HomeMy WebLinkAbout294-21 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 294-21
File Number: 2021-0907
GRAYBAR ELECTRIC COMPANY, INC.:
A RESOLUTION TO APPROVE THE PURCHASE OF ELECTRICAL, LIGHTING, DATA
COMMUNICATIONS AND SECURITY PRODUCTS AND RELATED PRODUCTS,
SERVICES AND SOLUTIONS FROM GRAYBAR ELECTRIC COMPANY, INC.,
PURSUANT TO AN OMNIA PARTNERS COOPERATIVE PURCHASING CONTRACT, ON
AN AS -NEEDED BASIS THROUGH JANUARY 31, 2023, AND ANY FUTURE RENEWAL
PERIODS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section l: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase
electrical, lighting, data communications and security products and related products, services and
solutions from Graybar Electric Company, Inc. pursuant to an OMNIA Partners Cooperative
Purchasing Contract through January 31, 2023, and any future renewal periods.
PASSED and APPROVED on 12/7/2021
I -Ayr I I tV
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
W (479) 575-8323
_ewu
md
Text File
File Number: 2021-0907
Agenda Date: 12I7I2021 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A.7
GRAYBAR ELECTRIC COMPANY, INC.:
A RESOLUTION TO APPROVE THE PURCHASE OF ELECTRICAL, LIGHTING, DATA
COMMUNICATIONS AND SECURITY PRODUCTS AND RELATED PRODUCTS, SERVICES AND
SOLUTIONS FROM GRAYBAR ELECTRIC COMPANY, INC., PURSUANT TO AN OMNIA
PARTNERS COOPERATIVE PURCHASING CONTRACT, ON AN AS -NEEDED BASIS THROUGH
JANUARY 31, 2023, AND ANY FUTURE RENEWAL PERIODS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase electrical,
lighting, data communications and security products and related products, services and solutions from Graybar
Electric Company, Inc. pursuant to an OMNIA Partners Cooperative Purchasing Contract through January 31,
2023, and any future renewal periods.
City of Fayetteville, Arkansas Page 1 Printed on 121812021
Terry Gulley
Submitted By
City of Fayetteville Staff Review Form
2021-0907
Legistar File ID
12/7/2021
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
11/17/2021 TRANSPORTATION SERVICES (410)
Submitted Date Division / Department
Action Recommendation:
A RESOLUTION TO AUTHORIZE THE PURCHASE OF ELECTRICAL, LIGHTING, DATA COMMUNICATIONS AND SECURITY
PRODUCTS AND RELATED PRODUCTS, SERVICES AND SOLUTIONS PURSUANT TO A COOPERATIVE PROCUREMENT
AGREEMENT WITH OMNIA PARTNERS WITH GRAYBAR ELECTRIC COMPANY, INC., CONTRACT# EV2370, THROUGH
JANUARY 31, 2023 ON AN AS -NEEDED BASIS, WITHIN THE APPROVED BUDGET, AND FOR ANY FUTURE RENEWAL
PERIODS.
Budget Impact:
Account Number
Fund
Project Number Project Title
Budgeted Item? Current Budget
Funds Obligated $ -
Current Balance
Does item have a cost? Item Cost $ -
Budget Adjustment Attached? No Budget Adjustment $ -
Remaining Budget
Purchase Order Number:
Change Order Number:
Original Contract Number:
V20210527
Previous Ordinance or Resolution #
Approval Date:
Comments: The "current budget" and "item cost" fields have been left blank because items will vary by project,
funding source(s), and other factors.
—� CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF DECEMBER 7, 2021
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM: Terry Gulley, Asst PW Director Operations
CITY COUNCIL MEMO
DATE: November 17, 2021
SUBJECT: Authorization to utilize a cooperative procurement agreement with OMNIA
Partners with Graybar Electric Company, Inc., Contract# EV2370 for the
purchase of electrical and lighting products and related products
RECOMMENDATION:
A resolution to authorize the purchase of electrical, lighting, data communications and security
products and related products, services and solutions pursuant to a cooperative procurement
agreement with OMNIA Partners with Graybar Electric Company, Inc., Contract# EV2370,
through January 31,2023 on an as -needed basis, within the approved budget, and for any future
renewal periods.
BACKGROUND:
Electrical, lighting, data communications and security products and related products, services
and solutions were bid by the City of Kansas City, Missouri Procurement Services Division to
establish a national cooperative contract through OMNIA Partners, Public Sector and was
awarded to Graybar Electric Company, Inc. OMNIA Partners is the largest cooperative
purchasing organization for the public sector. Cooperative purchasing agreements result in
lower prices by aggregating purchasing power and less administrative time preparing and
soliciting bids.
DISCUSSION:
The construction of sidewalks and trails require the purchase of electrical conduit, boxes,
covers, and accessories. Conduit protects wires as well as any individuals who may come into
proximity to the wires. The US National Electrical Code (NEC) and local building codes
determine which type of conduit is used.
BUDGET/STAFF IMPACT:
Electrical, lighting, data communications and security products and related products, services
and solutions are budgeted within specific capital improvements project or operating budgets.
Attachments:
Cooperative Procurement Contract #EV2370
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
OMNIA
P A R T N F R S
C � A U ES
U.S,COMMONITI
ELECTRICAL, LIGHTING, DATA COMMUNICATIONS AND SECURITY PRODUCTS
AND RELATED PRODUCTS, SERVICES AND SOLUTIONS
Executive Summary
Lead Agency: City of Kansas City, Missouri
RFP Issued: September 6, 2017
Response Due Date: October 6, 2017
Solicitation: RFP365
Pre -Proposal Date: September 20, 2017
Proposals Received: #3
Awarded to: Graybar Electric Company, Inc. contract #EV2370
The City of Kansas City, Missouri Procurement Services Division issued RFP #EV2370 on September 6, 2017, to
establish a national cooperative contract for Electrical, Lighting, Data Communications and Security Products
and Related Products, Services and Solutions.
The solicitation included cooperative purchasing in Section 1. Master Agreement:
The City of Kansas City, MO (herein "Lead Public Agency") on behalf of itself and all states, local governments,
school districts, and higher education institutions in the United States of America, and other government
agencies and nonprofit organizations (herein "Participating Public Agencies") is soliciting proposals from
qualified suppliers to enter into a Master Agreement for a complete line of Electrical, Lighting, Data
Communications, and Security Products and Related Products, Services and Solutions (herein "Products and
Services ").
And Section 3. U.S. Communities:
U.S. Communities Government Purchasing Alliance (herein "U.S. Communities") assists Participating Public
Agencies to reduce the cost of purchased goods through strategic sourcing that combines the volumes and the
purchasing power of public agencies nationwide. This is accomplished through an award of competitively
solicited contracts for high quality products and services by large and well recognized public agencies (herein
"Lead Public Agencies"). The contracts provide for use by not only the respective Lead Public Agency, but also by
other Participating Public Agencies.
Notice of the solicitation was sent to potential offerors, as well as advertised in the following:
• Seattle.gov —The Buy Line Blog • City of Kansas City, Missouri
• Daily Journal of Commerce, OR • Merx.com
• The Advocate, LA • The New York State Contract Reporter
• The Honolulu Star, HI • Washington Electronic Business Solution
• DEMANDSTAR, ONVIA • U.S. Communities - Website
Page 1 of 2
On October 6, 2017 proposals were received from the following offerors:
• Graybar Electric Company, Inc.
• HB (Delivering Systems LLC/DBA High Biometrics)
• supplyFORCE
Upon evaluation, the committee elected to award to the most responsive proposal Graybar Electric Company,
Inc. for electrical, lighting, data communications and security products and related products, services and
solutions.
Contract includes:
Graybar offers a robust selection of products in electrical and lighting, data communication and security,
hardware, and services. Solution benefits include:
• Comprehensive Products, Services, & Solutions
• Next day service is free of charge for materials stocked in the branch and within the standard service
area
• Volume Incentive
Term:
Contract period from February 1, 2018 through January 31, 2023 with the option to renew to for up to
three (3) additional two (2) year terms through January 31, 2029.
Pricing/Discount: Discounts are based on Graybar List Price or Cost in effect at the time of order. Visit Graybar
landing page Graybar Online Store for more details.
OMNIA Partners, Public Sector Landing Pages: https://www.omnial2artners.com/publicsector/contracts/supplier-
contracts/grab
Page 2 of 2
11/16/21, 12:20 PM
Graybar Electric Company, Inc. Cooperative Contract I Pricing & Shipping
(866) 875-3299 1
Contact Us
OMNIA® Public Sector
P A R T N E R S
Click to expand menu
Overview
REGISTER
Gr,ayf'Air 17irnrns ny,
—l-c-iricul, ! ighilrig, Duiu Curnrnunicatiun; and 3er'urisy
Contract Documentation
Solutions & Services
Case Studies
COVID-19 Resources
Pricing & Shipping
FAQs
Manufacturer Partners
MENU
Pricing
A
https://www.omniapartners.com/publicsector/suppliers/graybar/pricing-shipping 1 /7
11/16/21, 12:20 PM Graybar Electric Company, Inc. Cooperative Contract I Pricing & Shipping
• The OMNIA Partners pricing applies to normally stocked Graybar materials.
