page 1 of 2 fully executed - change 3 contract …4400013257\contractfile.pdf · all using agencies...

128
All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities FULLY EXECUTED - CHANGE 3 Contract Number: 4400013257 Original Contract Effective Date: 04/09/2014 Contract Change Date: 01/04/2018 Valid From: 03/18/2014 To: 08/31/2018 Page 1 of 2 Your SAP Vendor Number with us: 100798 Supplier Name/Address: STAPLES CONTRACT AND COMMERCIAL INC DBA STAPLES BUSINESS ADVANTAGE P.O. Box 415256 BOSTON MA 02241-5256 US Supplier Phone Number: 2154589527 Please Deliver To: To be determined at the time of the Purchase Order unless specified below. Purchasing Agent Name: Stadnik Racheal Phone: 717-787-6586 Fax: 717 346-3819 Payment Terms NET 30 Solicitation No.: Issuance Date: Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date: Contract Name: Office Supplies Information: Item Material/Service Desc Qty UOM Price Per Unit Total *** Validity Period Changed *** 1 General Office Supplies 0.000 0.00 1 0.00 -------------------------------------------------------------------------------------------------------------------------------------------------------- General Requirements for all Items: This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference. Supplier's Signature _________________________________ Printed Name _________________________________ Title ____________________________________ Date _____________________ Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

Upload: trantu

Post on 24-Jun-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTED - CHANGE 3Contract Number: 4400013257

Original Contract Effective Date: 04/09/2014 Contract Change Date: 01/04/2018 Valid From: 03/18/2014 To: 08/31/2018

Page 1 of 2

Your SAP Vendor Number with us: 100798

Supplier Name/Address: STAPLES CONTRACT AND COMMERCIAL INC DBA STAPLES BUSINESS ADVANTAGE P.O. Box 415256 BOSTON MA 02241-5256 US

Supplier Phone Number: 2154589527

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Stadnik Racheal

Phone: 717-787-6586

Fax: 717 346-3819

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name:Office Supplies

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

*** Validity Period Changed ***

1 General Office Supplies 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------General Requirements for all Items:

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTED - CHANGE 3Contract Number: 4400013257

Original Contract Effective Date: 04/09/2014 Contract Change Date: 01/04/2018 Valid From: 03/18/2014 To: 08/31/2018Supplier Name:STAPLES CONTRACT AND COMMERCIAL INC

DBA STAPLES BUSINESS ADVANTAGE

Page 2 of 2

Information:

Header Text

The Supplier Contact Information is Listed Below:

Staples Contract and Commercial Inc

500 Staples Drive

Framingham, MA 01702

attn: Brian Campbell

phone 215-458-9512

email: [email protected]

Contract Administrator:

Racheal Stadnik, Commodity Specialist

phone: 717-787-6586

email: [email protected]

Old contract # 4400010864 - new contract # effective 3-18-2014 4400013257

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTED - CHANGE 2Contract Number: 4400013257

Contract Change Effective Date: 04/29/2016 Valid From: 03/18/2014 To: 05/31/2018

Page 1 of 2

Your SAP Vendor Number with us: 100798

Supplier Name/Address: STAPLES CONTRACT AND COMMERCIAL INC DBA STAPLES ADVANTAGE P.O. Box 415256 BOSTON MA 02241-5256 US

Supplier Phone Number: 877-428-2573

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Gabriel Pam

Phone: 717-346-3822

Fax: 717 346-3819

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name:Office Supplies

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

1 General Office Supplies 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------General Requirements for all Items:

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTED - CHANGE 2Contract Number: 4400013257

Contract Change Effective Date: 04/29/2016 Valid From: 03/18/2014 To: 05/31/2018

Supplier Name:STAPLES CONTRACT AND COMMERCIAL INC

DBA STAPLES ADVANTAGE

Page 2 of 2

Information:

Header Text

The Supplier Contact Information is Listed Below:

Staples Contract and Commercial Inc

500 Staples Drive

Framingham, MA 01702

attn: Brian Campbell

phone 215-458-9512

email: [email protected]

Contract Administrator:

Pam Gabriel, Commodity Specialist

ph) 717-346-3822

email:[email protected]

Old contract # 4400010864 - new contract # effective 3-18-2014 4400013257

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTED - CHANGE 1Contract Number: 4400013257

Contract Change Effective Date: 03/30/2015 Valid From: 03/18/2014 To: 05/31/2016

Page 1 of 2

Your SAP Vendor Number with us: 100798

Supplier Name/Address: STAPLES CONTRACT & COMMERCIAL INC DBA STAPLES ADVANTAGE P.O. Box 415256 BOSTON MA 02241-5256 US

Supplier Phone Number: 570-575-1209

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Gabriel Pam

Phone: 717-346-3822

Fax: 717 346-3819

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name:Office Supplies

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

*** Validity Period Changed ***

1 General Office Supplies 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------General Requirements for all Items:

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTED - CHANGE 1Contract Number: 4400013257

Contract Change Effective Date: 03/30/2015 Valid From: 03/18/2014 To: 05/31/2016

Supplier Name:STAPLES CONTRACT & COMMERCIAL INC

DBA STAPLES ADVANTAGE

Page 2 of 2

Information:

Header Text

The Supplier Contact Information is Listed Below:

Staples Contract and Commercial Inc

500 Staples Drive

Framingham, MA 01702

attn: Jane Fagley

phone 570-575-1209

fax 570-300-1822

email: [email protected]

Contract Administrator:

Pam Gabriel, Commodity Specialist

ph) 717-346-3822

email:[email protected]

Old contract # 4400010864 - new contract # effective 3-18-2014 4400013257

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

OFFICE SUPPLIES CORE LIST WAIVER REQUEST

If an agency has a need for a waiver from the core list of items on the Office Supply Contract, 4400013257, the following steps should be completed.

1. Fill out the bottom portion of this form completely. a. Make sure you provide written justification. b. You MUST provide Director or Assistant Director’s signature or approval.

2. Send the completed form to the Contracting Officer, Pam Gabriel ([email protected]), Department of General Services, Bureau of Procurement.

3. Each waiver will be evaluated based on the justification provided. 4. No waivers will be granted for UniqueSource products.

----------------------------------------------------------------------------------------

Requestor’s Name:

Agency:

Telephone Number: Email:

Staples Item Number:

Dollar Amount:

Description of Item:

Justification:

Signature of Director or Assistant Director:

-------------------------------------------------------------------------------------------

For DGS Use:

Approved:Yes

Date:

Name:

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTEDContract Number: 4400013257

Contract Effective Date: 04/09/2014 Valid From: 03/18/2014 To: 05/31/2015

Page 1 of 2

Your SAP Vendor Number with us: 100798

Supplier Name/Address: STAPLES CONTRACT & COMMERCIAL INC DBA STAPLES ADVANTAGE P.O. Box 415256 BOSTON MA 02241-5256 US

Supplier Phone Number: 570-575-1209

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Gabriel Pam

Phone: 717-346-3822

Fax: 717 346-3819

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name:Office Supplies

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

1 General Office Supplies 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------General Requirements for all Items:

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTEDContract Number: 4400013257

Contract Effective Date: 04/09/2014 Valid From: 03/18/2014 To: 05/31/2015

Supplier Name:STAPLES CONTRACT & COMMERCIAL INC

DBA STAPLES ADVANTAGE

Page 2 of 2

Information:

Header Text

The Supplier Contact Information is Listed Below:

Staples Contract and Commercial Inc

500 Staples Drive

Framingham, MA 01702

attn: Jane Fagley

phone 570-575-1209

fax 570-300-1822

email: [email protected]

Contract Administrator:

Pam Gabriel, Commodity Specialist

ph) 717-346-3822

email:[email protected]

Old contract # 4400010864 - new contract # effective 3-18-2014 4400013257

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

11/16/2012

OFFICE SUPPLIES INVITATION FOR BID (IFB) NO. 6100023523

SPECIFICATIONS

CONTRACT SCOPE/OVERVIEW: This Contract will cover the requirements of all Commonwealth agencies for Office Supplies. The Department of General Services (DGS) intends to concentrate it’s spend on a specific list of items (Core List) for all state agencies. The estimated spend is approximately $14 million annually. TERM OF CONTRACT: The initial term of the contract shall commence on the Effective Date of the Contract as set forth in Paragraph V.2 CONTRACT-002.1a, which shall be no sooner than March 1, 2013. However, the awarded contractor shall not be able to begin accepting orders from the Commonwealth until June 1, 2013, which shall be the “Go Live” date. The first renewal period, if exercised, shall be June 1, 2015 through June 30, 2016. METHOD OF AWARD: DGS intends to award this bid based on aggregate pricing for the core list of items to the lowest responsive and responsible bidder SPECIFICATION: Please see the core list of items on Attachment A to these specifications for a description of each item included in the solicitation. DGS reserves the right to reject a product, post award if the product performance is deemed unacceptable. PRIVATE BRANDS: DGS accepts private brand items with the exception of toner cartridges. SAMPLES: Samples must be submitted upon request from the DGS. CORE PRICING: Pricing will be firm fixed for the initial term of the contract. PAPER PRICING: DGS recognizes that during the term of the contract, there may be significant changes relative to the paper industry. Therefore, DGS will make price adjustments on a quarterly basis for the duration of the contract, including renewals or extensions. Initial bid pricing shall be held from the Effective Date of the Contract until the first pricing adjustment which shall begin no sooner than May 2015. The price adjustments may increase or decrease the price(s) of the contract items. All price adjustments shall be based upon the Producer Price Index (PPI) from the U.S. Department of Labor, Bureau of Labor Statistics, for Pulp, paper, and allied products writing and printing papers (Product Code WPU091301). The Contractor will calculate the adjusted price as set forth below and send to the Contracting Officer no later than the 15th of last month of the previous quarter (May 15, August 15, November 15, and February 15). If the Contractor fails to provide the price adjustment request within the time specified, the adjustment will not be made until the next adjustment scheduled period. For the purpose of this contract, the base price is defined as the final submitted bid price in response to this IFB. The base price index is defined as the most current PPI index published prior to the bid due date. The quarterly price index is the most current PPI index published prior to the beginning of the new pricing period. To calculate price adjustments during the term of the contract, the quarterly price index is divided by the base price index. The result of this calculation is then multiplied by the base price establishing the new price for the new pricing period. Example (all numbers shown below are for illustration purposes only):

Invitation for Bid No. 6100023523 Page 2 Statement of Work As a result of an IFB, the base price for the awarded vendor is $25.00. The base price index is 259.7 (based upon the most current PPI index published prior to the bid due date). On June 1, 2015, (the beginning of the first new pricing period), the quarterly price index is 282.6. The new price for the new pricing period is $27.20 ((282.6/259.7) x 25 = 27.20). For the next new pricing period beginning September 1, 2015, the quarterly price index is 276.6. Accordingly, the new price for the quarter beginning September 15, 2015 is $26.63 ((276.6/259.7) x 25 = 26.63). NON-CORE PRICING: For both the non-core office supplies and the non-core toner cartridges, the discount submitted by the Bidder on the Price Submittal must remain firm until the first renewal of the contract. For any additional renewals, the discounts will be negotiated by DGS and the Contractor. All non-core pricing for these categories must be from the Contractor’s retail/business website. Contractor must submit proof of pricing from the Contractor’s retail/business website at the time of bid. The pricing for the non-core categories can only change at the anniversary date of the contract. COST SAVINGS AND INCENTIVE PROGRAMS: The Commonwealth expects the awarded Contractor to pass on any savings from any source. Any price decreases will be available immediately to the Commonwealth. Written confirmation of the price decrease must be submitted to the Contracting Officer. Acceptance of any decrease will be reflected through the punch out catalog within 5 business days. Additional manufacturer’s savings programs such as the HP Big Deal Program should be passed on the CWOPA. During the term of the contract, the awarded Contractor shall notify DGS of any new or existing cost savings programs that are offered by the Contractor or its suppliers. DGS shall evaluate these offerings and, if accepted, shall issue a confirmation of change indicating how these programs may be used by Commonwealth purchasers. ADDITION/DELETION OF PRODUCTS: Awarded Contractor is responsible for notifying DGS of discontinued items in a timely manner. If a product is discontinued, the Contractor may propose an equivalent product in its place for the same or lower price. DGS, in its sole discretion, shall determine that the proposed product is an equivalent. If the Contractor cannot provide an acceptable equivalent product, DGS may remove the product from the contract. DGS reserves the right to move non-core items to the core list as a negotiated price. At no point is the Contractor allowed to unilaterally change products or pricing. MONTHLY REPORTS: Contractor shall provide two monthly usage reports to DGS within 15 business days from the last day of the month. The first report shall include all Commonwealth agency orders. The second report should include all entities approved to use the contract by the Commonwealth. These reports should capture items, services, origin of orders by buying group and agency, where orders are delivered, and financial information. Order accuracy and fill rates must be calculated and reported. The product codes to use will be provided to the contractor during the implementation process of the contract. These reports should be easy to read and customer friendly and shall be in an electronic format utilizing Microsoft Excel.

• The Contractor will provide a monthly report by user. This report will be broken down by

core vs. non-core items showing spend by user, by agency.

Invitation for Bid No. 6100023523 Page 3 Statement of Work • The Contractor will breakdown spend dollars by agency on any manufacturer savings

programs, i.e., HP Big Deal Program, on a monthly basis and report to DGS within 15 business days from the last day of the month. This report will be in an electronic format utilizing Microsoft Excel.

• The Contractor will supply a monthly report showing any core items that are

backordered along with anticipated in-stock dates. The Contractor will advise any agency of backorders from their Purchase Orders with anticipated ship dates within 24 hours of receipt of the Purchase Order.

FILL RATE: Awarded Contractor must maintain at minimum a 95% fill rate. Fill Rate is defined as “the total number of items on an order within the delivery time frame divided into the total number of items ordered and filled accurately and completely”. Contractor who consistently fails to maintain the Fill Rate without corrective action will be deemed non-responsible and the Contract may be terminated. At a minimum, the Contractor’s non-performance will be recorded in the Commonwealth’s Contractor Responsibility File. MINIMUM ORDER: There will be no minimum order. All shipments qualify for FOB delivered pricing. DELIVERIES: All articles ordered from this contract shall be delivered by the delivery date stated on any subsequent Purchase Orders.

• Desk Top Delivery: All deliveries shall be F.O.B. destination to any location within the

Commonwealth of Pennsylvania. All deliveries shall be securely packaged so as to avoid breakage or damage in accordance with standard industry practices. All deliveries will be inside delivery to the address specified on the purchase order. No outside or curbside deliveries will be accepted.

• 24 Hour Delivery: All orders submitted to Contractor before 4:00 PM will be delivered

to the location specified in the order within 24 hours. All orders submitted after 4:00 PM will be considered “submitted” the following business day.

• Capital Complex Shipments: Shipments to the capital complex must follow guidelines

of Management Directive (625.10) Amended (Attachment B) which states under Policy and Procedures that delivery person must enter through secured visitors’ entrances. The Keystone Building does not have secured visitor entrances, so delivery people must contact someone designated on the floor which the delivery is to be made to meet them an escort them to the delivery area. This designated person must also escort the delivery person out of the secure area.

• Security: (For Department of Corrections Only.) All Contractors or their sub-contractors

who utilize regular delivery transportation will have to submit clearance checks through the original supplier for all drivers (regardless if delivery is inside or outside of the fence). Common carriers will not be required to render clearance checks, however are subject to search and escort procedures. ALL CARRIERS reporting to outside warehouses must secure their vehicle (windows closed and doors locked), sign in at warehouse and wait for further directions from Correctional staff. http://www.cor.state.pa.us/portal/server.pt/community/clearance_request/20648

Invitation for Bid No. 6100023523 Page 4 Statement of Work RETURNS: Any items delivered in poor condition, in excess of the amount ordered, or not included in the purchase document, may at the discretion of the Commonwealth ordering entity, be returned to the Contractor at the Contractor’s expense within thirty (30) days. Credit for the returned goods shall be made immediately after the Contractor receives the returned items. There shall be no restocking fees assessed to the Commonwealth or eligible contract users, except in the event that a Commonwealth ordering entity orders incorrectly. Incorrectly ordered item(s) will be returned to the Contractor at the expense of the ordering entity, not to exceed a 10% restocking fee per item. Credit for returned goods shall be made immediately after the Contractor receives the returned item(s). In the event that a product is rejected at time of delivery, the Contractor’s driver will take the product back immediately. Replacement product for that rejected product will be delivered to the ordering location within five (5) calendar days or the next delivery date not to exceed fifteen (15) calendar days. For product deemed to be unacceptable after delivery has been made, the ordering entity may contact the Contractor’s Customer Service Representative to arrange for pickup of product(s), credit for that product(s), and replacement of that product(s). Contractor will remove unacceptable product(s) from the ordering location within one week of the date of determination of unacceptable product(s) and notification given to the Contractor. Unacceptable product(s) left at the ordering location for more than ten (10) days will become the property of the Commonwealth to dispose of as they see fit. If invoices have been submitted, Contractor will issue credit(s) for the full amount of the product(s) purchased. PUNCH-OUT: DGS requires a punch-out website for online ordering that interfaces with the Commonwealth’s SAP Supplier Relationship Management (SRM) system. This website shall reflect the offered Commonwealth contract pricing and discounts. The punch-out site shall be developed and implemented in accordance with a mutually agreed upon implementation schedule and be completed by June 1, 2013. The following documents identify the requirements for establishment of the punch-out catalog: Attachment F, Sample Data - Punch-out Website to SRM Shopping cart and Attachment G, OCI Supplier Punch-Out Requirements. XML COMMUNICATIONS & INVOICING: DGS requires the use of XML for the transmittal of purchase orders and also for invoicing for orders that are not procured using a Purchasing Card. Please see the following attachments which outline the requirements for XML: Attachment C, cXML Invoice Payload; Attachment D, cXML PO Payload; and Attachment E, XML Communications. CUSTOMER SERVICE REPRESENTATIVE TEAM: In order to administer this contract, the selected Contractor must provide the Commonwealth with a Customer Service team that will be dedicated to the Commonwealth’s account and be available at a minimum of Monday through Friday from 8AM to 5PM. The contractor must provide a toll free telephone, a toll free facsimile number, and an email address to contact the Customer Service team. The team’s prime responsibilities consist of managing their network’s distribution and warehousing centers that carries the requested office supply and arranging prompt delivery to the Commonwealth’s locations. The team must be knowledgeable, qualified, and experienced. ACCOUNT MANAGER: In addition to the Customer Service Representative Team, the Contractor must designate a dedicated Account Manager that will serve as a main point of contact for insuring the successful and seamless implementation of this contract. The Account Manager will be, at minimum, available to the Commonwealth from Monday to Friday during normal business hours. The Account Manager will play an important role in overseeing the contractor’s Customer Service Representative Team. He/she will be

Invitation for Bid No. 6100023523 Page 5 Statement of Work responsible but not limited to ensuring high quality of service, interfacing as an issue escalation catalyst, resolving problems, and proactively addressing cost savings and optimization opportunities across Commonwealth agencies. The Account Manager will use the monthly reports to identify and analyze issues and/or opportunities that may arise over the course of this contract. The Account Manager will be especially accountable for ensuring that the orders are delivered in accordance with the contract requirements and terms and conditions and resolve any issues revolving around delivery, stocking levels, product quality, and other delicate issues that directly affect customer satisfaction levels. BLOCKING AND SUBSTITUTING OF ITEMS: It is a requirement of the Contractor to have the ability to block items that the CWOPA agencies are not permitted to purchase. It is also a requirement of the Contractor to have the ability to substitute any item that DGS deems necessary for substitution. OFFICE SUPPLIES MANUFACTURED BY PERSONS WITH DISABILITIES: Pennsylvania Industries for the Blind and Handicapped, d/b/a PIBH, is the Pennsylvania marketing organization for agencies employing persons with disabilities that utilize persons with disabilities in 75% of the direct labor of manufacturing supplies. Currently about 9% of the Commonwealth’s annual expenditures for office supplies are with PIBH. The Commonwealth intends to work with PIBH and the awarded Contractor to retain PIBH role as a manufacturer of office supplies for the Commonwealth at the same or greater percentage. The Commonwealth is required by law to support this program through its contracting divisions. As a responsibility under the contract with the Commonwealth, the awarded Contractor is expected to manage Commonwealth orders for office supplies manufactured by persons with disabilities. The Contractor will be expected to treat PIBH as one of its manufacturers/suppliers for purpose of payment and reporting. The Commonwealth will not hold the Contractor responsible for any unsatisfactory performance by PIBH, but the Contractor must immediately notify DGS if and when a performance problem arises.

Under the contract, the Commonwealth will identify items to be furnished by the Contractor to the Commonwealth agencies using PIBH as a supplier. A list of office supplies that are currently provided by PIBH are referenced in Appendix H. PIBH may request that items be added to the contract on a semi-annual basis. The Contractor may not add or delete any PIBH-provided items from the contract without prior written approval from DGS.

DGS will establish the sales price to be paid by the Contractor to PIBH for each item based on DGS’s fair market price evaluation. The DGS-established fair market prices shall remain firm for a one-year period. For each year thereafter, PIBH and/or DGS may request annual price adjustments to be effective on January 1st of each year, in accordance to the DGS-PIBH Operational Agreement. The Commonwealth agrees that the Contractor may add a mark-up of up to 10% to the DGS-established fair market prices for the PIBH-provided items.

At the beginning of the contract term, DGS will provide an updated list of PIBH items that are to be inventoried by the Contractor. The Contractor shall work directly with PIBH on establishing a business relationship. The Contractor shall have PIBH inventory available for purchase by the Commonwealth on the contract go-live date. The Contractor shall work with PIBH on establishing reorder points to minimize items being out of stock. The established reorder points shall be provided to PIBH by the Contractor. If PIBH cannot provide items that they manufacture, the Contractor has the authority to

Invitation for Bid No. 6100023523 Page 6 Statement of Work substitute other comparable items to complete agency orders until the PIBH items are restocked. The Contractor shall be responsible for documenting when the PIBH items are out of stock, and when the Contractor substitutes other like items. The Contractor may only substitute other like items when the corresponding PIBH item is out of stock due to PIBH not fulfilling the order in a timely manner.

At least 90-days prior to the expiration of the contract, the Contractor and PIBH shall develop a plan to deplete PIBH inventory from the Contractor’s warehouse(s). At the end of the contract term, PIBH shall purchase any remaining PIBH inventory from the Contractor at the DGS-established fair market prices with no mark-up by the Contractor, unless other terms are negotiated between the Contractor and PIBH. INQUIRIES: Direct all questions concerning this contract to the Contracting Officer named below: Pam Gabriel, Contracting Officer Department of General Services Bureau of Procurement 555 Walnut Street, 6th Floor Harrisburg, PA 17101-1914 717-346-3844(Phone) [email protected]

Table of ContentsSAPPART I - GENERAL INFORMATION...................................................................................................................... 3I.1 IFB-001.1 Purpose (Oct 2006) ............................................................................................................................... 3I.2 IFB-005.1 Type of Contract (Oct. 2006)................................................................................................................ 3I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006) ................................................................................................... 3I.4 IFB-009.1 Questions (February 2012).................................................................................................................... 3I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)............................................................................................................ 3I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011).................................................................... 3I.7 IFB-024.1 Bid Protest Procedure (Oct 2006) ......................................................................................................... 4I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)............................................................................................ 6I.9 IFB-027.1 COSTARS Program (July 2012)........................................................................................................... 6I.10 IFB-029.1 Prices (Dec 6 2006)............................................................................................................................. 9I.11 IFB-030.1 Approved Equal (Nov 2006)............................................................................................................... 9I.12 IFB-031.1 Alternates (Nov 2006)....................................................................................................................... 10I.13 IFB-032.1 New Equipment (Nov 2006) ............................................................................................................. 10I.14 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006) ............................................................................ 10I.15 I-IFB-034.1 Rejection of Bids (Nov 2006) ........................................................................................................ 12PART II - REQUIREMENTS ................................................................................................................................... 13II.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)................................................................. 13II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006). ........................... 13II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006) ..................................................................... 13II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007).......................................... 13PART III - SELECTION CRITERIA........................................................................................................................ 14III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006) ............................................................. 14III.2 III-IFB-006.1a Method of Award (February 2012) ........................................................................................... 14III.3 III-IFB-007.1 Awards (May 2011) .................................................................................................................... 14III.4 III-IFB-008.1 Tie Bids (Nov 2006) ................................................................................................................... 14III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006) ..................................................................................... 14III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006).............................................. 14III.7 III-IFB-014.1 Rebates (Nov 2006) .................................................................................................................... 15PART IV - WORK STATEMENT............................................................................................................................ 16IV.1 IFB-001.1a Specifications (Nov 2006).............................................................................................................. 16PART V - CONTRACT TERMS and CONDITIONS.............................................................................................. 17V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006).............................................................. 17V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012) ........................................................................ 17V.3 CONTRACT-002.2b Renewal of Contract Term – Mutual (Nov 30 2006)....................................................... 17V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006) ...................................................................... 17V.5 CONTRACT-003.1a Signatures – Contract (March 2007) ................................................................................ 17V.6 CONTRACT-004.1a Definitions (Dec 12 2006)................................................................................................ 18V.7 CONTRACT-005.1a Purchase Orders (Feb 2007) ............................................................................................. 19V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)......................................................................... 20V.9 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)................................................................................... 20V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006).............................................................................. 20V.11 CONTRACT-008.1a Warranty. (Oct 2006) ..................................................................................................... 20V.12 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2006).............................................. 20V.13 CONTRACT-009.1d Ownership Rights (Oct 2006) ........................................................................................ 21V.14 CONTRACT-010.1a Acceptance (Oct 2006)................................................................................................... 21V.15 CONTRACT-010.2 Product Conformance (March 2012) ............................................................................... 22V.16 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012) ........................................ 22V.17 CONTRACT-011.1a Compliance With Law (Oct 2006) ................................................................................. 22V.18 CONTRACT-013.1 Environmental Provisions (Oct 2006).............................................................................. 23V.19 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2006) ................................................................. 23V.20 CONTRACT-014.2 Manufacturer/Mill Certification (Dec 5 2006)................................................................. 23V.21 CONTRACT-014.3 Recycled Content Enforcement (February 2012) ............................................................ 23V.22 CONTRACT-015.1 Compensation (Oct 2006) ................................................................................................ 23V.23 CONTRACT-015.2 Billing Requirements (February 2012) ............................................................................ 23V.24 CONTRACT-016.1 Payment (Oct 2006) ......................................................................................................... 24

Page 1

V.25 CONTRACT-016.2 ACH Payments (Aug 2007) ............................................................................................. 25V.26 CONTRACT-017.1 Taxes (Dec 5 2006) .......................................................................................................... 25V.27 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006) .................................................................... 25V.28 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)......................................................................... 25V.29 CONTRACT-020.1 Audit Provisions (Oct 2006) ............................................................................................ 26V.30 CONTRACT-021.1 Default (Dec 12 2006)...................................................................................................... 26V.31 CONTRACT-022.1 Force Majeure (Oct 2006)................................................................................................ 27V.32 CONTRACT-023.1a Termination Provisions (Oct 2006)................................................................................ 28V.33 CONTRACT-024.1 Contract Controversies (Oct 2011) .................................................................................. 28V.34 CONTRACT-025.1 Assignability and Subcontracting (Oct 2006) .................................................................. 29V.35 CONTRACT-026.1 Other Contractors (Oct 2006)........................................................................................... 29V.36 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)............................................. 30V.37 CONTRACT-028.1 Contractor Integrity Provisions (March 2011)................................................................. 30V.38 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010) ........................................................... 35V.39 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006).................................................................... 36V.40 CONTRACT-031.1 Hazardous Substances (Oct 2006) ................................................................................... 36V.41 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006) ............................................................... 38V.42 CONTRACT-033.1 Applicable Law (Oct 2006).............................................................................................. 38V.43 CONTRACT- 034.1b Integration (Nov 30 2006)............................................................................................. 38V.44 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006) ....................................................................... 39V.45 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011) ............................................................... 39V.46 CONTRACT-035.1a Changes (Oct 2006)........................................................................................................ 39V.47 CONTRACT-037.1a Confidentiality (February 2012)..................................................................................... 39V.48 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006) .................................................................... 40V.49 CONTRACT-051.1 Notice (Dec 2006) ............................................................................................................ 40V.50 CONTRACT-052.1 Right to Know Law (Feb 2010) ....................................................................................... 40

Page 2

PART I - GENERAL INFORMATION

PART I - GENERAL INFORMATION

I.1 IFB-001.1 Purpose (Oct 2006)

The Commonwealth of Pennsylvania (Commonwealth) is issuing this Invitation for Bids (IFB) to meet the needs ofDEPARTMENT OF GENERAL SERVICES to satisfy a need for Office Supplies .

I.2 IFB-005.1 Type of Contract (Oct. 2006)

If the Issuing Office enters into a contract as a result of this IFB, it will be a Established Price Contract contractcontaining the Contract Terms and Conditions as shown in Part V of this IFB.

I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006)

There will be no pre-bid conference for this IFB. If there are any questions, please forward them to the IssuingOffice prior to the bid opening date and time.

I.4 IFB-009.1 Questions (February 2012)

All questions regarding the IFB must be submitted in writing to the email address of the Issuing Officer provided inthe solicitation. While there is no set timeline for the submittal of questions, questions received within 48 hoursprior to the bid due date and time will be answered at the discretion of the Commonwealth. All questions receivedwill be answered, in writing, and such responses shall be posted to eMarketplace as an addendum to the IFB. TheIssuing Officer shall not be bound by any verbal information nor shall it be bound by any written information that isnot either contained within the IFB or formally issued as an addendum by the Issuing Office. The Issuing Officedoes not consider questions to be a protest of the specifications or of the solicitation.

I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)

If the Issuing Office deems it necessary to revise any part of this IFB before the bid response date, the Issuing Officewill post an addendum to its website at WWW.DGS.STATE.PA.US it is the Bidder's responsibility to periodicallycheck the website for any new information or addenda to the IFB.

I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011)

a. Bids are requested for the item(s) described in the Invitation For Bids and all the documents referenced in theform (collectively called the IFB). Bidders must submit their bids through the Commonwealth's electronicsystem (SRM).

b. It is the responsibility of each bidder to ensure that its Bid is received through the electronic system prior tothe date and time set for the opening of bids ("Bid Opening Time"). No Bid shall be considered if it arrives afterthe Bid Opening Time, regardless of reason for the late arrival.

Page 3

Bids that are timely received prior to the Bid Opening Time shall be opened publicly in the presence of one ormore witnesses at the time and place designated in this IFB for the Bid opening.

c. Bids must be firm. If a Bid is submitted with conditions or exceptions or not in conformance with the termsand conditions referenced in the IFB Form, it shall be rejected. The Bid shall also be rejected if the items offeredby the Bidder are not in conformance with the specifications as determined by the Commonwealth.

d. The Bidder, intending to be legally bound hereby, offers and agrees, if this Bid is accepted, to provide theawarded items at the price(s) set forth in this Bid at the time(s) and place(s) specified.

I.7 IFB-024.1 Bid Protest Procedure (Oct 2006)

a. Who May File the Protest. Any Bidder or prospective bidder who is aggrieved in connection with the IFB oraward of the contract solicitation or award of a contract may file a protest. Protests relating to cancellation ofinvitations for bids and protests relating to the rejection of all bids are not permitted. A Bidder is a person thatsubmits a bid in response to the IFB. A prospective bidder is a person that has not submitted a bid in responseto the IFB.

b. Time for Filing.

1) If a protest is submitted by a prospective bidder, the protest must be filed before bid opening time or proposalreceipt date.

2) If a protest is filed by a Bidder, the protest must be filed within seven days after the protesting Bidder knewor should have known of the facts giving rise to the protest EXCEPT THAT IN NO EVENT MAY APROTEST BE FILED LATER THAN SEVEN (7) DAYS AFTER THE DATE THE CONTRACT ORPURCHASE ORDER WAS AWARDED. Date of filing is the date of receipt of protest.

3) Untimely filed protests shall be disregarded.

c. Form of Protest.

1) A protest must be in writing and filed with the agency head (or designee) of the purchasing agency.

2) A protest must state all grounds upon which the protesting party asserts that the solicitation or award wasimproper. Issues not raised by the protesting party in the protest are deemed waived and may not be raisedon appeal.

3) The protesting party may submit with the protest any documents or information deemed relevant.

d. Notice of Protest If award has been made, the agency head (or designee) shall notify the successful Bidder orcontractor of the protest. If the protest is received before award and substantial issues are raised by the protest,all Bidders who appear to have a substantial and reasonable prospect of winning the award shall be notified andmay file their agreement/disagreement with the purchasing agency within three (3) days after receipt of notice ofthe protest.

e. Stay of Procurement. The head of the purchasing agency (or designee) shall immediately decide, upon receipt

Page 4

of the protest, whether or not the solicitation or award shall be stayed, or if the protest is timely received after theaward, whether the performance of the contract should be suspended. The Issuing Office shall not proceedfurther with the IFB or with the award of the contract, and shall suspend performance under the contract ifawarded, unless the agency head of the purchasing agency makes a written determination that the protest isclearly without merit or that award of the contract/purchase order without delay is necessary to protect thesubstantial interests of the Commonwealth.

f. Procedures.

1) Contracting Officer Response. Within fifteen (15) days of the receipt of a protest, the contracting officermay submit a written response to the head of the purchasing agency (or designee). The response mayinclude any documents or information that the contracting officer deems relevant to the protest.

2) Protesting Party Reply. Within ten (10) days of the date of the contracting officer response, the protestingparty may file a written reply.

3) Review. The head of the purchasing agency (or designee) shall:

a) Review the protest and any response or reply.

b) Request and review any additional documents or information he deems necessary to render a decision.

c) Give the protesting party and the contracting officer reasonable opportunity to review and address anyadditional documents or information requested by the agency head.

d) In his sole discretion, conduct a hearing.

e) Within sixty (60) days of the receipt of the protest, issue a written determination stating the reasons for thedecision.

f) If additional time is required to investigate the protest, inform the protesting party of the additional timeneeded to render a determination and obtain the protesting party's consent.

