Loading...
HomeMy WebLinkAbout4.05 Agreement with ConvergeOne, Inc. for Technology Equipment and Servicesr DUBLIN CALIFORNIA STAFF REPORT CITY COUNCIL Agenda Item 4.5 DATE: .Line 6, 2023 TO: Honorable Mayor and City Councilmembers FROM: Linda Smith, City Manager SU B.ECT : Agreement with ConvergeOne, Inc. for Technology Equipment and Services Prepared by: Steve Windsor, CISO EXECUTIVE SUMMARY: The City Council will consider approving an agreement with ConvergeOne, Inc. for technology equipment and services. STAFF RECOMMENDATION: Adopt the Resolution Authorizing the Purchase of Technology Equipment and Services from ConvergeOne, Inc. FINANCIAL IMPACT: The proposed agreement with ConvergeOne, Inc. is not to exceed $100,000 over the one-year term. Funding for computer -related services and supplies is included in the Information Systems Internal Service Fund budget and operating budget approved by the City Council. DESCRIPTION: The City uses consultants for information technology voice, security, and networking services and related equipment purchases. Over the last several years, the City has engaged ConvergeOne, Inc. for these services and is pleased with their performance. While the Municipal Code requires a competitive bid process to award a contract for these types of services, Section 2.36.100.B.9 of the City's Purchasing Policy provides an exemption to a competitive bidding process when another public agency has administered a competitive bidding process and has a current valid agreement for the same or substantially similar consultant or professional services, general services, supplies, or equipment. ConvergeOne offers services and hardware products to local government agencies based on an agreement with the National Cooperative Purchasing Alliance (NCPA). The NCPA contract agreement was competitively bid and is a Master Contract that can be utilized by local government agencies. This procurement tool has been used effectively by the City for several years. Page 1 of 2 129 In addition, Converge0ne is an authorized reseller for Verkada security system hardware and related services through the California Multiple Award Schedule (CMAS) program. CMAS provides California state agencies an approved exemption to the multiple bidding process for specific vendor hardware and services. Over the last three years, the City has spent $236,571.21 for voice and network software, network hardware, systems repairs and maintenance, and related professional services. The new agreement with Converge0ne provides for a not -to -exceed amount of $100,000 for a one-year term expiring June 30, 2024. While this is more than what the City typically spends with this vendor, Staff requests to include a contingency for upcoming projects like citywide situational cameras, a City telecommunications system upgrade/renewal, and future work on new City facilities like park technology upgrades and the Cultural Arts Center systems and support. In addition, Staff recommends that the City Manager be delegated authority to amend this contract for an additional three-year period based on the renewal of the NCPA and CMAS public purchasing agreements for technology equipment and services and Verkada security products, and subject to available budget. STRATEGIC PLAN INITIATIVE: Strategy 3: Infrastructure Maintenance and Reinvestment Objective B: Provide on -going condition assessments of aging city facilities and assets. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Authorizing the Purchase of Technology Equipment and Services from Converge0ne, Inc. 2) Exhibit A to the Resolution - Agreement Between the City of Dublin and Converge0ne, Inc. For Technology Equipment and Services 3) CMAS Contract #3-23-01-1032 4) SYNNEX NCPA Master Contract #01-97 5) NCPA Contract #01-97 - 2024 Extension 6) NCPA Contract #01-97 - Authorized Resellers List Page 2 of 2 130 Attachment I RESOLUTION NO. XX — 23 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AUTHORIZING THE PURCHASE OF TECHNOLOGY EQUIPMENT AND SERVICES FROM CONVERGEONE, INC. WHEREAS, the City has engaged ConvergeOne, Inc. (hereinafter referred to as the "Consultant") in prior years for the purchase of technology equipment and services; and WHEREAS, the City has engaged the Consultant to perform voice infrastructure planning and installation, security planning and installation, network infrastructure design and deployment services; and WHEREAS, the City desires to enter into a one-year agreement for the purchase of technology equipment and services beginning July 1, 2023 and ending June 30, 2024; and WHEREAS, Section 2.36.100(B)(9) of the Dublin Municipal Code allows for exceptions to the typical public bidding process when the City can procure items from a competitive bid process administered by another public agency; and WHEREAS, the State of California conducted a competitive bidding process and has established a California Multiple Awards Schedule (CMAS) agreement contract #3-23-01-1032, with ConvergeOne, Inc. for Verkada security equipment and services, and the contract is valid through December 31, 2025; and WHEREAS, TD Synnex has a valid pricing agreement contract #01-97, publicly bid by NCPA Region XIV Education Service Center, and the contract is valid through July 31, 2024 in the contract #01-97 - Terms & Conditions, and ConvergeOne, Inc. is an authorized NCPA reseller list, which meets this Municipal Code provision for a publicly bid agreement; and WHEREAS, the Agreement contains a not to exceed amount of $100,000 for the one-year period, and Section 2.36.090 of the Dublin Municipal Code requires City Council Approval of technology equipment and services with a cost greater than or equal to forty-five thousand dollars ($45,000). NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the agreement with ConvergeOne, Inc. attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager is authorized to amend the agreement for an additional three years as long as ConvergeOne, Inc. is active on the NCPA and CMAS purchasing agreements, and subject to the available budget. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the agreement and make any non -substantive changes to carry out the intent of this resolution. Reso. No. XX-23, Item X.X, Adopted 06/06/2023 Page 1 of 2 131 PASSED, APPROVED AND ADOPTED this 6th day of June 2023, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk Reso. No. XX-23, Item X.X, Adopted 06/06/2023 Page 2 of 2 132 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 Attachment 2 AGREEMENT BETWEEN THE CITY OF DUBLIN AND CONVERGEONE, INC. FOR TECHNOLOGY EQUIPMENT AND SERVICES THIS AGREEMENT for Technology Equipment and Services is made by and between the City of Dublin ("City") and ConvergeOne, Inc. ("Consultant") (together sometimes referred to as the "Parties") as of July 1st, 2023 (the "Effective Date"). Section 1. TECHNOLOGY EQUIPMENT AND SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant may be requested to provide to the City Technology Equipment and Services as described in the General Scope of Work attached as Exhibit A. 1.1 Agreement Documents. This Agreement between the City and Consultant consists of the following documents: 1.1.1 State of California Multiple Award Schedule ("CMAS") Contract No. 3-22- 12-1023, awarded to ConvergeOne, Inc. effective 12/08/2022 for Information Technology Goods and Services; 1.1.2 Master Agreement Number 01-97 effective August 1, 2019 between the National Cooperative Purchasing Alliance and TD SYNNEX Corporation, pursuant to which ConvergeOne, Inc. is an authorized reseller ("NCPA 01-97"); 1.1.3 This Agreement for Technology Equipment and Services between City and Consultant; and 1.1.4 Any City issued Purchase Order to Consultant that is placed against the terms and conditions of this Agreement. 1.1.5 Exhibits; Precedence. All documents listed in this Section 1.1 shall be collectively referred to as the "Agreement Documents" and are each hereby incorporated into this Agreement by reference. In the event of a conflict in terms between the terms and conditions of any of the Agreement Documents listed in Sections 1.1.1 and 1.1.2 (each, individually, a "Cooperative Procurement Contract") and the terms and conditions specifically stated in this Agreement for Technology Equipment and Services, the terms and conditions of the applicable Cooperative Procurement Contract shall control over the terms and conditions specifically stated in this Agreement for Technology Equipment and Services. 1.2 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30th, 2024. This Agreement may be extended on a month -to -month basis for up to 6 months upon the mutual written consent of both Parties, provided that sufficient funds have been appropriated for such purchase. 1.3 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 1 of 10 133 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 1.4 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that the City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.5 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.3 above and to satisfy Consultant's obligations hereunder. 1.6 [Intentionally Deleted]. 1.7 [Intentionally Deleted]. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed sum of $100,000 as per the compensation schedule in Exhibit B. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 2 of 10 134 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 3 of 10 135 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 4 of 10 136 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 5 of 10 137 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may terminate this Agreement. Section 5. LEGAL REQUIREMENTS. 5.1 Governing Law. The laws of the State of California shall govern this Agreement. 5.2 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 5.3 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. Section 6. MODIFICATION. 6.1 Extension. Parties may extend the end date of this Agreement beyond that provided for in Subsection 1.2. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 6.2 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 6.3 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. Section 7. KEEPING AND STATUS OF RECORDS. Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 6 of 10 138 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 7.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 7.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 7.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 8. MISCELLANEOUS PROVISIONS. 8.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 8.2 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 8.3 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 7 of 10 139 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 8.4 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 8.5 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 8.6 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 8.7 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 8.8 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 8.9 Notices. Any written notice to Consultant shall be sent to: ConvergeOne, Inc. Att: Dave Borgese Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 8 of 10 140 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 10900 Nesbitt Avenue South Bloomington, MN 55437 Any written notice to City shall be sent to: City of Dublin Att: Steve Windsor 100 Civic Plaza Dublin, CA 94568 8.10 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 8.11 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 9 of 10 141 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN CONVERGEONE, INC. DocuSigned by: B1996DA2466A41A.. Linda Smith, City Manager Dave Borgese, Regional Vice President Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 Agreement between the City of Dublin and ConvergeOne, Inc. for Technology Equipment and Services July 01, 2023 Page 10 of 10 142 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 EXHIBIT A GENERAL SCOPE OF SERVICES This General Scope of Services applies to orders for Technology Equipment and Services purchased under CMAS or NCPA 01-97. Individual quotes must be obtained for Technology Equipment and Services, and the then -current pricing available under CMAS or NCPA 01-97 will apply to each order. Project and Task Objectives and Requirements • IT support of the City of Dublin's voice, security, and networking services on a purchase order basis as directed by the City. • Purchase of technology equipment on a purchase order basis as directed by the City. Scope of Work and Deliverables The Consultant shall provide services and staff, and otherwise do all things reasonably necessary for or incidental to the performance of work, as set forth below: • Voice, data, and security network engineering and support services performed onsite and remotely. • Procurement and delivery of voice, data, and security network hardware and related equipment. • Interface with City vendors including network carriers, contractors and other service providers as needed. The Consultant shall procure and deliver to City of Dublin the following: • Documentation of any project • Detailed time logs of all work performed • Monthly billing of any services • PO -based billing of any hardware or equipment Agreement between the City of Dublin and ConvergeOne, Inc Last revised [May 19, 2023] for Technology Equipment and Services Exhibit A — Page 1 of 1 143 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES This NCPA SYNNEX Services Rate Sheet applies to orders for Technical Services as of the Effective Date of this Agreement. Individual quotes must be obtained for Technical Services and the then -current pricing available under NCPA 01-97 will apply to each order. NCPA SYNNEX Services Vendor Name: SYNNEX Corporation Type of Services Provided Suggested Services: Analysis and Design Application Certification Asset Management Asset Tag Services Cabling Configuration and Integration Consulting Data Backup Assessment, Design & Implement. Data Storage Assessment, Design & Implement. Deployment Services Desktop Services Disaster Recovery Disposal/Recycling Services Document Management Services Provided: Direct Indirect Per Hour Per Hour Standard Price NCPA Discount NCPA Price or See Attachment $250 $300 Per Unit Per Drop Per Hour $250 Per Hour $250 Per Hour $250 Per Task Per Hour $200 Per Hour $175 Per Hour $250 0% $250 0% $300 see attached service options see attached service options 0% $250 0% $250 0% $250 see attached service options 0% $200 0% $175 0% $250 Engineering Per Hour $250 0% $250 Hard Drive Removal & Retention by the Buyer Per Hour $175 0% $175 Help Desk Support 6 month mir Per User/Month $20 60% $8 Image Loading Per Unit see attached service options Inspection and Maintenance Services Installation 0% $250 IT Staff Augmentation 0% $250 Lan/Wan Infrastructure Services 0% $250 Managed Services(Firewall Monitoring, Intrusion Detection) see attached service options Network Design & Management 0% $250 Network Operating Systems Engineering 0% $250 Regulatory Compliance Implementation Sys. 0% $300 Security Assessment and Consulting see attached service options Server Assessment, Consolidation, Implement. see attached service options Software Upgrades and Data Migration 0% $250 Technical Support 0% $250 Training, Customer Education 0% $250 Wireless Infrastructure Assessment see attached service options Wireless Network Implementation see attached service options Wireless Network Management Electrical Work (non -low voltage) Per Hour $250 0% $250 Per Hour $250 Per Hour $250 Per Hour $250 Per Unit Per Hour $250 Per Hour $250 Per Hour $300 Per Task Per Task Per Hour $250 Per Hour $250 Per Hour $250 Per Day/Sq Ft Per Day Other Services: Many services are available from SYNNEX Corporation beyond those referenced in this bid response. Said services include far reaching datacenter services, networking services, pro audio/visual, as well as maintenance contract services for most techn,plogies. In order to provide bid protection for your ancillary services (i.e. installation), provided directly and/or indirectly, you must provide specific information (i.e. price rates, published price list, etc.) for us to be able to determine a "bid price" for your services. Stating prices will be negotiated is not acceptable, and those services will not be considered bid protected. Additional optional information regarding services can be attached to this Form with the Product Line you are bidding. Agreement between the City of Dublin and ConvergeOne, Inc Last revised [May 19, 2023] for Technology Equipment and Services Exhibit B — Page 1 of 3 144 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 