HomeMy WebLinkAboutP-24-164 _ Ferguson Enterprises LLC Agreement.pdf Request for Proposal (RFP) Submittal
National Cooperative Purchasing Alliance (NCPA)
Request for Proposal (RFP) for Plumbing Supplies, HVAC Products and
Building Supplies
Solicitation Number: 08-22
Submittal Deadline: Thursday, March 24th, 2022 2:00 pm CST
Abigail Gilbert
Sales Operations Analyst— National Accounts
Ferguson Enterprises, LLC
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Table of Contents:
• Tab 1 — Master Agreement / Signature Form
• Tab 2 — NCPA Administration Agreement
• Tab 3 — Vendor Questionnaire
• Tab 4 — Vendor Profile
• Tab 5 — Products and Services / Scope
• Tab 6 - References
• Tab 7 - Pricing
• Tab 8 — Value Added Products and Services
• Tab 9 — Required Documents
o Exceptions and Assumptions
o Sustainability Brochure
*Tab 9—Required Documents—Exceptions and Assumptions
Exceptions for this RFP are notated in the document pages.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Tab 1 - Master Agreement
General Terms and Conditions
♦ Customer Support
➢ The vendor shall provide timely and accurate technical advice and sales support. The
vendor shall respond to such requests within one(1)working day after receipt of the
request.
♦ Disclosures
➢ Respondent affirms that he/she has not given,offered to give,nor intends to give at any
time hereafter any economic opportunity,future employment,gift,loan,gratuity,special
discount,trip,favor or service to a public servant in connection with this contract
➢ The respondent affirms that,to the best of his/her knowledge,the offer has been arrived at
independently,and is submitted without collusion with anyone to obtain information or
gain any favoritism that would in any way limit competition or give an unfair advantage
over other vendors in the award of this contract.
♦ Renewal of Contract
➢ Unless otherwise stated,all contracts are for a period of three(3)years with an option to
renew for up to two(2)additional one-year terms or any combination of time equally not
more than 2 years if agreed to by Region 14 ESC and the vendor.
♦ Funding Out Clause
➢ Any/all contracts exceeding one(1)year shall include a standard"funding out"clause. A
contract for the acquisition,including lease,of real or personal property is a commitment
of the entity's current revenue only,provided the contract contains either or both of the
following provisions:
➢ Retains to the entity the continuing right to terminate the contract at the expiration of each
budget period during the term of the contract and is conditioned on a best efforts attempt
by the entity to obtain appropriate funds for payment of the contract.
♦ Shipments(if applicable)
➢ The awarded vendor shall ship ordered products within seven(7)working days for goods
available and within four(4)to six(6)weeks for specialty items unless the manufacturer
requires additional time,after the receipt of the order unless modified. If a product cannot
be shipped within that time,the awarded vendor shall notify the entity placing the order as
to why the product has not shipped and shall provide an estimated shipping date. At this
point the participating entity may cancel the order if estimated shipping time is not
acceptable.
♦ Tax Exempt Status
➢ Since this is a national contract,knowing the tax laws in each state is the sole responsibility
of the vendor.
♦ Payments
➢ The entity using the contract will make payments directly to the awarded vendor or their
affiliates(distributors/business partners/resellers)as long as written request and
approval by NCPA is provided to the awarded vendor.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
♦ Adding authorized distributors/dealers
➢ Awarded vendors may submit a list of distributors/partners/resellers to sell under their
contract throughout the life of the contract. Vendor must receive written approval from
NCPA before such distributors/partners/resellers considered authorized.
➢ Purchase orders and payment can only be made to awarded vendor or
distributors/business partners/resellers previously approved by NCPA.
➢ Pricing provided to members by added distributors or dealers must also be less than or
equal to the pricing offered by the awarded contract holder.
➢ All distributors/partners/resellers are required to abide by the Terms and Conditions of
the vendor's agreement with NCPA.
♦ Pricing
➢ All pricing submitted shall include the administrative fee to be remitted to NCPA by the
awarded vendor. It is the awarded vendor's responsibility to keep all pricing up to date
and on file with NCPA.
➢ All deliveries shall be freight prepaid,F.O.B.destination and shall be included in all pricing
offered unless otherwise clearly stated in writing
♦ Warranty
➢ Proposal should address the following warranty information:
■ Applicable warranty and/or guarantees of equipment and installations including
any conditions and response time for repair and/or replacement of any components
during the warranty period.
• PRODUCT WARRANTY: Full manufacturer's warranty and service obligations,if any,shall
be for the benefit of Buyer and/or end user.After following the normal manufacturer's warranty
process,if an issue arises,Seller shall assist Buyer with coordinating the manufacturer's warranri
service with the end user.With respect to the underlying products,Buyer's sole and exclusive
warranty is that provided by the product's manufacturer.Seller hereby disclaims all expressed or
implied warranties,whether implied by operation of law or otherwise,including,without
limitation,all implied warranties of merchantability and fitness or fitness for a particular purpose.
Under no circumstances,and in no event,will Seller be liable for personal injuw or property
damage or any other loss,damage,cost of repairs or incidental,punitive,special,or consequential
damages related to the underlying products provided.
• INSTALLATION WARRANTY: For those goods installed by Seller,if any,for a period of
twelve(12)months from installation or first use,Seller warrants that services shall be performed
in a professional and workmanlike manner and in accordance with manufacturer's installation
instructions and local code requirements.Upon receipt of notice from Buyer that installation
services were not performed in accordance with the limited warranty herein,Seller shall re-
perform the services to the Buyer's satisfaction.The foregoing shall not apply if there is evidence
of abuse or misuse by Buyer or any third party.
• With respect to the underlying goods,Buyer's sole and exclusive warranty is that provided by the
good's manufacturer.
■ Availability of replacement parts
■ Life expectancy of equipment under normal use
■ Detailed information as to proposed return policy on all equipment
➢ Products
■ Vendor shall provide equipment,materials and products that are new unless
otherwise specified,of good quality and 4:pe n fde feet
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
➢ Construction
■ Vendor shall perform services in a good and workmanlike manner and in
accordance with industry standards for the service provided.
♦ Safety
➢ Vendors performing services shall comply with occupational safety and health rules and
regulations. Also all vendors and subcontractors shall be held responsible for the safety of
their employees and any conditions that may cause injury or damage to persons or
property.
♦ Permits
➢ Since this is a national contract,knowing the permit laws in each state is the sole
responsibility of the vendor.
♦ Indemnity
➢ The awarded vendor shall protect,indemnify,and hold harmless Region 14 ESC and its
participants,administrators,employees and agents against all third-party claims,damages,
losses and expenses arising out of or resulting from the actions of the vendor,vendor
employees or vendor subcontractors in the preparation of the solicitation and the later
execution of the contract,but only to the extent directly caused by vendor's negligence or
willful misconduct.
♦ Franchise Tax
➢ The respondent hereby certifies that he/she is not currently delinquent in the payment of
any franchise taxes.
♦ Supplemental Agreements
➢ The entity participating in this contract and awarded vendor may enter into a separate
supplemental agreement to further define the level of service requirements over and above
the minimum defined in this contract i.e.invoice requirements,ordering requirements,
specialized delivery,etc.Any supplemental agreement developed as a result of this contract
is exclusively between the participating entity and awarded vendor.
♦ Certificates of Insurance
➢ Certificates of insurance shall be delivered to the Public Agency prior to commencement of
work. The insurance company shall be licensed in the applicable state in which work is
being conducted. The awarded vendor shall give the participating entity a minimum of ten
(10)days notice prior to any modifications or cancellation of policies.The awarded vendor
shall require all subcontractors performing any work to maintain coverage as specified.
♦ Legal Obligations
➢ It is the Respondent's responsibility to be aware of and comply with all local,state,and
federal laws governing the sale of products/services identified in this RFP and any
awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and
regulation must be followed even if not specifically identified herein.
♦ Protest
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
➢ A protest of an award or proposed award must be filed in writing within ten(10)days from
the date of the official award notification and must be received by 5:00 pm CST. Protests
shall be filed with Region 14 ESC and shall include the following:
■ Name,address and telephone number of protester
■ Original signature of protester or its representative
• Identification of the solicitation by RFP number
■ Detailed statement of legal and factual grounds including copies of relevant
documents and the form of relief requested
➢ Any protest review and action shall be considered final with no further formalities being
considered.
♦ Force Majeure
➢ If by reason of Force Majeure,either party hereto shall be rendered unable wholly or in
part to carry out its obligations under this Agreement then such party shall give notice and
full particulars of Force Majeure in writing to the other party within a reasonable time after
occurrence of the event or cause relied upon,and the obligation of the party giving such
notice,so far as it is affected by such Force Majeure,shall be suspended during the
continuance of the inability then claimed,except as hereinafter provided,but for no longer
period,and such party shall endeavor to remove or overcome such inability with all
reasonable dispatch.
