Loading...
HomeMy WebLinkAboutContracts & Agreements_72-2012_CCv0001.pdf &GRECMENTlUYED[ORM NON-PROFESSIONAL8BRVKES (K£DLANDSCONTRACT NO. 20|2-0U2) This agreement for the provision of vending facilities, maintenance, lighting products, industrial supplies and tools(-Agreernent-) is made and entered in this 15m day ofMay, 20l2 (-Effective Date"), by and between the City of Redlands, a municipal corporation ("City)"and [asteuu|Company(^^Cuntrmctor"). City and Contractor are sometimes individually referred to herein asu"PaMv"and, together, as^^Pndien." In consideration of the rnu\um| promises contained bcn:in. City and Contractor agree as {b}|ov/u: ARTICLE I - ENGAGEMENT OF CONTRACTOR |.| City hereby engages Contractor ioprovide vending facilities, maintenance, lighting products, industrial supplies and tools for City (the`^Scrvicca`"). |.2 The Services shall he performed by Contractor in u professional manner,and Contractor represents that iihas the skill and the professional expertise necessary to provide the Services boCity at u |cvc| of competency presently maintained by other practicing pnoK:asinnu| Contractors in the industry providing like and similar types of Services. 1.3 The term of this Aareement commences on its Effective Date and ends on February 28, 2014. ARTICLE 2 -SERVICES OF CONTRACTOR 2.1 The Services that Contractor shall provide are more particularly described in Exhibits ^^/\"and '^B" entitled Addendum /kVendor contract between Fuy|eoa|Company and VV8C/\dated March |, 20| |, and YVSC& Master Service Agreement respectfully, and shall be performed by Contractor in accordance with Exhibit"C,"entitled"Caliiornia Participating AddendUrn Master Price Agreement 7-11-51-02,"all of which are attached hereto and incorporated herein byreference; 2.2 Contractor shall comply with opp|iouh|o federal, state and local laws and regulations in the performance of thi�agreernent including, but not limited to any applicable State of California prevailing wage |uv/s. ARTICLE 3 - RESPONSIBILITIES OF CITY 3.1 [iiyshall make available ioContractor information in its possession that may assist Contractor in pork`rnnin, thu Services. 32 City designates [)unu'\hnxmnovitz` Purchasing Servicing Manager, as City's representative with respect to performance ofthe Btrvicea, and such person shall have the authority totransmit instructions, receive infbrnou1ion, interpret and defincCity`s policies and decisions with respect b/ performance ufthe Services. 1:\oo\dUm\xereoment�Fx$,na|Cnmpoxy,2012-002D0C ) ARTICLE 4— PERFORMANCE OF SERVICES 4.1 Contractor shall perform and complete the Services inoprompt and diligent manner in accordance mareasonably requested from time todrnehvCity. The Services shall commence immediately upon the Effective Date ofthis Agreement. 4.2 If Contractor's Services include deliverable electronic visual presentation materials, such materials shall be delivered in u[hrnn, and made available tothe City,consistent with City Council adopted policy for the same. It shall be the obligation of Contractor to obtain ocopy ofsuch policy from City Staff. ARTICLE 5 - CONTRACTOR COMPENSATION 5.1 Contractor has u�,eedthat City shall have noobligation hopay[ooto�1orany compensation for the Services. 5.2 All notices shall be given in r/ri1iu� by personal delivery orhy nuai|.Y4oiicessent hy mail should be addressed as follows: �m Contractor Fred Cardenas, Director Justin Alfrey, District Manager Quality ofLife Department [ooicnu| [onupuny City ofRedlands 2001 Theurer Boulevard 35Cajon Stncut` Suite 222 VVinonnu, MN 55987 P.O. Box 3005 (mailing) Redlands, CA 92373 When xoaddressed. such notices xho\( be deemed given upon deposit in the United 31atcm Mail. Changes may be made in the names and addresses of the person to whom notices and payments are to be given by giving notice pursuant tothis section 5.2. ARTICLE 6- INSURANCE AND INDEMNIFICATION 6.1 Insurance required by this Agreement shall be maintained by Contractor for the duration of its performance of the Services. Contractor shall not perform any Services unless and until the required insurance listed hcinvv is obtained by Contractor, Contractor shall provide City with certificates of insurance and endorsements evidencing such insurance prior tocommencement o[the Services. Insurance policies xhu|| include aprovision prohibiting cancellation or modification of the policy except upon thirty(30)days prior written notice toCity. 6.2 Contractor shall secure and maintain Workers' Compensation and Employer's Liability insurance throughout the duration of its performance of the Services in accordance with the laws o[the State of California, with an insurance carrier acceptable 0mCity us described in Exhibit *'D,** entitled ``YVorkeo` Compensation Insurance Ccrti§cu1ion,- which is attached hereto and incorporated herein by this reference. 1:\cu\6io�Ag.