(where required) and must have the authority to sell and distribute the offered products and services to NJPA and NJPA Members. Documentation of the required licenses and authorities,if applicable,should be included in the Proposer's response to this RFP. J. MATERIAL SUPPLIERS AND SUB-CONTRACTORS 8.23 The awarded Vendor must supply the names and addresses of sourcing suppliers and sub-contractors as a part of the purchase order when requested by NJPA or an NJPA Member. K.NON-WAIVER OF RIGHTS 8.24 No failure of either party to exercise any power given to it hereunder,nor a failure to insist upon strict compliance by the other party with its obligations hereunder, nor a custom or practice of the parties at variance with the terms hereof, nor any payment under a Contract resulting from this RFP constitutes a waiver of either party's right to demand exact compliance with the terms hereof. Failure by NJPA to take action or to assert any right hereunder does not constitute a waiver of such right. L. PROTESTS OF AWARDS MADE 8.25 And protests must be filed with NJPA's Executive Director and must be resolved in accordance with appropriate Minnesota rules. Protests will only be accepted from Proposers. A protest of an award or nonaward must be filed in writing with NJPA within ten (10) calendar days after the public notice or announcement of the award or nonaward. A protest must include the following items. 8.25.1 The name,address,and telephone number of the protester; 8.25.2 The original signature of the protester or its representative (you must document the authority of the representative); 8.253 Identification of the solicitation by RFP number; 8.25.4 Identification of the statute or procedure that is alleged to have been violated; 8.25.5 A precise statement of the relevant facts; 8.25.6 Identification of the issues to be resolved; 30 Page 273 of 386 Agenda Item #11.17 8.25.7 The aggrieved party's argument and supporting documentation; 8.25.8 The aggrieved party's statement of potential financial damages;and 8.25.9 A protest bond in the name of NJPA and in the amount of 10% of the aggrieved party's statement of potential financial damages. M. SUSPENSION OR DISBARMENT STATUS 8.26 If within the past five (5) years, any firm, business, person or Proposer responding to an NJPA solicitation has been lawfully terminated, suspended, or precluded from participating in any public procurement activity with a federal, state, or local government or education agency, the Proposer must include a letter with its response setting forth the name and address of the public procurement unit, the effective date of the suspension or debarment,the duration of the suspension or debarment,and the relevant circumstances relating to the suspension or debarment. Any failure to supply such a letter or to disclose pertinent information may result in the termination of a Contract. By signing the proposal affidavit, the Proposer certifies that no current suspension or debarment exists. N. AFFIRMATIVE ACTION AND IMMIGRATION STATUS CERTIFICATION 8.27 An Affirmative Action Plan, Certificate of Affirmative Action, or other documentation regarding Affirmative Action may be required by NJPA or NJPA Members relating to a transaction from this RFP. Vendors must comply with any such requirements or requests. 8.28 Immigration Status Certification may be required by NJPA or NJPA Members relating to a transaction from this RFP.Vendors must comply with any such requirements or requests. O. SEVERABILITY 8.29 In the event that any of the terms of a Contract resulting from this RFP are in conflict with any rule, law,or statutory provision,or are otherwise unenforceable under the laws or regulations of any government or subdivision thereof, such terms will be deemed stricken from the Contract, but such invalidity or unenforceability shall not invalidate any of the other terms of an awarded Contract resulting from this RFP. P.RELATIONSHIP OF PARTIES 8.30 No Contract resulting from this RFP may be considered a contract of employment. The relationship between NJPA and an awarded Vendor is one of independent contractors,each free to exercise judgment and discretion with regard to the conduct of their respective businesses. The parties neither intend the proposed Contract to create,nor is to be construed as creating,a partnership,joint venture,master-servant, principal-agent,or any other,relationship.Except as provided elsewhere in this RFP,neither party may be held liable for acts of omission or commission of the other party and neither party is authorized or has the power to obligate the other party by contract, agreement, warranty, representation, or otherwise in any manner whatsoever except as may be expressly provided herein. Q. PROVISIONS FOR NON-FEDERAL ENTITY PROCUREMENTS UNDER FEDERAL AWARDS OR OTHER AWARDS 8.31 Procurements by NJPA or NJPA Members utilizing funds under a federal grant or contract may be subject to specific federal laws, regulations, and requirements in addition to those under state and local laws. Applicable law may include, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR Part 200(also referred to as the"Uniform Guidance"or"EDGAR').The terms included in this section express Proposers willingness and ability to comply with certain requirements which may be applicable to specific 31 Page 274 of 386 Agenda Item #11.17 NJPA Member purchases using federal grant or contract dollars. NJPA Members may also require Proposers to enter into ancillary agreements, in addition to the NJPA contract's general terms and conditions, to address the Member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts.NJPA reserves the right at any time within a contract term to require an awarded Vendor to reaffirm or resubmit proper documentation relating to these requirements. The numbering and identification contained within this section is only for reference purposes and does not identify any actual Federal designation or location of the rule. Rules are located in 2 CFR Part 200. 832 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. National Joint Powers Alliance reserves all rights and privileges under the applicable laws and regulations with respect to this procurement process in the event of breach of contract by either party. 8.33 Contracts in excess of$10,000 must address termination for cause and for convenience by the non- Federal entity including the manner by which it will be effected and the basis for settlement. National Joint Powers Alliance reserves the right to terminate any agreement resulting from this procurement process pursuant to National Joint Powers Alliance RFP sections 7.13 and 7.17. Prior to any termination for cause, the NJPA will provide written notice to the Proposer, opportunity to respond and opportunity to cure.National Joint Powers Alliance reserves the right to terminate any agreement resulting from this procurement process without cause with a required 60-day written notice of termination. Termination of Contract shall not relieve either party of financial,product or service obligations incurred or accrued prior to termination. 834 Equal Employment Opportunity. Except as otherwise 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, 19641965 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."This provision is hereby incorporated by reference into all applicable contracts. The equal opportunity clause is incorporated by reference herein. 8.35 Davis-Bacon Act,as amended(40 U.S.C.3141-3148).When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations(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 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 32 Page 275 of 386 Agenda Item #11.17 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. Proposer shall be in compliance with all applicable Davis-Bacon Act provisions. 8.36 Contract Work Hours and Safety Standards Act(40 U.S.C.3701-3708).Where applicable,all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations(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 permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.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.This provision is hereby incorporated by reference into all applicable contracts. Proposer certifies that during the term of an award for all contracts by National Joint Powers Alliance resulting from this procurement process,Proposer shall comply with applicable requirements as referenced above. 837 Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement"under 37 CFR § 401.2(a)and the 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,"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. Proposer certifies that during the term of an award for all contracts by National Joint Powers Alliance resulting from this procurement process,Proposer shall comply with applicable requirements as referenced above. 8.38 Clean Air Act(42 U.S.C.7401-7671q.)and the Federal Water Pollution Control Act(33 U.S.C. 1251- 1387). Contracts and subgrants of amounts in excess of$150,000 require 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 shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). Proposer certifies that during the term of an award for all contracts by National Joint Powers Alliance resulting from this procurement process,Proposer shall comply with applicable requirements as referenced above. 8.39 Debarment and Suspension (Executive Orders 12549 and 12689). A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR part 1986 Comp.,p. 189)and 12689(3 CFR part 1989 Comp.,p.235),"Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Proposer nor its principals shall be presently debarred, suspended, proposed for debarment, declared ineligible,or voluntarily excluded from participation by any federal department or agency. 33 Page 276 of 386 Agenda Item #11.17 8.40 Byrd Anti-Lobbying Amendment, as amended (31 U.S.C. 1352). Proposers shall file any required certifications. Proposers shall not have 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. Proposers shall disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Proposers shall file all certifications and disclosures required by,and otherwise comply with,the Byrd Anti- Lobbying Amendment(31 USC 1352). 8.41 Record Retention Requirements. To the extent applicable, Proposer shall comply with the record retention requirements detailed in 2 CFR§200.333.The Vendor further certifies that Vendor will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports,as applicable,and all other pending matters are closed. 8.42 Energy Policy and Conservation Act Compliance. To the extent applicable, Proposer shall 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. 8.43 Buy American Provisions Compliance. To the extent applicable, Proposer shall comply with all applicable provisions of the Buy American Act.Purchases made in accordance with the Buy American Act shall follow the applicable procurement rules calling for free and open competition. 8.44 Access to Records (2 CFR § 200.336). Proposer agrees that duly authorized representatives of an Agency shall have access to any books, documents, papers and records of Proposer that are directly pertinent to Proposer's discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Proposer's personnel for the purpose of interview and discussion relating to such documents. 9 FORMS [THE REST OF THIS PAGE HAS BEEN LEFT INTENTIONALLY BLANK.] 34 Page 277 of 386 Agenda Item #11.17 Form A ;i •`' \� PROPOSER QUESTIONNAIRE- General Business Information (Products, Pricing, Sector Specific, Services, Terms and Warranty are addressed on Form P Proposer Name: Questionnaire completed by: Please identify the person NJPA should correspond with from now through the Award process: Name: E-Mail address: Please answer the questions below using the Microsoft Word'version of this document This allows NJPA evaluators to cut and paste your answers into a separate worksheet.Place your answer directly below each question.NJPA prefers a brief but thorough response to each question. Please do not merely attach additional documents to your response without also providing a substantive response.Do not leave answers blank;mark"NA"if the question does not apply to you(preferably with an explanation). Please create a response that is easy to read and understand. For example,you may consider using a different font and color to distinguish your answer from the questions. Compan% Information & Financial Strength 1) Provide the full legal name, mailing and email addresses, tax identification number, and telephone number for your business. 2) Provide a brief history of your company,including your company's core values,business philosophy,and longevity in the FLEET MANAGEMENT SERVICES industry. 3) Provide a detailed description of the products and services that you are offering in your proposal. 4) What are your company's expectations in the event of an award? 5) Demonstrate your financial strength and stability with meaningful data. This could include such items as financial statements,SEC filings,credit and bond ratings,letters of credit,and detailed reference letters. 6) What is your US market share for the solutions that you are proposing?What is your Canadian market share,if any? 7) Has your business ever petitioned for bankruptcy protection?Please explain in detail. 8) How is your organization best described:is it a manufacturer,a distributor/dealer/reseller,or a service provider? Answer whichever question(either a)or b)just below)best applies to your organization. a) If your company is best described as a distributor/dealer/reseller (or similar entity), please provide your written authorization to act as a distributor/dealer/reseller for the manufacturer of the products proposed in this RFP. If applicable,is your dealer network independent or company owned? b) If your company is best described as a manufacturer or service provider,please describe your relationship with your sales and service force and with your dealer network in delivering the products and services proposed in this RFP. Are these individuals your employees,or the employees of a third party? 