NCPA - DETAILED SERVICE OPTIONS Image Loading & Asset Tagging Description 'Image, HW insertion, asset tag, asset number in BIOS ICustom Image Load per unit 'Consigned asset tag placement 'Asset Tagging - per unit Data Storage Assessment, Design & Implementation Description Assessment and associated reporting of storage consumption, utilization, design services for a capacity appropriate, optimized storage solution (1st Array) Additional array Storage Implementation Services (per hour) Server Assessment, Consolidation, Assessment (Description Assessment and associated reporting of server consumption, utilization, operating system status, design services for a capacity appropriate/optimized server and Private Cloud solution Server/Private Cloud Implementation Services (per hour) Wireless Network Implementation Service Options (Description Wireless installation (survey required prior). Price includes travel and labor for 1 day. Typically up to 8 AP's are configured, mounted and tested in 1 day (does not include controller setup). Wireless network controller setup, security, BYOD implementation services (per hour) List Price $79 $120 $14 $46 List Price $11,950 $1,750 NCPA Discount Price 1 SKU 40% $48 IMAGE -INS -BIOS 34% $79 IMAGE -INS -BIOS 36% $9 ITG-ASSET-CON 57% $20 ITG-ASSET NCPA Discount Price SKU 16% $9,995 14% $1,500 $250 0% $250 List Price $7,500 $250 List Price $1,600 NCPA Discount Price 1 SKU 20% $6,000 0% $250 NCPA Discount Price SKU 5% $1,520 WNS-RF-INSTALL $250 0% $250 Wireless Infrastructure Assessment Service Options NCPA Description 1 List Price 1 Discount Price 1 SKU Wireless site survey for up to 250K sq ft per day. Price includes $1,600 5% $1,520 WNS-RF-SURVEY travel and Labor. Technician will evaluate signal strength and coverage based on AP customer is looking to implement, power and cabling requirements, and site readiness Wireless site survey for up to 250K sq ft per day. Price includes $2,000 5% $1,900 WNS-RF- travel and Labor. Technician will evaluate signal strength and AIRMAGSUR coverage based on AP customer is looking to implement, power and cabling requirements, and site readiness Cabling Per Drop Installation Service Options Description CATS PVC cable drop 295ft max. Price includes cable material and labor in addition to day rate for installation. CATS Plenum cable drop 295ft max. Price includes cable material and labor in addition to day rate for installation. List Price $225 Discount 5% NCPA Price SKU $214 WNS-CBL- PVC(DROP) $293 5% $278 WNS-CBL- PLN(DROP) Agreement between the City of Dublin and ConvergeOne, Inc Last revised [May 19, 2023] for Technology Equipment and Services Exhibit B — Page 2 of 3 145 DocuSign Envelope ID: F21C5AF2-FD07-4F0B-A19C-89AADD299E10 Security Assessment & Consulting Description Basic remote security assessment bundle including: external vulnerability assess 10IP addresses, internal vulnerability assess 50IP addresses, phone or email social engineering test 20 users Remote internal vulnerability assessment of 50IP addresses External web application vulnerability assess 3IP addresses External penetration test 5 IP address bundle Internal penetration test 5IP address bundle Phone social engineering testing 30 users bundle Phone social engineering testing 50 users bundle Email social engineering testing 100 users bundle Email social engineering testing 200 users bundle External vulnerability assessment 20 IP addresses External vulnerability assessment 50 IP addresses External vulnerability assessment 100 IP addresses Basic onsite security assessment including: external vulnerability assess, internal vulnerability assess, social engineering pretext testing, compliance review, physical security review, and sample security policies Advanced onsite security assessment including: external vulnerability assess (100IP addresses), internal vulnerability assess (250IP addresses), phone social engineering testing, compliance review, physical security review (2 sites), and security policy review (30 policies) Managed Services (Firewalls, IPD/IDS - 3Yr Term) Description Managed Firewall/UTM with configuration support, 24x7 monitoring, alerting, change mgnt., event correlation, configuration changes (Up to 1Gb Throughput) 1 - 2 Devices - Annual Price Per Device 3 - 10 Devices - Annual Price Per Device 11 - 25 Devices - Annual Price Per Device 26 - 50 Devices - Annual Price Per Device 51 - 100 Devices - Annual Price Per Device 101+ Devices - Annual Price Per Device Managed Firewall/UTM with configuration support, 24x7 monitoring, alerting, change mgnt., event correlation, configuration changes (Up to 10Gb Throughput) 1 - 2 Devices - Annual Price Per Device 3 - 10 Devices - Annual Price Per Device 11 - 25 Devices - Annual Price Per Device 26 - 50 Devices - Annual Price Per Device 51 - 100 Devices - Annual Price Per Device 101+ Devices - Annual Price Per Device List Price Discount $4,950 5% $2,950 $2,950 $4,495 $6,800 $3,495 $4,250 $3,250 $5,495 $1,750 $3,395 $5,250 $8,950 $16,950 List Price NCPA Price $4,703 5% $2,803 5% $2,803 5% $4,270 5% $6,460 5% $3,320 5% $4,038 5% $3,088 5% $5,220 5% $1,663 5% $3,225 5% $4,988 5% $8,503 5% $16,103 SKU NCPA Discount Price SKU $12,750 5% $12,113 $11,950 5% $11,353 $11,250 5% $10,688 $10,750 5% $10,213 $10,250 5% $9,738 $9,500 5% $9,025 $17,750 5% $16,863 $16,250 5% $15,438 $15,750 5% $14,963 $15,250 5% $14,488 $14,250 5% $13,538 $13,950 5% $13,253 Managed Firewall/UTM with configuration support, 24x7 monitoring, alerting, change mgnt., event correlation, configuration changes (Greater than 10Gb Throughput) 1 - 2 Devices - Annual Price Per Device $22,250 5% $21,138 3 - 10 Devices - Annual Price Per Device $19,750 5% $18,763 11 - 25 Devices - Annual Price Per Device $19,250 5% $18,288 26 - 50 Devices - Annual Price Per Device $18,500 5% $17,575 51 - 100 Devices - Annual Price Per Device $17,750 5% $16,863 101+ Devices - Annual Price Per Device $16,995 5% $16,145 Agreement between the City of Dublin and ConvergeOne, Inc Last revised [May 19, 2023] for Technology Equipment and Services Exhibit B - Page 3 of 3 146 Attachment 3 DE CALIFORNIA DEPARTMENT OF GENERAL SERVICES Procurement Division 707 Third Street, 2nd Floor, MS #2-202 West Sacramento, CA 95605-2811 State of California MULTIPLE AWARD SCHEDULE NON -MANDATORY ConvergeOne, Inc. CMAS NUMBER: CMAS TERM DATES: EFFECTIVE DATE: CMAS CATEGORY: APPLICABLE CMAS TERMS & CONDITIONS: MAXIMUM ORDER LIMIT: FOR USE BY: BASE PEPPM #: BASE CONTRACT HOLDER: PROGRAM ANALYST 3-23-01-1032 1/12/2023 through 12/31/2025 1/12/2023 Information Technology Goods and Services January 20, 2022 State Agencies: See Purchasing Authority Dollar Threshold provision Local Government Agencies: Unlimited State & Local Government Agencies 535122-190 Verkada Bryan Dugger bryan.dugger@dgs.ca.gov This California Multiple Award Schedule (CMAS) provides for the purchase, warranty, and installation of cloud -based video surveillance systems. NOTICE: Products and/or services on this CMAS may be available on a Mandatory State Contract. If this is the case, the use of this CMAS is restricted unless the State agency has an approved exemption as explained in the State Contract User Instructions. Information regarding State Contracts can be obtained at the: State Contracts Index Listing. This requirement is not applicable to local government agencies. Any reference to a specific manufacturer's or publisher's warranty or terms and conditions as shown in the base contract are not applicable to this CMAS. Buyers must verify that the CMAS contractor has a letter of authorization from the manufacturer or an authorized distributor for the sale of the products covered by this CMAS. Service specific letters of authorization from the manufacturer are required if the CMAS contractor is providing installation services. 147 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 The services provided under this CMAS are only available in support of the products covered by this CMAS. The most current Ordering Instructions and Special Provisions, CMAS Terms and Conditions, and products and/or services are included herein. All purchase orders issued by State agencies shall incorporate these Ordering Instructions and Special Provisions and CMAS Terms and Conditions. Agency non-compliance with the requirements may result in the loss of CMAS program delegated purchasing authority. CMAS contractor non-compliance with the requirements may result in termination. December 09, 2022 Ordering Instructions and Special Provisions 2 148 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 CMAS PRODUCT & SERVICE CODES Product & Service Codes listed below are for marketing purposes only. Review the base contract for the products and/or services available. Brand-Verkada Camera -Digital Network -Component Software -Network Video -Surveillance Camera AVAILABLE PRODUCTS AND/OR SERVICES This CMAS provides for the purchase, warranty, and installation of cloud -based video surveillance systems. The ordering agency must verify all products and/or services, and pricing are currently available on the PEPPM 535122-190 contract at the PEPPM website. The agency is required to verify PEPPM pricing by following these instructions: 1) Go to the PEPPM website. 2) Create user identification and password. 3) From the contracts search, enter the PEPPM contract number "535122-190". 4) Click on "Shop These Line Items". 5) If the PEPPM 535122-190 contract does not appear in the contract results, please email Amber Lind at alind(a�csiu.orq to request access to view the contract. ISSUE PURCHASE ORDER TO Agency purchase orders must be sent to the following: ConvergeOne, Inc. 10900 Nesbit Avenue South Bloomington, MN 55437 Attn: CMAS Public Sector E-mail: spelloni@convergeone.com Agencies with questions regarding products and/or services may contact the CMAS contractor as follows: Contact: Shala Pelloni Phone: (518) 309-6367 E-mail: spelloni@convergeone.com Website: www.convergeone.com December 09, 2022 Ordering Instructions and Special Provisions 3 149 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 TOP 500 DELINQUENT TAXPAYERS In accordance with Public Contract Code (PCC) 10295.4, and prior to placing an order for IT goods and/or services, agencies must verify with the Franchise Tax Board and the California Department of Tax and Fee Administration that this CMAS contractor's name does not appear on either list of the 500 largest tax delinquencies pursuant to Revenue and Taxation Code 7063 or 19195. The Franchise Tax Board's list of Top 500 Delinquent Taxpayers is available at their website. The California Department of Tax and Fee Administration's list of Top 500 Sales & Use Tax Delinquencies in California is available at their website. CALIFORNIA SELLER'S PERMIT The CMAS contractor's California Seller's Permit Number is 103104125. Prior to placing an order with this company, agencies must verify that this permit is still valid at the California Department of Tax and Fee Administration website. MINIMUM ORDER LIMITATION There is no minimum dollar value limitation on orders placed under this CMAS. CMAS PRICES The maximum prices allowed for the products and/or services available are those set forth in the base contract. The ordering agency is encouraged to seek prices lower than those in the base contract. When responding to an agency's Request for Offer (RFO), the CMAS contractor can offer lower prices to be competitive. ACQUISITION OF IAAS AND/OR PAAS If using this CMAS for the purpose of acquiring Infrastructure as a Service (IaaS) and/or Platform as a Service (PaaS), State agencies must first obtain approval to use this CMAS from the California Department of Technology (CDT) in accordance with TL 17-06. State agencies must document CDT's approval and maintain in the procurement file. Contact CDT for all questions related to the acquisition of IaaS and PaaS and TL 17-06. December 09, 2022 Ordering Instructions and Special Provisions 4 150 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 EXECUTIVE ORDER N-6-22 — RUSSIA SANCTIONS On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia and Russian entities and individuals. "Economic Sanctions" refers to sanctions imposed by the U.S. government in response to Russia's actions in Ukraine, as well as any sanctions imposed under state law. The EO directs state agencies to terminate contracts with, and to refrain from entering any new contracts with, individuals or entities that are determined to be a target of Economic Sanctions. Accordingly, should the State determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for termination of this agreement. The State shall provide Contractor advance written notice of such termination, allowing Contractor at least 30 calendar days to provide a written response. Termination shall be at the sole discretion of the State. IRAN CERTIFICATION This CMAS contractor has certified compliance with the Iran Contracting Act, per PCC 2001-2008. It is the agency's responsibility to verify that the contractor has an Iran Contracting Act Certification on file. CALIFORNIA CIVIL RIGHTS LAW CERTIFICATION Pursuant to PCC 2010 applicants must certify their compliance with the California Civil Rights laws and Employer Discriminatory Policies (Civil Code 51, GC 12960). It is the agency's responsibility to verify that the contractor has a California Civil Rights Law Certification on file. WARRANTY For warranties, see the base contract and the CMAS Warranty provision in the CMAS Terms and Conditions/General Provisions. DELIVERY As negotiated between agency and CMAS contractor and included in the purchase order. LIQUIDATED DAMAGES FOR LATE DELIVERY The value of the liquidated damages cannot be a penalty, must be mutually agreed upon by agency and contractor and included in the purchase order to be applicable. December 09, 2022 Ordering Instructions and Special Provisions 5 151 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 SHIPPING INSTRUCTIONS F.O.B. (Free On Board) Destination for orders greater than $500. Seller pays the freight charges. F.O.B. (Free On Board) Origin for orders of $500 or less. Buying agency pays the freight charges. State agencies shall follow the instructions below whenever the weight of the purchase is 100 lbs. or more and F.O.B. Destination, Freight Prepaid is not used. This requirement is not applicable to local government agencies. All shipments will be made by ground transportation unless otherwise ordered on the purchase order. Traffic Management Unit (TMU) approval is not required for any Leveraged Procurement Agreement negotiated by DGS; however, it is recommended that state agencies contact TMU for a freight weight comparison using the Freight Analysis Worksheet on the TMU website, under the "Forms" heading to ensure the state is getting the most reasonable shipping cost. Note: If shipping charges for purchases weighing less than 100 lbs. appear to be excessive (e.g., $500 for a 5 Ib. package where the shipping charge is a percentage of the cost of the item being purchased), departments are encouraged to contact TMU for help to obtain more appropriate pricing. TMU contact information can be found at the TMU website. PURCHASING AUTHORITY DOLLAR THRESHOLD Order limits for the purchase of goods and/or services is determined by the individual agency purchasing authority threshold. No CMAS order may be executed by a State agency that exceeds that agency's purchasing authority threshold, unless an exemption is granted by the Department of General Services (DGS) Purchasing Authority Unit (PAU). State agencies with approved purchasing authority, along with their dollar thresholds can be obtained at the List of State Departments with Approved Purchasing Authority website. HOW TO USE CMAS State agencies must adhere to the requirements in the State Contracting Manual (SCM) Volume 2, Chapter 1600 and CMAS Ordering Instructions and Special Provisions when using CMAS. • Develop an RFO, which includes a Scope of Work (SOW) and Bidder Declaration form. For information on the Bidder Declaration requirements see SCM, Volume 2, Sections 305 and 1202. • Clearly defined Tasks (what needs to be done) and Deliverables (outcome of each task, i.e., reports, procedures manual, etc.) must be included in the State's SOW. • For Consulting or Personal services, do not include any labor categories/job titles or number of hours limit in RFO Requirements or the SOW. The CMAS Contractor provides this information in their Attachment B Cost Worksheet. The State does not have the expertise to make this decision (GC 19130(b)). December 09, 2022 Ordering Instructions and Special Provisions 6 152 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 • Search for potential CMAS contractors on the CMAS website and select "Find a CMAS Contractor." • Request offers from a minimum of 3 CMAS contractors including one small business (SB) and/or Disabled Veteran Business Enterprise (DVBE), if available, who are authorized to sell the products and/or able to perform the services needed. (Government Code 14846(b)). • A valid attempt must be made to secure offers from viable CMAS contractors who are able to supply the goods and/or provide the services. Neither a lack of sufficient CMAS contractors nor the use of restrictive requirements meets the intent for obtaining offers (SCM Volume 2, Section 1670.2). • If requesting offers from a certified DVBE, include the Disabled Veteran Business Enterprise Declarations form (Standard 843) in the RFO. This declaration must be completed by the DVBE prime contractor and/or any DVBE subcontractors and submitted with the offer (SCM Volume 2, Section 1201). • This is not a bid transaction, so the small business preference, DVBE incentives, protest language, intent to award, evaluation criteria, advertising, Administrative and Technical Requirements, etc. are not applicable. (SCM Volume 2, Section 1603). • If less than 3 offers are received, State agencies must document their file with the reasons why the other suppliers did not respond with an offer. The reason must come from the CMAS contractor. • Assess the offers received using best value criteria including cost as one of the criteria (SCM Volume 2, Section 1603). • Issue a Purchase Order to the selected CMAS contractor. • For CMAS transactions under $10,000, only one offer is required if the State agency can establish and document that the price is fair and reasonable. The fair and reasonable method can only be used for non -customizable purchases. See SCM Volume 2, Section 1510 for Fair and Reason criteria. Local agencies must follow their own procurement regulations. For more information see the Local Agency packet available online. AGENCY RESPONSIBILITY Each agency is responsible for its own contracting program and purchasing decisions, including use of the CMAS program and associated outcomes. This responsibility includes, but is not limited to, ensuring the necessity of the services, securing appropriate funding, complying with laws and policies, preparing the purchase order in a manner that safeguards the State's best interests, obtaining required approvals, and documenting compliance with GC 19130.b(3) for outsourcing services. It is the responsibility of each agency to consult with their legal staff and contracting offices for advice depending upon the scope or complexity of the purchase order. If legal services are not available within your agency, DGS Office of Legal Services is available to provide services. December 09, 2022 Ordering Instructions and Special Provisions 7 153 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 CONFLICT OF INTEREST Agencies must evaluate the proposed purchase order to determine if there are any potential conflict of interest issues. See the CMAS Terms and Conditions, Conflict of Interest, for more information. SPLITTING ORDERS Splitting orders to avoid any monetary limitations is prohibited. Do not circumvent normal procurement methods by splitting purchases into a series of delegated purchase orders per PCC 10329. Splitting a project into small projects to avoid either fiscal or procedural controls is prohibited per State Administrative Manual (SAM) 4819.34. This provision does not apply to local government agencies. ORDERING PROCEDURES 1. Purchase Orders All Ordering Agency purchase order documents executed under this CMAS must contain the applicable CMAS number as show on page 1. a. State Departments: Standard 65 Purchase Documents — State departments not transacting in FISCaI must use the Purchasing Authority Purchase Order (Standard 65) for purchase execution. An electronic version of the Standard 65 is available at the Department of General Services (DGS), Procurement Division (PD) website, select Standard (STD) Forms. FISCAL Purchase Documents — State departments transacting in FISCaI will follow the FISCaI procurement and contracting procedures. b. Local Government Agencies: Local government agencies may use their own purchase order document for purchase execution. The agency is required to complete and distribute the purchase order. For services, the agency shall modify the information contained on the order to include the service period (start and end date), the monthly cost (or other intermittent cost), and any other information pertinent to the services. The cost for each line item must be included in the order, not just system totals. The contractor must immediately reject purchase orders that are not accurate. Discrepancies are to be negotiated and incorporated into the purchase order prior to product delivery and service implementation. December 09, 2022 Ordering Instructions and Special Provisions 8 154 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 2. Service and Delivery after CMAS Expiration The purchase order must be issued before the CMAS expires. However, delivery of the products or completion of the services may be after the CMAS expires (unless otherwise specifically stated in the purchase order). Amending the purchase order to add quantity, time, or money is not possible if the CMAS expired. 3. Multiple CMAS Agreements on a Single Purchase Order State agencies wishing to include multiple CMAS agreements on a single FISCaI purchase order must adhere to the following guidelines: • All CMAS must be for the same CMAS contractor. • The purchase order must go to one contractor location. • Enter the word "CMAS" in the space reserved for the Leveraged Procurement Agreement (LPA) number. The word "CMAS" signifies that the purchase order contains items from multiple CMAS agreements. The purchasing agency may only use one bill code. • For each individual CMAS, the agency must identify and group together the CMAS number with the line items and subtotal per CMAS number (do not include tax in the subtotal), and sequentially identify each individual CMAS as Sub #1, Sub #2, Sub #3, etc. This facilitates accurate billing of administrative fees by the Procurement Division. • The total of all items on the purchase order must not exceed the State agency's purchasing authority dollar threshold granted by DGS PAU. • Do not combine items from IT and non -IT CMAS agreements. An Information Technology CMAS begins with the number "3" and a non -IT CMAS begins with the number "4." The purchase order limits are different for these CMAS agreements. 4. Amendments to State Agency's Purchase Orders Agency purchase orders cannot be amended if the CMAS has expired. SCM, Volume 2, Section 1605 provides the following directions regarding amendments to all types of LPA purchase orders: Original orders, which include options for changes (e.g., quantity or time), that were assessed and considered in the selection for award during the RFO process, may be amended consistent with the terms of the original order, provided that the original order allowed for amendments. If the original order did not evaluate options, then amendments are not allowed unless an Non -Competitively Bid is approved for those amendments. Amendments unique to Non -IT Services: If the original contract permitted amendments, but did not specify the changes, (e.g., quantity or time), it may be amended. Per PCC 10335 (d)(1), a contract may only be amended once under this exemption. The time shall not exceed one year, or add not more than 30 percent of the original order value and may not exceed $250,000. If the original contract did not have language permitting amendments, the Non -Competitively Bid process must be followed. December 09, 2022 Ordering Instructions and Special Provisions 9 155 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 CMAS CONTRACTOR OWNERSHIP INFORMATION The CMAS contractor is a large business enterprise. SMALL BUSINESS MUST BE CONSIDERED Prior to placing orders under the CMAS program, State agencies must first consider offers from small businesses that have established CMAS agreements (GC 14846(b)). NOTE: DGS auditors will request substantiation of compliance with this requirement when agency files are reviewed. CMAS Small Business and Disabled Veteran Partners can be found on the CMAS website by selecting "Find a CMAS Contractor". In response to our commitment to increase participation by small businesses, the Department of General Services waives the administrative fee (charged to customer agencies to support the CMAS program) for orders to California certified small business enterprises. SMALL BUSINESS/DVBE - TRACKING State agencies are able to claim subcontracting dollars towards their SB or DVBE goals whenever the CMAS contractor subcontracts a commercially useful function to a certified SB or DVBE. The CMAS contractor will provide the ordering agency with the name of the SB or DVBE used and the dollar amount the ordering agency can apply towards its SB or DVBE goal. SMALL BUSINESS/DVBE - SUBCONTRACTING 1. The amount an ordering agency can claim towards achieving its SB or DVBE goals is the dollar amount of the subcontract award made by the CMAS contractor to each SB or DVBE. 2. The CMAS contractor will provide an ordering agency with the following information at the time the order is quoted: a. The CMAS contractor will state that, as the prime contractor, it shall be responsible for the overall execution of the fulfillment of the order. b. The CMAS contractor will indicate to the ordering agency how the order meets the SB or DVBE goal, as follows: i. List the name of each company that is certified by the Office of Small Business and DVBE Services that it intends to subcontract a commercially useful function to; and ii. Include the SB or DVBE certification number of each company listed and attach a copy of each certification; and iii. Indicate the dollar amount of each subcontract with a SB or DVBE that may be claimed by the ordering agency towards the SB or DVBE goal; and iv. Indicate what commercially useful function the SB or DVBE subcontractor will be providing towards fulfillment of the order. December 09, 2022 Ordering Instructions and Special Provisions 10 156 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 3. The ordering agency's purchase order must be addressed to the prime contractor, and the purchase order must reference the information provided by the prime contractor as outlined above. CONTRACTORS ACTING AS FISCAL AGENTS ARE PROHIBITED When a subcontractor ultimately provides all of the products or performs all of the services that a CMAS contractor has agreed to provide, and the prime contractor only handles the invoicing of expenditures, then the prime contractor's role becomes that of a fiscal agent because it is merely administrative in nature and does not provide a Commercially Useful Function. It is unacceptable to use fiscal agents in this manner because the agency is paying unnecessary administrative costs. WITHHOLD LANGUAGE (SB5881 Upon delivery or completion of ordered goods or services for which the Contractor committed to DVBE subcontractor participation, state departments must require the Contractor to certify all the following: 1. The amount and percentage of work the Contractor committed to provide to one or more DVBEs under the requirements of the contract and the amount each DVBE received from the Contractor. 2. That all payments under the contract have been made to the DVBE. Upon request, the Contractor must provide proof of payment for the work. In accordance with the Military and Veterans Code 999.7, state departments shall withhold $10,000 from the final payment, or the full final payment if less than $10,000, if the Contractor fails to meet the certification requirements identified above. State departments shall notify the Contractor of their failure to meet the certification requirements and give the Contractor an opportunity to comply with the certification requirements. If after 30 calendar days from the date of notice, the Contractor refuses to comply with the certification requirements, the state department shall permanently deduct $10,000 from the final payment or the full payment if less than $10,000. PRODUCT SUBSTITUTIONS Substitution of Deliverables may not be tendered without advance written consent of the Buyer. The Contractor must offer an equivalent or newer model of the product from the same manufacturer at the same or lower price. Contractor cannot use any specification in lieu of those contained in the Contract without written consent from the Buyer. December 09, 2022 Ordering Instructions and Special Provisions 11 157 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 NEW EQUIPMENT REQUIRED The State will procure new equipment. All equipment must be new (or warranted as newly manufactured) and the latest model in current production. Used, shopworn, demonstrator, prototype, or discontinued models are not acceptable. Where Federal Energy Management Program (FEMP) standards are available, all State agencies shall purchase only those products that meet the recommended standards. All products displaying the Energy Star label meet the FEMP standards. SPECIAL MANUFACTURED GOODS Any CMAS for goods to be manufactured by the CMAS contractor specifically for the State and not suitable for sale to others may require progress payments. TRADE-IN EQUIPMENT Trade-ins at open market price may be considered. The product description and trade-in allowance must be identified on the purchase order. Agencies are required to adhere to SAM 3520 through 3520.6, Disposal of Personal Property and Surplus Personal Property, as applicable, when trade-ins are considered. A Property Survey Report, Standard 152, must be submitted for approval prior to disposition of any State owned personal property, including general office furniture regardless of the acquisition value, or if the property was recorded or capitalized for accounting purposes. STATE AGENCY BUY RECYCLED CAMPAIGN State ordering agencies are required to report purchases made within the eleven product categories in the California Department of Resources Recycling and Recovery's State Agency Buy Recycled Campaign per PCC 12200 through 12217. Contractor will be required to complete and return a Recycled -Content Certification form upon request by the state ordering agency. ACCEPTANCE TESTING CRITERIA If the agency wants to include acceptance testing for all newly installed technology systems, individual equipment, and machines which are added or field modified (modification of a machine from one model to another) after a successful performance period, the test criteria must be included in the purchase order to be applicable. December 09, 2022 Ordering Instructions and Special Provisions 12 158 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 ELECTRONIC WASTE RECYCLING State agencies are required to recycle state owned surplus electronic equipment that has no useful life remaining (E-Waste) to the maximum extent possible. State agencies shall dispose of E-Waste using the services of the California Prison Industry Authority (CALPIA), unless the agency meets the pickup quantity and location exemption criteria detailed in SAM 3520.10. Electronic equipment that is usable and still retains value is not considered E-Waste and must be reutilized through DGS, Office of Fleet and Asset Management (OFAM) Surplus Personal Property Warehouse. State agencies shall determine which equipment meets the definition of E-Waste or reusable Electronic Equipment per the definitions provided in the SAM Management Memo (MM) 17-06. OFAM will validate that equipment meets the appropriate definition when reviewing the submitted Property Survey Report (Standard 152). The electronic waste recycling fee must be shown as a line item on the agency purchase order before the CMAS contractor can include it on their invoice. See SAM 3520.10 for more information on this policy. Information for submitting a Standard 152 can be found on the DGS OFAM surplus property website. Information on the E-Waste - CALPIA Store and the E-Waste Exemption Request Form EWR- F400 can be found at the CALPIA website. PRODUCTIVE USE REQUIREMENTS The customer in -use requirement applies to all procurements of information technology equipment and software, per Statewide Information Management Manual Section 195. Each equipment or software component must be in current operation for a paying customer and the paying customer must be external to the contractor's organization (not owned by the contractor and not