-eemxuts\Foancna|Compmuy2012-002DOC2 6.3 Contractor shall secure and maintain comprehensive general liability insurance with carriers acceptabletoCity. Minimum coverage o[One Million Dollars($1,000,000) per occurrence and Two Million Dollars($2 aggregate for public liability, property damage and personal i 'ur� isr�quir�d. [ky xho|| b� non�cdusun additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained bvCity. 6.4 Contractor shall have business auto liability coverage. with minimum limits ofOne Million Dollars ($1,000,000) per occurrence, combined single limit bodily injuryUebi|ity and property damaoe liability. This coverage shall include all Contractor owned vehicles used in connection with Contractor's provision nfthe Services, hired and non-owned vehicles,and employee non-ownership vehicles. City shall be narnes as an additional insured and such insurance shall be primary and non-contributing to any insurance or self insurance maintained hyCity. 6.5 Contractor shall dcƒend, indemnify and hold harmless City and its elected officials, employees and agents from and against any and all claims, losses or liability, including attorneys' fees, arising from i 'uryordecUbtoperuouyordamnugeinpu'pertyoccuoioued hyand negligent act, omission nrfailure toact hyContractor, its officers,employees and agents in performing the Services. 7.1 Contractor covenants and represents that it does not have any investment or interest in any real property that may be the Subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner nr degree by the performance of Contractor's Services. Contractor further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. 7.2 Contractor agrees iiisnot udesignated employee within the meaning ofthe Political Reform Act because Contractor: A. Does not make orparticipate in: (i) the making orany City governmental decisions regarding approval ufu ndc, rule orregulation. orthe adoption ocenforcement oflaws; (ii) the issuance. denial. suspension orrevocation ofCity permits, licenses. applications., certifications, approvals, orders orsirnilurauthorization or entitlements, (iii) authoring City\oenter into, nnodi�y or renew uconbmot, (iv) granting City approval toacontract that requires City approval and to which City isaparty. ork`the specifications for Such acontract; (v) granting Ciivapproval iooplan, design, report. study orsimilar iieru� (vi) adopting, orgranting City approval of policies. standards or guidelines for City orfor any subdivision thereof. 1:\cu\dixb&2recments\Pmguno|Compuny2012-002D0C3 B. Does not serve in a staff capacity with City and in that capacity, participate in making a governmental decision or otherwise perform the same or substantially the same duties for City that would otherwise be performed by an individual holding a position Z:� specified in City's Conflict of interest Code under Government Code section 87302. 7.3 In the event City officially determines that Contractor must disclose its financial interests. Contractor shall complete and file a Fair Political Practices Commission Form 700, State of Economic Interests with the City Clerks' office pursuant to the written instructions provided by the City Clerk. ARTICLE 8—GENERAL CONSIDERATIONS 8.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party. 8.2 Contractor shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms, and conditions of this Agreement. 8.3 Documents, records, drawings, designs, cost estimates, electronic data files, databases and any other documents developed by Contractor for City in connection with its performance of the Services, and any copyright interest in such documents, shall become the property of City and shall be delivered to City upon completion of the Services,, or upon the request of City. Any reuse Of Such documents, and any use of incomplete documents, shall be at City's sole risk. 8.4 Contractor is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor.Neither City nor of its agents shall have control over the conduct of Contractor or Contractor's employees,except as herein set forth.Contractor shall supply necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Contractor are for its account only, and in no event shall Contractor or personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City. Contractor shall have no authority, express by City for the account of, or on behalf of City. Contractor shall have no authority., express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Contractor have any authority, express or implied, to bind City to any obligation. 8.5 Unless earlier terminated as provided for below, this Agreement shall terminate upon completion and acceptance of the Services by City; provided, however, this Agreement may be terminated by City, in its sole discretion, by providing ten (10) business days prior written notice to Contractor(delivered by certified mail, return receipt requested)of City's intent to terminate. If this Agreement is terminated by City, an adjustment to Contractor's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed Services, and (2) any payment dude Contractor at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Contractor. Upon receipt of a termination notice,Contractor 1:',Ica`,,4im'xA-regiments",FastenaI Conipany.2012-002.DOC 4 shall immediately discontinue its provision ofthe Services and, within five(5)days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) ofproject n:/ntcddo1o, drovvingx, specifications, reports. summaries and such other information and materials as may have beonucoumnu|oJudhyConbnctoriopor[brnming\hcScrvicoy. Cootroo|orohu|| he compensated on upro-rata basis for Services completed uptothe date nftermination. 