9) If applicable,provide a detailed explanation outlining the licenses and certifications that are both required to be held, and actually held,by your organization(including third parties and subcontractors that you use)in pursuit of the business contemplated by this RFP. 10) Provide all"Suspension or Disbarment"information that has applied to your organization during the past ten years. 11) Within this RFP category there may be subcategories of solutions.List subcategory titles that best describe your products and services. 35 Page 278 of 386 Agenda Item #11.17 Industry Recognition & Marketplace Success 12) Describe any relevant industry awards or recognition that your company has received in the past five years. 13) Supply three references/testimonials from your customers who are eligible for NJPA membership. At a minimum, please include the entity's name,contact person,and phone number. 14) Provide a list of your top five governmental or educational customers (entity name is optional), including entity type, the state the entity is located in,scope of the projects,size of transactions,and dollar volumes from the past three years. 15) Indicate separately what percentages of your sales are to the government and education sectors in the past three years? 16) List any state or cooperative purchasing contracts that you hold. What is the annual sales volume for each of these contracts over the past three years? 17) List any GSA contracts that you hold. What is the annual sales volume for each of these contracts over the past three years? Proposer's Ability to Sell and Deliver Service Nationwide 18) Describe your company's capability to meet NJPA Member's needs across the country. Your response should address at least the following areas. a) Sales force. b) Dealer network or other distribution methods. c) Service force. Please include details,such as the locations of your network of sales and service providers,the number of workers(full- time equivalents) involved in each sector, whether these workers are your direct employers (or employees of a third party),and any overlap between the sales and service functions. 19) Describe in detail the process and procedure of your customer service program, if applicable. Please include your response-time capabilities and commitments,as well as any incentives that help your providers meet your stated service goals or promises. 20) a)Identify any geographic areas of the United States that you will NOT be fully serving through the proposed contract. b)Identify any NJPA Member sectors(i.e., government, education, not-for-profit)that you will NOT be fully serving through the proposed contract. Please explain your answer. For example, does your company have only a regional presence,or do other cooperative purchasing contracts limit your ability to promote another contract? 21) Define any specific contract requirements or restrictions that would apply to our Members in Hawaii and Alaska and in US Territories. Marketing-, Plan 22) If you are awarded a contract, how will you train your sales management, dealer network, and direct sales teams (whichever apply)to ensure maximum impact?Please include how you will communicate your NJPA pricing and other contract detail to your sales force nationally. 23) Describe your marketing strategy for promoting this contract opportunity. Please include representative samples of your marketing materials in electronic format. 24) Describe your use of technology and digital data (e.g., social media, metadata usage) to enhance marketing effectiveness. 36 Page 279 of 386 Agenda Item #11.17 25) In your view, what is NJPA's role in promoting contracts arising out of this RFP? How will you integrate an NJPA- awarded contract into your sales process? 26)Are your products or services available through an e-procurement ordering process?If so,describe your e-procurement system and how governmental and educational customers have used it. Value-Added Attributes 27) Describe any product,equipment,maintenance,or operator training programs that you offer to NJPA Members.Please include details,such as whether training is standard or optional,who provides training,and any costs that apply. 28) Describe any technological advances that your proposed products or services offer. 29)Describe any"green" initiatives that relate to your company or to your products or services, and include a list of the certifying agency for each. 30) Describe any Women or Minority Business Entity (WMBE) or Small Business Entity (SBE) accreditations that your company or hub partners have obtained. 31) What unique attributes does your company,your products,or your services offer to NJPA Members?What makes your proposed solutions unique in your industry as it applies to NJPA members? 32) Identify your ability and willingness to provide your products and services to NJPA member agencies in Canada. 33)NJPA Members may intend to use funds from a federal grant or contract under the Federal Emergency Management Agency (FEMA). In that event, state your ability and willingness to complete, execute, and provide the "Required FEMA Terms and Conditions Certification"form attached as Appendix D to the RFP. NOTE: Questions regarding Payment Terms,Warranty,Products/Equipment/Services,Pricing and Delivery,and Industry Specific Items are addressed on Form P. Signature: Date: 37 Page 280 of 386 Agenda Item #11.17 Form B t�JPAj} PROPOSER INFORMATION Company Name: Address: City/State/Zip: Phone: Fax: Toll-Free Number: E-mail: Website Address: COMPANY PERSONNEL CONTACTS Authorized signer for your organization Name: Email: Phone: The person identified here must have proper signing authority to sign the"Proposer's Assurance of Compliance"on behalf of the Proposer. Who prepared your RFP response? Name: Title: Email: Phone: Who is your company's primary contact person for this proposal? Name: Title: Email: Phone: Other important contact information Name: Title: Email: Phone: Name: Title: Email: Phone: 38 Page 281 of 386 Agenda Item #11.17 Form C EXCEPTIONS TO PROPOSAL,TERMS,CONDITIONS, AND SOLUTIONS REQUEST Company Name: Any exceptions to the terms,conditions,specifications,or proposal forms contained in this RFP must be noted in writing and included with the Proposer's response. The Proposer acknowledges that the exceptions listed may or may not be accepted by NJPA or included in the final contract. NJPA will make reasonable efforts to accommodate the listed exceptions and may clarify the exceptions in the appropriate section below. Term,Condition,or NJPA Section/page Specification Exception ACCEPTS Proposer's Signature: Date: NJPA's clarification on exceptions listed above: �`� Page 282 of 386 Agenda Item #11.17 Contract Award RFP #060618 FORA 1) +� Formal Offering of Proposal (To be completed only by the Proposer) FLEET MANAGEMENT SERVICES In compliance with the Request for Proposal(RFP) for FLEET MANAGEMENT SERVICES, the undersigned warrants that the Proposer has examined this RFP and, being familiar with all of the instructions, terms and conditions,general and technical specifications, sales and service expectations, and any special terms, agrees to furnish the defined products and related services in full compliance with all terms and conditions of this RFP,any applicable amendments of this RFP,and all Proposer's response documentation. The Proposer further understands that it accepts the full responsibility as the sole source of solutions proposed in this RFP response and that the Proposer accepts responsibility for any subcontractors used to fulfill this proposal. Company Name: Date: Company Address: City: State: Zip: CAGE Code/DUNS: Contact Person: Title: Authorized Signature: (Name printed or typed) 40 Page 283 of 386 Aqm Item #11.17orE �JI'A Contract Acceptance and Award (To be completed only by NJPA) NJPA#060618 Proposer's full legal name Your proposal is hereby accepted,and a Contract is awarded. As an awarded Proposer,you are now bound to provide the defined products and services contained in your proposal offering according to all terms,conditions,and pricing set forth in this RFP,any amendments to this RFP,your response,and any exceptions accepted by NJPA. The effective start date of the Contract will be ' 20 and continue until- (no later than the later of four years from the expiration date of the currently awarded contract or four years from the NJPA Board's contract award date). This contract may be extended for a fifth year at NJPA's discretion. National Joint Powers Alliance® (NJPA) NJPA Authorized signature: NJPA Executive Director (Name printed or typed) Awarded this day of ,20 NJPA Contract Number #060618 NJPA Authorized signature: NJPA Board Member (Name printed or typed) Executed this day of ,20 NJPA Contract Number #060618 The Proposer hereby accepts this Contract award,including all accepted exceptions and NJPA clarifications. Vendor Name Vendor Authorized signature: (Name printed or typed) Title: Executed this day of ,20 NJPA Contract Number #060618 41 Page 284 of 386 Agenda Item #11.17 Form F PROPOSER ASSURANCE OF COMPLIANCE Proposal Affidavit Signature Page PROPOSER'S AFFIDAVIT The undersigned,authorized representative of the entity submitting the foregoing proposal(the"Proposer"),swears that the following statements are true to the best of his or her knowledge. 1. The Proposer is submitting its proposal under its true and correct name,the Proposer has been properly originated and legally exists in good standing in its state of residence, the Proposer possesses, or will possess before delivering any products and related services,all applicable licenses necessary for such delivery to NJPA members agencies.The undersigned affirms that he or she is authorized to act on behalf of,and to legally bind the Proposer to the terms in this Contract. 2. The Proposer,or any person representing the Proposer,has not directly or indirectly entered into any agreement or arrangement with any other vendor or supplier, any official or employee of NJPA, or any person, firm, or corporation under contract with NJPA, in an effort to influence the pricing,terms, or conditions relating to this RFP in any way that adversely affects the free and open competition for a Contract award under this RFP. 3. The Proposer has examined and understands the terms, conditions, scope, contract opportunity, specifications request, and other documents in this solicitation and affirms that any and all exceptions have been noted in writing and have been included with the Proposer's RFP response. 4. The Proposer will, if awarded a Contract, provide to NJPA Members the/products and services in accordance with the terms, conditions, and scope of this RFP, with the Proposer-offered specifications, and with the other documents in this solicitation. 5. The Proposer agrees to deliver products and services through valid contracts,purchase orders, or means that are acceptable to NJPA Members.Unless otherwise agreed to,the Proposer must provide only new and first-quality products and related services to NJPA Members under an awarded Contract. 6. The Proposer will comply with all applicable provisions of federal, state, and local laws,regulations, rules, and orders. 7. The Proposer understands that NJPA will reject RFP proposals that are marked"confidential" (or"nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statute §13.591, Subd. 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals generally become public data. Minnesota Statute §13.37 permits only certain narrowly defined data to be considered a"trade secret,"and thus nonpublic data under Minnesota's Data Practices Act. 8. The Proposer understands that it is the Proposer's duty to protect information that it considers nonpublic, and it agrees to defend and indemnify NJPA for reasonable measures that NJPA takes to uphold such a data designation. [The rest of this page has been left intentionally blank. Signature page below] 42 Page 285 of 386 Agenda Item #11.17 By signing below, Proposer is acknowledging that he or she has read,understands, and agrees to comply with the terms and conditions specified above. Company Name: Address: City/State/Zip: Telephone Number: E-mail Address: Authorized Signature: Authorized Name(printed): Title: Date: Notarized Subscribed and sworn to before me this day of ,20 Notary Public in and for the County of State of My commission expires: Signature: 4' Page 286 of 386 Agenda Item #11.17 Form C. #JPA OVERALL EVALUATION AND CRITERIA '*= For the Proposed Subject FLEET MANAGEMENT SERVICES Conformance to RFP Terms and Conditions 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service Nationwide 100 Marketing Plan 50 Value-Added Attributes 75 Warranty 50 Depth and Breadth of Offered Products and Related 200 Services Pricing 400 TOTAL POINTS 1000 Reviewed by: Its Its 44 Page 287 of 386 Agenda Item #11.17 Form P JPA PROPOSER QUESTIONNAIRE Payment Terms, Warranty, Products and Services,Pricing and Delivery,and Industry-Specific Questions Proposer Name: Questionnaire completed by: Pavment Terms and Financing Options 1) What are your payment terms(e.g.,net 10,net 30)? 2) Do you provide leasing or financing options, especially those options that schools and governmental entities may need to use in order to make certain acquisitions?. 3) Briefly describe your proposed order process.Please include enough detail to support your ability to report quarterly sales to NJPA. For example, indicate whether your dealer network is included in your response and whether each dealer(or some other entity)will process the NJPA Members'purchase orders. 