CONTRACT AWARD NOTIFICATION

Similar documents
CONTRACT AWARD NOTIFICATION

COUNTY OF ROCKLAND Department of General Services Purchasing Division

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

BOARD OF COUNTY COMMISSIONERS

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

REQUEST FOR PROPOSAL

ADDENDUM NO. 1 FDVA-ITB B ITB TITLE: Bennett SVNH Nurse Call System ISSUE DATE: March 27, 2014

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

CITY OF DANIA BEACH Local Business Tax Receipt Division 100 W Dania Beach Blvd. Dania Beach, FL Phone: ext 3644 / Fax

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

REQUEST FOR PROPOSALS CLEANING SERVICES

Application Information

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11605

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

cbever LY) \HILLS/ AGENDA REPORT

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

THIS ADDENDUM MUST BE ACKNOWLEDGED.

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office

UNITED STATES DEPARTMENT OF AGRICULTURE FOREST SERVICE SPECIFICATION FOR LED HEADLAMP, FIREFIGHTER

Annual Fire Systems and Backflow Preventers Testing

Round Rock Independent School District

IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator

Support CFAA by advertising. The Canadian Fire Alarm Association. Advertising Information Package

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO

Capital Projects Group Fire Extinguishers Specification

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

Supplier Handbook. InSinkErator st Street Racine, WI

Definitions; contractors licensed by Board; examination; posting license, etc.

Contact Phone Number: (609) Fax: (609)

VERIFICATION OF FIRE ALARM SYSTEMS

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

Ada Township is soliciting bids for the following commodity or service:

ALLIED FIRE & SAFETY EQUIPMENT CO.,INC.

IC Chapter 6. Home Improvement Fraud

General Terms and Conditions of Use of the Wacker Neuson WebEDI Portal for Suppliers (Last Update: July 1 st, 2018)

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

NOTICE TO CONTRACTORS

CALIFORNIA STATE TEACHERS RETIREMENT SYSTEM

CALIFORNIA DEPARTMENT of FORESTRY and FIRE PROTECTION OFFICE OF THE STATE FIRE MARSHAL UL 300

Chapter ALARM SYSTEMS

2010 Home Energy-Efficiency Rebate Program

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Request for Qualifications For Administration of the 2016 Summer Sprout Program

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

At least 10 calendar days prior to project start date Within the last 30 days of a project that will extend beyond 12 months

Florida Senate SB 982 By Senator Bennett

GATEWAY BUILDING ELEVATOR AND ESCALATOR SERVICES

CORPORATION OF THE CITY OF KINGSTON. Ontario. By-Law Number A By-Law To Impose Fees For Automatic Alarms (False) False Alarm By-law

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Invitation to Bid WATER HEATER HHS & WHH

Save energy at home residential natural gas rebate form

Third Year Renewal of Three-Year Contract Bid # LR, Fire Extinguisher Service Maintenance Department Florida Fire Services, Inc.

HAZARDOUS MATERIALS/WASTE EMERGENCY CONTINGENCY PLAN University of Southern Maine Portland Campus

NEW YORK CITY FIRE DEPARTMENT. Notice of Public Hearing and Opportunity to Comment on Proposed Rule

REQUEST FOR PROPOSAL. Fire Suppression System Inspection and Service RFP #UCA

CITY OF TUTTLE REQUEST FOR PROPOSALS FOR OUTDOOR WARNING SIRENS

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

DOCUMENT ADVERTISEMENT FOR BIDS

Multifamily Energy Efficiency Rebates Application Package

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance

OF AIRPORT COMMISSIONERS

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Membership Scanning your card or entering your card number when in store or shopping Online Earning Member Benefits

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1.

RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

EAST GREENWICH FIRE DEPARTMENT 284 MAIN STREET, EAST GREENWICH, RHODE ISLAND TELEPHONE: FAX:

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

FULL AND LEGAL NAME OF CORPORATE ENTITY

Sec False alarms.

REQUIREMENTS. For FIRE DEPARTMENTS. State of West Virginia. Bob Wise Governor THE DEPARTMENT OF MILITARY AFFAIRS AND PUBLIC SAFETY

LEE COUNTY ORDINANCE NO

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

Authorized individuals to be notified. Include two (2) persons with access to the premises to allow emergency access.