8.6 Contractor shall maintain hooks. ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3)) years, or for any longer period required by laxv, from the date of final payment to Contractor pursuant o this Agreement. Such books shall be available at reasonable times for examination byCity a1the office o[Contractor. 8.7 This Agreement, including the Exhibits incorporated herein by ro|enuncc, represents the entire agreement and understanding between the Parties as to the matters contained herein,and onyprinrnc�oiio1iono, vvri{tcnpoupoxo|so�vcrbu| u�ro�noum��r�|u1iu�tosuch matters are superseded by this /\gnccnoenL Except as uthoovixc provided for herein, on amendment 0othis /\gnccnncnt xhu}| be in writing, approved by City and signed by City and Contractor. 8.8 This Agreement shall be governed by and construed in accordance with the laws nfthe State o[Cal i6brnio. |:\cu\dim\Aom*meorsTuucnulCompany.20l2-UO2,D0C5 IN WITNESS WHEREOF, duly authorizes representative of the City and Contractor have signed in confirmation of this Agreement. CITY OF REDLANDS FASTEN A,L-QOMPANY By: By: PeteAguila -Mayor tin�Alfrey, D.OK-Manager Attest: Sam Irwin,City Jerk ]:"cald.im\A,ereements\FastenaI Company.2012-002.DOC6 FAST Solutions" ntract#1862 Fastenal Automated Supply Technology State of State of Contract I D: EXHIBIT "A" Addendum A Vendor Contract Between Fastenal CoMLIany and WSCA dated March 1,2011 This addendum shall cover the terms and conditions upon which Fastenal Company(*Fastenal")shall provide Fastenal Automated Supply Technology(FAST)under The WSCA Master Service Agreement("WSCA")("Customer")pursuant to the Vender Contract("Lead State Contract#1862")executed by the parties on March 1.2011 and the California Participating Addendum Master Price Agreement 7-11-51-02. Customer hereby grants Fastenal the exclusive right to install FASTENAL Vending Solutions(identified herein as FVS units or FVS equipment). The FVS equipment is identified as FAST 5000. FAST 5000 Lockers,FAST 3000 and Stand Alone Lockers. Customer may order FVS equipment by issuance of an order form(--FAST SOLUTIONS ORDER FORM"), subject to acceptance by Fastenal. The FVS Equipment may only be stocked with Fastenal supplied and distributed products. FASTENAL agrees to be responsible for all standard maintenance and repair of the FVS equipment(blatant or willful damage or destruction by Customer excluded,but liability not to exceed$10,000 per unit)including refilling of vended products for the term of this Contract. FASTENAL will provide insurance to cover its liability for personal injury or property damage it causes in connection with the installation and operation of the FVS equipment.Participants in this agreement will be as written in the PA. I Ownership: Fastenal shall maintain full and exclusive ownership of all FVS equipment. Fastenal retains the right to terminate and remove the FVS equipment from Customer site.at Fastenal's sole discretion and without liability. Customer may terminate this Agreement if'Fastenal does not timelyservice the FVS equipment. including the replenishment of products. Customer will provide Fastenal thirty days advance written notice and a reasonable opportunity to cure any service deficiencies,prior to termination, 2) Web Hostig Fee and Spend Expectation: All Web Hosting Fees are waived on this agreement for the term of the WSCA agreement From day,of install. The parties agree that Customer will work in good faith to increase its overall purchases of products from FASTFNAI.at the location of the FVS equipment. 3) Assignment:Customer may not assign,remove or attempt to sell or transfer any FVS equipment to another party or property.without Fastenal's written permission. 4) Title to Products.Risk of Loss and Faxes: Fastenal shall retain title to and a security interest in all products stored in the FVS equipment. Title to Products shall pass to Customer only when Customer purchases products and such products are withdrawn From the FVS equipment by Customer as described below.Until such products are so purchased by Customer. Fastenal shall bear all risk of loss with respect to products located in the FVS equipment,including,but not limited to, loss or damages caused by flood,fire.earthquake,terrorist act,severe weather,and negligence: provided,however,that Fastenal shall not bear the risk of loss resulting from the negligence of Customer or Customer's agents, Should customer not elect to use the consignment option,customer will retain title and ownership of product once product is purchased from Fastenal and placed in machine for dispensing. 