4) Do you accept the P-card procurement and payment process?If so,is there any additional cost to NJPA Members for using this process? Warranty 5) Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may include in your response a copy of your warranties, but at a minimum please also answer the following questions. • Do your warranties cover all products,parts,and labor? • Do your warranties impose usage restrictions or other limitations that adversely affect coverage? • Do your warranties cover the expense of technicians'travel time and mileage to perform warranty repairs? • Are there any geographic regions of the United States for which you cannot provide a certified technician to perform warranty repairs? How will NJPA Members in these regions be provided service for warranty repair? • Will you cover warranty service for items made by other manufacturers that are part of your proposal,or are these warranties issues typically passed on to the original equipment manufacturer? • What are your proposed exchange and return programs and policies? 6) Describe any service contract options for the items included in your proposal. Pricing,Delivery,Audits,and Administrative Fee 7) Provide a general narrative description of the equipment/products and related services you are offering in your proposal. 8) Describe your pricing model(e.g., line-item discounts or product-category discounts). Provide detailed pricing data (including standard or list pricing and the NJPA discounted price)on all of the items that you want NJPA to consider as part of your RFP response.Provide a SKU for each item in your proposal.(Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract. See the body of the RFP and the Price and Product Change Request Form for more detail.) Complete the attachment shown below in Excel format and submit as part of your pricing response.The workbook is included as part of the forms package and is titled"Pricing Grid." 45 Page 288 of 386 Agenda Item #11.17 Pricing Grid Charged/ Type Percentage Details Acquisition Interest Rate Index Used Basis Points(addor) Factory Order Vehicles Domestic Factory Order Vehicles Foreign Dealer Stock Vehicles Domestic Dealer Stock Vehicles Foreign _ %Incentives Passed to Customer Federal Tax Incentives State Tax Incentives Manufacture Incentives Maintenance �� Fixed Maintenance Occurance Maintenance y, Fees Management Fee Service Charge Lease Termination Fee Yes/ No How is it calculated? Interim Interest Resale Fee Provide fees not listed+rate 9) Please quantify the discount range presented in this response.For example,indicate that the pricing in your response represents is a 50%percent discount from the MSRP or your published list. 10) The pricing offered in this proposal is a.the same as the Proposer typically offers to an individual municipality,university,or school district. b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments. c.better than the Proposer typically offers to GPOs,cooperative procurement organizations,or state purchasing departments. d.other than what the Proposer typically offers(please describe). 11) Describe any quantity or volume discounts or rebate programs that you offer. 12) Propose a method of facilitating"sourced"products or related services, which may be referred to as"open market" items or"nonstandard options".For example,you may supply such items"at cost"or"at cost plus a percentage,"or you may supply a quote for each such request. 13) Identify any total cost of acquisition costs that are NOT included in the pricing submitted with your response. This cost includes all additional charges that are not directly identified as freight or shipping charges. For example, list 46 Page 289 of 386 Agenda Item #11.17 costs for items like installation,set up,mandatory training,or initial inspection.Identify any parties that impose such costs and their relationship to the Proposer. 14) If delivery or shipping is an additional cost to the NJPA Member,describe in detail the complete shipping and delivery program. 15) Specifically describe those shipping and delivery programs for Alaska,Hawaii,Canada,or any offshore delivery. 16) Describe any unique distribution and/or delivery methods or options offered in your proposal. 17) Please specifically describe any self-audit process or program that you plan to employ to verify compliance with your proposed Contract with NJPA.This process includes ensuring that NJPA Members obtain the proper pricing,that the Vendor reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to NJPA. 18) Identify a proposed administrative fee that you will pay to NJPA for facilitating,managing,and promoting the NJPA Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per-unit fee; it is not a line-item addition to the Member's cost of goods. (See RFP Section 6.29 and following for details.) Industry-Specific Questions 19) Describe your available vehicle maintenance program(s). 20) Describe any vehicle(or other)rental program complementary to the service offerings that your company has in place. 21) Please provide current battery electric vehicles and plug-in hybrid electric vehicles your company can provide through this contract understanding that future models can be added. 22) Describe the process by which your company will ensure that all natural gas vehicles and propane autogas vehicles leased under this contract will mirror OEM maintenance and warranty provisions and that downtime is minimized. Signature: Date: 47 Page 290 of 386 Agenda Item #11.17 10 PRE-SGBMIISSION CHECKLIST Electronic Copy Check when Hard Copy Required Required-CD or Completed Contents of Your Bid Proposal Signed and Dated Flash Drive Form A: Proposer Questionnaire with all questions answered completely IX-signature page only IX Form B: Proposer Information X Form C: Exceptions to Proposal,Terms, Conditions, and Solutions Request X X Form D: Formal Offering of Proposal X X Form E.Contract Acceptance and Award X Form F: Proposers Assurance of Compliance X X Form P: Proposer Questionnaire with all questions answered completely X-signature page only X Certificate of Insurance with $1.5 million coverageIX Ix Copy of all RFP Addendums issued by NJPA X X Pricingforall Products/Equipment/Services within the RFP being proposed X Entire Proposal submittal including signed documents and forms. X All forms in the Hard Copy Required Signed and Dated should be inserted in the front of the submitted response, unbound. Package containing your proposal labeled and sealed with the following language: "Competitive Proposal Enclosed, Hold for Public Opening XX-XX-XXXX" Response Package mailed and delivered priorto deadline to: NJPA, 20212th St NE, Staples, MN 56479 48 Page 291 of 386 Agenda Item #11.17 11 NJPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM Section 1. Instructions for Vendor Requests for product or service changes,additions,or deletions will be considered at any time throughout the awarded contract term. All requests must be made in writing by completing sections 2,3,and 4 of this NJPA Price and Product Change Request Form and signed by an authorized Vendor representative in section 5. All changes are subject to review by the NJPA Contracts & Compliance Manager and to approval by NJPA's Chief Procurement Officer. Submit request through email to your assigned NJPA Contract Administrator. NJPA will determine whether the request is 1) within the scope of the original RFP, and 2) in the best interests of NJPA and NJPA Members. Approved Price and Product Change Request Forms will be signed and emailed to the Vendor contact. The Vendor must complete this change request form and individually list or attach all items or services subject to change,must provide sufficiently detailed explanation and documentation for the change,and must include a complete restatement of pricingdocumentation in an appropriate format (preferably Microsoft® Excel®). The pricing document must identifall products and services being offered and must conform to the following NJPAproduct/price change naming convention: (Vendor Name(NJPA Contract#)(effective pricing date);for example,"Acme Widget 24 Company#0116-AWC eff. 01-01-2017.' NOTE: New pricing restatements must include all products and services offered regardless of whether their prices have changed and must include a new"effective date'on the pricing documents. This requirement reduces confusion by providing a single,current pricing sheet for each Vendor and creates a historical record of pricing. ADDITIONS. New products and related services may be added to a contract if such additions are within the scope of the original RFP. DELETIONS. New products and related services may be deleted from a contract if,for example,they are no longer available or have been modified to a point where they are outside the scope of the RFP. PRICE CHANGES: Vendors may request price changes if they provide sufficient rationale for the change. For example,a Vendor that manufactures products that require substantial petroleum-related material might request a 3% price increase because of a 20%increase in petroleum costs. Price decreases: NJPA expects Vendors to propose their very best prices and anticipates that price reductions might occur because of improved technologies or marketplace efficiencies. Price increases: Acceptable price increases typically result from specific Vendor cost increases. The Vendor must include reasonable justification for the price increase and must not, for example,offer merely generalized statements about an increase in a cost-of-living index.Appropriate documentation should be attached to this form,including such items as letters from suppliers announcing price increases. Refer to the RFP for complete"Pricing"details. Section 2.Vendor Name and Type of Change Request CHECK ALL CHANGES THAT APPLY: AWARDED VENDOR NAME: ❑ Adding Products/Services vices ❑ Deleting Products/Services ❑ Price Increase NJPA CONTRACT NUMBER: ❑ Price Decrease 49 Page 292 of 386 Agenda Item #11.17 Section 3. Detailed Explanation of Need for Changes List the products and/or services that are changing or being added or deleted from the previous contract price list, along with the percentage change for each item or category. (Attach a separate,detailed document if changing more than 10 items. Provide a general statement and documentation explaining the reasons for these price and/or product changes. EXAMPLES. 1) `All pricing for paper products and services are increased 5% because of increased raw material and transportation costs (see attached documentation of fuel and raw materials increase)." 2) "The 6400 series floor polisher is being added to the product list as a new model, replacing the 5400 series. The 6400 series 3%increase reflects technological changes that improve the polisher's efficiency and useful life. The 5400 series is now included in the "Hot List"at a 20% discountfrom the previous pricing until the remaining inventory is liquidated" If adding products,state how these are within the scope of the original RFP. If changing prices or adding products or services, state how the pricing is consistent with existing NJPA contract ricin . 50 Page 293 of 386 Agenda Item #11.17 Section 4. Complete Restatement of Pricing Submitted A COMPLETE restatement of the pricing, including all new and existing products and services is attached and has been emailed to the Vendor's Contract Administrator. ❑ Yes ❑ No Section 5.Signatures Vendor Authorized Signature Date Print Name and Title of Authorized Signer Jeremy Schwartz,NJPA Director of Cooperative Contracts and Procurement/CPO Date 51 Page 294 of 386 Agenda Item #11.17 ?4_.y,/tRNMCN7�A G �^ L D JPA )f if r r�O�oq w�aros`L�e Appendix A NJPA The National Joint Powers Alliance® (NJPA), on behalf of NJPA and its current and potential Member agencies, which includes all governmental, higher education, K-12 education, not-for-profit, tribal governmental, and all other public agencies located in all fifty states, Canada, and internationally, issues this Request For Proposal(RFP)to result in a national contract solution. For your reference, the links below include some,but not all, of the entities included in this proposal. http://www.usa. og v/Agencies/Local_Government/Cities.shtml http://nces.ed.gov/globallocator/ https://www.census.gov/20IOcensus/partners/pdf/FIPS_StateCounty Code.pdf http://nccs.urban.org/sites/alUnccs-archive/html//PubApps/search.php httys://www.usa.gov/tribes#item-37647 http://www.usa. og v/Agencies/State-and-Tem'tones.shtml Oregon Hawaii Washington 52 Page 295 of 386 D cn a +nPJ Pr1 _ Appendix B Political Subdivision Lis[ 3 for HI,ID,OR,5C,UT,WA H d— ,rnl�n+ uyM1 gmn y Gpn.% cop,`a pnh pn n cope. copAn —b. wau County � Bak,`County xvllle CouMY wnry amsCwnry acwnty ver[ wnry Moun tounry Y Bannock Cwrnry C...Oregon lnrergwernmenul Council A"..".County [acne CNomry Benlm County unWWlry n Bear take Count, Cl—.— Men wn Cwnty Grbm County Ch,I,CwntV ,.a cwnrydMaalulu waM1 counrr [Ixtamn[omry xrwce D�slnct Not Daum County Clallam County Boner EdpMIM Ntsoo Cwnn Bamwe�Comty Davy cwnn Clark cwnl, h C.1ii Biii= hry C+—..county Beaulor[(omty MrAnw-1, (dpmaa tpunty wnuu Colkge ne County Coos Count, BerkNey Cwmly my BoenN xrnce pstnd Hoa Cawlnecwnly e r CrwkCouMY Emny Cwmay D—Al wo [M1 Cmporatim Bonney CleCnmry Curry County ba Ary onalCwwlolGwernmenu myAsswi,um.Gwern.- WinewareCwnmuniry<dlege xfwmry tial Mielane,cwncil or Governments wrieltl County kn Coprnh ftlw.lan Ig131 Dau8las County CM1arlxton County GarfNtl Counh n [ounry Gullam Cwnry [,`.rake.Cwnry Gram Coumy YM1wls Grant Canty wb County Gra..ft—Cwnry swaN w.o-kl n, Gntnlpld'vent, lana Gmry It'Dev.op—All Ma CwntYy wnry Clxendm Cwnty Mlllare Cwnry IeX,`son county w:pWlB Nnwsire A"-' Cryrk County >m rwMY C.11—County Ma{an Counh airy County n putnanv Clearwater Cwnty ,son Cwnlr D,rliretm County Piot.Cwnry kite[wnry Domes:Axwwum oroldurW+Mriry fes PapiE lramporlatim ,`[ounry ounry BrA CauMy Aral Earn t,mr+rnnaB,w,��AanarrtY mete cwnn ,wnn and I.k.Cwnry SbbNal l.n CauMv 1+ae CwMwnIY eltleCwnlr xn j...