4) "Clearly Without Merit" Determinations. If the head of the purchasing agency (or designee) determines,upon receipt, that the protest is clearly without merit and does not stay the procurement, the head of thepurchasing agency (or designee) shall immediately issue the decision as required by Subparagraph h below.

g. Settlement. The Issuing Office has the authority to settle and resolve bid protests.

h. Decision. The head of the purchasing agency (or designee) shall promptly, but in no event later than sixty (60)days from the filing of the protest, issue a written decision. The decision shall:

1) State the reasons for the decision.

2) If the protest is denied, inform the protesting party of its right to file an appeal in Commonwealth Courtwithin fifteen (15) days of the mailing date of the decision.

Page 5

3) If it is determined that the solicitation or award was contrary to law, enter an appropriate order.

The agency head (or designee) shall send a copy of the decision to the protesting party and any other persondetermined by the agency head (or designee) to be affected by the decision.

I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)

This IFB is being made available by electronic means. If a Bidder electronically accepts the IFB, the Bidderacknowledges and accepts full responsibility to insure that no changes are made to the IFB. In the event of aconflict between a version of the IFB in the Bidder's possession and the Issuing Office's version of the IFB, theIssuing Office's version shall govern.

I.9 IFB-027.1 COSTARS Program (July 2012)

COSTARS Purchasers . Section 1902 of the Commonwealth Procurement Code, 62 Pa.C.S. § 1902(“Section 1902”), authorizes local public procurement units and state-affiliated entities (together,“COSTARS Members”) to participate in Commonwealth procurement contracts that the Department ofGeneral Services (“DGS”) may choose to make available to COSTARS Members. DGS has identifiedthis Contract as one which will be made available for COSTARS Members’ participation.

A. Only those entities registered with DGS are authorized to participate as COSTARS Members in thisContract. A COSTARS Member may be either a local public procurement unit or a state-affiliated entity.

1. A “local public procurement unit” is:

• Any political subdivision (local government unit), such as a municipality, school district, orcommission;

• Any public authority (including authorities formed under the Municipality Authorities Act of 1955 orother authorizing legislation, such as the Public Transportation Law or the Aviation Code);

• Any tax-exempt, nonprofit educational institution or organization;• Any tax-exempt, nonprofit public health institution or organization;• Any nonprofit fire, rescue, or ambulance company; and• Any other entity that spends public funds for the procurement of supplies, services, and

construction (such as a council of governments, an area government, or an organization thatreceives public grant funds).

2. A state-affiliated entity is a Commonwealth authority or other Commonwealth entity that is not aCommonwealth agency. The term includes:

• The Pennsylvania Turnpike Commission;• The Pennsylvania Housing Finance Agency;• The Pennsylvania Municipal Retirement System;• The Pennsylvania Infrastructure Investment Authority;• The State Public School Building Authority;• The Pennsylvania Higher Education Facilities Authority, and• The State System of Higher Education.

The term does not include any court or other officer or agency of the unified judicial system,

Page 6

the General Assembly and its officers and agencies, any State-related institution, or anyCommonwealth executive or independent agencies, boards, or commissions not listed above.Statewide "row" offices, including the Auditor General, Attorney General, and StateTreasurer are not State-affiliated entities under the Procurement Code.

However, elements of the court system, the General Assembly, and independent agencies,boards, or commissions have been deemed eligible for COSTARS membership as entitiesthat spend public funds for the procurement of supplies, services, and construction.

3. A complete list of local public procurement units and state-affiliated entities that have registered with DGSand that are authorized to procure items from the Contract can be found athttp://www.dgsweb.state.pa.us/COSTARSReg/Member.aspx

B. COSTARS Members have the option to purchase from this Contract, from any DGS contract establishedexclusively for COSTARS Members in accordance with the requirements of Section 1902 , from any othercooperative procurement contracts, or from their own procurement contracts established in accordancewith the applicable laws governing such procurements. The Contractor understands and acknowledgesthat there is no guarantee that a COSTARS Member will place an order under this Contract, and that thedecision to procure from this Contract is within the sole discretion of each COSTARS Member.

C. DGS is acting as a facilitator for COSTARS Members who may wish to purchase under this Contract.COSTARS Members that participate in this Contract and issue purchase orders (“POs”) to Contractors arethird party beneficiaries who have the right to sue and be sued for breach of this Contract without joiningthe Commonwealth or DGS as a party. The Commonwealth will not intervene in any action between aContractor and a COSTARS Member unless substantial interests of the Commonwealth are involved.

D. COSTARS Members electing to participate in this Contract will order items directly from theContractor and be responsible for payment directly to the Contractor.

E. Those Contractors electing to permit COSTARS Members to procure from this Contract shall pay theRequired Administrative Fee applicable to the Contractor’s classification:

Contractor ClassificationRequired Administrative Fee

Department of General ServicesCertified Small Business Bidder

$500

All Other Bidders $1,500

1. Each bidder electing to permit COSTARS Members to participate in the Contract must submitthe COSTARS Program Election to Participate form with its bid submittal and pay the applicable.

Page 7

2. At the beginning of each Contract year and upon any Contract renewal, the Contractor shallsubmit a check for the required amount, payable to “Commonwealth of PA”. The Contractor mustpay the Administrative Fee at each contract renewal date to continue to sell the awardeditems/services to COSTARS Members. If the bidder is a Department of General Services-CertifiedSmall Business, a copy of its active certification must be included with the Administrative Fee foreach contract year and upon each renewal.

F. DGS has registered the COSTARS name and logo (together, the “COSTARS Brand”) as a trademarkwith the Pennsylvania Department of State. Therefore, the Contractor may use the COSTARS Brand onlyas permitted under in this Subsection.

1. The Contractor shall pay the Administrative Fee covering its participation in the program,including without limitation any use of the COSTARS Brand, for each year of the Contract period.The fee is payable upon Contract award and prior to the renewal date for each succeeding Contractperiod.

2. DGS grants the Contractor a nonexclusive license to use the COSTARS Brand, subject tothe following conditions:

a. The Contractor agrees not to transfer to any third party, including without limitationany of its subcontractors or suppliers, any privileges it may have to use the COSTARSBrand under this Contract.

b. The Contractor agrees not to use the COSTARS Brand to represent or imply anyCommonwealth endorsement or approval of its products or services.

c. The Contractor is permitted to use the COSTARS Brand in broadcast, or Internetmedia solely in connection with this Contract and any other Contract with theCommonwealth under which it has agreed to make sales to COSTARS Purchasers. TheContractor may use the COSTARS Brand on business cards, brochures, and other printpublications so long as the purpose is to identify the Contractor as a COSTARS vendor,and only so long as the required Contract fee is kept current.

d. Should this Contract terminate for any reason, the Contractor agrees promptly to remove theCOSTARS Brand from any and all print and electronic media and to refrain from using the COSTARSBrand for any purpose whatsoever from the date of Contract termination forward.

e. The Contractor agrees to defend, indemnify, and hold harmless the Commonwealth of Pennsylvaniaand DGS from and against all claims, demands, liabilities, obligations, costs, and expenses of any naturewhatsoever arising out of or based upon the Contractor’s use of the COSTARS Brand.

f. The Contractor agrees it has no property rights in the use of the COSTARS Brand by virtue of thisnonexclusive license. The Contractor expressly waives any claims, including without limitation dueprocess claims that may otherwise be available under the law in the event of any dispute involving theseterms of use.

G. The Contractor shall furnish to the DGS COSTARS Program Office a quarterly electronic Contractsales report detailing the previous quarter’s Contract purchasing activity, using the form and in the format

Page 8

prescribed by DGS. The Contractor shall submit its completed quarterly report no later than the fifteenthcalendar day of the succeeding Contract quarter.

1. The Contractor shall submit the reports via the web-based COSTARS Suppliers’ Gateway atwww.dgs.state.pa.us/costars . If a Contractor does not have access to the Internet, the Contractor shallsend the reports, using the form and in the format prescribed by DGS, on compact disc via US PostalService to the DGS COSTARS Program Office, Bureau of Procurement, 6th Floor Forum Place, 555Walnut Street, Harrisburg, PA 17101-1914.

2. For each PO received, the Contractor shall include on the report the name and address of eachCOSTARS-Registered Purchaser that has used the Contract along with the sales date, and dollarvolume of sales to the specific Purchaser for the reporting period.

3. DGS may suspend the Contractor’s participation in the COSTARS Program for failure to providethe Quarterly Sales Report within the specified time.

H. Additional information regarding the COSTARS Program is available on the DGS COSTARSWebsite at www.dgs.state.pa.us/costars

1. If the Contractor is aware of any qualified entity not currently registered and wishing toparticipate in the COSTARS Program, please refer the potential purchaser to the DGS COSTARSWebsite at www.dgs.state.pa.us/costars , where it may register by completing the online registrationform and receiving DGS confirmation of its registration. To view a list of currently-registeredCOSTARS member entities, please visit the COSTARS website.

2. Direct all questions concerning the COSTARS Program to:Department of General ServicesCOSTARS Program555 Walnut Street, 6th FloorHarrisburg, PA 17101Telephone: 1-866-768-7827E-mail [email protected]

I.10 IFB-029.1 Prices (Dec 6 2006)

The bid submitted by the successful Bidder will be incorporated into any resulting Contract and the Bidder will berequired to provide the awarded item(s) at the prices quoted in its Bid.

I.11 IFB-030.1 Approved Equal (Nov 2006)

Whenever an item is defined in this IFB by trade name and catalogue number of a manufacturer or vendor, the term'or approved equal,' if not inserted therewith shall be implied. Any reference to a particular manufacturer's producteither by trade name or by limited description is solely for the purpose of more clearly indicating the minimumstandard of quality desired, except where a 'no substitute' is requested. When a 'no substitute' is requested, theIssuing Office will consider Bids for the referenced product only. The term 'or approved equal' is defined as

Page 9

meaning any other make which, in the sole opinion of the Issuing Office, is of such character, quality, andperformance equivalence as to meet the standard of quality of products specified for which it is to be used equally aswell as that specified. A Bidder quoting on a product other than the referenced product shall: a) furnish completeidentification in its Bid of the product it is offering by trade name, brand and/or model number; b) furnishdescriptive literature and data with respect to the substitute product it proposes to furnish; and c) indicate any knownspecification deviations from the referenced product.

I.12 IFB-031.1 Alternates (Nov 2006)

A Bidder who wants to offer an alternate must notify the Issuing Office in writing, at least five (5) days prior to thescheduled Bid opening, that the Bidder intends to offer an alternate in its Bid. An "alternate" is a product thatdeviates from the requirements of the specifications in its composition, qualities, performance, size dimension, etc.The written notification from the Bidder must include a complete description of the alternate and must identify theproduct's deviations from the specifications. Upon receipt of the notification, the Issuing Office will determinewhether the alternate is acceptable. If the Issuing Office, in its discretion, determines that the alternate isacceptable, the Issuing Office will issue a change notice to the invitation for bids that revises the specifications. Ifno change notice is issued revising the specification, a Bid offering the alternate will not be considered for award.

I.13 IFB-032.1 New Equipment (Nov 2006)

Unless otherwise specified in this invitation for bids, all products offered by Bidders must be new orremanufactured. A 'new' product is one that will be used first by the Commonwealth after it is manufactured orproduced. A 'remanufactured' product is one which: 1) has been rebuilt, using new or used parts, to a conditionwhich meets the original manufacturer's most recent specifications for the item; 2) does not, in the opinion of theIssuing Office, differ in appearance from a new item; and 3) has the same warranty as a new item. Unlessotherwise specified in this invitation for bids, used or reconditioned products are not acceptable. This clause shallnot be construed to prohibit Bidders from offering products with recycled content, provided the product is new orremanufactured.

I.14 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006)

a. Bid Modification Prior to Bid Opening. Bids may be modified only by written notice or in person prior to theexact hour and date specified for Bid opening.

1) If a Bidder intends to modify its Bid by written notice, the notice must specifically identify the Bid to bemodified and must be signed by the Bidder. The Bidder must include evidence of authorization for theindividual who signed the modification to modify the Bid on behalf of the Bidder. The Bid modification mustbe received in a sealed envelope. The sealed envelope must identify the assigned Collective Number and theBid Opening Time, and should state that enclosed in the envelope is a Bid modification

2) If a Bidder intends to modify its Bid in person, the individual who will modify the Bid must arrive in the BidOpening Room prior to the Bid Opening Time, show a picture identification and provide evidence of his/herauthorization to modify the Bid on behalf of the Bidder. If a Bidder intends to modify its Bid in person, theBidder may do so only in the presence of an agency employee. (The agency employee will observe theactions taken by the individual to modify the Bid, but will not read the Bid or the modification).

b. Bid Withdrawal Prior to Bid Opening. Bids may be withdrawn only by written notice or in person prior to theexact hour and date specified for Bid opening.

Page 10

1) If a Bidder intends to withdraw its Bid by written notice, the notice shall specifically identify the Bid to bewithdrawn and shall be signed by the Bidder. The Bidder must include evidence of authorization for theindividual who signed the bid withdrawal to withdraw the bid on behalf of the Bidder. Except as provided inSubparagraph c, below, bid withdrawals received after the exact hour and date specified for the receipt ofBids shall not be accepted.

2) If a Bidder intends to withdraw its Bid in person, the individual who will withdraw the Bid must arrive in theBid Opening Room prior to the Bid Opening Time, show a picture identification and provide evidence ofhis/her authorization to withdraw the Bid on behalf of the Bidder.

c. Bid Withdrawal After Bid Opening. Bidders are permitted to withdraw erroneous Bids after Bid opening only ifthe following conditions are met:

1) The Bidder submits a written request for withdrawal.

2) The Bidder presents credible evidence with the request that the reason for the lower Bid price was a clericalmistake as opposed to a judgment mistake and was actually due to an unintentional arithmetical error or anunintentional omission of a substantial quantity of work, labor, material, or services made directly in thecompilation of the Bid.

3) The request for relief and supporting evidence must be received by the Issuing Office within three (3)business days after Bid opening, but before award of the contract.

4) The Issuing Office shall not permit a Bid withdrawal if the Bid withdrawal would result in the award of thecontract on another Bid of the same Bidder, its partner, or a corporation or business venture owned by or inwhich the bidder has a substantial interest.

5) If a Bidder is permitted to withdraw its Bid, the Bidder cannot supply any material or labor or perform anysubcontract or other work agreement for the awarded contractor, without the written approval of the IssuingOffice.

d. Firm Bid. Except as provided above, a Bid may not be modified, withdrawn, or cancelled by any Bidder for aperiod of sixty (60) days following the time and date designated for Bid opening, unless otherwise specified bythe Bidder in its Bid. If the lowest responsible Bidder, as determined by the Issuing Office, withdraws its Bidprior to the expiration of the award period or fails to comply with the requirements set forth in the IFB includingbut not limited to any requirement to submit performance or payment bonds or insurance certificates within therequired time period, the Bidder shall be liable to the Commonwealth for all costs and damages associated withthe re-award or re-bid including the difference between the Bidder's price and the actual cost that theCommonwealth pays for the awarded items.

e. Clarification and Additional Information. After the receipt of Bids, the Issuing Office shall have the right tocontact Bidders for the purpose of seeking:

1) Clarification of the Bid which confirms the Issuing Office's understanding of statements or information in theBid or;

2) Additional information on the items offered; provided the IFB does not require the rejection of the Bid forfailure to include such information.

Page 11

I.15 I-IFB-034.1 Rejection of Bids (Nov 2006)

The Issuing Office reserves the right to reject any and all Bids, to waive technical defects or any informality in Bids,and to accept or reject any part of any Bid if the best interests of the Commonwealth are thereby served.

Page 12

PART II - REQUIREMENTS

PART II - REQUIREMENTS

II.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)

If the bidder is willing to sell the awarded items/services at the same prices and/or discounts, and in accordance withthe contractual terms and conditions, to COSTARS members, the bidder should complete and return the COSTARSProgram Election to Participate form which is an attachment to this IFB. If the bidder is asserting that it is aDepartment of General Services Certified Small Business, the bidder must submit its active certification with the bidresponse.

II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006).

With respect to an award of a federal contract, grant, or cooperative agreement exceeding $100,000 or an award of afederal loan or a commitment providing for the United States to insure or guarantee a loan exceeding $150,000 allrecipients must certify that they will not use federal funds for lobbying and must disclose the use of non-federalfunds for lobbying by filing required documentation. Offerors must complete and return the Lobbying CertificationForm and the Disclosure of Lobbying Activities Form, which are attached to and made a part of this IFB. Thecompleted and signed Lobbying Certification Form and the Disclosure of Lobbying Activities Form should besubmitted with the Bid Response. Commonwealth agencies will not contract with outside firms or individuals toperform lobbying services, regardless of the source of funds.

II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006)

T he Commonwealth may, during its evaluation of the bids, require any bidder to submit cuts, illustrations,drawings, prints, test data sheets, specification sheets and brochures which detail construction features, design,components, materials used, applicable dimensions and any other pertinent information which the Issuing Officemay require in order to evaluate the product(s) offered. The required information must be submitted within two (2)business days after notification from the Issuing Office. Failure to submit the required information prior to theexpiration of the second business day after notification shall result in the rejection of the bid as non-responsive.

II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007)

This procurement is subject to the Reciprocal Limitations Act. Bidders must complete and submit with the BidResponse the State of Manufacture Chart , which is contained in GSPUR-89 ("Reciprocal Limitations ActRequirements") which is attached to and made part of this IFB. The completed State of Manufacture Chart shouldbe submitted as part of the Bid Reponse

Page 13

PART III - SELECTION CRITERIA

PART III - SELECTION CRITERIA

III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006)

To be eligible for selection, a bid must be:

a. Timely received from a Bidder;

b. Properly signed by the Bidder.

III.2 III-IFB-006.1a Method of Award (February 2012)

It is the intent of the Commonwealth to make a single award of item(s) listed in the IFB to the lowest responsive andresponsible bidder. The Commonwealth reserves the right to award by line item if it determines that it is in the bestinterest of the Commonwealth to do so.

III.3 III-IFB-007.1 Awards (May 2011)

Unless all Bids are rejected, and except as otherwise provided by law, award will be made through the issuance of acontract/purchase order in accordance with the method of award. Unless otherwise specified by the Issuing Officein the IFB form the Commonwealth reserves the right to award by item or on a total Bid basis, whichever is deemedmore advantageous to the Commonwealth. In cases of discrepancies in prices, the unit price will be binding unlessthe unit price is obviously in error and the extended price is obviously correct, in which case the erroneous unit pricewill be corrected. As a condition for receipt of award of a contract/purchase order, the Bidder must be registered inthe Commonwealth of Pennsylvania's Vendor Master file. In order to register, bidders must visit the Pa SupplierPortal at https://www.pasupplierportal.state.pa.us/ or call the Customer Support Center at 877-435-7363 or717-346-2676.

III.4 III-IFB-008.1 Tie Bids (Nov 2006)

All tie bids will be broken by the Issuing Office.

III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006)

Prompt payment discounts will not be considered in making an award. If prompt payment discounts are offered byany Bidder, however, the Issuing Office will take advantage of such offer.

III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006)

The Commonwealth reserves the right to purchase products or services covered under this Contract through aseparate competitive bidding procedure, whenever Commonwealth deems it in the best interest of theCommonwealth. The right will generally be exercised only when a specific need for a large quantity of the productor service exists or when the price offered is significantly lower than the Contract price.

Page 14

III.7 III-IFB-014.1 Rebates (Nov 2006)

Any rebate applicable at the time of bid should be taken into consideration by the bidder in calculating its bid price.Bidders must specifically state in their bid proposal, when applicable, that rebates have been considered in arrivingat the bid price. Following award, the Commonwealth will assign to the awarded bidder, any rebates which thebidder stated that he took into consideration. If the bidder fails to include such a statement, the Commonwealth willreceive the full benefit of the manufacturer's rebate.

Page 15

PART IV - WORK STATEMENT

PART IV - WORK STATEMENT

IV.1 IFB-001.1a Specifications (Nov 2006)

The Commonwealth is seeking bids to procure the item(s) set forth in the attached document entitled"Specifications."

Page 16

PART V - CONTRACT TERMS and CONDITIONS

PART V - CONTRACT TERMS and CONDITIONS

V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006)

The Contract with the awarded bidder (who shall become the "Contractor") shall include the following terms andconditions:

V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012)

The initial term of the Contract shall be 02 year(s) and 03 month(s).

The term of the Contract shall commence on the Effective Date (as defined below) and shall end on the ExpirationDate identified in the Contract, subject to the other provisions of the Contract.

The Effective Date shall be: a) the Effective Date printed on the Contract after the Contract has been fully executedby the Commonwealth (signed and approved as required by the Commonwealth contracting procedures) or b) the"Valid from" date printed on the Contract, whichever is later.

V.3 CONTRACT-002.2b Renewal of Contract Term – Mutual (Nov 30 2006)

The Contract may be mutually renewed for a maximum of 3 additional 1 year term(s), so long as theCommonwealth provides written notice to Contractor of its intention to extend the Contract by letter dated not lessthan 120 days prior to the expiration of the term of the agreement, or any extension thereof, and the Contractorconsents to the renewal not less than 090 days prior to the expiration of the term of the agreement or any extensionthereof. The renewal may be exercised as individual or multiple year terms(s). Any renewal will be under sameterms, covenants and conditions. No further document is required to be executed to renew the term of the contract.

V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006)

The Commonwealth reserves the right, upon notice to the Contractor, to extend any single term of the Contract forup to three (3) months upon the same terms and conditions.

V.5 CONTRACT-003.1a Signatures – Contract (March 2007)

The Contract shall not be a legally binding contract until the fully-executed Contract has been sent to the Contractor.No Commonwealth employee has the authority to verbally direct the commencement of any work or delivery of

any supply under this Contract prior to the Effective Date. The Contractor hereby waives any claim or cause ofaction for any service or work performed prior to the Effective Date.

The Contract will not include an "ink" signature by the Commonwealth. The electronically-printed name of thePurchasing Agent represents the signature of that individual who has the authority, on behalf of the Commonwealth,to bind the Commonwealth to the terms of the Contract. If the Contract output form does not have "FullyExecuted" at the top of the first page and does not have the name of the Purchasing Agent printed in the appropriate

Page 17

box, the Contract has not been fully executed.

The fully-executed Contract may be sent to the Contractor electronically or through facsimile equipment. Theelectronic transmission of a purchase order shall require acknowledgement of receipt of the transmission by theContractor. Receipt of the electronic or facsimile transmission of the Contract shall constitute receipt of thefully-executed Contract.

The Commonwealth and the Contractor specifically agree as follows:

a. No handwritten signature shall be required in order for the Contract to be legally enforceable.

b. The parties agree that no writing shall be required in order to make the Contract legally binding,notwithstanding contrary requirements in any law. The parties hereby agree not to contest the validity orenforceability of a genuine Contract or acknowledgement issued electronically under the provisions of astatute of frauds or any other applicable law relating to whether certain agreements be in writing and signed bythe party bound thereby. Any genuine Contract or acknowledgement issued electronically, if introduced asevidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible asbetween the parties to the same extent and under the same conditions as other business records originated andmaintained in documentary form. Neither party shall contest the admissibility of copies of a genuine Contractor acknowledgements under either the business records exception to the hearsay rule or the best evidence ruleon the basis that the Contract or acknowledgement were not in writing or signed by the parties. A Contract oracknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designatedfor such documents.

c. Each party will immediately take steps to verify any document that appears to be obviously garbled intransmission or improperly formatted to include re-transmission of any such document if necessary.

V.6 CONTRACT-004.1a Definitions (Dec 12 2006)

As used in this Contract, these words shall have the following meanings:

a. Agency The department, board, commission or other agency of the Commonwealth of Pennsylvania listed as thePurchasing Agency. If a COSTARS entity or external procurement activity has issued an order against thiscontract, that entity shall also be identified as "Agency".

b. Contracting Officer The person authorized to administer this Contract for the Commonwealth and to makewritten determinations with respect to the Contract.

c. Days Unless specifically indicated otherwise, days mean calendar days.

d. Developed Works or Developed Materials All documents, sketches, drawings, designs, works, papers, files,reports, computer programs, computer documentation, data, records, software, samples or any other tangiblematerial without limitation authored or prepared by Contractor as the work product covered in the scope of work

Page 18

for the Project.

e. Documentation All materials required to support and convey information about the services required by thisContract. It includes, but is not necessarily restricted to, written reports and analyses, diagrams, maps, logicaland physical designs, system designs, computer programs, flow charts, disks, and/or other machine-readablestorage media.

f. Services All Contractor activity necessary to satisfy the Contract.

V.7 CONTRACT-005.1a Purchase Orders (Feb 2007)

Commonwealth agencies may issue Purchase Orders against the Contract. These ordersconstitute the Contractor's authority to make delivery. All Purchase Orders received by theContractor up to and including the expiration date of the Contract are acceptable and must beperformed in accordance with the Contract. Each Purchase Order will be deemed to incorporatethe terms and conditions set forth in the Contract.

Purchase Orders will not include an "ink" signature by the Agency. The electronically-printedname of the purchaser represents the signature of that individual who has the authority, on behalfof the Commonwealth, to authorize the Contractor to proceed.

Purchase Orders may be issued electronically or through facsimile equipment. The electronictransmission of a purchase order shall require acknowledgement of receipt of the transmission bythe Contractor. Receipt of the electronic or facsimile transmission of the Purchase Order shallconstitute receipt of an order. Orders received by the Contractor after 4:00 p.m. will beconsidered received the following business day.

a. No handwritten signature shall be required in order for the Contract or Purchase Order tobe legally enforceable.

b. The parties agree that no writing shall be required in order to make the order legallybinding. The parties hereby agree not to contest the validity or enforceability of a PurchaseOrder or acknowledgement issued electronically under the provisions of a statute of frauds orany other applicable law relating to whether certain agreements be in writing and signed by theparty bound thereby. Any Purchase Order or acknowledgement issued electronically, ifintroduced as evidence on paper in any judicial, arbitration, mediation, or administrativeproceedings, will be admissible as between the parties to the same extent and under the sameconditions as other business records originated and maintained in documentary form. Neitherparty shall contest the admissibility of copies of Purchase Orders or acknowledgements undereither the business records exception to the hearsay rule or the best evidence rule on the basisthat the order or acknowledgement were not in writing or signed by the parties. A purchase orderor acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to thelocation designated for such documents.

c. Each party will immediately take steps to verify any document that appears to beobviously garbled in transmission or improperly formatted to include re-transmission of any such

Page 19

document if necessary.

Purchase Orders under five thousand dollars ($5,000) in total amount may also be made inperson or by telephone using a Commonwealth Purchasing Card. When an order is placed bytelephone, the Commonwealth agency shall provide the agency name, employee name, creditcard number, and expiration date of the card. Contractors agree to accept payment through theuse of the Commonwealth Purchasing Card.V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)

In performing its obligations under the Contract, the Contractor will act as an independent contractor and not as anemployee or agent of the Commonwealth. The Contractor will be responsible for all services in this Contractwhether or not Contractor provides them directly. Further, the Contractor is the sole point of contact with regard toall contractual matters, including payment of any and all charges resulting from the Contract.

V.9 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)

All item(s) shall be delivered F.O.B. Destination. The Contractor agrees to bear the risk of loss, injury, ordestruction of the item(s) ordered prior to receipt of the items by the Commonwealth. Such loss, injury, ordestruction shall not release the Contractor from any contractual obligations. Except as otherwise provided in thiscontract, all item(s) must be delivered within the time period specified. Time is of the essence and, in addition toany other remedies, the Contract is subject to termination for failure to deliver as specified. Unless otherwise statedin this Contract, delivery must be made within thirty (30) days after the Effective Date.

V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)

It shall be understood and agreed that any quantities listed in the Contract are estimated only and may be increasedor decreased in accordance with the actual requirements of the Commonwealth and that the Commonwealth inaccepting any bid or portion thereof, contracts only and agrees to purchase only the materials and services in suchquantities as represent the actual requirements of the Commonwealth. The Commonwealth reserves the right topurchase materials and services covered under the Contract through a separate competitive procurement procedure,whenever Commonwealth deems it to be in its best interest.

V.11 CONTRACT-008.1a Warranty. (Oct 2006)

The Contractor warrants that all items furnished and all services performed by the Contractor, its agents andsubcontractors shall be free and clear of any defects in workmanship or materials. Unless otherwise stated in theContract, all items are warranted for a period of one year following delivery by the Contractor and acceptance by theCommonwealth. The Contractor shall repair, replace or otherwise correct any problem with the delivered item.When an item is replaced, it shall be replaced with an item of equivalent or superior quality without any additionalcost to the Commonwealth.

V.12 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2006)

The Contractor warrants that it is the sole owner or author of, or has entered into a suitable legal agreement

Page 20

concerning either: a) the design of any product or process provided or used in the performance of the Contract whichis covered by a patent, copyright, or trademark registration or other right duly authorized by state or federal law orb) any copyrighted matter in any report document or other material provided to the Commonwealth under thecontract.

The Contractor shall defend any suit or proceeding brought against the Commonwealth on account of any allegedpatent, copyright or trademark infringement in the United States of any of the products provided or used in theperformance of the Contract.

This is upon condition that the Commonwealth shall provide prompt notification in writing of such suit orproceeding; full right, authorization and opportunity to conduct the defense thereof; and full information and allreasonable cooperation for the defense of same.

As principles of governmental or public law are involved, the Commonwealth may participate in or choose toconduct, in its sole discretion, the defense of any such action.

If information and assistance are furnished by the Commonwealth at the Contractor's written request, it shall be atthe Contractor's expense, but the responsibility for such expense shall be only that within the Contractor's writtenauthorization.

The Contractor shall indemnify and hold the Commonwealth harmless from all damages, costs, and expenses,including attorney's fees that the Contractor or the Commonwealth may pay or incur by reason of any infringementor violation of the rights occurring to any holder of copyright, trademark, or patent interests and rights in anyproducts provided or used in the performance of the Contract.

If any of the products provided by the Contractor in such suit or proceeding are held to constitute infringement andthe use is enjoined, the Contractor shall, at its own expense and at its option, either procure the right to continue useof such infringement products, replace them with non-infringement equal performance products or modify them sothat they are no longer infringing.

If the Contractor is unable to do any of the preceding, the Contractor agrees to remove all the equipment or softwarewhich are obtained contemporaneously with the infringing product, or, at the option of the Commonwealth, onlythose items of equipment or software which are held to be infringing, and to pay the Commonwealth: 1) anyamounts paid by the Commonwealth towards the purchase of the product, less straight line depreciation; 2) anylicense fee paid by the Commonwealth for the use of any software, less an amount for the period of usage; and 3) thepro rata portion of any maintenance fee representing the time remaining in any period of maintenance paid for. Theobligations of the Contractor under this paragraph continue without time limit. No costs or expenses shall beincurred for the account of the Contractor without its written consent.

V.13 CONTRACT-009.1d Ownership Rights (Oct 2006)

The Commonwealth shall have unrestricted authority to reproduce, distribute, and use any submitted report, data, ormaterial, and any software or modifications and any associated documentation that is designed or developed anddelivered to the Commonwealth as part of the performance of the Contract.

V.14 CONTRACT-010.1a Acceptance (Oct 2006)

Page 21

No item(s) received by the Commonwealth shall be deemed accepted until the Commonwealth has had a reasonableopportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to thespecifications may be rejected upon initial inspection or at any later time if the defects contained in the item(s) or thenoncompliance with the specifications were not reasonably ascertainable upon the initial inspection. It shallthereupon become the duty of the Contractor to remove rejected item(s) from the premises without expense to theCommonwealth within fifteen (15) days after notification. Rejected item(s) left longer than fifteen (15) days will beregarded as abandoned, and the Commonwealth shall have the right to dispose of them as its own property and shallretain that portion of the proceeds of any sale which represents the Commonwealth's costs and expenses in regard tothe storage and sale of the item(s). Upon notice of rejection, the Contractor shall immediately replace all suchrejected item(s) with others conforming to the specifications and which are not defective. If the Contractor fails,neglects or refuses to do so, the Commonwealth shall then have the right to procure a corresponding quantity of suchitem(s), and deduct from any monies due or that may thereafter become due to the Contractor, the differencebetween the price stated in the Contract and the cost thereof to the Commonwealth.

V.15 CONTRACT-010.2 Product Conformance (March 2012)

The Commonwealth reserves the right to require any and all Contractors to:

1. Provide certified data from laboratory testing performed by the Contractor, or performed by an independentlaboratory, as specified by the Commonwealth.

2. Supply published manufacturer product documentation.

3. Permit a Commonwealth representative to witness testing at the Contractor's location or at an independentlaboratory.

4. Complete a survey/questionnaire relating to the bid requirements and specifications.

5. Provide customer references.

6. Provide a product demonstration at a location near Harrisburg or the using agency location.

V.16 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012)

The Commonwealth shall have the right to not regard any rejected material as abandoned and to demand that theContractor remove the rejected material from the premises within thirty (30) days of notification. The Contractorshall be responsible for removal of the rejected material as well as proper clean-up. If the Contractor fails orrefuses to remove the rejected material as demanded by the Commonwealth, the Commonwealth may seek paymentfrom, or set-off from any payments due to the Contractor under this or any other Contract with the Commonwealth,the costs of removal and clean-up. This is in addition to all other rights to recover costs incurred by theCommonwealth.

V.17 CONTRACT-011.1a Compliance With Law (Oct 2006)

The Contractor shall comply with all applicable federal and state laws and regulations and local ordinances in the

Page 22

performance of the Contract.