owning the contractor). To substantiate compliance with the Productive Use Requirements, the CMAS contractor must provide upon request the name and address of a customer installation and the name and telephone number of a contact person. The elapsed time such equipment or software must have been in operation is based upon the importance of the equipment or software for system operation and its cost. The following designates product categories and the required period of time for equipment or software operation prior to approval of the replacement item on CMAS. December 09, 2022 Ordering Instructions and Special Provisions 13 159 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 Category 1 - Critical Software: Critical software is software that is required to control the overall operation of a computer system or peripheral equipment. Included in this category are operating systems, data base management systems, language interpreters, assemblers and compilers, communications software, and other essential system software. Cost Installation Final Bid Submission More than $100,000 8 months 6 months $10,000 up to $100,000 4 months 3 months Less than $10,000 1 month 1 month Category 2 - All Information Technology Equipment and Non -Critical Software: Information technology equipment is defined in SAM 4819.2. Cost Installation Final Bid Submission More than $100,000 6 months 4 months $10,000 up to $100,000 4 months 3 months Less than $10,000 1 month 1 month PRODUCT INSTALLATION The CMAS contractor is fully responsible for all installation services performed under the CMAS. Product installations must be performed by manufacturer authorized personnel and meet manufacturer documented specifications. The prime contractor, as well as any subcontractors, must hold any certifications and/or licenses required for the project. PUBLIC WORKS (INSTALLATION SERVICES ONLY) A public works contract is defined as an agreement for "the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind" in accordance with PCC 1101. State agencies planning these types of projects need to review SCM, Volume 1, Chapters 10 and 11 for applicable guidelines and regulations. Visit the DGS, Real Estate Services Division (RESD) website if you have questions about public works transactions. Agency CMAS purchase orders may allow for public works installation only when it is in support of the products covered by this CMAS. Agencies are to ensure that the applicable laws and codes pertaining to the contractor and subcontractor licensing, prevailing wage rates, bonding, labor code requirements, etc. are adhered to by the prime contractor as well as any subcontractor during performance under the CMAS purchase order. The bond amount for public works is not less than 100% of the purchase order price. December 09, 2022 Ordering Instructions and Special Provisions 14 160 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 NOTE: In accordance with Labor Code (LC) 1773.2, the ordering agency is responsible for determining the appropriate craft, classification or type of worker needed for any contract for public works. Also, the agency is to specify the applicable prevailing wage rates as determined by the Director of the Department of Industrial Relations (DIR). In lieu of specifying the prevailing wage rates, the agency may include a statement on the order that the prevailing wage rates are on file at the agency's office and will be made available upon request. The prevailing wage rates are available from DIR at www.dir.ca.gov (select Statistics & Research). Bonds: For guidelines, see CMAS, General Terms and Conditions, Public Works Requirements. State Contractor's License: Public works services can be obtained through CMAS only if incidental to the overall purchase order. If incidental public works services are included in the purchase order, prior to issuing the order agencies should visit the State Contractor's License Board website to verify that the Contractor's License shown below is still active and in good standing. The CMAS contractor's California Contractor's License number is 861504. This is a Class C-7 Low Voltage Systems and C-10 Electrical license that is valid through 7/31/2023. Cable and Wire: Cable and wire products that are purchased under this CMAS must be for information technology projects only (computers, telecommunications, and security systems) and cannot be used for general purpose installations. Purchase orders for cable and wire installation services only are prohibited. Cable and wire installations under this CMAS must be installed and tested to EIA/TIA Standards. Agency questions regarding the purchase and/or installation of cable and wire for computers and/or telecommunications may be directed to the California Department of Technology, Statewide Telecommunications and Network Division. NOT SPECIFICALLY PRICED ITEMS The only time that open market/incidental, non -contract items may be included in a CMAS order is when they fall under the parameters of the Not Specifically Priced (NSP) Items provision. CMAS contractors must be authorized providers of the hardware, software and/or services they offer under the NSP Items provision. Agency and CMAS contractor use of the NSP provision is subject to the following requirements: 1. Purchase orders containing only NSP items are prohibited. 2. A purchase order containing NSP items may be issued only if it results in the lowest overall alternative to the State. 3. NSP items shall be clearly identified in the order. Any product or service already specifically priced and included in the base contract may not be identified as an NSP item. December 09, 2022 Ordering Instructions and Special Provisions 15 161 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 4. NSP Installation Services: The CMAS contractor is fully responsible for all installation services performed under the CMAS. Product installations must be performed by manufacturer authorized personnel and meet manufacturer documented specifications. The prime contractor, as well as any subcontractors, must hold any certifications and/or licenses required for the project. The total dollar value of all installation services included in the purchase order cannot exceed the dollar value of the products included in the purchase order, nor can they exceed the NSP Maximum Order Limitation. 5. Maximum Order Limitation: For orders $250,000, or less, the total dollar value of all NSP items included in a purchase order shall not exceed $5,000. For orders exceeding $250,000, and at the option of the contractor, the total dollar value of all NSP items in a purchase order shall not exceed 5% of the total cost of the order or $25,000 whichever is lower. 6. An NSP item included in an order issued against this CMAS is subject to all of the terms and conditions set forth in the CMAS. 7. Trade-ins, upgrades, involving the swapping of boards, are permissible, where the contract makes specific provisions for this action. In those instances, where it is permitted, the purchase order must include the replacement item and a notation that the purchase involves the swapping of a board. The following NSP items are specifically excluded from any order issued under this CMAS: 1. Items not intended for use in direct support of the priced items included in the same order. An NSP item must be subordinate to the specifically priced item that it is supporting. For example, a cable, which is not otherwise specifically priced in the base contract, is subordinate to a specifically priced printer and is eligible to be an NSP item subject to that cable meeting the remaining NSP requirements. However, a printer that is not otherwise specifically priced in the base contract, is not subordinate to a specifically priced cable and is not eligible to be an NSP item. 2. Supply type items, except for the minimum amount necessary to provide initial support to the priced items included in the same order. 3. Items that do not meet the Productive Use Requirements for information technology products, per Statewide Information Management Manual Section 195. 4. Any other item or class of items specifically excluded from the scope of this CMAS. 5. Public Works and other services NOT in support of the products covered by this CMAS. 6. Products or services the CMAS contractor is NOT factory authorized or otherwise certified or trained to provide. December 09, 2022 Ordering Instructions and Special Provisions 16 162 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 7. Follow-on consultant services that were previously recommended or suggested by the same CMAS contractor. The CMAS contractor is required to reject purchase orders containing NSP items that do not comply with the above requirements. The CMAS contractor will promptly notify the agency issuing the noncompliant order of its rejection and the reasons for its rejection. STATE AND LOCAL GOVERNMENTS CAN USE CMAS State and local government agency use of CMAS is optional. A local government is any city, county, city and county, district, or other local governmental body or corporation, including Universities of California, California State Universities, K-12 schools, and community colleges empowered to expend public funds. While the State makes this CMAS available, each local government agency should make its own determination whether the CMAS program is consistent with its procurement policies and regulations. PCC 10298 allows any city, county, city and county, district, or other local governmental body or corporation empowered to expend public funds to contract with suppliers awarded CMAS without further competitive bidding. See complete PCC 10298 language at the California Legislative Information website. PCC 10299 allows any school district empowered to expend public funds to utilize CMAS without further competitive bidding. See complete PCC 10299 language at the California Legislative Information website. SELF -DELETING BASE CONTRACT TERMS AND CONDITIONS Instructions or terms and conditions that appear in the Special Items or other provisions of the base contract and apply to the purchase, license, or rental (as applicable) of products or services by the US Government in the United States and/or to any overseas location shall be self -deleting. (Example: "Examinations of Records" provision). Federal regulations and standards, such as Federal Acquisition Regulation, Federal Information Resources Management Regulation, Federal Information Processing Standards, General Services Administration Regulation, or Federal Installment Payment Agreement shall be self -deleting. Federal blanket orders and small order procedures are not applicable. ORDER OF PRECEDENCE The CMAS Terms and Conditions take precedence if there is a conflict between the terms and conditions of the contractor's base contract, packaging, invoices, catalogs, brochures, technical data sheets, or other documents (see CMAS Terms and Conditions, CONFLICT OF TERMS). December 09, 2022 Ordering Instructions and Special Provisions 17 163 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 APPLICABLE CODES, POLICIES AND GUIDELINES All California codes, policies, and guidelines are applicable. The use of CMAS does not relieve state agencies of their responsibility to meet statewide requirements regarding contracting or the procurement of goods or services. Most procurement and contract codes, policies, and guidelines are incorporated into CMAS agreements; however, there is no guarantee that every requirement that pertains to all State processes has been included. PAYMENTS AND INVOICES 1. Payment Terms Payment terms for this CMAS are net 45 days. Payment will be made in accordance with the provisions of the California Prompt Payment Act, GC 927. Unless expressly exempted by statute, the Act requires State agencies to pay properly submitted, undisputed invoices not more than 45 days after (1) the date of acceptance of goods or performance of services; or (2) receipt of an undisputed invoice, whichever is later. 2. Payee Data Record (Standard 204) State Agencies must obtain a copy of the Payee Data Record (Standard 204) in order to process payments. State Ordering Agencies must forward a copy of the Standard 204 to their accounting offices. Without the Standard 204, payment may be unnecessarily delayed. State Agencies should contact the CMAS contractor for copies of the Payee Data Record. 3. DGS Administrative and Incentive Fees Orders from State Agencies: DGS will bill each State agency directly an administrative fee for use of CMAS. The administrative fee should NOT be included in the order total or remitted before an invoice is received from DGS. This administrative fee is waived for CMAS purchase orders issued to California certified small businesses. Orders from Local Government Agencies: CMAS contractors, who are not California certified small businesses, are required to remit to DGS an incentive fee equal to a percentage of the total of all local government agency orders (excluding sales tax and shipping) placed against their CMAS. The incentive fee is waived for CMAS purchase orders issued to California certified small businesses. For more information on the incentive fees see the CMAS Management Guide. December 09, 2022 Ordering Instructions and Special Provisions 18 164 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 4. Contractor Invoices Unless otherwise stipulated, the CMAS contractor must send their invoices to the agency address set forth in the purchase order. Invoices shall be submitted in triplicate and shall include the following: • CMAS number • Agency purchase order number • Agency Bill Code (State Only) • Line item number • Unit price • Extended line item price • Invoice total State sales tax and/or use tax shall be itemized separately and added to each invoice as applicable. The company name on the CMAS, purchase order and invoice must match, or the State Controller's Office will not approve payment. 5. Advance Payments Advance payment is allowed for services only under limited, narrowly defined circumstances, i.e., between specific departments and certain types of non-profit organizations, or when paying another government agency (GC 11256 through 11263 and 11019). It is NOT acceptable to pay in advance, except software maintenance and license fees, which are considered a subscription and may be paid in advance if a provision addressing payment in advance is included in the purchase order. Software warranty upgrades and extensions may also be paid for in advance, one time. 6. Credit Card The CMAS contractor accepts the State of California credit card (VISA CAL -Card). A purchase order is required even when the ordering department chooses to pay the CMAS contractor via the CAL -Card. 7. Leasing/Financing California State Agencies should use the Golden State Financial Marketplace (GS SMart) program for all financing and leasing needs. California Local Government Agencies (counties, cities, K-12 school districts, community colleges, California State Universities, Universities of California, etc.) may utilize the GS SMart program for financing and leasing according to PCC 14937. The minimum dollar amount for Local Government Agency financing and leasing is $100,000. December 09, 2022 Ordering Instructions and Special Provisions 19 165 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONVERGEONE, INC. CMAS NUMBER 3-23-01-1032 8. Lease/Purchase Analysis California State agencies must complete a Lease/Purchase Analysis (LPA) to determine best value when contemplating a lease/rental and retain a copy for future audit purposes (SAM 3710). For short-term rental equipment, the lease/purchase analysis must be approved by DGS Office of Legal Services. The lease/purchase analysis for all other purchases must be approved by the Department of General Services, GS SMart State Financial Marketplace. Buyers may contact the GS SMart Unit via e-mail at SFM@dgs.ca.gov for further information. 