➢ The term Force Majeure as employed herein,shall mean acts of God,strikes,lockouts,or
other industrial disturbances,act of public enemy,orders and regulation of any kind of
government of the United States or any civil or military authority;insurrections;riots;
epidemics;landslides;lighting;earthquake;fires;hurricanes;storms;floods;washouts;
droughts;arrests;restraint of government and people;civil disturbances;explosions,
breakage or accidents to machinery,pipelines or canals,or other causes not reasonably
within the control of the party claiming such inability.It is understood and agreed that the
settlement of strikes and lockouts shall be entirely within the discretion of the party having
the difficulty,and that the above requirement that any Force Majeure shall be remedied
with all reasonable dispatch shall not require the settlement of strikes and lockouts by
acceding to the demands of the opposing party or parties when such settlement is
unfavorable in the judgment of the party having the difficulty
♦ Prevailing Wage
➢ It shall be the responsibility of the Vendor to comply,when applicable,with the prevailing
wage legislation in effect in the jurisdiction of the purchaser. It shall further be the
responsibility of the Vendor to monitor the prevailing wage rates as established by the
appropriate department of labor for any increase in rates during the term of this contract
and adjust wage rates accordingly.
♦ Termination
➢ Either party may cancel this contract in whole or in part by providing written notice. The
cancellation will take effect 30 business days after the other party receives the notice of
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
cancellation. After the 30th business day all work will cease following completion of final
purchase order.
♦ Open Records Policy
➢ Because Region 14 ESC is a governmental entity responses submitted are subject to release
as public information after contracts are executed. If a vendor believes that its response,or
parts of its response,may be exempted from disclosure,the vendor must specify page-by-
page and line-by-line the parts of the response,which it believes,are exempt In addition,
the respondent must specify which exception(s)are applicable and provide detailed
reasons to substantiate the exception(s).
➢ The determination of whether information is confidential and not subject to disclosure is
the duty of the Office of Attorney General(OAG). Region 14 ESC must provide the OAG
sufficient information to render an opinion and therefore,vague and general claims to
confidentiality by the respondent are not acceptable. Region 14 ESC must comply with the
opinions of the OAG. Region14 ESC assumes no responsibility for asserting legal
arguments on behalf of any vendor. Respondent are advised to consult with their legal
counsel concerning disclosure issues resulting from this procurement process and to take
precautions to safeguard trade secrets and other proprietary information.
Process
Region 14 ESC will evaluate proposals in accordance with,and subject to,the relevant statutes,
ordinances,rules,and regulations that govern its procurement practices. NCPA will assist Region 14 ESC
in evaluating proposals. Award(s)will be made to the prospective vendor whose response is determined
to be the most advantageous to Region 14 ESC,NCPA,and its participating agencies. To qualify for
evaluation,response must have been submitted on time,and satisfy all mandatory requirements
identified in this document.
♦ Contract Administration
➢ The contract will be administered by Region 14 ESC. The National Program will be
administered by NCPA on behalf of Region 14 ESC.
♦ Contract Term
➢ The contract term will be for three(3)year starting from the date of the award. The
contract may be renewed for up to two(2)additional one-year terms or any combination
of time equally not more than 2 years.
➢ commented[7S1]:Not Applicable
will fnonitoF any maintenanee agr-eem-tents for the.term of the agr-eemefit pFWAded they aFe
ed P146F W tl...tPF_M_4;atiQF1Of tkiS
♦ Contract Waiver
➢ Any waiver of any provision of this contract shall be in writing and shall be signed by the
duly authorized agent of Region 14 ESC. The waiver by either party of any term or
condition of this contract shall not be deemed to constitute waiver thereof nor a waiver of
any further or additional right that such party may hold under this contract.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
♦ Products and Services additions
➢ Products and Services may be added to the resulting contract during the term of the
contract by written amendment,to the extent that those products and services are within
the scope of this RFP.
♦ Competitive Range
➢ It may be necessary for Region 14 ESC to establish a competitive range. Responses not in
the competitive range are unacceptable and do not receive further award consideration.
♦ Deviations and Exceptions
➢ Deviations or exceptions stipulated in response may result in disqualification. It is the
intent of Region 14 ESC to award a vendor's complete line of products and/or services,
when possible.
♦ Estimated Quantities
➢ The estimated dollar volume of Products and Services purchased under the proposed
Master Agreement is$50 million dollars annually. This estimate is based on the anticipated
volume of Region 14 ESC and current sales within the NCPA program. There is no
guarantee or commitment of any kind regarding usage of any contracts resulting from this
solicitation
♦ Evaluation
➢ Region 14 ESC will review and evaluate all responses in accordance with,and subject to,
the relevant statutes,ordinances,rules and regulations that govern its procurement
practices. NCPA will assist the lead agency in evaluating proposals. Recommendations for
contract awards will be based on multiple factors,each factor being assigned a point value
based on its importance.
♦ Formation of Contract
➢ A response to this solicitation is an offer to contract with Region 14 ESC based upon the
terms,conditions,scope of work,and specifications contained in this request A solicitation
does not become a contract until it is accepted by Region 14 ESC.The prospective vendor
must submit a signed Signature Form with the response thus,eliminating the need for a
formal signing process. Contract award letter issued by Region 14 ESC is the counter-
signature document establishing acceptance of the contract.
♦ NCPA Administrative Agreement
➢ The vendor will be required to enter and execute the National Cooperative Purchasing
Alliance Administration Agreement with NCPA upon award with Region 14 ESC. The
agreement establishes the requirements of the vendor with respect to a nationwide
contract effort.
♦ Clarifications/Discussions
➢ Region 14 ESC may request additional information or clarification from any of the
respondents after review of the proposals received for the sole purpose of elimination
minor irregularities,informalities,or apparent clerical mistakes in the proposal.
Clarification does not give respondent an opportunity to revise or modify its proposal,
except to the extent that correction of apparent clerical mistakes results in a revision. After
the initial receipt of proposals, Region 14 ESC reserves the right to conduct discussions
with those respondent's whose proposals are determined to be reasonably susceptible of
being selected for award. Discussions occur when oral or written communications
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
between Region 14 ESC and respondent's are conducted for the purpose clarifications
involving information essential for determining the acceptability of a proposal or that
provides respondent an opportunity to revise or modify its proposal. Region 14 ESC will
not assist respondent bring its proposal up to the level of other proposals through
discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet
to neither obtain further consideration nor will it provide any information about other
respondents'proposals or prices.
♦ Multiple Awards
➢ Multiple Contracts may be awarded as a result of the solicitation.Multiple Awards will
ensure that any ensuing contracts fulfill current and future requirements of the diverse and
large number of participating public agencies.
♦ Past Performance
➢ Past performance is relevant information regarding a vendor's actions under previously
awarded contracts;including the administrative aspects of performance;the vendor's
history of reasonable and cooperative behavior and commitment to customer satisfaction;
and generally,the vendor's businesslike concern for the interests of the customer.
Evaluation Criteria
♦ Pricing(40 points)
➢ Electronic Price Lists
■ Products,Services,Warranties,etc.price list
■ Prices listed will be used to establish both the extent of a vendor's product lines,
services,warranties,etc.available from a particular bidder and the pricing per item.
♦ Ability to Provide and Perform the Required Services for the Contract(25 points)
➢ Product Delivery within participating entities specified parameters
➢ Number of line items delivered complete within the normal delivery time as a percentage
of line items ordered.
➢ Vendor's ability to perform towards above requirements and desired specifications.
➢ Past Cooperative Program Performance
➢ Quantity of line items available that are commonly purchased by the entity.
➢ Quality of line items available compared to normal participating entity standards.
♦ References and Experience(20 points)
➢ A minimum often(10)customer references for product and/or services of similar scope
dating within past 3 years
➢ Respondent Reputation in marketplace
➢ Past Experience working with public sector.
➢ Exhibited understanding of cooperative purchasing
♦ Value Added Products/Services Description,(8 points)
➢ Additional Products/Services related to the scope of RFP
➢ Marketing and Training
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
➢ Minority and Women Business Enterprise(MWBE)and(HUB)Participation
➢ Customer Service
♦ Technology for Supporting the Program(7 points)
➢ Electronic on-line catalog,order entry use by and suitability for the entity's needs
➢ Quality of vendor's on-line resources for NCPA members.
➢ Specifications and features offered by respondent's products and/or services
Signature Form
The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with
the terms,specifications and conditions at the prices proposed within response unless noted in writing.
The undersigned further certifies that he/she is an officer of the company and has authority to negotiate
and bind the company named below and has not prepared this bid in collusion with any other Respondent
and that the contents of this proposal as to prices, terms or conditions of said bid have not been
communicated by the undersigned nor by any employee or agent to any person engaged in this type of
business prior to the official opening of this proposal.
Prices-Discounts off of list price are guaranteed:120 days
Company name Ferguson Enterprises, LLC
Address 751 Lakefront Commons
City/State/Zip Newport News,VA 23606
Telephone No. (224)501-0822
Fax No.