• Discounts are based on Graybar List Price or Cost in effect at the time of order. The majority of
pricing on the Graybar contracts is based on a listless discount structure.
• Cost -Plus discounting is used for market sensitive commodities and lighting fixtures.
• Not -To -Exceed discounting is used for value-added services and material with no list price in our
system.
• Graybar cannot sell at levels above the base contract price and reserves the right to offer a
lesser discount for projects, or where large quantity discounts or localized supplier negotiations
are available.
Freight
• Next day service is free of charge for materials stocked in the branch and within the standard
service area
• Orders requiring same -day or expedited next -day service, non -stock items, special order or
special handling and materials obtained from other Graybar warehouses or manufacturers, may
include shipping or handling charges. Any shipping, handling or other costs will be negotiated at
the time of order
• Next -Day Delivery: Graybar's Delivery Advantage tracks and documents deliveries which
enables us to provide customers with real-time delivery status and other valuable details on
incoming deliveries. Our innovative system gives you critical details on incoming deliveries,
including:
- Exact delivery date and time
- Electronic image of recipient signature
- Electronic image of delivered product
- Aerial view of delivery location
Consolidation of Orders
Graybar uses the order consolidation process when items for a single customer order are being
obtained from various sources and are to be re -shipped as one shipment to the customer.
REQUEST CONTRACT
INFORMATION
GRAYBAR ONLINE STORE
https://www.omniapartners.com/publicsector/suppliers/graybar/pricing-shipping 2/7
OMNIA ys�j A
Gi —mil P A R T N E R S `
Serving State & Local Government, Education,
Special Districts, and Non -Profits
Graybar is the awarded supplier of electrical, lighting, data communications and security products and related products,
services and solutions through OMNIA Partners, Public Sector, the nation's largest and most experienced cooperative
purchasing organization dedicated to public sector procurement.
U.S. Communities is now OMNIA Partners, Public Sector.
CONTRACT # EV2370
Electrical, Lighting, Data/Communication, Networking,
Wireless, Security and Related MRO Supplies.
Service Solutions to Support Products
Why OMNIA Partners, Public Sector, through Graybar?
We are a leading distributor of electrical, lighting, data/
communications, networking, security and related MRO products.
With 289 locations across North America, Graybar is a local
distributor backed by the strength of a FORTUNE 500 company.
The Graybar-OMNIA Partners, Public Sector Program:
• Satisfies solicitation requirements
• Lead public agency managed contracts
• No cost to participate
• Contracts allow your organization to maximize savings on
the products you need while reducing procurement time.
• Ensures accurate contract pricing, terms and agency
specific requirements.
Eligible Agencies
• State Agencies, Counties, Cities, Towns and Villages
• Specials Districts: Water, MUD's, Transportation, Airports
• Public and Private Higher Education
Colleges, Universities, Technical Schools
• Public and Private K-12
School Districts, Charter Schools and Other
• Non -Profits: Churches, Education, Healthcare and Other
1-800-GRAYBAR • omniapartners@graybar.com
graybar.com/omniapartners • omniapartners.com/graybar
Value Added Services
A complete and comprehensive offering of value added services
to support the products included in our contract. Services may
include, but not limited to: assessment, repair, renovation,
installation, testing, inventory, emergency, recovery, training and
other related services that may be offered through Graybar.
eCommerce — Inventory Management
Connect with Graybar through Graybar.com, private marketplaces
or PunchOut. Graybar supports our customer's eProcurement
initiatives by interfacing with a variety of ERP systems, software
providers and marketplaces. We make it easy for customers
to find products, place orders, check on transactions and much
more — 24/7.
Customer Focus
Graybar has developed an unmatched selection of value added
services and solutions to support the products we distribute daily.
We are committed to satisfying our customers through delivery of
consistent, reliable and quality service.
Graybar Financial Services
Graybar Financial Services° (GFS) can provide states, local
governments and educational institutions financing for products
covered in our contract and related services, whether for volume
purchases, projects, or otherwise.
How to Register
Simply register at -tners.com/publicsector.
Registration does not obligate you to purchase through the
program, but it does introduce you to a wide range of products
and services at outstanding prices.
Graybar Program Managers
Rob Rhoads, East • (202) 445-8992 • robertrhoads@graybar.com
Jeff Peskuski, Central • (630) 640-4905 • jeffpeskuski@graybarcom
Adam Sass, West • (925) 216-2858 • adam.sass@graybarcom
OMNIA ys�j A
Gi —mil P A R T N E R S `
Graybar Can Help Keep Your Campus Secure
Schools are always facing the challenges of burglary, vandalism, bullying and violence and in such a sizable area where there are numer-
ous students, staff and properties, it is not possible to ensure people's safety and protect properties in schoolyard merely by human efforts.
Graybar has experience helping K-12 schools, colleges and universities increase their security on campus with products and solutions
from top manufacturers.
Graybar Security Solutions
Access Control
Aiphone
Altronix
American Fibertek
Ditek
Dormakaba/Keyscan
Dormakaba/Rutherford Controls
Nortek Security & Control
Paxton Access, Inc.
Speco Technologies
Transition Networks
Viking Electronics
CCTV / Surveillance
ACTT
Allied Telesis
Altronix
Arecont Vision
Bosch
D-Link
Ditek
Everfocus
Hanwha Techwin
Milestone
Pelco, Inc.
Speco Technologies
ViewZ
Cabling, Installation & Tools
Belden
Berk-Tek
Cable Prep
Coleman Cable Systems
CommScope
Ideal Industries, Inc.
Fire
Altronix
Ditek
Edwards Signaling
Eaton Wheelock
Intrusion (image suggestion
because I have no idea: https://ww-
w.istockphoto.com/photo/pro-
gramming-and-pass-
word-concept-gm 1 183143306-33
2537660)
Bosch
Ditek
0 ptex
Signaling & Notification
Aiphone
Allen Tel Products
Bogen Communications
Code Blue
Eaton Wheelock
Ditek
Edwards Signaling
Federal Signal Corp.
GAI-Tronics (Hubbell)
Speco Technologies
Talk -A -Phone
Valcom
Viking Electronics
1-800-GRAYBAR • omniapartners@graybar.com • graybar.com/omniapartners • omniapartners.com/graybar
DocuSign Envelope ID: 4EA9381 F-36FD-451 F-A419-7A512A984B73
AMENDMENT NO. 1 to STANDARD CITY CONTRACT
MASTER CONTRACT FOR PRODUCTS AND SERVICES - THE CITY OF KANSAS CITY, MISSOURI
CONTRACT NO.: EV2370.1
TITLE/DESCRIPTION: Electrical, Lighting, Data Communications and Security Products and Related
Products, Services and Solutions
THIS Amendment No. 1 to Contract is between KANSAS CITY, MISSOURI, a constitutionally chartered
municipal corporation ("CITY"), and GRAYBAR ELECTRIC COMPANY, INC. ("CONTRACTOR")
WHEREAS, the City and the Contractor are parties to that certain Master Contract for Products and Services
(No, EV2370), dated February 1, 2018 (the "Original Agreement"), pursuant to which Contractor agreed to
sell, and the City agreed to buy, certain products and services on the terms and conditions set forth therein;
WHEREAS, the parties mutually believe it is equitable, desirable and appropriate to amend the Original
Agreement to more clearly address expected increases in Contractor's costs that were not anticpated and
are and will not be reflected in the scheduled product price set forth in the Original Agreement; and
WHEREAS, the parties mutually desire to amend the Agreement upon the terms and conditions set forth
herein.
NOW THEREFORE, in consideration of the mutual covenants and promises contained in this Amendment,
and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,
the parties hereto hereby agree as follows:
1. A new Section 38A is hereby inserted in the Original Agreement, as follows:
Sec. 38A. Other Charges. The contract price for Products shall be increased by the amount of any
applicable tariff, excise, fee, assessment, levy, charge or duty of any kind whatsoever, imposed assessed or
collected by any governmental body, whether or not reflected in the Product price charged to
CONTRACTOR, and CONTRACTOR may increase its cost for Products appropriately to take into account
such increases in CONTRACTOR'S Product costs.
2. Except as amended hereby, the Original Agreement and all of its terms shall remain in full force and
effect.
AMENDMENT NO 1. TO MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 1 of 2
DocuSign Envelope ID: 4EA9381 F-36FD-451 F-A419-7A512A984B73
CONTRACTOR
I hereby certify that I have the authority to execute
this document on behalf of CONTRACTOR.
Contractor: Graybar
DocuSigned by:
By: Bi 11 Hoyt f�byf
Title: vP - strategic A. 85B9106F9578470...
Date: 6/17/2019
APPROVED AS TO FORM
DocuSigned by:
,�iw�
Assistani E18D0805AB1E44D..
(Date)
DocuSigned by:
KANSAS CITY, MISSOURI l.�-�'1G rbwm&
By: AODFC4EF24E34AB...