9. Leasing The State reserves the right to select the form of payment for all procurements, whether it is an outright purchase with payment rendered directly by the State, or a financing/lease-purchase or operating lease via the State Financial Marketplace (GS SMart and/or Lease SMart). If payment is via the financial marketplace, the CMAS contractor will invoice the State and the State will approve the invoice. The selected Lender/Lessor for all product listed on the State's procurement document will pay the supplier on behalf of the State. Buyers may contact the GS SMart Unit via e-mail at SFM@dgs.ca.gov for further information. OBTAINING COPY OF CMAS A copy of this CMAS can be obtained at Cal eProcure. Links to the CMAS terms and conditions and base contract are available on the front page of this CMAS agreement. It is important for the agency to confirm that the required products, services, and prices are included in the CMAS and are at or below base contract rates. To streamline verification that the needed items are in the base contract, the agencies should ask the CMAS contractor to identify the specific location in the base contract that include the required products, services, and prices. Once verified, agencies should save the information for their file documentation. FEDERAL DEBARMENT When federal funds are expended, the agency is required to obtain (retain in file) a signed "Federal Debarment" certification from the CMAS contractor before the purchase order is issued. This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, Participants; responsibilities. The regulations were published as Part VI I of the May 26, 1988 Federal Register (pages 19160-19211). CONTRACTOR TRAVEL The Travel provision is not applicable to this CMAS. AMERICANS WITH DISABILITY ACT To view the DGS Accessibility Policy, please visit the DGS website. December 09, 2022 Ordering Instructions and Special Provisions 20 166 Attachment 4 Tab 1 - Master Agreement General Terms and Conditions ♦ Customer Support ➢ The vendor shall provide timely and accurate technical advice and sales support. The vendor shall respond to such requests within one (1) working day after receipt of the request. ♦ Disclosures ➢ Respondent affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract. ➢ The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. ♦ Renewal of Contract ➢ Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew for up to two (2) additional one-year terms or any combination of time equally not more than 2 years if agreed to by Region 14 ESC and the vendor. ♦ Funding Out Clause ➢ Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions: ➢ Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract. ♦ Shipments (if applicable) ➢ The awarded vendor shall ship ordered products within seven (7) working days for goods available and within four (4) to six (6) weeks for specialty items after the receipt of the order unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify the entity placing the order as to why the product has not shipped and shall provide an estimated shipping date. At this point the participating entity may cancel the order if estimated shipping time is not acceptable. ♦ Tax Exempt Status ➢ Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the vendor. 167 ♦ Payments ➢ The entity using the contract will make payments directly to the awarded vendor or their affiliates (distributors/business partners/resellers) as long as written request and approval by NCPA is provided to the awarded vendor. ♦ Adding authorized distributors/dealers ➢ Awarded vendors may submit a list of distributors/partners/resellers to sell under their contract throughout the life of the contract. Vendor must receive written approval from NCPA before such distributors/partners/resellers considered authorized. ➢ Purchase orders and payment can only be made to awarded vendor or distributors/business partners/resellers previously approved by NCPA. ➢ Pricing provided to members by added distributors or dealers must also be less than or equal to the pricing offered by the awarded contract holder. ➢ All distributors/partners/resellers are required to abide by the Terms and Conditions of the vendor's agreement with NCPA. ♦ Pricing ➢ All pricing submitted shall include the administrative fee to be remitted to NCPA by the awarded vendor. It is the awarded vendor's responsibility to keep all pricing up to date and on file with NCPA. ➢ All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing ♦ Warranty ➢ Proposals should address each of the following: ■ Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. ■ Availability of replacement parts ■ Life expectancy of equipment under normal use ■ Detailed information as to proposed return policy on all equipment ♦ Indemnity ➢ The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor subcontractors in the preparation of the solicitation and the later execution of the contract. ♦ Franchise Tax ➢ The respondent hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes. 168 ♦ Supplemental Agreements ➢ The entity participating in this contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. ♦ Certificates of Insurance ➢ Certificates of insurance shall be delivered to the Public Agency prior to commencement of work. The insurance company shall be licensed in the applicable state in which work is being conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days notice prior to any modifications or cancellation of policies. The awarded vendor shall require all subcontractors performing any work to maintain coverage as specified. ♦ Legal Obligations ➢ It is the Respondent's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be followed even if not specifically identified herein. ♦ Protest ➢ A protest of an award or proposed award must be filed in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm CST. Protests shall be filed with Region 14 ESC and shall include the following: ■ Name, address and telephone number of protester ■ Original signature of protester or its representative ■ Identification of the solicitation by RFP number ■ Detailed statement of legal and factual grounds including copies of relevant documents and the form of relief requested ➢ Any protest review and action shall be considered final with no further formalities being considered. ♦ Force Majeure ➢ If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. ➢ The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the 169 United States or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty ♦ Prevailing Wage ➢ It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. ♦ Miscellaneous ➢ Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. ♦ Open Records Policy ➢ Because Region 14 ESC is a governmental entity responses submitted are subject to release as public information after contracts are executed. If a vendor believes that its response, or parts of its response, may be exempted from disclosure, the vendor must specify page -by - page and line -by-line the parts of the response, which it believes, are exempt. In addition, the respondent must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s). ➢ The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 14 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the respondent are not acceptable. Region 14 ESC must comply with the opinions of the OAG. Regionl4 ESC assumes no responsibility for asserting legal arguments on behalf of any vendor. Respondent are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. 170 Process Region 14 ESC will evaluate proposals in accordance with, and subject to, the relevant statutes, ordinances, rules, and regulations that govern its procurement practices. NCPA will assist Region 14 ESC in evaluating proposals. Award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to Region 14 ESC, NCPA, and its participating agencies. To qualify for evaluation, response must have been submitted on time, and satisfy all mandatory requirements identified in this document. ♦ Contract Administration ➢ The contract will be administered by Region 14 ESC. The National Program will be administered by NCPA on behalf of Region 14 ESC. ♦ Contract Term ➢ The contract term will be for three (3) year starting from the date of the award. The contract may be renewed for up to two (2) additional one-year terms or any combination of time equally not more than 2 years. ➢ It should be noted that maintenance/service agreements may be issued for up to (5) years under this contract even if the contract only lasts for the initial term of the contract. NCPA will monitor any maintenance agreements for the term of the agreement provided they are signed prior to the termination or expiration of this contract. ♦ Contract Waiver ➢ Any waiver of any provision of this contract shall be in writing and shall be signed by the duly authorized agent of Region 14 ESC. The waiver by either party of any term or condition of this contract shall not be deemed to constitute waiver thereof nor a waiver of any further or additional right that such party may hold under this contract. ♦ Products and Services additions ➢ Products and Services may be added to the resulting contract during the term of the contract by written amendment, to the extent that those products and services are within the scope of this RFP. ♦ Competitive Range ➢ It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the competitive range are unacceptable and do not receive further award consideration. ♦ Deviations and Exceptions ➢ Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 14 ESC to award a vendor's complete line of products and/or services, when possible. ♦ Estimated Quantities ➢ The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $50 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. There is no guarantee or commitment of any kind regarding usage of any contracts resulting from this solicitation 171 ♦ Evaluation ➢ Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. NCPA will assist the lead agency in evaluating proposals. Recommendations for contract awards will be based on multiple factors, each factor being assigned a point value based on its importance. ♦ Formation of Contract ➢ A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms, conditions, scope of work, and specifications contained in this request. A solicitation does not become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a signed Signature Form with the response thus, eliminating the need for a formal signing process. ♦ NCPA Administrative Agreement ➢ The vendor will be required to enter and execute the National Cooperative Purchasing Alliance Administration Agreement with NCPA upon award with Region 14 ESC. The agreement establishes the requirements of the vendor with respect to a nationwide contract effort. ♦ Clarifications / Discussions ➢ Region 14 ESC may request additional information or clarification from any of the respondents after review of the proposals received for the sole purpose of elimination minor irregularities, informalities, or apparent clerical mistakes in the proposal. Clarification does not give respondent an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14 ESC reserves the right to conduct discussions with those respondent's whose proposals are determined to be reasonably susceptible of being selected for award. Discussions occur when oral or written communications between Region 14 ESC and respondents are conducted for the purpose clarifications involving information essential for determining the acceptability of a proposal or that provides respondent an opportunity to revise or modify its proposal. Region 14 ESC will not assist respondent bring its proposal up to the level of other proposals through discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to neither obtain further consideration nor will it provide any information about other respondents' proposals or prices. ♦ Multiple Awards ➢ Multiple Contracts may be awarded as a result of the solicitation. Multiple Awards will ensure that any ensuing contracts fulfill current and future requirements of the diverse and large number of participating public agencies. ♦ Past Performance ➢ Past performance is relevant information regarding a vendor's actions under previously awarded contracts; including the administrative aspects of performance; the vendor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the vendor's businesslike concern for the interests of the customer. 172 Evaluation Criteria ♦ Pricing (40 points) ➢ Electronic Price Lists ■ Products, Services, Warranties, etc. price list ■ Prices listed will be used to establish both the extent of a vendor's product lines, services, warranties, etc. available from a particular bidder and the pricing per item. ♦ Ability to Provide and Perform the Required Services for the Contract (25 points) ➢ Product Delivery within participating entities specified parameters ➢ Number of line items delivered complete within the normal delivery time as a percentage of line items ordered. ➢ Vendor's ability to perform towards above requirements and desired specifications. ➢ Past Cooperative Program Performance ➢ Quantity of line items available that are commonly purchased by the entity. ➢ Quality of line items available compared to normal participating entity standards. ♦ References (15 points) ➢ A minimum of ten (10) customer references for product and/or services of similar scope dating within past 3 years ♦ Technology for Supporting the Program (10 points) ➢ Electronic on-line catalog, order entry use by and suitability for the entity's needs ➢ Quality of vendor's on-line resources for NCPA members. ➢ Specifications and features offered by respondent's products and/or services ♦ Value Added Services Description, Products and/or Services (10 points) ➢ Marketing and Training ➢ Minority and Women Business Enterprise (MWBE) and (HUB) Participation ➢ Customer Service 173 Signature Form The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this bid in collusion with any other Respondent and that the contents of this proposal as to prices, terms or conditions ❑f said bid have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. Prices are guaranteed: 120 days Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature SYNNEX Corporation 39 Pelham Ridge Drive Greenville, SC 29615 864-349-4801 510-360-6613 danielbr@synnex.com Daniel T. Brennan Vice President & Senior Counsel 174 Tab 2 - NCPA Administration Agreement This Administration Agreement is made as of August 1. 2019 , by and between National Cooperative Purchasing Alliance ("NCPA") and SYNNEX Corporation ("Vendor"). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated Auaust 1. 2019 , referenced as Contract Number 01-97 , by and between Region 14 ESC and Vendor, as may be amended from time to time in accordance with the terms thereof (the "Master Agreement"), for the purchase of Advanced Technology Solutions Aggregator; WHEREAS, said Master Agreement provides that any state, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution, other government agency or nonprofit organization (hereinafter referred to as "public agency" or collectively, "public agencies") may purchase products and services at the prices indicated in the Master Agreement; WHEREAS, NCPA has the administrative and legal capacity to administer purchases under the Master Agreement to public agencies; WHEREAS, NCPA serves as the administrative agent for Region 14 ESC in connection with other master agreements offered by NCPA WHEREAS, Region 14 ESC desires NCPA to proceed with administration of the Master Agreement; WHEREAS, NCPA and Vendor desire to enter into this Agreement to make available the Master Agreement to public agencies on a national basis; NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, NCPA and Vendor hereby agree as follows: • General Terms and Conditions > The Master Agreement, attached hereto as Tab 1 and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. > NCPA shall be afforded all of the rights, privileges and indemnifications afforded to Region 14 ESC under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to NCPA under this Agreement including, but not limited to, the Vendor's obligation to provide appropriate insurance and certain indemnifications to Region 14 ESC. ➢ Vendor shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. ➢ NCPA shall perform all of its duties, responsibilities, and obligations as administrator of purchases under the Master Agreement as set forth herein, and Vendor acknowledges that NCPA shall act in the capacity of administrator of purchases under the Master Agreement. > With respect to any purchases made by Region 14 ESC or any Public Agency pursuant to the Master Agreement, NCPA (a) shall not be construed as a dealer, re -marketer, representative, partner, or agent of any type of Vendor, Region 14 ESC, or such Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Region 175 14 ESC, any Public Agency or any employee of Region 14 ESC or Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by the Public Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. NCPA makes no representations or guaranties with respect to any minimum purchases required to be made by Region 14 ESC, any Public Agency, or any employee of Region 14 ESC or Public Agency under this Agreement or the Master Agreement. ➢ The Public Agency