ARTICLE I. IN GENERAL

IFLA Guidelines for Satellite Meetings. Approved by the IFLA Professional Committee and the IFLA Governing Board August 2012

Save energy at home residential natural gas rebate form

Consent Agenda. Meeting of June 14,2018

CITY OF HOOVER, ALABAMA INVITATION TO BID

COUNTY OF ROCKLAND Department of General Services Purchasing Division

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

Policies and Procedures for the Missouri Master Gardener Program

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

Olivenhain Municipal Water District (OMWD) REQUEST FOR PROPOSALS. For. Ultraviolet Disinfection System at. 4S Ranch Water Reclamation Facility

Electrolux Reseller FAQs

Vendor # Federal ID

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

FORM MUST BE SIGNED AND RETURNED FOR VENDOR PARTICIPATION

SUPPLEMENTAL WASTE TRANSPORTATION AND DISPOSAL TERMS AND CONDITIONS

Transcription:

State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT AWARD NOTIFICATION Title : Group 34700 - FIRE EXTINGUISHERS (Statewide) Classification Code(s): 46 Award Number : 18423 (Replaces Award 02307) Contract Period : September 1, 2003 to August 31, 2004 Bid Opening Date : May 13, 2003 Date of Issue : May 30, 2003 Specification Reference : Contractor Information : As Incorporated In The Invitation for Bids Appears on Page 2 of this Award Name : Title : Phone : Fax : E-mail : State Agencies & Vendors Beverly L. Moore Purchasing Officer I 518-474-3856 518-474-8676 beverly.moore@ogs.state.ny.us Address Inquiries To: Political Subdivisions & Others Phone : Fax : E-mail : Customer Services 518-474-6717 518-474-2437 customer.services@ogs.state.ny.us The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. This award is for various fire extinguishers that include Carbon Dioxide, Pressurized Water, All- Use Dry Chemical, Regular Dry Chemical and all Metal Valve types. PR # 18423

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 2 NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC60390 CHIEF FIRE & SAFETY 516-883-1115 112355961 SB EQUIPMENT DIST., INC. Mr. Thomas Murray 40 Haven Avenue Fax: 516-767-7034 Port Washington, NY 11050 PC60391 FIRE COMMAND CO., INC. 800/753-9599, ext. 16 112207118 SB 475 Long Beach Blvd. 516-889-1111, ext. 16 Long Beach, NY 11561 Mr. Michael J. Kerr Fax: 516-431-0502 E-Mail: firecommandco@aol.com PC60392 GRAINGER INDUSTRIAL SUPPLY 866-273-8887 361150280 35 Corporate Circle 518-869-1414 Albany, NY 12203 Ms. Melissa Popp Fax: 866-312-9850 518-869-1418 E-Mail: popp.m@grainger.com Website: www.grainger.com PC60393 LANE FIRE & SAFETY 800-678-3473, ext. 319 161457047 SB 1243 Military Road 716-871-9986, ext. 319 Buffalo, NY 14217 Mr. Frank Pingtella Fax: 716-871-0902 E-Mail: frankp@lanefire.com Website: www.lanefire.com Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT. (See "Contract Payments" and "Electronic Payments in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP. SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise. NOTE TO ALL CONTRACT USERS: The terms and conditions of the bid solicitation which apply to the award appear at the end of this document. We strongly advise all contract users to familiarize themselves with all terms and conditions before issuing a purchase order.

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 3 PRICE: Price includes all customs duties and charges and is net, F.O.B. destination any point in New York State including unloading at storeroom door, operational instruction of agency personnel (comprehensive manual acceptable). The unit price is a delivered price (including all freight charges) regardless of quantities or weight. In addition, upon mutual agreement, delivery locations may be expanded per the "Extension of Use" clause. MINIMUM ORDER: Minimum order shall be aggregate orders of $100.00 or more. SPECIAL ORDERING INSTRUCTIONS: The following contractor will honor orders for less than the minimum order and will ship at no additional cost. Fire Command Co., Inc. ACCEPTANCE OF NYS PROCUREMENT CARD: Add'l. Discount for Purchases Contractor Yes/No Made with Card Chief Fire & Safety Equip. Dist. Inc. No N/A Fire Command Co., Inc. No N/A Grainger Industrial Supply Yes 0% Lane Fire & Safety Yes 0% SPECIAL ORDERING INSTRUCTIONS: The following contractor(s) offer Electronic Access Ordering (EDI): Grainger Industrial Supply Lane Fire & Safety Agencies are encouraged to utilize EDI capabilities. Please contact the contractor(s) for specific information regarding electronic ordering.

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 4 TO BE DELIVERED TO: ANY POINT IN NEW YORK STATE (See Minimum Order clause) 1. Carbon Dioxide Type Fire Extinguisher (for use on Class B & C fires) including standard wall type bracket. Unit Mfr s. Ref. Size of Delv d. or Capacity Price Cat. No a. 5 B:C 5 lb. $ 61.90 21111 b. 10 B:C 10 lb. $ 88.15 21106 c. 10 B:C 15 lb. $ 97.15 21103 d. 10 B:C 20 lb. $115.65 21096 Charged 1a. 5B:C 5 lb. 1b. 10B:C 10 lb. 1c. 10B:C 15 lb. 1d. 10B:C 20 lb. Manufacturer: Badger Fire Protection. Delivery: 7 days A/R/O CONTRACTOR, ITEM 1: CHIEF FIRE & SAFETY EQUIPMENT DIST. INC. 2. Pressurized Water Extinguisher (for use on Class A fires) including standard wall type bracket. Unit Mfr s. Ref. Size of Delv d. or Capacity Price Cat. 2A 2 1/2 gal. $37.42 WP-61 2A Shipping 8 lb. Manufacturer: Badger Fire Protection Delivery: 30 days A/R/O NOTE: UNIT SHALL BE SUPPLIED WITHOUT WATER. CONTRACTOR, ITEM 2: FIRE COMMAND CO., INC.