5) Payment, Payments for products hill be made by Customer as outlined in the Contract. 6) Prices: Prices are subject to the WSCA Master Service Agreement 4 1862 and the California Participating Addendum Master Price Agreement 7-11-51-02. Prices for dispensed items may be negotiated within the'-Custom Basket"(see section 1.1 volume discounts)to best identify high usage parts that are best opportunities or situated for dispensing. Prices may vary based on specific customer requirements-such as kitting.special labeling.or packaging it'applicable. 7) Limitation of'Liability:IN NO EVENT WILL EITHER PARTY B 'I IABLF1 FOR ANY SPECIAL,INDIRECT, INCIDENTAL, CONSF,QUENTIAL OR EXEMPLARY DAMAGES IN CONNECTION I'll OR ARISING OUT OF THIS AGREEMENT.. INCLUDING. BUT NOT LIMITEDTO. DAMAGFS FOR INJURIES TO PERSONS OR TO PROPERTY OR LOSS OF PROFITS OR LOSS OF FUTURE BUSINESS OR REPUTTA FION,WIll"I'l IFIR BASED ON TORT OR BREACH OF CONTRACTOR OTIIFIR BASIS.FAIEN IF IT HAS BEEN ADVISFI)OFTI It" POSSIBILITY Of"SUCI I DAMAGES. 8) _Warrantx, Products sold through the FVS equipment shall he sold pursuant to the terms and conditions as set forth in the Contract. Customer Authorized Sian re Title: Date: Fastenal Signature: / _�e Title: Date: I entl(',)i-npaiiV2001 '11,etirerl3otile\,trd.Winona,MN5987 FAST Solutions" Fastenal Automated Supply Technology Contract#1862 State of State of Contract ID: EXHIBIT"B" WSCA Master Service Agreement Contract for Facilities Maintenance, Lighting Products, Industrial Supplies and Tools FAST SOLUTIONS ORDER FORM This Order Form applies to FAST Vending Solutions(FVS)units requested by the Customer. The terms and conditions of the Vendor Contract will be applicable to the FVS units ordered herein. Web Hostinu Fee and SpendSnend Fxh ation: The Software Fee described below will be waived for the term of the N1 SCA agreement. The parties agree that Customer will v+ork in good faith to increase its overall purchases of products from FAS"I ENAt.at the location of the FVS Units. Installation of the FVS equipment is required within 90 days from the above agreement date or the agreement will be subject to cancellation. *See Product Line card for available configurations. Annual Software Fee #of ($300 x Machine Type Units o 'Units) FAST 3000 Waived PAST 5000 Waived FAST 5000 Lockers *3 Door *12 Door *18 Door FAST Stand Alone Locker Key Waived Pad *3 Door �. *12 Door *18 Door Total for this order Waived Existing Acct# Ca5abo283 New Customer sleet# CaSa0839 CustomcrNatnc: Cit% ot Redlands Physical Address of Michinr: 1270 W. Park Avenue; Citv Redlands _State CA Zip 92373-8162 Phone 909-798-7525 IAN 909-798-7522 Customer Contact Name Dana Abramovitz Customer Contact Email Dabra moviwitt',cityofredlands.ore Customer Contact Phone 909 $-7' 5 Authorized Pastenaire Fitlet ( l'lDate Authorized Customer SILIIat e Title Date 5 Letter Store Code C;1SAB District Manager 'RN Fax Completed Order Form to Fastenal Solutions(a<507-494-3237 k. Exhibit~ "C". CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE (WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT 7-11-51-01 1. Scope: This Participating Addendum covers the purchase of Facilities Maintenance, Lighting Products, Industrial Supplies and Tools for all State Agencies and will include all California political subdivisions/local governments. A subdivision/local government is defined as any city,county,city and county, district,or other local governmental body or corporation, including the California State Universities(CSU)and University of California(UC)systems, K-12 schools and community colleges empowered to expend public funds. Each political subdivision/local government should make its own determination whether the WSCA program is consistent with its procurement policies and regulations. State Agencies are prohibited from using this contract in accordance with Management Memo 05-11, except for those categories not offered under the Statewide Mandatory Contract(formerly Strategically Sourced Contract)for Maintenance and Operating Supplies(MRO). THE SUPPLEMENTAL TERMS AND CONDITIONS FOR CONTRACTS USING ARRA FUNDS APPLY TO THE ORDERING AGENCY. IF OR WHEN FASTENAL COMPANY,AS A VENDOR,IS NOTIFIED BY ORDERING AGENCY THAT A SPECIFIC PURCHASE OR PURCHASES ARE BEING MADE WITH ARRA FUNDS,FASTENAL COMPANY AGREES TO COMPLY WITH THE DATA ELEMENT AND REPORTING REQUIREMENTS THAT ARE LEGALLY REQUIRED OF PROVIDERS OF GOODS AND RELATED SERVICES.FASTENAL COMPANY,AS IT RELATES TO PURCHASES UNDER THIS CONTRACT IS NOT A SUBCONTRACTOR OR SUBGRANTEE,BUT SIMPLY A PROVIDER OF GOODS AND RELATED SERVICES 2. TECHNICAL SPECIFICATIONS Technical specifications,which apply to both State and local government, include recently implemented State Regulations. In addition,the specifications include product requirements when purchased by state agencies. Suppliers shall comply with all laws, regulations and technical specifications provided herein. I a. Only thermostat products where the manufacturer is in compliance with The Mercury Thermostat Collection Act of 2008 shall be