Title
Manager of Procurement services
Date: 6/17/2019
AMENDMENT NO 1. TO MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 2 of 2
DocuSlgn Envelope ID: 4A025638-AE5Ar49F94947-810B3DE1BBD0
STANDARD CITY CONTRACT
MASTER CONTRACT FOR PRODUCTS AND SERVICES - THE CITY OF KANSAS CITY, MISSOURI
CONTRACT NO.: EV2370
TITLE/DESCRIPTION: Electrical. Liahtino. Data Communications and Security Products and Related
Products. Services and Solutions
THIS Contract is between KANSAS CITY, MISSOURI, a constitutionally chartered municipal corporation
("CITY"), and Grayber Electric Company, Inc. ("CONTRACTOR°).
See. I. The Contract. The Contract between the CITY and CONTRACTOR consists of the following
!contract Documents:
(a) this Contract;
(b) CONTRACTOR's Proposal dated October B, 2017, that is attached hereto and Incorporated
Into this Contract;
(c) CITY's RFP No. EV2370 that is Incorporated into this Contract by reference;
(d) any CITY issued Purchase Order;
(e) any CITY and CONTRACTOR executed Work Order that is Incorporated into a CITY issued
Purchase Order,
(f) any and all Attachments and Exhibits attached to the Contract. All documents listed in this
Section 1 shall be collectively referred to as the "Contract Documents° and are incorporated
into this Contract. CITY and CONTRACTOR agree that the terms °Agreement° and
"Contract" and "Contract Documents' are used interchangeably in this Contract and the
terms °Agreement" and "Contract" and "Contract Documents' each include all "Contract
Documents."
Sec. 2. Initial Term of Contract and Additional Periods.
(a) Initial Term. The initial term of this Contract shall begin on February 1, 2018, and shall end
on January 31, 2023. The Manager of Procurement Services Is authorized to enter into an
amendment of this Contract with CONTRACTOR to extend the term of this Contract and
time of performance for this Contract.
(b) Renewal Terms. At any time prior to. the expiration of the initial term or any subsequent
term, the CITY, in its sole discretion, may renew this Contract for up to three (3) additional
two (2) year terms.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 1 of 20
(REV. 12-05-16)
Decuftn Envelope ID: 4A025838-AEBA BF9-8847-810B8DE1BBD0
(c) Transition Term. Notwithstanding the expiration of the initial term or any subsequent term or
all options to renew, CONTRACTOR and CITY shall continue performance under this
Contract until the CITY has a new contract in place with either CONTRACTOR or another
provider or until the CITY terminates the Contract.
Sec. 3. Purchase Orders and Work Orden:.
(a) Purchase Order. CITY shall order all Electrical, Lighting, Data Communications, and
Security Products and Related Products, Services and Solutions, (hereinafter "the Products"
or "Products and Services" or "Services" depending on the context of the terms used) by
means of a Purchase Order Issued by the CITY's Manager of Procurement Services for
which sufficient funds have been certified and encumbered by the Clty's Director of Finance.
CONTRACTOR shall not provide any "Products" or "Products and Services" or "Services" in
excess of the dollar amount contained in any Purchase Order even If there Is an executed
Work Order between the CITY and CONTRACTOR. CONTRACTOR shall not be entitled to
any payment from CITY in excess of the dollar amount of the Purchase Orders from CITY
even If such amount is authorized in a Work Order executed by CITY and CONTRACTOR.
All Purchase Orders shall automatically Incorporate the Contract and all Contract
requirements even if the Contract is not referenced.
(b) Goods and Products. CONTRACTOR shall timely provide all Goods and Products ordered
by the CITY at the Prices set forth in the Contract. The terms "Goods" and "Products" are
used interchangeably under this Contract and each term Includes the other term.
(c) Services or Work Orders for both Products and Services.
9. The CITY may request CONTRACTOR to provide Services or both Products and
Services. Prior to CONTRACTOR submitting a written detailed Proposal for Services
or for both Products and Services to a requesting CITY Department, the
CONTRACTOR must obtain written authorization from the CITY's Manager of
Procurement Services to submit a Proposal to the CITY Department. CONTRACTOR
shall not perform any Services or provide both Services and Products unless the
Manager of Procurement Services authorizes CONTRACTOR to provide Services or
both Products and Services and all other contractual requirements are met Including
the Pricing for all Products, Products and Services and Services.
2. Prior to the Manager of Procurement Services authorizing CONTRACTOR to provide
Services or both Products and Services to a CITY Department, the Manager of
Procurement Services shall:
a. Obtain MBE/WBE goals from the CITY's Director of Human Relations If the
estimated cost of the Services or Products and Services exceeds the dollar
thresholds for MBE/WBE goals and Workforce Goals for MBE/WBE goals;
b. Have the CITY's Director of Human Relations determine whether the needed
Services are subject to Prevailing Wage requirements and Payment Bond and
Performance and Maintenance Bond requirements;
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 2 of 20
(REV. 12-05-16)
DocuSign Envelope ID: 4A025538-AE6A48F9-M7-61OB3DE1BBD0
c. Any other Legal requirements including compliance with the CITY's SLBE
requirements
d. if the CITY's MBE/WBE program requirements are not applicable due to not
meeting the dollar thresholds.
3. If the Manager of Procurement Services authorizes CONTRACTOR to submit a
Proposal for Services or for both Products and Services, CONTRACTOR shall submit
a detailed Proposal that Includes the Scope of Services, the Proposed Schedule, the
Price and If applicable, comply with MBEIWBE goals, Prevailing Wage requirements,
and Payment Bond and Performance Bond requirements, or SLBE requirements. If
the CITY and CONTRACTOR agree to CONTRACTOR's Proposal, the CITY will Issue
a Purchase Order and Work Order that is executed by the CITY and CONTRACTOR.
All Work Orders and Purchase Orders signed by the CITY and CONTRACTOR shall
automatically Incorporate this Contract (even If the Work Order does not specifically
Incorporate this Contract).
(d) CONTRACTOR shall bill the City, In a form acceptable to the City, on the following basis:
monthly.
Sec. 4. Effective Date of Contract.
(a) Notwithstanding Section 2 of this Contract, neither party has any obligation under this
Contract until the Manager of Procurement Services issues a Purchase Order which shall be
signed by the City's . Director of Finance certifying there is a balance, otherwise
unencumbered, to the credit of the appropriation to which the expenditure is to be charged,
and a cash balance, otherwise unencumbered, in the treasury, to the credit of the fund from
which payment will be made, each sufficient to meet the obligation Incurred in the Purchase
Order.
(b) The date of the first Purchase Order issued by the CITY Is the effective date of this Contract.
(c) The date of the first Purchase Order Issued by the CITY after the CITY renews this Contract
shall be the effective date of the renewal term or transition term.
Sec. 5. Invoices.
(a) CONTRACTOR shall submit to CITY a request for payment (hereinafter "Invoice") for
services performed in sufficient detail for the CITY to determine that the amount
CONTRACTOR is requesting Is in fact due and payable.
(b) CITY shall not pay any Invoice from CONTRACTOR unless CONTRACTOR . is in
compliance with, and not In breach or default of, all terms, covenants and conditions of this
Contract. If damages are sustained by CITY as a result of breach or default by
CONTRACTOR, CITY may withhold payment(s) to CONTRACTOR for the purpose of set off
until such time as the exact amount of damages due to CITY from CONTRACTOR may be
determined.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 3 of 20
(REV. 12-05-16)
DocuSlgn Emmlope ID: 4A0255384kEVA9F9-8947-610B3DE1BBD0
(c) CITY shall not process CONTRACTOR's Invoice unless CONTRACTOR's Invoice is in
proper form, correctly computed, and is approved by CITY as payable under the terms of
this Contract.
(d) CITY Is not liable for any obligation incurred by CONTRACTOR except as approved under
the provisions of this Contract.
(e) If CONTRACTOR Is required to most MBE/WBE goals for this Contract, CONTRACTOR
shall not submit an Invoice to the City unless CONTRACTOR's Invoice is accompanied by a
copy of the most recent 00485.01 MMBE Monthly Utilization Report submitted by
CONTRACTOR to the City's Human Relations Department. CONTRACTOR shall remain
current on CONTRACTOR's filing of 00485.01 MAMBE Monthly Utilization Reports. CITY
shall not pay CONTRACTOR's Invoice unless CONTRACTOR is current on
CONTRACTOR's filing of 00485.01 MMBE Monthly Utilization Reports.
(f) Payment terms are net 30 days.
Sec. S. Representations and Warranties of CONTRACTOR. CONTRACTOR hereby represents and
warrants to the CITY the following:
(a) CONTRACTOR is in good standing under the laws of the state of Missouri and each state in
which it does business, except any such state where the failure to be in good standing
would not have a material adverse effect on CONTRACTOR's ability to perform this
Contract In accordance with its terms.