Email address Brian.Armstrong@Ferguson.com
Printed name Brian Armstrong
Position with company Director National Accounts
Authorized signature D—Sig-dby.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Tab 2 - NCPA Administration Agreement
This Administration Agreement is made as of April 19,2022 by and between National
Cooperative Purchasing Alliance("NCPA")and Ferguson Enterprises, LLC ("Vendor").
Recitals
WHEREAS,Region 14 ESC has entered into a certain Master Agreement dated April 19.2022
referenced as Contract Number 02-138 ,by and between Region 14 ESC and Vendor,as may
be amended from time to time in accordance with the terms thereof(the"Master Agreement"),for the
purchase of Plumbing Supplies,HVAC Products and Building Supplies;
WHEREAS,said Master Agreement provides that any state,city,special district,local government,
school district,private K-12 school,technical or vocational school,higher education institution,other
government agency or nonprofit organization(hereinafter referred to as"public agency"or collectively,
"public agencies")may purchase products and services at the prices indicated in the Master Agreement;
WHEREAS,NCPA has the administrative and legal capacity to administer purchases under the
Master Agreement to public agencies;
WHEREAS,NCPA serves as the administrative agent for Region 14 ESC in connection with other
master agreements offered by NCPA
WHEREAS,Region 14 ESC desires NCPA to proceed with administration of the Master Agreement;
WHEREAS,NCPA and Vendor desire to enter into this Agreement to make available the Master
Agreement to public agencies on a national basis;
NOW,THEREFORE,in consideration of the payments to be made hereunder and the mutual
covenants contained in this Agreement,NCPA and Vendor hereby agree as follows:
♦ General Terms and Conditions
➢ The Master Agreement,attached hereto as Tab 1 and incorporated herein by reference as
though fully set forth herein,and the terms and conditions contained therein shall apply to
this Agreement except as expressly changed or modified by this Agreement.
➢ NCPA shall be afforded all of the rights,privileges and indemnifications afforded to Region
14 ESC under the Master Agreement,and such rights,privileges and indemnifications shall
accrue and apply with equal effect to NCPA under this Agreement including,but not limited
to,the Vendor's obligation to provide appropriate insurance and certain indemnifications
to Region 14 ESC.
➢ Vendor shall perform all duties,responsibilities and obligations required under the Master
Agreement in the time and manner specified by the Master Agreement.
➢ NCPA shall perform all of its duties,responsibilities,and obligations as administrator of
purchases under the Master Agreement as set forth herein,and Vendor acknowledges that
NCPA shall act in the capacity of administrator of purchases under the Master Agreement.
➢ With respect to any purchases made by Region 14 ESC or any Public Agency pursuant to
the Master Agreement,NCPA(a)shall not be construed as a dealer,re-marketer,
representative,partner,or agent of any type of Vendor,Region 14 ESC,or such Public
Agency,(b)shall not be obligated,liable or responsible(i)for any orders made by Region
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
14 ESC,any Public Agency or any employee of Region 14 ESC or Public Agency under the
Master Agreement,or(ii)for any payments required to be made with respect to such
order,and(c)shall not be obligated,liable or responsible for any failure by the Public
Agency to(i)comply with procedures or requirements of applicable law,or(ii)obtain the
due authorization and approval necessary to purchase under the Master Agreement. NCPA
makes no representations or guaranties with respect to any minimum purchases required
to be made by Region 14 ESC,any Public Agency,or any employee of Region 14 ESC or
Public Agency under this Agreement or the Master Agreement.
➢ The Public Agency participating in the NCPA contract and Vendor may enter into a separate
supplemental agreement to further define the level of service requirements over and above
the minimum defined in this contract i.e.invoice requirements,ordering requirements,
specialized delivery,etc.Any supplemental agreement developed as a result of this contract
is exclusively between the Public Agency and Vendor.NCPA,its agents,members and
employees shall not be made party to any claim for breach of such agreement.
♦ Term of Agreement
➢ This Agreement shall be in effect so long as the Master Agreement remains in effect,
provided,however,that the obligation to pay all amounts owed by Vendor to NCPA through
the termination of this Agreement and all indemnifications afforded by Vendor to NCPA
shall survive the term of this Agreement.
♦ Fees and Reporting
➢ The awarded vendor shall electronically provide NCPA with a detailed quarterly report
showing the dollar volume of all sales under the contract for the previous quarter. Reports
are due on the fifteenth(15u)day after the close of the previous quarter. It is the
responsibility of the awarded vendor to collect and compile all sales under the contract
from participating members and submit one(1)report The report shall include at least
the following information as listed in the example below:
Entity Name Zip Code State PO or Job# Sale Amount
Total
➢ Each quarter NCPA will invoice the vendor based on the total of sale amount(s)reported.
From the invoice the vendor shall pay to NCPA an administrative fee based upon the tiered
fee schedule below. Vendor's annual sales shall be measured on a calendar year basis.
Deadline for term of payment will be included in the invoice NCPA provides.
Annual Sales Through Contract Administrative Fee
0-$30,000,000 2%
$30,000,001-$50,000,000 1.5%
$50,000,001+ 1%
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
➢ Supplier shall maintain an accounting of all purchases made by Public Agencies under the
Master Agreement. NCPA and Region 14 ESC reserve the right to audit the accounting for a
period of€e+w-two(42)years from the date NCPA receives the accounting. In the event of
such an audit,the requested materials shall be provided at the location designated by
Region 14 ESC or NCPA. In the event such audit reveals an under reporting of Contract
Sales and a resulting underpayment of administrative fees,Vendor shall promptly pay
NCPA the amount of such underpayment,together with interest on such amount and—Mia
be obligated to rpimh-mrse NC-.PA'-s cests and expensps for such audit
♦ General Provisions
➢ This Agreement supersedes any and all other agreements,either oral or in writing,
between the parties hereto with respect to the subject matter hereof,and no other
agreement,statement,or promise relating to the subject matter of this Agreement which is
not contained herein shall be valid or binding.
➢ Awarded vendor agrees to allow NCPA to use their name and logo within website,
marketing materials and advertisement. Any use of NCPA name and logo or any form of
publicity regarding this contract by awarded vendor must have prior approval from NCPA.
➢ If any action at law or in equity is brought to enforce or interpret the provisions of this
Agreement or to recover any administrative fee and accrued interest,the prevailing party
shall be entitled to reasonable attorney's fees and costs in addition to any other relief to
which such party may be entitled.
➢ Neither this Agreement nor any rights or obligations hereunder shall be assignable by
Vendor without prior written consent of NCPA,provided,however,that the Vendor may,
without such written consent,assign this Agreement and its rights and delegate its
obligations hereunder in connection with the transfer or sale of all or substantially all of its
assets or business related to this Agreement,or in the event of its merger,consolidation,
change in control or similar transaction. Any permitted assignee shall assume all assigned
obligations of its assignor under this Agreement.
➢ This Agreement and NCPA's rights and obligations hereunder may be assigned at WPA's
sole disefe a upon mutual agreement.to an existing or newly established legal entity that
has the authority and capacity to perform NCPA's obligations hereunder
➢ All written communications given hereunder shall be delivered to the addresses as set
forth below.
National Cooperative Purchasing Alliance: Vendor: Ferguson Enterprises, LLC
Name: Matthew Mackel Name: Brian Armstrong
Director of National Accounts
Title: Director,Business Development Title:
Address: PO Box 701273 Address: 751 Lakefront Commons
Newport News,VA 23606
Houston,TX 77270
qn
Signature: Signature: [EPA an"? m
Date: April 19,2022 Date: 3/24/2022
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Tab 3 - Vendor Questionnaire
Please provide responses to the following questions that address your company's operations,
organization,structure, and processes for providing products and services.
♦ States Covered
➢ Bidder must indicate any and all states where products and services can be offered.
➢ Please indicate the price co-efficient for each state if it varies.
® 50 States&District of Columbia (Selecting this box is equal to checking all boxes below)
Ferguson Enterprises will provide separate market basket pricing for Alaska and Hawaii agencies.
❑Alabama ❑ Maryland ❑ South Carolina
❑Alaska ❑Massachusetts ❑ South Dakota
❑Arizona ❑ Michigan ❑Tennessee
❑Arkansas ❑ Minnesota ❑Texas
❑ California ❑Mississippi ❑Utah
❑ Colorado ❑ Missouri ❑Vermont
❑ Connecticut ❑Montana ❑Virginia
❑ Delaware ❑Nebraska ❑Washington
❑ District of Columbia ❑Nevada ❑West Virginia
❑ Florida ❑ New Hampshire ❑Wisconsin
❑ Georgia ❑New Jersey ❑Wyoming
❑ Hawaii ❑New Mexico
❑ Idaho ❑ New York
❑ Illinois ❑North Carolina
❑ Indiana ❑ North Dakota
❑ Iowa ❑ Ohio
❑ Kansas ❑ Oklahoma
❑ Kentucky ❑ Oregon
❑ Louisiana ❑Pennsylvania
❑ Maine ❑Rhode Island
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
❑ All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below)
❑American Somoa ❑ Northern Marina Islands
❑ Federated States of Micronesia ® Puerto Rico
❑ Guam ❑ U.S.Virgin Islands
❑ Midway Islands
♦ Minority and Women
Business Enterprise (MWBE) and (HUB) Participation
➢ It is the policy of some entities participating in NCPA to involve minority and women
business enterprises (MWBE) and historically underutilized businesses (HUB) in the
purchase of goods and services. Respondents shall indicate below whether or not they are
an M/WBE or HUB certified.