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 5 3. All-Use Dry Chemical Type Fire Extinguisher for use on class A, B and C fires. Unit Mfr s. Ref. Size of Delv d. or Capacity Price Cat. 1A 10 B:C 2 1/2 lb. $10.48 4T300 1-A:10B:C Charged 2.5 lb. Manufacturer: Kidde Safety Products Delivery: 2 days A/R/O CONTRACTOR, ITEM 3: GRAINGER INDUSTRIAL SUPPLY 4. Regular Dry Chemical Type Fire Extinguisher for use on class B and C fires. Unit Mfr s. Ref. Size of Delv d. or Capacity Price Cat. a. 40 B:C 5.5 lb. $18.35 5RB-4H b. 60 B:C 10 lb. $30.40 10RB-7H c. 120 B:C 20 lb. $49.95 20RB-7H Charged 4a. 40B:C 5.5 lb. 4b. 60B:C 10 lb. 4c. 120B:C 20 lb. Manufacturer: Badger Fire Protection Delivery: 21 days A/R/O CONTRACTOR, ITEM 4: LANE FIRE & SAFETY

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 6 5. All Metal Valve - Easily Rechargeable All-Use Dry Chemical Type Fire Extinguisher (for use on Class A, B and C fires) including standard wall bracket. Unit Mfr s. Ref. Size of Delv d. or Capacity Price Cat. a. 3A 40 B:C 5 lbs. $16.50 5MB-6H b. 4A 60 B:C 10 lbs. $24.85 10MB-8H c. 20A 120 B:C 20 lbs. $42.90 20MB-6H Price additional for heavy duty vehicular type bracket. d. 5 lbs. $ 3.06 MB-5 e. 10 lbs. $14.74 UB-10 f. 20 lbs. $15.64 UB-20 Charged 5a. 3A-40B:C 5 lb. 5b. 4A-80B:C 10 lb. 5c. 20A-120B:C 20 lb. Manufacturer: Badger Fire Protection. Delivery: 21 days A/R/O CONTRACTOR, ITEM 5: LANE FIRE & SAFETY

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 7 6. All Metal Valve - Easily Rechargeable All-Use Dry Chemical Type Fire Extinguisher for use on class A, B and C fires. Unit Mfr s. Ref. Size of Delv d. or Capacity Price Cat. 1A 10 B:C 2 1/2-4 lb. $13.10 5T904 1-A10-B:C Charged 2.6 lb. Manufacturer: Kidde Safety Products Delivery: 3 days A/R/O CONTRACTOR, ITEM 6: GRAINGER INDUSTRIAL SUPPLY REQUEST FOR CHANGE: Any request by the agency or contractor regarding changes in any part of the contract must be made in writing to the Office of General Services, Procurement Services Group prior to effectuation. CONTRACT PAYMENTS: Payments cannot be processed by State facilities until the contract products have been delivered in satisfactory condition or services have been satisfactorily performed. Payment will be based on any invoice used in the supplier's normal course of business. However, such invoice must contain sufficient data including but not limited to contract number, description of product or service, quantity, unit and price per unit as well as federal identification number. State facilities are required to forward properly completed vouchers to the Office of the State Comptroller for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular attention to those involving cash discounts for prompt payment. If the contract terms indicate political subdivisions and others authorized by law are allowed to participate, those entities are required to make payments directly to the contractor. Prior to processing such payment, the contractor may be required to complete the ordering non-state agency's own voucher form. See "Contract Billings" in Appendix B, OGS General Specifications. ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to epunit@osc.state.ny.us or visit their website at www.osc.state.ny.us.