(b) The execution, delivery and performance by CONTRACTOR of this Contract have been duly
authorized by all necessary corporate action and do not and will not (1) require any consent
or approval of CONTRACTOR's board of directors; (II) require any authorization, consent or
approval by, or registration, declaration or filing with, or notice to, any governmental
department, commission, board, bureau, agency or Instrumentality, or any third party, except
such authorization, consent, approval, registration, declaration, filing or notice as has been
obtained prior to the date hereof; (iii) violate any provision of any law, rule or regulation or of
any order, writ, injunction or decree presently in effect having applicability to CONTRACTOR
or its articles or by-laws; and (iv) result in a breach of or constitute a default under any
material agreement, lease or instrument to which CONTRACTOR Is a party or by which It or
Its properties may be bound or affected.
(c) CONTRACTOR shall not enter Into any contract for the services to CITY that purports to
grant a security interest or right of repossession to any person or entity respecting the
services, or any portions thereof or chattels placed thereon.
(d) There is no litigation, proceeding or other investigation pending or, to the knowledge of
CONTRACTOR, threatened against CONTRACTOR which would prevent consummation of
the transaction contemplated by this Contract or would have a materially adverse effect on
CONTRACTOR.
(a) CONTRACTOR warrants that all goods and Products are sold free of any security interest
and will make available to CITY all transferable warranties (Including without limitation
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 4 of 20
(REV.12-05-16)
D=Sien Emrelope ID: 4AO25838-AEBA OFM47-81OB3DEIBBDO
warranties with respect to Intellectual property infringement) made to CONTRACTOR by the
manufacturer of the goods. CONTRACTOR MAKES NO OTHER IMPLIED WARRANTIES,
AND SPECIFICALLY MAKES NO IMPLIED WARRANTIES OF MERCHANTABILITY OR
FITNESS FOR PURPOSE. UNLESS OTHERWISE AGREED IN WRITING BY AN
AUTHORIZED REPRESENTATIVE OF SELLER, PRODUCTS SOLD HEREUNDER ARE
NOT INTENDED FOR USE 1N OR CONNECTION WITH 1) ANY SAFETY APPLICATION
OR THE CONTAINMENT AREA OF A NUCLEAR FACILITY, OR 2) IN A HEALTHCARE
SITUATION, WHERE THE GOODS HAVE POTENTIAL FOR DIRECT PATIENT CONTACT
OR WHERE A SIX (6) FOOT CLEARANCE FROM A PATIENT CANNOT BE MAINTAINED
AT ALL TIMES.
(f) Neither party shall be liable for any delay or failure to perform under this Agreement In the
event and to the extent that such delay or failure arises out of war, civil commotion, acts of
God, accident, fire or water damage, explosion, strikes or lockouts, delay in transportation,
legislative action, government regulations or any other event beyond the respective party's
reasonable control.
Sec. 7. Survival of the Representations, Warranties and Covenants. All representations, warranties
and covenants expressed herein shall survive the execution of this Contract for the benefit of the parties
hereto.
Sec. S. Governing Law. This Contract shall be construed and governed In accordance with the laws of
the State of Missouri without giving effect to Missouri's choice of law provisions. The CITY and
CONTRACTOR: (1) submit to the jurisdiction of the state and federal courts located in Jackson County,
Missouri; (2) waive any and all objections to jurisdiction and venue; and (3) will not raise forum non
convenlens as an objection to the location of any litigation.
Sec. 9. Termination for Convenience. CITY may, at any time upon fifteen (15) days written notice to
CONTRACTOR specifying the effective date of termination, terminate this Contract, in whole or in part.
Sec. 10. Default and Remedies.
(a} if CONTRACTOR shall be in default or breach of any provision of this Contract, CITY may
terminate this Contract, suspend CITY's performance, withhold payment or invoke any other
legal or equitable remedy after giving CONTRACTOR ten (10) days written notice and
opportunity to cure such default or breach.
(b) If CITY shall be in default or breach of any provision of this Contract, CONTRACTOR may
terminate this contract or suspend CONTRACTOR's performance after giving CITY ten (10)
days written notice and opportunity to cure such default or breach.
(c) CITY's remedies under this Agreement for the purchase of Goods and Products are subject
to any limitations contained in manufacturer's terms and conditions to CONTRACTOR, a
copy of which will be fumished upon written request. Furthermore, CONTRACTOR's liability
shall be limited to either repair or replacement of the goods or Products and refund of the
purchase price, all at CONTRACTOR's option, and in no case shall CONTRACTOR be
liable for incidental or consequential damage. In addition, claims for shortages, other than
loss In transit, must be made in writing not more than five (5) days after receipt of shipment.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 5 of 20
(REV. 12-05-16)
DocuSign Envelope ID: 4A02503&AE5&49F94W7-810B3DEIBBD0
The limitation of remedies Imposed by this Section is only applicable to Products and Goods
provided by CONTRACTOR and this limitation of remedies section is not applicable If
CONTRACTOR provides Services or both Products, Goods and Services pursuant to
Section 3(c) of this Contract.
Sec. 11. Waiver. Waiver by CITY of any term, covenant, or condition hereof shall not operate as a waiver
of any subsequent breach of the some or of any other term, covenant or condition. No term, covenant, or
condition of this Contract can be waived except by written consent of CITY, and forbearance or indulgence
by CITY In any regard whatsoever shall not constitute a waiver of same to be performed by
CONTRACTOR to which the same may apply and, until complete performance by CONTRACTOR of the
term, covenant or condition, CITY shall be entitled to invoice any remedy available to it under this Contract
or by law despite any such forbearance or Indulgence.
Sec. 12. Acceptance. No payment made under this Contract shall be proof of satisfactory performance of
the Contract, either wholly or in part, and no payment shall be construed as acceptance of deficient or
unsatisfactory services.
See.13. Records.
(a) For purposes of this Section:
1. "CITY° shall mean the City Auditor, the City's Internal Auditor, the City's Director of
Human Relations, the City Manager, the City department administering this Contract and
their delegates and agents.
2. °Record" shall mean any document, book, paper, photograph, map, sound recordings or
other material, regardless of physical form or characteristics, made or received in
connection with this Contract and all Contract amendments and renewals.
(b) CONTRACTOR shall maintain and retain all Records for a term of five (5) years that shall
begin after the expiration or termination of this Contract and all Contract amendments. CITY
shall have a right to examine or audit all Records, and CONTRACTOR shall provide access
to CITY of all Records upon ten (10) days written notice from the CITY.
(c) The books, documents and records of CONTRACTOR In connection with this Contract shall
be made available to the City Auditor, the City's Internal Auditor, the City's Director of
Human Relations and the City department administering this Contract within ten (10) days
after the written request Is made.
Sec. 14. Affirmative Action: If this Contract exceeds $300,000.00 and Contractor employs fifty (50) or
more people, Contractor shall comply with City's Affirmative Action requirements in accordance with the
provisions of Chapter 3 of City's Code, the rules and regulations relating to those sections, and any
additions or amendments thereto; In executing any Contract subject to said provisions, Contractor warrants
that It has an affirmative action program in place and will maintain the affirmative action program in place
for the duration of the Contract. Contractor shall not discriminate against any employee or applicant for
employment because of race, color, sex, religion, national origin or ancestry, disability, sexual orientation,
gender Identity or age in a manner prohibited by Chapter 3 of City's Code. Contractor shall:
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page B of 20
(REV. 12-05-1 B)
DocuSlgn Envelope ID: 4A025838 AEBA-49FE•9947-810B3DE1BBDO
(a) Submit, in print or electronic format, a copy of Contractor's current certificate of compliance
to the City's Human Relations Department (HRD) prior to receiving the first payment under
the Contract, unless a copy has already been submitted to HRD at any point within the
previous two (2) calendar years. If, and only if, Contractor does not possess a current
certification of compliance, Contractor shall submit, In print or electronic format, a copy of its
affirmative action program to HRD prior to receiving the first payment under the Contract,
unless a copy has already been submitted to HRD at any point within the previous two (2)
calendar years.
(b) Require any Subcontractor awarded a subcontract exceeding $300,000.00 to affirm that
Subcontractor has an affirmative action program in place and will maintain the affirmative
action program in place for the duration of the subcontract.
(c) Obtain from any Subcontractor awarded a subcontract exceeding $300,000.00 a copy of the
Subcontractor's current certificate of compliance and tender a copy of the same, in print or
electronic format, to HRD within thirty (30) days from the date the subcontract is executed.
If, and only If, Subcontractor does not possess a current. certificate of compliance,
Contractor shall obtain a copy of the Subcontractor's affirmative action program and tender
a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date
the subcontract is executed.
City has the right to take action as directed by Citys Human Relations Department to enforce this
provision. If Contractor fails, refuses or neglects to comply with the provisions of Chapter 3 of City's Code,
then such failure shall be deemed a total breach of this Contract and this Contract may be terminated,
canceled or suspended, in whole or In part, and Contractor may be declared ineligible for any further
contracts funded by City for a period of one (1) year. This is a material term of this Contract.