■ Minority/Women Business Enterprise
• Respondent Certifies that this firm is a M/WBE El
■ Historically Underutilized Business
• Respondent Certifies that this firm is a HUB ❑
♦ Residency
➢ Responding Company's principal place of business is in the city of Newport News, State of
Virginia.
♦ Felony Conviction Notice
➢ Please Check Applicable Box;
® A publically held corporation;therefore,this reporting requirement is not applicable.
❑ Is not owned or operated by anyone who has been convicted of a felony.
❑ Is owned or operated by the following individual(s)who has/have been convicted of
a felony
➢ If the 3rd box is checked, a detailed explanation of the names and convictions must be
attached.
♦ Distribution Channel
➢ Which best describes your company's position in the distribution channel:
❑ Manufacturer Direct ❑ Certified education/government reseller
® Authorized Distributor ❑ Manufacturer marketing through reseller
❑ Value-added reseller ❑ Other:
♦ Processing Information
➢ Provide company contact information for the following:
■ Sales Reports/Accounts Payable
Contact Person: Abigail Gilbert
Title: Sales Operations Analyst
Company: Ferguson Enterprises
Address: 751 Lakefront Commons
City: Newport News State: VA Zip: 23606
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Phone: (757) 969-4383 Email: Abigail.Gilbert@Ferguson.com
■ Purchase Orders
Contact Person: Email Alias to be created upon Award
■ Sales and Marketing
Contact Person: Abigail Gilbert
Title: Sales Operations Analyst
Company: Ferguson Enterprises
Address: 751 Lakefront Commons
City: Newport News State: VA Zip: 23606
Phone: (757) 969-4383 Email: Abigail.Gilbert@Ferguson.com
♦ Pricing Information
➢ In addition to the current typical unit pricing furnished herein,the Vendor agrees to offer
all future product introductions at prices that are proportionate to Contract Pricing.
■ If answer is no, attach a statement detailing how pricing for NCPA participants
would be calculated for future product introductions.
® Yes ❑ No
➢ Pricing submitted includes the required NCPA administrative fee. The NCPA fee is
calculated based on the invoice price to the customer.
® Yes ❑ No
♦ Cooperatives
➢ List any other cooperative or state contracts currently held or in the process of securing.
Ferguson has numerous contracts in effect and others in the process of securing. However, due to the
confidential nature of these contracts,we cannot provide access to any other agreement.
Tab 4 - Vendor Profile
Company's official registered name:
Ferguson Enterprises, LLC
Brief history of Ferguson.
Ferguson Enterprises, LLC, headquartered in Newport News,VA was established in 1953 to serve the
needs of local plumbing contractors. In the past 65 years, Ferguson has grown from a local distributor to
a$24 Billion dollar publicly traded limited liability company with 1,600 locations and more than 31,000
associates nationwide. Throughout our history,we've focused on developing our associates, connecting
with thousands of suppliers, and building our distribution network to deliver solutions to our customers.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Ferguson's Dun&Bradstreet CD&B) number:
DUNS: 00-895-5171
Organizational Chart of key Ferguson contacts:
Brian Armstrong
Mike Murphy
Director of Business
Development
Michael Sandier Abigail Gilbert :D
National Operations Manger Sales Operations Analyst (Resource Inbox Support)
Ferguson Locations:
Ferguson has over 1,600 locations nationwide and 31,000+ associates. Below is a breakdown of the
number of locations in each state with stars indicating Ferguson's Distribution Centers.
Rat
:y
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
♦ Define your standard terms of payment.
Standard payment terms are"Net 10th Prox"meaning payment for goods or services received is due on
or before the 10th of the following month.
♦ Who is your competition in the marketplace?
Ferguson's main competitors in the marketplace are Grainger, Home Depot, Lowe's, eCommerce Channels
(Amazon).
♦ What differentiates your company from competitors?
Ferguson Facilities Supply provides maintenance, repair, and operations (MRO) products and renovation
project packages to facilities across the U.S. and Puerto Rico. Our experienced associates, nationwide
coverage, and expansive inventory along with a coast to-coast supply chain ensures customers get what
they need,when they need it. Ferguson's committed team of associates know our depth of product and
how best to serve the needs of local, regional, and national customers.Through dedicated support from
our in-house renovations team,we offer direct savings,value added, and custom choice project solutions
to make the remodeling process easy.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
In addition,we offer online ordering through Ferguson.com, eProcurement integrations, and a
Commercial Water Heater delivery program to ensure your facility is always running.
• Ferguson.com allows you to search our full inventory of Plumbing, HVAC, and Building supplies
from your computer, smartphone, or tablet.
• eProcurement Solutions including PunchOut, Hosted Catalogs, and direct electronic ordering.
We've integrated with Coupa,Jaggaer, SAP Ariba, Unimarket, and more.
• Commercial Water Heater Delivery program is Ferguson's 24/7 express response program to
deliver a commercial water heater to your facility in the event of a water heater failure.We have
dedicated associates who work directly with you in case of a commercial water heater emergency.
♦ Describe how your company will market this contract if awarded.
Ferguson is committed to ensuring NCPA agencies have access to all the brands and products they
require to keep their facilities running at full speed,but we are also committed to ensuring the agencies
are fully informed of their benefits in partnering with NCPA and Ferguson. Our marketing team strives to
produce best-in-class marketing and sales materials to engage with customers regarding current
promotions as well as new products and supply solutions available to them.We apply a fully integrated
approach that leverages our sales force's collective reach and expertise,then augments it with awareness
programs via email, digital marketing channels across Ferguson.com, and establishing a presence at all
key local and regional trade shows.We look forward to working with the NCPA team to collaborate on
ways to highlight our partnership and ensure your members reap the rewards.
♦ Describe how you intend to introduce NCPA to your company.
Ferguson will partner with our NCPA representatives to implement a broad communication plan
outlining NCPA and its agencies along with the benefits associated with the contract.
Execution would include:
First 60 Days:
• Execution plan outline
• Dedicated Microsoft Team's Site for NCPA communication
• Rollout meeting with Ferguson Field Leadership (Ferguson Internal)
• Rollout to Ferguson Field Sales Team (SK associates) via internal communication channels
(Dedicated Teams Site and email)
First 90 Days:
• Industry advertising announcing our new partnership with NCPA
• Ferguson Field Leadership virtual introduction meeting with NCPA
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
First 120 Days:
• Updated content on Ferguson.com
• NCPA/Ferguson Branded Flyer
♦ Describe your firm's capabilities and functionality of your on-line catalog/ ordering website.
For an overview of our eCommerce web capabilities, see our detailed tutorials on Ferguson.com at
https:[/www.ferguson.com/resources/tutorials.
In addition to our website,we also provide eProcurement solutions and system integrations (PunchOut,
EDI, etc.) We can provide digital training resources, as well as in person-hosted demonstrations or virtual
training sessions. Our customer support team is dedicated to technical troubleshooting and is available
Monday-Friday from 8am EST— 6pm EST.
♦ Describe your company's Customer Service Department (hours of operation, number of service
centers, etc.)
Ferguson is committed to supporting NCPA agencies in three core functional areas: Account Management,
Operational Support and Sales Support. For Overall NCPA Account management, Ferguson will dedicate a
National Account Manager to coordinate our internal and external resources for partnership
development and engagement opportunities.The National Account manager will have the support of an
Operations Analyst to assist with reporting and agency account governance. For Market territory
support, Ferguson has Category Specialists for Education that will support our local level sales teams
with training and guidance. Our omni-channel environment provides all NCPA agencies that ability to
transact in the way they want.
For questions directed to our National Accounts Team,we will create a new NCPA email address to
streamline the service for NCPA agencies and respond to most questions within one business day.While
most questions are handled in a business day, our SOP for more detailed questions is 2-business days
with proper communication on timeline to NCPA.
♦ Green Initiatives (if applicable)
Ferguson's 2021 Annual Report pages 47-51 provide an in-depth summary of Ferguson's Sustainability
Program. Inserted on the additional documents list is our Sustainability Brochure for overview.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
♦ Anti-Discrimination Policy (if applicable)
Ferguson Enterprises, LLC's (Ferguson US or the Company) is strongly committed to providing equal
employment opportunity for all Associates and all applicants for employment.The purpose of this Policy
is to educate all Associates about what may constitute discrimination and harassment,to notify everyone
working for the Company that management will not condone or tolerate discrimination or harassment,
and to establish a procedure that encourages Associates to report conduct that may constitute
discrimination or harassment to designated Company representatives who will investigate and respond
to any report.