—A, un wail Uewr[menr of Mcwnlire and General Server Fremont tpuntyI.I.auMrl of Governmenn rtiNe CwntY Sanwle[wnly ler�sCwnly tr ,,,lxwrtmmr dkmaMe ane Aem�n�,rr,nm omry apnn emen<.C..VAY om cwmr all Dewrtment of H.altn Gooelrrg Cpunty n n wnry ew8xown County an Cwn[v ail Fmplayer-union HeallM1 Benelitz Trust Pune leano[wntY GreenvilleCwnly TomleCwnryY Okanogan County Mears systems corp—t— IeXerspI Cwnry Malneur county Greenwwe County Man[ounry a<ifc Cwnty SI.I!'OF H,wao UtaM1 counh eine C. wicwtnry on Cwn[v lrwsrng au[nwiry mvcwnwnl atcn count, i ee tpunty Un Cwnty ow tounry p,`Corry sniretm C. wn CwMr m MWtwnun Cwnt, r xlnr tounry PdM Cwnry y xam,nn Cwmy rrrcdnClwnry SM1ermanCwnry nsCwM,Y Munkb+liry m Srolamsntwnry Maeism Cpmry Talamepk Cwnry Lee Cwnh [.Medd.un Spokane County M.Val CwmY eun{tonCarry ,,d41p�ne CV roCounty m Cwmy anwM1 Cw acovernmmts City.Amen<an Fork One Da cwnn Wanowacnpunn nn ny d Aurora on Rry opal Plamm�g<aunol Ov,,nee[wnry w cwmr —1-7 u.y meat+re W,nkakum c...I pit"A CwntY MnBtm Cwnry ounry ver Walla Walla County C tY.O andre m —ii, cwnn mnewnrvy C Al Bwnd+len p Ism cwmr MwkWBIY OranB.buq[wnry Gry d BwnuM rak ma coumy Y r g Cwnry Crcva Brynam : Kxrvun Valle,cwM,My Cry d Baran lII llh—tW MY cit,d Castle ONe a n Cont,`ewe of Governmenn snirylm Cwnry Gly of Ar­ alum County ity d Ceeu C" MUN<q+Yry Munklqury crty of Amity Sw.al Cwdv C.1,d Cedar Nulla CII,of Abereeen ry a Ab,`eeen Oh of Nliretm Sumter County cry d Cemnnlle cry of Auw.y Heights Cny d Albion Cit,.1.1— C. d Clearneld cry of Ngona C." dAmeriwn Falls .,of At[on, Wilnam Ourg Cwnry Gyd Gnton Ciryol Macorter lrY.Ammon CI[Y ai AIM1en, —1,county C."d eoalvllle CITY of Arlington Clry fArco Cit,of Aum,vule ...A.,Ilh ,,,d eolorado City city of Asoun City a Ar imo e[Y of A—'. CDy or Abbevlu. CIV d Cwlnw G[y cin al Auourn nY d Asmm r n By a Conawvooe H,`{Ms cur al Banbnege larand Gtya Ar., yof Banem v ,.1 Andenm Ck, Dela Yal Oattle Ground on d AIwM[on r or B+rnwNl o,a lx,wrC:ty try d Bancrah Gry of Bar un Gty of Be+elwt Gry d wdeme Gh of Bell mz l,d.11.ue Oty of Beaverton .1,of Belton CA'd Fan Carbm city of I—.GIY CA, d Blxdwt Gryor Bend Gry of Benrrrtlsvnle Gry d Gk gie8e CIV of ny d Bliss c[y o1 Bwrtlman City of A—,". City d Elmo Gh of Blxk Durrant nr d Bloomiretm Gtr of Brwkings Cur of C.-- Gry d Ew<n cin of Blame A, d Bdse Cityof Bmwnsvdle G[y of carte r4 d EMerprlse Clry of Bonney lake d Bmn,`s Ferry city or Burro Gty of Cnarlestm nyd EpMaim Cih of B.nea Gty d Bwlll Gly of 4nbV City of CVAs... cty d 1-1,nte Ciy of Bremerton cry d Butyl y of Cannon.—I y of CneNer Cit,d f VA.Yl y pl Brewster CItY d Burley CA,d Canrmvale on Clty d Fauwew Clly nI 0r�egemrt tltY d C.ewN cl,of-1— GtY or C mim Gty d Farmm{tm Cih o10r�er tY d C.=.. Cir DI C.MIe lwks Gry of Ca— Cit'a Farr Wnl Cil"of Buckley Gtr or w+e Ima�an un ar Cmw.r n,At Ferret uY d B— t.,d[.vele tlh of cenn.l Pmnr G"al W renpm Gty a Flumes. 14 d Burlirelm Gh d c,,nelwtl tln of cmlapm Gty of Denmark Clry d rwMam error ClZ <+moa G[y d Cfiallls r of Clalsk,me v of anon Gry d Frull Negnu eIq d 4rwum Gy d Chub— Gry of Cobury un d Easley Cny a W rtaM Gry d C,,h.— c." a Cl.pm C14.CA.—Ciry cry d Gnnnville Cih of wsee Back Clry d tlifion Gry of and.. GtY of FaI1Y Be+cn Cny d Green A, clw d I,--la Clry d eo.r.'Alen. oily.1 cow Bay cry of Forest Kres eY dGunnlsm lty dtllenalp Clty d Gumu ry of[opulne G[y m Founuin lnn Gry d Hxa-H. C"'..Ali, c",Al CMigmont Cllr of C—l— Gtr W Gaflwy city d Neb,`GI, clh d Genet' tym/ c::,d—ii, Clty Df Cwvall�s Gty oFGewgetown C."d Helps Cny Cih aChewNan l V IrY d CUMeuc rwe GtY d Goose[reek rty d Hertim,n ctY atl,rt,Im crry Af .I-Greens Cfy IV[wl�Ye Gtr d Greenvale Crry.HignlarI cyl, pm N ury Ar vert- Uty.CreswNl ctr or G,-n.— C<tr a at. Gry d tyle HBI Gry a oean GtV of aro,` tlty of Gree. n,d XaOae+v Ory aCollu m cny a a.rC, Gh of mu„ Gh or Bawn,n rtr At Hanery I. Gw a Code{.pb« V' Gtyd DA-11, oy or o.ma,ws CA,ar wrde+vdl. r pe Oryd abet. 0 w 00 .rl,Ittn tll,If Page 1 of 14 CD D cit m Haw,li IdaM orypn SouU ordin, ut•n W«Nwton a Cay d Domer Ury a Daytm Ory a H.rlsv,lle city d HUM.mce Cily of Connell /�. CIEY d Dawnry City of.milia Uty a kxnm Clty a Harron• City aI Cosmopols iY UEy d pigs Ury a OeDoe xY at a Isle a p.- GtY d Hyde-1, Cny ul Cov,wtsn un d Dabas un d Deam Gn aam.w.,die .ry d senor euv d oa.mppn UY a fwe UI a WiWd CNY a bye Uly Cl,a Mn cur el.aYsw City d Eden city a or.l. Glv of Uncasser c!"d.oras Ciry of Dees Park City d Elk Rlvn U[y d OUMee Uty d Undrum ciry d xMb CIry of Des Mwns Ury d Emmet[ CIry.Wriu Cil, Uty a tautens .ry d"im. Clly a1 DUPm1 City.1.0— at,.oud.m ot,a l.bnsY CNy d U Varkm Cin a—H UHdinnn Utrvlllye Cnyd Ciii. Gtyd W.s City d Larkn Grydfasliii—lhn Ury d Ills Ury o,Edo Uty If Mannlw U,y d LNiI City of ftlgewaad Gry a FIHM1 Cay a EIPIn Chy of Marlon CIry a lewktm CIry d ftlmonds el[I d lonitin Uty or Ewnpriu CIIY of Mauldn a"d Eindon Un d flennc Uly Ury a iruiN.M GIY or fsla<,tl, a I of MulHn> Ury d lq.n Ciry el fllensWrg r� Clrya WrxI." Cy oEugen GIya MYrtN Bead Urya Maw, Clty of Elena -4 CItY d Wriesn C::,.:FNrwew UEY of New FII<n,m CItY a Mapleton CIEY of Lnlial all d Gewgawwn Gty a falls Cin UI,or Newberry city a M,rru[<SI.[ernlle City el Enumclaw 11.1d—Inry GEy o1—.— Ulyo,Hwlh♦Waau .,&—. Ory d 1pwau Ory d GoadsV Ory d Fw«[Grw. Ury.Hwln Cryan«ten Ciry a Maxk Oly d f vmm cnrd Wxe City dFrnsll City a—,,MYrtleB h C.ryd MYswW UIy.I Everson atY d Grmtl View City of G.IIWid City el orawebwg City d M,Rwd C.el 1-1.1Wry City d Gr•ngev,ile Clryof."d, City a".I. Cttyd MllNllk Clry a Femdale Ury d GrnsReal Ury d WI« Ury I—WII Ciry a Moab Gry.Hfe city.Nynman Ciry.— it Ury.Smeo CNYa Mon CirydNrcr«, Cin d H,ilry UtY d Gerv.is CIEY.Smpwrnille CIIY d Mon.ce Cin d forks [ICY.H,wen ,Y of GbMlme GryaBwn,nburg c yd m.lit la LIry al George city a H«riven Ury a Q-1. .,r or Sumin Ctty a Morg.n Ciry o,Gig Harbor Gly,d nZ Gay a—M,d U,y of iq,by UIY a Mwm. c1w d Gold Bar an a Hnettm .ry a—..11 Un of ir,rams Ren Uw a Ml.—.C.4 Gry a Gddenole Ury d NiryMrn Ciry aG—Paa Ury a Uwm Ctty d Mumry Ciry a Grand C.- c, Nolllsln Citya Grxnnwn Ci of w.ln.11. Ctty a MI- CIrydGrandview CITY d id at,a—tum a of Wallnbaro at,d ll•d Ii Ury d Gr. Mn ray d Xape UtY a Nairrs UtY olWNllwtl City a NroIR UIY d Granite falls Cill Norushae Bend UryaN,HvwY CIry.W«t[.— .ryalRMry .rya Hammon c,[y d H.— Ury.Nalsry Ciry awenmernn city a North Lwan Ciry a Hoauiam CITY aid.M Qty Un of Napq Vellq Cl aw—K CllYa Northolden Oryel Ilwaco ,sy a Id.M Falls CIry of HamHMrg U,Y aYarY CIIyd rarth San Uke Gry d lssaauan Uy d IMom CItI o,Nar. Town d NieMne Ci1Yd Oakley CIIY d R.nmrm Uty d Iskra P.rY Ury of H.ppnn lows of Fndrews CII,a olden [in d Itakma Uty d Inome un of Xarml,tm 1pwn.nnI—Bexn .Ey aoxngevme .ry d Kelso City a 1WI,ma CI:11 a Nlllsboro town of PwenGw Uy do,em Ory d Renmore U,y a Rami•h ty of M,n« town d RYrur cnr d P.wwu. Gry d Kennew.<s CI,y d RNlgg Uty of No.tl 0..nr low.a B,EasbwgieeaMlla City P.sI Un .n a ami CItY d trMnd Ci,y of NupWrd lawn d Be,Mn CItYa Parawan (IIY d Renk falls City d I— CIry of Hun,.rytw own d Bk<bbwg Ctty d Payson aly a Mrkl— Ci[Y dKimberly CItY of b.nh. Town a Bkckville CRYd Perry Ciry d M1-ti UtY d Ra«lea Ury a Imbler Tpwn d B1eMnm cit,d Plain c., Gry ax-- UtYaRun Clry of lnepeMewe lawnd Ci,,If—d at,rel lxq UY a Lapwai Ciry of angor town d Blyli,e,r poe Ctty a meaonl view City d Uk<Fw«I hrY Cltyd Uw Nw SlRings U1,a HIaM eln awn of Bowmen <Ityd Prio Un d.- 1%, .tr Henrys Ityalawlxm UtYofl,ckso Ile awnd BowMllle City d Prvwdmo CIEYaI.— aq a MMry Ury.hNnw. T—a Bn•rcllHe♦n« ell a Promo Ury a La.gky CIIYd MalWC,ty a".-O,Y Townd 11— City d RiOf— C.dLxvmworth Utii Marang Glya1—GE, town ICA-1.14 city d Rknmontl all— c", ry Uke M<Call Cny of ldiah town at Cameron CIEYa Rlxr XeigMs CIIY of low xxM1 cttr d MR.mmce UtY of lunn.on CIIY lawn d C,mPabello CIry a Rlmdde [iIY a LonlMew Cnr d M. Ury.RN,er Town d Cmod City Nwntm Ciry d L,.- U,o,Merin GrydRiw UIY .veal Clew. CIIY a Rwsse 1 Citid Lynmvwa Ury.Oil-- Ury a Klamath FNN town d ehenw Clrya Rq CIry d m.— CI,y d Mldtlklan c.,.L.Gonde Town a cit«k,BNd Clty d S,Iem C1ry of Mable Vallq Ciry d MaxkUry.U Pin awn dClio Clly d Llin. Gry d M.rysNlle City d Moxow '"a Ul.ydte own a Clover UIY dsail UYe Gh CitY a M.nawa c', Mwnbin Nome CNy'UYe Oswga own d ConMev.11e Clrya Lrldy c a M,c-,, ci,d Mulkn cttr a L•k«.a• Town d Cow,rtl UEy a S+nl.a", Cary m MMI<al LMe Gry d Mun,wh Ury a.baron Town acowpms UEy a sankawn cin rel Meem, City d W mw Ury a llhol.Ory raw.d omm.d Una vola,Swings cur al Mercer uknd all a New Meadows q.; .11 Iown.Mnaas .11 a smiEMua UIY cuy of MI. city.New Pl—tl, Ury oll«Hn Town or Due W«t ciry aSouCiry of M.11 Creek C.lyd Newdale c.,.= town of Ouncan al—i'= ciry of M,Hm CIIY d Nxperce Ury.Lyon wit of Us,.ver CIIYof Soul Lit L.Ye Uty CIIY o,Monrce City d Ndus City a Mad« Town d fdi Ciry a Souls wager Ciryd Mom«ono Ciry d ddiro Ury el Malin fawn d Edrslo Bead Ury a swnisli Fork C,ry d Marton CNy d OSMm Ury of Mawadta town a FM1rlwd Gry asp,CNY City of MUs«Lake Ctty a D.rkn Ury a M.upin town d Elgin ciry d Spr,ngwlle C,ty a Mossyrws cin a D.rma .ly of MCMnmille Town d Ellarn CItY a SL Gwrg• C,tY of Mountlake Tnr,ce cur a paw .n or Meawtl lawn d Es011 Gry d Swrry„de at,a Mom .rya Penne ChY of Ak,aius lawnaEuuwvHk Orydsi«sit .Ira MI vitro. U,y d Pur« CNY of MII1.Ly row.d Ind,. 01,d SYramse Gtr d Mustin Cur d PinMurs[ GtY of MIIleripwB town d F,.MRI .n d Uvlorsvllle c a Nawvine al,d Plummn un of MIttm3.eew«er row.a lama. ray of Tonle nn d Newostle cirydvonnno Cqa Mlw,uk.e awed Wnm Utla 1::1.1,ne uryaNe— Gry ar Moiak yawn d G.nwa cm a nemw,m un d—', Cq a PerosININIs UY of Monmoud own.GilberE at,a lrop.c Cin d Nii,—y Park cnr a Pollamh cur or Maw« own.Gomm Ciry a Wwah Ury d—Bmd TE Ury d Pr«,m Uh of Monument low.a G.ay Court Ury a Verna, Ury d North BmsHWlk SSV U[Ya priest RNer Ci of hsoro Town aGx,FIII Cnrd Waskw[on c=. lrydakNarbor LJ CNY d R«Itlrun Ury el nbsar lawn d Greakyvllk at,d W.sNNlan,reran Un d W kviBe (� Ciry d Raubms CM a M,.MgN town d N.mplm CIry d weiRngtm CIry d lke•n SMT« /T CI,Y d Re.bur5 Clry If"Vernon town d Narlery,lle CItY a Wensv.11e [Ily el OYanoB.n V G[ra McnnNd Ury of Marek Creek Townd, Swim C, awerdover Ury aOlympia N Un a R.gq Ury d Marek Pdw own a Neiwwwa, ."a=Bou.uful .rya omr cttr a Mggm a"Il NNidem Taw.a NHx cm a w%—c.ry ulva aoMBe City a Rir.e City d Newbnl Tarn d Horan Hxd,s— City a W«t 1.— Ciryd Wtiry J c%l a Roberts UtY of Newport own.Hadgn CIEY a west pains Ow d O Mb O W 00 Au VermxB Nig.2of14 D cn Hawari learoDry —.1—Sour—.1— Utah Wasartata, g,/_ cry.R«kion. ery of Noan BeM Iwn.NdIYNII crydWert ValleyUry Cirydp he /x city d RupeM1 pnn plains Twn.Hollywood Gly of Willard cry of palduae iY Ind Salmon G r of Nunn Powder can d Nwwa Path Cny d Wooaand ndls Cin of P,spo cnr a s.wpwnt car or Nn can d l.mn nr If waw.Cr rnr a vaero. an d snNlev own a N. un al vome,w an dsro.nu« �,/wlnmae Town ori ka own ofaxmom anof Porta uv ervule rofom..lo naramn Gn cal vhrt o,.M1are Iry d Soca d smmspiry. y of o.y«cnr can d umen1.d wn olan,ga cin of Part lownurm CrtY a Swrn Lake C n or pwdev wnd 1NI,.on Ciry of paW.bd City a Sl.Amhmy ctY of Peroitton n of IenNnrvine f Ant�mo, ON of Prosser City a It Cn.des ulY of PErlomalh Iwn of lonnsmn Iwn of Apple caner Ciry of Pullman —, City d Stanley Clty a PF«nix rwn d lonnvllle town of Ballard Clay of Puyallup Cllr d Sur C of Pilo,It }wnaaeno>w Tw Hit,Ilivn cry Cin of Dan ty a sole, un of vat ono.e ,wan Imm n cal BCm,� Gn car R,m�e, j car d syr Gn on of Paalro can a gIry,nee rwn a a�g waer 0"1 R,rmwN cin d sun caner cl,r of powers. can a oke view Iwn al Boomer Ory of Redmond Cay.Ten cnr rtCiay Twnol bmar num cardim Tw of Brl. Gty al Ren 1,1 Tttonu en of P,i11. wnabrc S nv Ciry cal aepubbc Ory IT Troy Uy of Ranm, n of uta Gry cal RnFiand ny d Twm till., of RNmoro can a Lmryl« or caslN v.ner enol Rieaenem cnr d ikonCh,ot Reedspo,t mdle n.CeOar fort of Wtxvdle cry aw.pr a City of ,an ane n of tulle Mountain of Cen,,,f:d cGnry of aoc41sland cry d Wallax Un of Riddle canal«Mvr cur of Roslyn oty d w,roe cin or R«aw.r Be.,e rwn a nm.n own of c�nerd N,uer en of aor Gryd It, c ofRryue Ibvec rwndlyndWrg not ctilk", Un of POWI Gty nyd We 11 cnr d Rmepuq cans Mayasvllle of Clawson Cin of SammamisF Gty of Weston Gtr of'­ C111 ulus Town d MCBee of e,ebM cnr of SeaTac Cdrd Wh,Bird city d,I. .ole .cam." uncal X,we nr a wnd- Sandy wnNl Gna xdro wodln C."d Wlrc Fesmr C1r of Sup— Iwna MCCormmk 1—of Dwenrlle cnr d Sel.h N4n.r ad«.tl.n cin of scio Town of Meaa•tt nor Eagle M—t— enol S•Rulm [ rnn Ury of Xon,mwh in. cava Markscwn, Tol Elmo CindsnNt- dle0e1ole5po,hernmaro Carof Xas not Ml PI-1Iwn1 1 Elnme Cilyd% III— Cdkeeplwn„nldano Car a Sen«a was Neves CilyaS .