V.18 CONTRACT-013.1 Environmental Provisions (Oct 2006)

In the performance of the Contract, the Contractor shall minimize pollution and shall strictly comply with allapplicable environmental laws and regulations, including, but not limited to: the Clean Streams Law Act of June22, 1937 (P.L. 1987, No. 394), as amended 35 P.S. Section 691.601 et seq.; the Pennsylvania Solid WasteManagement Act, Act of July 7, 1980 (P.L. 380, No. 97), as amended, 35 P.S. Section 6018.101 et seq. ; and theDam Safety and Encroachment Act, Act of November 26, 1978 (P.L. 1375, No. 325), as amended , 32 P.S. Section693.1.

V.19 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2006)

Except as specifically waived by the Department of General Services in writing, any products which are provided tothe Commonwealth as a part of the performance of the Contract must meet the minimum percentage levels for totalrecycled content as specified on the Department of General Services website at www.emarketplace.state.pa.us onthe date of submission of the bid, proposal or contract offer.

V.20 CONTRACT-014.2 Manufacturer/Mill Certification (Dec 5 2006)

A manufacturer/mill certification in the form found in the attachments must be completed and signed by themanufacturer of the Contract items before payment will be made to the Contractor for the delivered items.Bidders/Offerors are not required to submit the completed and signed Manufacturer/Mill Certification form withtheir bids/proposals. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR DELIVEREDITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION ISSUBMITTED FOR THE DELIVERED ITEM(S).

V.21 CONTRACT-014.3 Recycled Content Enforcement (February 2012)

The Contractor may be required, after delivery of the Contract item(s), to provide the Commonwealth withdocumentary evidence that the item(s) was in fact produced with the required minimum percentage ofpost-consumer and recovered material content.

V.22 CONTRACT-015.1 Compensation (Oct 2006)

The Contractor shall be required to furnish the awarded item(s) at the price(s) quoted in the Purchase Order. Allitem(s) shall be delivered within the time period(s) specified in the Purchase Order. The Contractor shall becompensated only for item(s) that are delivered and accepted by the Commonwealth.

V.23 CONTRACT-015.2 Billing Requirements (February 2012)

Unless the Contractor has been authorized by the Commonwealth for Evaluated Receipt Settlement or VendorSelf-Invoicing , the Contractor shall include in all of its invoices the following minimum information:

Page 23

- Vendor name and "Remit to" address, including SAP Vendor number;

- Bank routing information, if ACH;

- SAP Purchase Order number;

- Delivery Address, including name of Commonwealth agency;

- Description of the supplies/services delivered in accordance with SAP Purchase Order (include purchaseorder line number if possible);

- Quantity provided;

- Unit price;

- Price extension;

- Total price; and

- Delivery date of supplies or services.

If an invoice does not contain the minimum information set forth in this paragraph, the Commonwealth may returnthe invoice as improper. If the Commonwealth returns an invoice as improper, the time for processing a paymentwill be suspended until the Commonwealth receives a correct invoice. The Contractor may not receive paymentuntil the Commonwealth has received a correct invoice.

Contractors are required to establish separate billing accounts with each using agency and invoice them directly.Each invoice shall be itemized with adequate detail and match the line item on the Purchase Order. In no instanceshall any payment be made for services to the Contractor that are not in accordance with the prices on the PurchaseOrder, the Contract, updated price lists or any discounts negotiated by the purchasing agency.

V.24 CONTRACT-016.1 Payment (Oct 2006)

a. The Commonwealth shall put forth reasonable efforts to make payment by the required payment date. Therequired payment date is: (a) the date on which payment is due under the terms of the Contract; (b) thirty (30)days after a proper invoice actually is received at the "Bill To" address if a date on which payment is due is notspecified in the Contract (a "proper" invoice is not received until the Commonwealth accepts the service assatisfactorily performed); or (c) the payment date specified on the invoice if later than the dates established by(a) and (b) above. Payment may be delayed if the payment amount on an invoice is not based upon the price(s)as stated in the Contract. If any payment is not made within fifteen (15) days after the required payment date, theCommonwealth may pay interest as determined by the Secretary of Budget in accordance with Act No. 266 of1982 and regulations promulgated pursuant thereto. Payment should not be construed by the Contractor asacceptance of the service performed by the Contractor. The Commonwealth reserves the right to conduct furthertesting and inspection after payment, but within a reasonable time after performance, and to reject the service ifsuch post payment testing or inspection discloses a defect or a failure to meet specifications. The Contractoragrees that the Commonwealth may set off the amount of any state tax liability or other obligation of theContractor or its subsidiaries to the Commonwealth against any payments due the Contractor under any contractwith the Commonwealth.

b. The Commonwealth shall have the option of using the Commonwealth purchasing card to make purchases underthe Contract or Purchase Order. The Commonwealth's purchasing card is similar to a credit card in that there willbe a small fee which the Contractor will be required to pay and the Contractor will receive payment directly fromthe card issuer rather than the Commonwealth. Any and all fees related to this type of payment are theresponsibility of the Contractor. In no case will the Commonwealth allow increases in prices to offset credit cardfees paid by the Contractor or any other charges incurred by the Contractor, unless specifically stated in theterms of the Contract or Purchase Order.

Page 24

V.25 CONTRACT-016.2 ACH Payments (Aug 2007)

a. The Commonwealth will make contract payments through the Automated Clearing House(ACH). Within 10 days of award of the contract or purchase order, the contractor must submit ormust have already submitted their ACH information within their user profile in theCommonwealth's procurement system (SRM).b. The contractor must submit a unique invoice number with each invoice submitted. The uniqueinvoice number will be listed on the Commonwealth of Pennsylvania's ACH remittance advice toenable the contractor to properly apply the state agency's payment to the invoice submitted.c. It is the responsibility of the contractor to ensure that the ACH information contained in SRMis accurate and complete. Failure to maintain accurate and complete information may result indelays in payments.V.26 CONTRACT-017.1 Taxes (Dec 5 2006)

The Commonwealth is exempt from all excise taxes imposed by the Internal Revenue Service and has accordinglyregistered with the Internal Revenue Service to make tax free purchases under Registration No. 23-23740001-K.With the exception of purchases of the following items, no exemption certificates are required and none will beissued: undyed diesel fuel, tires, trucks, gas guzzler emergency vehicles, and sports fishing equipment. TheCommonwealth is also exempt from Pennsylvania state sales tax, local sales tax, public transportation assistancetaxes and fees and vehicle rental tax. The Department of Revenue regulations provide that exemption certificates arenot required for sales made to governmental entities and none will be issued. Nothing in this paragraph is meant toexempt a construction contractor from the payment of any of these taxes or fees which are required to be paid withrespect to the purchase, use, rental, or lease of tangible personal property or taxable services used or transferred inconnection with the performance of a construction contract.

V.27 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006)

The Contractor and the Commonwealth recognize that in actual economic practice, overcharges by the Contractor'ssuppliers resulting from violations of state or federal antitrust laws are in fact borne by the Commonwealth. As partof the consideration for the award of the Contract, and intending to be legally bound, the Contractor assigns to theCommonwealth all right, title and interest in and to any claims the Contractor now has, or may acquire, under stateor federal antitrust laws relating to the products and services which are the subject of this Contract.

V.28 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)

a. The Contractor shall hold the Commonwealth harmless from and indemnify the Commonwealth against any andall third party claims, demands and actions based upon or arising out of any activities performed by theContractor and its employees and agents under this Contract, provided the Commonwealth gives Contractorprompt notice of any such claim of which it learns. Pursuant to the Commonwealth Attorneys Act (71 P.S.Section 732-101, et seq.), the Office of Attorney General (OAG) has the sole authority to represent theCommonwealth in actions brought against the Commonwealth. The OAG may, however, in its sole discretionand under such terms as it deems appropriate, delegate its right of defense. If OAG delegates the defense to theContractor, the Commonwealth will cooperate with all reasonable requests of Contractor made in the defense ofsuch suits.

b. Notwithstanding the above, neither party shall enter into any settlement without the other party's written consent,which shall not be unreasonably withheld. The Commonwealth may, in its sole discretion, allow the Contractorto control the defense and any related settlement negotiations.

Page 25

V.29 CONTRACT-020.1 Audit Provisions (Oct 2006)

The Commonwealth shall have the right, at reasonable times and at a site designated by the Commonwealth, to auditthe books, documents and records of the Contractor to the extent that the books, documents and records relate tocosts or pricing data for the Contract. The Contractor agrees to maintain records which will support the pricescharged and costs incurred for the Contract. The Contractor shall preserve books, documents, and records that relateto costs or pricing data for the Contract for a period of three (3) years from date of final payment. The Contractorshall give full and free access to all records to the Commonwealth and/or their authorized representatives.

V.30 CONTRACT-021.1 Default (Dec 12 2006)

a. The Commonwealth may, subject to the Force Majeure provisions of this Contract, and in addition to its otherrights under the Contract, declare the Contractor in default by written notice thereof to the Contractor, andterminate (as provided in the Termination Provisions of this Contract) the whole or any part of this Contract orany Purchase Order for any of the following reasons:

1) Failure to begin work within the time specified in the Contract or Purchase Order or as otherwise specified;

2) Failure to perform the work with sufficient labor, equipment, or material to insure the completion of thespecified work in accordance with the Contract or Purchase Order terms;

3) Unsatisfactory performance of the work;

4) Failure to deliver the awarded item(s) within the time specified in the Contract or Purchase Order or asotherwise specified;

5) Improper delivery;

6) Failure to provide an item(s) which is in conformance with the specifications referenced in the Contract orPurchase Order;

7) Delivery of a defective item;

8) Failure or refusal to remove material, or remove and replace any work rejected as defective or unsatisfactory;

9) Discontinuance of work without approval;

10) Failure to resume work, which has been discontinued, within a reasonable time after notice to do so;

11) Insolvency or bankruptcy;

12) Assignment made for the benefit of creditors;

13) Failure or refusal within 10 days after written notice by the Contracting Officer, to make payment or show

Page 26

cause why payment should not be made, of any amounts due for materials furnished, labor supplied orperformed, for equipment rentals, or for utility services rendered;

14) Failure to protect, to repair, or to make good any damage or injury to property;

15) Breach of any provision of the Contract;

16) Failure to comply with representations made in the Contractor's bid/proposal; or

17) Failure to comply with applicable industry standards, customs, and practice.

b. In the event that the Commonwealth terminates this Contract or any Purchase Order in whole or in part asprovided in Subparagraph a. above, the Commonwealth may procure, upon such terms and in such manner as itdetermines, items similar or identical to those so terminated, and the Contractor shall be liable to theCommonwealth for any reasonable excess costs for such similar or identical items included within the terminatedpart of the Contract or Purchase Order.

c. If the Contract or a Purchase Order is terminated as provided in Subparagraph a. above, the Commonwealth, inaddition to any other rights provided in this paragraph, may require the Contractor to transfer title and deliverimmediately to the Commonwealth in the manner and to the extent directed by the Contracting Officer, suchpartially completed items, including, where applicable, reports, working papers and other documentation, as theContractor has specifically produced or specifically acquired for the performance of such part of the Contract orPurchase Order as has been terminated. Except as provided below, payment for completed work accepted by theCommonwealth shall be at the Contract price. Except as provided below, payment for partially completed itemsincluding, where applicable, reports and working papers, delivered to and accepted by the Commonwealth shallbe in an amount agreed upon by the Contractor and Contracting Officer. The Commonwealth may withhold fromamounts otherwise due the Contractor for such completed or partially completed works, such sum as theContracting Officer determines to be necessary to protect the Commonwealth against loss.

d. The rights and remedies of the Commonwealth provided in this paragraph shall not be exclusive and are inaddition to any other rights and remedies provided by law or under this Contract.

e. The Commonwealth's failure to exercise any rights or remedies provided in this paragraph shall not be construedto be a waiver by the Commonwealth of its rights and remedies in regard to the event of default or anysucceeding event of default.

f. Following exhaustion of the Contractor's administrative remedies as set forth in the Contract ControversiesProvision of the Contract, the Contractor's exclusive remedy shall be to seek damages in the Board of Claims.

V.31 CONTRACT-022.1 Force Majeure (Oct 2006)

Neither party will incur any liability to the other if its performance of any obligation under this Contract is preventedor delayed by causes beyond its control and without the fault or negligence of either party. Causes beyond a party'scontrol may include, but aren't limited to, acts of God or war, changes in controlling law, regulations, orders or therequirements of any governmental entity, severe weather conditions, civil disorders, natural disasters, fire, epidemicsand quarantines, general strikes throughout the trade, and freight embargoes.

The Contractor shall notify the Commonwealth orally within five (5) days and in writing within ten (10) days of thedate on which the Contractor becomes aware, or should have reasonably become aware, that such cause would

Page 27

prevent or delay its performance. Such notification shall (i) describe fully such cause(s) and its effect onperformance, (ii) state whether performance under the contract is prevented or delayed and (iii) if performance isdelayed, state a reasonable estimate of the duration of the delay. The Contractor shall have the burden of provingthat such cause(s) delayed or prevented its performance despite its diligent efforts to perform and shall produce suchsupporting documentation as the Commonwealth may reasonably request. After receipt of such notification, theCommonwealth may elect to cancel the Contract, cancel the Purchase Order, or to extend the time for performanceas reasonably necessary to compensate for the Contractor's delay.

In the event of a declared emergency by competent governmental authorities, the Commonwealth by notice to theContractor, may suspend all or a portion of the Contract or Purchase Order.

V.32 CONTRACT-023.1a Termination Provisions (Oct 2006)

The Commonwealth has the right to terminate this Contract or any Purchase Order for any of the following reasons.Termination shall be effective upon written notice to the Contractor.

a. TERMINATION FOR CONVENIENCE: The Commonwealth shall have the right to terminate the Contract ora Purchase Order for its convenience if the Commonwealth determines termination to be in its best interest. TheContractor shall be paid for work satisfactorily completed prior to the effective date of the termination, but in noevent shall the Contractor be entitled to recover loss of profits.

b. NON-APPROPRIATION: The Commonwealth's obligation to make payments during any Commonwealthfiscal year succeeding the current fiscal year shall be subject to availability and appropriation of funds. Whenfunds (state and/or federal) are not appropriated or otherwise made available to support continuation ofperformance in a subsequent fiscal year period, the Commonwealth shall have the right to terminate the Contractor a Purchase Order. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costsincurred but not amortized in the price of the supplies or services delivered under the Contract. Suchreimbursement shall not include loss of profit, loss of use of money, or administrative or overhead costs. Thereimbursement amount may be paid for any appropriations available for that purpose

c. TERMINATION FOR CAUSE: The Commonwealth shall have the right to terminate the Contract or aPurchase Order for Contractor default under Default Clause upon written notice to the Contractor. TheCommonwealth shall also have the right, upon written notice to the Contractor, to terminate the Contract or aPurchase Order for other cause as specified in the Contract or by law. If it is later determined that theCommonwealth erred in terminating the Contract or a Purchase Order for cause, then, at the Commonwealth'sdiscretion, the Contract or Purchase Order shall be deemed to have been terminated for convenience under theSubparagraph a.

V.33 CONTRACT-024.1 Contract Controversies (Oct 2011)

a. In the event of a controversy or claim arising from the Contract, the Contractor must, within six months afterthe cause of action accrues, file a written claim with the contracting officer for a determination. The claim shallstate all grounds upon which the Contractor asserts a controversy exists. If the Contractor fails to file a claim orfiles an untimely claim, the Contractor is deemed to have waived its right to assert a claim in any forum. At thetime the claim is filed, or within sixty (60) days thereafter, either party may request mediation through theCommonwealth Office of General Counsel Dispute Resolution Program.

b. If the Contractor or the contracting officer requests mediation and the other party agrees, the contractingofficer shall promptly make arrangements for mediation. Mediation shall be scheduled so as to not delay the

Page 28

issuance of the final determination beyond the required 120 days after receipt of the claim if mediation isunsuccessful. If mediation is not agreed to or if resolution is not reached through mediation, the contractingofficer shall review timely-filed claims and issue a final determination, in writing, regarding the claim. The finaldetermination shall be issued within 120 days of the receipt of the claim, unless extended by consent of thecontracting officer and the Contractor. The contracting officer shall send his/her written determination to theContractor. If the contracting officer fails to issue a final determination within the 120 days (unless extended byconsent of the parties), the claim shall be deemed denied. The contracting officer's determination shall be thefinal order of the purchasing agency.

c. Within fifteen (15) days of the mailing date of the determination denying a claim or within 135 days of filinga claim if, no extension is agreed to by the parties, whichever occurs first, the Contractor may file a statement ofclaim with the Commonwealth Board of Claims. Pending a final judicial resolution of a controversy or claim,the Contractor shall proceed diligently with the performance of the Contract in a manner consistent with thedetermination of the contracting officer and the Commonwealth shall compensate the Contractor pursuant to theterms of the Contract.

V.34 CONTRACT-025.1 Assignability and Subcontracting (Oct 2006)

a. Subject to the terms and conditions of this paragraph, this Contract shall be binding upon the parties and theirrespective successors and assigns.

b. The Contractor shall not subcontract with any person or entity to perform all or any part of the work to beperformed under this Contract without the prior written consent of the Contracting Officer, which consent maybe withheld at the sole and absolute discretion of the Contracting Officer.

c. The Contractor may not assign, in whole or in part, this Contract or its rights, duties, obligations, orresponsibilities hereunder without the prior written consent of the Contracting Officer, which consent may bewithheld at the sole and absolute discretion of the Contracting Officer.

d. Notwithstanding the foregoing, the Contractor may, without the consent of the Contracting Officer, assign itsrights to payment to be received under the Contract, provided that the Contractor provides written notice of suchassignment to the Contracting Officer together with a written acknowledgement from the assignee that any suchpayments are subject to all of the terms and conditions of this Contract.

e. For the purposes of this Contract, the term "assign" shall include, but shall not be limited to, the sale, gift,assignment, pledge, or other transfer of any ownership interest in the Contractor provided, however, that the termshall not apply to the sale or other transfer of stock of a publicly traded company.

f . Any assignment consented to by the Contracting Officer shall be evidenced by a written assignment agreementexecuted by the Contractor and its assignee in which the assignee agrees to be legally bound by all of the termsand conditions of the Contract and to assume the duties, obligations, and responsibilities being assigned.

g. A change of name by the Contractor, following which the Contractor's federal identification number remainsunchanged, shall not be considered to be an assignment hereunder. The Contractor shall give the ContractingOfficer written notice of any such change of name.

V.35 CONTRACT-026.1 Other Contractors (Oct 2006)

Page 29

The Commonwealth may undertake or award other contracts for additional or related work, and theContractor shall fully cooperate with other contractors and Commonwealth employees, and coordinate itswork with such additional work as may be required. The Contractor shall not commit or permit any actthat will interfere with the performance of work by any other contractor or by Commonwealth employees.This paragraph shall be included in the Contracts of all contractors with which this Contractor will berequired to cooperate. The Commonwealth shall equitably enforce this paragraph as to all contractors toprevent the imposition of unreasonable burdens on any contractor.

V.36 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)

The Contractor agrees:

1. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activityrequired under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf ofthe Contractor or subcontractor shall not, by reason of gender, race, creed, or color, discriminate against any citizenof this Commonwealth who is qualified and available to perform the work to which the employment relates.

2. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminateagainst or intimidate any employee involved in the manufacture of supplies, the performance of work, or any otheractivity required under the contract on account of gender, race, creed, or color.

3. The Contractor and each subcontractor shall establish and maintain a written sexual harassment policy andshall inform their employees of the policy. The policy must contain a notice that sexual harassment will not betolerated and employees who practice it will be disciplined.

4. The Contractor and each subcontractor shall not discriminate by reason of gender, race, creed, or coloragainst any subcontractor or supplier who is qualified to perform the work to which the contract relates.

5. The Contractor and each subcontractor shall, within the time periods requested by the Commonwealth,furnish all necessary employment documents and records and permit access to their books, records, and accounts bythe contracting agency and the Bureau of Small Business Opportunities (BSBO), for purpose of ascertainingcompliance with provisions of this Nondiscrimination/Sexual Harassment Clause. Within fifteen (15) days afteraward of any contract, the Contractor shall be required to complete, sign and submit Form STD-21, the “InitialContract Compliance Data” form. If the contract is a construction contract, then the Contractor shall be required tocomplete, sign and submit Form STD-28, the “Monthly Contract Compliance Report for Construction Contractors”,each month no later than the 15th of the month following the reporting period beginning with the initial jobconference and continuing through the completion of the project. Those contractors who have fewer than fiveemployees or whose employees are all from the same family or who have completed the Form STD-21 within thepast 12 months may, within the 15 days, request an exemption from the Form STD-21 submission requirement fromthe contracting agency.

6. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in everysubcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor.

7. The Commonwealth may cancel or terminate the contract and all money due or to become due under thecontract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual HarassmentClause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in theContractor Responsibility File.

V.37 CONTRACT-028.1 Contractor Integrity Provisions (March 2011)

It is essential that those who seek to contract with the Commonwealth of Pennsylvania (“Commonwealth”) observehigh standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence in

Page 30

the integrity of the Commonwealth procurement process.

In furtherance of this policy, Contractor agrees to the following:

1. Contractor shall maintain the highest standards of honesty and integrity during the performance ofthis contract and shall take no action in violation of state or federal laws or regulations or any otherapplicable laws or regulations, or other requirements applicable to Contractor or that govern contractingwith the Commonwealth.

2. Contractor shall establish and implement a written business integrity policy, which includes, at aminimum, the requirements of these provisions as they relate to Contractor employee activity with theCommonwealth and Commonwealth employees, and which is distributed and made known to allContractor employees.

3. Contractor, its affiliates, agents and employees shall not influence, or attempt to influence, anyCommonwealth employee to breach the standards of ethical conduct for Commonwealth employees setforth in the Public Official and Employees Ethics Act, 65 Pa.C.S. §§1101 et seq.; the State Adverse InterestAct, 71 P.S. §776.1 et seq.; and the Governor’s Code of Conduct, Executive Order 1980-18 , 4 Pa. Code§7.151 et seq ., or to breach any other state or federal law or regulation.

4. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give anygratuity to a Commonwealth official or employee or to any other person at the direction or request of anyCommonwealth official or employee.

5. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give anygratuity to a Commonwealth official or employee or to any other person, the acceptance of which wouldviolate the Governor’s Code of Conduct, Executive Order 1980-18 , 4 Pa. Code §7.151 et seq. or anystatute, regulation, statement of policy, management directive or any other published standard of theCommonwealth.

6. Contractor, its affiliates, agents and employees shall not, directly or indirectly, offer, confer, oragree to confer any pecuniary benefit on anyone as consideration for the decision, opinion,recommendation, vote, other exercise of discretion, or violation of a known legal duty by anyCommonwealth official or employee.

7. Contractor, its affiliates, agents, employees, or anyone in privity with him or her shall not accept oragree to accept from any person, any gratuity in connection with the performance of work under thecontract, except as provided in the contract.

8. Contractor shall not have a financial interest in any other contractor, subcontractor, or supplierproviding services, labor, or material on this project, unless the financial interest is disclosed to theCommonwealth in writing and the Commonwealth consents to Contractor’s financial interest prior toCommonwealth execution of the contract. Contractor shall disclose the financial interest to theCommonwealth at the time of bid or proposal submission, or if no bids or proposals are solicited, no laterthan Contractor’s submission of the contract signed by Contractor.

9. Contractor, its affiliates, agents and employees shall not disclose to others any information,documents, reports, data, or records provided to, or prepared by, Contractor under this contract without theprior written approval of the Commonwealth, except as required by the Pennsylvania Right-to-Know Law,65 P.S. §§ 67.101-3104, or other applicable law or as otherwise provided in this contract. Any information,documents, reports, data, or records secured by Contractor from the Commonwealth or a third party in

Page 31

connection with the performance of this contract shall be kept confidential unless disclosure of suchinformation is:

a. Approved in writing by the Commonwealth prior to its disclosure; or

b. Directed by a court or other tribunal of competent jurisdiction unless the contract requiresprior Commonwealth approval; or

c. Required for compliance with federal or state securities laws or the requirements ofnational securities exchanges; or

d. Necessary for purposes of Contractor’s internal assessment and review; or

e. Deemed necessary by Contractor in any action to enforce the provisions of this contract orto defend or prosecute claims by or against parties other than the Commonwealth; or

f. Permitted by the valid authorization of a third party to whom the information, documents,reports, data, or records pertain: or

g. Otherwise required by law.

10. Contractor certifies that neither it nor any of its officers, directors, associates, partners, limitedpartners or individual owners has been officially notified of, charged with, or convicted of any of thefollowing and agrees to immediately notify the Commonwealth agency contracting officer in writing if andwhen it or any officer, director, associate, partner, limited partner or individual owner has been officiallynotified of, charged with, convicted of, or officially notified of a governmental determination of any of thefollowing:

a. Commission of embezzlement, theft, forgery, bribery, falsification or destruction ofrecords, making false statements or receiving stolen property.

b. Commission of fraud or a criminal offense or other improper conduct or knowledge of,approval of or acquiescence in such activities by Contractor or any affiliate, officer, director,associate, partner, limited partner, individual owner, or employee or other individual or entityassociated with:

(1) obtaining;

(2) attempting to obtain; or

(3) performing a public contract or subcontract.

Contractor’s acceptance of the benefits derived from the conduct shall be deemed evidence of suchknowledge, approval or acquiescence.

c. Violation of federal or state antitrust statutes.

Page 32

d. Violation of any federal or state law regulating campaign contributions.

e. Violation of any federal or state environmental law.

f. Violation of any federal or state law regulating hours of labor, minimum wage standards orprevailing wage standards; discrimination in wages; or child labor violations.

g. Violation of the Act of June 2, 1915 (P.L.736, No. 338), known as the Workers’Compensation Act, 77 P.S. 1 et seq.

h. Violation of any federal or state law prohibiting discrimination in employment.

i. Debarment by any agency or department of the federal government or by any other state.

j. Any other crime involving moral turpitude or business honesty or integrity.

Contractor acknowledges that the Commonwealth may, in its sole discretion, terminate the contract forcause upon such notification or when the Commonwealth otherwise learns that Contractor has beenofficially notified, charged, or convicted.

11. If this contract was awarded to Contractor on a non-bid basis, Contractor must, (as required bySection 1641 of the Pennsylvania Election Code) file a report of political contributions with the Secretaryof the Commonwealth on or before February 15 of the next calendar year. The report must include anitemized list of all political contributions known to Contractor by virtue of the knowledge possessed byevery officer, director, associate, partner, limited partner, or individual owner that has been made by:

a. Any officer, director, associate, partner, limited partner, individual owner or members ofthe immediate family when the contributions exceed an aggregate of one thousand dollars($1,000) by any individual during the preceding year; or

b. Any employee or members of his immediate family whose political contribution exceededone thousand dollars ($1,000) during the preceding year.

To obtain a copy of the reporting form, Contractor shall contact the Bureau of Commissions,Elections and Legislation, Division of Campaign Finance and Lobbying Disclosure, Room 210, NorthOffice Building, Harrisburg, PA 17120.

12. Contractor shall comply with requirements of the Lobbying Disclosure Act, 65 Pa.C.S. § 13A01 etseq., and the regulations promulgated pursuant to that law. Contractor employee activities prior to oroutside of formal Commonwealth procurement communication protocol are considered lobbying andsubjects the Contractor employees to the registration and reporting requirements of the law. Actions byoutside lobbyists on Contractor’s behalf, no matter the procurement stage, are not exempt and must bereported.

13. When Contractor has reason to believe that any breach of ethical standards as set forth in law, theGovernor’s Code of Conduct, or in these provisions has occurred or may occur, including but not limited tocontact by a Commonwealth officer or employee which, if acted upon, would violate such ethicalstandards, Contractor shall immediately notify the Commonwealth contracting officer or CommonwealthInspector General in writing.

Page 33

14. Contractor, by submission of its bid or proposal and/or execution of this contract and by thesubmission of any bills, invoices or requests for payment pursuant to the contract, certifies and representsthat it has not violated any of these contractor integrity provisions in connection with the submission of thebid or proposal, during any contract negotiations or during the term of the contract.

15. Contractor shall cooperate with the Office of Inspector General in its investigation of any allegedCommonwealth employee breach of ethical standards and any alleged Contractor non-compliance withthese provisions. Contractor agrees to make identified Contractor employees available for interviews atreasonable times and places. Contractor, upon the inquiry or request of the Office of Inspector General,shall provide, or if appropriate, make promptly available for inspection or copying, any information of anytype or form deemed relevant by the Inspector General to Contractor's integrity and compliance with theseprovisions. Such information may include, but shall not be limited to, Contractor's business or financialrecords, documents or files of any type or form that refers to or concern this contract.

16. For violation of any of these Contractor Integrity Provisions, the Commonwealth may terminate thisand any other contract with Contractor, claim liquidated damages in an amount equal to the value ofanything received in breach of these provisions, claim damages for all additional costs and expensesincurred in obtaining another contractor to complete performance under this contract, and debar andsuspend Contractor from doing business with the Commonwealth. These rights and remedies arecumulative, and the use or non-use of any one shall not preclude the use of all or any other. These rightsand remedies are in addition to those the Commonwealth may have under law, statute, regulation, orotherwise.

17. For purposes of these Contractor Integrity Provisions, the following terms shall have the meaningsfound in this Paragraph 17.

a. “Confidential information” means information that a) is not already in the public domain;b) is not available to the public upon request; c) is not or does not become generally known toContractor from a third party without an obligation to maintain its confidentiality; d) has notbecome generally known to the public through a act or omission of Contractor; or e) has not beenindependently developed by Contractor without the use of confidential information of theCommonwealth.

b. “Consent” means written permission signed by a duly authorized officer or employee ofthe Commonwealth, provided that where the material facts have been disclosed, in writing, bypre-qualification, bid, proposal, or contractual terms, the Commonwealth shall be deemed to haveconsented by virtue of execution of this contract.

c. “Contractor” means the individual or entity that has entered into this contract with theCommonwealth, including those directors, officers, partners, managers, and owners having morethan a five percent interest in Contractor.

d. “Financial interest” means:

(1) Ownership of more than a five percent interest in any business; or

(2) Holding a position as an officer, director, trustee, partner, employee, or holdingany position of management.

e. “Gratuity” means tendering, giving or providing anything of more than nominal monetary

Page 34

value including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans,subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Theexceptions set forth in the Governor’s Code of Conduct, Executive Order 1980-18, the 4 Pa. Code§7.153(b), shall apply.

f. “Immediate family” means a spouse and any unemancipated child.

g. “Non-bid basis” means a contract awarded or executed by the Commonwealth withContractor without seeking bids or proposals from any other potential bidder or offeror.

h. “Political contribution” means any payment, gift, subscription, assessment, contract,payment for services, dues, loan, forbearance, advance or deposit of money or any valuable thing,to a candidate for public office or to a political committee, including but not limited to a politicalaction committee, made for the purpose of influencing any election in the Commonwealth ofPennsylvania or for paying debts incurred by or for a candidate or committee before or after anyelection.

V.38 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010)

For the purpose of these provisions, the term contractor is defined as any person, including, but not limited to, abidder, offeror, loan recipient, grantee or lessor, who has furnished or performed or seeks to furnish or perform,goods, supplies, services, leased space, construction or other activity, under a contract, grant, lease, purchase orderor reimbursement agreement with the Commonwealth of Pennsylvania (Commonwealth). The term contractorincludes a permittee, licensee, or any agency, political subdivision, instrumentality, public authority, or other publicentity in the Commonwealth.

1. The Contractor certifies, in writing, for itself and its subcontractors required to be disclosed or approved bythe Commonwealth, that as of the date of its execution of this Bid/Contract, that neither the Contractor, nor any suchsubcontractors, are under suspension or debarment by the Commonwealth or any governmental entity,instrumentality, or authority and, if the Contractor cannot so certify, then it agrees to submit, along with itsBid/Contract, a written explanation of why such certification cannot be made.

2. The Contractor also certifies, in writing, that as of the date of its execution of this Bid/Contract it has no taxliabilities or other Commonwealth obligations, or has filed a timely administrative or judicial appeal if suchliabilities or obligations exist, or is subject to a duly approved deferred payment plan if such liabilities exist.

3. The Contractor's obligations pursuant to these provisions are ongoing from and after the effective date of theContract through the termination date thereof. Accordingly, the Contractor shall have an obligation to inform theCommonwealth if, at any time during the term of the Contract, it becomes delinquent in the payment of taxes, orother Commonwealth obligations, or if it or, to the best knowledge of the Contractor, any of its subcontractors aresuspended or debarred by the Commonwealth, the federal government, or any other state or governmental entity.Such notification shall be made within 15 days of the date of suspension or debarment.

4. The failure of the Contractor to notify the Commonwealth of its suspension or debarment by theCommonwealth, any other state, or the federal government shall constitute an event of default of the Contract withthe Commonwealth.

5. The Contractor agrees to reimburse the Commonwealth for the reasonable costs of investigation incurred bythe Office of State Inspector General for investigations of the Contractor's compliance with the terms of this or anyother agreement between the Contractor and the Commonwealth that results in the suspension or debarment of thecontractor. Such costs shall include, but shall not be limited to, salaries of investigators, including overtime; travel

Page 35

and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible forinvestigative costs for investigations that do not result in the Contractor's suspension or debarment.

6. The Contractor may obtain a current list of suspended and debarred Commonwealth contractors by eithersearching the Internet at http://www.dgs.state.pa.us/ or contacting the:

Department of General Services

Office of Chief Counsel

603 North Office Building

Harrisburg, PA 17125

Telephone No: (717) 783-6472

FAX No: (717) 787-9138

V.39 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006)

a. Pursuant to federal regulations promulgated under the authority of The Americans With Disabilities Act, 28C.F.R. Section 35.101 et seq., the Contractor understands and agrees that it shall not cause any individual with adisability to be excluded from participation in this Contract or from activities provided for under this Contract onthe basis of the disability. As a condition of accepting this contract, the Contractor agrees to comply with the"General Prohibitions Against Discrimination," 28 C.F.R. Section 35.130, and all other regulations promulgatedunder Title II of The Americans With Disabilities Act which are applicable to all benefits, services, programs,and activities provided by the Commonwealth of Pennsylvania through contracts with outside contractors.

b. The Contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth ofPennsylvania from all losses, damages, expenses, claims, demands, suits, and actions brought by any partyagainst the Commonwealth of Pennsylvania as a result of the Contractor's failure to comply with the provisionsof Subparagraph a. above.