39c.15. Tax Compliance. If the CITY's payments to CONTRACTOR exceed $180,000.01 for the period
of May 1st through April 30th, CONTRACTOR shall provide proof of compliance with the CITY's tax
ordinances administered by the CITY's Commissioner of Revenue as a precondition to the CITY. making
the first payment under this Contract. CONTRACTOR also shall submit to the CITY proof of compliance
with the CITY's tax ordinances administered by the CITY's Commissioner of Revenue as a condition
precedent to the CITY making final payment under the Contract.
Sac. 16. Buy American Preference. It is the policy of the CITY that any manufactured goods or
commodities used or supplied in the performance of any CITY Contract or any subcontract thereto shall be
manufactured or produced In the United States whenever possible.
Sec. 17. Notices. All notices to be given hereunder shall be in writing and may be given, served or made
by depositing the same In the United States mail addressed to the party to be notified, postpaid and
registered or certified with return receipt requested or by delivering the same in person to such person.
Notice deposited In the mail in accordance with the provisions hereof shall be effective unless otherwise
stated in such notice or In this Contract from and after the second day next following the date postmarked
on the envelope containing such notice. Notice given In any other manner shall be effective only if and
when received by the party to be notified. All notices shall be sent to the following addresses:
If to the CITY: City of Kansas City, Missouri
Procurement Services Division
414 East 12th Street, 1 8t Floor, Room 102 W
Kansas City, Missouri 64106
Attention: Cedric Rowan, C.P.M., Manager
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 7 of 20
(REV.12-05-16)
DocuSbn Envelope ID: 4A025638-AEBA-49F9,9947-810133DE1BBD0
E-mail: ceddc.rowan(dkcmo.orn
Telephone: (816) 513-0814
Facsimile: (816) 513-1066
With copies to: Law Department of Kansas City, Missouri
414 East 12th Street, 231d Floor
Kansas City, Missouri 64106
Attention: Cecilia Abbott, Esq., City Attorney
E-mail: cecilla.abbott9bkcmo.om
Telephone: (816) 513-3127
Fax: (816) 513-3133
If to the CONTRACTOR: Grayber Electric Company, Inc.
Ronald Drescher, National Sales Manager, Corporate Sales
11885 Lackland Road
St. Louis, Missouri 63146
E-mail: ron.drescher@graybar.com
Telephone: (301) 306-3263
Mobile: (301) 830-1424
See.18. General Indemnification.
(a) For purposes of this Section only, the following terms shall have the meanings listed:
1. Claims means all claims, damages, liability, losses, costs and expenses, court costs and
reasonable attorneys' fees, including attorneys' fees incurred by the CITY in the
enforcement of this indemnity obligation.
2. CONTRACTOR's Agent means CONTRACTOR's officers, employees, subcontractors,
successors, assigns, invitees, and other agents.
3. CITY means CITY, its Agencies, its agents, officials, officers and employees.
(b) CONTRACTOR's obligations under this Section with respect to indemnification for acts or
omissions, including negligence, of CITY, shall be limited to the coverage and limits of
Insurance that CONTRACTOR Is required to procure and maintain under this Contract.
CONTRACTOR affirms that it has had the opportunity to recover all costs of the insurance
requirements imposed by this Contract in Its contract price.
(c) CONTRACTOR shall defend Indemnify and hold harmless CITY from and against all claims
arising out of or resulting from all acts or omissions in connection with this Contract caused
in whole or in part by CONTRACTOR or CONTRACTOR's Agents, regardless of whether or
not caused in part by any act or omission, including negligence, of CITY. CONTRACTOR is
not obligated under this Section to indemnify CITY for the sole negligence of CITY.
(d) In no event shall the language in this Section constitute or be construed as a waiver or
limitation of the CITY's rights or defenses with regard to sovereign immunity, governmental
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 6 of 20
(REV.12-05-16)
DocuSign Envelope ID: 4A025638-AEBA 49F9.9947-81OB3DE1BBDo
immunity, or other official immunities and protections as provided by the federal and state
constitutions or by law.
Sec. 19. Indemnification for Professional Negligence. If this contract is for professional services,
CONTRACTOR shall indemnify, and hold harmless CITY and any of Its agencies, officials, officers, or
employees from and against all claims, damages, liability, losses, costs, and expenses, including
reasonable attorneys' fees, arising out of any negligent acts or omissions in connection with this Contract,
caused by CONTRACTOR, Its employees, agents, subcontractors, or caused by others for whom
CONTRACTOR is liable, in the performance of processional services under this Contract. CONTRACTOR
is not obligated under this Section to indemnify CITY for the negligent acts of CITY or any of Its agencies,
officials, officers, or employees.
Sec. 20. Insurance.
(a) CONTRACTOR shall procure and maintain in effect throughout the term of this Contract
Insurance policies with coverage not less than the types and amounts specified in this
Section. CONTRACTOR must have:
Commercial General Liability Insurance Policy: with limits of $1,000,000 per
occurrence and $2,000,000 aggregate, written on an "occurrence' basis. The policy
shall be written or endorsed to include the following provisions:
a. Severablilty of Interests Coverage applying to Additional Insureds
b. Contractual Liability
c. Per Project Aggregate Liability Limit or, where not available, the aggregate limit
shall be $2,000,000.
d. No Contractual Liability Limitation Endorsement
e. Additional Insured Endorsement, ISO form CG20 10, current edition, or its
equivalent.
2. Workers' Compensation Insurance and Employers Liability Policies as required by
Missouri law.
3. Commercial Automobile Liability Insurance Policy: with a limit of $1,000,000 per
occurrence, covering owned, hired, and non -owned automobiles. The Policy shall
provide coverage on an "any auto° basis and on an "occurrence" basis. This
insurance policy will be written on a Commercial Business Auto form, or acceptable
equivalent, and will protect against claims arising out of the operation of motor
vehicles, as to acts done In connection with the Contract, by CONTRACTOR.
4. If this Contract is for professional services, CONTRACTOR shall obtain Professional
Liability Insurance with limits per claim and annual aggregate of $1,000,000.
(b) All insurance policies required in this Section shall provide that the policy will not be
canceled until after the Insurer provides the CITY ten (10) days written notice of cancellation
in the event that the cancellation is for CONTRACTOR's nonpayment of premiums and thirty
(30) days written notice of cancellation to CITY for all other reasons of cancellation.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 9 of 20
(REV. 12-05-16)
DocuSign Envelope ID; 4A025636-AEBA 49F9-9947-B10B3DE1BBD0
(c) The Commercial General and Automobile Liability Insurance Policies specified above shall
provide that CITY and Its agencies, agents, officials, officers, and employees, while acting
within the scope of their euthorlt r, will be named as additional insureds for the services
performed under this Contract. CONTRACTOR shall provide to CITY at execution of this
Contract a certificate of Insurance showing all required endorsements and additional
insureds.
(d) All insurance policies must be provided by Insurance Companies that have an A.M. Bests
rating of °A V" or better, and are licensed or approved by the State of Missouri to provide
insurance in Missouri.
(e) Regardless of any approval by CITY, CONTRACTOR shall maintain the required insurance
coverage in force at all times during the term of this Contract. CONTRACTOR's failure to
maintain the required Insurance coverage will not relieve CONTRACTOR of Its contractual
obligation to Indemnify the CITY pursuant to this Section of this Contract. In the event
CONTRACTOR fails to maintain the required insurance coverage in effect, CITY may
declare CONTRACTOR in default.
(f) In no event shall the language in this Section constitute or be construed as a waiver or
limitation of the CITY's rights or defenses with regard to sovereign immunity, governmental
immunity, or other official immunities and protections as provided by the federal and state
constitutions or by law.
Sec. 21. Interpretation of the Contract.
(a) CITY selected CONTRACTOR through a negotiated procurement process rather than an
Invitation for Bids (IFB) solicitation. Unlike the IFB, this process allows the CITY and
CONTRACTOR to discuss and negotiate a contract at arm's length prior to entering a final
contract that is acceptable to both the CITY and the CONTRACTOR. After negotiation and
discussion, CONTRACTOR and CITY have Incorporated multiple documents into this
Agreement and the meaning of some of the words used in the Agreement may be uncertain,
incomplete or duplicative and the Agreement may promise something at one place and take
that promise away at another. In sum, the Agreement may contain words and provisions
that are susceptible of more than one meaning so that reasonable persons of average
Intelligence may fairly and honestly differ in their construction of the words and provisions. It
is the intent of the CITY and the CONTRACTOR that the CITY's taxpayers receive the
benefit or advantage In the construction and interpretation of this Agreement, regardless of
the normal judicial rules of contract construction even if the construction and interpretation of
the Agreement will cost the CONTRACTOR more money and time. CITY and
CONTRACTOR agree that CITY's Manager of Procurement Services shall, in cooperation
with a representative of supplier, resolve all disagreements as to the meaning of this
Agreement or any ambiguity in this Agreement. The decision of CITY's Manager of
Procurement shall be final and conclusive if all parties have acted in good faith.