participating in the NCPA contract and Vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the Public Agency and Vendor. NCPA, its agents, members and employees shall not be made party to any claim for breach of such agreement. • Term of Agreement > This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the obligation to pay all amounts owed by Vendor to NCPA through the termination of this Agreement and all indemnifications afforded by Vendor to NCPA shall survive the term of this Agreement. • Fees and Reporting ➢ The awarded vendor shall electronically provide NCPA with a detailed monthly or quarterly report showing the dollar volume of all sales under the contract for the previous month or quarter. Reports shall be sent via e-mail to NCPA offices at reporting@ncpa.us. Reports are due on the fifteenth (15th) day after the close of the previous month or quarter. It is the responsibility of the awarded vendor to collect and compile all sales under the contract from participating members and submit one (1) report. The report shall include at least the following information as listed in the example below: Entity Name Zip Code State PO or Job # Sale Amount Total > Each quarter NCPA will invoice the vendor based on the total of sale amount(s) reported. From the invoice the vendor shall pay to NCPA an administrative fee based upon the tiered fee schedule below. Vendor's annual sales shall be measured on a calendar year basis. Deadline for term of payment will be included in the invoice NCPA provides. Annual Sales Through Contract Administrative Fee 0 - $30,000,000 2% $30,000,001 - $50,000,000 1.5% $50,000,001+ 1% 176 ➢ Supplier shall maintain an accounting of all purchases made by Public Agencies under the Master Agreement. NCPA and Region 14 ESC reserve the right to audit the accounting for a period of four (4) years from the date NCPA receives the accounting. In the event of such an audit, the requested materials shall be provided at the location designated by Region 14 ESC or NCPA. In the event such audit reveals an underreporting of Contract Sales and a resulting underpayment of administrative fees, Vendor shall promptly pay NCPA the amount of such underpayment, together with interest on such amount and shall be obligated to reimburse NCPA's costs and expenses for such audit. • General Provisions ➢ This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. ➢ Awarded vendor agrees to allow NCPA to use their name and logo within website, marketing materials and advertisement. Any use of NCPA name and logo or any form of publicity regarding this contract by awarded vendor must have prior approval from NCPA. ➢ If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. ➢ Neither this Agreement nor any rights or obligations hereunder shall be assignable by Vendor without prior written consent of NCPA, provided, however, that the Vendor may, without such written consent, assign this Agreement and its rights and delegate its obligations hereunder in connection with the transfer or sale of all or substantially all of its assets or business related to this Agreement, or in the event of its merger, consolidation, change in control or similar transaction. Any permitted assignee shall assume all assigned obligations of its assignor under this Agreement. ➢ This Agreement and NCPA's rights and obligations hereunder may be assigned at NCPA's sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform NCPA's obligations hereunder ➢ All written communications given hereunder shall be delivered to the addresses as set forth below. National Cooperative Purchasing Alliance: Vendor: Name: Matthew Macke! Name: Title: Director. Business Development Title: Address: PO Box 701273 Address: Houston. TX 701273 Signature: - i ivr'vw(___ Signature: Date: Auaust 1. 2019 Date: SYNNEX Corporation Daniel Brennan Vice President & Senior Counsel E-SIGNED by Daniel Brennan on 2019-08-09 08:32:24 EST August 09, 2019 177 Attachment 5 TD SYNNEX •) NCPA NCPA Contract #01-97 - Advanced Technology Solutions Aggregator - Terms & Conditions About NCPA NCPA (National Cooperative Purchasing Alliance) is a leading national government purchasing cooperative working to reduce the cost of goods and services by leveraging the purchasing power of public agencies in all 50 states. For more information, go to www.ncpa.us. Who Can Use NCPA's Contracts? There are over 90,000 agencies nationwide from both the public and nonprofit sectors that are eligible to utilize NCPA's cooperative purchasing contracts. These include, but are not limited to the following agency types: • School Districts (including K-12, Charter schools, and Private K-12) • Higher Education (including Universities, Community Colleges, Private Colleges & Technical / Vocational Schools) • Cities, Counties, and any Local Government • State Agencies • Healthcare Organizations • Church/Religious • Nonprofit Corporations State Statutes This contract is accessible nationally to public agencies whose state laws allow for intergovernmental contract use. Click here to view your state's laws on cooperative purchasing. Contract Name SYNNEX NCPA #01-97 - Advanced Technology Solutions Aggregator Term August 1, 2019 thru July 31, 2024 with no additional optional years. Awarded Manufacturers NCPA Contract #01-97 covers all vendor product lines available at TD SYNNEX. TD SYNNEX and manufacturers' standard commercial certifications/authorizations are required for participation, in addition to any requirements specific to Public Sector or this contract. Freight All deliveries to NCPA members shall be freight prepaid, FOB Destination for CONUS delivery. For authorized Dealers, all standard commercial freight policies will apply. Possible assistance with freight will be determined on a case by case basis. Additional freight costs may apply for OCONUS delivery, white glove, special and expedited delivery requirements. https://www.svnnexcorp.com/us/govsoly/ncpa/ Page 1 of 4 178 TD SYNNEX •) NCPA NCPA Contract #01-97 - Advanced Technology Solutions Aggregator - Terms & Conditions NTE (Not -to -Exceed) Contract Pricing • 4% Discount from MSRP applicable to all manufacturing lines, (unless noted in Exceptions below) • 2% Discount from MSRP for the following: • Chromebooks, HP Smartbuys, Lenovo TopSeller Products and all other promotionally priced products. • Manufacturers: APC, Asus, Avaya, Cisco, Crucial, Google, Global Knowledge Training, Microsoft Software, NEC, Netmotion, Seagate, and F5 • 0% Discount for: • Non -Discountable SKUs • Services: Please refer to the Services line card for a complete breakdown of specific costs associated with our services. Please email fieldservices@TDSYNNEX.com with any questions. • Dealer is encouraged to offer additional discounts from the established contract price when possible. Authorized Dealer Program SYNNEX offers a Dealer Program that provides select reseller partners the ability to sell to NCPA members using this contract. The Dealer is authorized to invoice the NCPA member and accept payment on behalf of TD SYNNEX, subject to the following requirements: • Dealer must obtain a quote from TD SYNNEX Sales Rep or Team. TD SYNNEX NCPA Team will include the NCPA contract NTE price to the quote. • End -user pricing can NOT exceed the NCPA Contract Price but can be discounted by the Dealer. • Dealer must identify all NCPA quotes and orders to TD SYNNEX. Quotes can be obtained at NCPA@TDSYNNEX.com. • Both the End -user and Dealer POs should reference the NCPA Contract number (NCPA 01-97). Dealer is responsible for maintaining a copy of these POs for audit purposes for up to 3 years following the date of that sale. • Reseller must have a current account in good standing at TD SYNNEX and signed Dealer Agreement. To participate, please send request to NCPA@TDSYNNEX.com. • SYNNEX and manufacturers' standard commercial certifications/authorizations are required for participation. https://www.svnnexcorp.com/us/govsoly/ncpa/ Page 2 of 4 179 TD SYNNEX •) NCPA NCPA Contract #01-97 - Advanced Technology Solutions Aggregator - Terms & Conditions Reporting Authorized Dealer must provide a Report of their sales under this contract no later than the 5th day following the end of the preceding month using the template provided. Use the contract sales report portal to download the most recent template and upload your report each month. Reach out to ContractsSupportTeam@TDSYNNEX.com for help if you need to correct a submitted report or adjust a recent entry online. Submit Sales Reports: https://www.svnnexcorp.com/us/govsoly/monthlv-contract-reporting/ Contract Fees Authorized Dealer is responsible for the payment of the Contract Fee to TD SYNNEX, by the 15th day of the reported month. Contract fee: 0.80% or 80 Bps for Commodity Products 2.00% or 200 Bps for Enterprise Products • The Contract Fee is calculated off the Dealer's combined monthly sales based on the total pricing charged to the NCPA members. Participating manufacturers are encouraged to provide special pricing that offsets this Contract Fee. • Payment Method: ACH Payment is preferred, reach out to Contracts(WTDSYNNEX.com for ACH instructions • Payment by check is also accepted. o Mail to: TD SYNNEX Corporation c/o Public Sector Contracts NCPA SCM5551293 39 Pelham Ridge Drive Greenville, SC 29615 Marketing There are no restrictions in the marketing of this contract directly to the cooperative membership. The NCPA Program Office can assist TD SYNNEX and our participating Dealers with their marketing efforts, training and attendance at industry events and TD SYNNEX GovSolv shows. NCPA has provided a membership list to assist our dealer organization in the marketing of this contract. TD SYNNEX will send all Authorized Resellers the membership list on a monthly basis. Reach out to NCPA(&TDSYNNEX.com for contact information. NCPA Contact below available to connect w/ end-user/agencies, qualify them & answer any questions. Jonathan Applegate, Director, Operations Tele: 832-477-3475 E-Mail: japplegate@ncpa.us https://www.svnnexcorp.com/us/govsoly/ncpa/ Page 3 of 4 180 TD SYNNEX •) NCPA NCPA Contract #01-97 - Advanced Technology Solutions Aggregator - Terms & Conditions Public Sector Contract Specialists, Reseller Support TD SYNNEX TD SYNNEX Public Sector Specialist Coverage Map Jamie Grimm Public Sector Business Development, Supervisor (864) 373-7589 I Jamie.Grimm(tdsynnex.corn Randy Finley Public Sector Business Development, Director (864) 3494390 1 Randy.Finley@tdsynnex.co n Legend Please se4acf the BD rep based on the orate in a+vch your HQ is !boated. Nicholas Coperine Sr. Public Sector Specialist South East (914) 618-1524 I Nicholas. CoperirteVdsynnex.com Caroline Trembly Public Sector Specialist, North Central (864) 293-3406 I Caroline.TrembIngtdsynnex.com • Lisa McElroy Public Sector Specialist, North East (703) 2548907 I Lisa.McElroyatdsynnex.com Travis Matthews Public Sector Specialist, South Central (864) 998-9312 I Travis. Mat thexs[ tdsynnex.can ■ lan Nix Public Sector Specialist, West Coast (202) 688-9978 I Ian.Nixadsynnex.com https://www.svnnexcorp.com/us/govsoly/ncpa/ Page 4 of 4 181 Attachment 6 �) NCPA T D SY N N E X f Public Sector Reseller Name Full Name 1st Run Computer Services Rhea Schultzberg Email Address rheas@lstrun com Diversity Status S Phone Number Address 212-779-0800 59 Acorn Ponds Drive City Roslyn State Zip Code NY 11576 2uTec 525 Technologies A3 Communications AATD, LLC; All About the Data Abacode Mike Forderkonz Travis Bozeman Dave Lewis Paul Salazar Shane Wiseman Abacus Computers, Inc. Ramesh Singh Abrahams Consulting, LLC Angela Gibson Abundans Information Technology LLC Oraios R. Ward ACCEL BI CORPORATION Sanjay Shirude Access Wireless Data Solutions Dave Schwarz AccesslTGroup Bill Lavelle Accudata Systems, Inc Amy Drury Acerra Technologies, Inc. Ashley Brown Acordis lnternational Corp Rehan Kahn ACP CreativelT Jim Grass ACP Technologies (Advanced Cyber Pr( Ben Pearce, Jr. Action Technologies DBA Talk ATG Mark Smith Action Technologies Group Joe Berardi Acture Solutions (NESS) Kris Dubrey Acura Systems International, Inc. - Cloi Andy Rogers Advanced Business Solutions Adam Gregory Advanced Classroom Technologies Chelsea Judge ADVANCED COMPUTER SOLUTIONS GlJames Briggs Advanced Network Management (ANK Klaus Mueller Advanced Network Systems Jillian Weesner Advanced Personal Computing, INC. DI Travis Wood Advanced Technologies International Faysal Mukhi Advantage Technology, LLC Michael Ferrari Advizex Cindy Manley AE Business Solutions Elisa Williams AEC Group, LLC Jeff Waag Affant Communications, Inc. Josh Linn Agilant Solutions Inc. DBA ASI System Agilant Solutions, Inc. AIP US, LLC I Mark Romanowski Mark Romanowski MIN WANG mike@2utec.com tbozeman@525technologies.com dlewis@a3communications.com Paul.Salazar@aatdata.com MOSB; SDVOSB; 8(a) shane.wiseman@abacode.com rameshs@abacustx.com agibson@abrahamsconsulting.com 8(a), EDWOSB orward@abundansit.com; oraiosward( Texas HUB, SBA WOS PMO@accelbi.com daves@accesswds.com BillL@accessitgroup.com ADrury@AccudataSystems.com a brown@avtg.com WOSB rkhan@acordiscorp.com jgrass@arlingtoncp.com benjr@acp.us.com Mark.Smith@talkatg.com joe@talkatg.com MWOSB DubreyK@acturesolutions.com andy.rogers@cloudtechmobile.com adam@goabsinc.com Chelseaj@act-ol.com jbriggs@silversky.com klaus.mueller@anm.com jweesner@getadvanced.net travis.wood@liquidnetworx.com fais@advtechint.com mferrari@advantage.tech cmanley@advizex.com elisa.williams@aebs.com JWaag@aecgroup.com jlinn@affant.com mromanowski@asisystem.com mromanowski@asisystem.com MWANG@AIP-US.COM WBE MO MBE 8444888363 428 South Main St, Ste 107 334-354-1811 1755 N. Brown Road 8033510763 1038 Kinley Rd 703-626-1044 8023 Vantage Drive Suite 510 806-596-9020 777 S Harbour Island Blvd Suite 390 6 Desta Drive, Ste. 1350 6465643828 PO Box 10-266 202.704.0997 1202 First Street E, #1204 701 5th Ave #4200 21756 SR 54 2000 Valley Forge Circle, suite 106 10713 West Sam Houston Pkwy North, Suite 2812402100 12502 Exchange DR, STe 404 2785 N. Commerce Parkway 2249008175 851 Commerce Ct 1090-A Union Rd, Suite 200 765-808-3615 3621 N Everbrook Ln STE 5 2165138864 3621 N Everbrook Ln Ste 5 5183774057 1462 Erie Blvd 253-377-0701 PO Box 593 904-438-2701 280 Business Park Circle, #415 19007 59th Dr NE Suite B (609) 902-1287 521 Fellowship Road, Suite 140 877-266-8822 4001 Jefferson Plaza NE 355 Rio Road West, Suite 201 281.812.8099 415 N Main Ave 407-792-8321 766 Big Tree Dr, Unit 102 (304) 342-0796 950 Kanawha Blvd 6480 Rockside Woods Blvd South Suite 190 2323 Crossroads Drive, Suite 300 3000 MONTOUR CHURCH ROAD 2549 Eastbluff Drive, B465 2127360111 3 Seaview Blvd 2127360111 3 Seaview Blvd 7038616427 27 Bleeker Street, Suite 236 9494077123 3406 Via Lido, #1A-22 600 Telephone Ave 832-617-5732 11 Greenway Plaza, Suite 2600 1AKINSIT Alaska Communications Systems Grou Alchemy Technology Group, LLC Michelle McKernan (Aaron Doshier Graham Upton michelle@akinsit.com aaron.doshier@acsalaska.com gupton@alchemytechgroup.com Aligned TG John Zemonek All Covered, A division of Konica Minoll Adam Goebel Alliance Technology Group LLC Randall McCrea Allied Documents Solutions and Service Mike Silvia Alpha Sum Business Machines Mary Leu Alpha Technologies, Inc. Andi Myers Alternative Information Systems (AIS) Brian Conley Altura Communication Solutions, LLC Tom Pickford john@alignedtg.com agoebel@allcovered.com randall.mccrea@alliance-it.com WOSB mikes@ads-s.com walter@alphasum.com amyers@alpha-tech.us bconley@aisbuffalo.com clee@vology.com SB SDVOSB 919-819-5275 (704) 972-3300 4107120270 7188980242 304-721-8992 7168319929 601 St. Mary's Street 2101 Rexford Rd #168 7010 Hi Tech Drive 200 Church St 33-27 91st Street 4003 Outlook Drive 489 Ellicott St 1540 S Lewis ST North Syrause Lawrenceville Irmo San Antonio Tampa Midland Staten Island Humble Seattle Lutz King of Prussia 6 Houston Stafford Miramar Buffalo Grove West Seneca Muncie Muncie Schenectady Milton St. Augustine Arlington Mount Laurel Albuquerque Charlottesville San Antonio Longwood East Charleston Independence Madison OAKDALE Newport Beach Port Washington Port Washington Millburn Newport Beach Anchorage Houston Raleigh Charlotte Hanover Swedesboro Jackson Heights Hurricane Buffalo Anaheim NY GA SC TX FL TX NY TX WA FL PA TX TX FL IL NY IN IN NY WA FL WA NJ NM VA TX FL WV OH WI PA CA NY NY NJ CA AK TX NC NC MD NJ NY WV NY CA 13212 30043 29063 78230 33602 79705 10301 77347 98104 34639 19406 77064 77477 33025 60089 14224 47304 47304 12305 98354 32095 98223 8054 87109 22901 78205 32750 610875 44131 53718 15071 92660 11050 11050 7041 92663 99503 77046 27605 28211 21076 8085 11372 25526 14203 92805 3 00 N Altura Communication Solutions, LLC James