-th Eastern maho Ttt Cal C-ge Ciry o15M1a0Y Cove Twn a Nw Ellemon Twnof Em Ciry d Snopu Im m,ho Division of Profesaonal T,nm,.l Education Gly of SFerldan lownaN:d— Twn of tahaeld Cin of soap lake M10 sum Unrverslry Clry olSrorwpW Twna MnerY L. owhdfra«rs Yol Sourn Bene wi..a.n sox Cele CiryaSneu was Nam of W,dm Gn tyd 5aaka« ne Id, Cdlrye eh of silrvim can.Nwm of wnou enol Spokane v,lln v dl Idaro Ury of Srsurt can a Norway of(0eroale Gly of Spra.oe Eduuaon Ig11xl car a Soe,vllle can a Ol,nx r Glenwood city of slanwood r Xhod gsUitl Np.Sa Ory of Spnr was P.cdet Twnof Govnan Citywl Aevempn r ury I,—D�srcin Bo 303 GtY.Sp�ryONe PaaNaM NnvJle Citya11— nodOntnn Yol H.n s was Pampero not Rath cryd5umas Brain Xhod Dll"No.4 l tY1S,.P-1 wnd P,nck Town of Nenefe, Cllyd Sumner Bear oke County Xlwol DithI,1 No.33 Ciry d Sunheld Town d PawleYl Island Twn d Nenrlevllle City pl Sum de ke Sniaol grand No.33 Ury of Suyt- rad Pelton Ury.T.Coma BlacNoa Xlml qsV Ict Nh.55 emery Ury dl lekm ounnicnod=INo.b1 d5ump<. was P-1n Nord, crydTenrw BINS I-,XM1od UNUicl no 23a flty olSWherlin Iwnoi Perry not Howell Cirydiie,m Bonneville ..It SCnod grtrin No 93 of Sweet Moine town of Purt Royal not nU.1-11, CU,ol Toledo V C.ar Xnod Uhinn No to n was Pros«nty vol loxpnyol Tonautt Buhleau Grand Vow loinrXrool Outna Car of1aN Twna Pavenel i CirydTop«into wm shod DntnC,No.012 CilY oflro Dolle, wnd Reedville ,wile Ciry of lukwila Burse Caunryloma Xnodl Durrur No.111 City d Tigard Twnd Rldae,wiry Twnof ga osF CITY of lumwamr CNdwen.h«ID.sllln No 13 City of fill—k land Twhol 1i dl Ciry.Union Gap Cama.County Xhod District No.ll1 Cl,,of Tdeeo Twnd Rma,ine Iwnoi koaturem CirydUnwernn Place ambndgeX r e not Rh9—Y cav ae Iced, GrydVader slide 5,rod gsprv,a No.422 Cnr or lualat, Twn a Sam,Marrows own of Levan Cllyaw«carver Cass..Counry)dm Xlwd gxrin th,151 Cay of Turner Twna Seim It.,— Clry al waasdurg Cuaelp,dldnt Xnpd Distrin Np.011 Ury of Ad, not Salem hof Manila eiryal Wall.Walla CM1Nhslwm Snod qI,:—No.1111 mddi. wna5aiiey w Ilya W. Cluk CountvXrod Dln,No.181 Ury./Down aLluda a Clrya Warden C«u.d'Amrre Xlwd Disnin No.211 Uryof Unlry Twna-th, not Meadw Cilyd Wasrouan wood loam SCNod Drtrin N.lax City of vale was X.anlon Hai Mlnersvllle Clryal Wen,cM1ee «iI Xhool 11h,111, No.13 rofv 1. adopk Island vol New R,rmonr Clly d We It hlc I.M culaeuClorm Xnod D�.nRt No 34x un of v,nonm wnasextt. or Newton Glyd wnlppr gemcM1 Shod PstrRt No.314 Urr or Waldpwt Twna Sharon of OpMr Cin d White Salman fmmea ince«nm sn�<t No.x21 Ury of Wallowa rad Si.Mne ..orderwlle Ciry of W�dack er I,—Disma No a 3q c of wanemon rani menlne city.wopdmvine lE Xrod Disni,t N.s9 cry of Waxp wna5doen Hdl a.g.- civil Woaf Lemont County Xlwd gsirkt N.xis Ury of cant kion can 1S«N cwyxree cry d r.,w/r.kim.Counn min.he xMOl Dlsuin No.313 W.t, can 1111 ryd,le apn,h fry d Yelm Garden valley XM1od Dlstrin clry of Weston can a It George moM Ciry of 2111an int Xnad Dlnrkt No.lex Cnr of WM1eNer nor Sr.Ma,rows TO o1R«Ywlle Cansdltlaetl BaoWhol Ouil cede Vllla11e GlenmeVery Sp 1SClml oh—No.192 U,y Ol Wlllamm, wn.StuheY nolR«kY Rieae Guys Harbor Counal of Gorttnments n Xnod gndn Ho.231 Ory of wusmrin. can a 5.n.m Nxnd who Rmn won can d anon Groa�Ce wwXnool D�nnn NolU U4W Wmnon rwna5umm„« Xiwp was BeawaBvnuae ille an lam SChod gsinct No.133 Ury of Wood Wllaae not Sommerville not XolmId vol Bucoda Xlmol­­1No.415 Woodburn no/Summit not Sigurd vol Carpon,tlo NllnlaM lwnt XFod Destrin Nd 305 City of racnau can a5urhide Beacn p�nedale dwmmwt amM.le Shod Dtr No.37C Gry of vamhill TwnaSwanua woof 5,«nm Twn dOyde Nin H—h,BeM Scholl gstnn N.13 Gw of rwualu ,wile not Topu,wile can a Coltm ukXrool D.Inln No.91 rwnol Bon,nn rwnornemon hoe T«ter owndeo«onpnv T lnaepenaent xnool Dluna aBolu Dar of Burse t.n. t nu. Ile Iwhonreadn owndCo«roe ^`l! lene^son i:aunn xnodq.vin No.2u Iwn of canyon Gra nouimn a Twnor nomC wh.coulee uw 1L xo.261 Iwn of ukeww or v„nv n rwn of anon lowh d codlee cam leinl Xnod Dlimn Ho.I town el ennpon can a Waeem. Twn o1 Vern« town d Coupwille N Xnool goon No.301 Nig-Ed.-I, . Iwnoi Vineyard can.Ce- RellaulalntXnodDivUin391 Blue hl.n h common”,Cdlele TwnofW .d Shdais nor Velin wh dc�nA N pehith..,wht Srnod gstrtn Moil 2113 --l O­hCommun"y CIl cava W.,l 11— not Wales own dD.cnrytm aimeern s,roa D,11.1 No.u4 Cromektta Cw I,cane Iwn Iwe,unla, T—of. rwn aEatawnle M NopwiscMd Bann No.214 ­­­tComm ,Conte Twndwnmm�e UinuM1 Basin--t—.1 Gov—nls Twn a Elm,cin W R ram scrod Dill-no.3 Cldtmp CwnmunitY ca T nor wm'mmnon dhl,'d.,..n lowh dE,di-t O --�h CA) A,; Page 3 of 14 M D c1. m HawNI Imro D,am sap ansa ulan wxMgtm yi Lake Pena Oreill,xlwd DWz No.BI Columen Gorge Commurvty coupe town or Williston Cdlged Euler.WM Town If Fairfield Ia♦ pk.1,M kM1od anon No.2)2 Faxtern Oraw UdvNsitY Townd WiMsbaro Davis AppIIM TNhnolagyCdlae Town dF,rmirytm �gI pww krod Dnukt ro.301 Yla I—— Di-Il awndrm- p.1e ApdiM iNhwlaey cellae owndf.laaYWrtw m lMepeMenl Xhad DI.r.ro.l 1.e Commumry Cdleg, Higher feo,Mon Dde Scale Umvxslty vim d Garfield aY xnool punctro lBl nn Bemm Lwnmmlry Callge Allen iNnnlc,lCdlge Mwnulnl,ntl Appllatl T11nr Colleai, vin dHamllton M,dsm Scnod P+lrM ro.3ll M,HOMCommum,ycdlq, 8aau1at]mast Nlher Edu..Commissim .-I Momuin llmvNwY It Hed[h Prol.slm+ own o-lah 3 ,"t,Vallry loins klml d.rM ro.11 orgon Curt commumcy Cdlne tui c,rdlrM TNhmul Cdlge Lit"le canrrwnlry cdlele vim d Hatun +Ing ldnt Ylwd OHW11 ro.363 on DeParimenl olCammunny Collges and Workforce.evelopmr Clmmwn Unlverslry ow cellae Town d Huntspdn, MtcNl.Don-1.ldm kFool D.I.I ro.4xl Ornon Heaitt,lnd kierce Un1vN+M CwsW CNIll.UN 11 -h..U.n UnrvmulY wd I— cora Vallry x}wal DISVM ro.11 Ornan Mrtnute of iNMdgY COlkgr d CNrin[m IooNe Apdied rNNndgY CdkBe awn d MNea scFad pito.No 136 Orreon SrNe Unlversrry cenmaM hello]"I Cellae niaM1 Baan ApPlud TNhndgyCdlge vin dLa Cmrwr Mitltlletm Ylwd Dlacrld No.134 orgon Sate Unlveniry,Drgm]11-1.1.1 Espenment Staelm Ham<e.Dadlglm iNhlcal[ollge nrurydUuh vin dLaGmse ale Xh. Ill..,433 orgon Unwenitr Srzum Frmuz MNwn ww tr Unnrsily duan Hoyn.1s and Chiu. Town d LA ' MiniddaCwntVk IDlvi.W.331 Pon1aM Commmirr Callge Granrlle TKnn�nl Cellae Isiah Scale UNVNsIn vim dL,un Moscow S,M1aol Dlsirld NO lBl PonlaM a nNe y Harry-Georgetown re,Mkal College Uuh SrilemdNlgher Eduu Town dllna in ora livid OislrM ro.193 ReM Cellae U .Mer Unwerpry UunvNlryud w corm dIV Mwnu�n Vuw krool DlI.ul ro.2M It-c-itt,Cdlge iul UMnnily d5a,tn C,rdrn, Weber Sole.-It, Town aMalevn Mullan k-1 Dl+trlcl 392 bmhNn ongon UNarsiry Midandv Tednkal College Ed.avon ERdll ren dMamllNa nvugnldnlXMol WerM No.418 baMrn Ore4on UMversiry Comity NouNq Schad Dlurlcc wnd Marcus Namy CFnni>n Ylwols lru. burnwutern Orgm Commum"Cdlege p,aMWB-Callwun ietlmeug,l CdlegenerCwnry Xnod DMnn wndMN.1ina Nampa knoll DisVin ro.131 TO'—Bay Community Callge PlMmmtleNnRal Cdlege Bus oder kMOl psV It w1 dM111woM New Ply.,­knoll puri. Vallry[ommunlcy College buil Cardura Stale Board for Tech--lana Compnnensla Edu<anr [acne Cwnry Nad Diann Town of NAC N PNce ldntYMol psentt ro.302 UmP9w Community[ollge b1n CNdln,Sl:::: UnivNury Canrom krod Dina. vin d N..p nn Gem Xrod Unlri,t ro.149 u._IYd.._ burn Cardiru TN 1CdW4 Srium CartonkMd.-It owndrortrom us Sdnd piton WNum Ornm Univensily Spar wg--4 Collas roce"famdia De Uuh He,e Sun Prgrgm XrooI DNV. vin dO,kesa,le OneeaCwmy YM1od Dialrkt ro.351 Edu,atkn ER 1lE heel..]Cdlge of rFe Lowcwmry D,Bgen NwN Dlstrin own doerw, OrMno laniXrod Aurinro l)1 MN khod Wtntt it }he Ucatlel .,ors XMd Dill- own o.FII m•S,lraal W[IM ro.13] Adrun Stood prtrin lit. 1TNnmcal Cellae Wcnna C-1,kawd I.— vin dPreuort Payette Yhad purltt No.371 A-.-1 pbirin ro.Jl Trl Misopia]Cdlege Emery Cauniy had Dlsrltt vin aRearaan Numm ..,Idol.roll pstrin ro M Amit,k-asst.41 Univerutr d bin choana {reMan Preparatory M.-xhad Diavrtt Tam dWVNside Pou[NIo Cnuedkkkrod WtrM ro.x S Naos pier.29 ryof burn Carolina,Nkm GNhrldCwmv had p+trle, TowndRmAlad falls khwlWwCl ro.I]3 Ml atm k-1 psVln No.3 Yoi bolo Carallnv,UWl+le Wantl Cwnry had antic, r1.dRouli, Pdlarn Nod puna No.245 wY:T 1.11.1.11 ro.41 Wllllamsreuq TeChnlW Colla, toy 1.11 ct own d Runm ew lane XroolpWi.ro..1 Ah_ Nod PVV.Na.S op ii-Il.t, GYm CwMr S,Md pstntt CamelSkl- RiNfNdXnadoflr.ro.316 Aa _Scnml psvicl Y_Tecnnual Cellae Jordan Shod assn. Taw 1,Cle Elum Rineloln[Npd Dztnn No.353 n,krod pstrin N..]C Edu,ation ER-12) Iuat Ned DlurM TorndbNn Pralne RwNaM Xlwd Dorn.ro.3B2 Ate WNIm Shcool pstrin N.29R1 Atbryilk Canty Scrool punct 4arr CawnYkrod DWrkr Towndipagle mon Rlver,..Yrod puri.ro.143 Bath Yrod pawn N.51 .Yen C.-i"Pu.k S[hods lagan Ow Sc-Astir. Town dSnigdw S,Imon,poolW C,ro.l91 B,Mun.lord Dish]. Allenaala County YMd Disvi. Mllkrd knool psvin Town d S,IOM Sne11eY XMd citrin ro.60 BanY+NCB DISIMt ro.13 Mdwwn Cwnry Xrod pllrlcH 1 l Career,.T.C....,e1 Mogan Nod piton amd5[Nkavn SMsnorc ldnr Ylml psvin ro.312 Beannm Snarl pstrin Na.a MMwn.rod W r.ro t MomulnlaM Head Sun pram.knoll psm.OKtt town d lmsp Mate Rwerkrod puri. BeM u Pin-1,loads AMNwnkrool pslritt ro.l Mwur at,Sc)wd purRl Town d llmontewn Sok Sprlra t... od ONtrltt No.150 Be1neI5 ,cl DNerkc No.52 MtlNwnkMol Wtrin ro.3 NeM khool DllVict owed WasMucu �le Yhod pun.. BI.C.,XIwal Dlurin Antlerwn XMol pier].ro.4 NonnS -Camryklwd Winn :vino WneMlle S,Maries lanlXrod Wmttrou 81NNYXrod Oiuntt 90 AntlNwnYMol pier].ro.5 Nonn Smp.e khool purl. Towed Waverry bgackkm ldM Wlrin ro.3x3 Braakigs Hua"Xlwol Dlstrkl �ame��{.hod DNtn.No.l Nortn Summit Stood Dlstrkl I-I Wil.7 Valley Elemenury Nord q'1-ro.33 V,IIry YMd Diw<t Berg load p'.1..ro.3 Ogden Ucy.-our. owmd Wilkeson IeY NaR alert.ro.92 Part Crrr Yrod Dlstr. vim d WRzm Crak m Cawnty Ylnd WtrM ro.'1 Cascade SclwdW in ro.5 Beauknitwnry Ylwd Dist.. Pluto Cwnry.-Dill-. ownd WI1hlap gee C,akldnt.hod Dlrtrl. >4 11 Cenunni,I had Distrin No.181 .-I C-11.Poll Dlztn<t ao Cit,Sdad DilUkl ownd Woodway ra NIA psirin M.IBJ Cenrr.1 Curry krool psir�tt Nol MacYville Nild,Pudu Shoals glen County SrlmlpnMt vind YNdr 1-falls knoll pur.No.411 emrA llnn Noel W"1 Capom Cwnry sc-pstrin Rkn livid pule vin It=Point Vallry.hod purl.No.212 21.1 PPlnl Ylwol Distnct ro.6 CM1.euon County Schad purl" Rur.1Ulvn Child DryelopmmtNad Start Prq.m Yhod Dlstrkl ON HkMrftlu,atlon Vail_C-011 No 139 Cemul Xhod D1lVi"ro.111 IT, :e Cwmv Xnwl D...d Salt ales Ury YMol pawc, INMiul c-p 1.N Shod pm.8463 mNEdwtlm Smn,e WMci cnNtN CwntYXMd D151rK1 Ynod Diuril Bdlryn Commune v Cdlert mc4 Shod pity.A.391 CaN aNe XFool Wvkt No.fit -1-1d Cwnry XMol punt, SerHr Vaal Dlli-I Belll,,lt-TecnmulCollepe WNserkrod DlsVkl ro.431 Colton Xhag prtrkt ro.53 Clarmtlon Cw 11 Nod Dist1.n No.l bdF xnpNe Nad Dlstrr. Big Bmd Cummunitytdku WmMlSnrod DMrM ro.233 COlumeia Gorgef 1.Servin WM. Cwmdw Cwmr klmd Drier.Noi bdF Sump Snml Asir. Casupa CwnmunlYfdlge WNtBmnN County YfmlDlshln ro.m Callen Xhod will.Ne.251 EINMdm County.....ho.3 Sou Head Se,d PrgnmN DISInd central WaxFingrm University est laifenm XMoI NIt-No.253 Cors Bay knoll Distrin ro.9 Clover SlM D,,.It Na.2 71,-1 Faison Chart.XFools cm,ulu CNlge NtSide Nuul DI.I.ro.303 Coquille.pal aorto N.It <dklw CauMY Naal0.stri. rankMPlWw<t Clary Cdlge WNinuH lam Sdwd purist ro.}4 carpets Xlwd Wln.ro.l9 D,aigrm Comry XhaN D�StIM ]oche County Xlwd piicnn NrkINM�nI[dlae Wilder Ylwol Dlstrin Ho.133 Corvalll+kFod DnVM No 5091 Delis R-y khwl pswct Ulman Shod pztri. Cdurmeu B,Vn Community College 80erJV p,Md Coca.hod DHtntt No.is pllm Canty klwd WVi.ro.1 W,a County Nod Dis[rld Com 11 Will.cal Spalune oda cane E�HBenry MNYuISNvIrn D.,". U,a Flemmury Nool Dlstri. pllm Cant,Scrod psvi.ro 2 Was _County.Pal pIv fans.Waznin9rm Unwasrh r Highway pink, lX D.It-No.40 gllm CanlYXroal gs,nttro 3 WaYrr CoumY knwN pu1.ct Ed--Canmumry C011ele Adams County RecruUon Olilrl-t C-A County XMd Dlstrkl pllm Cwnry bFool Dlslrlct ro.4 WMer Xhwl olslrlcl EverNt CPmmunlly Collge MsaFY w_aM Sewer pnnn Crow NpPla,teiwarc XnaN DizvM ro.66 Awa Of_i"-XNod+ Spetl.1 DBukt Evergreen Sute Collge don HlBnwry D.V.- cYIVelShod DsiM ro.4 Dwclwsi.kMd pzt-ro.2 Mh Creel 5P 1S Dli Gr Cell Cys Xareor qe Mallows WnNaM kwN assn. Da11N SWod Dirt1.c1 No.1 Do,CMuerkM1od psrnci No.4 Vallry Water and SewN lmawemeM pstrlcl ren RNer cammmtty calla, Galls irN Uorary DSII. Davitl Dougks Srlwd District No.40 Edg-lid Cwnry Nods BAU,d Wath aM SewN knprwemmt Distrin NigNiq Community CdkBe {allsHwuq AurMlry D,rrw XnaN pivvM ro.B faiRuld Cw.1 psvlcl r lee Spatial krvxe WrMe WasNglon Yu u[edlNMdgy n H,h-"pito. Dayville Notl assn.No 161 flames ComryScnod pnnn Not rvanry psentt ower Columeu Cdlge er Disrrl. Dou81a1 Count,S,nod Dlstrin flaence Comry knwl Dixen[e Na.I li, M..Wath pstrin wuwe111Mlm Cdlge Wa 4rlaew Dlsirin Douglas I—,Scnod Dimin No.4 Clamp[omrySrnad Oisvkt No.3 .­nCIIn th Nnprovemenr.M. I,- OCollge B,yxeweWatn ana Serer psvitt .ougNS Eeuuvm Xmu p+wn ilwenn County Xlwd psrMro4 Nlmprovemeni psv. Pminwu Ctllge Bur it, Cwnry]]dory Dlivkt WlurxFool pstrin ro.l9 .County xhad Dlzrn<t NoS C.cMVMopuno Ae 1-1 Dislnn Plein Callge Berch-1.11 cl Eagle pun.No.9 ItMdl k-Dislnn No a U-M va11,Y Transit psmn Renlw TNMkaI C~ n Lie„ry Aurin ECM knoll D�stnn ro.S Georgetown c-Srlrod pnnn caMwrand Healp Care Spetialkmce prtncr S tw Com tv Cdlgrs Nw,d vi B1 Ci_ Curt ostrltt Flgin Srlwd Onirltt 1.,Y Srlrzd plrtrM Carson Cwnry Hwsrq AaMrity SFaNIn Commm� ry Callas aunt,,H-1 T9 Aulhwltr EI11w YhdY Asir].No.34Carson County­­lBuudq AurrorltY Skalt ValleyCdlge Blaine Comry-1.1mDlsirin ,,raise Shod Id ro.21 Grle tl S<nwl--tro.51 Carton Cwnry A-11-Tunsporu 5q,kl5minD d bu[n PyN brad CAm ...,Collge Bliss sue pzVnt Ez -I DnVniro 1. am"on Cwnry.hodp Ilroi Carton WalNcrosaV Dlsl,. 1.Y CPlkae aryps[rui E.B .roll Distnct ro.41 ammo.Xlwd Asir.ro.l ey 5p-1 xmce Dislnn UNver~ityofW-.1- Tl a uUtY/Aaagltu yHOlui SAuthority falls Clty krool D11-1 rYCanry knock 40ar Ciry Housing AIH, Ila Walla Cammmiry tells], rvllJ Bou Nw81rr18aVm psvin fern Aid"Ylwd DstrM No.381 ,spec CauntY Shcod purM Ceaar Mounu�n Cue Protecnm D�uri. Washm8tm 5uu Bwrtl la Cwnmudtf ana TecMiul CdlaN YY Bonrkwlle coumyfue pslrid Nol Yhwl Dlsrnn IaFn deo Moore Nod W[rM well SpevN Xmce OnlrM Waah�nNm late NVhn Educ,Um fvtihvu MMw�ry Bruuau Valley pslrl.Lle.ry fossilXMol pslrl<t 111 enhaw Cwnly SC hod.11-1 Cental Dav^t Cwnry levier Dlsirin Washli,o.Stale S,uaenc Achuvemenl cci T B ter Ps[r�<t Gutm Xnpd plmCt 5111 r Md Allo. Cemral Ul Cwmr cw`.1 aunang pstn<t W,zningun Sou Unwaun \V BuM wgFw YDrcrCktr Gerv,u Xhool Pzvin Mol phyto Ho.55 CemrN Uun WNN CmurvarcY OuvM Wasn�nitan Suu Unive ,,V..-- N BUFI Ru.I Cue 1`11-1w D.ilncl GI.dll-Nous Dlsirin root pseud ro.56 tial Wever SewN lmprnemem our. at Valley Collge '^ Burlry wgnwaY pnnn GImNk Xnml0lstrinro]] «Cwnry-1 DliVl. Cl,Il Wv Cmserv,nry DI.IM shits.UrrlvnsltV �W�//�S CNdwellNwun Autnwiry Glide XMd Word L_CNrtN appenonlm"w -1 Lll).­ . ."Cdlege V1/ Unyo MiBFway Astro]no.4 Grant C­ftluuvm SenNU Dislnn Lengcon Cwnry.rod pWi,t loo.] ConmwaM lmwaemmtonria Whm,t ComuiI Com 1,Celine '--FY W Page 4of14 cit CD Hit-. imro D,rym -1-1.1- u- Causer Rural Lire0.strin G t-Dtt-t N0.3 1. D.-C.-Ily H..--h-ly Ed-K-112) Iaa It.-i`-knurl Qsvi<t No.} Nngton C-1,xrogl D.-Il N0.3 wnryH.­AIIh-IV it- ii iY 1 c *1 1� 111 .11-It 1-1--111-1 D.