(b) CONTRACTOR acknowledges and agrees that the CITY has provided CONTRACTOR with
an opportunity to have CONTRACTOR's attorney review and advise CONTRACTOR on the
Agreement and any potential ambiguities or areas of disagreement and the potential
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 10 of 20
(REV. 12-05-1 B)
DocuSlgn Envelope ID: 4AC25638-AEBA49FI-9947-81OB3DE1BBDO
adverse legal consequences of CONTRACTOR agreeing to this Section as well as the
entire Agreement.
(c) CONTRACTOR certifies that CONTRACTOR has either (1) waived Its right to have
CONTRACTOR's attorney review this Section and Agreement; or (2) CONTRACTOR has
consulted with an attorney on this Section and Agreement.
(d) CONTRACTOR knowingly and voluntarily agrees to this Section, as amended, and the
entire Agreement. CONTRACTOR certifies that this contract was not procured by fraud,
duress or undue Influence.
Sec. 22. Contract Execution. This Contract may be executed in one or more counterparts, each of which
will be deemed an original copy of this Contract and all of which, when taken together, will be deemed to
constitute one and the some Contract. This Contract shall be effective upon the execution of counterparts
by both parties, notwithstanding that both parties may not sign the same counterpart. The parties'
signatures transmitted by facsimile or by other electronic means shall be proof of the execution of this
Contract and shall be acceptable in a court of law.
Sec. 23. Guaranteed Lowest Pricing. CONTRACTOR certifies that this Contract contains
CONTRACTOR's lowest and best pricing for all services supplied by CONTRACTOR to any government,
governmental entity, political subdivision, city, state, school district or any other public entity in the United
States as of the date of this Contract. CONTRACTOR represents that the prices set for herein are not less
favorable than those currently extended to any other similarly situated government, governmental entity,
political subdivision, city, state, school district or other public entity customer, for the same goods, in equal
or seller quantities, as part of similar market basket, and under similar terns.
Sec. 24. Assignability and Subcontracting.
(a) Assignability. Contractor shall not assign or transfer any part or all of Contractor's obligation
or Interest In this Contract without prior written approval of City. If Contractor shall assign or
transfer any of its obligations or interests under this Contract without the City's prior written
approval, it shall constitute a material breach of this Contract. This provision shall not
prohibit contractor from subcontracting as otherwise provided for herein.
(b) Subcontracting. Contractor shall not subcontract any part or all of Contractor's obligations or
interests in this Contract unless the subcontractor has been identified in a format required by
City. If Contractor shall subcontract any part of Contractor's obligations or interests under
this Contract without having identified the subcontractor, it shall constitute a material breach
of this Contract. The utilization of subcontractors shall not relieve Contractor of any of its
responsibilities under the Contract, and Contractor shall remain responsible to City for the
negligent acts, errors, omissions or neglect of any subcontractor and of such subcontractor's
officers, agents and employees. City shall have the right to reject, at any point during the
term of this Contract, any subcontractor identified by Contractor, and to require that any
subcontractor cease working under this Contract. City's right shall be exercisable In its sole
and subjective discretion. City shall not be obligated to pay or be liable for payment of any
monies which may be due to any subcontractor. Contractor shall include- In any subcontract
a requirement that the subcontractor comply with all requirements of this Contract in
performing Contractor's services hereunder.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 11 of 20
(REV. 12-05-16)
DocuSign Envelope ID: 4AO25838 AEBA gFS-M7-810B3DE1 BBDO
Sec. 25. Professional Services — Conflict of Interest Certlflcatlon. If this Contract Is for professional
services other than for medical doctors or appraisers, CONTRACTOR certifies that CONTRACTOR Is not
an expert witness for any party in litigation against the CITY at the time of the issuance of this Contract.
Sec. 26. Minority and Women's Business Enterprises.
(a) CONTRACTOR shall assist City Certified Minority Business Enterprises (MBEs), City
Certified Woman Business Enterprises (WBEs) and City Certified Small Local Business
Enterprises (SLBEs) grow, develop, and prosper in the public sector by implementation of
the requirements of this Section.
(b) CONTRACTOR shall provide the same U.S. Communities national discounted pricing
received by the City to City Certified MBEs, WBEs and SLBEs when City Certified MBEs,
WBEs, and SLBEs bid or submit a proposal on City of Kansas City, Missouri Construction
or Maintenance Solicitations and other public sector Construction and Maintenance
Solicitations to allow City Certified MBEs, WBEs, and SLBEs, to incorporate the same
National Discounted U.S. Communities pricing received by the City in their bids and
proposals to the City and other public entities and save the taxpayers money.
Sec. 27. Employee Eligibility Verification. CONTRACTOR shall execute and submit an affidavit, in a
form prescribed by the CITY, affirming that CONTRACTOR does not knowingly employ any person in
connection with the contracted services who does not have the legal right or authorization under federal
law to work in the United States as defined in 8 U.S.C. §1324a(h)(3). CONTRACTOR shall attach to the
affidavit documentation sufficient to establish CONTRACTOR's enrollment and participation in an
electronic verification of work program operated by the United States Department of Homeland Security to
verify information of newly hired employees, under the Immigration and Reform and Control Act of 1986.
CONTRACTOR may obtain additional information about E-Verify and enroll at httos:l/e-
verify. uscis.nov/enroll/StartPage.asDx?JS=YES. For those CONTRACTORs enrolled in E-Verify, the first
and last pages of the E-Verify Memorandum of Understanding that CONTRACTOR will obtain upon
successfully enrolling in the program shall constitute sufficient documentation for purposes of complying
with this section. CONTRACTOR shall submit the affidavit and attachments to the CITY prior to execution
of the contract, or at any point during the term of the contract if requested by the CITY.
Sec. 28. Emergencies.
(a) Disaster means any large scale event such as an act of terrorism, fire, wind, flood,
earthquake or other natural or man-made calamity which results in, or has the potential to
result In a significant loss of life or property.
(b) During and after a disaster, CONTRACTOR shall provide special services to the CITY
including CONTRACTOR shall open CONTRACTOR's facilities even on nights and
weekends as necessary to meet the needs of the City during a disaster.
(c) CONTRACTOR shall not charge CITY any fee for opening facilities during an emergency or
for extending CONTRACTOR's hours of operation during a disaster. CITY shall pay
CONTRACTOR the agreed upon contract prices for all purchases made by CITY during the
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 12 of 20
(REV. 12-0&10)
DocuSlgn Envelope ID: 4A025538-AE8A-49F8-9847.810B3DE1BBD0
disaster and CONTRACTOR shall not charge CITY any additional mark-up, fee or cost for
any purchases made by CITY during a disaster.
(d) CONTRACTOR shall quickly mobilize CONTRACTOR's internal and external resources to
assist CITY when a disaster unfolds.
(e) Extended hours and personnel. During disasters, CONTRACTOR's facilities shall stay open
24 hours If requested by the CITY. CONTRACTOR shall utilize additional CONTRACTOR
personnel to take CITY orders if necessary. CONTRACTOR's Call Center shall accept
phone orders 24 hours a day.
(f) CONTRACTOR shall have contingency plans with CONTRACTOR's suppliers to provide
additional supplies and equipment quickly to CITY as needed.
(g) CONTRACTOR shall cooperate with CITY to properly document any and all expenses
incurred by CITY with CONTRACTOR and CONTRACTOR shall assist CITY in meeting any
and all documentation requirements of the Federal Emergency Management Agency
(FEMA).
Sec. 29. Time of Delivery. Delivery is required to be made in accordance with the schedule shown In the
solicitation and purchase order.
Sec. 30. F.O.B. Destination. All deliveries of Products shall be F.O.B. Destination and all freight charges
are Included in the Purchase Price charged by CONTRACTOR to the CITY.
(a) The proposed pricing applies to normally stocked Graybar materials. Discounts offered are
based on the Graybar List Price or Cost In effect at time of order.
(b) Standard delivery policy provides customers with next day service, free of charge, for
materials stocked In the branch and within the standard service area.
(c) Orders requiring same -day or expedited next -day service, non -stock Items, special order or
special handling and materials obtained from other Graybar warehouses or manufacturers,
may include shipping or handling charges. Any shipping, handling or other costs will be
negotiated at time of order.
Sec. 31. Quality. All Products shall be new, in current production, and the best of their kind. When
applicable, parts and maintenance shall be reasonably available. New equipment that is obsolete or
technically outdated is not acceptable. Remanufactured or reconditioned items are not considered new.
Items shall be properly packaged, packed, labeled, and Identified In accordance with commercial standards
acceptable to the trade and as required by ICC and other federal and state regulations. Packing slips will
accompany the shipment.
Sec. 32. Brand Name or Equal. Whenever the name of the manufacturer or the supplier Is mentioned on
the face hereof and the words "or equal" do not follow, it shall be deemed that the words "or equal" shall
follow such designations unless the face hereof specifies "no substitutions". The CITY may assume that
items submitted are equal or it may request samples and proof thereof and unless approved before
shipment, reserves right to return at the CONTRACTOR'S expense all Items that are not acceptable as
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 13 of 20
(REV. 12-05-16)
DocuSlgn Envelope ID: 4A025638-AEBA-49F9-9947.810B3DE1BBD0
equals, said Items to be replaced by the CONTRACTOR with satisfactory items at the original submitted
price.