V.40 CONTRACT-031.1 Hazardous Substances (Oct 2006)

The Contractor shall provide information to the Commonwealth about the identity and hazards of hazardoussubstances supplied or used by the Contractor in the performance of the Contract. The Contractor must comply withAct 159 of October 5, 1984, known as the "Worker and Community Right to Know Act" (the "Act") and theregulations promulgated pursuant thereto at 4 Pa. Code Section 301.1 et seq.

a. Labeling. The Contractor shall insure that each individual product (as well as the carton, container or package inwhich the product is shipped) of any of the following substances (as defined by the Act and the regulations)supplied by the Contractor is clearly labeled, tagged or marked with the information listed in Subparagraphs (1)through (4):

1) Hazardous substances:

a) The chemical name or common name,

b) A hazard warning, and

Page 36

c) The name, address, and telephone number of the manufacturer.

2) Hazardous mixtures:

a) The common name, but if none exists, then the trade name,

b) The chemical or common name of special hazardous substances comprising .01% or more of the mixture,

c) The chemical or common name of hazardous substances consisting 1.0% or more of the mixture,

d) A hazard warning, and

e) The name, address, and telephone number of the manufacturer.

3) Single chemicals:

a) The chemical name or the common name,

b) A hazard warning, if appropriate, and

c) The name, address, and telephone number of the manufacturer.

4) Chemical Mixtures:

a) The common name, but if none exists, then the trade name,

b) A hazard warning, if appropriate,

c) The name, address, and telephone number of the manufacturer, and

d) The chemical name or common name of either the top five substances by volume or those substancesconsisting of 5.0% or more of the mixture.

A common name or trade name may be used only if the use of the name more easily or readily identifies the truenature of the hazardous substance, hazardous mixture, single chemical, or mixture involved.

Container labels shall provide a warning as to the specific nature of the hazard arising from the substance in thecontainer.

The hazard warning shall be given in conformity with one of the nationally recognized and accepted systems ofproviding warnings, and hazard warnings shall be consistent with one or more of the recognized systemsthroughout the workplace. Examples are:

· NFPA 704, Identification of the Fire Hazards of Materials.

Page 37

· National Paint and Coatings Association: Hazardous Materials Identification System.

· American Society for Testing and Materials, Safety Alert Pictorial Chart.

· American National Standard Institute, Inc., for the Precautionary Labeling of Hazardous IndustrialChemicals.

Labels must be legible and prominently affixed to and displayed on the product and the carton, container, orpackage so that employees can easily identify the substance or mixture present therein.

b. Material Safety Data Sheet. The contractor shall provide Material Safety Data Sheets (MSDS) with theinformation required by the Act and the regulations for each hazardous substance or hazardous mixture. TheCommonwealth must be provided an appropriate MSDS with the initial shipment and with the first shipmentafter an MSDS is updated or product changed. For any other chemical, the contractor shall provide anappropriate MSDS, if the manufacturer, importer, or supplier produces or possesses the MSDS. The contractorshall also notify the Commonwealth when a substance or mixture is subject to the provisions of the Act.Material Safety Data Sheets may be attached to the carton, container, or package mailed to the Commonwealth atthe time of shipment.

V.41 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006)

The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure theContract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, exceptbona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for thepurpose of securing business. For breach or violation of this warranty, the Commonwealth shall have the right toterminate the Contract without liability or in its discretion to deduct from the Contract price or consideration, orotherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.

V.42 CONTRACT-033.1 Applicable Law (Oct 2006)

This Contract shall be governed by and interpreted and enforced in accordance with the laws of the Commonwealth of Pennsylvania(without regard to any conflict of laws provisions) and the decisions of the Pennsylvania courts. The Contractor consents to thejurisdiction of any court of the Commonwealth of Pennsylvania and any federal courts in Pennsylvania, waiving any claim or defensethat such forum is not convenient or proper. The Contractor agrees that any such court shall have in personam jurisdiction over it, andconsents to service of process in any manner authorized by Pennsylvania law.

V.43 CONTRACT- 034.1b Integration (Nov 30 2006)

This Contract, including the Invitation for Bids, the Contractor's bid, all referenced documents, and any PurchaseOrder constitutes the entire agreement between the parties. No agent, representative, employee or officer of eitherthe Commonwealth or the Contractor has authority to make, or has made, any statement, agreement orrepresentation, oral or written, in connection with the Contract, which in any way can be deemed to modify, add toor detract from, or otherwise change or alter its terms and conditions. No negotiations between the parties, nor anycustom or usage, shall be permitted to modify or contradict any of the terms and conditions of the Contract. Nomodifications, alterations, changes, or waiver to the Contract or any of its terms shall be valid or binding unlessaccomplished by a written amendment signed by both parties.

Page 38

V.44 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006)

In the event there is a conflict among the documents comprising this Contract, the Commonwealth and theContractor agree on the following order of precedence: the Contract; the IFB; and the Contractor's Bid in Responseto the IFB.

V.45 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011)

The terms and conditions of this Contract shall be the exclusive terms of agreement between the Contractor and theCommonwealth. All quotations requested and received from the Contractor are for obtaining firm pricing only.Other terms and conditions or additional terms and conditions included or referenced in the Contractor's quotations,invoices, business forms, or other documentation shall not become part of the parties' agreement and shall bedisregarded by the parties, unenforceable by the Contractor and not binding on the Commonwealth.

V.46 CONTRACT-035.1a Changes (Oct 2006)

The Commonwealth reserves the right to make changes at any time during the term of the Contract or any renewalsor extensions thereof: 1) to increase or decrease the quantities resulting from variations between any estimatedquantities in the Contract and actual quantities; 2) to make changes to the services within the scope of the Contract;3) to notify the Contractor that the Commonwealth is exercising any Contract renewal or extension option; or 4) tomodify the time of performance that does not alter the scope of the Contract to extend the completion date beyondthe Expiration Date of the Contract or any renewals or extensions thereof. Any such change shall be made by theContracting Officer by notifying the Contractor in writing. The change shall be effective as of the date of thechange, unless the notification of change specifies a later effective date. Such increases, decreases, changes, ormodifications will not invalidate the Contract, nor, if performance security is being furnished in conjunction with theContract, release the security obligation. The Contractor agrees to provide the service in accordance with thechange order. Any dispute by the Contractor in regard to the performance required by any notification of changeshall be handled through Contract Controversies Provision.

V.47 CONTRACT-037.1a Confidentiality (February 2012)

a. The Contractor agrees to guard the confidentiality of the Commonwealth’s confidential information with thesame diligence with which it guards its own proprietary information. If the Contractor needs to disclose all orpart of project materials to third parties to assist in the work or service performed for the Commonwealth, it maydo so only if such third parties sign agreements containing substantially the same provisions as contained in thisSection. The Commonwealth agrees to protect the confidentiality of Contractor's confidential information. Inorder for information to be deemed to be confidential, the party claiming confidentiality must designate theinformation as "confidential" in such a way as to give notice to the other party. The parties agree that suchconfidential information shall not be copied, in whole or in part, except when essential for authorized use underthis Contract. Each copy of such confidential information shall be marked by the party making the copy with allconfidentiality notices appearing in the original. Upon termination or cancellation of this Contract or any licensegranted hereunder, the receiving party will return to the disclosing party all copies of the confidentialinformation in the receiving party's possession, other than one copy, which may be maintained for archivalpurposes only. Both parties agree that a material breach of these requirements may, after failure to cure withinthe time frame specified in this Contract, and at the discretion of the non-breaching party, result in terminationfor default.

b. The obligations stated in this Section do not apply to information:

Page 39

(1) already known to the recipient at the time of disclosure other than through the contractual relationship;

(2) independently generated by the recipient and not derived from the information supplied by thedisclosing party;

(3) known or available to the public, except where such knowledge or availability is the result ofunauthorized disclosure by the recipient of the proprietary information;

(4) disclosed to the recipient without a similar restriction by a third party who has the right to make suchdisclosure; or

(5) required to be disclosed by the recipient by law, regulation, court order, or other legal process.

c. There shall be no restriction with respect to the use or disclosure of any ideas, concepts, know-how, or dataprocessing techniques developed alone or jointly with the Commonwealth in connection with services providedto the Commonwealth under this Contract.

V.48 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006)

If, prior to the delivery of the awarded item(s) by the Contractor, a price reduction is announced by the originalequipment manufacturer, a comparative price reduction will be given to the Commonwealth by the Contractor.

V.49 CONTRACT-051.1 Notice (Dec 2006)

Any written notice to any party under this Contract shall be deemed sufficient if delivered personally, or byfacsimile, telecopy, electronic or digital transmission (provided such delivery is confirmed), or by a recognizedovernight courier service (e.g., DHL, Federal Express, etc.) with confirmed receipt, or by certified or registeredUnited States mail, postage prepaid, return receipt requested, and sent to following:

a. If to the Contractor: the Contractor's address as recorded in the Commonwealth's Supplier Registrationsystem.

b. If to the Commonwealth: the address of the Issuing Office as set forth on the Contract.

V.50 CONTRACT-052.1 Right to Know Law (Feb 2010)a. The Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, (“RTKL”) applies to this Contract. For thepurpose of these provisions, the term “the Commonwealth” shall refer to the contracting Commonwealth agency.

b. If the Commonwealth needs the Contractor’s assistance in any matter arising out of the RTKL related to thisContract, it shall notify the Contractor using the legal contact information provided in this Contract. The Contractor,at any time, may designate a different contact for such purpose upon reasonable prior written notice to theCommonwealth.

c. Upon written notification from the Commonwealth that it requires the Contractor’s assistance in responding to a

Page 40

request under the RTKL for information related to this Contract that may be in the Contractor’s possession,constituting, or alleged to constitute, a public record in accordance with the RTKL (“Requested Information”), theContractor shall:

1. Provide the Commonwealth, within ten (10) calendar days after receipt of written notification, access to,and copies of, any document or information in the Contractor’s possession arising out of this Contract that theCommonwealth reasonably believes is Requested Information and may be a public record under the RTKL; and

2. Provide such other assistance as the Commonwealth may reasonably request, in order to comply with theRTKL with respect to this Contract.

d. If the Contractor considers the Requested Information to include a request for a Trade Secret or ConfidentialProprietary Information, as those terms are defined by the RTKL, or other information that the Contractor considersexempt from production under the RTKL, the Contractor must notify the Commonwealth and provide, within seven(7) calendar days of receiving the written notification, a written statement signed by a representative of theContractor explaining why the requested material is exempt from public disclosure under the RTKL.

e. The Commonwealth will rely upon the written statement from the Contractor in denying a RTKL request for theRequested Information unless the Commonwealth determines that the Requested Information is clearly not protectedfrom disclosure under the RTKL. Should the Commonwealth determine that the Requested Information is clearlynot exempt from disclosure, the Contractor shall provide the Requested Information within five (5) business days ofreceipt of written notification of the Commonwealth’s determination.

f. If the Contractor fails to provide the Requested Information within the time period required by these provisions,the Contractor shall indemnify and hold the Commonwealth harmless for any damages, penalties, costs, detriment orharm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damagesassessed against the Commonwealth.

g. The Commonwealth will reimburse the Contractor for any costs associated with complying with these provisionsonly to the extent allowed under the fee schedule established by the Office of Open Records or as otherwiseprovided by the RTKL if the fee schedule is inapplicable.

h. The Contractor may file a legal challenge to any Commonwealth decision to release a record to the public withthe Office of Open Records, or in the Pennsylvania Courts, however, the Contractor shall indemnify theCommonwealth for any legal expenses incurred by the Commonwealth as a result of such a challenge and shall holdthe Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth mayincur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth,regardless of the outcome of such legal challenge. As between the parties, the Contractor agrees to waive all rightsor remedies that may be available to it as a result of the Commonwealth’s disclosure of Requested Informationpursuant to the RTKL.

i. The Contractor’s duties relating to the RTKL are continuing duties that survive the expiration of this Contract andshall continue as long as the Contractor has Requested Information in its possession.

Page 41

Office Supplies Bid 6100023523 Attachment A Bid Work Sheet

Supplier____________Staples_________________________________Supplier Number ________100631______________________________

Description UOM Manufacturer Name Manufacturer Part Number Pack Size

FOB Delivered

Price1 Battery, AAA, 12/Pk PK Duracell DURMN24RT12Z 24 $2.982 Battery, alkaline AA, 12/Pk PK Duracell DURMN15RT12Z 24 $3.023 Battery, alkaline, pro-cell AAA EA Duracell PC2400BKD 1 $0.274 Battery, D, 8/Pk PK Duracell DURMN13RT8Z 8 $7.405 Battery, pro-cell 9 Volt EA Duracell PC1604BKD 1 $0.956 Battery, pro-cell C EA Duracell PC1400 1 $0.417 Battery, pro-cell D EA Duracell PC1300 1 $0.528 Battery, pro-cell, AA EA Duracell PC1500BKD 1 $0.269 Battery, rechargeable AA, 8/Pk PK Duracell DURDC1500B8N 8 $8.54

10 Binder D-ring view binder, blue, 275-sheet capacity, 1" EA Staples STP13399 1 $2.3611 Binder, clean touch, antimicrobial protected round ring, view, white, 200-sheet capacity, 1" (ring diameter) EA Samsill SAM18237 1 $0.8112 Binder, economy ,round ring, blue, 375-sheet capacity, 2" (ring diameter) EA Avery 03500 1 $1.5613 Binder, economy round ring, black, 175-sheet capacity, 1" (ring diameter) EA Avery 03301 1 $0.9514 Binder, economy round ring, black, 375-sheet capacity, 2" (ring diameter) EA Avery 03501 1 $2.0215 Binder, economy view with round rings, white, 220-sheet capacity, 1" (ring diameter) EA Simply STP21684CC 1 $0.8116 Binder, economy, round ring, black, 100-sheet capacity, 1/2" (ring diameter) EA Avery K31105BK/03201 1 $0.7717 Binder, economy, round ring, black, 275-sheet capacity, 1 1/2" (ring diameter) EA Avery 03401 1 $1.2918 Binder, economy, round ring, black, 460-sheet capacity, 3" (ring diameter) EA Avery 03602 1 $2.5019 Binder, economy, round ring, with label holder, blue, 375-sheet capacity, 2" (ring diameter) EA Avery 04500 1 $1.7420 Binder, flexible round ring, blue, 175-Sheet capacity, 1" (ring diameter) EA Avery 17675 1 $1.5221 Binder, heavy-duty, view with one touch ring, navy blue, 275-sheet capacity, 1" (ring diameter) EA Avery AVE79809 1 $2.3622 Binder, heavy-duty, view with one touch ring, white, 670-sheet capacity, 3" (ring diameter) EA Avery AVE9193 1 $3.5323 Binder, hinge pressboard, black, 8 1/2" x 14" EA Smead 81132 1 $0.8724 Binder, non-stick, heavy-duty, easy open slant ring, view, black, 500-sheet capacity, 2" (ring dameter) EA Avery AVE05500 1 $1.0925 Binder, pressboard, black, 11" x 8 1/2" EA Smead 81152 1 $0.7626 Binder, ring, black, 600-sheet capacity, 3" EA Avery AVE27650 1 $2.5027 Binder, showcase view wth round ring, black, 175-sheet capacity, 1" (ring diameter) EA Avery AVE19600 1 $0.8128 Binder, view with EZ-Turn ring, white, 175-Sheet Capacity, 1" (ring diameter) EA Avery 68082 1 $5.0329 Binder, view with round ring, white, 100-sheet capacity, 1/2" (ring diameter) EA Avery AVE19551 1 $0.7930 Binder, view with slant ring, black, 480-sheet capacity, 2" (ring diameter) EA Avery 09544/09500 1 $3.0831 Binder, view with slant ring, white, 600-sheet capacity, 3" (ring diameter) EA Avery AVE09701 1 $3.5332 Binder, view with slant ring, white, 700-sheet capacity, 4" (ring diameter) EA Avery AVE09801 1 $4.0333 Binder, vinyl, white, 220 sheet capacity, 2" (ring diameter) EA Wilson Jones 36620 1 $4.0634 Board, dry-erase, mahogany frame, 3'w x 2'h 3X2 w/grid EA Quartet Prestige TE543M 1 $28.2935 Book, record, black, 7 1/4" x 11 3/4", 300 pages EA Staples 18842 1 $2.5936 Book, record, ruling, 7 1/2" x 12 1/8", 500 pages/black EA Esselte ESS66500R 1 $16.5337 Book, record,ruling, 300 pages, 35 lines per page EA Esselte 66300R 1 $9.8638 Bottle moistener, 3 5/8"h x 1 1/2"d EA Staples STP160788 1 $0.0839 Calculator, 8-digit display, 2.24"W x 4.02"L, solar powered with battery backup EA Staples SPL130CC 1 $0.7940 Calculator, 8-digit display, 4.33"W x 2.67"L, solar powered with battery backup EA Staples SPL170XCC 1 $1.4541 Calculator, printing EA Sharp SHREL2196BL 1 $6.5242 Calendar Refill, Jan.-Dec., Desk, 3 1/2" x 6" 2-Page-Per-Weekday Refill EA Mead E71750 1 $0.7143 Calendar, 2013 recycled 1-page-per-month, jan.-dec., desk pad, 22" x 17" EA Mead SK2400 1 $1.8244 Cards, business, laser, white, 2" x 3 1/2", 250/pk PK Avery 5371 1000 $1.7245 Case, jewel Cases, assorted transparent colors, 25/pk PK Staples STP10380CC 40 $1.6246 CD-R spindle, 700MB, 80-minute, clear, 100/pk PK Staples 10366 100 $10.0947 Chairmat, for commercial grade or low-pile carpets, no lip, rectangular, 46" x 60" EA Staples 20233CC 1 $18.9548 Chairmat, for commercial grade or low-pile carpets, wide lip, 45" x 53" EA Staples 12182764435 1 $15.3549 Cleaner, dry erase, pump spray, 8 oz. EA Sanford 81803 1 $0.7150 Clipboard, hardboard, legal, brown, 9" x 15 1/2" EA OIC OIC83501 1 $0.4651 Clipboard, hardboard, letter, brown, 9" x 12 1/2" EA OIC OIC83500 2 $0.3552 Clipboard, hardboard, letter, brown, 9" x 12 1/2", 3/Pk PK OIC OIC83505 2 $1.0553 Clips, binder multipack, mini, 3/5" width, 1/4" capacity, 144/Pk PK Staples STP15338 60 $0.84

Office Supplies Bid 6100023523 Attachment A Bid Work Sheet

54 Clips, binder multipack, small, 3/4" width, 3/8" capacity, 144/Pk PK Staples STP32002 144 $1.5255 Clips, binder, large, 2" width, 1" capacity, black, 12/Pk DZ Staples STP10669 12 $0.9056 Clips, binder, medium, 1 1/4" width, 5/8" capacity, black, 12/Pk DZ Staples 15351CC 24 $0.2857 Clips, binder, small, 3/4" width, 3/8" capacity, black, 12/Pk DZ Staples STP15350 12 $0.1258 Clips, paper, #1, smooth, 1,000/pk PK Staples STP72377 1000 $0.9559 Clips, paper, jumbo, smooth, 1000/pk PK Staples STP72578 1000 $2.4060 Clips, paper, smooth, giant, .045 thickness, 100/bx BX Staples 72578 100 $0.2461 Correction fluid, white, 20 ml EA BIC 50621 1 $0.2862 Crayons, Standard, 8-colors, Assorted, 3 5/8" x 5/16" BX Binney & Smith BIN52008W 8 $0.2563 Cube clip, white, 20/bx BX Staples 33455 20 $0.7064 Diary, 2013 standard recycled daily reminder, red, 5 3/4" x 8 1/2" EA Mead SD38913 1 $17.1565 Discs, CD-recordable, 48X, jewel case, silver EA Imation IMN41181 30 $0.1666 Dividers, big tab, insertable, 8 tab, multicolor, 8 1/2" x 11" ST Avery 11111 1 $0.3667 Dividers, big-tab, copper reinforced insertable, 5-tab, multicolor, 8 1/2" x 11" ST Avery AVE23280 6 $0.1168 Dividers, big-tab, insertable, 5 tab, multicolor, 8 1/2" x 11" ST Avery 11109 6 $0.1169 Dividers, collated legal exhibit, 1-25 tab, White, 8 1/2" x 11" ST Avery 11370 1 $0.6170 Dividers, economy insertable dividers, 8 tab, clear, 8 1/2" x 11" ST Avery 11468 6 $0.1571 Dividers, insertable reference, 5-tab, multicolor, 9" x 11" ST Staples 13485/11109 6 $0.1172 Dividers, insertable reference, 8-tab, multicolor, 9" x 11" ST Staples STP13487 6 $0.1673 Dividers, insertable reference, clear, 5-tab, 8 1/2" x 11" ST Staples STP13491 6 $0.1174 Dividers, insertable tab, 5-Tab, multicolor, 8 1/2" x 11", 6/pk PK Staples 13518/14484 6 $0.6575 Dividers, insertable tab, 8-tab, clear, 8 1/2" x 11", 6/pk PK Staples 13521/14487 6 $0.9076 Dividers, insertable, 5-tab, multicolor, 8 1/2" x 11" ST Avery AVEUD2135 6 $0.1177 Dividers, insertable, 8-tab, multicolor, 8 1/2" x 11" ST Avery 11467 10 $0.1178 Dividers, insertable, copper reinforced, 8-tab, clear, 8 1/2" x 11" ST Avery AVE23285 6 $0.1579 Dividers, insertable, reference, 8-tab, clear, 8 1/2" x 11" ST Staples STP13493 1 $0.5980 Dividers, insertable, reference, white paper, double-gold reinforced, 5-Tab, multicolor, 8 1/2" x 11" ST Staples STP13489 1 $0.3481 Dividers, insertable, reference, white paper, double-gold reinforced, 8-Tab, multicolor, 8 1/2" x 11" ST Staples STP13492 1 $0.5982 Dividers, table of contents, 1-15 tab, multicolor, 8 1/2" x 11" ST Avery AVE11143 1 $1.1983 Dividers, table of contents, 1-31 tab, multicolor, 8 1/2" x 11" ST Avery AVE11129 1 $1.8984 Dividers, table of contents,1-15 tab, multicolor, 8 1/2" x 11", 6/pk PK Avery AVE11197 1 $7.1485 Dividers, write-on tab, erasable laminated tabs, 5-tab, white, 8 1/2" x 11" ST Avery 23075 1 $0.3486 Dividers, write-on, tab, erasable laminated tabs, 8-tab, white, 8 1/2" x 11" ST Avery 23078 1 $0.5087 Dust destroyer 10oz 2pk PK Staples 5010522 12 $2.9888 Duster, compressed gas, 7 oz., 12/Pk PK Falcon Safety Products DPSM12 12 $17.8789 Duster, jumbo disposable, 17 oz., 2/Pk PK Falcon Safety Products FALDPSJMB2 1 $7.7090 Duster,compressed gas, 7 oz. 2/pk EA Falcon Safety Products DPSM 12 $1.4991 DVD+R spindle, 4.7GB, 120-minute, 100/pk PK Staples STP12734 50 $11.2292 DVD-R spindle, 4.7GB, 120-minute, 100/pk PK Imation IMN18059 50 $12.0693 Envelopes, CD/DVD, white, 5x5, 50/bx BX Staples STP459599 50 $0.7394 Eraser cap, assorted colors, 12/pk DZ Staples STP10432CC 12 $0.1295 Eraser for dry-erase board EA Staples 13612 1 $0.4196 Eraser with grip, assorted barrels, 3/pk PK Pentel ZE21BP3K6 2 $0.9597 Eraser, cap, pink, 12/pk DZ Staples 10903US 12 $0.1298 Fastener, 2-piece prong fasteners, complete unit, 2 3/4" center-to-center, 2" capacity, 50/bx BX OIC 99852 50 $0.9099 Fastener, 2-piece prong, base only, 2 3/4" center-to-center, 2" capacity, 100/bx BX OIC 99854 100 $1.04

100 Fastener, 2-piece prong, complete unit, 2 3/4" center-to-center, 2" capacity, 50/bx BX OIC 99852 50 $0.90101 Fastener, reinforced self-adhesive, 2 3/4" center-to-center, 2", 100/pk BX Smead SMD68215 100 $1.94102 File folder, reinforced manila end-tab, straight cut, 9 1/2" high front, legal-size holds 8 1/2" x 14", 100/bx BX Smead 27110 250 $9.08103 File, folder, reinforced manila end-tab,straight cut, 9" high front, letter size holds 8 1/2" x 11", 100/bx BX Smead SMD24109 100 $9.47104 File, pocket, end tab, letter, 5 1/4" xxpansion, 10/bx BX Smead SMD73790 10 $18.89105 File, pocket, end-tab manila, letter, 3 1/2" expansion, 10/bx BX Smead ETMC1524E 25 $10.15106 File, pocket, extra-wide end tab, legal, 5 1/4" expansion, 10/bx BX Smead 74691 10 $17.86107 Film, correction, 1/5" x 355", 2/pk PK PaperMate PAP87813 2 $1.36108 Film, correction, non-refillable, 1/5" x 27.9' EA PaperMate PAP06604 2 $0.68109 Fingers, rubber, large, #12, 1/Pk DZ Cosco 98130 12 $0.38110 Fingers, rubber, medium, #11 1/2, 12/Pk DZ Cosco 98173 12 $0.38111 Flags, arrow, blank, assorted colors, 1/2" x 1 3/4", 96/pk PK 3M Corporation MMM684ARR3 125 $0.45112 Flags, pop-up, with dispenser, blank, red, 1" x 1 7/10", 50/pk PK Staples 14110 100 $1.13113 Folder, 100% recycled top-tab expanding pockets, letter, 5 1/4" expansion EA Esselte 645274/E1534G 50 $0.55

Office Supplies Bid 6100023523 Attachment A Bid Work Sheet

114 Folder, classification, top tab, 3 partitions/8 fasteners, letter-size Holds 8 1/2" x 11, red, 20/bx BX Staples 614411 20 $23.51115 Folder, classification,6 parts/2 partitions, letter-size holds 8 1/2" x 11, bright yellow, 5/pk PK Staples STP98717 5 $5.03116 Folder, end-tab pressboard classification, letter, green EA SJ Paper SJPS60431 10 $1.69117 Folder, file drawer pockets, letter, 3 1/2" expansion, 10/bx BX Staples 704446 10 $7.67118 Folder, file drawer pockets, letter, 5 1/4" expansion, 10/bx BX Staples STP704389 10 $7.63119 Folder, hanging, 1 3/4" capacity, standard green, letter, holds 8 1/2"h x 11"w, 25/bx BX Smead 64218 25 $36.97120 Folder, hanging, 100% recycled, standard green, legal, holds 8 1/2"h x 14"w, 25/bx BX Staples 566913 25 $4.15121 Folder, hanging, box bottom, 2" capacity, standard green, letter, holds 8 1/2"h x 11"w, 25/bx BX Esselte 4152X2 25 $5.77122 Folder, hanging, reinforced, standard green, letter, holds 8 1/2"h x 11"w, 25/x BX Staples STP729554 25 $4.56123 Folder, hanging, standard green, legal-size holds 8 1/2"h x 14"w, 25/bx BX Staples 163352 25 $4.13124 Folder, hanging, standard green, legal-size holds 8 1/2"h x 14"w, 50/bx BX Staples 490853 50 $9.45125 Folder, hanging, standard green, letter, holds 8 1/2"h x 11"w, 25/bx BX Staples STP116764 25 $3.84126 Folder, hanging, standard green, letter-size holds 8 1/2"h x 11"w, 25/bx BX Staples 116806 25 $4.56127 Folder, heavy-duty top-tab file pockets, legal, 3 1/2" expansion, 10/bx BX Staples STP704400 25 $4.71128 Folder, heavy-duty top-tab file pockets, letter, 5 1/4" expansion, 10/bx BX Staples STP704359 50 $5.48129 Folder, red-rope top-tab file pockets, 5 1/4" expansion, letter, 10/Bx BX Staples STP418335 50 $5.48130 Folder, reinforced top-tab fastener, legal-size holds 8 1/2" x 14", manila, 50/bx BX Staples 831057 50 $9.64131 Folder, top tab classification, 2 partitions/6 fasteners, letter-size holds 8 1/2" x 11, red, 20/bx BX Staples 614615 20 $15.54132 Folder, top-tab blue pressboard fastener folders, 1" expansion, letter-size, 25/bx BX Staples 765560 50 $5.37133 Folder, top-tab expanding pockets, 3 1/2" expansion, letter-size holds 8 1/2" x 11", 10/bBx BX Esselte 35247 50 $4.92134 Folder, top-tab file pockets, 5 1/4" expansion, letter, 10/bx BX Smead SMD73234 50 $5.48135 Folder, top-tab file pockets, legal, 5 1/4" expansion, 10/bx BX Smead SMD74234 50 $6.52136 Folder, top-tab file pockets, letter, 7" expansion, 5/bx BX Smead SMD73395 5 $4.94137 Folder, top-tab file pockets, red-rope gusset with mylar strip reinforcement, 1 3/4" expansion, letter, 25/bx BX Staples STP435065 25 $10.66138 Folder, top-tab file pockets, red-rope gusset with mylar strip reinforcement, letter, 3 1/2" expansion, 25/bx BX Staples STP418293 50 $12.31139 Folder, top-tab file pockets, tear-resistant tyvek gusset, 3 1/2" expansion, legal, 25/bx BX Staples 704428 25 $11.77140 Folder, top-tab manila file pockets, letter, 1" expansion, 50/bx BX Smead 75487 50 $20.00141 Folder, wallets, legal, 10"h x 15"w, 3 1/2" expansion, 10/bx BX Staples STP418269 10 $9.66142 Folder, wallets, legal, 10"H x 15"W, 5 1/4" expansion, 10/bx BX Staples 422618 10 $9.94143 Folder, water resistant wallets, redrope/manila, letter size, 10" x 12 3/8", 5 1/4", 10/bx BX Smead 71164 10 $8.12144 Folder,top tab classification, 1 partition/4 fasteners, legal-size holds 8 1/2" x 14", red, 20/bx BX Staples 614436 20 $15.65145 Folders, reinforced top-tab, 1/5 cut, manila, letter-size, holds 8 1/2" x 11", 100/bx BX Staples 509000 100 $7.67146 Folders, reinforced, top-tab, 1/3 cut, manila, letter-size, holds 8 1/2" x 11", 100/bx BX Staples 606806 100 $7.97147 Folders, top-tab, 1/2 cut, manila, letter-size, holds 8 1/2" x 11", 100/bx BX Staples 116855 100 $6.04148 Folders, top-tab, 1/3 cut, manila, legal-size, holds 8 1/2" x 14", 100/bx BX Staples 163360 100 $6.34149 Folders, top-tab, 1/5 cut, manila, letter-size, holds 8 1/2" x 11", 100/bx BX Staples 116699 100 $5.73150 Folders, top-tab, 100% recycled, colored 1/3 Cut, assorted, letter-size Holds 8 1/2" x 11", 50/bx BX Staples 452829 100 $4.10151 Folders, top-tab, colored, 1/3 Cut, green, letter-size, holds 8 1/2" x 11", 100/bx BX Staples 224543 100 $7.66152 Folders, top-tab, straight cut, manila, letter-size, holds 8 1/2" x 11", 100/bx BX Staples 116723 100 $5.63153 Folders, top-tab.straight cut, colored, green, letter-size, holds 8 1/2" x 11", 100/bx BX Staples C21 GRE 100 $7.09154 Glue stick, permanent, clear, small, .26 oz., 18/Pk PK Avery 98001 36 $0.63155 Highlighter with grip, chisel tip, yellow ink, 12/pk DZ Bic BIC316720 12 $1.03156 Highlighter, brite liner grip, chisel tip, yellow, 12/pk EA Bic 31255 6 $0.08157 Highlighter, fluorescent yellow, 12/pk DZ Avery AVE98035 12 $1.41158 Highlighter, fluorescent, chisel tip, yellow ink, 12/pk DZ Staples STP10401CC 12 $1.41159 Highlighter, grip, fluorescent yellow, 12/pk EA Sanford SAN21825 12 $0.12160 Highlighter, retractable, chisel tip, yellow ink, 12/pk DZ Sanford SAN28025 12 $3.27161 Highlighter, sharpie, tank-style, fluorescent orange, 12/pk DZ Sanford SAN25006 12 $2.13162 Highlighter, tank- style, chisel tip, yellow ink, 12/pk DZ Sanford SAN25005 12 $1.41163 Highlighter, tank-style, blue, 12/pk DZ Sanford SAN25010 12 $1.44164 Highlighter, tank-style, chisel tip, fluorescent yellow ink DZ Sanford 25025 12 $1.41165 Highlighter, tank-style, chisel tip, lavender ink DZ Sanford 25019 12 $2.47166 Highlighter, tank-style, fluorescent green, 12/pk DZ Sanford SAN25026 12 $1.44167 Highlighter, tank-style, fluorescent orange, 12/pk DZ Sanford SAN25006 12 $2.13168 Highlighter, tank-style, fluorescent pink, 12/pk DZ Sanford SAN25009 12 $2.13169 Highlighter,chisel tip, assorted colors, 12/Pk pk DZ Sanford SAN25053 12 $0.87170 Holder, forms, aluminum, top opening, 8 1/2" x 12" EA Adams AFH13 1 $2.31171 Hole reinforcements, 200 labels per roll, clear, 1/2" diameter, 200 /pk PK Avery AVE05721 1000 $0.34172 Imation CD-recordable discs, 52X CD-R, branded, 700MB, 80-Minute, 50/Pk PK Imation IMN17301 100 $5.05173 Imation CD-rewritable media, 700MB, 80-Minute, 10/Pk PK Imation IMN40955 10 $3.04