-I --A-A-YA-ty Dl-,N0116 Cenral�:!I1 D111 -1-Xnml-"d ......nMaMCwntin SchOd ol-Ii. C.-,U-C.-,Waterlmprwement Dil"D A-1.--1-1 N.17 H::,:,VC..t 3 C.-V kh-Dlitil -1il-C.-,W.---l' A-1.1--1 Dill,I (D Clair c.u- Ed-I DII-I C-1,-D it-N.7 E-County..-S A-1.1y `=- - CD..-.., Mil_ 11. 1-1 C-11 W- -4 All A=- C C.-,--ul-i 1-1 Dill-'i.I A.b ii. Fl- HO..kii-I I I I C- Dit".. Lknoll Qnnn no.30J - C=k- --p--il el,,G- I Dil- 119 D'... C= ck--, ..,h -ii,Dil- C-Id.--Dll-F-1 llinti-1p 1.1--1-1 -.1-1 DIl-I S" H=-. ..0- 1-'c:.d.--1 Dllkt Giild-City 1-Oil- 1- h..Dil-I..1 -ly c Dl,"',No.S Grana Cowry Housint AutroritY BellrngM1am Xhod Dula N..1 C11-119-1 D-11 "I N D "1 121 :1- V-V.-I G N. ollih i�r:,,d W-,C-1-tit-D111-t -4 ...... Dll.il D::�!::'Ni, Hi- Dl Dili.ii{.-y D1111111 Punt N.3 D.-I Be`ntYM1ml Unwin No.503 L-1 k-1 -diikh-olll. I Ditt-, 11, wnN Swan :.:d:.-ii,y W----q olMol Ulaznn - Ory I_C._ C-I,-D1111.11 I It-,C.U., N.t • -.1-1.1-1 D.- Eyre fire Prolnu0n D Dt-1 1-1 C.11 D.1111II N.2 1-1 Fogle Sewer Disvin .,,t-1-1 N. SpitID-Ig C-11 kM1od Dllt-t No.3 C-11-1111ry non li.D,il-,1 Dill,No.3 �11-11 C.U., -1111 1--Dll- iiii"i Fitil-k-111.1No. Dialer No.3 Sport burg C-1 Ynod Dinrkl no.5 a r Camas xlrool ol-1 DIII-I 1-1, Dil-I No.6 Spar D-1 1-1 Ynod D.11-N0.6 Cape fla[lery scrod piston Ho 401 Eastern ldaM'Utt" 11 D111- t-1-111-DIlt- 19 "­ wil., -I......it Ed 111-1-11111-. iiiiii_ C_ 11 W11-111 A1111,11 1-1 Dll�l M.9-M-,,A-1-il ol- C-ild.H.,11:�kl-N111111 N.Il 01,-, C_ 1: W kh-l-N,228 aals Elmore Sul and WalerCmurvation`­Ct Gimme-D 111.11. .1 11.N.I Caul. it.,-N-1. F.1ho Alk--D.11-t Diii. 1111. W:�-b­-w ut-It M If- Dil-I zilp 11- N1 411 t C-ty ol"It Library -1-1-1.71 w -..D.11-N.21 M-M.qUit.-t-1--t I .35 6 F,_., Y."_-Dil- Milti V. C- 11111"N,Q I -d-I D.l'."N.- DSD.tt Community-District 9 Ab-ii,H.-A-1, �111W,111 W,11-1--D.-II c-, N.360 Ch_ Dit- Al--1. l-`­- l- III khl 11,11"No 11 Gateway Nre 1-1 111111c, A--.­A.l.11 i_ 1-it--,,it MI Olympus Srsum Gem CDun[y ......D,...... L-Cl-=`Di'=- A11-111 H..1 ft AID-, N.11h 0-1 County' ch-u:s­ 4' 1-1 '1.11 :.,. .-nt Alhti'l, N.- "..l_t Ullil-=iIii"12.1.1 "`­Gdeen Gate I D111- :0- il 3� ..11 1:-Wlt:�11�d,�,*; 11"h W,11 1111,1-1-DI-C, I,." C.,.SCFod __l. itu'l -'4 N_ c�l I I -""k-•"I'll Dlt-1 1511 .1.DlIIIII -S-- CI-11 111::�W'DIIN11.111311 41 moral Hospital o""C' I.-Ptlh Wl.A.-ty N.11 1-1.111d Will.�­I-1i.Nlid C.".._ It-D,-.1-1111 =:.'11-1"t l-tv 1_1=t I'll D1111111 C-gitii-=-3-th.250 __t_"'w"plink M-k-oil,.. -11 U.l- N C-"""P'.-.- Dil-I NXi and N-1,U1.1 C.-I.-D11t- C Granite Reehr Nlid N.7 County Will,and S-t.-A-i,, d 206 GI.- A=-D-III -1 D111 11"1 11 Bit,C-6,W.- D.111.1t 111t,DIS-1 Columbia-D-1 N.206,Stevens C­ and Rnrution N ii.---11D l... 091-H._Al�11�ty blk==I.l I F.,� Wl_W C.:,, p"Ilrrcl N0.3 fm Os k o'l-, S ­F.,1 Dl-,G--11�C-ty 1- it, P.1kCIVF1--D11IiCI P_, c... Iffiti.11 P:­h 1- Dit- Niti,Wlit, W" o""'D 1111,, D..,.,, 8_ pstrin =111-11 11 C. �:ayd,i-R.-11F,.,.,I Dil-I P--h-l- ..dlii- T-111 AIH, I / 1.,. 1, D, Klh N. N.A 11,1"-11 T1111p,111,11 IU111111 --C.1,ii----ty C_ I. N Dil- Chl�'. ty A-t-A-11Y 1::1 NZ' Chl::�, C11111 I III— AID.1111 .- 1,1'1-1,1=1- C,-- Pill--D111-1 C i..... Silt-C-Y-­Aul 11t, -1---.11 Nw 10 Id-SwlaM Water ­Z..""li" 1111 1-d I I ."D 1 13 Naval 111plit,, Aril Dil"D C-1--ol 1. li,d-V11 RIIII F-D l- _ii C_D Cii 11-W.- D.-II -fi,d R--i-11-Cilt-1 N. .330 .1 feunnm-7 ria Bonnnille Sewer it".,,I N-1 Clitc=11-1 District..12 I,----,-h-, C...1,5-4--D1111.1t No.1 D--11$1-D.ItI.11 N, "ii Id Pit I I-1111, -111�22 Chi,-H- Mounts, --D'llct lii�---U.dw} ol". Chil, -t--- ---Dili.No.11 • D.1111. D:--Scholl pnnn vial Fire Duzrlrn NotZZ' SD,.D.111111 No'11 c.it I.,Z11 ITI`�-i-, t.b-A.1 I-W 1��1'd"W""I l`.R1`(t D it.Sl.rool ol- H_ �V:��11 I I Dilt-No 161 -h.,.-W iii-ti-Fk�-Id-1-.111. co-,I,- ,�::� N..111. k.n.-1, K-h -.1 fill P-11.Dillk, Nyil U-1 D,l-t N.26 Dit_1 M"B.,W"', 51-09- DIIII.It E V.,I,y Yakima County o __L�1,,,-1..11U11.A-- o. 1,1-t 1-1--al-t W."'prstnn oil 11 D-w.C...,W.- -h-I, - N..401 wnryW-1 D�11,11 N.1 .1 -hw- 11h"-"I'll id W11t, d= 'U. P-ii,S-Dlt-I15 I.-C.1, Dl- .-I..W.11 W, and Sewn fd =-1h. W.-C-it-Dill 01ft.T-0 Dl, 46 --t-1-1,-I.. -h W-,- D'"..-'t C-i,,Will,Ali-It, 11., '-1 1---p-1-Dil- -1Dntn.tap fib -1 D.0111 N.3 u-c1-1 1--l"C' D.0".Ilui119 A111,01111 Dilli.N. lakesSh..Di .1.Dl-N.11 1 1 A-1111 __,_ .."...0- Lli,C ::::,C_D I-h�.ji,'VL.b illoit- 171,1.11 1,11 Dll-N..1 211 I'd Will,11-11"D111111 -.11-Nit-N.111 --l- Dillkl N.165 1-hi Wl. D.,111c, ft-ii TO-kh.1 01A..d C-4 Wil.-S1-A-.1.11 it E__khwi ol"ll V.11,,,P- --1 No.36 All-I li"-.11,, -­-DIt-I Dl-I W IN-P11', Alll�..-It Eagle -D."'1.1'`N-.'�I .,It AI,.,,I, .1 L-1.Cii_,Ren anw p+trier land ii.bk.1-,D11111,1 ngm 57`1 Service D"` D tdite C­..­Aut1.1l1 F-I lity elution it- Dill. i-t Hill-D11t,11 G H-H-M-.tl I'll-11 D.l-t 18 C--1v Wl.D-11 1-1 1-le I--­`W 11:1Z'1'11.:,,iY.It 11"0.. .......-1 anon No.'C' wrgetown c-tv Water and Xwer punct 1,-Iip-t wil.,--t Dl'-, F11 .1 111.11. HI-1 P-1- N.I C,1111.1;d U p- istrict W- ii-I W.I.D U :h C-.',' 1, 11-1 I= Clili, M:-1 L.-I Dili II P�..-C.V-Dit-N.I G::.d S,-d Wl. A-ty 11-1-L,D11- l-,i-oil,..11a d1- Nil.n pl. i mil 11 A-DDD.1t h .1- 6 dWd kil,,I oillid N.302 =.I D l- c-l'---D.tt I -1H. ` Dl" -n--Dit-I I- U =.1 M-11 Memorial IllpIll D 0-1 -­ -D11-N. A.11 iii,cl--D�11-1 =d­C"i-=.Z=-1 pstrict C) Z-1-11-11--l- R.g m 9 Ed-- =':h""....... No.100 Dol. =ld, Ift,7 11=1 D 1Z Duren"""' C) ...d.,-.1 F- ..-We­AuC=y Granite Lolls x11001 Disui.Foo.331 0 00 Page 5 of 14 CD D cn Hawan Id- om. Sw[h4roliw Utah ..stlrr{Iw yi Mks Cidtl Hlaro FireROlntion Distrin RnerdaeSrooi0.s4inllo 511 Hansvrlk Hwury Aupb q pan county Housiry Awfroriry Gil t.._Ddl 14. Ie. Middetw Rval lire Did".. R­River Shod gslrin N.35 FI H.ad No.l Putlkx-I. d- Uwh ParuleHwsrry AUBroriry Gr qt Northern Yhoal odlrkt YI Midvale fireP .l od- R.-IS Pubik SChedz HOIIV Sprin{s Flr,-R,s4.oidia 11-1,-,OtId.ry Green-t- `,i No,103 Mkidoka[wmyflre PrMMion gztnct Salem-Knaer Public Sped Dlnnn No.}4 Hom.laro Park Wal.asNsew.Distrin Utah V,Iley gswl<x Sp.iN Yrvirc..t.l Grrpn Ynaul Drspn No.3I. Mlnldeka(wmy Hi{hwaY 0.amC1 Lnliam Canyon Ynbd ps4kt No.1}911 roPutlk SeMc<Distnct wlm County Hre prtrkt MarrrrymnPWuc Xhoda (V .....d Wa[tr and Sewer D-v Sanlwm C.l...SCYzods Kd,,, HNouslry.0 w wtm imnt W.nl all R.lydlry Dd- KIN-dSCroo10.sVicl No.}Ol Mwntain Home HyhwaY petite S.ppwse,nod N11-Fl..11 Udy'a lsknd Sl.HNna fire DNLnn Wam lntH44d Wasre Mawgemenl olipcl HI{M1liw XroDl gslnct Na.11 F.I., anspaUtlw Aulnwiry Xio Shod N.".No.95C Uke Clry Houkry Aulronry Wunirylw GWMY wale Corkervanry Disinn roan Srod gstnn mw and Mnidm lrryalron pttrin SeasideXrooi Did". UrwalerCwnry warn all sw.gstrk[ w..t.MarN{er ,t Yrvru Dra4r1 ND.S Nam Gnal Shoal Dis4itt No.40. �} N H.9-V-,-ct No.l Shnrdan Shod petite Ha OBI Houury Autroriry Weber Basin Wat.Cwaenarky psVln .mxNeol ps4rcl Na.}B j Nampa Xwsiry Autlwriry sherman Uunry Ylaol Drslnn Uwasrcr Soil and Wa[erCwxna[ien Pepe webs Hre Dlnnd mcelium Shod Disiric[Ho.70 re Dlstnct rvaod XM1od Dk4ln N.881 Uurem Houslry Authwlry Web.MoszMl4Abatement gs4kt IswbuaM1 Scrool pslrin No.all NMnBirynam CwmY pslrin library SIH.Fails Xlrod 0.ttnn HD.11 Leurylon C-111 Health Semres psvin,lm. Wells BH Eller<murva4w peek[ Kanlaus Srool Nd.l.ND.56 -h 1.1 Hmp41 ps4rn Sl1-Srdrod pelvic[Na.6 VbeM Qesrke Hryerville W.l.Oiwin WelISN11e MdM Cmu ps4rn 41ama 5chod pistrict Mo..03 North Kwteul WBlnarNsewx path SIUtl..Schwl Dlstrin No.9)I real NorBiry AdI.Ilt, WM1Ik CII,Wat.ImPmvemenl DlslnnKeller Xnod Dltrri<i No.3 ......Reau[KKUI Sewn.I w"t'llVln -1 Cost Eduutl-Yrn<e"It"' RHIOn No.) wiry RHlwuI ir.nspatallon Aul-11 Wbod Fire pnnn Kelm,rod prtrkt Nb.4. NortM1 laW Camry NUnway dnrkt Soule Lane Schad pwkt No..513 l.,;EIpn WIN,-Iv S4Y Kennewick Ynwl ps4i<i Ne.]> NonKrn lake Flre lMtrx.[ born It—.-Did'.No.l9 rw NwVry AVllwiry Xale Ol pan ml Shod grtrin No..15 SuthWaua Count,Srod Dlslllcl No l M.Ibwo C. I,Hwslry A.1-14 p,hgwnmentdAdminVintive S.rlcn F,Ils.-I gslri<i Ne.211 P-,--Hi{hwry gstricl Na.} by 019-Edwlkn kelt¢Dinrin MRtdl il. i A.-d, Utah D.wrtmmt d H..10 inw Be Fd_Ciry spool Dralrrn No.S} Oa1riI,Hyh.tVNs cl spray Yimol Dismc[No.1 Mmiul Urweniry Hup4l Au , Utah Stile LHlslalve wsYrool ps4rn oXk uw.,,Dslwr S.rryfi..nod Drs[rkt No.l9 .rp . .srLps4in Dish Sale Truwrer atsclwdgszrkt No.407 ole Distrin VN." Se Nelem Sned.11.1 Na.50} MiNwd wat.ad Sewn N.Iin TrMN m<r Snool Dirtrkl O A.Cwn[y fire Dlstrkl Se Paul Xhml D.-IW.45 MullinsH 1AUV w [wledera1.Tribes N the Gosrote Resemtion La Canner Xrod Dirtnd No.311 dtlan inilPmu[wn 0.sVin 54nfield Xlrod pstnn No.61 Z.t lrtle --Dry Hre ps4rn wen Bandfilet Pave I—Tobe of Uun UCrosu Xnwl0.sinn owlet BaY warn all xwn Penn SutrodlnSrod pnnn No.130 Mynk B4cM1 Wriwn Bao RMerelapmml AMnwitY em Bwddiht Palwe kdan lrlptLA.Chelan Slkd Dislrkt No.129 P"ll-F-1111. 11-1e Health Drstrrn Sweet Nome SlroDl Distncl No 55 MynleauchIw,,Au i, Nenhwnlern Band of ShaMw N,tiw Ye O_4 Yhad DIIIrin N.97 Parma Rural Flre Ra.Vw Dis4lCt iMn Rivers Yhad pnrlcl berry Cwnry W.ler and S.w.Aupwiry onnwnlern Bantl of lM1eSrosrow Nation Nouung Awnaity UtrStuens XM1ool DisVict Ne.4 Bidle W111 11 sewn patrkt 1,a6T .d.,I.-I Peine No.}31 berry Houury Autlronry Paulelrorm tribe of pan 4tr WNkrytw Smod gstrk[No.4]0 Piwhurst Water Retire Nlkmookirotl Distrin No 9 Nonn CMrknm Hwury AVNwiry SYWI VaIIey BarodGMMe Mdana all Xhod pslrin Na 306 Plannrlrrrgatlan DNtritt ah Yrool NO,It BOR nCh.rkstm T.wn gslrltt U'. lndan robe Yhad gstnn PlacerNlle fire Pra.lkn OimiclmlIla I,,—D1111111 ND.6 h Cz r[ le wFire grtrlct liberty SM1eel DNVnt Ne.362 wtNloMwury AuthadY onSnad DdIl.I owetwnry lmM Pgiwal xwer AMMri1Y VM SdwI D.- N"., .-pztrkt Na.B. -Sewer and Frre S­I­ Lorywew Smoalpt4kt No.1}} PortwulN ict Library nig Srod DIF.in No.4)1 Patriots Pan[DevelopmentAMlwiry Ire Smwl Distrin Na.193 Pwl Fells Hlghwa,psMtt Wallowa Yhml Dnnn N. 12 egryion.l Airport gsVkt Low+LlslarN Xlaol Dlslnn No.144 Power County Hignw.y pslrin moll Xnml Drstrrn N.30Pee D.gegiorul Tranw do A ty LVIe Snwol Dlrtrkt No-406 Helwvps4rn n vdkswapw4k[ m dr<smrk<ps4k. Lrndtnxlad pn1. Nb So. ria "'t.- ibraprtrkt rte 6dw4m xrvlu Dn[rkt Ruralwan D1111 Mahlon xhad pretest N.130 sive wDialn mina Schwy Uisl lei No.301 owdersmlk Watn DIV r M,nsONd smnd piss t N 1 207 0 rn�gnwalY pnrktn rd Yhaol prtrkt No.116 ulrytm Alrpon Distrin mw 5rlaal Distrin 0.ao�d Ower Wal.wdsewer ottw Woodbu,plXhwl psvrn Xo.103 0.knlam Lmry[w R111-1 Distrin arY M.KnIM Shad pnnn R:Cf Nd psx;library mMII Carl[w Ynad gsVkt Ho.l Rack NIII 1--,Aupwi[y W41kn Slroel pslrin 4.2.1 ri elnde 11-1 wan Dianncalla Sdiwl Dislrltt Nb.R Saluda C-1,keened Storer AutnwitY will¢scM1ad DIVid N.25 sir Hre D4lrkl S_.DN4ic1 Sally Splrys WNer Distrin M<Cltary Shed Dinrict Ho 65 Rockland Pura fire 0.z[ric[ Nair0. 0 Nrt Rnectiw Dk4kt Sanlu Hrc Snviu ps4icl Mxnad pslrin No.35. Rgnsw Wat.Distrin Amity Hrc Sant.Wates.RHiwgl Twmpanallw Abtronty _C .kt Shod 0.ztnn xo 326 tile ApplHatt VIIII,Fill 13141-N.9 Yi Townshlp Flre gstn<t roXnod Ntliki ND a00 Sagise f r MN Gw Samury pi[rkl LNn Marietta Fire Dlnnn Mendian51k-Distrin Na Soy Saluron Rnef Clroinic Naspi4l penin MN 6w W,ks p4tskt buN Urdiu Horary A.1-ty Ball Cwnnl s<Noal ps4rn m ire Pelee Mrrold lni{atron pslrin bolo Urdrw I-C Employee.-It A.-Il Inwood Waln all Sorer Distncl Aumpllle Rush Flredetect burn Cardlna 0.glonalHwury AAllh 1.11 It. no bhm104trNt Nw366 YM1wntrer fire Rekw Glavin Bak.CwntY".."pttrltt buts Carding RHrwalHwtrry Au III No.3 wk 0.51111-}1. Sehk.v Nn{arm pnnn wlF4ePMnVw gnrin c.diu cote Edwariun bslrtanx Avnwny lee school Pallki No 161 Shell¢,/Hen fire pnnn VNIH SPI all WaterCwurvallon Drslnn Car drru Sl I= gwrorrty rack Slrool Drslnn ND.}o6 Shwh-Olt:B RUNT Hre pnrlcl BarNan Rural Hre Prole Distrin bah Cardlw State HDusin{Flnaz Deveia 1Authority Me Adams Slwol Dlslnn Ne.109 Shop.County Fire PrwnYlw Distrin ND.} Barkw Waln impsovemml psvin bole Carding Suu Ports Avroriry Mt.Baker Sclroal Perna Ne.501 shasharN HilM1waY N.W He.} Bay Wulkspta1 Drstrkt burn Gremnlle Fuepstrin nen SdaN prtrkt No I. bvh Banro<Y Ubrary Distrin BeM Parks.ndR.reatian psixtt bop 44nd Pubnc Sema gslrin MWlhm Xlwd pslrin No.b both Brryh.msdl Conservation Distrin cH WNer Dinrin bwnude RuralCanmunilY Waln District Valley SrAool 0iatrin No.3 Soda BwMary Fire Rwec4m pirtnn tl4enii Bursae RancM1Rval Fires Rw.tim Dlarin Sp.4nburl Nwsiry Aupaily rteSded psvkt No.0 Swh Cwte<Irre Dilt Blue Mow4in Nmpkal Dxlm SpartarrWr{F.r Heahh.-I.purrs Gr Rrvn Valley Xlzed pslrrct N.165 Sovh Fwk Coeur d'Akrw Rrvtr Sewer oldest Blue River Water pstrltt S.grorews Publk.-I.Dlstrin Soup Urdlru rod Owltt No l4 souplalah Ni,hw Dtt,,. S..d..Park and R.d-Oisttm S.lmn's ilrc Dlnrlcl port Srod Perna Na.56-415 bvhude Waur and Sew.Ntt4 r reit.-Dislrkr Sunln WNn mdSewer Dntricl MRe falNSrod pz4in ND.3}s/119 "I Cooperatlre MauHry Auponly 6onry W.I.OMr1ct 1R.34 INYsonW,Illwd-Dusan Watn Disinn Nrwksxk Valley Xhaol Drat I.No 5o6 A.Marks Fire Prq.0w Distntt on Cre R ftl Specr.l Rwd Dlslnn Sumter NowryAutnwlry ath Bum Ylrooi Distrin Ne.W Stir)1Flre Dislritt Brownsville Rural Fire District Ua Rural CD="'Waler DiSVicI Nap F4nklln YM1ed Dlap<1 F.51 Itar kwer and Watn Disinn 11-Ped PI.-Wet.Dialect Fit-foe antl kwer pnnnoohK 1X III,-ND.400 Valley W­aMSewer pnnn BUNer HIII st-,pstrk[ n Rivers­1Wane ft-11, onSmad pantt Ynul N.Zt,Wan Distrin Bunrry[on Wat.dstrkt Tigervrlle Fire INH wP is SdrooN Targhu Rtelwal PubllCT-11 A 1-Ity Camellia Park Sani4ry Distncl my olid W.slt Aulnarll, Nwpwrlrsmod pinna N.211 T,rghn Rgrmal-til T1.I artatrbn AUrh-q Z.Bean Rw11i1e Rol -Dislrrcl -airy At-It, -h Srlrodpxtrkt No.41) ntYirre Prarrc[rw Pstnn .10 I,—People's prirry Pepe V.Iley Pudk S.vke Autnarry OBY Harbor Trod DklM Z 1201 H Creek NyhwaY Drnna Cenl410rHoI lrry.Uan Dutrkl w R-1 Twnslaw4 Au .,V OakeWale Xrod gNntt Ho.31. TMee Mlk Watn DIIIIII1 Cenlsd Orgen Park and Recre.IlonpsVin WMofNd Slatebur{WNer N-cl O,kwlle schod od-NO..00 -.11-Fire Prel.11on Dlstrkl 1.1'.,Orgon.