Sec. 33. Commercial Warranty. The CONTRACTOR agrees that the Products and Services furnished
under this Contract shall be covered by the most favorable commercial warranties the CONTRACTOR
gives to any customer for such supplies or services and that the rights and remedies provided herein are in
addition to and do not limit any rights afforded to the CITY by any other clause of this contract.
CONTRACTOR represents that the warranties set forth herein are not less favorable than those currently
extended to any other similarly situated govemment, governmental entity, political subdivision, city, state,
school district or other public entity customer, for the some goods, in equal or less quantities, as part of the
similar market basket, and under similar terms.
Sec. 34. Sellers Invoice. Invoices shall be prepared and submitted in duplicate to address shown on the
purchase order. Separate invoices are required for each purchase order. Invoices shall contain the
following information: purchase order number, item number, description of supplies or services, sizes, unit
of measure, quantity, unit price, and extended totals.
Sec. 35. Inspection and Acceptance. Inspection and acceptance will be at destination unless specified
otherwise, and will be made by the CITY department shown in the shipping address or other duly
authorized representative of the CITY. Until delivery and acceptance, and after any rejection, risk of loss
will be on the CONTRACTOR unless loss results from negligence of the CITY. CONTRACTOR will be
notified of rejected shipments. Unless agreed otherwise, Items will be returned freight collect.
Sec. 36. Loss and Damaged Shipments. Risk of loss or damage to items prior to the time of their receipt
and acceptance by the CITY Is upon the CONTRACTOR. The CITY has no obligation to accept damaged
shipments and reserves the right to return at CONTRACTOR's expense damaged merchandise even
though the damage was not apparent or discovered until after receipt of the items.
Sec.37. Late Shipments. CONTRACTOR is responsible to notify the CITY department receiving the
items and the Senior Buyer of any late or delayed shipments. The CITY reserves the right to cancel all or
any part of an order if the shipment Is not made as promised.
Sec. 36. Tax Exemption - Federal and State.
(a) The CITY Is exempt from Federal Excise and Transportation taxes on purchases under
Chapter 32, Internal Revenue Code. The federal tax registration number Issued by the St.
'Louis District Director on November 11, 1974 is No. 43740340K.
(b) The CITY Is exempt from payment of Missouri Sales and Use Tax in Accordance with
Section 39(10) Article 3, of the Missouri Constitution and Sections 144.040 and 144.615
RSMo 1969 and supplement thereto. A copy of the exemption from Missouri Sales and Use
Tax is available upon request.
Sec. 39. Annual Appropriation of Funds.
(a) Multi -year term supply and service contracts and leases and the exercise of options to renew
term contracts are subject to annual appropriation of funds by the City Council. Payments made
under term contracts and leases are considered items of current expense. Purchase orders are
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 14 of 20
(REV. 12-05-16)
Doa3ign Envelope ID: 4AO25538-AEBA OFO-M7-61OB3DEIBBDO
funded when issued, therefore are current expense items and are not subject to any subsequent
appropriation of funds.
(b) In the event sufficient funds are not appropriated for the payment of lease payments or
anticipated term contract payments required to be paid In the next occurring lease or contract
term and if no funds are legally available from other sources, the lease or contract may be
terminated at the and of the original term or renewal term and the CITY shall not be obligated to
make further payments beyond the then current original or renewal term. The CITY will provide
notice of Its Inability to continue the lease or contract at such time as the Manager of
Procurement Services Is aware of the nonappropriation of funds; however, failure to notify does
not renew the term of lease or contract. If a lease Is cancelled, the events of default will occur
as described In the lease and/or the section titled TERMINATION FOR DEFAULT. The CITY
has no monetary obligations in event of termination or reduction of a term contract since such
contracts represent estimated quantities and are not funded as a contract, but only to the extent
of purchase orders issued.
Sec. 40. Performance and Maintenance Bond and Payment Bond.
(a) If a Work Order is estimated to exceed $50,000.00 and Is for the erection, construction,
alteration, repair or improvement of any building, road, street, public utility or other public facility
owned by the public entity as defined by Section 107.170, RSMo, CONTRACTOR shall obtain a
performance and maintenance bond and payment bond as required by this Section. The City
approved performance and maintenance bond and payment bond are incorporated in this
Contract by reference and Contractor shall require its Surety to issue the performance and
maintenance bonds and payment bonds on City approved forms.
(b) All Bonds shall be executed by such sureties as are named in the current list of "Companles
Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable
Reinsuring Compenles" as published in Circular 570 (amended) by the Financial Management
Service, Surety Bond Branch, U.S. Department of the Treasury. A certified copy of such agent's
authority to act must accompany all Bonds signed by an agent. If the surety on any Bond
furnished by Seller is declared bankrupt or becomes Insolvent, or its right to do business is
terminated in any state where any part of the Project Is located or it ceases to most the
requirement of the preceding sentence, Seller shall within twenty (20) days thereafter substitute
another Bond and surety, both of which must be acceptable to City.
(c) The performance and maintenance bond and payment bond shall remain in effect at least one
(1) year after the date when final payment becomes due, except as provided otherwise by Laws
or Regulations or by the Contract Documents.
(d) All Bonds required by the Contract Documents to be purchased and maintained by
CONTRACTOR shall be obtained from surety that Is duly'licensed in the State of Missouri and
In the jurisdiction in which the Project is located, if not In Missouri, to Issue Bonds. All surety
companies shall hold an A.M. Best rating of B+, V, or better.
(e) If the surety on any Bond fumished by Contractor is declared bankrupt or becomes Insolvent, or
its right to do business is terminated in any state where any part of the Project is located or it
ceases to meet the requirement of Paragraph 5.01 B, Contractor shall within twenty (20) days
thereafter substitute another Bond and surety, both of which must be acceptable to City.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 15 of 20
(REV. 12-05-16)
DocuSign Envelope ID: 4AG25636-AEVA9F9-9947-810B3DE1BBDO
Sec. 41. Prevailing Wage.
A. Prevailing Wage. If a Work Order includes work that requires payment of prevailing wage as set
forth In Sections 290.210 to 290.340, RSMo (the 'Law"), CONTRACTOR shall pay workers
prevailing wage In accordance with this Section and the Law. Under the Law, work that meets
the definition of "construction" "includes construction, reconstruction, improvement,
enlargement, alteration, painting and decorating, or major repair." "Maintenance work that is not
subject to the Law is defined as "the repair, but not the replacement, of existing facilities when
the size, type or extent of the existing facilities Is not thereby changed or increased."
1. Contractor shall comply and require its Subcontractors to comply with;
a. Sections 290.210 to 290.340, RSMo the State of Missouri Prevailing Wage Law (the
"Law"); and
b. 8 CSR.30-3.010 to 8 CS 30-3.060, the Prevailing Wage Law Rules (the "Rules"); and
c. the Annual Wage Order (Wage Order) issued by the State of Missouri's Department of
Labor and Industrial Relations; and
d. any applicable Annual Incremental Wage Increase (Wage Increase) to the Annual Wage
Order.
2. The Law, Rules, Wage Order and any Wage Increase are incorporated into and made part
hereof this Contract and shall be collectively referred to in this Section as the "Prevailing
Wage Requirements." In the event this Contract is renewed for an additional term, the
Wage Order In effect as of the commencement date of the additional term, as amended by
any applicable Wage Increase, shall be deemed incorporated herein and shall apply to and
remain in effect for the duration of the additional term. The new Wage Order and any
applicable Wage Increase shall govern notwithstanding the fact that the Wage Order being
replaced might be physically attached to this Contract.
3. Contractor shall pay and require its Subcontractors to pay to all workers performing work
under this Contract not less than the prevailing hourly rate of wages for the class or type of
work performed by the worker in accordance with the Law, Rules, Wage Order and any
applicable Wage Increase. Contractor shall take whatever steps are necessary to insure
that the prevailing. hourly wage rates are paid and that all workers for Contractor and each of
Its Subcontractors are paid for the class or type of work performed by the worker in
accordance with the Prevailing Wage Requirements.
4. Prior to each of Its Subcontractors beginning Work on the Site, Contractor shall require each
Subcontractor to complete City's Form 00490 entitled "Pre -contract Certification" that sets
forth the Subcontractor's prevailing wage and tax compliance history for the two (2) years
prior to the bid. Contractor shall retain one (1) year and make the Pre -contract Certifications
available to City within five (5) days after written request.
5. Contractor shall keep and require each of its Subcontractors engaged in the construction of
public works in performance of the Contract to keep full and accurate records on City's
forms. Contractor shall:
a. Keep and require each of Its Subcontractors engaged in the construction of public works
In performance of the Contract to keep full and accurate records on City's "Daily Labor
Force Report" Form indicating the worker's name, occupational title or classification
group and skill and the workers' hours. City shall furnish blank copies of the Daily Labor
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page IS of 20
(REV. 12-05-16)
DocuSign Envelope ID: 4A025538-AEBA-4gF&0647-81083DE1BBD0
Force Report Form to Contractor for its use and for distribution to Subcontractors.