offered for sale in the State of California. Mercury-added thermostats and thermostats offered by a non-compliant manufacturer are prohibited for-sale within the State of California. [California Health and Safety Code Sections 25214.8.10- I 25214.8.20(HSC§25214.8.10-325214.8.20)) i 1�: Consumer products containing volatile organic compounds(VOC)shall be compliant with the laws and regulations for reducing the emissions of consumer products. Contractor is required to report sales in accordance with this regulation. [Title 17 California Code of Regulations Sections 94507-94517. (17CCR§94507-94517)]See Regulations for Reducing Emissions in Consumer Products for further information. VOC containing products shall identify the percent VOC by weight in the catalog product description and where available,the Global Warming Potential ! (GWP)for multipurpose solvents and paint thinners. c. Indoor air cleaning devices not in compliance with the regulation for Limiting Ozone Emissions from Indoor Air Cleaning Devices]are prohibited for sale in the State of California. Prohibited products shall be identified as"Does not meet California Requirements,Cannot be shipped to California."Exempted products shall state the reason the exemption applies i.e."Solely for industrial use. Potential health hazard: emits ozone." [17CCR§94800-§94810]. Further manufacturer and distributer information can be found at: j http://www arb.ca.gov/research/indoor/aircleaners/manufacturers.htm. d. Aerosol Adhesives for consumer, industrial and commercial uses shall comply with the aerosol adhesive standards as specified in HSC§41712(h)(2). Only adhesives and sealants that are Revised 612011 Page 1 of 8 CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE (WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT 7-11-51-01 South Coast Air Quality Management District(SCAQMD), Rule#1168 and Bay Area Air Quality Management District(BAAQMD), Rule#51 compliant shall be sold to state agencies_ Aerosol Adhesives SCAQMD and BAAQMD compliant shall be identified and the VOC(weight per volume/grams per liter)provided within the catalog product description. e. The State of California regulates exhaust emissions of off-road powered equipment.Engines and equipment offered for sale in the State of California shall be California Air Resource Board (GARB)certified and reference the CARB Executive Order(EO)number. (13CCR Chapter 9 Article 1). Examples include:lawnmowers, chainsaws, line trimmers, backpack blowers,edger, brushcutter,generators, pumps, compressors,tractors,forklifts, leaf blowers,vacuums,snow blowers,floor polishing equipment,concrete polishers, pressure washer, tiller,etc.See California Air Resources Board Off-Road Certification Database for a list of compliant products.Off-road power equipment must be identified as"GARB Certified"and include within the catalog product description its EO number. f. High-Global Warming Potential(Nigh-GWP)refrigerants for Stationary Sources are restricted for sale in the State of California. Compliance with these regulations requires the supplier to track and sell High-GWP refrigerants only to authorized purchasers. (17CCR Subarticle 5.1,§95380- §95398.) See California Air Resources Board Refrigerant Management Program—for Regulated Refrigerants. Refrigerants must include their GWP;Ooy,value within the catalog product description. g. Appliance products not in compliance with California 2010 Appliance Efficiency Standards are prohibited for sale within the State of California(20CCR§1601-§1608.). Only large appliances that are EnergyStarS qualified shall be sold to state agencies. Large appliances must meet most recent EnergyStarS standards. Examples of appliances covered under the California 2010 Appliance Efficiency Standards Include: Central Air Conditioners(CAC), Refrigeration Products, Cooking and Washing Products,Transformer Products, Electronics,Water Heater Products, Fans j and Dehumidifiers, Heat Pumps, Heating Products, Lighting Products, Motor Products, Non- Central AC and HP Products and Plumbing Products. See The California Energy Commission Appliance Efficiency Database for list of compliant products. h. Plastic Trash Bags(thickness of 0.7 mil or greater)when sold in California shall contain at least 10 percent by weight PCRC material. Manufacturers and suppliers of plastic trash bags must be compliant with California Plastic Trash Bag laws(PRC§42290 et seq and 14CCR Article 5.) See CaIRec}Lle Recycle Content Plastic Trash Bag Program for a list of compliant manufacturers and suppliers. All plastic trash bags offered for sale must identify in the catalog product description the thickness(mil)and manufacturer. i. Packages,packaging components, and packaged retail-ready products offered to the State of California shall be in full compliance with all requirements of California Toxics in Packaging Prevention Act(TPPA), HSC§25214.11-§25214.26. 