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 8 NOTE TO CONTRACTOR: In the event a specified manufacturer's product listed in the Contract Award Notification becomes unavailable or cannot be supplied to the State by the contractor for any reason (except as provided for in the Savings/Force Majeure clause in Appendix B, OGS General Specifications), a product deemed by the Office of General Services to be equal to or better than the specified product must be substituted by the contractor at no additional cost or expense to the State. NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS: New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B, OGS General Specifications. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State. Upon request, all eligible non-state agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Click on "For Government-Contracts and Purchasing," then "About Procurement," then "Non-State Agency Legal References." Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717. EXTENSION OF USE: This contract may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extensions. DELIVERY: Delivery shall be expressed in number of calendar days required to make delivery after receipt of a purchase order. Product is required as soon as possible. Delivery shall be made in accordance with instructions on Purchase Order from each agency. If there is a discrepancy between the purchase order and what is listed on the contract, it is the contractor s obligation to seek clarification from the ordering agency and, if applicable, from the Office of General Services, Procurement Services Group. CONTRACT PERIOD AND RENEWALS: Prices are firm for the entire period of the contract. Price escalation will not be allowed. Price decreases are permitted at any time. If mutually agreed between the Procurement Services Group and the contractor, the contract may be renewed under the same terms and conditions for additional period(s) not to exceed a total contract term of five (5) years. CANCELLATION FOR CONVENIENCE The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 9 SHORT TERM EXTENSION: In the event the replacement contract has not been issued, any contract let and awarded hereunder by the State, may be extended unilaterally by the State for an additional period of up to one month upon notice to the contractor with the same terms and conditions as the original contract including, but not limited to, quantities (prorated for such one month extension), prices, and delivery requirements. With the concurrence of the contractor, the extension may be for a period of up to three months in lieu of one month. However, this extension terminates should the replacement contract be issued in the interim. CONTRACT MIGRATION: State Agencies or any other authorized user holding individual contracts with contractors under this centralized contract shall be able to migrate to this contract award with the same contractor, effective on the contract begin date (retroactively, if applicable). Migration by an agency or any other authorized user to the centralized contract shall not operate to diminish, alter or extinguish any right that the agency or other authorized user otherwise had under the terms and conditions of their original contract. WARRANTIES: See "Warranties" in Appendix B, OGS General Specifications. REPORT OF CONTRACT PURCHASES: Contractor shall furnish report of purchases made from contract the fifteenth of the month following the end of each three month period. The reports shall be in the following format: / Sub Number Product or Catalog Number Product/ Service Total Quantity Shipped Total $ Value The report is to be submitted to the Office of General Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NY 12242, to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the Group Number, the Invitation for Bids Number, Contract Number, sales period, and contractor's name. Additional related sales information, such as monthly reports, and/or detailed user purchases may be required and must be supplied upon request. Failure to submit the required report may be cause for disqualification of contractor for future contracts. EMERGENCY PURCHASING: In the event that a disaster emergency is declared by Executive Order under Section 28 of Article 2-B of the Executive Law, or that the Commissioner determines pursuant to his/her authority under Section 163(10)(b) of the State Finance Law that an emergency exists requiring the prompt and immediate delivery of products or services, the Commissioner reserves the right to obtain such products or services from any source, including but not limited to this contract, as the Commissioner in his/her sole discretion determines will meet the needs of such emergency. Contractor shall not be entitled to any claim or lost profits for products or services procured from other sources pursuant to this paragraph.

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 10 "OGS OR LESS" GUIDELINES APPLY TO THIS CONTRACT: Purchases of the products included in the Invitation For Bids and related Contract Award Notification are subject to the "OGS or Less" provisions of Section 163.3.a.v., Article XI, of the New York State Finance Law. This means that State agencies can purchase products from sources other than the contractor provided that such products are substantially similar in form, function or utility to the products herein and are: 1. lower in price -and/or- 2. available under terms which are more economically efficient to the State agency (e.g. delivery terms, warranty terms, etc.). Agencies are reminded that they must provide the State contractor an opportunity to match the noncontract savings at least two business days prior to purchase. In addition, purchases made under "OGS or Less" flexibility must meet all requirements of law including, but not limited to, advertising in the New York State Contract Reporter, prior approval of the Comptroller's Office and competitive bidding of requirements exceeding the discretionary bid limit. State agencies should refer to Procurement Council Bulletin "OGS or Less Purchases" for complete procedural and reporting requirements. APPROVALS: Approvals - Fire extinguishers offered must carry Underwriter's Laboratories label and/or be approved by Factory Mutual.

GROUP 34700 - FIRE EXTINGUISHERS (Statewide) AWARD PAGE 11 State of New York Office of General Services PROCUREMENT SERVICES GROUP Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product s end user. Contract : Contractor. Describe Product* Provided (Include, if available): *Note: Product is defined as a deliverable under any Bid or Contract, which may include commodities (including printing), services and/or technology. The term Product includes Licensed Software. Product meets your needs Product meets contract specifications Pricing Excellent Good Acceptable Unacceptable CONTRACTOR Timeliness of delivery Completeness of order (fill rate) Responsiveness to inquiries Employee courtesy Problem resolution Excellent Good Acceptable Unacceptable Comments: (over) Agency: Address: Prepared by: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to: OGS PROCUREMENT SERVICES GROUP Customer Services, Room 3711 Corning 2 nd Tower - Empire State Plaza Albany, New York 12242 * * * * *