This Policy applies to and protects all Company Associates and prospective Associates,whether or not
they are on Company premises,provided that such Associates are conducting Company-related business
or are participating in a Company-sponsored event or function.Any type of harassment,whether engaged
in by fellow Associates, managers,supervisors, or by non-Associates with whom the Associate comes into
contact in the course of employment (e.g., customers,vendors, contracted workers, or contractors),
violates this Policy and will not be tolerated.The Company encourages the reporting of all incidents of
discrimination or harassment,regardless of who the offender may be.
This Policy applies to all terms and conditions of employment, including,but not limited to,hiring,
training, promotion, discipline, compensation,benefits,and termination of employment. Compliance with
this Policy is a condition of employment for all Associates.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
♦ Vendor Certifications (if applicable)
FERGUSON ENTERPRISES-CONTRACTOR AND GAMING COMMISSION LICENSES/REGISTRATIONS
STATE LICENSE NUMBER CLASSIFICATION/TYPE
Arkansas Contractor License Board 342001119 Meter Installation &Service
Arizona Contractor License Board ROC278489 Class A General Contractor
ROC215325 K-60 Dual Finish Carpentry
ROC215326 K-63 Appliances
ROC259640 C-05 Residential Light/Fan Fixtures
CA:Santa Rosa Rancheria Gaming Comm. SRRGC-2015-051 Non-gaming vendor registration (local blended)
California Contractor License Board 1059063 Class A-Engineering(WW-meters)
1059063 C-36 Plumbing(meters)
1059063 Class D34-appliance installs
California Dept. of Industrial Relations 1000401934 Public Works Contractor Registration
Florida Contractor License Board CUC1225379 Certified Underground Utility& Excavation (WW)
Idaho Contractor License Board 016718-D-4 Public Works Contractor(WW)
Iowa Division of Labor Board C108704 Contractor Registration (WW)
Iowa Plumbing&Mechanical Board 24453 Master Plumber-Brian Rollins(WW)
Louisiana Contractor License Board 63963 Specialty:Telecommunications(meters-WW)
MA Gaming Commission Non-gaming vendor registration (FFS)
Minnesota Dept of Labor&Industry PC644488 Plumbing Contractor(WW)
Mississippi State Board of Contractors 23771-MC Municipal Contractor(WW meters)
Nebraska 46289 Contractor Registration only
Nevada Contractor License Board 85179 Class A-Engineering(WW meters)
New Jersey 13VH03924200 Home Improvement Contractor(Appliances)
New Mexico 377598 GF-09 (Utility Lines-WW meters)
North Carolina 74102 GC w/Bldg_Public Utility Specialty(WW meters)
NC:Cherokee Tribal Gaming Commission 15-1315 Class III Non-Gaming Vendor(local blended)
North Dakota 36055 Class A(WW use mostly)
Oklahoma N/A DEQ WW Operator certificates(mulitple associates)
Waterworks Operator-Class D(multiple associates)
Oregon 157743 Residential GC&Commercial GC2 (WW)
South Carolina 118541 General Contractor(WW)
South Dakota SSCNER1006172005C Plumbing Contractor(Unlimited)(WW)
Texas N/A No state license req'd-check local rules
Utah-FEL dba FWW 11944201-5501 E100 Engineering(water meter install)-no limit
Virginia 2705-058435A Class A(Unlimited) (HIC&HVA)(blended appliance)
Virginia 2705-058435A Highway/Heavy classification (Utilities)(WW)
Washington FERGUEL81305 General Construction Contractor(WW& local lighting)
Electrical WAC 296 Admin License
Washington-Muckleshoot Indian Tribe FER0224NG Non-gaming vendor registration (local blended)
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Tab 5 - Products and Services
♦ Respondent shall perform and provide these products and/or services under the terms of this
agreement. The supplier shall assist the end user with making a determination of their individual
needs.
Ferguson's Warranty Information:
PRODUCT WARRANTY: Full manufacturer's warranty and service obligations,if any,shall be for the
benefit of Buyer and/or end user.After following the normal manufacturer's warranty process, if an issue
arises, Seller shall assist Buyer with coordinating the manufacturer's warranty service with the end user.
With respect to the underlying products, Buyer's sole and exclusive warranty is that provided by the
product's manufacturer. Seller hereby disclaims all expressed or implied warranties,whether implied by
operation of law or otherwise, including,without limitation, all implied warranties of merchantability
and fitness or fitness for a particular purpose. Under no circumstances, and in no event, will Seller be
liable for personal injury or property damage or any other loss, damage, cost of repairs or incidental,
punitive,special, or consequential damages related to the underlying products provided.
INSTALLATION WARRANTY: For those goods installed by Seller,if any, for a period of twelve (12)
months from installation or first use, Seller warrants that services shall be performed in a professional
and workmanlike manner and in accordance with manufacturer's installation instructions and local code
requirements. Upon receipt of notice from Buyer that installation services were not performed in
accordance with the limited warranty herein, Seller shall re-perform the services to the Buyer's
satisfaction.The foregoing shall not apply if there is evidence of abuse or misuse by Buyer or any third
party.
With respect to the underlying goods, Buyer's sole and exclusive warranty is that provided by the good's
manufacturer.
Product and Manufacturer Information included in Price File attached as an additional document for RFP.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Tab 7 - Pricing
Pricing Submitted Separately.
Discounts off List Price.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID:8A14E8D6-B69B-4A65-A51C-859DA76D6071
Tab 8 - Value Added Products and Services
♦ Include any additional products and/or services available that vendor currently performs in their
normal course of business that is not included in the scope of the solicitation that you think will
enhance and add value to this contract for Region 14 ESC and all NCPA participating entities.
o Ferguson's Commercial Water Heater Program
o eProcurement Integrations
o Internal Renovation project management and on-site support
o Opportunity to assist with localized training
P-24-164
County of Fresno Procurement Agreement
Tab 9 - Required Documents
♦ Federal Funds Certifications
♦ Clean Air and Water Act&Debarment Notice
♦ Contractors Requirements
♦ Antitrust Certification Statements
♦ Required Clauses for Federal Assistance by FTA
♦ State Notice Addendum
P-24-164
County of Fresno Procurement Agreement
Federal Funds Certifications
Participating Agencies may elect to use federal funds to purchase under the Master Agreement. The
following certifications and provisions may be required and apply when a Participating Agency expends
federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326,
all contracts, including small purchases, awarded by the Participating Agency and the Participating
Agency's subcontractors shall contain the procurement provisions of Appendix I1 to Part 200, as
applicable.
APPENDIX II TO 2 CFR PART 200
(A) Contracts for more than the simplified acquisition threshold currently set at$250,000,which is the
inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense
Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative,
contractual, or legal remedies in instances where contractors violate or breach contract terms, and
provide for such sanctions and penalties as appropriate.
• Pursuant to Federal Rule (A) above,when a Participating Agency expends federal funds,the
Participating Agency and Offeror reserves all rights and privileges under the applicable laws and
regulations with respect to this procurement in the event of breach of contract by either party.
(B) Termination for cause and for convenience by the grantee or subgrantee including the manner by
which it will be effected and the basis for settlement. (All contracts in excess of$10,000)
• Pursuant to Federal Rule (B) above,when a Participating Agency expends federal funds,the
Participating Agency reserves the right to terminate any agreement in excess of$10,000 resulting
from this procurement process in the event of a breach or default of the agreement by Offeror as
detailed in the terms of the contract
(C) 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 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp.,p. 339),
as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor."
• Pursuant to Federal Rule (C) above,when a Participating Agency expends federal funds on any
federally assisted construction contract,the equal opportunity clause is incorporated by reference
herein.
P-24-164
County of Fresno Procurement Agreement
(D) 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 any part of the compensation to which he or she is otherwise entitled. The non-
Federal entity must report all suspected or reported violations to the Federal awarding agency.
• Pursuant to Federal Rule (D) above,when a Participating Agency expends federal funds during the
term of an award for all contracts and subgrants for construction or repair, offeror will be in
compliance with all applicable Davis-Bacon Act provisions
• Any Participating Agency will include any current and applicable prevailing wage determination in
each issued solicitation and provide Offeror with any required documentation and/or forms that
must be completed by Offeror to remain in compliance the applicable Davis-Bacon Act provisions.
(E) 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.
• Pursuant to Federal Rule (E) above,when a Participating Agency expends federal funds, offeror
certifies that offeror will be in compliance with all applicable provisions of the Contract Work
Hours and Safety Standards Act during the term of an award for all contracts by Participating
Agency resulting from this procurement process.
(F) 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,
P-24-164
County of Fresno Procurement Agreement
Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding
agency.