Office Supplies Bid 6100023523 Attachment A Bid Work Sheet

174 Index cards, ruled, white, 3"h x 5"w, 100/pk PK Esselte 31 100 $0.21175 Index cards, ruled, white, 5"h x 8"w, 100/pk PK Esselte 51 500 $0.55176 Label maker EA Brother PT1290 1 $16.67177 Label, black on white D1, 1/2" x 23' EA Dymo DYM45013 1 $5.03178 Label, printer 450 EA Dymo 1752264 1 $26.21179 Label, white address, 1 1/8" x 3 1/2", 260/Roll, 2 Rolls BX Dymo 30320 700 $5.53180 Labeler, tape, M Series non-laminated, M231, black on white, 1/2"W x 26.2'L EA Brother BRTM231 1 $3.00181 Labels, address, easy peel, laser, 30 labels per sheet, white, 1"h x 2 5/8"w, 750 labels/pk PK Avery 5260 750 $1.47182 Labels, address, easy peel, laser, white, 14 labels per sheet, 1 1/3"h x 4"w, 1,400 labels/bx BX Avery AVE5162 3500 $2.88183 Labels, address, inkjet/laser, 14 labels per sheet, white, 1 1/3"h x 4"w, 1,400 labels/bx BX Staples 18059/SIWO120 1400 $4.46184 Labels, address, inkjet/laser, 30 labels per sheet, white, 1"h x 2 5/8"w, 7,500 labels/bx BX Staples 18063/SIWT100 7500 $10.64185 Labels, CD/DVD, 50/Pk PK Staples STP33013 50 $1.03186 Labels, permanent, CD/DVD labels for color laser printers, 2 labels per sheet, white, 4 1/2" diameter, 30 PK Avery AVE6692 50 $0.62187 Labels, reinforcements, white, 1/4" diameter, 200/pk PK Avery AVE05729 1000 $0.31188 Labels, removable, laser and inkjet, file folder, 30 labels per sheet, white, 2/3" x 3 7/16", 750/Pk PK Avery 08066/08205 750 $8.21189 Labels, shipping, inkjet/laser, 10 labels per sheet, white, 2"h x 4"w, 2,500 labels/bx BX Staples 18066/SIWT130 2500 $8.69190 Labels, white address, 1 1/8" x 3 1/2", 350/Roll, 2 Rolls BX Dymo DYM30252 700 $7.44191 Lead, refill, 0.5 mm, 12/tb EA Pentel C505HB 1 $0.22192 Lead, refill, 0.7 mm, 12/tb EA Pentel 50HB 1 $0.21193 Lead, refill, 0.7 mm, medium, 3/pk PK Staples STP10406 3 $0.19194 Lead, refill, hi-polymer, 0.5 mm, 12/tb EA Pentel PENC5052H 1 $0.22195 Letter opener, 2 7/8", 2/pPk PK Staples STP18006CC 2 $0.31196 Letter opener, chrome-plated, 9 1/8" EA Staples STP10618CC 1 $0.18197 Mailer, diskette, 3-1/2 or 5-1/4, redi-file 10-pack, white EA Quality Park QUA64112 6 $0.09198 Mailer, self-sealing, bubble-lined, #0, 6" x 9", 12/pk PK Staples 1046133 1 $0.84199 Marker, large, permanent, chisel tip, black EA Avery AVE08888 12 $0.09200 Marker, permanent, bullet tip, black EA Avery AVE24878 1 $0.23201 Marker, permanent, chisel tip, black ink, 12/pk DZ Staples STP10403CC 12 $1.02202 Marker, permanent, fine tip, black ink, 12/pk DZ Bic 31531/GPM11BK 12 $1.58203 Marker, permanent, fine tip, red ink, 12/pk DZ Sanford 30002 12 $1.58204 Marker, permanent, jumbo chisel-tip, black ink, 12/pk DZ Avery AVE24148 4 $7.68205 Marker, permanent, large chisel-tip, black ink, 12/pk DZ Avery AVE98028 12 $1.02206 Marker, sharpie twin-tip permanent, fine/ultra- fine tip, black ink, 12/pk DZ Sanford 32001 12 $0.73207 Marker, sharpie, permanent, fine point, red EA Sanford 30002 12 $0.13208 Marker, sharpie, permanent, ultra fine point, black, 1/pk EA Sanford SAN37001 12 $0.15209 Marker, sharpie, permanent, ultra-fine tip, black ink, 12/pk DZ Sanford SAN37001 12 $1.81210 Marker, sharpie, permanent, ultra-fine tip, red ink, 12/pk DZ Sanford 37002 12 $2.47211 Marker, super-size sharpie, permanent, fine tip, black ink, 12/pk DZ Sanford SAN33001 12 $1.58212 Markers, dry erase, chisel tip, assorted colors, 4/pk PK Staples 10429US 4 $0.41213 Moistener, envelope, dab 'n seal 50 ml, 2/Pk PK Clarence J. Venne, Inc. 56286 2 $0.85214 Moistener, hygienic fingertip 1.75 oz. PK Lee 10136 3 $0.69215 Notebook, 1-subject, wirebound, college ruled, 100 sheets, 8 1/2" x 11", 3/pk PK Staples 11671AMUS 3 $1.59216 Notebook, action planner, 1-subject, 8 1/2" x 11", 80 sheets EA Mead 6064 1 $2.59217 Notebook, composition book, black marble, wide ruled, 7 1/2" x 9 3/4", 100 sheets, 2/pk PK Staples 201384FCC 2 $1.14218 Notebook, composition, black marble, college/margin ruled, 10" x 7 7/8", 80 sheets EA National Brand RED43461 1 $0.46219 Notebook, reporter's, 4" x 8", gregg ruling, 70 sheets EA Ampad 25280 12 $0.67220 Notebook, reporter's, gregg ruled, 4" x 8", 70 sheets, 12/pk DZ Ampad 25280 1 $8.03221 Notebook, steno, green, gregg ruling, 6" x 9", 80 sheets EA Ampad 25274 1 $0.45222 Notebook, steno, recycled, 6" x 9", gregg ruled, white, 80 Sheets EA Ampad 25774 1 $0.42223 Notebook, steno, recycled, white, gregg ruled, 6" x 9", 80 sheets/book, 12/pk DZ Staples 18585 1 $5.04224 Notebook, steno, white, gregg ruling, 6" x 9", 80 sheets DZ Staples 18584 1 $5.04225 Notebook, wirebound spiral memo, top-opening, college ruled, 3" x 5", 75 sheets/Pad, 5 pads/pk PK Staples STP11491 5 $0.50226 Organizer, flexi-view, six-pocket, organizer, navy blue, 8 1/2" x 11" EA Avery 47696 1 $0.86227 Organizer, vertical, 5 compartments, black, 8 1/8"H x 12"W x 11"D EA MMF Industries MMF2645004 1 $2.49228 Pads, easel, post-it-notes, self-stick, 30 sheets, unruled, white, 30"h x 25"w, 2/ct CT 3M Corporation 559 1 $6.50229 Pads, easel, sugarcane-based, plain, 34"h x 27"w, 50 sheets/pad, 4/ct CT Staples STP17639 4 $16.41230 Pads, scratch, 3" x 5", blank, 100 sheets/pad DZ Staples STP18603 12 $1.02231 Pads, scratch, 5" x 8", blank, 100 sheets/pad DZ Staples 18604 12 $2.93232 Pads, writing, glue-top, wide ruled, white, 8 1/2" x 11", 50 sheets/pad, 12/pk DZ Staples STP18605 12 $3.57233 Pads, writing, perforated, narrow ruled, white, 5" x 8", 50 sheets/Pad, 12/pk DZ Staples 18575 12 $1.81

Office Supplies Bid 6100023523 Attachment A Bid Work Sheet

234 Pads, writing, perforated, wide ruled, canary, 10 11/16" x 8 1/2", 50 sheets/pad, 12/pk DZ Staples 11301 12 $2.77235 Pads, writing, perforated, wide ruled, canary, 8 1/2" x 14", 50 sheets/pad, 12/pk DZ Staples 11302 12 $3.28236 Pads, writing, perforated, wide ruled, white, 10 11/16" x 8 1/2", 50 sheets/pad, 12/pk DZ Staples 18574 12 $3.33237 Pen, anchor with base, 24 chain, black ink EA Staples STP4921 1 $0.24238 Pen, correction liquid, all-purpose 6.8 ml EA PaperMate 5620115 1 $0.78239 Pen, correction, multi-purpose, 7 ml, white EA Pentel ZL62W 4 $0.62240 Pen, dri mark counterfeit money detector, 12/Bx BX Dri Mark Products, Inc. 351R1 12 $8.28241 Pen, refill, anchor, black EA Staples STP4921R 1 $0.14242 Pencils, automatic, 0.5mm, black barrel, 12/pk DZ Pentel AL25TA 12 $0.41243 Pencils, faber castell col-erase erasable, carmine red, 12/Pk DZ Sanford 20045 12 $1.69244 Pencils, yellow, no. 2, soft, 12/pk DZ Staples 10504 12 $0.37245 Pins, push, translucent, assorted colors, plastic, 200/pk PK OIC 614312 500 $0.31246 Planner, monthly, 2013, jan.-dec., black, 6 7/8" x 8 3/4" EA Mead 7012005 1 $6.50247 Plastic tabs and paper inserts for hanging file folders, clear, 3 1/2", 50/pk PK Staples 380431 50 $1.31248 Portfolio, 100% recycled, twin-pocket, blue, 8 1/2" x 11", 10/pk PK Esselte 571 25 $1.12249 Portfolio, 100% recycled, twin-pocket, red, 8 1/2" x 11", 10/pk PK Esselte 573 10 $1.36250 Portfolio, twin-pocket linen paper, navy, 25/bx BX Esselte 53443 25 $2.78251 Portfolio, twin-pocket, assorted colors, 10/pk PK Staples 13366CC 1 $0.70252 Portfolio, twin-pocket, burgundy, 8 1/2" x 11", 25/bx BX Esselte 57557 25 $2.81253 Portfolio, twin-pocket, dark blue, 10/pk PK Staples 13377CC 25 $1.11254 Portfolio, twin-pocket, poly with fasteners, 8 1/2" x 11", black EA Staples 21642CC/20631 1 $0.31255 Portfolio, twin-pocket, poly, without fasteners, black EA Staples 21638CC/20633 1 $0.26256 Post-It flags in dispenser, blank, red, 1" x 1.7", 600/bx BX 3M Corporation 680RD212PK 100 $6.78257 Post-It flags with pop-up dispenser, blank, red, 1" x 1 3/4", 24/pk BX 3M Corporation MMM680124 100 $0.27258 Post-it-notes, ruled, canary yellow, 3" x 3", 12/pk PK 3M Corporation 63012PK 12 $7.20259 Post-it-notes, self-stick, removable, blank, 3" x 3", yellow, 12/pk PK Staples STP11556 18 $1.24260 Post-it-notes, self-stick, removable, blank, yellow, 1 1/2" x 2", 12/pk DZ Staples S152YW 36 $0.31261 Post-it-notes, self-stick, removable, blank, yellow, 3" x 5", 12/pk DZ Staples 17766 12 $2.06262 Pouches laminating, letter, 3 Mil, 9" x 11 1/2", 50/pk PK Staples STP17467 50 $1.80263 Pouches, heat seal, letter size speed, 5 mil, 11 1/2" x 9", 100 per pack BX GBC GBC3200716 100 $15.09264 Pouches, laminating, heatseal ultra clear letter size, 3 mil, 9" x 11 1/2", 100/pk BX GBC GBC3745022 50 $3.60265 Pouches, laminating, index cards, 5 mil, 3 1/2 x 5 1/2, 25/pk PK Staples STP17471 25 $0.56266 Pouches, laminating, letter, 5 mil, 9" x 11 1/2", 100/bx PK Staples STP17468 100 $6.72267 Punch, 2-hole, 28sheets/20 lb, black EA Staples 10575 1 $1.29268 Punch, 3-hole, heavy duty, 24 sheet capacity/20 lb. paper, black EA Swingline SWI74150 1 $4.54269 Punch, adjustable 3-hole punch, 10 sheet/20 lb., black EA Staples 10574 1 $1.40270 Pushpins, translucent, assorted colors, plastic, 200/pk PK OIC OIC35710 500 $0.31271 Register paper, thermal, 3 1/8" x 230', 50 rolls/ct CT Staples STP386659 50 $47.82272 Report cover, press lock, clear front, blue, 8 1/2" x 11" EA Esselte 52702 1 $0.33273 Report cover, pressboard side-binding, black, 8 1/2" x 11" EA Esselte 12906 5 $0.74274 Report cover, pressboard, side bound, dark green, 8 1/2" centers, letter size 8 1/2" x 11" EA ACCO Brands 25976 1 $0.61275 Report cover, pressboard, side bound, light blue, 8 1/2" centers, letter size 8 1/2" x 11" EA ACCO Brands 25972 1 $0.61276 Report cover, pressboard, side-binding, black, 11" x 17" EA Esselte 13206 12 $0.07277 Report cover, pressboard, side-binding, black, 8 1/2" x 11" EA Esselte 12906 5 $0.74278 Report cover, side bound, black, 8 1/2" centers, letter size 8 1/2" x 11" EA ACCO Brands 25071 5 $0.74279 Ribbon, typewriter, correctable, black EA Dataproducts DPSR5110 1 $1.79280 Rubber bands in assorted colors and sizes, 1/pk PK Staples STP18214CC 200 $0.26281 Rubber bands in assorted colors, 7" x 1/8", 24/pk PK Staples STP18213 24 $0.50282 Rubber bands, #117B, 7" x 1/8", 250/Bx BX Alliance Rubber Company ALL25405 1 $1.61283 Rubber bands, #18, 3" x 1/16", 1,900/bx BX Alliance Rubber Company 24185 1 $1.66284 Rubber bands, #18, 3" x 1/20", 460/Pk PK Staples STP18147 1 $0.36285 Rubber bands, #32, 3" x 1/8", 900/Pk PK Staples 17783US 1 $1.61286 Rubber bands, #64, 3 1/2" x 1/4", 380/pk PK Staples STP17785 1 $1.61287 Ruler, 12", clear EA Acme United Corporation 45012 1 $0.31288 Ruler, double metal edge, 12" EA Acme United Corporation ACM05221 1 $0.32289 Sharpener, pencil , electric, light-duty, silver/black EA Staples 34462 1 $7.08290 Sharpener, pencil, electric, charcoal EA Elmer's Products, Inc. 1799 1 $10.49291 Sharpener, pencil, nickel plated EA Elmer's Products, Inc. EPI1031 1 $4.66292 Sheet Protectors, nonstick top-loading , medium-weight, clear, 2.4 mil, 8 1/2" x 11", 200/bx BX Staples 10525US 200 $3.81293 Sheet Protectors, non-stick, top-loading , economy-weight, clear, 8 1/2" x 11", 100/bx BX Avery AVEPV119ED 200 $1.43

Office Supplies Bid 6100023523 Attachment A Bid Work Sheet

294 Sheet Protectors,nonstick top-loading, medium-weight, clear, 2.4 mil, 8 1/2" x 11", 100/bx BX Staples STP10524 200 $1.43295 Shredder bags, 50 bags per box, 100% recyclable BX Fellows 3605801 50 $20.58296 Shredder, strip-cut, 30-sheet capacity EA Staples SPLS302D 1 $64.24297 Sissor, straight contract shears, black, 6" EA Acme United Corporation ACM10570 1 $0.39298 Sissor, straight contract shears, black, 8" EA Acme United Corporation ACM10572 1 $0.25299 Sissors, all purpose, straight, orange, 8" EA Acme United Corporation ACM41318 1 $0.25300 Spindle, CD-R, 700MB, 80-minute, Clear, 100/Pk PK Staples 10366 100 $10.09301 Sponge cup moistener, 3" diameter EA OIC 99920 1 $0.46302 Stamp pad, felt pad, #2, black, 3 1/4" x 6 1/4" EA Carter’s AVE21082 1 $1.02303 Stamp pad, foam pad, #1, black, 2 3/4" x 4 1/4" EA Carter’s AVE21381 1 $0.39304 Stamp pad, gel, # 1, 2 3/4" x 4 1/4", red EA Cosco 30254 1 $0.69305 Stamp pad, inkers, black EA Carter’s AVE21448 1 $0.58306 Stamp, 1-color replacement pad for self inking date stamp or self inking stamp EA Cosco ARP1 1 $2.47307 Stamp, custom self inking stamp, rectangular, 2 lines, 3/8" x 2 3/4" EA Cosco P15 1 $5.50308 Stamp, custom self inking stamp, rectangular, 3 lines, 3/8" x 1 1/16" EA Cosco P10 1 $5.49309 Stamp, custom, pre-inked, rectangular, 7 lines, 1 3/16" x 3 3/16" EA Cosco N24 1 $25.83310 Stamp, custom, rubber, rectangular, 3 lines, 1/2" x 2" EA Cosco RS20 1 $2.43311 Stamp, custom, self inking, heavy duty date, 3 lines above the date, 3 lines below the date, 1 1/2" x 2 5/16" EA Cosco 2660 1 $28.60312 Stamp, self inking, heavy duty date, 2 lines above the date, 2 lines below the date, 1 1/4" x 1 13/16" EA Cosco COS2360 1 $8.07313 Staple remover, black EA OIC 211862CC 3 $0.09314 Staple remover, calypso magnetic, black EA Stanley-Bostitch BOS40000MBLK 3 $0.09315 Stapler, classic metal, fastening capacity 20 sheets/20 lb., black EA Stanley-Bostitch BOSB515BLK 1 $0.86316 Stapler, electric high-capacity, fastening capacity 45 sheets/20 lb., black EA Stanley-Bostitch BOSB8EVALUE 1 $15.76317 Stapler, half-strip, fastening capacity 20 sheets/20 lb., black EA Stanley-Bostitch BOS606 1 $2.10318 Stapler, high capacity, heavy duty, fastening capacity 210 sheets of 20 lb. paper, black EA Swingline SWI90002 1 $4.72319 Stapler, light duty, fastening capacity 20 sheets of 20 lb. paper, black EA Swingline SWI40501 1 $0.86320 Stapler, personal electronic, fastening capacity 20 sheets/20 lb., black EA Elmer's Products, Inc EPI73101 1 $15.76321 Staples, 1/2"W, 1/4"L, 5,000/bx BX Stanley-Bostitch BOSSTCRP211514 5000 $0.22322 Staples, cartridge, 3/8"leg length, 5,000 staples per cartridge EA Swingline SWI69495 1 $7.81323 Staples, heavy duty, 1/2" leg length, 1,000/bx BX Swingline SWI35312 5000 $0.52324 Staples, premium, 1/4" leg length, 5,000/bx BX Swingline SWI35450 5000 $0.22325 Staples, premium, 1/4" leg length, 5,000/bx BX Swingline 35440 5000 $0.81326 Staples, standard, 1/4", 5-pack, 25,000/pk PK Staples 10807 5000 $1.10327 Tabs, index, gummed, 1"x13/16", 1/2" Ext, gray cloth BX Avery AVE59106 50 $0.88328 Tabs, index, gummed, white round, ext 1/2" PK Avery AVE59102 50 $0.68329 Tabs, post-it, blank, assorted bright colors, 2" x 1 1/2", 24/pk PK 3M Corporation MMM686F1BB 48 $0.26330 Tabs, write-on, assorted, 1 3/4", 48/pk PK Avery 16143 48 $0.93331 Tape dispenser, heavy-duty, 1" and 3" core, black, 4 1/4"h x 3 1/4"w x 8 1/4"d EA OIC 96699 1 $2.52332 Tape, 1" core, clear, 3/4"W x 1296", 16 rolls/bx PK Staples 52431P16BD 16 $5.22333 Tape, adding machine, 2-Part NCR, roll, white/canary, 2 1/4"w x 100'l, 1/roll RL Staples STP531228 1 $0.21334 Tape, adding machine, recycled, roll, 2 1/4"W x 130'L, 12/Pk DZ Staples STP18237 1 $1.32335 Tape, adding machine, roll, 2 1/4"W x 125'L, 1/rl RL Staples ADD531152 1 $0.11336 Tape, adding machine, roll, 2 1/4"W x 150'L, 1/rl RL Staples ADD531178 1 $0.13337 Tape, correction, 1 line mini, 1/5" x 234", 6/pk PK Staples 34786 6 $1.05338 Tape, correction, 1 line regular, 1/5" x 335", 10/pk PK Staples STP12358CC 10 $3.43339 Tape, correction, white, 1/5" x 236", 2/pk PK BIC 50744 2 $0.98340 Tape, correction, white, 1/6" x 472", 10/pk PK BIC 50790 2 $4.70341 Tape, correction, white, 1/6" x 472", 4/pk PK BIC BIC50589 2 $1.88342 Tape, dispenser, 1" core, black EA Staples STP10566 1 $0.48343 Tape, dispenser, deluxe, black, with 6 rolls of tape, 1" core, 3/4" x 1,000", 6 rolls, 1 dispenser PK 3M MMM810C40BK 16 $1.96344 Tape, dispenser, refillable, handheld, smoke, 1" core EA Staples 10337 1 $0.17345 Tape, invisible, 1" core, 3/4" x 1,296" RL Staples 52477/52380 24 $0.31346 Tape, invisible, 1" core, clear, 3/4" x 1,296", 12/pk DZ Staples STP52477P12 24 $3.68347 Tape, invisible, 1" core, clear, 3/4" x 1,296", 6/pk PK Staples STP52380P6 24 $1.84348 Tape, invisible, 3" core, clear, 1" x 2,592" RL 3M MMM620012592 1 $1.93349 Tape, label, TZe-231, black on white, 1/2"W x 26.2'L, 2/pk PK Brother TZe2312PK 2 $11.52350 Tape, labeler, TZe-231, black on white, 1/2"W x 26.2'l EA Brother TZE231 2 $5.76351 Tape, life-off, brother 3015 typewriter, 6/pk PK Brother BRT3015 6 $1.18352 Tape, refill, 3/4" x 1,000", 1" core, 1 pack RL 3M 8101K 24 $0.31353 Tape, refill, 3/4" x 1,000", 1" core, 16 pack PK 3M 810K16 24 $4.90

Office Supplies Bid 6100023523 Attachment A Bid Work Sheet

354 Tape, refill, transparent, 3/4" x 1,296", 1" core, 12 pack DZ 3M MMM60012PK 24 $3.68355 Tape, thermal calculator rolls, 2 1/4" x 85', 3 rolls/pk PK Staples ADD531236 10 $0.62356 Tape, transparent, 1" core, clear, 3/4" x 1,296" RL Highland 5910341296 24 $0.31357 Tape, typewriter, lift-off EA Dataproducts DPSR5111 1 $0.79358 Time cards, bi-weekly, 3 1/2" x 9", 500/bx BX Tops 1275 500 $6.93359 Tray, organizer, vertical, 5 compartments, black, 8 1/8H x 12W x 11D ST MMF Industries MMF2645004 1 $2.49360 Tray, stacking, side-loading, letter, black, 2 3/4 x 13 3/16 x 9 EA OIC 21162 6 $0.35361 Typewriter, brother ML300, multilingual-dictionary, EA Brother ML300 1 $57.93362 Pen, felt tip, fine point, black ink / black barrel, 12/pk PK Pentel S520A 12 $4.00363 Pen, felt tip, fine point, red ink / red barrel, 12/pk PK Pentel S520B 12 $4.00364 Pen, felt tip, fine point, blue ink / blue barrel, 12/Pk PK Pentel S520C 12 $4.06

Description UOM ManufacturerName

ManufacturerPart Number Pack Size

FOBDelivered

Price1 Drum Unit, DR400, Black EA Brother BRTDR400 1 $89.002 Fax Cartridge, PC-201, Black EA Brother BRTPC201 1 $21.263 Toner Cartridge, TN-430, Black EA Brother BRTTN430 1 $23.544 Typewriter Correctable Ribbon, 1030, Black EA Brother BRT1030 1 $3.225 Typewriter Correctable Ribbon, 7020, Black EA Brother BRT7020 1 $3.526 Ink Cartridge, PGI-35 (1509B002), Black EA Cannon 1509B002 1 $11.247 Toner Cartridge, N848N, Black EA Dell N848N 1 $102.748 Toner Cartridge, P614N, Cyan EA Dell P614N 1 $183.749 Toner Cartridge, PK941, Black EA Dell PK941 1 $94.94

10 Toner Cartridge, R272N, Magenta EA Dell R272N 1 $183.7411 Inkjet Cartridge, 45 (51645A), Black EA Hewlett-Packard 51645A#140 1 $21.7312 Inkjet Cartridge, 78 (C6578DN), Tri-Color EA Hewlett-Packard C6578DN#140 1 $26.0413 Inkjet Cartridge, 901XL (CC654AN), High Yield, Black EA Hewlett-Packard CC654AN#140 1 $29.8814 Inkjet Cartridge, 920XL (CD975AN), High Yield, Black EA Hewlett-Packard HEWCD975AN 1 $27.2315 Inkjet Cartridge, 94 (C8765WN), Black EA Hewlett-Packard HEWC8765WN 1 $17.9516 Inkjet Cartridges, 45 (C6650FN), Black, 2/Pk PK Hewlett-Packard C6650FN#140 2 $50.3017 Toner Cartridge, 05A (CE505A), Black EA Hewlett-Packard HEWCE505A 1 $72.6718 Toner Cartridge, 124A (Q6000A), Black EA Hewlett-Packard Q6000A 1 $64.7519 Toner Cartridge, 124A (Q6002A), Yellow EA Hewlett-Packard Q6002A 1 $70.6720 Toner Cartridge, 124A (Q6003A), Magenta EA Hewlett-Packard Q6003A 1 $70.6721 Toner Cartridge, 16A (Q7516A), Black EA Hewlett-Packard Q7516A 1 $166.1322 Toner Cartridge, 304A (CC530A), Black EA Hewlett-Packard CC530A 1 $101.1323 Toner Cartridge, 304A (CC532A), Yellow EA Hewlett-Packard CC532A 1 $99.6824 Toner Cartridge, 39A (Q1339A), Black EA Hewlett-Packard HEWQ1339A 1 $185.7625 Toner Cartridge, 42A (Q5942A), Black EA Hewlett-Packard Q5942A 1 $71.0526 Toner Cartridge, 43X (C8543X), High Yield, Black EA Hewlett-Packard C8543X 1 $176.3527 Toner Cartridge, 501A (Q6470A), Black EA Hewlett-Packard Q6470A 1 $107.8128 Toner Cartridge, 503A (Q7581A), Cyan EA Hewlett-Packard Q7581A 1 $144.8629 Toner Cartridge, 503A (Q7582A), Yellow EA Hewlett-Packard Q7582A 1 $145.9830 Toner Cartridge, 503A (Q7583A), Magenta EA Hewlett-Packard Q7583A 1 $146.2531 Toner Cartridge, 55A (CE255A), Black EA Hewlett-Packard HEWCE255A 1 $119.8832 Toner Cartridge, 641A (C9720A), Black EA Hewlett-Packard HEWC9720A 1 $130.0233 Toner Cartridge, 641A (C9721A), Cyan EA Hewlett-Packard HEWC9721A 1 $175.9134 Toner Cartridge, 641A (C9722A), Yellow EA Hewlett-Packard HEWC9722A 1 $175.9135 Toner Cartridge, 641A (C9723A), Magenta EA Hewlett-Packard HEWC9723A 1 $175.9136 Toner Cartridge, 643A (Q5950A), Black EA Hewlett-Packard HEWQ5950A 1 $144.9337 Toner Cartridge, 643A (Q5951A), Cyan EA Hewlett-Packard HEWQ5951A 1 $216.2038 Toner Cartridge, 643A (Q5952A), Yellow EA Hewlett-Packard HEWQ5952A 1 $215.7139 Toner Cartridge, 643A (Q5953A), Magenta EA Hewlett-Packard HEWQ5953A 1 $216.1240 Toner Cartridge, 645A (C9730A), Black EA Hewlett-Packard C9730A 1 $179.1241 Toner Cartridge, 645A (C9731A), Cyan EA Hewlett-Packard C9731A 1 $250.6842 Toner Cartridge, 645A (C9732A), Yellow EA Hewlett-Packard C9732A 1 $251.5743 Toner Cartridge, 645A (C9733A), Magenta EA Hewlett-Packard C9733A 1 $251.66

44 Toner Cartridge, 64A (CC364A), Black EA Hewlett-Packard HEWCC364A 1 $110.6745 Toner Cartridges, 12A (Q2612AD), Black, 2/Pk PK Hewlett-Packard Q2612D 2 $89.6246 Toner Cartridges, 38A (Q1338D), Black, 2/Pk PK Hewlett-Packard HEWQ1338D 2 $197.6347 Toner Cartridges, 49X (Q5949XD), High Yield, Black, 2/Pk PK Hewlett-Packard Q5949XD 2 $179.2748 Toner Cartridge, 12A5845, High Yield, Black EA Lexmark 12A5845 1 $256.8449 Toner Cartridge, 12A6830, Black EA Lexmark LEX12A6830 1 $132.7750 Toner Cartridge, 1382925, High Yield, Black EA Lexmark LEX1382925 1 $181.5851 Toner Cartridge, 64015HA, High Yield, Black EA Lexmark 64015HA 1 $238.6852 Toner Cartridge, C5220CS, Cyan EA Lexmark LEXC5220CS 1 $114.0453 Toner Cartridge, C5220KS, Black EA Lexmark C5220KS 1 $101.1754 Toner Cartridge, C5220MS, Magenta EA Lexmark LEXC5220MS 1 $114.0455 Toner Cartridge, C5220YS, Yellow EA Lexmark C5220YS 1 $114.0456 Toner Cartridge, C5240CH, High Yield, Cyan EA Lexmark LEXC5240CH 1 $153.0957 Toner Cartridge, C5240MH, High Yield, Magenta EA Lexmark LEXC5240MH 1 $153.0958 Toner Cartridge, E250A11A, Black EA Lexmark E250A11A 1 $93.0059 Toner Cartridge, T654X11A, Extra High Yield, Black EA Lexmark LEXT654X11A 1 $378.9460 Toner Cartridge, X644H11A, High Yield, Black EA Lexmark X644H11A 1 $319.2161 Toner Cartridge, X651H11A, High Yield, Black EA Lexmark LEXX651H11A 1 $386.3362 Maintenance Kit, 110v, 40X0100 EA Lexmark 40X0100 1 $279.3563 Photoconductor Kit, E250X22G, Black EA Lexmark E250X22G 1 $33.5164 Photoconductor Unit, C53034X, Black EA Lexmark LEXC53030X 1 $31.4365 Photoconductor Unit, C53034X, Black, Cyan, Magenta, Yellow, 4/Pk PK Lexmark C53034X 4 $113.1966 Toner Cartridge, 12A6835, High Yield, Black EA Lexmark 12A6835 1 $256.8467 Toner Cartridge, 12A6835, High Yield, Black EA Lexmark LEX12A6735 1 $256.8468 Toner Cartridge, 12A7362, High Yield, Black EA Lexmark 12A7362 1 $269.6869 Toner Cartridge, 12A7362, High Yield, Black EA Lexmark 12A7362 1 $269.6870 Toner Cartridge, 64004HA, High Yield, Black EA Lexmark 64004HA 1 $314.3671 Toner Cartridge, C5240KH, High Yield, Black EA Lexmark C5240KH 1 $153.0972 Toner Cartridge, C524K0YH, High Yield, Yellow EA Lexmark LEXC5240YH 1 $153.0973 Toner Cartridge, E352H11A, High Yield, Black EA Lexmark LEXE352H11A 1 $185.0074 Toner Cartridge, Label Applications, 12A7468, High Yield, Black EA Lexmark 12A7468 1 $299.6575 Toner Cartridge, X644A11A, Black EA Lexmark LEXX644A11A 1 $219.2176 Toner Cartridge, X644X11A, Extra High Yield, Black EA Lexmark LEXX644X11A 1 $339.5777 Toner Cartridge, X654X11A, Extra High Yield, Black EA Lexmark LEXX654X11A 1 $460.5878 Printer Ribbon, 42377801, Black EA Okidata OKI42377801 1 $8.8979 Toner Cartridge, 430347, Black EA Ricoh 430347 1 $63.4680 Toner Cartridge, ML-D3470B, High Yield, Black EA Samsung SAMMLD3470B 1 $179.5181 Maintenance Kit, 108R00675 EA Xerox XER108R00675 1 $106.1982 Solid Ink, 108R00671, Yellow, 3/Pk BX Xerox XER108R00671 3 $91.2583 Toner Cartridge, 106R01411, Black EA Xerox 106R01411 1 $97.6284 Toner Cartridge, 106R01412, High Yield, Black EA Xerox 106R01412 1 $146.43

Non-Core Discount Toners %______25%_________

Description UOM Manufacturer Part Number

Pack Size

ManufacturerName

ManufacturerPart Number

FOB Delivered

Price

1 Paper, copy, 100% recycled, letter-size, 90/100 us/euro brightness, 20 lb, 8 1/2x11, 5,000 sheets/carton carton 87025 5000 INTERNATIONAL PAPER 87025 $26.902 Paper, copy, 100% recycled, letter-size, 90/100 us/euro brightness, 20 lb, 8 1/2x11, 5,000 sheets/ream ream 87025 500 INTERNATIONAL PAPER 87026 $2.693 Paper, copy, 30% recycled 3-hole punched, letter-size, 92/104+ us/euro brightness, 20 lb, 8 1/2x11, 500 sheets/ream ream 112370 500 DOMTAR 87027 $3.464 Paper, copy, 30% recycled, 20 lb, 81/2x11, pink, 500 sheets/ream ream 32807/31807 500 INTERNATIONAL PAPER 87028 $3.325 Paper, copy, 30% recycled, 20 lb, 8 1/2x11, blue, 500 sheets/ream ream 32802/31802 500 INTERNATIONAL PAPER 87029 $3.326 Paper, copy, 30% recycled, 20 lb, 8 1/2x11, blue, 500 sheets/ream ream 62328 500 WAUSAU PAPER 87030 $4.807 Paper, copy, 30% recycled, 20 lb, 8 1/2x11, canary, 500 sheets/ream ream 3491 500 INTERNATIONAL PAPER 87031 $3.328 Paper, copy, 30% recycled, 20 lb, 8 1/2x11, goldenrod, 500 sheets/ream ream 32805/31805 500 INTERNATIONAL PAPER 87032 $3.329 Paper, copy, 30% recycled, 20 lb, 8 1/2x11, green, 500 sheets/ream ream 3491 500 INTERNATIONAL PAPER 87033 $3.32

10 Paper, copy, 30% recycled, 20 lb, 8 1/2x11, salmon, 500 sheets/ream ream 073030 500 INTERNATIONAL PAPER 87034 $3.3211 Paper, copy, 50% recycled, ledger-size, 92 us brightness, 20 lb., 11x17, 500 sheet/ream ream 31500503 500 AMERICAN EAGLE PAPER MILLS 87035 $6.9012 Paper, copy, 50% recycled, ledger-size, 92 us brightness, 20 lb., 8 1/2x11, 500 sheet/ream ream 31500501 500 INTERNATIONAL PAPER 87036 $2.6913 Paper, copy, 50% recycled, letter-size, 92 us brightness, 20 lb., 81/2x11, 5,000/carton carton 31500501 5000 INTERNATIONAL PAPER 87037 $26.9014 Paper, copy, 50% recycled ledger-size, 92 us brightness, 20 lb., 11x17, 2,500/carton carton 31500503 2500 AMERICAN EAGLE PAPER MILLS 87038 $6.9015 Paper, copy, letter-size, 92/104+ us/euro brightness, 20 lb, 8 1/2x11, 500 sheets/ream ream HPC8511 5000 DOMTAR 87039 $3.3516 Paper, copy, letter-size, 98/110+ US/euro brightness, 24 lb, 8 1/2x11, 500 sheets/ream ream 10460-4 5000 INTERNATIONAL PAPER 87040 $4.8617 Paper, copy, multipurpose, bright white, letter-size, 98/110 us/euro brightness, 22 lb, 8 1/2x11, 500 sheets/ream ream 22098 500 DOMTAR 87041 $3.7018 Paper, copy. letter-size, 98/110+ us/euro brightness, 24 lb., 8 1/2x11, 5,000 sheets/carton carton 10460-4CT 5000 INTERNATIONAL PAPER 87042 $48.5719 Paper, multipurpose, letter-Size, 96/108 us/euro brightness, 20 lb, 8 1/2x11, 500 sheets/ream ream 5025 500 DOMTAR 87043 $3.2220 Paper, multi-purpose, letter-size, 96/108+ us/euro brightness, 20 lb, 8 1/2x11, 5,000 sheets/carton carton 5025 5000 DOMTAR 87044 $31.9421 Computer Paper, multipart, blank, 2-part NCR, 15 lb, white/white, 9 1/2x11, 1,650 sheets/carton carton ST177071 1650 DOMTAR INC. 87045 $42.0722 Paper, card stock, 110 lbs, white, 8 1/2x11, 250 sheets/pack pack STP14815 250 INTERNATIONAL PAPER 87046 $4.8823

sheets/carton/pallet pallet 112370 5000 DOMTAR 87047 $1,342.00

24 Paper, copy, 50% recycled, legal-size, 92 us brightness, 20 lb, 8 1/2x14, 5,000/carton/pallet pallet 31500502 5000 AMERICAN EAGLE PAPER MILLS 87048 $1,239.0025 Paper, copy, 50% recycled, letter-size, 92 us brightness, 20 lb, 8 1/2x11, 5,000/carton/pallet pallet 31500501 5000 INTERNATIONAL PAPER 87025 $1,076.00

Commonwealth of Pennsylvania

Governor's Office

Subject: Card Reader and Emergency Response Access to Certain Capitol Complex Buildings and Other State Office Buildings

Number: 625.10 Amended

Date: December 28, 2010

By Direction of: Elizabeth O’Reilly, Acting Secretary of General Services

Contact Agency: Department of General Services, Office of Property and Asset Management, Bureau of Police and Safety, Capitol Police Security Administration, Telephone 717.346.1402 Access to certain Capitol Complex buildings and other state office

buildings is controlled by means of card readers and secured visitors’ entrances. This directive sets forth the policy, responsibilities, and procedures for use of photo identification access badges and photo identification badges. Changes are indicated by marginal dots.