Contractor shall submit its and its Subcontractors Daily Labor Force Reports to City each
day; and
b. Submit, and require each of Its Subcontractors engaged In the construction of public
works in performance of the Contract to submit, electronically, in a format prescribed by
the City, Certified Payroll Report Information indicating the worker's name, address,
social security number, occupation(s), craft(s) of every worker employed in connection
with the public work together with the number of hours worked by each worker and the
actual wages paid in connection with the Project and other pertinent Information as
requested by the City; and
c. Submit, and require each of Its Subcontractors engaged in the construction of public
works in performance of the Contract to submit, electronically, in format prescribed by
the City, a Payroll Certification. The Payroll Certification must be signed by the
employee or agent who pays or supervises the payment of the workers employed under
the Contract for the Contractor and each Subcontractor.
The Daily Labor Force Report, documents used to compile Information for the Certified
Payroll Report, and Payroll Certification are collectively referred to in this Section as the
"Records."
6. Contractor shall make all of Contractor's and Subcontractors' Records open to inspection by
any authorized representatives of City and the Missouri Department of Labor and Industrial
Relations at any reasonable time and as often as they may be necessary and such Records
shall not be destroyed or removed from the State of Missouri for a period of one (1) year
following the completion of the public work In connection with which the Records are made.
Contractor shall have its and its Subcontractors Certified Payroll Reports and Payroll
Certifications available at the Contractor's offios and shall provide the Records to the City
electronically at City's sole discretion. In addition, all Records shall be considered a public
record and Contractor shall provide the Records to the City In the format required by the City
within three (3) working days of any request by City at the Contractor's cost. City, in its sole
discretion, may require Contractor to send any of the Records directly to the person who
requested the Record at Contractor's expense.
7. Contractor shall post and keep posted a clearly legible statement of all prevailing hourly
wage rates to be paid to all workers employed by Contractor and each of Its Subcontractors
in the performance of this Contract In a prominent and easily accessible place at the Site of
the Work by all workers.
8. If the Contract Price exceeds $250,000.00, Contractor shall and shall require each
Subcontractor engaged in any construction of public works to have its name, acceptable
abbreviation or recognizable logo and the name of the city and state of the malling address
of the principal office of the company, on each motor vehicle and motorized self-propelled
piece of equipment which Is used in connection with the Project during the time the
Contractor or Subcontractor Is engaged on the project. The sign shall be legible from a
distance of twenty (20') feet, but the size of the lettering need not be larger than two (2')
Inches. In cases where equipment is leased or where affixing a legible sign to the equipment
is impractical, the Contractor may place a temporary stationary sign, with the Information
required pursuant to this section, at the main entrance of the Project In place of affixing the
required information on the equipment so long as such sign Is not in violation of any state or
federal statute, rule or regulation. Motor vehicles which are required to have similar
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 17 of 20
(REV. 12-M-1 B)
DocuSign Envelope ID: 4A025038-AEBA49FO-9947-810B3DE1BBDO
Information affixed thereto pursuant to requirements of s regulatory agency of the state or
federal government are exempt from the provisions of this subsection.
9. Contractor must correct any errors in Contractor's or any Subcontractors' Records, or
Contractor's or any Subcontractors' violations of the Law, Rules, Annual Wage Order and
any Wage Increase within fourteen (14) calendar days after notice from City.
10. Contractor shall and shall require its Subcontractors to cooperate with the City and the
Department of Labor and Industrial Relations In the enforoement of this Section, the Law,
Rules, Annual Wage Order and any Wage Increase. Contractor shall and shall require its
Subcontractors to permit City and the Department of Labor and Industrial Relations to
Interview any and all workers during working hours on the Project at Contractor's sole cost
and expense.
11. Contractor shall file with- City, upon completion of the Project and prior to final payment
therefore, affidavits -from Contractor and each of its Subcontractors, stating that each has
fully complied with the provisions and requirements of the Missouri Prevailing Wage Law.
City shall not make• final payment until the affidavits, in proper form and order, from
Contractor and each of Its Subcontractors, are flied by Contractor.
12. Contractor shall forfeit as a statutory penalty to the City one hundred dollars ($100.00) for
each worker employed, for each calendar day, or portion thereof, such worker is paid less
than the prevailing hourly rates for any work done under this Contract, by Contractor or by
any of Contractor's Subcontractors. If Contractor or any of its Subcontractors have violated
any section(s) of 290.210 to 290.340, RSMo, In the course of the execution of the Contract,
City shall when making payments to the Contractor becoming due under this Contract,
withhold and retain therefrom all sums and amounts due and owing as a result of any
violation of sections 290.210 to 290.340; RSMo.
B. Prevailing Wage Damages. Contractor acknowledges and agrees that, based on the
experience of City, violations of the Missouri Prevailing Wage Act, whether by Contractor or its
Subcontractors, commonly result in additional costs to City. Contractor agrees that additional
costs to City for any particular violation are difficult to establish and include but are not limited
to: costs of construction delays, additional work for City, additional Interest expenses,
investigations, and the cost of establishing and maintaining a special division working under the
City Manager to monitor prevailing wage compliance.
1. In the event of the fallure by Contractor or any of Its Subcontractors to pay wages as
provided In the Missouri Prevailing Wage Act, City shall be entitled to deduct from the
Contract Price, and shall retain as liquidated damages, one hundred dollars ($100.00) per
day, per worker who is paid less than the prevailing hourly rate of wages, to approximate the
additional costs. The sum shall be deducted, paid or owed whether or not the Contract
Times have expired.
2. City shall give written notice to Contractor setting forth the workers who have been
underpaid, the amount of the statutory penalty and the amount of the liquidated damages as
provided for in this Subparagraph. Contractor shall have fourteen (14) calendar days to
respond, which time may be extended by City upon written request. If Contractor fails to
respond within the specified time, the City's original notice shall be deemed final. If
Contractor responds to City's notice, City will furnish Contractor a final decision in writing
within five (5) days of completing any investigation.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 18 of 20
(REV.12-05-1 B)
DocuSign Envelope ID: 4A025838-AESA-49FO-9947-81083DE1BBDp
C. Excessive Unemployment.
1. Resident Laborers" means laborers who have been residents of the State of Missouri for at
least thirty days and who intend to remain Missouri residents, and residents of Nonrestrictive
States.
2. "Nonrestrictive States"'means states identified by the Missouri Department of Labor and
Industrial Relations Division of Labor Standards that have not enacted state laws restricting
Missouri laborers from working on public works projects. A list of Nonrestrictive States can
be found on the Division web site at hftD_:Mm-Nw.dolir.mo.00v/lslindex.htm.
3. A period of Excessive Unemployment is declared when the Missouri Department of Labor
and Industrial Relations Division of Labor Standards provides notice of such declaration.
When in effect, notice will be provided on the Division web site at
hUI2:/lwww.dolir.mo.cov/ls/index.htm. It is Contractor's obligation to determine whether a
period of Excessive Unemployment is in effect when this Contract Is let.
4. Contractor agrees to follow the provisions of Section 290.560 - 290.575 RSMo and agrees
that If a period of Excessive Unemployment has been declared at any point during the term
of this Contract, It will employ and require all Subcontractors of whatever tier to employ only
Resident Laborers for the Work to be performed under this Contract. Provided, however,
Contractor may use laborers who are not Resident Laborers when Resident Laborers are
not available or are incapable of performing the particular type:of work, involved if Contractor
so certifies in writing to City and City issues a written approval.This provision does not apply
to regularly employed nonresident executive, supervisory or technical employees.
Sec. 42. Workforce. If Contractor is required to pay prevailing wages for the work.performed pursuant to
this Contract, Contractor agrees to comply with all requirements of City's Construction Employment
Program as enacted in City's Code, Sections 3-501 through 3-525 and as hereinafter amended.
Contractor shall meet or exceed the construction employment goals unless the some shall have been
waived in the manner provided by law. Contractor's compliance with this provision is a material part of this
Contract.
Contractor shall comply with City's Workfome Program Reporting System requirements. Contractor shall
use City's Internet web based Workforce Program Reporting System provided by' City and protocols
Included in that software during the term of this Contract. Contractor shall maintain user applications to
City's provided system for all applicable personnel and shall require subcontractors to maintain
applications.
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 19 of 20
(REV. 12-05-16)
DocuSlpn Envelope ID: 4A025638-AE6A-49F94947-810B3DEIBBD0
Kerili T:7fTelf•l Z]
I hereby certify that I have the authority to execute
this document on behalf of CONTRACTOR.
CO Graybar Electric Company, Inc.
B-
6044AFe0F14C41Gs1iP, Sales
T' e:
Date:
11/30/2017
Title: pis. e. �+f Dr...+� Aram ftaf Qaradwaa
Date:
MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 20 of 20
(REV. 12-05-16)