Mullinex jmullinax@alturacs.com 1540 S Lewis ST Anaheim CA 92805 Anexinet Rob Sheinker RSheinker@anexinet.com 4 Sentry Parkwat Blue Bell PA 19422 Anvil Works Brennan Watkins Brennan@anvilworks.com 6023009619 7702 N Doubletree Ranch Road Scottsdale AZ 85258 APEX Digital Imaging Inc Milton Jones sales@apexdigitalimaging.com MOSB; VOSB (813) 973-3034 16057 Tampa Palms Blvd W Zephyrhills FL 33543 Apex Technology Group Kyle Ratte kratte@apextechgroup.com SB (401) 580-0232 135 Beaver St. Waltham MA 2452 Apollo Office Systems LLC Pamela Foley pfoley@apolloofficesystems.com 202 S Hardie St. Alvin TX 77511 Applied Computer Solutions / ACS / Co Shawn Donovan Shawn.Donovan@acsacs.com (925) 251-4418 15461 Springdale St Huntington Beach CA 92649 Applied Technology Services Danielle burnett danielleb@appliedtechnologyservices. WOSB 410-344-1256 11615 Crossroads Circle, suite J MD 21220 Applied Video Technology Ashley Buettner ashley@appliedvideo.com 610-407-0776 PO Box 427 Kimberton PA 19442 ArchAngel Education Technology Frandia Garcon fgarcon@arch-te.com 866-747-4486 x 215421 West Dixie Highway Unit 11 North Miami Beach FL 33162 Archive Data Solutions Amy Holt amy.holt@archivedata.com SB 484-921-4821 733 Green Crest Drive Westerville OH 43081 Ardham Technologies Inc Shay Daves sdaves@ardham.com (888) 510-6575 5411 Jefferson St NE #200 Albuquerque NM 87109 Arey Jones Educational Solutions Sydney Bensinger Sydney.Bensinger@areyjones.com 1055 Sixth Avenue #101 San Diego CA 92101 Artilus, Inc. Christopher Milian christopher.milian@artilus.net 1200 Veterans Memorial Hwy Suite 107 Hauppauge NY 11788 Ascend Technology Syed Jamal syedhjamal@ascendtechnologies.net 6026846463 5201 Great America Parkway Suite 320 Santa Clara CA 95054 ASCENSION TECHNOLOGIES, LLC David Keeler david@asctech.net 2512434224 P.O. Box 1911 Daphne AL 36526 Ascentech LLC dba Clutch Solutions Danny Valdez danny.valdez@clutchsolutions.com SB, MBE 8887258824 2152 S Vineyard Ave, Bld. 1, Ste 102 Mesa AZ 85210 ASI--purchased CSS Mark Romanowski mromanowski@asisystem.com 3 Seaview Boulevard Port Washington NY 11050 Aspire Technology Partners, LLC Robin Schmidt teamaspire@aspiretransforms.com 732-847-9562 25 James Way Eatontown NJ 7724 AT&T Services, Inc. 4119 Broadway, RM 650A16 San Antonio TX 78209 ATEC Group Lewis Needham lewis.needham@atecgroup.com 518-724-3118 1762 Central Ave, Suite 301 Albany NY 12205 Atlanta Computer Sales, Inc David Dean djdean@acs-ebiz.com 1925 Grasssland Parkway Alpharetta GA 30004 Atlantic Computing Steve Brown sbrown@atlantic.com 22 Pennsylvania Ave. Ste. 4 Niantic CT 6357 Atlantic Data Security John Overbeck john@atlanticdatasecurity.com SB 7033714161 330 Roberts Street, Ste 301 Hartford CT Atrion Communication Resources Rich Dietz rdietz@atrioncomm.com VOSB 9082317777 185 I Industrial Parkway Branchburg NJ 8876 Attronica Don Bright donb@attronica.com 804-270-3288 15867 Gaither Dr Gaithersburg MD 20877 Audio Fidelity Communication Corp db Elizabeth Woods woodse@whitlock.com 386-597-1910 12820 West Creek Parkway, Suite M Richmond VA 23238 Audio Visual Associates Ed Susco esusco@avaonline.com SB 973-442-1999 1 Stewart CT Denville NJ 7834 Avexon Kerri Glynn kglynn@avexon.com WOSB 5048133053 141 Robert E Lee Blvd #206 New Orleans LA 70124 Avidex Industries, LLC Michael Stammire mistammire@avidexay.com 949.428.6333 20382 Hermana Cir Lake Forest WA 92630 Avixum, Inc. Som Teav Som.Teav@avixum.com 2394506034 PO Box 581 Pinellas Park FL 33780 AVVID IT Barry Beitz bbeitz@avvidit.com WOSB 520-200-0101 4535 E Collinwood Dr Gilbert AZ 85298 Axis Technology Solutions Group (ATS( Albert Marrache amarrache@atsg.net 1 Penn Plaza Suite 3308 New York NY 10119 Barcodes, Inc. Carrie Woodson cwoodson@barcodesinc.com 312-582-4862 200 W. Monroe Street, STE 2300 Chicago IL 60606 Barcoding, Inc Zach Lander-portnoy zachary.lander-portnoy@barcoding.co 3840 Bank St. Baltimore MS 21224 BASSEC, LLC Scott Millard scott.millard@bassec.net 202-750-3553 8300 Greensboro Drive, L1-607 McLean VA 22102 Baum Control Systems Inc dba The Cor Mary Stazi mary@compcenter.com 15 Thornwood Drive Ithaca NY 14850 Baycom Inc. Tim Cooney tcooney@baycominc.com 920-544-4282 2040 Radisson St. Green Bay, WI 54302 BCTI Kellie Barrett kbarrett@bcti.com 5112 Bobby Hicks Hwy Gray TN 37615 Beacon Telecom Jim Filbin jdfilbin@beacontelecom.com SB 7812972226 80 Cedar St Canton MA 2021 Bell Electronics dba Abel Electronics Mark Monarch mark@abelelectronics.com 27201 Harper Ave Saint Clair Shores MI 48081 Benecom Technologies Dave Benedic daveb@benecominc.com 4140 Poche Ct W New Orleans LA 70129 Better Direct, LLC David Young david@betterdirect.com HUBZone, SDVOSB 4809213858 2425 E University Drive Tempe AZ 85281 Beyond Computer Services Ervin Hughes, III eahughes@beyondpcservices.com (361) 485-6639 5606 N Navarro St Suite 300-0 Victoria TX 77904 Big Networks Jacob Sanders jsanders@bignetworks.com SB 225-361-8420 2638 S Sherwood Forest Blvd Suite 222 Baton Rouge LA 70816 BIT Direct Inc Robert Daly robert.daly@bitdirect.com 8135413571 2202 N. West Shore Blvd, STE 200 Tampa FL 33607 Black Box Corporation in CIS _ Black Bc Brendan Murphy brendan.murphy@blackbox.com 703.597.8603 9155 Cottonwood Ln N Maple Grove MN 55369 BlackHawk Data LLC Maryann Pagano sales@blackhawkll.com 14 Penn Plaza New York NY 10122 Blackpoint IT Jeannie Erli jeannie.erli@blackpoint-it.com SB 520-784-2400 20415 72nd Ave South, ste 210 Kent WA 98032 Blue Tech Sarah Looysen slooysen@bluetech.com HUBZone, WOSB, SB 619-497-6060 4025 Hancock Street Suite 100 San Diego CA 92110 BlueAlly, LLC Eric Resiberg ereisberg@blueally.com 9192491500 1225 Crescent Green, Suite 115 Cary NC 27518 BorderLAN, Inc. Craig Smith craig@borderlan.com 8582999039 950 Boardwalk #300 San Marcos CA 92078 Branch Communications, LLC John Bergeron john.bergeron@branchcomm.net 7335 S Lewis Suite 300 Tulsa OK 74136 Bridge Data Solutions Michelle Brichard michelle@bridge-data.com 503-807-6421 8201 164th Ave NE Suite 200 Redmond WA 98052 3 CO BridgeTek Solutions, LLC Vance Milford sales@bridgeteksolutions.com 864-214-0221 110 Connector Park Court Piedmont SC 29673 BridgeTek Solutions, LLC Tom Clinton tclinton@bridgeteksolutions.com 8644201785 110 Connector Park Court Piedmont SC 29673 BrightCentra Inc Frederick Wick frederick.wick@brightcentra.com FW 650-509-0027 52 Buena Vista Road South San Francisco CA 94080 Brooks Network Services Steve Brooks sbrooks@brooksnetworkservices.com 403 Burlington Ave Gibsonville NC 27249 Brown Enterprise Solutions, LLC George Brown gbrown@besolutions.org MBE 6145880248 5935 Wilcox PI, Suite E Dublin OH 43016 BSM Products Shaun Butler Shaun@bsmproducts.com MBE/WBE 312-259-6387 8414 Maple Ave Gary IN 46403 Btek Holdings LLC Bruce Banko bruce@btekholdings.com 302-760-9377 1201 Gandy Blvd N # 22481 St. Petersburg FL 33742 BTP Business Telecom Products Inc Jimi Shah jshah@btpi.com SB, WO, MO 4256499262 PO Box 997 Carnation WA 98014 Buckeye Mountain Inc Joni Wood sales@buckeyemountain.com 3306689888 3631 Brookwall Dr ste 101 Akron OH 44333 Business Data Solutions Carol! Tuttle ctuttle@bdsinc.com 828-757-3413 1260 Hidden Cove Lane Lenoir NC 28645 Byte Works James Willard jwillard@byteworks.com 678-353-3003 2675 Breckinridge BLVD, STE 200 Duluth GA 30096 Calculator & Computer Center Inc Lou Carideo Icarideo@ccccomputer.com 555 Theodore Fremd Ave Ste B102 Rye NY 10580 California Integrated Solutions Jay Kishor Jkishor@CISpc.Com 9098618332 23341 Golden Springs Dr, Suite 102 Diamond Bar CA 91765 Call One Dawn Mays tmanca@shirewire.com WBENC 321-783-2400 400 Imprial Blvd Cape Canaveral FL 32920 Cambridge Computer Services, Inc. Steve Odio sodio@cambridgecomputer.com 271 Waverly Oaks Rd Ste 301 Waltham MA 2452 Camcor Inc Rodney Bailey jrbailey@camcor.com 2273 South Church St Burlington NC 27215 Camcor Inc Rodney Bailey jrbailey@camcor.com 800-863-2462 2273 South Church St Burlington NC 27215 CampbellNet Solutions Donald Campbell orders@campbellnetsolutions.com 259 Fairpoint Village Landing Fairpoint NY 14450 Can -Am Wireless Johan Rahardjo jrahardjo@canamwireless.com MBE 5124134739 300 New Hope Dr Ste 103 Cedar Park TX 78613 Candoris Tawna Perkins tperkins@candoris.com 475 N Weaber St Annville PA 17003 CARLNTECH LLC Carl Neidhardt carin@carintech.com VOSB 9164252861 8237 Palmerson Dr Antelope CA 95845 Carolina Advanced Digital, Inc. Susan Jabbusch susan@cadinc.com SDVOSB, HUBZone PO Box 318 Slier City NC 27344 Carousel Industries of North America Lauren Testa (testa@carouselindustries.com 4015834465 659 South County Trail Exeter RI 2822 Carpe Diem Technology Solutions LLC Kyle Lyon klyon@cdtsusa.com 716-863-6756 17103 Brulee Breeze Way Boca Raton FL 33496 Cashel Corporation dba Integrated Me Brad Caldwell bcaldwell@imsay.com SB 7145794100 200 Mccormick Ave. _ Costa Mesa CA 92626 CB Technologies, Inc. Rachel Nelson rachel.nelson@cbtechinc.com WOSB, WBE 770 The City Dr S Suite 5300 Orange CA 92868 CB20 Tom Franceski tfranceski@cb20.com (518) 542-4951 11 Federal Street Saratoga NY 12866 CBTS Technology Solutions Steve Lankard steve.lankard@cbts.com 221 4th St Cincinnati OH 45202 CCi Andy Goethals agoethals@us-cci.com VWMOSB (703) 869-2176 P.O. Box 4794 Moorseville NC 28117 CD! LLC / Computer Design & Integrati, Brian Jones Brian.Jones@CDILLC.com 201-931-1420 500 Fifth Avenue Suite 1500 New York NY 10110 CELLENTIA INFORMATION TECHNOLO( George Edward ge@cellentiatech.com WOSB 42395 Ryan Road, Suite 112-601 Ashburn VA 20148 Central Iowa Binding dba American Bu Ross Atwood ross@americanbusinessphones.com 640 19th St Des Moines IA 50314 Central Knox dba Central Technologies Todd Troxler todd@centralinc.com 6101 Industrial Heights Dr. NW Knoxville TN 37909 CenturyLink - Government Services Kirsten Eades kirsten.eades@centurylink.com 602-357-8079 67 S. Higley Road, Suite 103-165 Gilbert AZ 85296 Cerium Networks William Junkermier wjunkermier@ceriumnetworks.com 1636 W 1st Ave Spokane WA 99201 Checkpoint Services Inc. Kimberly Cox sales@checkpnt.com 4120 Rio Bravo St El Paso TX 79902 Chromis Technology Zach Garcia zgarcia@chromis.com _ 67 S. Higley Road, Suite 103-165 Gilbert AZ Cibergator Technologies LLC Robert Papizan robp@cibergator.com 225-937-5518 430 S Club Ave Saint Gabriel LA 70776 Cincinnati Bell Technology Solutions Lauren Clayey lauren.clavey@cbts.net 6146686246 221 East Fourth Street Cincinnati OH 4502 Clarity Imagining Solutions Brian Larson blarson@clarityimagining.com 877-330-5525 4 executive campus, suite 104 Cherry Hill NJ 8002 Class Computing Dale Schwer dschwer@classcomputing.com 566 W Adams Suite 500 Chicago IL 60661 Clearwinds Craig Davenport cdavenport@clearwinds.net CD, PSA 2054138323 13001 Liberty Parkway Vestavia Hills AL 35242 Cloud Revolution Chad McGreanor chad@cloudrevolution.us 2770 Araphanoe RD #132-1063 Lafayette CO 80026 Cloudlngenuity Stephen Untersee suntersee@cloudingenuity.com WOSB 9725323187 4100 International Pkwy. Suite 1100 Carrollton TX 75007 CLS Technology, LLC Scott Scurlock scott@clstechnology.com 5385 Smith Street Graceville FL 32440 CMD Technology Group Inc Charlie Christianson cac@cmdweb.com SB (413) 525-0023 11 Glendale Road East Longmeadow MA 1028 Code 3 Technology, LLC Jim Boubelik Jim@code3technology.com 480-888-6401 9855 E. Southern Ave. #50882 Mesa AZ 85209 CodeBlue Technology, LLC Michael Bergamo mbergamo@codebluetechnology.com 5000 Monument Ave. Richmond VA 23230 CollabNow David Lemperle dlemperle@collabnow.biz 6465227910 37018 W 228th St Polo MO 64671 Commercial Computer Services, Inc Laura Watson lwatson@ccsprojects.com 17350 N. Hartford Dr. Scottsdale AZ 85255 Commtech Industries William Dudley wdudley@commtech.com 3240 S I-10 Service Rd. W. Metairie LA 70001 Communication Strategies Chuck Vondra chuck@com-strat.com 707-963-5418 1222 Grandview Ave. Sabastopol CA 95472 Component Sourcing Group Patricia Tzannakos patt@csgamerica.com womodsb 9495216871 25301 Cabot Road, Suite 111 Lauguna Hills CA 92653 Compugen Systems, Inc. Anna Zampini azampini@compugen.com 5847 San Felipe, Suite 1700 Houston TX 77057 3 OD Compu-Link Compu-Link Computer CenterLine of Greensburg, li Computer Professionals Inc. Computer Systems Integrators Computer Systems Resource, Inc - CSR Computer Technology Solutions Computer Transition Services Inc Comsource Inc. Comtech Network Solutions Concise Networks Connect Us Corporation ConRes Consiliant Technologies LLC Consolidated Computing Inc Converge Technology Solutions US, LL( Converged Digital Networks Convergent Convergent Information Security Solut Convergent Telecom ConvergeOne, Inc. Conway Technology Group dba Conwa Copper River Information Technology Copy Products, Inc. DBA CPI Technolog Core BTS, Inc. Corporate Computer Solutions Inc CounterTrade Products Inc. Covene LLC CPAC Inc. CPAC Inc. C-Pak Corporation DBA CPAK Technolc Crossvale, Inc. CSG Connected Solutions Group, LLC Cspire CTI Computech International CTS Mobility DBA Complete Tablet Soli Cumberland Group, LLC Cumulus Global Custom Computer Specialists Inc Custom Tech Solutions CVE Technologies CWPA Office Supplies & Services Cyber Watch Systems CyberGen Cybernorth D&D Security Resources Inc Danquah Group LLC Dasher Technologies Inc Data Center Warehouse LLC Data Network Solutions Inc DataCom Solutions, Inc. Datalink Networks Datec, Inc. Date) Systems Inc. Denise Arboleda Denise Arboleda Karla Thomas Dave Counsel) MaryLynn Etta Paul Dolnick Chris Bauer Michael Vaught Mike Fay Mike Farlow Dan Dunn Joel Raiber Louis Novakis Dave Cerniglia David Loewenbaum Lynda Thomas Joseph Weddle Tim Fradeneck Phillip Collins Raj Shah Shala Pelloni Diane Vannozzi Bill Halladay Eric Crane Jason Eickmann Larry Grippo Angela Dumm Jon Kreher Karen Deleo Bryan Gunter Philip Abbott Connor Brankin James Munsey Suzy Hays Eli Zvi Leslie Fisher Rob Wentz Paul Drotch Laura Gavey Jayson Truong John Lee Michelle Kalkhoff Chris Reeves Mike Callahan Chris Harney Sadie Rau Seth Danquah Hallie Barnes John Zimmer Cathy Lipscomb Jerry Brooks Maya Ohanyan Bob Stein Heidi Groves Denise@compu-link.com Denise@compu-link.com MOSB Karla.Thomas@CCLprotech.com SB dcounsell@comproinc.com DC metta@csiny.com pdolnick@csri-qt.com cbauer@yourcts.net Isummers@ctsinet.com mfay@comsourceny.com SB mike@comtechnc.com ddunn@concisenet.net joel.raiber@connectuscorp.com Inovakis@conres.com dave@consiliant.com davel@consolidatedcomputing.com lynda.thomas@convergetp.com joe@dndc.com tfradeneck@askconvergent.com SB philc@convergesecurity.com SB rshah@convergent.net spelloni@convergeone.com Diane.Vannozzi@xerox.com Contracts@CopperRiverSS.com ecrane@cpitec.com jason.eickmann@corebts.com Igrippo@corporatecomputersol.com adumm@countertrade.com WOSB jkreher@covene.com WOSB, MO kdeleo@cpacinc.com bgunter@cpacinc.com pabbott@cpak.com cbrankin@crossvale.com jmunsey@cgstore.net shays@cspire.com eli@cti-intl.com WOSB Ifisher@ctsmobility.com Rob.wentz@cumberland.com pdrotch@cumulusglobal.com Igavey@customonline.com jtruong@customtechsolutionsinc.com john.lee@cve.com marketing@cwpa.com WOSB chris.reeves@cyberwatchsystems.com charney@cybernorth.com info@ddsecurity.com sdanquah@danquahgroup.com hallie.barnes@dasher.com John.Zimmer@4dcw.com orders@datanetworksolutions.com brooksj@datacomusa.net aohanyan@Datalinknetworks.net bstein@datecinc.net Hgroves@datalsys.com MBE, MOSB, 8(a) (212) 695-5466 (212) 695-5466 724-838-0852 518-836-2780 845-897-9480 610.430.3308 3156824115 336-559-3267 2405079355 508-284-6465 9497840353 (704) 414-6971 8034034335 8034034335 2126131055 5088088366 7032349000 4178895665 314-888-2514 714-692-5044 714-692-5044 706-298-3780 4344301053 251-445-6507 (886) 284-4685 3615621941 7705759280 5089515388 6317611428 8019084171 2812519814 5612776704 DBE, SB, MBE, SLEB Ala (925) 468-4155 2053837324 9497992410 8642753647 SB; SDB; MOSB; Hubzoi 256-208-9425 6612948826 206-575-1470 858-571-3100 261 West 39 Street, Suite 302 261 West 39 Street, Suite 302 1500 Broad St 2165 Technology Drive 1401 Route 52 Suite 100E PO Box 1306 200 Belgrade Avenue 3223 S Loop 289, Suite 556 8104 Cazenovia Road 1204 South Main Street 1818 Martin Luther King Jr. Blvd Suite 206 301 Swathmore Ave 175 Middlesex Turnpike 15375 Barranca ParkwayA108 380 Morehuse Rd. 6 Blackstone Valley Place, Suite 205 2051 Ogden Ave 1205 Colonial Life Blvd., W Suite 2B 1205 Colonial Life Blvd., W Suite 2B 53 Assembly Drive, Unit 518 10900 Nesbitt Avenue S 10 Capital St 4501 Singer Ct, Suite 300 2103 W. Vista New York New York Greensburg, Schenectady Fishkill West Chester North Mankato Lubbock Manlius Graham Chapel Hill Swathmore Bedford Irvine Easton Lincoln Downers Grove Columbia Columbia Mendon Bloomington Nashua Chantilly Springfield 5875 Castle Creek Parkway North Drive, Suite Indianapolis 55 Halstead Ave Harrison 7585 W 66th Ave Arvada 4220 Duncan Ave, Suite 