-.1-v. Well Mdmw-.1.."Ci nn Buch Xroel Dirtlkl No.10] Twrnfaiia Ni{nway Dislrrcl CH.rleston Fill.111. Nrlaest Fire pnnn OCwtaXrod Wtrk[No.1)} wxrry Aulnwny Uarintw Sanitary pnrlcl WM[rwy F`e RotacUm gstna OMau smod Die No.305 ural lire Pmt.lrw pnnn Uenalem Park and Rmrcatlw Distrin WIlli.msburB Cwnry iwnsil Authwlry 0lupyan Shwl Distrin No.]OS T*I"114,Rural FIre Drslnn 1tV Dill- WIII4mabwe Cwnry Waxr ab Sw.AutrontY Oiymga,rod D- ._ Ne.ill lndep In Hi{hwaY&i piilee—A yUtr It-III.Pld DlWkt Weobufl Hwury AupwilY gympk FOwlrwNServru prtrkt UN_UkdsP.ruG.k1purai Fire Drirtrkt G­t­ "­VallbcWNn Supo park[ Woodruff-gwbucl Wat..'t-,.'t-, Omsk Schad District No 19 e ianal WatePepe Cnrlalmas Vallry Park and 0..reatiw DistrktYork County Natural Gas Aud-11 OnaIazU XFwd Distncl No.300 -T-s wudeB Hylrwav pnnn Ckckamas Cowry Nre Dispn Wal Sbl. Onm Crukxrwol Prete Mo.3D /1l�! nt Bou sew.0.svi<t r].c-.1 Cowh NousrH Auuwriry Lmu lYrknesRHrwlCounalNGovernmenis OruilskM Ylwol Oiivrn Mo.1)) Yu eslBwrwr Ubr.y pslrintlac111-Cow1 ary Watn Cwurvatmn psVic[ bolo 4rmu Oewrlment of He,hnaM fmvwmenlaltwtrot 0_1 P4rnesrlrod WNo.133 (Q eslBwner W.ter.M sewer Dls4ln Cldl-Ie PIlk-R.rc.tlon Dirtrin scan Cardin.Dewrtment of Memel Me.ltn Orlmt SM1aol Disinn Na.65 Ptm ortnle Hrc Diann ckwanie Ptppletudldy penin xdn ordm lxwrlment of t.eme or4,iue,nod Dinrin rib.4]o r r]a[ztrnie...I Fire Rwn ps4rn barn CWmv WwrN Srncn pwsron cal D11-Ne.Na ¢abort Drrtnn C1aIsoVCare Ctnin Healln Ntrtl.ct CardimO 1111RquiatwySraH hNlo Smzrol pi[ncl O Wilder lrcigatlw gsinnR� Clatmp Cwnry Hwzp{AUthairy burn[ardiw Stale BWget antl C-11.Bwrd Rratles Shod Dispn ND.1OI Wrker Pud'rC Lib4rY.-Cl Clwertlak Rural Hre Drot.tiw Distncl Sean Cardiru stale Trusurer's Office P.:11. alShod pnnn No.101 cake Rural Fire prot.tlan Drsmn febw{Rval Fire Pra.nm prtrkt SUte Ol Soup Carolina Pasco scrod DkVkt Hol 0 IN W CO nppendlr.H Page 60f14 m —th—.1— Utah �. M,nn Wldnnns It—Fue It,— c"'d-'­"­ 1­11-11-1­A­n W-1 H0­pnnn - Ir Catawpa lMian Nation S­1­­1 Sun Colon . eer Ih—Drrs. e..1 no OeWrlmenl of A Idaho Depart­ ­1 11 T­­­h —li—.50 Trlbalcoos cowrry p" Db­ p'. ­D 11­1 N.­37 1 p p 1-111 T", 4 D11t1.11 u Perce rope Gong is R-1 F­ ShosM1on.lknrock tripes t­ft'll F.11 P­­D'11­1 P......p'_'­­. h Z:1 FIll 11.­­1­1 N.1t) :� -4 ­d�11 R ..I Road D01111 pudcme S—.1 pant No 48 Cunt xhod pslnn No.102 C.lyP.-Ib .� No 114 Dlft '­D.t ­1C �C­ .­ w.n Mlvre weer punaFt mpstr :­­.I.—par ml Pana Mo 403sal "C' I, Dessnwes ."Rural 1­El.— Rlp.11, V.1 ley W-1 It.I h I h_.I''N"t District No40) Ilexnnd pa R.=,­S­1 N.407 W.I. IhDlstncl - sil V.1 s.1 W­C­­­ 1—1.1—­L pitl.cl IS.14t) East -P = h _". -W.11 ­psVl<t N.101 [.it V.11l,W-1 D.—I Selan Xhod prtn<t No.119 it mage R ton D�stna H0.11 Xeum Shod 0.stnc[No.323 D11­1 S.,10 -.1 sue D.sIllcl N.0 N.411 S­ Gaston Rural Fre Distnn Soap lake Xlwol Disvitt No.116 tarter RuralF -1h—itI-N­"­ L Gorhan R1111 F111 P11-111 1111, —th RI'_­paha N.402R-1 I P­­­­1 _t'W,­y1idN.206 Glrntlale ­Di11 p Grana Rorer wmulFnwrtnn nn smod psnia No.322 W­ N. GI-1 1.1l Gl­S—Illy M10.1t 1h11 1111,1 .3 H:hk.R.d =,D, . rey-S—d.-1 1­1 V.h�.=D.,, 202 H:I-I F­P­­N,,,,, ­­1k­D­1N. H S..."y D.­., Su .= ­kDist­N.201 111.1111D.11111 W., Dill"C' Nu^iman Rural 1­17 T ­­11 R-1 F11.I,= T=kh.1 D,wkt N.265 $..It W­—­1= i.1..k—.­.C'�— Hecto ­p Shcod pstrkt No 100 It D11 ­1 D"'to"0 Np 237 _­'y '. T tk�lkh D1111,1t Hone River Cwnry ennsporuUon pslncl out tike xlnol N-11..Ft H—al—F­D., I.—Oz.—I D.,,1—ft 33 l.r.1 I—PIZ1' ­11.1t tz Gap __""- , erslry N. S­1 D.1161 N.,93 P..andRmaeatlon MNnlmance­1­1 V__ -h.r.N N.Q2 I W W ­,t­r d Nt,200County­ IaUrsm C .ty FD.,t, S ­­Ift 73 . ­c..:v'­N�­ — —­ ' 2" 1. 111 j "" '_','.-ry­1­1 1 140 1:1k::county V­C­­ kh-1 D.s,_N.107 Sal d W-1 W11—.— .. It.","'.P­­.. W­,,gl.kh­Risk M­­t­ Nys loan�.,/C­­CIN 1..— D10- Mih,�it­Sill,Eavrauon,l S­­D1.1­1 lunnim C11V A-1 F­P1.1W...Dit,,11 W­g.lkh"D D::":, Iana t D.0­lna 1 it .......... W - hNo.209 ak W_t_ 111.P1.1-1-.111­1 khAS U-1.Bt­W­D.14.1 W_V.'j.' -­­t Na.­-1-Na—,It—C­ 0 m 00 Appendix B Page 7 of 14 D cc Hawaii maro Oregon spam carouna wan wa[nm 1.y. glon glamaM caFMy lire Drstrin No.1 Wnt Valley xhod Distrin No.363,Spokane[wnry /•• Klamath County tibary Tervice astrin WNt<Pass xrod aslrict No.303 iY Klement Nouny AUNIlly WNte River xhad D111 ct No.416 Klamath IrrlVtlw Dislrlcl wSalmon Valley xnad astricl No.405.1) Klement—1.Control Dlstrut WlIW r xltcel0lnnct Np.100 U Grande R_Fne%d.uw pstrrd W4,­V.".xnod cx-Il No.160 U vine Pn4 and ReweaVw DIIIIIl Wikon- T ,,IDlstrld 3 U Plce RurN lire PrdMlce gnritt W inI--Dlslnd No.}31 UP.n t.Dutr�n �Irkah VNl•ysMod-111No.11) e a take DisvHt HwgtN aodlartl xroal asuin m.4D4 j —1. Water Distract Yakima x3rool astrin No.) Uknide Fhe Dlstricl N.4 Yelm CanmunitY schod Dlnntt No.3 Urge Cows Foe astrin No.1 1HUh SNOW astnd No.IDS =' Urw library DO- sp—DYt- -nano anrin —W-1.1.1'....IB Urylds W.I.aclrid Adam[County irre Prdedrw adnd Ro.l Wine Tp.ial sewer Dlftrlcl Adams County Mosauno Cwtrd astrkt LeGrwn A,whc Drslnd Inyauon OlsVut lebamn Fue ands Mderwaod Wager and Wastewater Disrnn and Clark Rural Gire erol.zion annct r i ribby aan+ge Olrtrut [y AUOwrlly ouziy AuthontY .pstncl Ladingglau 0.ural fire astrin AsaNn Claunry CemearY Distntt Na.1 Lorene Rural fue el-1-Dlstricl lin County Corva nsetion astnct LawNl pard ine%otMwn olu., un County ine till—No 1 lawn Umpqua Nnglal DisMtt u:y wmomy aped water Dmntt � r. a 1 Matas Agwllc I.—la Banger Moun11 n�rHgalion Uslrart N MNneur CowxY Nowing AulnwtY B,inbnye4 rad McVopdn, rk and q.reahan prslrrn MY�nRw,lfue%dMian aztrM Baan Gly warn/Sewer Drstran a Map.w Oen w.u.Dlsv-d on capnry epfw� �eu waer.m sewn aavmt on son,ne wan cwfervaian anm Beenwe veyaiw Dwrm Medd o-ryauon wvRt .afnvt Na.1 mill Rural fire%ot.uce asuitt Bellevue[omemian Curter AuMdity MidCounty Cemetery MNntmance Distrlct BNlingham Houvy Autnwty Mldde iwklrryatl BNlingnam Publu Devtlapmenl Authanty y u-, Difv<t Isom-cc-2 pNq pfv�ct No t MIH city Rural Fue%d.hw pshid n w County fire ProlMmn pstricl No.l Muton-Freewa.wm.comrd D�Nritt d,mv roe%demon Dlfvmt No.2 n-111d Rural Fue vrdMlw pstrut Mduwk VaI1M Rwal the aftnn Benlw county Plr•Prdacuon astrld No.5 Mdalla River Improvement Dlfukt w caunry Flre%duction Dlstricl No.6 Mdalla Rural flr<Proledion Dishid No.)3 n w County Masa Wto Canrrol0lsVln Mace Rural fire Prn.hon Dlitrut —ll county P.-w111tY Dir nd No.1 ow C—V He1­1 alth aI— Benton irry,Ban Duhut Benlw-Frank -111D.slnn MI pPngel fir�uin'ctlal uuid —111r MWlrom•n CoumY Dninye pitrin No.l B`cnrBaWW NeparWCSerer aslrict MWlronun CoumY Rw,l fue Prdntion Di In.No.to .pW icl MWlrwnun County Rw,l rare PrdMlw aslrad Na.la r Housiy Aullwiry 14.1--11,.,hit Wner Dl.- ora Upsnur county AhpM--in, Nnkowin RgianN Salary AWnoriry B.I.—III.—Drstncl No.4 Heakowin Rgmwl .pfunt Urrihoce vey,uce Dn4Nt No I re ProlMron pnud Usuda Coreervahw Dislrlcl rwtscDcn Od,Sanitary astnct Cerin River Wal.and sewer OIRn<t N.arts 0uanxMe Rural 1-PI.—15,1­1Cmhal Kli—t County P,rk I.Rnre,lian Didrict Moran By Rural Prol1 ine -A Cmhal%ace Flre and Resp<astm No.ri nn Bend try/Coos{wry Nousiy Aullroriry Cenhal Pugn Sowd Rglonal Transit Autn.lry rtn Cenh,i Public MWil-shin Unual ValayA-11—Auaority ono CacUmasPxks,nd gnrntian artrltt C— Iauy F--rand No.1 Orth CaudY R.rcarian Duirrt Chelan-1lire Drstncl h Gillam Cemeery aslrad CnN•n 1—11'.adrkt No.5 rahGilliam County R-1 ill•Prl• aglldn DHlricl Ch,l,n—Y fire Distrlct No.6 _h 11—Fire arW R1.-Dlstricl No.1 Chelan CPc V Fire astricl No.) Mn—R.N1ire%d.11w a,hkt C. —ryfire DBtdtt Nog Orth Sherman Count,Rural irre PrdMlw esti., ChN•n County Fire DNirlcl No.9 Nunn Unit urle,llw astricl CMlan County Pudic Hofpial Dislrlcl No.1 onnean 0r H-9 AWhonry CMan County Pudic.01t,.-C,No.l County Pan ant Re.nllw astrin Chean cdntr/wewldiee Housiq PulMrny orth.n Wasw Courrty veopl<'s UVliry Oisvid C�N:_,,,las Healln Dlstrut ennwnt Orgon Housing Autlwrity CNncek W.I.District a Road Annsment Dislrgt No.} CbRganut Community F.n1 Park asuin Nyua PwN fere PrdMiw pshld Clallam(auervnlan Dinnct O,k Hdl Saniary OisV lcl CINam Cowry Firer Dif Vin No.} Oak l W{e Lnlary aslnn CI•Ilaml C—y lira IxWi No.S Oak Lodge W.I.Dlnrin Catkin County{Ire D11—III I eansrde Watw prtrut Cl,lam County lire%dechan Ortrut No 1 Dcnwu Wnt Saniary asmn Calam.IY Fire%otechon Dirtrkt No.3 Odell Saniary ashid Clallam County fl,k1—Drnrid No.4 ry D111 It Clallam Cd.ry HosDIMI asirut Ne.1 pyw lire astnns Assouauw CINIam County Howing AulnwnY Orgon InM1asV unure Finance AUMornY Clallam CowtY Parks ant—.—....C,No.1 Oregon Trail library aClallamCounty Pubnc Hospital Dislrlcl N.2 Oryon Water—4.Unit II—.,pitrkt _i_Cwnty vubilc 11.411 DNtrrcl Owyhee lrry,um DiI-I ClnkC .,the Dwrrn No.]0 YI PauNc C']ad W.I.S,nlaryawtronn ClanC my F.11Dnlnn No.l1 P,cINc Commwmn Nedln D1iMn Cark—11,fire Dishid Na.13 (11 Iine Hill W,1.aslrad CIar Y CwMY Nre Dlstricl No.T V ul,Dr.nye District No.1 CMrk—V lir•PrdMion pnrkt No.3 W nuta D-. Oinrut No I ark—.,Fln P--pnrRt No.6 O Pud—Hre PrdMlon Outrut park Count,—will..a[lun Na.1 W Pine Grove Rural Fire Prdnlion anon Clark Rgl.al Wastewaur DiNin %essant Niu Rural Fue Proc.uan asuin Cline kryatian astrin O HN W Oo Appendix 8 Page 8 Df 14 cc co Polk County fire Disvi<t Np 1 Cwl Creek UnIpY p V.n Y/ C—bN C—ry I—DIVItt No 3 c C—b::11,11.1-oll-I Rewpna Am,Park C_.'e d—H.­A-1.1y 14 est Acre Swc'al N— C—v-W.-D.—a -d--dR--N.D.,t— c wliU C. -4 _�:C...t—1-11ityDII—N.I ",-I AlIll 11, C'_ , nDntnct Rqw WD, N.-1:111"ll I 111-11t A-I 11,1�111 — All.Mast lunsit.1-1 —Ily Pudic-114 D'I". Dog.1 C...ly Sewn D-1 No.1 XNm Xma c':":.0e P District Fan Columbia B.—Irrigationo-Itt W_'_­D""' -1(3.1 H.—W.1-o.1— -­R-1 F.- ­I­1 11—ly Xip R— ' 1pl'*'�""Fl,'E� lie D,,,,,,N..}} V— W I., Xal—1.1-11111 W=1111:I I—IN——111 DII.i Fmngne Cemetery Dinnn N,7 SNtns c—..1—-.1 fire p-- ......1—DiU-1 't,cl.,—lranswnaraw D,I {all —'g;�W——N—N.19 Wan 0.strrn —th—I lmcdn C.—V W-1-1111C...IV—14C-111V ollIct N.I sgrq N.—­—I N-d . ..... clCreek= .District .I— V,- W-1-111t,.1. hDwwn I.It Salem Water pstrHt —c—I.—-t-I timet DIU— _11IIV I genion —D"t" —:I II111N,I Swnl Home F-ld—­10.11, CV N.1 IN W.d D.11111—13 TT.—R— C' l: Ru, F-oll-IN.4 ,city .l In County I.le TI.C...V M.II.P.I.—TI—P.-t...N11-1 Grant County I-District No3 Tualatan Hills PlIl—---,o—d Gram County Hre Ui-d No. P. ane Re—l— Gram County fue Dinria ND. T._'N Valley 1:1 I c' lualaUn,I.'V'water Di,tHc1 Grant County Housing Au1M1orltY Gant—.1 -1-1 Hol G1.1—Y M­ft-t—I N�2 UmatlNllac—', A-1.11 : G ':C G:�=1',P"' —.0 L-d R-1 1­1--Il G-1 C.-Y P-—10 No7 —.1 P-C.­.'D.Ill.,I W I Umalllla eservat oneHwvq Authority Umatilla Rural f lie Protwuon District G IV—11,H.,­1 DII1111 No3 GrantC- ,—k argon ungaHw DII— GI——""p."' "Ipslrrn ND} v"V­W"punaG—t V11--—,Sp—1 R."Dislnn Grays---- Uistnct — V_V.d oNl- : County::::ll::-::1:111"N. I .:,:Harbor C " �� . W� 2 w."—.=NZ"C"'oZ­ Gl­HIII—C­IP11—., . 4 Aty Grays Ila——t,,1- N�.2 5WI­H—,—_ty Grays 1—C­F.—P-1—DIII W." W.lh,Nl.C-11 1-D, Grays--C-.t,W..lo.INot Wllll-County 11­A.1-11 ­W-IN , �..2 WW1d No"I, Z" ''�I: — " i bor I. W=.—"= A-11 (0 W-Valley H— AUI—y Grays Ha—PATI,Ulifty D1,111,1 N,I CD W-- ". Ci Y,H—,T—Np--A.—It, W.—"...A-1 f-p G-IVI W-16- D.I—t W.—H.11I—DII., Greaser W--e Rn.—I E-1 C-11 P—C ininHes o— W W:t�d�N p 7-1 P-D.11111 .. .... .....I-D""t, 0 rl W.11-1—P- 0 Appe.dN B Page 9 of 14 CY) ca (D Mawan id— Orryon South<arohna Utah Willa Rural F-P-t..Dn-, Highlands Sewn Distrkt IN W -b-i- D"l—I ......... W Hdmes z:::IN-F-Dn- I PY CD W pangs Rwerlew�s ld 0-..x,Punct rwN"­ State rid-=:::x I_-­Y P­n.on,il NoI Or Kon Health LlIx—N A— O�ft H19-Id­l.C.Id-1,,C-,-. -4 Oregon Sl-Board of N.'I.19aurin No3 S" 0'". _C_ PUviny I-t T 14.. C.=U"'lli-I C-I,-1 5-1—nd.­ C.­=.11-1 of G-d Ronde C.­.IV C.—I­TI.-of Ne WI-Sxn­ Copuille tribe aci6vn anon K,I I-DePIII.­1-11 F­ KiNC=IVA­ Il--I Kry Cwnry F­vrptntion N111.11 N.16 n County Vire Prmmnon gslri<t NI . King C.I,F.lx P1.1.11.-1.1 N.27 Kln County ly Fll. N.2. Iln astnct No I—="4'F:::PP:=_:: 'I'l K,,ii CPrutmuon District No.- K1,,,C-21'�:�: :'l [try County Nre Prmn[ron ps[r�n No as K1. I,I C=ty K14 County 1:n,PL- DIII-I 10 K"— , , Dry C Z,..D,,',"N. "Il K..— "I"" IZ I,_4P.- .. ....... K1,C­'­­­::��D K.N C. W.t.-1-t Ho 1 K�"'-':'W:: D:�::: '�1Kry C ,W :: N1 ll:n.:�N:� 'I: K.. nN C....W:::D K.ry C—". . D:,:District NN'` 11 K.N W astnct N,11 [Ip Cwnry W::: N. Kiry Cwnry WII.DlnlllNo. IV C. A.—V K=P.= ­.d­l-F" " KCounty Pudic:U Un-N..1 Z' K I K.i.p P-11 Hwlth D.11-1 K.1111.1 C.-Il Fll.-1-1 N. K N,I K.I—C­.-IN aumprity x.tnt.IC.­Public Jbill,Dill"',N.I :21.C_=1 Ww:::Irtuln D I I K.U­__W.t. Ktic No 15 tat CpuntY re a[tnc[Nol K:�I':::CC.-I,1�x N.I­D-m 4 I ­:,'irre Pmt S:Z.NYl - in No.1 Ki.Ikll.t C.—ly P.—Ulady D.zt­ I I.—'­on-,3 x.c1hpin­ ":::i, QJ co (D I.—W- � Ln lerrwa C) 0 LO co Appendix B Page 10 of 14 M cn (D CL ewes County lire D.slr.a No.1 ewes County fire Dlsv.<t Na.l ryfoe p�tnit No IB re Dnma P-1-1.1—14 Prl I No N.I stonct erns County Waley psV I,!::N*l No. � Public Iranswnatim itr D.wdncw ,e: N' Z11,N7111-11 D1,1— =7�7Z AulmrnY Nl arRnester Water District 'ZZ'N:�l N 1—N.I DVVI-I No B 111:'.11 No 1h, 1.1.1. CentralMu4tlleo Water am Wastewater Olzv.a MM1 Ream water D�.tna 1::,l CC,.�W%�D,111,I N F-A.1—I, IPerry Al=.'"-.1— N-h Wh- "­."o --d W—D.11111 anlConaerra . �= It 11 IN, an ty Authority County PL I Hosgpl D.-..No F—Pl.—.D.It-1 No16 ok_.'Irrlgavon-1-1 olympc view Water and xwer psora Al—ly P • slna (D P—k .1Z o"-'No P_VIC=Pl—t, -d----Ih­ C) TT P:—/l —11—­A-1.11 Pend 0-11C...IV Fire--No.} 0 00 Page 11 of 14 m co CD -,th—.1— Pend N.,.1:k—.11 111. Pend lk County uw-.-C, Pend Orellk County ftt,k.............. Ves .......... lnias -1—N.13 ::Caunry 1':�:=':::N-I". P PI—C.—YF-NII—N.27 -4 p Zll= p" 4 are wIXMkn a+ma Na.to P—,County F.---t:--t Na.2 p :: c.w How —Y RobertsPant W-1 Dil—No.4 W.-..—-- P_111- I`—I I pu:. 'll, p"...—1 p- 2stnn :lz".': Publi P1111: 1 1111,1,11 Na I p...11 1I.W1... Duinry-Columba Basin IrrNatkn Dft— Richla —1 WlI—1 D111,11 _ ­.. t, o., --h Plateau-1.ab Sewer pstrkl Kafue Cnir„mwn Ntemniorul Dt—Prci 1—xd---1 A.