1. PURPOSE. To establish policy, responsibilities, and procedures for employee access

to the Capitol Complex and other state office buildings. The policy and procedures outlined in this directive will enable employees to gain safe and easy access to those buildings while helping to maintain a satisfactory level of security during routine and emergency operations. The Emergency Response Designation criteria included in paragraph j. (page 2) and Enclosure 2, Emergency Response Designation for Critical Personnel, will apply to all commonwealth employees regardless of work location.

2. SCOPE. This directive applies to all commonwealth employees and contracted

personnel under the Governor's jurisdiction and those employed by independent agencies as well as other individuals and organizations with offices or work locations in the Capitol Complex and other state office buildings.

3. OBJECTIVE. To ensure all commonwealth employees, contracted personnel,

lobbyists and credentialed press maintain the appropriate photo identification/access badge and the requirements and fees.

4. DEFINITIONS. For purposes of this directive, the following words and phrases shall

be defined as: a. Agency Point of Contact. Designated by agency head and is responsible for

providing employees with photo identification access badges and maintaining an agency database. These individuals will work closely with DGS, Capitol Police Security Administration in obtaining and returning photo identification access badges.

Management Directive 625.10 Amended Page 1 of 5

b. Agency Project Manager. An individual within an agency who is responsible for

overseeing and coordinating the various phases of work performed by contracted persons (including subcontractors, their subcontractors, and suppliers) and insures the general conditions and all requirements of a project are met for the commonwealth.

c. Biometric Reader. A device that reads the electronic encryption on an access

card and makes an automatic non-invasive assessment of a unique body feature whereby access control systems may be activated.

d. Building Maintenance Spaces. Data closets; air handling equipment rooms;

and major electrical and building services spaces. e. Capitol Complex. Capitol Building (including the Main Capitol Building and its

East Wing), Ryan Building, North Office Building, Speaker K. Leroy Irvis Building, Forum Building, Finance Building, Health and Welfare Building, Labor and Industry Building, Keystone Building, Northwest Office Building, the Judicial Center, State Museum and connecting tunnels.

f. Capitol Police Security Administration. The Capitol Police Security

Administration under the Superintendent of the Capitol Police is responsible for establishing procedures for issuance of photo identification badges and photo identification access badges. The Capitol Police Security Administration produces photo identification badges and photo identification access badges, including the "Emergency Response" designation and maintains photo identification access badge permissions.

g. Card Reader. A device that reads the electronic inscription on an access badge

whereby locks or other access control systems may be activated. h. Credentialed Press. A member of the Capitol Press Corps. i. DGS. Department of General Services. j. Door Contacts. An electronic device that indicates the status of a door (open,

closed, locked). k. Emergency Response Designation. A red banner with "Emergency Response"

printed on the photo identification access badge or a photo identification badge. This designation is determined by the agency and allows the individual access to state offices during an emergency.

l. Other State Office Buildings. Department of Agriculture; DGS Annex Complex

(formerly the Harrisburg State Hospital complex); DGS Public Works; DGS at 22nd and Forster Streets; Harristown #1 and #2 (leased); Philadelphia and Pittsburgh Annex Buildings (leased); and the Scranton and Reading state office buildings.

m. Photo Identification Access Badge. A card with an individual’s photograph,

name, and department programmed to permit access through use of a card reader or a photo identification badge programmed to permit access through the use of a card reader.

Management Directive 625.10 Amended Page 2 of 5

n. Photo Identification Badge. A card with the individual’s photograph, name and association issued to a registered lobbyist, the employee of a contractor, or credentialed press for presentation at a visitor entrance.

o. Registered Lobbyist. A registrant under the Lobbying and Disclosure Act, 65

Pa.C.S. § 1303A. 5. POLICY. a. Commonwealth employees under the Governor's jurisdiction and those employed

by independent agencies and other organizations with offices in the Capitol Complex and other state office buildings will be required to possess a commonwealth photo identification access badge to gain access to those buildings and to display the badge at all times when in one of the buildings.

b. Commonwealth contracted personnel who have regular and routine business in

commonwealth worksites may be issued a photo identification or access badge subject to the requirements of the contracting agency and DGS. The requirements, policy, and procedures for contracted personnel are set forth in Enclosure 3, Capitol Police Security Administration Photo Identification and Access Badges - Policy and Procedures for Contracted Personnel.

c. Registered lobbyists and credentialed press personnel who have regular and

routine business in the Capitol Complex may be issued a photo identification or access badge subject to the requirements, policies, and procedures set forth in Enclosure 4, Capitol Police Security Administration Photo Identification Badges - Policy and Procedures for Registered Lobbyists and Enclosure 5, Capitol Police Security Administration Photo Identification Badges - Policy and Procedures for Credentialed Press.

d. There will be designated card access entrances. e. If an employee who works in the Capitol Complex or other state office buildings

desires to gain access without his/her photo identification access badge, he/she must gain access through a visitor entrance as a visitor.

f. If an employee’s photo identification badge or photo identification access badge is

damaged, destroyed, stolen or lost, the employee must immediately report it to his/her immediate supervisor. The employee must apply for a replacement photo identification or photo identification access badge through established procedures in Enclosure 1, Capitol Complex Security System Policies and Procedures. The employee will be charged $15.00 for each replacement photo identification badge and $25.00 for each replacement photo identification access badge. An agency may waive the $25.00 fee if it determines that the damage, destruction, theft or loss of the badge was not due to negligence by the employee. Employees who are covered by collective bargaining agreements or memoranda of understanding may grieve the decision to charge the $15.00 or $25.00 replacement fee using the applicable grievance procedure.

g. Only employees with parking permits and photo identification access badges for

Parking Area 1 will be permitted to use elevators leading from that area into the East Wing.

Management Directive 625.10 Amended Page 3 of 5

h. All perimeter or other security administration covered doors within the Capitol Complex are to remain closed at all times unless authorized by the Capitol Police.

i. Regardless of which entrance an employee uses to gain access, he/she will be

subject to the prohibition against bringing weapons or explosives into a building. The employee will be subject to screening and inspection and having possessions pass through x-ray equipment or other method of inspection.

j. Employees who work in the Capitol Complex or other state office buildings and

who must possess photo identification access badges shall not permit any other person, regardless of whether the person is an employee or not, access to a building by that employee's photo identification access badge.

6. RESPONSIBILITIES. a. Agency Heads will be responsible for disseminating and enforcing this policy.

Exceptions to this policy may be requested by agency heads from the Secretary of General Services.

b. Supervisors will be responsible for ensuring that their employees are fully

informed about the requirements and are to remind employees on a periodic basis of the rules for access to the Capitol Complex and other state office buildings.

c. All employees working in, or who otherwise must be in, the Capitol Complex or

other state office buildings are required to comply with this directive. Failure to comply with this directive may subject an employee to appropriate disciplinary action and possible arrest.

d. Capitol Police Security Administration is responsible for photo identification

badge and photo identification access badge procedures, providing and maintaining access permissions, and producing photo identification and access badges.

e. Agencies will be responsible for determining access permissions. f. DGS, Capitol Police Administrative Lieutenant will be responsible for ensuring

that appropriate criminal history background checks are completed and, as necessary, will authorize the issuance of photo identification or access badges for contracted personnel.

7. PROCEDURES. a. A copy of this directive is to be posted throughout each agency with employees in

the Capitol Complex and other state office buildings. Also, a copy of this directive will be provided to an employee on request.

b. The provisions of this directive are to be included in orientation of new employees,

included in employee handbooks, and incorporated into appropriate supervisory and management training programs.

c. Employees will be informed when to obtain photo identification access badges and

when to begin using those badges.

Management Directive 625.10 Amended Page 4 of 5

d. The agency head will be responsible for designating an agency point of contact to provide its new employees with photo identification access badges and maintaining an agency database. The procedure is set forth in Enclosure 1, Capitol Complex Security System Policies and Procedures.

e. Each agency will be responsible for designating agency staff for the "Emergency

Response" designation and communicating this information to the DGS Capitol Police Security Administrator.

f. The Capitol Police Security Administration will issue photo identification badges

and photo identification access badges.

Enclosure 1 - Capitol Complex Security System Policies and Procedures Enclosure 2 - Emergency Response Designation for Critical Personnel Enclosure 3 - Capitol Police Security Administration Photo Identification and Access Badges - Policy and Procedures for Contracted Personnel Enclosure 4 - Capitol Police Security Administration Photo Identification Badges – Policy and Procedures for Registered Lobbyists Enclosure 5 - Capitol Police Security Administration Photo Identification and Access Badges – Policy and Procedures for Credentialed Press This directives replaces, in its entirety, Management Directive 625.10 dated January 30, 2008.

Management Directive 625.10 Amended Page 5 of 5

CAPITOL COMPLEX SECURITY SYSTEM POLICIES AND PROCEDURES

1. The Capitol Complex Security System is a multifaceted security system provided by

the Department of General Services (DGS). The Capitol Police are responsible for system enforcement. One important part of this security system is the utilization of badges for commonwealth employees to gain access to various buildings, floors, and sections of buildings. Agencies are responsible for providing Capitol Police Security Administration with specific employee access requirements (User Access Groups to which an employee is entitled). That information, in combination with a digital photograph, will be utilized by Capitol Police Security Administration to manufacture access badges for those authorized. This document is intended to enumerate the procedures to be utilized by commonwealth agencies when requesting new badges, making modifications to existing badge access authorization, through changing jobs, gaining a new security profile, transferring to another agency, or reporting damaged, destroyed, lost or stolen badges, and badges being turned in by individuals separating from commonwealth employment. The following general policies apply:

a. All badges, damaged or otherwise, must be returned to Capitol Police Security

Administration within 48 hours when they are no longer in service. Some of those badge numbers will be reassigned. If an employee separates from commonwealth service or is placed on long-term leave, the agency point of contact will get the badge from the employee, contact Capitol Police Security Administration to cancel all access on his/her badge, and return it to Capitol Police Security Administration. If an employee is separating from commonwealth service or is being placed on long-term leave does not surrender his/her badge, the agency shall take appropriate action similar to that taken for failure to surrender other items, equipment, etc. If an employee is transferred to another job within the agency or otherwise gains a new security profile in the job he/she currently holds, the employing agency will notify Capitol Police Security Administration of the new access profile. If an employee is transferred to another agency, he/she will keep their badge. The old agency shall contact Capitol Police Security Administration to cancel access permissions and the new agency shall contact Capitol Police Security Administration with new access permissions. Capitol Police Security Administration will then print a new face badge with the new agency. There is no need to have a photo taken again.

b. If an employee’s photo identification badge or photo identification access badge is

damaged, destroyed, stolen or lost through employee negligence, as determined by Capitol Police Security Administration and the employing agency, the employee will be required to pay $15.00 for a replacement photo identification badge and $25.00 for a replacement photo identification access badge. Payment will be in the form of check or money order payable to the “Commonwealth of Pennsylvania”. An employee shall not be charged for a replacement badge when replacement is due to normal wear and tear or the damage, destruction, theft or loss was not the result of employee negligence. Employees who are covered by collective bargaining agreements or memoranda of understanding may grieve the decision to charge the $15.00 or $25.00 replacement fee through the applicable grievance procedures.

Enclosure 1 to Management Directive 625.10 Amended Page 1 of 3

c. Each using agency will have a single, agency point of contact for the electronic security system. That agency point of contact, and a list of authorized persons from that organization with phone numbers and e-mail addresses, must be provided to Capitol Police Security Administration and updated as any changes occur. It is the using agency’s responsibility to notify Capitol Police Security Administration of any modifications to that list. For verification purposes, each "badge action" must be channeled through the agency point of contact. Capitol Police Security Administration will only honor new badge issuance, badge modification requests, and badge cancellations when passed through the agency point of contact.

d. Requests for new badges and modifications to existing badges should be e-mailed

to Capitol Police Security Administration at [email protected]. e. If a badge is lost or suspected stolen, the badge holder shall immediately notify

his/her supervisor, who will then contact the agency point of contact, who shall immediately call Capitol Police Security Administration at 717.346.1402, to inform them. The badge will be placed in a "lost" status within the system. Access will not be granted to this badge, but an alarm will indicate its use. This telephone call shall be followed with an e-mail from the agency point of contact to [email protected].

f. New employee badges can only be issued after an identification photograph has

been taken. Capitol Police Security Administration personnel in Room 410 of the North Office Building will take these photographs. In Harrisburg, the agency point of contact should e-mail [email protected] for an appointment time, date and place. Arrangements for photographs to be taken at the state office/annex buildings outside of Harrisburg should be made with the building administrator.

Philadelphia: 215.560.2884 or 215.560.7016 Reading: 610.378.4185 Pittsburgh: 412.565.5428 Scranton: 570.963.4649

g. If system security identifies repeated attempts by an employee to access

prohibited areas, Capitol Police will notify Capitol Police Security Administration, who will investigate the circumstances of repeated access attempts.

h. The security access badge can be programmed to include the Emergency

Response red stripe indicator thus replacing the Red Card system. Agencies are responsible for determining those employees who need the Emergency Response indicator on their badge and making arrangements through their agency point of contact to have their access badge modified through the DGS Capitol Police Security Administration personnel. Agencies with non-badged employees should follow the procedures outlined in Enclosure 2, Emergency Response Designation for Critical Personnel.

i. Security system questions and administrative matters pertaining to the system

should be addressed to Capitol Police Administrative Lieutenant at 717.787.9013. j. Agency relocations and new building occupancy issues will require special

procedures, which will be handled on a case-by-case basis. The agency point of contact should contact Capitol Police Administrative Lieutenant as far in advance as possible of the intended move or relocation.

Enclosure 1 to Management Directive 625.10 Amended Page 2 of 3

k. It is imperative that agencies develop internal procedures to support this policy. Agencies should develop internal access card databases, managed by the Agency Point of Contact, which contain information on agency employees and the buildings/areas to which they have access. All identification/access badge utilization and maintenance is at agency request.

Enclosure 1 to Management Directive 625.10 Amended Page 3 of 3

Enclosure 2 to Management Directive 625.10 Amended Page 1 of 1

EMERGENCY RESPONSE DESIGNATION FOR CRITICAL PERSONNEL 1. Employees that provide critical services to the commonwealth should be designated

by the agency head or designee as Emergency Response personnel. Emergency Response personnel include, but are not limited to:

a. Employees that provide snow removal, HVAC, electrical, IT systems, and other

services needed to ensure access and continued operations of commonwealth worksites.

b. Employees that are deemed responsible for the execution of work that is needed

to support a critical function that is integral to the mission of the organization. c. Employees that have been identified as providing support to the agency in its role

of providing emergency services (external as well as internal) in the commonwealth.

d. Employees that have a high level of decision making responsibility. 2. The Human Resource office should confirm the appropriateness of all identified

Emergency Response personnel with the appropriate management staff of the agency. 3. The agency point of contact will notify Capitol Police Security Administration and

arrange for the issuance of the "Emergency Response" designation. 4. Agencies should inform the designated Emergency Response personnel of the

circumstances under which they are expected to report to work. 5. The Emergency Response designation provides verification to law enforcement that

the cardholder has been designated by the commonwealth to report to work under otherwise restricted conditions. Law enforcement agencies are not required to honor the Emergency Response designation if there are greater safety concerns.

6. The Emergency Response designation does not provide any additional access to

buildings that are equipped with card readers. Access is based on the clearance level as defined by the agency point of contact.

7. This directive and enclosures are consistent with the information contained in

Management Directive 530.17, Partial and Full Day Closings of State Offices, regarding essential and nonessential personnel.

CAPITOL POLICE SECURITY ADMINISTRATION PHOTO IDENTIFICATION AND ACCESS BADGES

POLICY AND PROCEDURES FOR CONTRACTED PERSONNEL 1. The following policy and procedures are in place to ensure that personnel of all

contracted firms, companies and associations are approved to perform work or provide services in the Capitol Complex and other secured buildings and premises. This does not include suppliers, visiting vendors or delivery persons who must enter through secured visitors’ entrances.

a. Contracted personnel who will be on the premises during the business day

(Monday through Friday, 6 a.m. through 6 p.m.) for less than two weeks will NOT need identification badges, and will be admitted to buildings through the security checks at visitors’ entrances. All contracted personnel who will be on the premises for more than two weeks during the business day, or after business hours, on weekends, and on holidays MUST HAVE identification badges and are considered to be prime contracted personnel.

b. An Agency Project Manager oversees and coordinates the various phases of work

performed by contracted persons (including subcontractors, their subcontractors, and suppliers) and insures the general conditions and all requirements of the project are met for the commonwealth. This includes security related issues for contractor access and compliance with the Request for Criminal History Record Information Act check (CHRIA) performed by the Pennsylvania State Police. An Agency Project Manager provides to the Capitol Police Security Administration Office a list of all prime contracted persons who perform work on the Capitol Complex premises.

c. Agency Project Managers will coordinate with and provide Capitol Police Security

Administration with a list of contracted personnel who require badges. Agency Project Managers will ensure that contracted personnel have complied with the criminal history background check process. Personnel requiring photo identification badges must present a cleared CHRIA report and photo identification to Capitol Police Security Administration before the badge is issued. To cover costs incurred by the Department of General Services (DGS) in processing requests for badges by contracted personnel, a processing fee of $10.00 for a photo identification badge or $20.00 for a photo identification access badge must be paid before a badge will be issued. Badges that have been damaged, destroyed, stolen or lost through negligence will be replaced only after payment to Capitol Police Security Administration fee of $25.00 for a photo identification access badge or $15.00 for a photo identification badge. Payment for badges will be in the form of check or money order payable to the Commonwealth of Pennsylvania. All badges must be returned to Capitol Police Security Administration at the completion of an assignment or project. The employer of contracted personnel is responsible for paying the replacement/lost badge fee for any badge not returned at the completion of the project.

Enclosure 3 to Management Directive 625.10 Amended Page 1 of 2

2. Scheduling of Photos. Agency Project Managers will advise Capitol Police Security Administration of individuals requiring appointments for photo identification. The Project Manager will address all communication regarding photo appointments to [email protected]. If you have any questions, please call Capitol Police Security Administration at 717.346.1402.

3. Badges. The appropriate identification badge will be issued to contracted persons

who have a clear CHRIA report. If a CHRIA report reflects a positive criminal history, the DGS, Bureau of Police and Safety will make appropriate review and determination. The badge will be issued for a one-year period from date of issue or for the duration of the contract or project. Badges subject to renewal will be coordinated in the same manner as new issue badges. A new CHRIA certification and processing fee are required each year. Capitol Police Officers will be required to check expiration dates and decline access to those whose badges have expired dates with no exceptions. All badges must be returned to Agency Project Managers at the completion of a project or contract. Agency Project Managers must return terminated badges to the Capitol Police Security Administration. The employer of contracted personnel is responsible for paying the replacement/lost badge fee, specified in 1c. above, for any badge not returned at the completion of the project.

4. CHRIA. To obtain your CHRIA report, access Web site: (https://epatch.state.pa.us).

Fill out the information form and use your credit card. If you have no criminal history, you will receive a clear CHRIA report almost immediately to your e-mail address. Click on the control number and then certified form. Print the certified form. Capitol Police Security Administration will only accept the certified form that contains the state seal. If there is a criminal history, it will be sent by mail.

Enclosure 3 to Management Directive 625.10 Amended Page 2 of 2

CAPITOL POLICE SECURITY ADMINISTRATION PHOTO IDENTIFICATION BADGES

POLICY AND PROCEDURES FOR REGISTERED LOBBYISTS

1. The following policies and procedures are intended to facilitate entrance to the Capitol Complex and other secured buildings by registered lobbyists.

a. Applications. A registered lobbyist may obtain an application for photo identification in the Capitol Police Security Administration Office, Room 410 North Office Building or by calling 717.346.1402. Upon filing the application with Capitol Police Security Administration, an appropriate identification badge may be issued.

b. Fees. To cover costs incurred by the Department of General Services (DGS) in processing requests for photo identification badges by a registered lobbyist, a $10.00 processing fee must be paid before a badge will be issued. Payment for badges will be in the form of check or money order payable to the Commonwealth of Pennsylvania. A new $10.00 processing fee is required each year. Badges that have been damaged, destroyed, stolen or lost through negligence will be replaced only after payment to Capitol Police Security Administration of a $15.00 replacement fee.

c. Badges. The appropriate identification badge will be issued to registered lobbyists who have a clear Criminal History Record Information Act (CHRIA) report. If a CHRIA report reflects a positive criminal history, DGS, Bureau of Police and Safety will make appropriate review and determination. The badge will be issued for a one-year period from date of issue. Badges are subject to renewal and will be coordinated in the same manner as new issue badges. In addition, badge recipients are required to have an annual CHRIA update check. DGS, Capitol Police Officers will be required to check expiration dates and decline access to those whose badges have expired dates with no exceptions. Badges must be returned to Capitol Police Security Administration immediately if requested by the Capitol Police Security Administration or if the holder of the identification badge ceases to be a registered lobbyist.

d. CHRIA. To obtain your CHRIA report, access Web site: (https://epatch.state.pa.us). Complete the information form and use your credit card. If you have no criminal history, you will receive a clear CHRIA report almost immediately to your e-mail address. Click on the control number and then certified form. Print the certified form. Capitol Police Security Administration will accept only the certified form that contains the commonwealth seal. If there is a criminal history it will be sent by mail.

Enclosure 4 to Management Directive 625.10 Amended Page 1 of 1

CAPITOL POLICE SECURITY ADMINISTRATION PHOTO IDENTIFICATION AND ACCESS BADGES

POLICY AND PROCEDURES FOR CREDENTIALED PRESS

1. The following policies and procedures are intended to facilitate entrance to the Capitol Complex and other secured buildings by credentialed press.

a. Applications. A credentialed member of the press may obtain an application for photo identification in the Capitol Police Security Administration Office, Room 410 North Office Building or by calling 717.346.1402. Upon filing the application with Capitol Police Security Administration, an appropriate identification badge may be issued.

b. Fees. To cover costs incurred by DGS in processing requests for badges by a credentialed member of the press, a $10.00 processing fee must be paid before a badge will be issued. Payment for badges will be in the form of check or money order payable to the Commonwealth of Pennsylvania. Badges that have been damaged, destroyed, stolen or lost through negligence will be replaced only after payment to Capitol Police Security Administration of a replacement fee of $25.00 for a photo identification access badge or $15.00 for a photo identification badge.

c. Badges. The appropriate identification badge will be issued to credential press. Badges must be returned to Capitol Police Security Administration immediately if requested by the Capitol Police Security Administration or if the holder of the identification badge ceases to be a credentialed member of the press.

Enclosure 5 to Management Directive 625.10 Amended Page 1 of 1

Office Supplies Bid 6100023523 Attachment C C cXML Invoice Payload

cXML payload of Invoice

xml version="1.0" encoding="UTF-8" ?> - <cXML version="1.0" timestamp="2007-11-05T08:25:43-06:00" xml:lang="en-US"

payloadID="2007-11-05T08:25:43-06:00.cXML.XC85P5F21"> - <Header> - <From> - <Credential domain="CoPA XI"> <Identity>0000170579</Identity>

</Credential> </From>

- <To> - <Credential domain="DUNS"> <Identity>CWOPA-P</Identity>

</Credential> </To>

- <Sender> - <Credential domain="CoPA_XI"> <Identity>0000170579</Identity> <SharedSecret>imagine</SharedSecret>

</Credential> <UserAgent>1</UserAgent>

</Sender> </Header>

- <Request deploymentMode="test"> - <InvoiceDetailRequest> - <InvoiceDetailRequestHeader invoiceID="XC85P5F21" purpose="standard"

operation="new" invoiceDate="2007-11-02T12:00:00-06:00"> - <InvoicePartner> - <Contact role="remitTo"> <Name xml:lang="en-US">DELL MARKETING L.P.</Name> - <PostalAddress name="default"> <DeliverTo>DELL MARKETING L.P.</DeliverTo> <DeliverTo>C/O DELL USA L.P.</DeliverTo> <Street>PO BOX 643561</Street> <City>PITTSBURGH</City> <State>PA</State> <PostalCode>15264-3561</PostalCode> <Country isoCountryCode="US">US</Country>

</PostalAddress> </Contact> </InvoicePartner>

- <InvoicePartner> - <Contact role="soldTo"> <Name xml:lang="en-US">EXEC BRANCH</Name> - <PostalAddress name="default"> <DeliverTo>EXEC BRANCH</DeliverTo> <DeliverTo>Office for Information Technology/Chief</DeliverTo> <Street>One Technology Park Main Entrance</Street> <City>Harrisburg</City>

Revised: 04/2008 1 of 4

Office Supplies Bid 6100023523 Attachment C C cXML Invoice Payload

<State>PA</State> <PostalCode>17110</PostalCode> <Country isoCountryCode="US">US</Country>

</PostalAddress> </Contact> </InvoicePartner>

- <InvoicePartner> - <Contact role="billTo"> <Name xml:lang="en-US">Commonwealth of Pennsylvania</Name> - <PostalAddress name="CS Comptroller Office,"> <Street>P.O. BOX 2769</Street> <City>Harrisburg</City> <State>PA</State> <PostalCode>17105-2769</PostalCode> <Country isoCountryCode="US">US</Country>

</PostalAddress> <Email name="Commonwealth of Pennsylvania" />

</Contact> </InvoicePartner>

- <InvoicePartner> - <Contact role="issuerOfInvoice"> <Name xml:lang="en-US">Dell Inc.</Name> - <PostalAddress name="default"> <Street>1 Dell Way</Street> <City>Round Rock</City> <State>TX</State> <PostalCode>78682-0001</PostalCode> <Country isoCountryCode="US">US</Country>

</PostalAddress> </Contact> </InvoicePartner>

- <InvoiceDetailShipping shippingDate="2007-11-02T08:25:43-06:00"> - <Contact role="shipFrom"> <Name xml:lang="en-US">Dell Inc.</Name>

</Contact> - <Contact role="shipTo" addressID="0000175361"> <Name xml:lang="en-US">EXEC BRANCH</Name> - <PostalAddress name="default"> <DeliverTo>EXEC BRANCH</DeliverTo> <DeliverTo>Office for Information Technology/Chief</DeliverTo> <DeliverTo>Nicole Kennedy</DeliverTo> <Street>One Technology Park Main Entrance</Street> <City>Harrisburg</City> <State>PA</State> <PostalCode>17110</PostalCode> <Country isoCountryCode="US">US</Country>

</PostalAddress> <Email name="EXEC BRANCH">[email protected]</Email> - <Phone> - <TelephoneNumber> <CountryCode isoCountryCode="US">1</CountryCode>

Revised: 04/2008 2 of 4

Office Supplies Bid 6100023523 Attachment C C cXML Invoice Payload

<AreaOrCityCode>717</AreaOrCityCode> <Number>7728013</Number>

</TelephoneNumber> </Phone> </Contact> </InvoiceDetailShipping>

- <PaymentTerm payInNumberOfDays="30"> - <Discount> <DiscountPercent percent="0" />

</Discount> </PaymentTerm> </InvoiceDetailRequestHeader>

- <InvoiceDetailOrder> - <InvoiceDetailOrderInfo> - <OrderReference orderID="4300048623"> <DocumentReference />

</OrderReference> <OrderIDInfo orderID="4300048623" orderDate="2007-10-29T12:00:00.0-06:00" />

</InvoiceDetailOrderInfo> - <InvoiceDetailItem invoiceLineNumber="1" inspectionDate="2007-11-02T12:00:00.0-06:00"

quantity="6.00"> <UnitOfMeasure>EA</UnitOfMeasure> - <UnitPrice> <Money currency="USD" alternateCurrency="USD"

alternateAmount="0.0">986.92</Money> </UnitPrice>

- <InvoiceDetailItemReference lineNumber="1"> - <ItemID> <SupplierPartID>12334597\1</SupplierPartID>

</ItemID> <Description>OptiPlex 755 Desktop;IntelREG PentiumRE</Description>

</InvoiceDetailItemReference> - <SubtotalAmount> <Money currency="USD">5921.52</Money>

</SubtotalAmount> - <Tax> <Money currency="USD">0.00</Money> <Description xml:lang="en-US" />

</Tax> </InvoiceDetailItem> </InvoiceDetailOrder>

- <InvoiceDetailSummary> - <SubtotalAmount> <Money currency="USD" alternateCurrency="USD"

alternateAmount="0.0">5921.52</Money> </SubtotalAmount>

- <Tax> <Money currency="USD" alternateCurrency="USD" alternateAmount="0.0">0.00</Money> <Description xml:lang="en-US" /> - <TaxDetail category="Sales Tax"> - <TaxableAmount>

Revised: 04/2008 3 of 4

Office Supplies Bid 6100023523 Attachment C C cXML Invoice Payload

<Money currency="USD" alternateCurrency="USD" alternateAmount="0.0">0.00</Money> </TaxableAmount>

- <TaxAmount> <Money currency="USD" alternateCurrency="USD" alternateAmount="0.0">0.00</Money>

</TaxAmount> <Description xml:lang="en-US" />

</TaxDetail> </Tax>

- <SpecialHandlingAmount> <Money currency="USD">0.00</Money> <Description xml:lang="en-US" />

</SpecialHandlingAmount> - <ShippingAmount> <Money currency="USD" alternateCurrency="USD" alternateAmount="0.0">0.00</Money>