• Pursuant to Federal Rule (F) above,when federal funds are expended by Participating Agency,the
offeror certifies that during the term of an award for all contracts by Participating Agency
resulting from this procurement process,the offeror agrees to comply with all applicable
requirements as referenced in Federal Rule (F) above
(G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-
1387), as amended— Contracts and subgrants of amounts in excess of$150,000 must contain a provision
that requires the non- Federal award to agree to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. 1251- 1387).Violations must be reported to the Federal awarding
agency and the Regional Office of the Environmental Protection Agency (EPA).
• Pursuant to Federal Rule (G) above,when federal funds are expended by Participating Agency, the
offeror certifies that during the term of an award for all contracts by Participating Agency member
resulting from this procurement process,the offeror agrees to comply with all applicable
requirements as referenced in Federal Rule (G) above
(H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR
180.220) must not be made to parties listed on the government wide exclusions in the System for Award
Management (SAM), in 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.
• Pursuant to Federal Rule (H) above,when federal funds are expended by Participating Agency,the
offeror certifies that during the term of an award for all contracts by Participating Agency
resulting from this procurement process,the offeror certifies that neither it nor its principals is
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation by any federal department or agency. If at any time during the term of
an award the offeror or its principals becomes debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participation by any federal department or
agency, the offeror will notify the Participating Agency
(I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award
exceeding$100,000 must file the required certification. Each tier certifies to the tier above that it will not
and has not used Federal appropriated funds to pay any person or organization for influencing or
attempting to influence an officer or employee of any agency, a member of Congress, officer or employee
of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,
grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-
Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are
forwarded from tier to tier up to the non-Federal award.
• Pursuant to Federal Rule (I) above,when federal funds are expended by Participating Agency,the
offeror certifies that during the term and after the awarded term of an award for all contracts by
Participating Agency resulting from this procurement process,the offeror certifies that it is in
P-24-164
County of Fresno Procurement Agreement
compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352).
The undersigned further certifies that:
o No Federal appropriated funds have been paid or will be paid for on behalf of the
undersigned,to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of congress, or an
employee of a Member of Congress in connection with the awarding of a Federal contract,
the making of a Federal grant,the making of a Federal loan, the entering into a cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of a
Federal contract, grant,loan, or cooperative agreement.
o If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of congress, or an employee of a Member of
Congress in connection with this Federal grant or cooperative agreement,the undersigned
shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in
accordance with its instructions.
o The undersigned shall require that the language of this certification be included in the
award documents for all covered sub-awards exceeding$100,000 in Federal funds at all
appropriate tiers and all subrecipients shall certify and disclose accordingly.
RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS
When federal funds are expended by Participating Agency for any contract resulting from this
procurement process, offeror certifies that it will comply with the record retention requirements detailed
in 2 CFR§ 200.334.The offeror further certifies that offeror will retain all records as required by 2 CFR§
200.334 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.
CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT
When Participating Agency expends federal funds for any contract resulting from this procurement
process, offeror certifies that it will comply with the mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with the
Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18).
CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS
To the extent purchases are made with Federal Highway Administration, Federal Railroad
Administration, or Federal Transit Administration funds, offeror certifies that its products comply with
all applicable provisions of the Buy America Act and agrees to provide such certification or applicable
waiver with respect to specific products to any Participating Agency upon request. Participating
Agencies will clearly identify whether Buy America Provisions apply in any issued solicitation. Purchases
made in accordance with the Buy America Act must still follow the applicable procurement rules calling
for free and open competition.
P-24-164
County of Fresno Procurement Agreement
CERTIFICATION OF ACCESS TO RECORDS
Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives
shall have access to any non-financial documents, papers, or other records of offeror that are pertinent to
offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations,
excerpts, and transcriptions. The right also includes timely and reasonable access to offeror's personnel
for the purpose of interview and discussion relating to such documents. This right of access will last only
as long as the records are retained.
CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS
Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms
and conditions.
Offeror certifies compliance with all provisions, laws, acts,regulations, etc.as specifically noted in
the pages above. It is further acknowledged that offeror agrees to comply with all federal, state,
and local laws, rules, regulations and ordinances as applicable.
Offeror: Feb;LASU✓1
Address: ( a S 60 r"r e-% v L
City, State, Zip: ;L 7k L
Authorized Signature:
Date: S 4g,s2�
P-24-164
County of Fresno Procurement Agreement
Clean Air and Water Act & Debarment Notice
I,the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to
the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as
amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation,40
CFR Part 15 as required under OMB Circular A-102,Attachment 0, Paragraph 14 (1) regarding reporting
violations to the grantor agency and to the United States Environment Protection Agency Assistant
Administrator for the Enforcement.
I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for
participation in Federal Assistance programs under Executive Order 12549, "Debarment and
Suspension", as described in the Federal Register and Rules and Regulations
Potential Vendor 4�G/4 LA r,Di t se.
Print Name
Address
City,Sate,Zip �Lw,�ur� �G V
Authorized signature
Date
P-24-164
County of Fresno Procurement Agreement
Contractor Requirements
Contractor Certification
Contractor's Employment Eligibility
By entering the contract,Contractor warrants compliance with the Federal Immigration and Nationality Act
(FINA),and all other federal and state immigration laws and regulations.The Contractor further warrants that it is
in compliance with the various state statues of the states it is will operate this contract in.
Participating Government Entities including School Districts may request verification of compliance from any
Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm
compliance in accordance with applicable laws.
Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in
compliance,they may pursue any and all remedies allowed by law,including,but not limited to: suspension of
work,termination of the Contract for default,and suspension and/or debarment of the Contractor. All costs
necessary to verify compliance are the responsibility of the Contractor.
The offeror complies and maintains compliance with the appropriate statutes which requires compliance with
federal immigration laws by State employers,State contractors and State subcontractors in accordance with the E-
Verify Employee Eligibility Verification Program.
Contractor shall comply with governing board policy of the NCPA Participating entities in which work is being
performed
Fingerprint&Background Checks
If required to provide services on school district property at least five (5)times during a month,contractor shall
submit a full set of fingerprints to the school district if requested of each person or employee who may provide
such service.Alternately,the school district may fingerprint those persons or employees.An exception to this
requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check
in accordance with the appropriate state and federal laws of all contractors,subcontractors or vendors and their
employees for which fingerprints are submitted to the district. Contractor,subcontractors,vendors and their
employees shall not provide services on school district properties until authorized by the District.
The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in
which the work is being performed unless otherwise exempted.
Contractor shall comply with governing board policy in the school district or Participating Entity in which work is
being performed
Business Operations in Sudan,Iran
In accordance with A.R.S. 35-391 and A.R.S. 35-393,the Contractor hereby certifies that the contractor does not
have scrutinized business operations in Sudan and/or Iran.
Authorized signature /3. 6��
Date as
P-24-164
County of Fresno Procurement Agreement
Antitrust Certification Statements (Tex. Government Code 4 2155.0051
I affirm under penalty of perjury of the laws of the State of Texas that:
(1) I am duly authorized to execute this contract on my own behalf or on behalf of the company,
corporation, firm, partnership or individual (Company) listed below;
(2) In connection with this bid, neither I nor any representative of the Company has violated any
provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. &Comm. Code Chapter 15;
(3) In connection with this bid, neither I nor any representative of the Company has violated any federal
antitrust law; and
(4) Neither I nor any representative of the Company has directly or indirectly communicated any of the
contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership
or individual engaged in the same line of business as the Company.
Company name rLA U -3 r /
Address \SoJ �G��e�s� /—�-•�c
City/State/Zip �E vP0r } nc JZA �LZ L� �
Telephone No. SO 1
Fax No. I�
Email address b r.%"oN . C&6nn�LIM% n
Printed name
li�l(.►.ram /M �tr'Uy��
Position with company
Authorized signature
P-24-164
County of Fresno Procurement Agreement
Required Clauses for Federal Assistance provided by FTA
ACCESS TO RECORDS AND REPORTS
Contractor agrees to:
a) Maintain all non-financial books,records,accounts and reports required under this Contract for a
period of not less than two (2)years after the date of termination or expiration of this Contract or any
extensions thereof except in the event of litigation or settlement of claims arising from the
performance of this Contract,in which case Contractor agrees to maintain same until the FTA
Administrator,the U.S. DOT Office of the Inspector General,the Comptroller General,or any of their
duly authorized representatives,have disposed of all such litigation,appeals,claims or exceptions
related thereto.
b) Permit any of the foregoing parties to inspect all non-financial work,materials, and other data and
records that pertain to the Project,and to audit the non-financial books,records,and accounts that
pertain to the Project and to reproduce by any means whatsoever or to copy excerpts and
transcriptions as reasonably needed for the purpose of audit and examination. The right of access
detailed in this section continues only as long as the records are retained.
FTA does not require the inclusion of these requirements of Article 1.01 in subcontracts.