1. At the request of the purchaser, contractor shall provide the minimum percentage by weight, if not the exact percentage,of recycle content in each of the products and associated shipping/packaging materials sold. The recycle content shall include both post consumer recycle content(PCRC)and Pre-Consumer(Post-Industrial) recycle content percentages.All products sold to State Agencies shall include the recycle content, both RC and PCRC for each item purchased. Products compliant with State Agency Buy Recycle Campaign(SABRC)PCRC minimums shall be identified in the catalog product description as"SABRC Compliant. SABRC eligibility is dependent on products meeting the minimum PCRC per product category as defined in PCC§12209. See CalRecycle SABRC Program requirements for suppliers. Revised 612011 Page 2 of 8 i CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE(WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT 7-11-61-01 k. Environmental benefit claims concerning products or services must be consistent with the Federal Trade Commission's Guidelines for the Use of Environmental Marketing Terms. Product environmental claims are to include the industry standard the product meets and certifier.A copy of the certification must be supplied upon request if it is not publically available for verification. Products claiming environmental benefits must include the industry standard it meets within the catalog product description. 1. All custodial equipment sold to state agencies shall operate at a sound level less than 70dBA. Vacuum cleaners and deep cleaning extraction equipment shall be Carpet&Rug Institute(CRI) certified. Custodial equipment not meeting these requirements is prohibited for sale to state agencies. m. Janitorial Paper Products(bathroom tissue, paper towels, paper napkins,facial tissue and general-purpose industrial wipes)offered on the State of California MRO mandatory contracts are prohibited for sale under the WSCA contract. All other paper products sold to state agencies shall meet the minimum PCRC and/or minimum RC percentages by weight listed in the Janitorial Paper Product Recycle Content Table. Janitorial paper products must identify and include in the catalog product description the percent PCRC and percent RC. .Janitorial Paper Product Recycle Content Table Commodity PCRC% Fiber RC%Fiber Total RC% (min) (min) (min)by weight Bathroom Tissue 20 20 40 Paper Towels 40 40 80 Paper Napkins 30 30 60 Facial Tissue 10 10 20 General-purpose 40 40 80 Industrial Wipes n. Chemical cleaners(soaps,cleaners,disinfectants,fresheners, sanitizers and polishes)offered on the State of California MRO contracts are prohibited for sale. All chemical cleaners sold to state agencies shall not contain any terpenes and glycol ethers, phosphorus content not to exceed 0.5%total phosphorus by weight and when labeled as"Concentrated"the contraction shall not be less than 99 percent(%)or the pH not less than 2 or greater than 11.Toxicity levels must be;for LD60 shall be greater than 5,000 mg/kg or the LCw greater than or equal to 20mg/L at one hour. Volatile Organic Content(VOC)limits may not exceed the maximum VOC limits listed in the VOC table. "VOC Content"means the total weight of VOC in a product expressed as a percentage of the product weight(exclusive of the container or packaging). Chemical cleaners must identify and include in the catalog product description the percent VOC, percent total phosphorus, terpene and glycol ether free, percent concentration, pH and LD!5o(mg/kg)or LCso(mg/Q. Revised&2011 Page 3 of 8 I i CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE(WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT 7-11-51-01 VOC TABLE Cleaner Type VOC %by weight .maximumpermissible) Dual Purpose Air Fresheners/Disinfectant Aerosols 60 Bathroom and Tile Cleaners: Non-aerosol 1 Carpet and Upholstery Cleaner:(dilutables) l 0.1 Disinfectant Aerosols 70 Non-aerosol 1 Floor Polishes or Waxes: Resilient Flooring Materials 1 Non-resilient Flooring Materials 1 General Purpose Cleaners Aerosols 8 Non-aerosol 4 General Purpose Degreasers 10 Glass Cleaners Aerosols Non-aerosol 4 Heavy-duty Hand Cleaners or Soap 8 Laundry Prewash Aerosols/solids 22 all other forms 5 Metal Polish/Cleanser 30 Sanitizer Aerosols 70 Non-aerosol 1 Wood Cleaner: Aerosols 17 Non-aerosol 4 3. Terms and Conditions: For changes under this Participating Addendum by any Eligible Entity listed in Section 1,Scope,the following Changes apply: a. The California General Provisions(CAGP)(GSPD401 Non IT Commodities based on June 8,2010 standard)for Western States Contracting Alliance(WSCA)Facilities Maintenance, Lighting Products, Industrial Supplies and Tools as attached become a part of this Participating Addendum. b. State Departments' use of this master price agreement is prohibited when there is a mandatory statewide contract for similar products. The current mandatory statewide contracts with products that conflict with this WSCA agreement are listed in the table below. The two exceptions to this prohibition are when 1)the quantity being ordered is less than the minimum order quantity required in the mandatory statewide contract individual user