</ShippingAmount> - <NetAmount> <Money currency="USD" alternateCurrency="USD"

alternateAmount="0.0">5921.52</Money> </NetAmount>

- <DueAmount> <Money currency="USD">5921.52</Money>

</DueAmount> </InvoiceDetailSummary> </InvoiceDetailRequest> </Request> </cXML>

Revised: 04/2008 4 of 4

Office Supplies Bid 6100023523 Attachment D cXML PO Payload

cXML payload to a vendor

<?xml version="1.0" encoding="UTF-8" ?> - <cXML version="1.0" timestamp="2007-10-29T17:34:36" xml:lang="en" payloadID="SRM-

43000486232007-10-29T17:34:36"> - <Header> - <From> - <Credential domain="DUNS"> <Identity>CWOPA-P</Identity>

</Credential> </From>

- <To> - <Credential domain="CoPA XI"> <Identity>0000170579</Identity>

</Credential> </To>

- <Sender> - <Credential domain="CoPA_XI"> <Identity>0000170579</Identity> <SharedSecret>imagine</SharedSecret>

</Credential> <UserAgent>1</UserAgent>

</Sender> </Header>

- <Request> - <OrderRequest> - <OrderRequestHeader orderID="4300048623" orderType="regular" type="new"

agreementID="4600005858" orderDate="2007-10-29T12:00:00"> - <Total> <Money currency="USD">5921.52</Money>

</Total> - <ShipTo> - <Address isoCountryCode="US" addressID="0000175361"> <Name xml:lang="en">EXEC BRANCH</Name> - <PostalAddress name="Office for Information Technology/Chief"> <DeliverTo>Nicole Kennedy</DeliverTo> <Street>One Technology Park Main Entrance</Street> <City>Harrisburg</City> <State>PA</State> <PostalCode>17110</PostalCode> <Country isoCountryCode="US">USA</Country>

</PostalAddress> <Email>[email protected]</Email> - <Phone> - <TelephoneNumber> <CountryCode isoCountryCode="US">1</CountryCode> <AreaOrCityCode>717</AreaOrCityCode> <Number>772-8013</Number>

</TelephoneNumber> </Phone>

Revised: 04/2008 1 of 3

Office Supplies Bid 6100023523 Attachment D cXML PO Payload

- <Fax> - <TelephoneNumber> <CountryCode isoCountryCode="us">1</CountryCode> <AreaOrCityCode>717</AreaOrCityCode> <Number>772-8113</Number>

</TelephoneNumber> </Fax> </Address> </ShipTo>

- <BillTo> - <Address isoCountryCode="US"> <Name xml:lang="en">Commonwealth of Pennsylvania</Name> - <PostalAddress name="CS Comptroller Office,"> <Street>P.O. BOX 2769</Street> <City>Harrisburg</City> <State>PA</State> <PostalCode>17105-2769</PostalCode> <Country isoCountryCode="US">USA</Country>

</PostalAddress> </Address> </BillTo>

- <PaymentTerm payInNumberOfDays="30"> - <Discount> <DiscountPercent percent="0.0" />

</Discount> </PaymentTerm>

- <Contact role="buyerCorporate"> <Name xml:lang="en">OA OIT</Name> <Email /> - <Phone> - <TelephoneNumber> <CountryCode isoCountryCode="US">1</CountryCode> <AreaOrCityCode>717</AreaOrCityCode> <Number>787-5440</Number>

</TelephoneNumber> </Phone>

- <Fax> - <TelephoneNumber> <CountryCode isoCountryCode="US">1</CountryCode> <AreaOrCityCode>717</AreaOrCityCode> <Number>787-4523</Number>

</TelephoneNumber> </Fax> </Contact>

- <Contact role="endUser"> <Name xml:lang="en">OA OIT</Name> <Email /> - <Phone> - <TelephoneNumber> <CountryCode isoCountryCode="us">1</CountryCode> <AreaOrCityCode>717</AreaOrCityCode>

Revised: 04/2008 2 of 3

Office Supplies Bid 6100023523 Attachment D cXML PO Payload

<Number>787-5440</Number> </TelephoneNumber> </Phone> </Contact>

<Comments xml:lang="en">OIT-SS/Dell/Desktops/556</Comments> <SupplierOrderInfo orderID="DELL" />

</OrderRequestHeader> - <ItemOut quantity="6.0" agreementItemNumber="4600005858"

requestedDeliveryDate="2007-11-09T07:00:00-05:00" lineNumber="1"> - <ItemID> <SupplierPartID>12334597\1</SupplierPartID>

</ItemID> - <ItemDetail> - <UnitPrice> <Money currency="USD">986.92</Money>

</UnitPrice> <Description xml:lang="en">OptiPlex 755 Desktop;IntelREG PentiumRE</Description> <UnitOfMeasure>EA</UnitOfMeasure> <Classification domain="CoPA_XI">43211507</Classification> <ManufacturerPartID>12334597\1</ManufacturerPartID>

</ItemDetail> - <Shipping> <Description xml:lang="en">FOB DESTINATION</Description>

</Shipping> </ItemOut> </OrderRequest>

- <MasterAgreementRequest> <MasterAgreementRequestHeader agreementID="4600005858" />

</MasterAgreementRequest> </Request> </cXML>

Revised: 04/2008 3 of 3

Office Supplies Bid 6100023523 Attachment E XML Communications Document V2

cXML Purchase order and Invoice Implementation

Version 2.0 Revised: 04/2008

Office Supplies Bid 6100023523 Attachment E XML Communications Document V2

Contents Overview ........................................................................................................................ 3

Business Process Flow ................................................................................................ 3 Communication Overview ............................................................................................ 3

CoPA implementation of the cXML purchase order standard ................................... 4 CoPA implementation of the cXML invoice standard ................................................ 4

Overall message format ............................................................................................... 4 Confirmation of vendor in conjunction with HTTPS...................................................... 4 Confirmation of purchase order related information to invoice request ........................ 5 Additional fields associated with Invoice validation ...................................................... 6

Payment Terms ........................................................................................................ 6 Tax related tags ....................................................................................................... 6 Supplementary charges ........................................................................................... 6 Date Tags ................................................................................................................ 6

Appendix ........................................................................................................................ 7

Review of cXML Purchase Order fields. ...................................................................... 8 Review of cXML Invoice fields. .................................................................................. 17 cXML Vendor Information Sheet ................................................................................ 24 Communication with CoPA details ............................................................................. 26

Commonwealth of Pennsylvania cXML implementation

Overview Supplier Relationship Management (SRM) Project As part of the SRM Upgrade project the Commonwealth of Pennsylvania (CoPA) is implementing the use of XML (cXML 1.2.014 standard) for communication between itself and XML enabled external vendors. The implementation of this business process entails the sending of an XML purchase order, using the structure laid out by the cXML standards organization, to the vendor or service provider and the receipt of an XML invoice upon satisfaction of the purchase order. Business Process Flow CoPA is using an SAP R/3 backend system in conjunction with the SRM module and SAP XI middleware product to generate XML messages in cXML format. As the purchase orders are released from the SAP system the XI product formats the outgoing message to reflect the cXML message structure for the business object. Upon satisfaction of the purchase order the XML enabled vendor will transmit a cXML structured invoice for payment. The dtd for these business objects can be found on the cXML.org website. (www.cXML.org) The cXML user manual also on the site provides a detailed discussion of the data elements in the structures. CoPA can provide the dtd being used for both the purchase order(cXML OrderRequest) and invoice (cXML invoiceDetail) if needed. Communication Overview It is expected that HTTPS communications protocol will be used to communicate with CoPA. For messages being received by CoPA, the message will be validated on the front end with a CoPA supplied user id and password in the URL. The user id and password (shared secret) are incorporated in the cXML message Header. Once the message is received and verified to be from a known business partner it is formatted into a structure for processing by the CoPA back office (R/3) system. The receipt of the message is acknowledged by the standard cXML acknowledgement (response) message with the appropriate codes. As an additional layer of security CoPA intends to use Digital Certificates for 2-way, mutual authentication.

Version 2.0 Revised: 04/2008 3 of 26

Commonwealth of Pennsylvania cXML implementation

CoPA implementation of the cXML purchase order standard The worksheet in the appendix of this document illustrates the structure of the fields that will be coming out of the CoPA system. The requirements of the outgoing fields are consistent to the cXML FulFill standard, OrderRequest schema. Note: Purchase Orders from CoPA can have different Ship-To addresses for each line of a multiple line purchase order. For example purchase order to vendor XYZ has two lines for a motor and switch. The motor could be for location ABC and the switch could be for location DEF. CoPA will provide a unique address id for each ship-to location. Purchase orders can have Procurement card information in which case CoPA is not expecting an invoice from the vendor. CoPA implementation of the cXML invoice standard Given the inherent flexibility in XML communications, some specification of the required fields for the CoPA’s business needs is necessary. The CoPA cXML information needs reflect the requirements of the back office system based on SAP R/3, the SRM module, and CoPA Treasury department’s need for information to support their disbursement audit and oversight function. In reviewing the cXML standard (InvoiceRequest) the following fields have been identified as required for our process. These fields will be validated against the values in CoPA’s SAP R/3 system. Overall message format The following required data elements specify the overall characteristics of the invoice message.

• <InvoiceDetailRequestHeader / purpose=> standard • <InvoiceDetailRequestHeader / operation=> new • <InvoiceDetailRequestHeaderIndicator / > (not specified )

Note: All invoice transmissions should be a detailed invoice not a summary. CoPA is not expecting revised or credit invoices and the InvoiceDetailRequestHeaderIndicator is filled with a space.

Confirmation of vendor in conjunction with HTTPS The following required data elements specify the validity of the sender to submit an invoice message for the referenced purchase order. Note: Invoices submitted to CoPA can not reference more than one purchase order.

All CoPA vendors have a SAP vendor id and password which will be used in the cXML message header. This SAP vendor id is supplied to the vendor

Version 2.0 Revised: 04/2008 4 of 26

Commonwealth of Pennsylvania cXML implementation

• Validation of SAP vendor id and Password

o Invoices example CoPA takes the SAP vendor id and SAP password in the URL string to authenticate the vendor.

Confirmation of purchase order related information to invoice request

• Validation of the PO and SAP vendor id combination

<InvoiceDetailOrderInfo / OrderReference / DocumentReference> for PO number <Header / from / Identity> for SAP vendor id SAP vendor id sent must match SAP vendor id on the purchase order.

• Validation of the Remit to address

Remit to name and address must reflect the remit to address on file for the vendor for purchase order referenced. A different remit to address than what CoPA had at the time of purchase order creation will cause the invoice to fail disbursement audit and delay reimbursement. Note: All CoPA cXML vendors are expected to have only one remit to address.

<InvoiceDetailRequest / InvoicePartner / Contract role = Vendor remitTo Name>) equal to vendor name of SAP remit to address <InvoiceDetailRequest / InvoicePartner / Contract role = “remitTo / Street>) equal to street field of SAP remit to address <InvoiceDetailRequest / InvoicePartner / Contract role = “remitTo / City>) equal to city field of SAP remit to address <InvoiceDetailRequest / InvoicePartner / Contract role = “remitTo / State>) equal to state field of SAP remit to address <InvoiceDetailRequest / InvoicePartner / Contract role = “remitTo / PostalCode>) equal to Postal code field of SAP remit to address All remit to addresses are US domestic addresses, foreign addresses will fail validation.

• Validation of the purchase order line items to Invoice line items Per purchase order line referenced in invoice to confirm the line is actually present on the purchase order. Purchase Order <InvoiceDetailOrderInfo / OrderReference / DocumentReference>) Purchase Order item number (<InvoiceDetailItemReference LineNumber),

Version 2.0 Revised: 04/2008 5 of 26

Commonwealth of Pennsylvania cXML implementation

Additional fields associated with Invoice validation

Payment Terms

Payment Discount percentage /cXML/Request/InvoiceDetailRequest/InvoiceDetailRequestHeader/PaymentTerm/Discount/DiscountPercent/percent Net due in number of days /cXML/Request/InvoiceDetailRequest/InvoiceDetailRequestHeader/InvoiceDetailPaymentTerm/@payInNumberOfDays

For CoPA invoices, the standard payment term is Net 30. This information is required for future usage to take advantage of invoice discounts. Vendors that use the InvoiceDetailPaymentTerm need to change to the non-depreciated tag series.

Tax related tags Tax Purpose

/cXML/Request/InvoiceDetailRequest/InvoiceDetailSummary/Tax/TaxDetail/@purpose This tag should be sent with a blank denoting non-taxable status. Since CoPA by its very nature is tax exempt, this confirms the tax exempt status. All tax related fields should be blank.

Supplementary charges

For invoices CoPA is expecting the invoice amount to match exactly the Purchase Order amount.

Date Tags

CoPA requires the strict adherence to ISO 8601 for all date tags such as order date. This requirement entails a minimum of a complete date plus hours, minutes, and seconds. Fractions of a second are optional. For example, 2002-04-14T13:36:00-08:00 corresponds to April 14, 2002, 1:36 p.m., U.S. Pacific Standard Time.

Version 2.0 Revised: 04/2008 6 of 26

Commonwealth of Pennsylvania cXML implementation

Appendix

Version 2.0 Revised: 04/2008 7 of 26

Commonwealth of Pennsylvania cXML implementation

Review of cXML Purchase Order fields. The mandatory fields are relative to CoPA business processes. (The cXML schema may have additional required tags.)

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

<?xml version="1.0" encoding="UTF-8"?>

cXML x cXML identifier

@version (x) XML version Default “1.0”

@timestamp x Payload timestamp

@lang x Default “en”

@payloadID x Payload identifier = SRM+ PO# + creation date Or Payload Identifier = Vendor id + PO # + creation date + IDOC + Idoc #

Header x

From x

Credential x

Domain x Value “DUNS”

Identity x Per Supplier, Default “CoPA Duns”

SharedSecret x

To x

Credential x

Domain x Default “CoPA XI”

Reflected in Invoice From/ identity & URL

Identity x SAP Vendor ID 10 digits Sent back on cXML invoice as From Identity

Sender x

Version 2.0 Revised: 04/2008 8 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

Credential x

Domain x Default “CoPA XI”

Identity x Vendor supplied ID number

SharedSecret x Vendor supplied Shared secret Default Vendor name, Not used for Authentication by CoPA

UserAgent x User Agent (agency id)

Request x

OrderRequest x

OrderRequestHeader x

Reflected in Invoice

@orderID x CoPA order number

@orderType x Default “regular”

@type x Default new (Always new, no order changes)

Reflected in Invoice

@agreementID x Master Agreement number

Reflected in Invoice

@orderDate x CoPA Purchase order Date

TOTAL x

Reflected in Invoice

Money x Total value of purchase order (Invoice total should reflect this amount.)

@currency x Default USD

ShipTo x Ship to address possible at the individual line item level

Address x

Reflected in Invoice

@isoCountryCode x Default US

Reflected in Invoice

@addressID x Unique ID associated to Ship To Address

Version 2.0 Revised: 04/2008 9 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

Reflected in Invoice

Name x PO Header ship to name

Reflected in Invoice

@lang x Default en

PostalAddress x

Reflected in Invoice

Name x name associated with address

Reflected in Invoice

DeliverTo x Deliver to name

Reflected in Invoice

Street x Ship to Street

Reflected in Invoice

City x Ship to City

Reflected in Invoice

State x Ship to State

Reflected in Invoice

PostalCode x Zip code

Reflected in Invoice

Country x

Reflected in Invoice

@isoCountryCode x Default US

Reflected in Invoice

Email x Email

Phone x

TelephoneNumber x

Country x

Reflected in Invoice

@isoCountryCode x Default US

Reflected in Invoice

AreaOrCityCode x

Reflected in Invoice

Number x Phone no

Version 2.0 Revised: 04/2008 10 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

Fax x Fax

Country x

@isoCountryCode x Default US

Phone x

TelephoneNumber x

AreaOrCityCode x

Number x Phone no

BillTo x

Reflected in Invoice

Address x

Reflected in Invoice

@isoCountryCode x Default US

Reflected in Invoice

Name x PO Header Bill to name

Reflected in Invoice

PostalAddress x

Reflected in Invoice

Street x Street

Reflected in Invoice

City x City

Reflected in Invoice

State x State

Reflected in Invoice

PostCode x Zip

Reflected in Invoice

CountryCode x US

Reflected in Invoice

@isoCountryCode x Default US

Phone x

TelephoneNumber x

@isoCountryCode x Default US

Version 2.0 Revised: 04/2008 11 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

AreaOrCityCode x

Number x Phone no

Fax x Fax

TelephoneNumber x

CountryCode x 1

@isoCountryCode x Default US

AreaOrCityCode x

Number x Phone no

Shipping x

Money x

@Currency x

Description x

P-Card info

Payment x P card info

PCard x

Invoice NOT expected

@number

x Invoice NOT expected for purchase orders using credit card (Pcard)

Invoice NOT expected

@name

x Card Type (IE VISA)

Invoice NOT expected

@expiration

x Credit Card Number

PaymentTerm x

@payINNumberOfDays x 30 CoPA standard

Discount

DiscountPercent @percent x 0 CoPA standard

Contact

Purchasing Agent

@role x Default , buyerCorporate

Version 2.0 Revised: 04/2008 12 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

@lang x Default “en”

Name x Contact name

PostalAddress x

Street x Street

City x City

State x State

PostCode x Zip

CountryCode x

@isoCountryCode x Default US

Phone x

TelephoneNumber x

CountryCode x 1

@isoCountryCode x us

AreaOrCityCode x Area code

Number x Phone number

Fax x

TelephoneNumber x

CountryCode x 1

@isoCountryCode x us

AreaOrCityCode x Area code

Number x Phone number

Original Requistioner

@role x Default , endUser

@lang x us

Name x Contact name

PostalAddress x

Street x Street

Version 2.0 Revised: 04/2008 13 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

City x City

State x State

PostCode x Zip

CountryCode x

@isoCountryCode x Default US

Phone x

TelephoneNumber x

CountryCode x 1

@isoCountryCode x us

AreaOrCityCode x Area code

Number x Phone number

Fax x

TelephoneNumber x

CountryCode x 1

@isoCountryCode x us

AreaOrCityCode x Area code

Number x Phone number

Comments x PO header notes

@lang x en

SupplierOrderInfo x

@orderID x Name of vendor (this is a CoPA specific implementation outside of cXML standard)

ItemOut x For each Purchase Line item

Reflected in Invoice

@quantity x Item Level Qty

Reflected in Invoice

@agreementItemNumber x Master contract number (1 per vendor)

@Requested Deliverydate x Item Level Del date

Version 2.0 Revised: 04/2008 14 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

Reflected in Invoice

@LineNumber x Item Line no

ItemID x

Reflected in Invoice

SupplierPartID x Item Supp Part id

SupplierPartAuxiliaryID x

ItemDetail x

unitPrice x

Reflected in Invoice

UnitPrice x Item Level Unitprice

Reflected in Invoice

Money x

@currency x USD

Reflected in Invoice

Description x Item Description

Reflected in Invoice

UnitOfMeasure x ISO standard

Classification x

Classification domain x Default CoPA XI

Manufacturer Part Id x Item Level Manf part id

Manufacturer Name x Item Level Manf Name

Ship To x Possible to have PO with different ship to address for each line (infrequent)

Address x

isoCountryCode x Default US

addressID x Unique ID associated to Ship To Address

Name x PO Header ship to name

lang x Default en

PostalAddress x

Version 2.0 Revised: 04/2008 15 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML PO – cXML Tag

Mandatory

Optional Comment

name x name associated with address

DeliverTo x Deliver to name

Street x Ship to Street

City x Ship to City

State x Ship to State

PostalCode x Zip code

Country x

@isoCountryCode x Default US

Email x Email

Phone x

TelephoneNumber

CountryCode x Default 1

AreaOrCityCode x

Number x Phone no

@isoCountryCode x Default US

Fax x

TelephoneNumber x Fax

@isoCountryCode x Default US

AreaOrCityCode x

Number x Phone no

Shipping x

Description x Description of shipping terms (FOB Destination)

@lang x Default en

MasterAgreementRequest x

MasterAgreementRequestHeader x

Reflected in Invoice

@agreementID x Master contract number (1 per vendor)

Version 2.0 Revised: 04/2008 16 of 26

Commonwealth of Pennsylvania cXML implementation

Review of cXML Invoice fields. The mandatory fields are relative to CoPA business processes. (The cXML schema may have additional required tags.) (@=attribute)

Sub-Header for cXML Invoice - cXMLTag

Mandatory

Optional Comments

cXML <?xml version="1.0" encoding="UTF-8"?>

@payloadID x Vendor specified

@timestamp x Time of creation

@lang x Default en

@version x cXML schema version, CoPA using 2.1.014

Header x

From x

Credential x

@Domain x

Replicated from PO

Identity x SAP Vendor ID, needs to be same as PO Header/To/Identity

SharedSecret x

To x

Credential x

@Domain x

Identity x Per Supplier

Sender x

Credential x

@Domain x

Identity x SAP Vendor ID

SharedSecret x

UserAgent x

Request x

InvoiceDetail x

Version 2.0 Revised: 04/2008 17 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML Invoice - cXMLTag

Mandatory

Optional Comments

Request

InvoiceDetailRequestHeader x

@invoiceID x Invoice number

@purpose x Expected value ‘Standard’ for debit CoPA does not support Credit Invoices

@operation x Expected value ‘new’

@invoiceDate x Invoice date

InvoiceDetailHeaderIndicator x Expected value ””

InvoiceDetailLineIndicator x leave blank

Invoice Partner

Contact x

issuerOfInvoice

@role x issuerOfInvoice (per Page 245 cXML manual)

Name x Name

PostalAddress x

Street x Street

City x City

State x State

PostCode x Zip

Country x

@isoCountryCode x Default US

Invoice Partner

Contact x

soldTo

@role x soldTo (ship to in most cases )

Name x Sold to name

PostalAddress x

Version 2.0 Revised: 04/2008 18 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML Invoice - cXMLTag

Mandatory

Optional Comments

Street x Street

City x City

State x State

PostCode x Zip

Country x

@isoCountryCode x Default US

Phone x

TelephoneNumber x

@isoCountryCode x Default US

AreaOrCityCode x Area code

Number x Phone no

Fax x Fax

Email x email

Invoice Partner

Contact x

billTo

@role x billTo (per Page 245 cXML manual)

Name x Bill to name

PostalAddress x

Street x Street

City x City

State x State

PostCode x Zip

Country x Country

@isoCountryCode x Default US

Phone x

TelephoneNumber x

Version 2.0 Revised: 04/2008 19 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML Invoice - cXMLTag

Mandatory

Optional Comments

@isoCountryCode x Default US

AreaOrCityCode x Area code

Number x Phone no

Fax x Fax

Email x email

Invoice Partner

Contact x

remitTo Must reflect Remit to address for vendor on CoPA SAP system

@role x remitTo

Name x PO Header ship to name

PostalAddress x

Street x Street

City x City

State x State

PostCode x Zip

Country x Country

@isoCountryCode x Default US

InvoiceDetailShipping

x

Shipping date x date and time this shipment leaves the supplier.

Contact x

shipTo

@role x shipTo

Replicated from PO

@addressID x Unique identifier for the contact’s address

Replicated from PO

Name x PO Header ship to name

PostalAddress x

Version 2.0 Revised: 04/2008 20 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML Invoice - cXMLTag

Mandatory

Optional Comments

Replicated from PO

Deliver to Name (x) If on PO

Replicated from PO

Street x Street

Replicated from PO

City x City

Replicated from PO

State x State

Replicated from PO

PostCode x Zip

Country x Country

Replicated from PO

@isoCountryCode x Default US

Phone x

Replicated from PO

TelephoneNumber x

Replicated from PO

@isoCountryCode x Default US

Replicated from PO

AreaOrCityCode x Area code

Replicated from PO

Number x Phone no

Fax x Fax

Email x Email

PaymentTerm x

@Percent x Provide the discount percentage terms

@PayInNumberOfDays x Provide the number of days until the invoice amount is due

InvoiceDetailOrder

x

InvoiceDetailOrderInfo x

MasterAgreementIDInfo x

Version 2.0 Revised: 04/2008 21 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML Invoice - cXMLTag

Mandatory

Optional Comments

Replicated from PO

@agreementID x Master Agreement number from PO

OrderReference x

Replicated from PO

@orderId x PO number

Replicated from PO

@orderDate x PO Order date

OrderIDInfo x

Replicated from PO

@orderId x PO number

Replicated from PO

@orderDate x PO Order date

InvoiceDetailItem x

@invoiceLineNumber x Invoice line item number

@quantity x Line item quantity

@inspectionDate x Inspection date or delivery date

Unit of Measure x ISO standard (Unit of measure)

UnitPrice x

Money x Unit Price

@currency x USD

InvoiceDetailItemReference x For every PO line referenced

Replicated from PO

@lineNumber x PO line number

Replicated from PO

SupplierPartID x From PO

Replicated from PO

Description x Line item description

SubTotalAmount x

Money` x Line sub total amount

@currency x USD

GrossAmount x

Version 2.0 Revised: 04/2008 22 of 26

Commonwealth of Pennsylvania cXML implementation

Sub-Header for cXML Invoice - cXMLTag

Mandatory

Optional Comments

Money x Line gross amount

@currency x USD

NetAmount x

Money x Line net amount

@currency x USD

InvoiceDetailSummary x

SubTotalAmount x

Money x Unit Price

@currency x USD

GrossAmount x Invoice total gross amount

Money x Unit Price

@currency x USD

NetAmount x Invoice total net amount

Money x Unit Price

@currency x USD

Version 2.0 Revised: 04/2008 23 of 26

Commonwealth of Pennsylvania cXML implementation

cXML Vendor Information Sheet Confirm Point of Contact for function Name Function Comments

Confirm usage of cXML Business Objects

Object Yes / No Other Comments

PurchaseOrderRequest (Purchase order)

ShipNoticeRequest (shipping notice)

InvoiceRequest (Invoice)

Response (Handshake message receipt) Confirm Communication environment

Issue Yes / No Other comments

Web Service (SOAP)

HTTPS Sync (HTTPS)

HTTPS Async (HTTPS Response not on same session, channel closed between Put and response)

.

Digital Certificates (2-way Mutual-certification)

Information needs to initiate communication

Lead time

URL test

URL Prod

Test Sender Id and Shared Secret

Version 2.0 Revised: 04/2008 24 of 26

Commonwealth of Pennsylvania cXML implementation

Confirm Testing Environment

Issue Yes / No Other comments

Sneaker Net (accept email attachments of cXML messages to confirm usage)

Differences between Test and Production environment

Vendor Questions for CoPA

Version 2.0 Revised: 04/2008 25 of 26

Commonwealth of Pennsylvania cXML implementation

Communication with CoPA details Communication protocol: HTTPS Certificates (root and self signed for test server) available from CoPA Basic authentication in place in Production Host: www.pasuppliersrm.beta.state.pa.us Development / test (Public IP 164.156.71.27)

www.pasuppliersrm.state.pa.us Production system (Public IP 164.156.71.28) Note: Ping and Telnet functionality unavailable for Production and Development IPs Port: 452 Note that non-standard port (452) has to be opened for outbound HTTPS communication Test URL with test id and password for basic authentication www.pasuppliersrm.beta.state.pa.us:452/sap/xi/adapter_plain?namespace=http%3A//ies.state.pa.us/XIBF_0456_INVOICE_FROM_VENDOR&interface=MI_cXMLInvoice_OB&service=Http_Sender_Invoice&party=&agency=&scheme=&QOS=EO&queueid=httpclient&sap-user=xiappluserin&sap-password=ZTEMPPW&sap-client=110&sap-language=EN Prod URL will need to have Production id and password(CoPA defined) for basic authentication www.pasuppliersrm.state.pa.us:452/sap/xi/adapter_plain?namespace=http%3A//ies.state.pa.us/XIBF_0456_INVOICE_FROM_VENDOR&interface=MI_cXMLInvoice_OB&service=Http_Sender_Invoice&party=&agency=&scheme=&QOS=EO&queueid=httpclient&sap-user=(CoPA defined)&sap-password=(CoPA defined)&sap-client=110&sap-language=EN

Version 2.0 Revised: 04/2008 26 of 26

Office Supplies Bid 6100023523 Attachment H PIBH Items

Unique ID Mfgr Mfgr P/N Short text description Long Text DescriptionJ47195-0430-010 PIBH 7195-0430-010 BOARD,BULLETIN,CORK,18X24,ALUM FRMJ47195-0430-020 PIBH 7195-0430-020 BOARD,BULLETIN,CORK,24X24,ALUM FRMJ47195-0430-030 PIBH 7195-0430-030 BOARD,BULLETIN,CORK,36X24,ALUM FRMJ47195-0430-040 PIBH 7195-0430-040 BOARD,BULLETIN,CORK,36X36,ALUM FRMJ47195-0430-060 PIBH 7195-0430-060 BOARD,BULLETIN,CORK,36X60,ALUM FRMJ47195-0430-070 PIBH 7195-0430-070 BOARD,BULLETIN,CORK,36X72,ALUM FRMJ47195-0430-050 PIBH 7195-0430-050 BOARD,BULLETIN,CORK,48X36,ALUM FRMJ47195-0430-080 PIBH 7195-0430-080 BOARD,BULLETIN,CORK,48X48,ALUM FRMJ47195-0430-090 PIBH 7195-0430-090 BOARD,BULLETIN,CORK,48X60,ALUM FRMJ47195-0430-100 PIBH 7195-0430-100 BOARD,BULLETIN,CORK,48X72,ALUM FRMJ47195-0430-201 PIBH 7195-0430-201 BOARD,BULLETIN,DRYERASE,24X36,ALUM FRMJ47195-0430-300 PIBH 7195-0430-300 BOARD,CORK-DRY ERASE,12X22,ALUM FRMJ47195-0430-200 PIBH 7195-0430-200 BOARD,DRY ERASE,18X24,ALUM FRM,PEN&HLDRJ47195-0430-202 PIBH 7195-0430-202 BOARD,DRY ERASE,36X36,ALUM FRM,PEN&HLDRJ47195-0430-203 PIBH 7195-0430-203 BOARD,DRY ERASE,36X48,ALUM FRM,PEN&HLDRJ47195-0430-204 PIBH 7195-0430-204 BOARD,DRY ERASE,36X60,ALUM FRM,PEN&HLDRJ47195-0430-205 PIBH 7195-0430-205 BOARD,DRY ERASE,48X48,ALUM FRM,PEN&HLDRJ47195-0430-206 PIBH 7195-0430-206 BOARD,DRY ERASE,48X72,ALUM FRM,PEN&HLDR

S1PIBH-R-DR350 PIBH PIBH-R-DR350 CARTRIDGE,DRUM,REMAN,BROTHER,DR350,12000PYFor Use With: DCP-7020, IntelliFax-2820, IntelliFax-2910, IntelliFax-2920, HL-2040, HL-2070N, MFC-7220, MFC-7225N, MFC-7420, MFC-7820N

S1PIBH-R-DR360 PIBH PIBH-R-DR360 CARTRIDGE,DRUM,REMAN,BROTHER,DR360,12000PYDCP-7030, DCP-7040, HL-2140, HL-2170W, MFC-7340, MFC-7345N, MFC-7440N, MFC-7840W

S1PIBH-R-DR400 PIBH PIBH-R-DR400 CARTRIDGE,DRUM,REMAN,BROTHER,DR400,20000PY

DCP-1200, DCP-1400, HL-1230, HL-1240, HL-1250, HL-1270N, HL-1435, HL-1440, HL-1450, HL-1470N, IntelliFax-4100, IntelliFax-4100e, IntelliFax-4750, IntelliFax-4750e, IntelliFax-5750, IntelliFax-5750e, MFC-8300, MFC-8500, MFC-8600, MFC-8700, MFC-9600, MFC-9700, MFC-9800, MFC-P2500

S1PIBH-Q2612A PIBH PIBH-Q2612A CARTRIDGE,TONER,REMAN,BLK,HP,Q2612A,2200PY

Remanufactured Toner Cartridge for HEWLETT - PACKARD LaserJet 1010, LaserJet 1012, LaserJet 1015, LaserJet 1018, LaserJet 1020, LaserJet 1022 19PPM, LaserJet 1022n, LaserJet 1022nw, LaserJet 3015, LaserJet 3020, LaserJet 3030, LaserJet 3050, LaserJet 3052

S1PIBH-Q5942A PIBH PIBH-Q5942A CARTRIDGE,TONER,REMAN,BLK,HP,Q5942A,10000PY

Remanufactured Toner Cartridge for HEWLETT - PACKARD LaserJet 4240n, LaserJet 4250, LaserJet 4250dtn, LaserJet 4250Dtnsl, LaserJet 4250n, LaserJet 4250tn, LaserJet 4350dtn, LaserJet 4350Dtnsl, LaserJet 4350n, LaserJet 4350tn.High-Yield Laser Cartridge. To

S1PIBH-12A6765 PIBH PIBH-12A6765 CARTRIDGE,REMAN,BLK,LEXMARK,T620,T622,30000PY For Use With Lexmark printer T620, T622; High Page Yield 30000S1PIBH-12A7362 PIBH PIBH-12A7362 CARTRIDGE,REMAN,BLK,LEXMARK,T630,T632,T634,21000PY For Use With Lexmark printer T630, T632, T634, High Page Yield 21000S1PIBH-12A7365 PIBH PIBH-12A7365 CARTRIDGE,REMAN,BLK,LEXMARK,T632,T634,32000PY For Use With Lexmark printer T632, T634, (not T630) Extra High Page Yield 32000S1PIBH-64035HA PIBH PIBH-64035HA CARTRIDGE,REMAN,BLK,LEXMARK,T640,T642,T644,21000PY For Use With Lexmark printer T640, T642, T644, High Page Yield 21000

S1PIBH-64435XA PIBH PIBH-64435XA CARTRIDGE,REMAN,BLK,LEXMARK,T644,32000PYFor Use With Lexmark printer T644, (not T640 or T642), Extra Hi Yield 32000 Page Yield

S1PIBH-Q2610X PIBH PIBH-Q2610X CARTRIDGE,TONER,REMAN,BLK,HP,Q2610X,10000PY For Use With HP Laserjet 2300 Series