- IM1.11 11 1 Kaltk — 1 park cpsnHt — KNIt Cl-�I,C�11-1 N.I KNIT Kalif C-4F., -911 County F.11 RIXeclan ol—I No.Il Nttl..No.I. c... KNIT County fere PrIXMian pfvia No.3 .-t Ceunh fne Prxection pima No.4 KNI, �4,t Caunry Puny "Io.— ...I ..It.c-11 Pudic minty Damn No.1 Zt—4 ,,,w Valley P—,HIP.W DlIllid N.I D I—Ikt I I.Count Flre D1.111..4 lk P-1 N.I K.mania Count W— Skyway Water.nd Sewer pstnct .1h C­Fl-DIIIII,N.15 Snarnm.1 C-1 111.D1111.No.tl $ndwTIII C-11 111.DIIIII.No.1EI Sndwmnn County 1D:::n:"N:11 ^' SIWwI11Hn County fire County It,.Pl--D111111 N —MV Ill.P—.-Wl-N: CDSnygm,sX County Fre ProlM�on psvkl No.31 C) SndwMin—1 I'll.Pl—ONtM Ho.1. —1,—.11—Pl--—1.I o 0 +t U) 00 App-6.B Page 12 of 14 0) (D cc o­ wNM arplina -hinlrrgmn CL srPlwmrancPNmr p—, .1.1111 m SnoMmrsn Rl.Fhsl—W-1 A-1.11 — 17. 'IniPl I�10."�I,1 111�' I A.I h Soutn Neches '`-."I F II A.l� I—1.11,,I Salo Soutn Wh—Y P.- Sato Southwest Suburban Sewer gall�l -4 . . -- . County"::Z::-1"II No.11 cIl: ' : :.U1 No 13 Spdane...IV F".pl.t-,-— No 3 — lpl:,:1 ":::pp:==_ 11 1. Sp. County N. Spd on sUla No 9 1pl 1:C11" 11111,-11111 W.11 D.IIlllt N.3 Sppkane H—­-h—t, 5pd1—thlb—Oh-Ull I Startup Water gsVrn Stevens County Lire D�svlct ND.l ns County fire Dislnct No.6 I«Dlvtrin No.i SI-1 C­V FllI«Dlatnn No.10 Stevens County P.11 PI-1—D1111.1 N.12 Stevens County fire Prden�«O�{Ir1n No.S Steveru County P"'U ty pstrlct W I Stevens CounlY Rural stereos Pass Sewer gstr�ct Harbor W.I.,0,s1— A,hh-, S.srrmrv.=HWater 'I-n='l`IV gutMnry T.— -t", lhl.h-11 lh. N,I D:: 'l No 9 hl 1gstrrn 1 {ire P ' No _C-­1l.P=.n NI inlrrslon—V I".pl—l-DII-t Nu.6 Th.I.­y P-11 Utility—,.It N.I =—c.—t.D'It-1 U«« V., tie Sewer gstncl "Ryronal�fire ea Dwtrin umC tit 11 Public Uhlftl ChIll.N..1 DI-[No.t Walla W P_,,':1 N,I C11" Flll Ila Walla County p =1l:=t"1 ZZ1Z —. . 1 C111" �!::Z V:::-gstrlx No.1 Walla Walla Protection . W Z County 111.1 Walla 111, Sld—fthk—Vt-0,1111 Sate Ip—Se 1-1 A.-Illy CD W._N't "1 19 W..R—I 0Irrigation Dntr�ct OD W-1—Cone V—D.It-I 0 co Page 13 of 14 0) cn CD WlMtcom County fire astrict Na.t] iY WM[com(aunty Frre Rstncr Na]] Ay --m 5 I I'll,Na 1 _C=:,Frre D,--t Wl:=�c='WIll,utility Drvtrict Not .� W. ".o.. W" w.::: l cI W::11.1 Wcl 1:.11�1: 1l.Z: 1 man .. Wh IZ­11 astnct Na.3 � W.111-1 `Memorial Pool D.Il— .11.N.I W_ 11C——­ W.—I w— I.—c Yk��� :Cl ..tyF.,�Pl.t�l...Dllt�CtN.12 y C..:I"-`­­D111,11 N.14 ma C.-,—­t. N,t,ld ecalweF suu=s W.—Csate D­—of Entera,-kmces M1in{[on St—D­—Ill.1 H-1h mD.wnmenta—1——th wwca Trba Was n n{wn suu N.alm c,m Aauwrny onleaeraRi:11 of It'.c, 111111.1.1 11 onConlea.rarm tribes al Ne Colville Revervatlon s'alallam robe Makan i Egan Nation N— p-4.mae s'{lallam robe naR. rube a InauNF a[.Imi,nmx namamumun mann x�Fn Imun Nalan saa ma.n sxmomisn Imun nlb.a maaNaimre imoa T— I-..rube saw. 111—Tl- Suaw trim rrrbrs UZI— Yaxama N.——d Fnteryrbe (D 0 00 dfi,11 Page 14 of 14 0) cit CD (D Appendix C-Political Subdivision List to, Wit-. city/r—. SWIMI D t1lds P.bN,K-12 Cov,ty Nbil,High,,Ed,mtl,, Slate T—.,hlp, A IA.zr.— P::: A Caownsmo of Green,Ross coum. A C—n:,I AZZ.CZ',, Rtd DR—p-- Alb—ii,C-1.1 Rev—1 I.,A.0-1 d1l.C111 P.1k kl— Alk.—,C...I, n. sls— CA, Al.—d,R fi—=- A I,p R.O. -4 1, *C- P, bx --1 C—ni, -�,,t P. 11 D It I �2'.: nE ,,R,.1 C. III 11111,A11111 1,th.,I, A-h 11-1,1,1- App.--C.—V u­`* 1-1.11-4—h ssw ___rt,11-- A_.n.. I' A'W_ lh— clt�11=01 —R, A .. R. P,11,, A­-I='t, B:g St.—G�,Aw—p-1 H.-,--W ­7 1-1, ..... :: a ono ___Community li, .1 A­-C—tlp�1—h— b. Riu,,, , Cl, :0,—th -'.-­­-­­­'1 -1, ,- 1, Is,.- Pubiv, R--" "I", P-� Pu Ia.—.1, versM cn,I 1:'t. Rldll C ll—p-1 A.1 M.y I It 1—T*,=­onaGaa. R�_ xn.aELorywoE A�Ur d Nam C-�n:, U,.1 C.— Publk S­­A.nh—ly raton 11 1 I:lh—1 ogr "ll R-1-1 C—RO--A,,,,,,-1—t, e C', .--�C-1,---1_—.1 _ -1........ C.Ov" o"-. : = ­ vol lMHssas 'I.Auh.,p (R­b.11C-tiy�bk-- 7.l: UmversttY ot,I R.I1-11 =vvR.n. CIA.., Ara M,nm+r4k ' P' U_ C:,. �=,A I=P.bl.�`S -::::C-1 —1.1 —1-1.11 v of Newport News Gakv 1.11d ," Ch cill",Cil lul I P."I,knry C--ty C-,,, Ucv -t —.I,A.—R, Publ-—� -1 D I C-1 I,C—AI, p _r C:"a Norton 1—n—PIR—,D.�—1---n v ChR11.11 — ' —1——1, ' "'.­­"""'" R".Itl 1.11 Aufl,.­ ChRI­=�stn= C R—ld U, Aul-111 Suh— R.,p—n, .nhc Ht C___Rl—ltt-d.-­-- __—, —,n R.—d Bk aCd4[e 1:, —ld _.__.-Afi- 1-—1­ ...... C, 1 1, .-1, C__:—h.1to., of RO—n Ch—P-1 A -.-Pu, h.,I.I.I. Censer — lldTI,,n-D.—I ""sutt­­ D—d--- -­ P11.1-1 1�11 -.1'7­2`vt CR.1=.n CivIR—I,RIII I...In,--R, -vi C.—, Sulu,C....ll'ogf gC-Ed-1,.C� S—k -b—N-1Rexn .,W. vlrybia —1, 1—,c—, u—.—n C.—t-1,C11" P�—11 P.I. I— I'=Count, .......ColiHe C%�l I'll— c .-- 1,n-I-�A,­ P-11,1 1, 1, 11 —C-1, htnu- out f __"R_ __=n ,�I, u I.n..:, ,, uIt .1 C—IZZ,li. II,pl, —I"--- l—, _ .—d.— T:n* ST.—.1 1 C—.1 �1. FROR�C-tlV",`b`v, �t,1-1 U,,, vol V.�mu rte R. W Utt ysaem :Alb— C-1—PIR—I, F,,11,Ch—h Cl�,P.W= ...... R .,C-I,P—lth— 3--d C-n:, vltdk[erXv p".*- "t" "" by byC-1,P.bk Sch— v ul-R, F ,_ZIt I tA 11 CRY G F1V col rte Aul— D.—M.A— A1111FIt, I-- P—kh— v.R.— T.—. PuNk—1, V — .— P� : , — TI, C,I,P.bl�kh-, C `­ -"V Will,—h-11 ..... V.11.1.1.u­C.—­C.14.. m Store of vn[ink 5111� lv—it—A.—, III-Ild —1, —RI--p—nt.--1 ii—I,I., P'�Z 1-1, n—d County Z� Pub.—11es Gtr Counlr T. CC-,:,Redevelopment ftu—,Aulh—, GIll Cl—1—.1 rid count, _,=1.11 G R—IM C-11 P—kv-z R :—, T i'IdR..— C—t,W.—�d�=I,—Aul.1, Ct— 1`—5-1, S:C�—'ry Auth-N C— ...' "—h-R, p Hap-EI,�d` b,1,11wsA HRII,1-11 CII,P.-.1— Kk sbu,,t U'"t'" n IZ l. 1-411.11 C-1,PI,bk xmoh rz HoseF—t C.—I 11--D—M——h—, C—nn, _n rte PhZ`l'" =—t, C-C.—=Sy—A-1Ceram 1, `= I Ch ;*n'C 1-11,Pub',ll=, wn.C'hlIv"l --t, W.R. County'ui�.'n 1-n,A,11,,,, 11 sth- T p '=tI1C.`n C._ T::'Z'C`-­Z`R I-c—.—I, of TIld: A.1h.WV umbenane C-11 NlIt—" , C=I bl I— Cc 411 -R..R.v­S...,..uo'." not<I4d W—' on P.- p T n Hb. I oma&xhFl.-R­W-1 Aull.111, —.-M P.b P. C—n=Lu­t P,.t R-- T :—=b,.L,C-nn,I-R,Xnooh1— swe P.bl,c -1, Ptnt.­­ ::= —.11C.P.n­ Co­P�- W Pn-,W —1 Au-1 T— -d I`. I..W­ C._—1K l�tWV aon News Pooh Uh (D T:� "l—,A-IF11, 11*11 R-­ ., `­' n..' 1111,11dig, W _ , ,-Au'h. --t—It —Idtt, A. T, ueknR B—I-1 R­nRI A—,A—, N.n.C.,�Pu". T—1:1 '11 _it 1-1 1..1 A-— N--- b''ZI, —=,C, 0 —0.—1-1.R.1—IR All- C-1,Pi,blIc— C—ty 0 h W 00 - Appdi.C Page1.12 CD cc CRY/t— Special Dift,kU P.bk K-12 County Public Hlghe,Ed,,,t,,, -1. Townships T— of E14ton 1& C-1,Nblrc——h-1, 1--1Public I<nooh k Monyomeh Rgion.l.14 waste A.1-11 111=C-11, P 1-1-11 011 1.01 h— Z P=,",P.�S—� Z'P' Z P b F norGnetUyA 1 -d Pr,—I—rd —I.A.IMIII, aG<prae coNmr P.-—.1, A A.—4umwny W�W County Aa­­ Town of GordonsNlle Noddle Redeveopment and Housing Aumwny dCCM S<Fools Wasnmgton County —.11 W. pooh of —c—, R axrrooH ,7-IP.,,I "P" of GroA.—ny :."—d.....P-b ...... a<s R.S.11 M.1 A_-, —n-I t,P.U,1,= Y.6 C—, T. ooh -4 -.7- I.blll S,h—., P r u rots County S-1, Confsernt on strcl is I.—.0 A.0-1, S. S�:—pt.C.-P.bl—h— rving<pn =Cp7b.�.h A I—t, s aumw�ry ly P � =; tyon C�, - bl,Sch— R—d 0P � If, — 1.11 Pmte<Non A--V pnry'N'bl_k.IZ:� d A_ :1-1 owed«nbp,g Shl—d-W.11- 1�11 A--t, R.,— A, 't, W:�,. _�,—1 T— Ile A,--d 1,:l'A.—I, hz; - - T* I 11,11"IllItl—lh—t, Z1.=....... I= --tV P=ICI—I T Rnnmond A.11— R"_:---arra Pl—,--C—­— W�14—b­J.—Cly C—ty—k 5ch— .1P.- wnorn T h�County'p p Pb�kb. I-r— I..l—h.,11V xloh town. T. I.. N.r CI�11,11.t R--V.I Town N . T= N:: *,8. T—n:--'� ,--t—D.—I T—n. c­— T—W 0—1 wih al Orange �rnwnv Tl—of P.—I..C11, Ru-1 C-1,P.blrc SIMc,A.1h.r.1, uksky —�:,1-1 11P.-I A.11-1 C. of PemapR� vin Imran W—,—.,—1--1 1-h-101.­ o­ T-1 I T— T T:npr Q-n— A.1h­ I..l A lh-nr Trcn4Ms 1-1,A­--, T.— A.-Ill, .-k, T--Il C-- A-1.1, town of A- Town If Rural A_=' T_B_ s ries T— T—1. kpme T-1 I SZ :.�, nia—h De ewPmem-h-1, �--,-15­1 h—t- -, T-1 Vlrg... S_d�A.rp—-1 I --1 ­D_-t T=. P--- �— Apmpnh T.:'of npwhannwa T-1 InniAanrgomery r.-I A.—Amnonh T.— W_...... wih mrp Ild H..-,A-.1,1, town of W.", T 'W'tl"I.Id d—l'P-' I W ,, pf f oriry W—.0- W, `"I A,­A.-Ill, cuT W.r.-d sumo, 11- W—, IT=11 WZ1, RownI "W= .1 w w —.2 —.L 0 ) App—d,.C P.Page2 of 2 0 Agenda kt",,F,11.17 NATIONAL JOINT POWERS ALLIANCE(NJPA)AWARDED VENDOR REQUIRED FEMA TERMS AND CONDITIONS CERTIFICATION Procurements by National Joint Powers Alliance(NJPA)or NJPA Members utilizing funds under a federal grant or contract funded all or in part by the Federal Emergency Management Agency(FEMA)may be subject to specific federal laws,regulations,and requirements in addition to those under other federal,state and local laws.This may include,but is not limited to,the procurement standards of the Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments,Title 44 of the Code of Federal Regulations,Part 13(44 CFR Part 13). The terms included in this section express Vendors willingness and ability to comply with certain requirements which may be applicable to specific NJPA Member purchases using FEMA grant or contract dollars.NJPA Members may also require Proposers to enter into ancillary agreements,in addition to the NJPA contract's general terms and conditions,to address a Member's specific contractual needs,including contract requirements for a procurement using FEMA grants or contracts.NJPA reserves the right at any time within a contract term to require an awarded Vendor to reaffirm or resubmit proper documentation relating to these requirements. Note:The numbering and identification contained within this section is only for reference purposes and does not identify any actual Federal designation or location of the rule.Rules are located in 44 CFR Part 13. (A)Pursuant to 44 CFR 13.36(1)(1),NJPA is entitled to exercise all administrative,contractual,or other remedies permitted by law to enforce Vendor's compliance with the terms of the request for proposal and contract award, including but not limited to those remedies set forth at 44 CFR 13.43. Vendor Agrees(YES or NO) Initials of Authorized Representative (B)Pursuant to 44 CFR 13.36(i)(2),NJPA may terminate the contract award for cause or convenience in accordance with the procedures set forth in the request for proposal and contract award and those provided by 44 CFR 13.44. Vendor Agrees(YES or NO) Initials of Authorized Representative (C)Pursuant to 44 CFR 13.36(i)(3)-(6)(12),and(13),Vendor shall comply with the following federal laws during the term of an award for this contract by NJPA: a.Executive Order 11246 of September 24, 1965,entitled"Equal Employment Opportunity,"as amended by Executive Order 11375 of October 13, 1967,and as supplemented in Department of Labor("DOL") regulations(41 CFR Ch.60); b.Copeland"Anti-Kickback"Act(18 U.S.C. 874),as supplemented in DOL regulations(29 CFR Part 3); c.Davis-Bacon Act(40 U.S.C.276a-276a-7)as supplemented by DOL regulations(29 CFR Part 5); d.Section 103 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C.327-330)as supplemented by DOL regulations(29 CFR Part 5); e. Section 306 of the Clean Air Act(42 U.S.C. 1857(h),section 508 of the Clean Water Act(33 U.S.C. 1368),Executive Order 11738,and Environmental Protection Agency regulations(40 CFR part 15);and Page 312 of 386 Agenda ktWA11.17 f.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(Pub.L.94-163,89 Stat. 871). Vendor Agrees(YES or NO) Initials of Authorized Representative (D)Pursuant to 44 CFR 13.36(i)(7),Vendor shall comply with FEMA requirements and regulations pertaining to reporting,including but not limited to those set forth at 44 CFR 40 and 41. Vendor Agrees(YES or NO) Initials of Authorized Representative (E)Pursuant to 44 CFR 13.36(i)(8),Vendor agrees to the following provisions regarding patents: a.During the term of an award for this contract by NJPA,all rights to inventions and/or discoveries that arise or are developed,in the course of or under this request for proposal and contract award,shall belong to the NJPA Member and be disposed of in accordance with their policy.NJPA and NJPA members,at its own discretion,may file for patents in connection with all rights to any such inventions and/or discoveries. Vendor Agrees(YES or NO) Initials of Authorized Representative (F)Pursuant to 44 CFR 13.36(i)(9),Vendor agrees to the following provisions,regarding copyrights: a.During the term of an award for this contract by NJPA,any copyrightable material or inventions,in accordance with 44 CFR 13.34,FEMA reserves a royalty-free,nonexclusive,and irrevocable license to reproduce,publish or otherwise use,for Federal Government purposes: (1)The copyright in any work developed under a grant or contract;and (2)Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. Vendor Agrees(YES or NO) Initials of Authorized Representative (G)Pursuant to 44 CFR 13.36(i)(10),Vendor shall maintain any books,documents,papers,and records of the Vendor which are directly pertinent to this request for proposal and contract award.At any time during normal business hours and as often as NJPA or NJPA Members deems necessary,Vendor shall permit NJPA or NJPA Member,FEMA,the Comptroller General of United States,or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit,examination,excerpts,and transcriptions Vendor Agrees(YES or NO) Initials of Authorized Representative (H)Pursuant to 44 CFR 13.36(i)(11),Vendor shall retain all required records for three years after FEMA or NJPA or NJPA Members makes final payments and all other pending matters are closed.In addition,Vendor shall comply with record retention requirements set forth in 44 CFR 13.42 Page 313 of 386 Agenda kWM,A11.17 Vendor Agrees(YES or NO) Initials of Authorized Representative Vendor agrees to comply with federal,state, and local laws, rules,regulations and ordinances, as applicable.It is father acknowledged that Vendor certifies compliance with provisions, laws, acts, regulations, etc.as noted above. This certification shall be effective through the term of the Vendor's NJPA awarded contract. Vendor: Contract number: Category: Maturity date: Address: City,state,zip code: Phone number: Printed name and title of authorized representative: Signature of authorized representative: Date: Page 314 of 386