instructions, or 2)when a department obtains a DGS/PD exemption approval. The State departments are responsible for verifying product availability. Revised 6/2019 Page 4 of 8 CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE(WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT 7-11-61-01 Mandatory Statewide Contract Product Description 1-10-62-31 California Lamp Contract Lamps/Lighting 1S-06-51-02 Maintenance/Repair/Operations Industrial Supplies,Tools&HVAC 1S-06-79-55 Maintenance/Repair/Operations Janitorial&Electrical Supplies 1S-06-84-01 Maintenance/Repair/Operations Safety Supplies 1S-06-85-34 Maintenance/Repair/Operations Toilet Tissue The State Contracts Index Listing provides a centralized contract list of most leveraged procurement agreements(Statewides, Masters,WSCA)and can be accessed at: http://www documents dgs ca qov/pd/contracts/contractindexiisting.htm Department users and WSCA contractors shall not encourage either parties to split orders to circumvent the use of a mandatory statewide contract. c. The California General Provisions(CACP)shall prevail if there is a conflict between the terms and conditions of the contractor's WSCA State of Nevada, Master Price Agreement, packaging, invoices,catalogs, brochures and technical data sheets. i d. State of Nevada, Master Price Agreement number 1862 is changed for California to Contract Number 7-11-51-01. e. Delivery: FOB Destination and included in the purchase order, or as otherwise stipulated in the contract. f. DGS Termination of Contract: The State may terminate this contract at any time upon 30 days prior written notice to the contractor. Upon termination or other expiration of this contract,each party will assist the other party in orderly termination of the contract and the transfer of all assets,tangible and intangible, as may facilitate the orderly, nondisrupted business continuation of each party. This provision shall not relieve the contractor of the obligation to perform under any purchase order or other similar ordering document executed prior to the termination becoming effective. g.. Monthly Usage Reports&Administrative Fee: Contractor must submit a monthly usage report to the California Contract Administrator for all California purchases in the format outlined in the Monthly Usage Report Template. The Monthly Usage Report Template is not to be changed or modified in any way without the prior consent of the California Contract Administrator. Report must be submitted in attached DGS report template. The Contractor shall submit a check, in addition to the report, payable to the State of California,Contract Administrator for the calculated administrative fee for an amount equal to one percent(0.01)of the sales for the monthly period. This fee shall be included as an adjustment to contractors WSCA pricing and not invoiced or charged to the purchasing entity. Payment of the administrative fee by Contractor is due regardless of status of payments on orders from users to Contractor. Although reports are due on a monthly basis,administrative fees shall be submitted on a quarterly basis. A monthly usage report is due even when there is no activity. Any report that does not follow the required format or that excludes information will be deemed incomplete. Failure to submit reports and fees on a timely basis shall constitute grounds for suspension of this Revised W011 Page 5 of 8 CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE (WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT 7-11-51-01 agreement. Report(s)and delivery will be in accordance with the following monthly schedule. Jan—Due Feb 15 May--Due Jun 15 Sept--Due Oct 15 Feb--Due Mar 15 Jun--Due Jul 15 Oct—Due Nov 15 Mar--Due Apr 15 Jul--Due Aug 15 Nov—Due Dec 15 Apr—Due May 15 Aug--Due Sept 15 Dec--Due Jan 15 Quarterly Schedule for administrative fee check payment t Jan-Mar Apr-Jun July-Sept Oct-Dec Check Due April 30 Check Due July 31 Check Due Oct 31 Check Due Jan 31 The administrative fee check and report should be submitted to the following address: Cynthia Okoroike Department of General Services Procurement Division Multiple Award Program-WSCA 707 Third Street,2nd Floor, MS#202,West Sacramento, CA 95605-2811 h. The primary state government contact for this Participating Addendum is as follows: Department of General Services, Procurement Division Multiple Award Program-WSCA 707 Third Street,2nd Floor, MS#202 West Sacramento, CA 95605 Contact: Cynthia Okoroike E-mail: cynthia.okoroike@dgs.ca.gov Phone: (916)375-4389 Fax: (916)375-4663 i. The primary Fastenal Company CUSTOMER contact for this Participating Addendum is as follows: FASTENAL COMPANY Address: 2001 Theurer Blvd Winona, MN 55987 i i Contact: John Soderberg E-Mail: isoderbe@fastenal.com Phone: 5071313-7313 Fax: 5071494-7669 Revised&2011 Page 6 of 8 CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE (WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT 7-11-51-01 j. Price Agreement Number: The Master Price Agreement number for the Participating State is 7-11-51-01. The Master