S1PIBH-Q2612X PIBH PIBH-Q2612X CARTRIDGE,TONER,REMAN,BLK,HP,Q2612X,3500PYFor Use With HP LaserJet 3015mfp, LaserJet 3020, LaserJet 3030, LaserJet 3050, LaserJet 3052, LaserJet 3055, LaserJet M1319f mfp

S1PIBH-Q2670A PIBH PIBH-Q2670A CARTRIDGE,TONER,REMAN,BLK,HP,Q2670A,6000PYFor Use With HP Color LaserJet 3500 Series, Color LaserJet 3550 Series, Color LaserJet 3700 Series

S1PIBH-Q2671A PIBH PIBH-Q2671A CARTRIDGE,TONER,REMAN,CYAN,HP,Q2671A,6000PY For Use With HP Color LaserJet 3500 Series, Color LaserJet 3550 Series, (not 3700)

S1PIBH-Q2673A PIBH PIBH-Q2673A CARTRIDGE,TONER,REMAN,MAGENTA,HP,Q2673A,6000PY For Use With HP Color LaserJet 3500 Series, Color LaserJet 3550 Series, (not 3700)

S1PIBH-Q2672A PIBH PIBH-Q2672A CARTRIDGE,TONER,REMAN,YELLOW,HP,Q2672A,6000PY For Use With HP Color LaserJet 3500 Series, Color LaserJet 3550 Series (not 3700)

S1PIBH-92274A PIBH PIBH-92274A CARTRIDGE,TONER,REMAN,BLK,HP,92274A,3350PYFor Use With HP LaserJet 4L, LaserJet 4ML, LaserJet 4MP, LaserJet 4P; 3350 Page Yield

Office Supplies Bid 6100023523 Attachment H PIBH Items

S1PIBH-92298X PIBH PIBH-92298X CARTRIDGE,TONER,REMAN,BLK,HP,92298X

For Use With HP LaserJet 4, LaserJet 4 Plus, LaserJet 4M, LaserJet 4M Plus, LaserJet 5, LaserJet 5M, LaserJet 5N, LaserJet 5SE; For Use With Canon Laser Printers LBP-1260 Series, LBP-860

S1PIBH-TN350 PIBH PIBH-TN350 CARTRIDGE,TONER,REMAN,BROTHER,TN350,2500PY

For Use With Brother All-in-One Machines MFC-7220, MFC-7225N, MFC-7420, MFC-7820N; For Use With Brother Copy Machines DCP-7020; For Use With Brother Fax Machines Intellifax 2820, Intellifax 2850, Intellifax 2910, Intellifax 2920; Fits Brother Laser Printe

S1PIBH-TN360 PIBH PIBH-TN360 CARTRIDGE,TONER,REMAN,BROTHER,TN360,2600PY

For Use With Brother All-in-One Machines MFC-7340, MFC-7345n, MFC-7440N, MFC-7840W; For Use With Brother Copy Machines DCP-7030, DCP-7040; For Use With Brother Laser Printers HL-2140, HL-2170W; Page Yield 2,600

S1PIBH-TN430 PIBH PIBH-TN430 CARTRIDGE,TONER,REMAN,BROTHER,TN430,3000PY

For Use With Brother All-in-One Machines MFC-8300, MFC-8500, MFC-8600, MFC-8700, MFC-9600, MFC-9700, MFC-9800, MFC-9850, MFC-9860, MFC-P2500; For Use With Brother Copy Machines DCP-1200, DCP-1400; For Use With Brother Fax Machines Intellifax 4100, Intelli

S1PIBH-TN460 PIBH PIBH-TN460 CARTRIDGE,TONER,REMAN,BROTHER,TN460,6000PY

For Use With Brother All-in-One Machines MFC-8300, MFC-8500, MFC-8600, MFC-8700, MFC-9600, MFC-9700, MFC-9800, MFC-9850, MFC-9860, MFC-P2500; For Use With Brother Copy Machines DCP-1200, DCP-1400; For Use With Brother Fax Machines Intellifax 4100, Intelli

S1PIBH-C3903X PIBH PIBH-C3903X CARTRIDGE,TONER,REMAN,BLK,HP,C3903X,4000PYFor Use With HP Laser Printers LaserJet 5MP, LaserJet 5P, LaserJet 6MP, LaserJet 6P Series; Page Yield 4000

S1PIBH-C3906X PIBH PIBH-C3906X CARTRIDGE,TONER,REMAN,BLK,HP,C3906X,2500PYFor Use With HP Laser Printers LaserJet 3100 Series, LaserJet 3150 Series, LaserJet 5L Series, LaserJet 6L Series; Page Yield 2500

S1PIBH-C3909X PIBH PIBH-C3909X CARTRIDGE,TONER,REMAN,BLK,HP,C3909X,15000PY

For Use With HP All-in-One Printers Mopier 240 network mfp, Mopier 320 network mfp; For Use With HP Laser Printers LaserJet 5SI Series, LaserJet 8000 Series, Mopier 240; Page Yield 15000

S1PIBH-C4092X PIBH PIBH-C4092X CARTRIDGE,TONER,REMAN,BLK,HP,C4092X,2500PYFor Use With HP Laser Printers LaserJet 1100 Series, LaserJet 3200 Series; Page Yield 2500

S1PIBH-C4096A PIBH PIBH-C4096A CARTRIDGE,TONER,REMAN,BLK,HP,C4096A,5000PYFor Use With HP Laser Printers LaserJet 2100 Series, LaserJet 2200 Series; Page Yield 5000

S1PIBH-C4127X PIBH PIBH-C4127X CARTRIDGE,TONER,REMAN,BLK,HP,C4127X,10000PYFor Use With HP Laser Printers LaserJet 4000 Series, LaserJet 4050 Series; For Use With Canon Laser Printers LBP-52X; High Page Yield 10000

S1PIBH-C4129X PIBH PIBH-C4129X CARTRIDGE,TONER,REMAN,BLK,HP,C4129X,10000PYFor Use With HP Laser Printers LaserJet 5000 Series, LaserJet 5100 Series; High Page Yield 10000

S1PIBH-C4182X PIBH PIBH-C4182X CARTRIDGE,TONER,REMAN,BLK,HP,C4182X,20000PYFor Use With HP Laser Printers LaserJet 8100 Series, LaserJet 8150 Series, Mopier 320; High Page Yield 20000

S1PIBH-C4191A PIBH PIBH-C4191A CARTRIDGE,TONER,REMAN,BLK,HP,C4191A,9000PYFor Use With HP Laser Printers Color LaserJet 4500 Series, Color LaserJet 4550 Series; Page Yield 9000

S1PIBH-C4192A PIBH PIBH-C4192A CARTRIDGE,TONER,REMAN,CYAN,HP,C4192A,6000PYFor Use With HP Laser Printers Color LaserJet 4500 Series, Color LaserJet 4550 Series; Page Yield 6000

S1PIBH-C4193A PIBH PIBH-C4193A CARTRIDGE,TONER,REMAN,MAGENTA,HP,C4193A,6000PYFor Use With HP Laser Printers Color LaserJet 4500 Series, Color LaserJet 4550 Series; Page Yield 6000

S1PIBH-C4194A PIBH PIBH-C4194A CARTRIDGE,TONER,REMAN,YELLOW,HP,C4194A,6000PYFor Use With HP Laser Printers Color LaserJet 4500 Series, Color LaserJet 4550 Series; Page Yield 6000

S1PIBH-C7115X PIBH PIBH-C7115X CARTRIDGE,TONER,REMAN,BLK,HP,C7115X

For Use With HP All-in-One Printers LaserJet 1220 Series, LaserJet 3300, LaserJet 3310, LaserJet 3320 Series, LaserJet 3330mfp, LaserJet 3380; For Use With HP Laser Printers LaserJet 1200 Series, LaserJet 1220 Series, LaserJet 3300, LaserJet 3310, LaserJe

S1PIBH-C8061X PIBH PIBH-C8061X CARTRIDGE,TONER,REMAN,BLK,HP,C8061X,10000PY

For Use With HP All-in-One Printers LaserJet 4100mfp, LaserJet 4101mfp; For Use With HP Laser Printers LaserJet 4100 Series, LaserJet 4100mfp, LaserJet 4101mfp; High Page Yield 10000

Office Supplies Bid 6100023523 Attachment H PIBH Items

S1PIBH-Q6511X PIBH PIBH-Q6511X CARTRIDGE,TONER,REMAN,BLK,HP,Q6511X,12000PYFor Use With HP Laser Printers LaserJet 2420 Series, LaserJet 2430 Series; High Page Yield 12000

S1PIBH-Q5942X PIBH PIBH-Q5942X CARTRIDGE,TONER,REMAN,BLK,HP,Q5942X,20000PYFor Use With HP Laser Printers LaserJet 4250 Series, LaserJet 4350 Series; High Page Yield 20000

S1PIBH-Q2613X PIBH PIBH-Q2613X CARTRIDGE,TONER,REMAN,BLK,HP,Q2613X,4000PY For Use With HP Laser Printers LaserJet 1300 Series; High Page Yield 4000

S1PIBH-Q5949A PIBH PIBH-Q5949A CARTRIDGE,TONER,REMAN,BLK,HP,Q5949A,6000PYFor Use With HP All-in-One Printers LaserJet 3390; For Use With HP Laser Printers LaserJet 1320 Series, LaserJet 3390; High Page Yield 6000

S1PIBH-C8543X PIBH PIBH-C8543X CARTRIDGE,TONER,REMAN,HP,C8543X,30000PY

For Use With HP All-in-One Printers LaserJet 9040mfp, LaserJet 9040mfp, LaserJet 9050mfp, LaserJet M9040mfp, LaserJet M9050mfp; For Use With HP Laser Printers LaserJet 9000 Series, LaserJet 9040mfp, LaserJet 9040mfp, LaserJet 9050 Series, LaserJet 9050mfp

S1PIBH-CB435A PIBH PIBH-CB435A CARTRIDGE,TONER,REMAN,HP,CB435A,1500PY For Use With HP Laser Printers LaserJet P1005, LaserJet P1006; Page Yield 1500

S1PIBH-CB436A PIBH PIBH-CB436A CARTRIDGE,TONER,REMAN,HP,CB436A,2000PYFor Use With HP All-in-One Printers LaserJet M1522 Series; For Use With HP Laser Printers LaserJet P1505 Series; Page Yield 2000

S1PIBH-Q7551A PIBH PIBH-Q7551A CARTRIDGE,TONER,REMAN,HP,Q7551A,6500PY

For Use With HP All-in-One Printers LaserJet M3027mfp Series, LaserJet M3035mfp Series; For Use With HP Laser Printers LaserJet M3027mfp Series, LaserJet M3035mfp Series, LaserJet P3005 Series; Page Yield 6500

S1PIBH-Q7551X PIBH PIBH-Q7551X CARTRIDGE,TONER,REMAN,HP,Q7551X,13000PY

For Use With HP All-in-One Printers LaserJet M3027mfp Series, LaserJet M3035mfp Series; For Use With HP Laser Printers LaserJet M3027mfp Series, LaserJet M3035mfp Series, LaserJet P3005 Series; High Page Yield 13000

S1PIBH-Q7553A PIBH PIBH-Q7553A CARTRIDGE,TONER,REMAN,HP,Q7553A,3000PYFor Use With HP All-in-One Printers LaserJet M2727nf; For Use With HP Laser Printers LaserJet P2010, LaserJet P2014, LaserJet P2015 Series; Page Yield 3000

S1PIBH-Q7553X PIBH PIBH-Q7553X CARTRIDGE,TONER,REMAN,HP,Q7553X,7000PY

For Use With HP All-in-One Printers LaserJet M2727nf; For Use With HP Laser Printers LaserJet P2010, LaserJet P2014, LaserJet P2015 Series; High Page Yield 7000

S1PIBH-Q1338X PIBH PIBH-Q1338X CARTRIDGE,TONER,REMAN,BLK,Q1338X,12000PY For Use With HP Laser Printers LaserJet 4200 Series; Page Yield 12000S67510-7300-060 PIBH 7510-7300-060 CLEANER,COMPUTER,12-32OZ BTLS/CSTBD TBD TBD CLIPBOARDS & FORM HOLDERS

F17530-0220-301 PIBH 7530-0220-301 FILE FOLDER,HEAVY DUTY PRESSBOARD,TOP TAB,STRAIGHT,LEGAL

F17530-0220-300 PIBH 7530-0220-300 FILE FOLDER,HEAVY DUTY PRESSBOARD,TOP TAB,STRAIGHT,LETTER

F17530-0230-350 PIBH 7530-0230-350

FOLDER, FILE, MANILA WITH SLIGHT GREEN TINT, LETTER, 1/3 CUT, TOP, ASSORTED TABS, 11 PT, 133 LB, 100% RECYCLED PAPER, 65% POST-CONSUMER CONTENT, CHLORINE FREE, SINGLE PLY TAB, ROUNDED CORNERS AND SCORED BOTTOM FOR EASY EXPANSION, 100/BOX

F17530-0230-305 PIBH 7530-0230-305

FOLDER,FILE,MANILA,LETTER,1/3 CUT, TOP, 1ST POSITION TAB, 11 PT, 124 LB, 35% POST-CONSUMER CONTENT, SINGLE PLY TAB, ROUNDED CORNERS, SCORED BOTTOM FOR EASY EXPANSION, 100/BOX

F17530-0230-310 PIBH 7530-0230-310

FOLDER,FILE,MANILA,LETTER,1/3 CUT, TOP, 2ND POSITION TAB, 11 PT, 124 LB, 35% POST-CONSUMER CONTENT, SINGLE PLY TAB, ROUNDED CORNERS, SCORED BOTTOM FOR EASY EXPANSION, 100/BOX

Office Supplies Bid 6100023523 Attachment H PIBH Items

F17530-0230-315 PIBH 7530-0230-315

FOLDER,FILE,MANILA,LETTER,1/3 CUT, TOP, 3RD POSITION TAB, 11 PT, 124 LB, 35% POST-CONSUMER CONTENT, SINGLE PLY TAB, ROUNDED CORNERS, SCORED BOTTOM FOR EASY EXPANSION, 100/BOX

F17530-0230-300 PIBH 7530-0230-300

FOLDER,FILE,MANILA,LETTER,1/3 CUT, TOP, ASSORTED TAB, 11 PT, 124 LB, 35% POST-CONSUMER CONTENT, SINGLE PLY TAB, ROUNDED CORNERS, SCORED BOTTOM FOR EASY EXPANSION, 100/BOX

K17110-1000-020 PIBH 7110-1000-020 FRAME,PICTURE,WOOD,11X14,BLKK17110-1000-022 PIBH 7110-1000-022 FRAME,PICTURE,WOOD,11X14,WLNTK17110-1000-025 PIBH 7110-1000-025 FRAME,PICTURE,WOOD,16X20,BLKK17110-1000-027 PIBH 7110-1000-027 FRAME,PICTURE,WOOD,16X20,WLNTK17110-1000-010 PIBH 7110-1000-010 FRAME,PICTURE,WOOD,8 x 10 x 1/2,BLKK17110-1000-012 PIBH 7110-1000-012 FRAME,PICTURE,WOOD,8 x 10 x 1/2,WLNTK17110-1000-015 PIBH 7110-1000-015 FRAME,PICTURE,WOOD,8-1/2 X 11 X 1/2,BLK

K17110-1000-030 PIBH 7110-1000-030 FRAME,PICTURE,WOOD,9X12X2,DELUXE MLD,WLNTK17110-1000-017 PIBH 7110-1000-017 FRAME,PICTURE,WOOD,WLNT,8-1/2 x 11 x 1/2L37530-2000-015 PIBH 7530-2000-015 INDEX SHEET,ALPHA,11X8.5,BUFFL37530-2000-010 PIBH 7530-2000-010 INDEX SHEET,ALPHA,9.5X6,BUFFL37530-2000-020 PIBH 7530-2000-020 INDEX SHEET,ALPHLA,8.5X11,BUFFA57530-1750-210 PIBH 7530-1750-210 LABELS,FOLDER,LSR,WHT,2/3X3-7/16,1500/BXA57530-1750-220 PIBH 7530-1750-220 LABELS,MAILING,LSR,CLR,1/2X1-3/4,2000/BXA57530-1750-215 PIBH 7530-1750-215 LABELS,MAILING,LSR,CLR,1X2-3/4,1500/BXA57530-1750-216 PIBH 7530-1750-216 LABELS,MAILING,LSR,CLR,1X4-1/8,1000/BXA57530-1750-218 PIBH 7530-1750-218 LABELS,MAILING,LSR,CLR,2X4-1/8,500/BXA57530-1750-203 PIBH 7530-1750-203 LABELS,MAILING,LSR,WHT,1/2X1-3/4,8000/BXA57530-1750-200 PIBH 7530-1750-200 LABELS,MAILING,LSR,WHT,1X2-5/8,3000/BXA57530-1750-201 PIBH 7530-1750-201 LABELS,MAILING,LSR,WHT,1X4,2000/BXA57530-1750-202 PIBH 7530-1750-202 LABELS,MAILING,LSR,WHT,2X4,1000/BXA57530-1750-217 PIBH 7530-1750-217 LABELS,MAILNG,LSR,CLR,1-1/3X4-1/8,700/BXA57530-1750-219 PIBH 7530-1750-219 LABELS,MAILNG,LSR,CLR,3-1/3X4-1/8,300/BXK17520-6000-010 PIBH 7520-6000-010 PAD,DESK,BLK LTHR CRNRS,19.25X24.25K17520-6000-020 PIBH 7520-6000-020 PAD,DESK,BRN LTHR CRNRS,19.25X24.25S67520-6000-060 PIBH 7520-6000-060 PAD,MOUSE,8.75X9.25,BLUS67520-6000-065 PIBH 7520-6000-065 PAD,MOUSE,ANTISTATIC,8.75x9.25,REDN17520-6601-180 PIBH 7520-6601-180 PEN,BALLPOINT,BENDABLE,4",MED,BLKN17520-6600-001 PIBH 7520-6600-001 PEN,BALLPOINT,CAP,FN,BLKN17520-6600-003 PIBH 7520-6600-003 PEN,BALLPOINT,CAP,FN,BLUN17520-6600-005 PIBH 7520-6600-005 PEN,BALLPOINT,CAP,FN,REDN17520-6600-002 PIBH 7520-6600-002 PEN,BALLPOINT,CAP,MED,BLKN17520-6600-004 PIBH 7520-6600-004 PEN,BALLPOINT,CAP,MED,BLUN17520-6600-006 PIBH 7520-6600-006 PEN,BALLPOINT,CAP,MED,REDN17520-6600-060 PIBH 7520-6600-060 PEN,BALLPOINT,RTRCTBL,MTL TIP,MED,BLKN17520-6600-159 PIBH 7520-6600-159 PEN,BALLPOINT,RTRCTBL,SOFT-GRIP,BLUN17520-6600-156 PIBH 7520-6600-156 PEN,BALLPOINT,RTRCTBL,SOFT-GRIP,FN,BLKN17520-6600-158 PIBH 7520-6600-158 PEN,BALLPOINT,RTRCTBL,SOFT-GRIP,FN,BLUN17520-6600-160 PIBH 7520-6600-160 PEN,BALLPOINT,RTRCTBL,SOFT-GRIP,FN,REDN17520-6600-157 PIBH 7520-6600-157 PEN,BALLPOINT,RTRCTBL,SOFT-GRIP,MED,BLKN17520-6600-161 PIBH 7520-6600-161 PEN,BALLPOINT,RTRCTBL,SOFT-GRIP,MED,REDN17520-6600-105 PIBH 7520-6600-105 PEN,BALLPOINT,RTRCTBL,TWIST CAP,FN,BLKN17520-6600-115 PIBH 7520-6600-115 PEN,BALLPOINT,RTRCTBL,TWIST CAP,FN,BLU

Office Supplies Bid 6100023523 Attachment H PIBH Items

N17520-6600-135 PIBH 7520-6600-135 PEN,BALLPOINT,RTRCTBL,TWIST CAP,FN,GRNN17520-6600-125 PIBH 7520-6600-125 PEN,BALLPOINT,RTRCTBL,TWIST CAP,FN,REDN17520-6600-065 PIBH 7520-6600-065 PEN,BALLPOINT,RTRCTBL,TWIST CAP,MED,BLKN17520-6600-075 PIBH 7520-6600-075 PEN,BALLPOINT,RTRCTBL,TWIST CAP,MED,BLUN17520-6600-095 PIBH 7520-6600-095 PEN,BALLPOINT,RTRCTBL,TWIST CAP,MED,GRNN17520-6600-085 PIBH 7520-6600-085 PEN,BALLPOINT,RTRCTBL,TWIST CAP,MED,REDN17520-6600-150 PIBH 7520-6600-150 PEN,BALLPOINT,SOFT-GRIP,CAP,FN,BLKN17520-6600-152 PIBH 7520-6600-152 PEN,BALLPOINT,SOFT-GRIP,CAP,FN,BLUN17520-6600-154 PIBH 7520-6600-154 PEN,BALLPOINT,SOFT-GRIP,CAP,FN,REDN17520-6600-151 PIBH 7520-6600-151 PEN,BALLPOINT,SOFT-GRIP,CAP,MED,BLKN17520-6600-153 PIBH 7520-6600-153 PEN,BALLPOINT,SOFT-GRIP,CAP,MED,BLUN17520-6600-155 PIBH 7520-6600-155 PEN,BALLPOINT,SOFT-GRIP,CAP,MED,REDN17520-6600-190 PIBH 7520-6600-190 PEN,ROLLERBALL,GEL STICK,GRIP,MED,BLKN17520-6600-191 PIBH 7520-6600-191 PEN,ROLLERBALL,GEL STICK,GRIP,MED,BLUN17520-6600-193 PIBH 7520-6600-193 PEN,ROLLERBALL,GEL STICK,GRIP,MED,PURN17520-6600-192 PIBH 7520-6600-192 PEN,ROLLERBALL,GEL STICK,GRIP,MED,REDN17520-6600-198 PIBH 7520-6600-198 PEN,ROLLERBALL,GEL,RTRCTBL,GRIP,FN,BLKN17520-6600-199 PIBH 7520-6600-199 PEN,ROLLERBALL,GEL,RTRCTBL,GRIP,FN,BLUN17520-6600-195 PIBH 7520-6600-195 PEN,ROLLERBALL,GEL,RTRCTBL,GRIP,MED,BLKN17520-6600-196 PIBH 7520-6600-196 PEN,ROLLERBALL,GEL,RTRCTBL,GRIP,MED,BLUN17520-6600-197 PIBH 7520-6600-197 PEN,ROLLERBALL,GEL,RTRCTBL,GRIP,MED,REDL27530-0215-312 PIBH 7530-0215-312 REPORT COVER,11X8.5,CLEAR FRONT,BLKL27530-0215-311 PIBH 7530-0215-311 REPORT COVER,11X8.5,CLEAR FRONT,DK-BLUL27530-0215-314 PIBH 7530-0215-314 REPORT COVER,11X8.5,CLEAR FRONT,DK-GRNL27530-0215-310 PIBH 7530-0215-310 REPORT COVER,11X8.5,CLEAR FRONT,LT-BLUL27530-0215-313 PIBH 7530-0215-313 REPORT COVER,11X8.5,CLEAR FRONT,REDL27530-0215-300 PIBH 7530-0215-300 REPORT COVER,8-1/2 x 11,3-HOLE PRONG FASTENER,BLUEL27530-0215-301 PIBH 7530-0215-301 REPORT COVER,8-1/2 x 11,3-HOLE PRONG FASTENER,GRAYL27530-0215-302 PIBH 7530-0215-302 REPORT COVER,8-1/2 x 11,3-HOLE PRONG FASTENER,TANS67510-7300-050 PIBH 7510-7300-050 SPRAY,ANTI-STATIC,32-OZ BTL

Commonwealth of Pennsylvania

Date: December 11, 2012 Subject: Office Supplies

Solicitation Number: 6100023523 Due Date/Time: January 4, 2013 10:00 am est

Addendum Number: 1 To All Suppliers: The Commonwealth of Pennsylvania defines a solicitation “Addendum”” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals). List any and all changes: The following questions regarding this solicitation were received: 1. Question: What is the due date for the IFB? Answer: January 4, 2013 10:00 am est 2. Question: What % of locations require desktop delivery? Answer: Refer to Office Supplies Invitation for Bid # 6100023523 Specifications page 3, Delivery Section "Desk Top Delivery". To further clarify all deliveries will be desk-top delivery unless otherwise specified by the using agency. 3. Question: Page 24 of the terms and conditions, section V.24 b) explains that the Commonwealth has the right to pay via Pcard. What % of purchases do you anticipate paying via a Pcard? Answer: Our current P-card purchases are approximately 98% of orders. 4. Question: Many of our staff members have vacation during the Christmas and New Year Holiday season. This may well be true for the State and other respondents. Therefore, this will cut the time to respond to the State for vendors with the same issue to a little over two weeks. Would the State please consider moving the due out to at least Jan 16, 2013 since this contract will not take affect for 5 months? Answer: No 5. Question: We request that the State Manufacturer Chart requirement be removed from this bid requirement. It does not seem to be applicable for this bid. Answer: The Department of General Services will waive the Recepical Limitations and State of Manufacturer Chart for this bid. 6. Question: Contract renewals: How many one year renewals are possible for this contract? Will they be mutually agreed to? Answer: Please see Terms and Conditions, page 17, section V.3 Contract-002.2b Renewal of Contract Term 7. Question: Will this contract be mandatory use contract for all state agencies? Answer: Yes 8. Question: We understand that the bid award will be based on the best aggregate pricing to the State. Will the State Form Revised 02/26/08 Page 1 of 4

Commonwealth of Pennsylvania

consider multiple awards? For example; the top two bidders? Answer: No it will be a single award. 9. Question: Method of award: a. Is it the State’s intent to make the award solely on the lowest aggregate price submitted on Attachment A Office Supplies Price list? Answer: Yes b. What is the anticipated percent spend split be between Attachment A items, PIBH items and the non-core items? Answer: The estimated percentage splint is 80% core items, 11% non-core items and 9% PIBH items. 10. Question: Regarding the non-core items: The way we read the requirement is it the State’s intent that vendors are asked to use their web prices to establish their discounts for both the contract and extensions. Is that correct? Answer: Yes 10a. For the three largest vendors, the contract websites only show the specific contract prices for each customer. The only website available will be the vendors’ general public websites which are very volatile, changing every day and by markets to meet competition etc. The concern is that prices change so quickly for multiple reasons that a discount off of the web sell may not be verifiable a day after it is taken. Also, depending on how low the web sell prices are on the public website, the discount offered could be different from the other vendors but have no measurable reality to what the State would pay for items from other vendors. To further complicate this, one of the three vendors uses different product sku numbers for the same items on their public website from their contract website. For the vendor with different product sku numbers for the same items between their websites, it would be impossible to determine a discount as it relates to the prices in the contract web. Answer: Not a question 10b. We would suggest each vendor submit the following: i. a complete web less price file including both item numbers from the public website and the respective product number for the same items the State sees on the contract website (if the items numbers are different) ii. with the calculated net prices for each items iii. with manufacturers name and product numbers, iv. and the respondents list price for those items 10c. Other key consideration for our suggestions- During the original term and renewal of the contract, if the hold is only on the discounts offered from the web pricing submitted to the State, is it the State’s intent to let the prices move with the public website with the appropriate discounts applied from the web pricing at time of purchase? Answer: As per the Office Supplies Specifications: Contractor must submit proof of pricing from the Contractor’s retail/business website at the time of bid. The pricing for the non-core categories can only change at the anniversary date of the contract 10d. If yes to ‘c’, how would the State audit these prices to see if the correct discount was applied since many items will change during any reporting period? Answer: Please see answer to C 10e. If the State does not accept the suggested changes in question 7 b & c,: Based on the 4th Sentence under non-codes, what type of proof is the Contractor required to submit relative to discount from website with the IFB submission?

Form Revised 02/26/08 Page 2 of 4

Commonwealth of Pennsylvania

Answer: Please see answer to C 10f. How will that be submitted? Answer: Please see answer to C 10g. Is the Non-Core pricing to apply to the Contractor's entire web assortment? Answer: Yes 11.Question: Prices are fixed for two years. The impact of holding prices for two years increases the risk substantially to vendors which will therefore impact the upfront pricing offerings negatively for the State. To gain the best pricing possible from the start would the State consider holding prices for one year or shorter? Answer: No 12. Question: Paper Pricing – 12a. Please clarify the price update frequency for paper. Are paper prices adjusted quarterly from the onset of the contract, or will they only be adjusted quarterly after the initial period of the contract for all extensions? Answer: Please see Office Supplies Specifications: Paper Pricing 12b. The PPI index references thousands of Paper products not just the few paper sku numbers on the State’s list. This could cause the prices of the items on the bid to go up or down while the index averages to the whole. To take that risk out and improve the upfront pricing, would the State consider manufactures price increase letters sent globally to all vendors as substantiation for price change. Answer: No 13. Question: For PIBH Items: a. Could the State please identify the items a vendor must stock and or supply to the State from the list provided so we may properly respond to the IFB? Answer: Please see Attachment H PIBH items. 13b. Could the State please provide the PIBH Usage for the same time frame as the core file? Answer: No Please see Attachement H PIBH items. 13c. Is it mandatory for the State agencies and political subdivisions to purchase equivalent items available from PIBH? Answer: It is mandatory for all State Agencies to purchase PIBH items. 13d. If so, may agencies continue to purchase PIBH items stocked by the awarded vendor directly from PIBH and or the vendor? Answer: All PIBH items will be provided by the awarded Supplier. 14. Question: Blocking and Substituting of Items – 14a. What products or categories of products are CWOPA agencies not permitted to purchase? Answer: The only items that agencies are permitted to purchase are the core list of items on Attachment A. If the need for an item that is not listed on the core list of items arises there will be a procedure that will be in place for purchasing non-core items.

Form Revised 02/26/08 Page 3 of 4

Commonwealth of Pennsylvania

14b. Is there an approval process? Answer: Yes For electronic solicitation responses via the SRM portal:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • To attach the Addendum, download the Addendum and save to your computer. Move to ‘My Notes”, use the

“Browse” button to find the document you just saved and press “Add” to upload the document. • Review the Attributes section of your solicitation response to ensure you have responded, as required, to any

questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

For solicitations where a “hard copy” (vs. electronic) response is requested:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • If you have already submitted a response to the original solicitation, you may either submit a new response, or

return this Addendum with a statement that your original response remains firm, by the due date to the following address:

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written. Very truly yours, Name: Pam Gabriel Title: Commodity Specialist Phone: 717-346-3822 Email: [email protected]

Form Revised 02/26/08 Page 4 of 4

Commonwealth of Pennsylvania

Date: December 19, 2012 Subject: Office Supplies

Solicitation Number: 6100023523 Due Date/Time: January 4, 2013 10:00 am est

Addendum Number: 2 To All Suppliers: The Commonwealth of Pennsylvania defines a solicitation “Addendum”” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals). List any and all changes: The following questions regarding this solicitation were received: 1. Question: Can you provide a list of delivery locations or a number of delivery locations the Commonwealth will receive office supply shipments at? Answer: Please see list of ship to address: http://www.dgsweb.state.pa.us/comod/SRM/adrc_shipto.xls 2. Question: Is payment via pcard at the point of sale or do you pay summary invoices with a pcard (assuming 30 day terms)? Answer: Point of Sale 3. Question: Are there any MWBE requirements with this contract? Answer: No For electronic solicitation responses via the SRM portal:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • To attach the Addendum, download the Addendum and save to your computer. Move to ‘My Notes”, use the

“Browse” button to find the document you just saved and press “Add” to upload the document. • Review the Attributes section of your solicitation response to ensure you have responded, as required, to any

questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

For solicitations where a “hard copy” (vs. electronic) response is requested:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • If you have already submitted a response to the original solicitation, you may either submit a new response, or

return this Addendum with a statement that your original response remains firm, by the due date to the following address:

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the

Form Revised 02/26/08 Page 1 of 2

Commonwealth of Pennsylvania

solicitation and any previous solicitation addenda, remain as originally written. Very truly yours, Name: Pam Gabriel Title: Commodity Specialist Phone: 717-346-3822 Email: [email protected]

Form Revised 02/26/08 Page 2 of 2

Commonwealth of Pennsylvania

Date: January 2, 2013 Subject: Office Supplies

Solicitation Number: 6100023523 Due Date/Time: January 4, 2013 10:00 am est

Addendum Number: 3 To All Suppliers: The Commonwealth of Pennsylvania defines a solicitation “Addendum”” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals). List any and all changes: The following questions regarding this solicitation were received: 1. Question: Question regarding price increases on toner and office supplies after the expiration of the initial contract term; how would those be handled? Based on increases as incurred by suppliers from manufacturers at the line level? Answer: The prices will be mutually agreed upon between the awarded Supplier and Department of General Services for any renewal periods. 2. Question: Are the options to renew at the sole option of the Commonwealth or by mutual consent of supplier and the Commonwealth? Answer: Please see Terms and Conditions V.3 CONTRACT-002.2b Renewal of Contract Term – Mutual (Nov 30 2006) For electronic solicitation responses via the SRM portal:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • To attach the Addendum, download the Addendum and save to your computer. Move to ‘My Notes”, use the

“Browse” button to find the document you just saved and press “Add” to upload the document. • Review the Attributes section of your solicitation response to ensure you have responded, as required, to any

questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

For solicitations where a “hard copy” (vs. electronic) response is requested:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • If you have already submitted a response to the original solicitation, you may either submit a new response, or

return this Addendum with a statement that your original response remains firm, by the due date to the following address:

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written.

Form Revised 02/26/08 Page 1 of 2

Commonwealth of Pennsylvania

Very truly yours, Name: Pam Gabriel Title: Commodity Specialist Phone: 717-346-3822 Email: [email protected]

Form Revised 02/26/08 Page 2 of 2