CIVIL RIGHTS/TITLE VI REQUIREMENTS
1) Non-discrimination. In accordance with Title VI of the Civil Rights Act of 1964,as amended,42 U.S.C.§
2000d,Section 303 of the Age Discrimination Act of 1975,as amended,42 U.S.C.§6102,Section 202 of
the Americans with Disabilities Act of 1990,as amended,42 U.S.C.§ 12132,and Federal Transit Law at
49 U.S.C.§5332,Contractor or subcontractor agrees that it will not discriminate against any employee
or applicant for employment because of race,color,creed,national origin,sex,marital status age,or
disability. In addition,Contractor agrees to comply with applicable Federal implementing regulations
and other applicable implementing requirements FTA may issue that are flowed to Contractor from
Awarding Participating Agency.
2) Equal Employment Opportunity. The following Equal Employment Opportunity requirements apply to
this Contract:
a. Race.Color,Creed,National Origin,Sex. In accordance with Title VII of the Civil Rights Act,as
amended,42 U.S.C.§2000e,and Federal Transit Law at 49 U.S.C.§5332,the Contractor agrees to
comply with all applicable Equal Employment Opportunity requirements of U.S.Dept.of Labor
regulations,"Office of Federal Contract Compliance Programs,Equal Employment Opportunity,
Department of Labor,41 CFR,Parts 60 et sea..and with any applicable Federal statutes,executive
orders,regulations,and Federal policies that may affect construction activities undertaken in the
course of this Project. Contractor agrees to take affirmative action to ensure that applicants are
employed,and that employees are treated during employment,without regard to their race,color,
creed,national origin,sex,marital status,or age. Such action shall include,but not be limited to,the
following: employment,upgrading,demotion or transfer,recruitment or recruitment advertising,
layoff or termination,rates of pay or other forms of compensation;and selection for training,
including apprenticeship. In addition,Contractor agrees to comply with any implementing
requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency.
b. Age. In accordance with the Age Discrimination in Employment Act(ADEA) of 1967,as amended,
29 U.S.C.Sections 621 through 634,and Equal Employment Opportunity Commission(EEOC)
P-24-164
County of Fresno Procurement Agreement
implementing regulations,"Age Discrimination in Employment Act",29 CFR Part 1625,prohibit
employment discrimination by Contractor against individuals on the basis of age,including present
and prospective employees. In addition,Contractor agrees to comply with any implementing
requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency.
c. Disabilities. In accordance with Section 102 of the Americans with Disabilities Act of 1990,as
amended(ADA),42 U.S.C.Sections 12101 etseq.,prohibits discrimination against qualified
individuals with disabilities in programs,activities,and services,and imposes specific requirements
on public and private entities. Contractor agrees that it will comply with the requirements of the
Equal Employment Opportunity Commission(EEOC),"Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act,"29 CFR,Part 1630,pertaining to
employment of persons with disabilities and with their responsibilities under Titles I through V of
the ADA in employment,public services,public accommodations,telecommunications,and other
provisions.
d. Segregated Facilities. Contractor certifies that their company does not and will not maintain or
provide for their employees any segregated facilities at any of their establishments,and that they do
not and will not permit their employees to perform their services at any location under the
Contractor's control where segregated facilities are maintained. As used in this certification the
term"segregated facilities"means any waiting rooms,work areas,restrooms and washrooms,
restaurants and other eating areas,parking lots,drinking fountains,recreation or entertainment
areas,transportation,and housing facilities provided for employees which are segregated by
explicit directive or are in fact segregated on the basis of race,color,religion or national origin
because of habit,local custom,or otherwise. Contractor agrees that a breach of this certification
will be a violation of this Civil Rights clause.
3) Solicitations for Subcontracts. Including Procurements of Materials and Equipment. In all
solicitations,either by competitive bidding or negotiation,made by Contractor for work to be
performed under a subcontract,including procurements of materials or leases of equipment,each
potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this
Contract and the regulations relative to non-discrimination on the grounds of race,color,creed,sex,
disability,age or national origin.
4) Sanctions of Non-Compliance. In the event of Contractor's non-compliance with the non-discrimination
provisions of this Contract,Public Agency shall impose such Contract sanctions as it or the FTA may
determine to be appropriate,including,but not limited to: 1)Withholding of payments to Contractor
under the Contract until Contractor complies,and/or; 2) Cancellation,termination or suspension of the
Contract,in whole or in part.
Contractor agrees to include the requirements of this clause in each subcontract financed in whole or in part with
Federal assistance provided by FTA,modified only if necessary to identify the affected parties.
DISADVANTAGED BUSINESS PARTICIPATION
This Contract is subject to the requirements of Title 49,Code of Federal Regulations,Part 26,"Participation by
Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs',therefore,it is
the policy of the Department of Transportation(DOT)to ensure that Disadvantaged Business Enterprises (DBEs),as
defined in 49 CFR Part 26,have an equal opportunity to receive and participate in the performance of DOT-assisted
contracts.
1) Non-Discrimination Assurances. Contractor or subcontractor shall not discriminate on the basis of race,
color,national origin,or sex in the performance of this Contract. Contractor shall carry out all
P-24-164
County of Fresno Procurement Agreement
applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts.
Failure by Contractor to carry out these requirements is a material breach of this Contract,which may
result in the termination of this Contract or other such remedy as public agency deems appropriate.
Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph.
(See 49 CFR 26.13(b)).
2) Prompt Payment. Contractor is required to pay each subcontractor performing Work under this prime
Contract for satisfactory performance of that work no later than thirty(30) days after Contractor's
receipt of payment for that Work from public agency. In addition,Contractor is required to return any
retainage payments to those subcontractors within thirty(30) days after the subcontractor's work
related to this Contract is satisfactorily completed and any liens have been secured. Any delay or
postponement of payment from the above time frames may occur only for good cause following written
approval of public agency. This clause applies to both DBE and non-DBE subcontractors. Contractor
must promptly notify public agency whenever a DBE subcontractor performing Work related to this
Contract is terminated or fails to complete its Work,and must make good faith efforts to engage another
DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any
DBE subcontractor and perform that Work through its own forces,or those of an affiliate,without prior
written consent of public agency.
3) DBE Program. In connection with the performance of this Contract,Contractor will cooperate with
public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum
practicable opportunity to compete for subcontract work,regardless of whether a contract goal is set
for this Contract. Contractor agrees to use good faith efforts to carry out a policy in the award of its
subcontracts,agent agreements,and procurement contracts which will,to the fullest extent,utilize
DBEs consistent with the efficient performance of the Contract.
ENERGY CONSERVATION REQUIREMENTS
Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are
contained in the State energy conservation plans issued under the Energy Policy and Conservation Act,as
amended,42 U.S.C.Sections 6321 etseq. and 41 CFR Part 301-10.
FEDERAL CHANGES
Contractor shall at all times comply with all applicable FTA regulations,policies,procedures and directives,listed
directly or by reference in the Contract between Public Agency and the FTA,and those applicable regulatory and
procedural updates that are communicated to Contractor by Public Agency,as they may be amended or
promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a
material breach of this Contract.
INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA)TERMS
The provisions include,in part,certain Standard Terms and Conditions required by the U.S.Department of
Transportation (DOT),whether or not expressly set forth in the preceding Contract provisions. All contractual
provisions required by the DOT and applicable to the scope of a particular Contract awarded to Contractor by a
Public Agency as a result of solicitation,as set forth in the most current FTA Circular 4220.117,published February
8th, 2016,are hereby incorporated by reference. Anything to the contrary herein notwithstanding,all FTA
mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this
Contract. Contractor agrees not to knowingly perform any act,knowingly fail to perform any act,or refuse to
comply with any reasonable public agency requests that would directly cause public agency to be in violation of the
FTA terms and conditions.
P-24-164
County of Fresno Procurement Agreement
NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES
Agency and Contractor acknowledge and agree that,absent the Federal Government's express written consent and
notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the
underlying Contract,the Federal Government is not a party to this Contract and shall not be subject to any
obligations or liabilities to agency, Contractor, or any other party(whether or not a party to that contract)
pertaining to any matter resulting from the underlying Contract.
Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance
provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor
who will be subject to its provisions.
PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS
Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,as amended, 31
U.S.C.§§ 3801 et seq.and U.S. DOT regulations,"Program Fraud Civil Remedies,"49 CFR Part 31,apply to its
actions pertaining to this Contract. Upon execution of the underlying Contract,Contractor certifies or affirms,to
the best of its knowledge,the truthfulness and accuracy of any statement it has made,it makes,it may make, or
causes to me made,pertaining to the underlying Contract or the FTA assisted project for which this Contract Work
is being performed.
In addition to other penalties that may be applicable,Contractor further acknowledges that if it makes,or causes to be
made,a false,fictitious,or fraudulent claim,statement,submission,or certification,the Federal Government reserves
the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the
Federal Government deems appropriate.
Contractor also acknowledges that if it makes,or causes to me made,a false,fictitious,or fraudulent claim,statement,
submission,or certification to the Federal Government under a contract connected with a project that is financed in
whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C.§5307,the
Government reserves the right to impose the penalties of 18 U.S.C.§ 1001 and 49 U.S.C.§5307 (n)(1) on the
Contractor,to the extent the Federal Government deems appropriate.
Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal
assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the
subcontractor who will be subject to the provisions.
State Notice Addendum
P-24-164
County of Fresno Procurement Agreement
The National Cooperative Purchasing Alliance (NCPA), on behalf of NCPA and its current and potential
participants to include all county, city, special district,local government, school district, private K-12
school, higher education institution, state, tribal government, other government agency,healthcare
organization, nonprofit organization and all other Public Agencies located nationally in all fifty states,
issues this Request for Proposal (RFP) to result in a national contract.
For your reference,the links below include some,but not all, of the entities included in this proposal:
http://www.usa.gov/Agencies/State and Territories.shtml
https:[/www.usa.gov/local-governments
DocuSign Envelope ID: 8Al4E8D6-B69B-4A65-A51C-859DA76D6071
FOR US , ITS
PERSONAL
Our sustainability
program updates
Ow
I�
F�
' d 1
i
1
` AW
I
Z FERGUSON
P-24-164
C
DocuSign Envelope ID: 8A14E8D6-B69B-4A65-A51C-859DA76D6071
•
EVOLVING
FOR A MORE
SUSTAINABLE
FUTURE
At Ferguson, we're committed `ICnce we opened our doors in
to improving our environmental 1953, Ferguson has built strong
footprint and have the knowledge connections through an
it takes to help you reduce yours. unwavering commitment to our
customers, associates, suppliers
Whatever your budget,we can pair you with and communities. Now, nearly
high-efficiency products that will help you make 70 years later, it's still our
a difference every day. By offering creative people — and their commitment
solutions, we can help you find the perfect fit, to our customers, reducing our
while protecting our resources for environmental footprint and
future generations. building a resilient business—
We believe in continuous improvement. that set us apart."
To learn more about our carbon reduction goals,
and the progress we're making, please visit Kevin Murphy,
Chief Executive Officer,
www.fergusonpic.com/en/sustainability.htmi. Ferguson plc
OUR
ENVIRONMENTAL ROAD MAP
Our fleet of trucks and Eduardo Gomez, Dania 0 Wople are still putting their
vans is essential for Enriquez and Teresa Leau lives together after the
getting products to — associates in Pomona, hurricanes. We're happy
customers on time. California — enlisted the these products found a
help of Good360 to second life, helping people
Always looking for ways to use who lost their homes to
less fuel,we implemented an repurpose discontinued
natural disasters."
innovative solution for 50 vehicles, items destined for landfill.
applying regenerative braking More than 50 toilets and Eduardo Gomez,
technology developed by XL Configuration Analyst,
30 porcelain sinks were sent
Hybrids. By adding this, we're Ferguson Pomona,
saving over 22,000 gallons to help disaster recovery efforts California, branch
of fuel annually. in Florida and areas affected
by Hurricane Harvey. These
efforts were not a one-off;we
are in the process of donating
additional products to Good360.
�■a'
Recycling and fitness _
don't necessarily go
hand in hand — but
at Ferguson, they do! 7
We have high standards for
product quality, and our Front
Royal Distribution Center
associates upcycle water
tubing that doesn't make the
cut, building hula hoops for -
local public schools. We've
donated more than 3,200 hula
hoops over the last 8 years.
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID: 8A1 4E8D6-B69B-4A65-A51 C-859DA76D6071
BEING RECOGNIZED
FOR SUSTAINABILITY
At Ferguson, we're passionate
about great product design. /A*\
That's why it was an honor to be awarded
Platinum Award for Design Excellence (ADEX) 10EX
awards for both our Mirabelle and Park Harbor
product lines. These awards were presented
by ADEX, based on the design and
sustainability of our products.
We know that offering a range of products ESPONSIBLE
with lower environmental impact is important AGNO PRODUCTION
for our customers,which is why the products rNeN
in these two ranges champion the use of
high-efficiency flushing technologies for our
toilets and LED bulbs for lights, which are Adopted by all United Nations Member States
energy efficient as well as stylish. in 2015,the Sustainable Development Goals
are a call for action by all countries to promote
prosperity while protecting the environment.
r
P-24-164
DocuSign Envelope ID: 8A14E8D6-B69B-4A65-A51C-859DA76D6071
CREATING
A BETTER
TOMORROW
FOR ALL
Jr,
I
1
SUPPORTING
OUR PEOPLE
Our people are our business — In times of disaster or emergency need,the
they go above and beyond for our Ferguson Family Fund is available to help all
Ferguson associates who may be experiencing
customers, and we want to go above unfortunate events beyond their reasonable control.
and beyond for them. Since its inception,this employee assistance fund
has granted over$2 million in financial help to
nearly 550 associates and their families impacted
by wildfires, hurricanes or other natural disasters.
P-24-164
t Agreement
DocuSign Envelope ID: 8A14E8D6-B69B-4A65-A51 C-859DA76D6071
FOCUSING OUR }'
SOCIAL EFFORTS
SkiIISUSA
There is a growing need for trained trade
professionals such as plumbers, HVAC
technicians, electricians and welders;
if unaddressed,there could be more than
30 million unfilled skilled trade jobs by 2020. D I G D E E P
That's why Ferguson signed a three-year,
$300,000 partnership with SkillsUSA.
Together,we want to inspire young people to Access to clean,safe drinking water
enter America's skilled workforce. is a basic human right—1.6 million
NTWORKAND Americans currently lack access to this
necessity.This is a cause close to our
hearts at Ferguson.Through a range of
Community Plumbing Challenges,we have
partnered with DIGDEEP to deliver running
water and safe wastewater disposal to our
` &rough our collective efforts, we neighbors in need across the United States.
can positively impact the industry CLEAN WATER
and illustrate the value —both 6 AND SANITATION
.�
personally and professionally— •
of a career in the trades."
Kevin Murphy,
Chief Executive Officer,
Ferguson plc
7�
P-24-164
County of Fresno Procurement Agreement
DocuSign Envelope ID: 8A14E8D6-B69B-4A65-A51C-859DA76D6071
CREATING
t —�
A POSITIVE
nit.
WORKPLACE
FEED THE People can't „ theirbest work if they
NEED . . comfortable and supported
in their workplace. We strive to create
a positive and open culture, attracting
Over 13 million children in the U.S.
don't receive enough nutritious passionate people • bring innovative
food,and more than half a million ideas Ferguson.
people are homeless. For seven Our associates _ dedicated performing roles
years, Ferguson associates have as well as they can, and we want them to know their
made a difference in their efforts unnoticed.t go associate
communities through Feed the regularsatisfaction on a we
make sure we know
Need—the company's annual food what our people want to _t from their experience
donation campaign. Last year,they Fergusonat improve
collected over 50,000 pounds of at all levels of our business.
food, providing more than 43,000
meals to local foodbanks.
HOMES FOR OUR
TROOPS
Everyone deserves to be in
a home where they can thrive. t+
Homes For Our Troops (HFOT) `
builds mortgage-free, specially
adapted homes for injured
veterans. We are proud to be
HFOT's official plumbing supplier,
as well as supporting them
financially. Through local events
and volunteering, our associates
are empowering veterans to ~;
recover and rebuild their lives.
DocuSign Envelope ID: 8Al4E8D6-B69B-4A65-A51C-859DA76D6071
GET IN TOUCH
r
For more information on Ferguson's
sustainability measures, please
reach out to our sustainability team:
sustainability.team@ferguson.com
ABOUT FERGUSON
Ferguson is a specialist distributor and top-rated
wholesale supplier of commercial and residential _
plumbing with over 1 million customers and
27,000 associates in 1,400+ locations.
More than just plumbing, we have expertise that f
spans distribution in multiple businesses, including
HVAC/R, waterworks and industrial. Since we began,
Ferguson has grown from being a local distributor
to an $18.4 billion company.
Our associates offer customers expert advice and a s
range of products and services designed to improve
their construction, renovation and maintenance
projects. Providing world-class customer service is
at the core of our business and is demonstrated
every day by our knowledgeable associates.
i
r
P-24-164
DocuSign Envelope ID:C3713AFD-44BC-4971-A090-1C685C30A5C9
The parties are signing this agreement on June 12 , 2024
Ferguson Enterprises, LLC The County of Fresno
751 Lake Front Commons 333 W Pontiac Way
Newport News,VA 23606 Clovis, CA 93612
4590 E Kings Canyon
Fresno,CA 93702
Signature: DocuSigned by- Signature:
E
V1GldA U�ms v blil.� M a n U e I M. Digitally signed by
Manuel M.Vilanova
�eeisD�E oo5n47D... Date:2024.06.12
Vilanova 15:47:51 -07'00'
Name: Brian Armstrong Name: Manuel Vilanova
Title: Sr. Director of National Account Title: Deputy Director
Date: June 12, 2024 1 3:46 PM EDT Date: 6/12/24