Price Agreement Number MUST be shown on all Purchase Orders issued against this Master Price Agreement. This Addendum and the Price Agreement together with its exhibits and/or amendments,set forth the entire agreement between the parties with respect to the subject matter of all previous communications, representations or agreements,whether oral or written,with respect to the subject matter hereof. Terms and conditions inconsistent with,contrary or in addition to the terms and conditions of this Addendum and the Price Agreement,together with its exhibits and/or amendments,shall not be added to or incorporated into this Addendum or the Price Agreement and its exhibits and/or amendments,by any subsequent purchase order or otherwise, and any such attempts to add or-incorporate such terms and conditions are hereby rejected. The terms and conditions of this Addendum and the Price Agreement and its exhibits and/or amendments shall prevail and govern in the case of any such inconsistent or additional terms. k. Effective Dates: This Participating Addendum shall be effective upon approval by the Department of General Services and will continue until the End Date of the Master Price Agreement. Lead State amendments to extend the term date are automatically incorporated into this Participating Addendum unless terminated early in accordance with the terms and conditions of the Master Price Agreement or this Participating Addendum. 1. Servicing Subcontractors: The Contractor,at this time,will be using subcontractors to provide products under this contract. SMALL BUSINESS/DVBE-REQUIREMENT Each Contractor must provide DGS with their subcontracting plan committing to 25%Small Business and j 3%DVBE subcontracting under this contract. SMALL BUSINESS/DVBE-TRACKING State agencies are able to claim subcontracting dollars towards their small business or DVBE goals whenever the Contractor subcontracts a commercially useful function to a certified small business or DVBE. The Contractor will provide the ordering agency with the name of the small business or DVBE used and the dollar amount the ordering agency can apply towards its small business or DVBE goal. State departments are required to identify sub-contractors on individual purchase documents executed against this master price agreement. Revised 612011 Page 7 of 8 CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE (WSCA) FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL SUPPLIES AND TOOLS FASTENAL COMPANY MASTER PRICE AGREEMENT T-11-51-01 SMALL BUSINESS/DVBE -SUBCONTRACTING 1. The amount an ordering agency can claim towards achieving its small business or DVBE goals is the dollar amount of the subcontract award made by the Contractor to each small business or DVBE. 2, The Contractor will provide an ordering agency with the following information at the time the order is quoted: a. The Contractor will state that, as the prime Contractor, it shall be responsible for the overall execution of the fulfillment of the order. b. The Contractor will indicate to the ordering agency how the order meets the small business or DVBE goal, as follows: e List the name of each company that is certified by the Office of Small Business and DVBE Services to which that it intends to subcontract a commercially useful function;and a Include the small business or DVBE certification number of each company listed, and attach a copy of each certification; and ® Indicate the dollar amount of each subcontract with a small business or DVBE that may be claimed by the ordering agency towards the small business or DVBE goal;and s indicate what commercially useful function the small business or DVBE subcontractor will be providing towards fulfillment of the order. By Signing below FASTENAL COMPANY agrees to offer the same Facility Maintenance, Lighting Products, Industrial Supplies and Tools as on the State of Nevada contract#1862 at prices equal to or lower than the prices on that contract. . IN WITNESS WHEREOF,the parties have executed this Participating Addendum as of the date of execution by both parties below. State of Califo FASTENAL COM NY By: BY Q / /,-'N_a'me: Jim Butler Name. Lee Hein Title: Deputy Director Title: Executive Vice President Date: 7��ry �Dl1 Date: t 1 t I SERA 4 Revised 11/18/719 Page 8 of 8 EXHIBIT "W WORKERS' COMPENSATION INSURANCE CERTIFICATION TO PERFORM VENDING FACILITIES MAINTENANCE, LIGHTING PRODUCTS, INDUSTRIAL AND SUPPLIES AND TOOLS l"vety employer except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation in one or more insurer duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self- insure, either as an individual employer or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees. 1, am aware of the provisions of Section 37()() of the J,abor Code which requires every employer to be insured against liability for W'orkers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Agreement. (Labor Code 1861" J'asten Co pane By: 1 . �//0/710 1-Z 77tin Alfrey, Distric i tat gcr Date: 1:1cai'd,ini\Ap-reements\FastenaI Cotripany.2012-002.DOC7