201 St. Louis 4749 E. Wesley DR Anaheim 4749 E. Wesley DR Anaheim 133 Main Street Lagrange Dallas Mechanicsville Mobile Woodbury Austin Atlanta, Westborough Hauppauge Anaheim Salt Lake City Spring Piano Lake Worth S. Portland Concord Pleasanton 4201 Spring Valley Rd. #306 8529 Meadowbridge Rd 107 Saint Francis Street 110 Crossways Park Drive 11525 Stonehollow Dr #B220 300 Galleria Pkwy Suite 1600 PO Box 1129 70 Suffolk Court 1950 W Corporate Way #19122 1338 Gustin Road PO Box 11309 5717 Legacy Dr. #250 1005 Lake Ave Suite 212 15 Cottage RD. Unit 2433 PO Box 1086 4900 Hopyard Rd. Ste 100 675 Campbell Technology Parkway, Suite 100 Campbell 23041 Avenida De La Carlota #200 Laguna Hills 629 Lake Tide Drive 1025 Claude Circle 28110 Ave Stanford Unit A 364 Upland Drive 4393 Viewridge Ave Suite C Chapin Huntsville Los Angeles Seattle San Diego NY NY PA NY NY PA MN TX NY NC NC PA MA CA CT RI IL SC SC NY MN NH VA MO IN NY CO MO CA CA GA TX AL NY TX GA MA NY CA UT TX TX FL ME CA CA CA CA SC AL CA WA CA 10019 10019 15601 12308 12524 19380 56003 79423 13104 27253 27514 19081 1730 92618 06612 2865 60540 29210 29210 14506 55437 3063 65807 46250 10528 80003 63110 92807 92807 30204 75244 36602 11797 78758 30339 1581 11788 92801 84104 77391 75024 33460 4116 94522 94588 95008 92653 29036 35806 91344 98188 92123 3 co Cif Day Automation DBISP LLC DCi Technology Solutions, LLC Dealflow Networks LLC Decision Tree, Inc. Decotech Systems, Inc. Deep South Communications LLC Dempsey Business Derive Technologies, LLC DEVELOPMENT GROUP INC DG Technology Consulting, LLC DGX Security DHE Computer Systems, LLC DICE COMMUNICATIONS, INC. Digital Resources Inc Digital Surveillance Solutions Inc Russell Barber Sara Vaughn Gary Eckhert Lee Owens Brent Lawson Randy Clarke Rob Sterrenberg Freddie Price Mitch Martinez DANIEL LOCKWOOD Debbie Gannaway Sal Austin Dan Hammack Chris Davlin Wendy Bock Michael Blumenson Diltex, Inc. Dil Singh Direct Packet, Inc. dba OneVision Solui Shanan Cavanaugh Direct Technology Group DISTINCTIVE TECH LLC Distributed Technology Group (DTG) DISYS Solutions, Inc. DBA DSI Tech Ditta Enterprises LLC DNS Ground to Cloud Document Solutions Docutrend DOF Creations, LLC Dogwood Services Dove Print Solutions DRCS, LLC Shaun Hand Santiago Rodriguez Mark Mathenson Vinu Luthra Raj Ditta Scott Carroll Kevin Roth Aaron Rubin Saeed Bramwell -Gordon Tadd Blevins Al Jones Denise Carlucci Driven Acquisition Inc DBA Driven Ted Autmun Han DTG Gary Barker Duplicating Prodcuts Matt Nix DV Sourcing, LLC Jamie Kelly Dynamix Group, LLC Laura Hemauer Dyntek Services Darlene Pricher Eakes, Inc DBA Eakes Office Solutions Paul McKinney eCare, LLC Alan Newman EdTech 101, Corporation Jeremy Hanson EG2IT, Inc Stacy Price EGA Technology Solutions, LLC Gerald Anderson Elaborit INC Derick Furtado Elevate Technology Group Leslie Conrad Embark IT Tyler Penning Emergent Technology Services Lisa Joubert Empire Computing & Consulting Gloria Burke Empire USA Julian Beneforti EMR Technocal Solutions, LLC Verbus Counts Enabling Tech Corp/ Enabling Technolc Melissa Dean Enchanted Technology Solutions, LLC Jeff Gallegos enDevelopment LLC Steve Josey Engineering Business Systems Inc Shannaon Hall En -Net Services, LLC Ed Floyd Enterprise IT Security Andrew Bena russell.barber@dayautomation.com sarah.vaughn@dbispllc.com SB, MO, 8a geckert@dcis.com lowens@dealflownetworks.com Blawson@dtreetech.com WOSB sales@decotech.com rsterrenberg@dscnetworks.com fprice@dempseybus.com mmartinez@derivetech.com DLOCKWOOD@ DEVELOPMENT -GROUP. N ET deb.gannaway@dgtechlIc.com sal@dgxsecurity.com SBE MBE DBE dhammack@dhecs.com cdavlin@dicellc.com wbock@digitalresources.com mikeb@dssvideo.com dil.singh@diltexinc.com FDWOSB, 8(a) orders@onevisionsolutions.com SB shaun@directtechnologygroup.com santiago@distinctivetechla.com mark@dtg.com SDVOSB vinu.luthra@dsitech.com Rogerditta@gmail.com MBE, SBE, DBE scott@dnsgroundtocloud.com Kevinr@dsbls.com arubin@docutrend.com sbgordon@dofcreations.com tadd.blevins@dogwoodservices.com ajones@doveprintsolutions.com dcarlucci@dresllc.com ahan@driven.tech gbarker@dtgweb.com SB Mnix@duplicatingproducts.com kelleyj@dvsourcing.com SDVOSB laurahemauer@dynamixgroup.com SB,WO,VO,MO darlene.pricher@dyntek.com pmckinney@eakes.com anewman@ecareusa.org sprice@eg2it.com gerald@egatechnologysolutions.com dfurtado@elaborit.com Iconrad@elevatetechgroup.com tyler@embarkit.com lisa@emergentechservices.com gloriab@empirecomputing.com julian@empireusa.com verbus@emrts.us mdean@enablingtechcorp.com jeffg@ets.us.com steve.josey@endevelopment.com Shannon@wideformatco.com efloyd@en-netservices.com benaa@eits.com Small Business SDVOSB, VOSB, SB SB TP WOSB 4436255130 Small Business, Womer 505.946.8219 SDVOSB VOSB 919-622-5619 SB 7931 Rae Blv. 513-299-7864 8857 Commerce Park Place, Suite D 45 Columbia Road 4045479790 3695 Burnette Park Drive Suite 4 9155843419 306Thunderbird Dr 1180 Mt Diablo Blv. 20331 Highland Rd 3185410682 1201 3rd St Suite 210 212-363-1111 40 WALL STREET,20TH FLOOR 5306463540 6704 Lockheed Dr 813.728.4986 3317 Jean Circle 2013704761 840 Bergern Ave 7076 South Alton Way- Unit C- 4509 S 143rd St 2107 Greenbriar Suite B 716-597-0369 485 Cayuga Road 6269601314 1750 W Cameron Ave, Ste 110 9725808345 909 Lake Carolyn Parkway Suite 450 9544616880 1358 W Newport Center Drive 6266678377 18800 Amar Rd A2 585-455-0757 499 S. Warren ST, STE 501 44670 Cape Ct 510-776-5219 235 Emerald Way 440-891-4350 x1 80 Helwig ST 908-653-0600 151 W Sumner Ave 291 Commerce Way 865.236.0498 12604 River Birch DR 7703295400 553 Lakepointe Dr 1819 Otis Way 117 Highbridge St 888-254-0188 31200 Medlock Bridge Rd Bldg B 8138890660 9051 Florida Mining Blvd Suite 103 (770) 053-9932 2305 Centennial Drive 903-422-0843 411 County Road 3101 404-654-0889 1905 Woodstock Rd, Suite 4150 8502197917 5241 California Ave., #150 617 West 3rd Street 334 625 0070 8623 Pebble Creek Court 3222 Corte Malpaso #206 3601 Alternate 19 Suite B 903.347.0483 596 County Road 3992 4436194128 35 Forsythia Lane 9712455508 1800 NW 169th PI 515-440-1502 1854 Fuller RD 10463 Grant Line Rd Suite 113 386-253-6506 X4 120 North Frederick Ave 6315449111 103 FORT SALONGA RD 1050 East 2nd. Stewwt #288 20865 Corkscrew shores Blvd 6615 Sujeto Rd. NW 67 Enright Lane 11106 Northup Wy. 301-846-9901 712 N. East Street (803) 280-0283 525 North Tryon Street Suite 1600 Victor NY 14564 Indianapolis IN 46268 Branchburg NJ 8876 Suwanee GA 30024 El Paso TX 79912 Walnut Creek CA 94596 Baton Rouge LA 70817 Alexandria LA New York NY 10005 Redding CA 96002 Tampa FL 33629 Jersey City NJ 7306 Centennial CO 80112 Omaha NE 68137 Southlake TX 76092 Buffalo NY 14225 West Covina CA 91790 Irving TX 75039 Deerfield Beach FL 33442 Walnut CA 91789 Syracuse NY 13202 Ashburn VA 20147 Hercules CA 94547 Berea OH 44017 Kenilworth NJ 7033 Totowa NJ 7512 Riverview FL 33569 Chipley FL 32428 Florence SC 29501 Fayetteville NY 13066 Norcross GA 30071 Tampa FL 33634 Gainesville GA 30504 Greenville TX 75402 Rosewell GA 30368 Irvine CA 92617 Grand Island NE 68801 Montgomery AL 36116 Camarillo CA 93012 Palm Harbor FL 34683 Winnsboro TX 75494 Bear DE 19701 Beaverton OR 97006 West Des Moines IA 50265 Elk Grovw CA 95624 Beach FL 32114 NORTHPORT NY 11768 Edmond OK 73034 Estero FL 33928 Albuquerque NM 87120 Montgomery NY 12549 Bellvue WA 98004 Frederick MD 21701 Charlotte NC 28202 3 CO 0) Enterprise Networks Solutions Inc. Larry Potthoff larry@ens-az.com SB (480) 505-1111 3633 N. 55th PI. Mesa AZ 85215 Enterprise Solution Products, Inc. Wayne Corion wcorion@gmail.com 90 Sagamore St Freeport NY 11520 Enterprise Technology International (E Anthony Walker awalker@enterpriseti.com SDVOSB MO 7208411952 8400 E. Crescent Parkway Suite 600 Greenwood village CO 80111 Entre Computer Solutions Shelly Tureck shelleyt@entrerock.com 8153995664 8900 N. 2nd Street Machesney Park IL 61115 EPC IT SOLUTIONS SCOTT CORNELL CORNELL@EPCITS.COM 1324 El Camino Real Belmont CA 94002 ePlus Technology, Inc. Kley Parkhurst kparkhurst@eplus.com 919.818.2311 13595 DULLES TECHNOLOGY HERNDON VA 20171 Ergonomic Group Ulf Lilienthal Ulf.Lilienthal@ergogroup.com 200 ROBBINS LN, SUITE A JERICHO NY 11753 Ergonomic Solutions Patty Jenks patty@ergonomic-solutions.com WOSB 7166552981 201 East Main Street, Suite C East Rochester NY 14445 eSecurity Solutions Alexandra Ruffolo ali@esecuritysolutions.com 949-207-7325 2646 Dupont Dr., Ste 60368 Irvine CA 92612 Essnova Solutions, Inc. Debra Payne debra.payne@essnova.com (256) 929-6435 1500 1st Ave N. Ste. 47 Birmingham AL 35203 eTribeca LLC Gary Berzack gary@etribeca.com 134 West 26th St New York NY 10001 Evolving Solutions Inc Kurt Ostrowski sledcontracts@evolvingsol.com 952-500-2823 3989 County RD 116 Hamel MN 55340 Extensible Computing LLC (True Digital Robbie MacDonald rmacdonald@slpowers.com 6900 E. Camelback Road, Suite 240 Scottsdale AZ 85251 Fed SLED Solutions David Antonacci david@fedsledsol.com 8 John St Auburn NY 13021 Femdel Gbenga Oyedele gbenga@femdel.com 8a, HZ, MBE, SBR 240-432-1422 400 E. Pratt St., 8th Floor Baltimore MD 21202 Fisch Solutions Jason Fisch jason.fisch@fischsolutions.com 8235 TROY PIKE DAYTON OH 45424 Five 9 thu.nguyen@five9.com 400 Executive Pwky #400 San Ramon CA 94583 Five Rivers IT Todd Heinold todd@fiveriversit.com SBE, MWE (646) 556-6574 395 W. Passaic St. Suite 400 Rochelle Park NJ 7662 Flagler Technologies LLC Ken Wagner ken.wagner@flagler.io WO 5612291601 5295 Town Center Rd Suite 201 Boca Raton FL 33486 Flagship Thomas Kempster tkempster@datastoragecorp.com 631-766-2204 980 N. Federal HWY STE 302 Boca Raton FL 33432 Freeit Data Solutions Dulari von Christierson dulari@freeitdata.com 512-593-5212 900 E. 6th Street, Suite 102, Austin, TX, 78702 Frontrunner Network Systems, Corp. Joseph Cerney jcerney@frontrunnernetworks.com 300 Main Street East Rochester NY 14445 Fruth Group Mike Dever mdever@fruthgroup.com SB (877) 272-0946 3220 E Harbout Dr. Phoenix AZ 85034 Fusion Digital Phil Ferranti pferranti@fusiondig.com 300 Main Street, Ste 4-104 East Rochester NY 14445 Future Tech Enterprise, Inc. Bob Schroder rschroder@ftei.com SB WO 631-472-5500 101-8 Colin Drive Holbrook NY 11741 Gabriel Holdings Ariel Gabriel ARIEL@AGAHOLDINGS.COM 1901 Avenue of the Stars 19th Floor Suite 190i Los Angeles CA 90067 Gabriel Holdings Ariel Gabriel ariel@agaholdings.com 1901 Avenue of the Stars 19th Floor Suite 190 Los Angeles CA 90067 GAIN Innovation, LLC Michael Hieber mhieber@gain-i.com Minority -Owned Small 512-658-7160 1320 Arrow Point Dr Suite 501 Cedar Park TX 78613 Galactic Technology Group Christopher Huss chuss001@galactic.company SBE 7862313334 12271 Sw 129th Court Miami FL 33186 GatorTec Jim Dufek jim@gatortec.com 3525059088 5218 SW 34th ST. Gainesville FL 32608 GCS Imaging, Inc _ Shaina Messa shaina@gcsimaging.com (201) 773-1513 110 Kipp Ave Elmwood Park NJ 7407 GDT General Datatech LP Tom Ducatelli tom.ducatelli@gdt.com 8327143104 999Metromedia Place Dallas TX 75247 GECDF dba Computer Professionals Kathy Dixon KDixon@cb20.com 2165 Technology Drive Schenectady NY 12308 Gemir Project Consulting DeLawrence Evans support@gemirprojectconsulting.com (216) 916-1240 2898 Andover Cir Willoughby Hills OH 44092 General Informatics Chess Allen callen@geninf.com (866) 728-0304 One Smart Way Baton Rouge LA 70810 General Microsystems Inc DBA GMI Sue Deflorio sdeflorio@gmi.com MOSB 4256442233 3220 118th Ave SE Bellevue WA GHA Technologies, Inc. Laurie Coon laurie.coon@gha-associates.com SB 480-951-6865 8998 E Raintree Dr Scottsdale AZ 85260 Gibson Teldata, Inc. Brian Kiefer bkiefer@bgibson.com 1472 Wabash Ave Terre Haute IN 47807 Glacier Computer, LLC John Greary johng@glaciercomputer.com 6038821560 10 Northern Blvd Ste 2 Amherst NH 3031 Golden Star Technology Inc. (GST) Eileen Hsiao ehsiao@gstes.com WOSB, MBE 5623458711 12881 166th Street Cerritos CA 90703 GOOGOZ.COM, INC. Eric Young eric@googoz.com 1255 Treat Blvd., Suite 300 Walnut Creek CA 94597-7965 GovDirect, Inc. Brian Robbins brobbins@govdirect.com WOSB 727-754-2688 600 Cleveland Street, Suite 1100 Clearwater FL 33755 Government Acquisitions (govacq) MaryJane Sweeney maryjane.sweeney@gov-acq.com SB 4438122155 720 E. Pete Rose Way, Suite 360 Cincinnati OH 45202 Gracon Services, Inc. Michael Grady mgrady@gracon.com 4265 Okemos RD. Suite A Okemos MI 48864 Gradient Cyber Inc. Darren Morris dmorris@gradientcyber.com 214-886-7046 1900 Kirkwood Blvd Unit 5700C Southlake TX 76092 Granite Data Solutions Scott Mitchell smitchell@granitedatasolutions.com 5321 Luce Ave McClellan CA 95652 GreenPages Nancy Mather 2074397310 33 Badgers Island West Kittery ME 3904 GroupMobile International DBA Route Velda Goodin velda.goodin@routel.com 4237029068 6031 Century Oak Dr Chattanooga TN 39416 Groupware Technology, Inc. Stacy Thompson stacy@groupwaretech.com 541 Division St Campbell CA 95008 GTS Solutions, Inc. Tom Booth rbooth@gogtss.com 8034665000 PO Box 727 Chapin, SC 29036 Halbrook and Miller DBA TM Televisior Cody Winnett cody@tmtel.com SB 972-243-4772 2440 Lacy Lane, STE 100, Carrollton, TX 75006 Hammer IT Consulting Bennet Hammer bennet@hammeritconsulting.com 941-716-0045 5660 Strand Court Unit #A65 Naples FL 34110 HarborTech Mobility Don Bigelow donb@htmobility.com SB 2066491877 22030 20th Ave. SE, #101 Bothell WA 98021 HBR Technologies Jeff Romick jromixk@hbrtech.com 2305 Midway Rd. Carrollton TX 75006 3 CO Heartland Business Systems Helixstorm, Inc Herrington Technology High Availability Storage Systems, Inc High Touch Technologies High Touch Technologies Hilliard Hiscomp LLC HITEQ Computer Systems Holman's Inc HTS Texas Huber and Assoiciates Hypertec Direct I Copy Inc. DBA IBE Digital Immedia Tech InacompTSG InCare K12, LLC Inception Concepts Infinit Technology Solutions Info Advantage Inc Info Solutions LLC InfoSys Services, Inc Ingram Technologies LLC InoTeK LLC InTech Southwest Integra Business Center Inc/DBA Integi Integrated Office Solutions Integrated Security solutions Integration Partners Corp In -Telecom Intelligent VAR Technology d/ba INTEL Intel liSite Internet Content Management Intervision Systems LLC. IP Data Systems iQuarters Iron Bow Island Tech ISSQUARED IT Management Corp iT1Source LLC iTekData, LLC ITSAVVY LLC IVCi IVS Computer Technology Jensen IT Kambrian Corporation Katalyst Network Group KBS MOBILITY Keeper Technology Keller Schroeder Key Code Media, Inc Keyboard Consultants Koi Computers Inc Ben Turner Eric Henry Valery Herrington Randy Kirsch Brenda Flax Brenda Flax Brent Hilliard James Rockmore Adil Gaziani Phil Abeyta Troy Salinas Brent Christensen Mike Marracino Sloan Varing Wendy McDaniel Jamie Ogden Pam Williams Brian Thomas John Spiridigliozzi Mitch Weller William (Bill) Riley Patrick Snead David Ingram Kaylea Williams Kevin Reyher Jim Bedics Alphonzo Henderson David Ashford Andy Blanchard Brooke Temple Rosy Salgado Mario Campos Ted Dawson Jonathan Bunce Brian Burkhart Michael Brander Iris Williams Robert Gronenthal Kimberly Sitton John Recendez Guy Steinbrink Major Janecek Brian Fields Karen Cantalupo Pam Quattlebaum Dave Entz Cathy Hsieh Patrick Courtney Damini Sood Jeff Podgorski Gina Minnette Mike Cavanagh Wayne Copeland Catherine Ho bturner@hbs.net eric.henry@helixstorm.com v.herringtontechnology@outlook.com W Rkirsch@hainc.com BrendaF@hightouchinc.com brendaf@hightouchinc.com hilliard@mmbo.com jockmore@hiscompllc.com adilgaziani@hiteqpc.com pabeyta@holmans.com troy.salinas@hts-tx.com BChristensen@teamhuber.com mmarracino@hypertec.com sloan@ibedigital.com wendymcdaniel@immedia-tech.com jamie.ogden@inacomptsg.com pwilliams@incarek12.com brian@inceptionconcepts.com SB john@infinit-tech.com mweller@info-adv.com wriley@infosolutionslIc.com psnead@infosysnetworks.com david@ingramt.com kwilliams@inotek-ne.com kreyher@intechsouthwest.com JBEDICS@Integraone.com alh@intofficesolutions.com dashford@iss-ky.com abranchaud@integrationpartners.com btemple@in-telecom.com rosy@intelli-tech.com mcampos@intellisite.io tdawson@icmcyber.com jbunce@intervision.com brian.burkhart@ipdatasystems.com SB mbrander@iquarters.net iris.murphy@ironbow.com robert@islandtechservices.com ksitton@issquaredinc.com jrecendez@itmgmt.com guy.stei nbrink@ itl.com govbiz@itekdata.com bfields@itsavvy.com KCantalupo@ivci.com pam@ivsct.net dave.entz@jensenit.com cathyh@kambrian.com pcourtney@katalystng.com Damini@kbsmobility.com jeff.podgorski@keepertech.com SB gminnette@kellerschroeder.com mcavanagh@keycodemedia.com waynecopeland@keyconsult.com SB catherineho1@koicomputer.com SB, WOSB, SDB Small Business SB SB MOBE 8a, WOSB, SDB, MBE OSB 6193628121 3164624132 4326174677 MOSB, HUBZone, SDB, 9724370637 800-545-0932 Suite 298 2738 Via Industria 600 5TH AVE FL 2ND 11479 Valley Vew Road 110 S Main St 110 s Main St Ste 600 PO Box 52510 13701 Port Commerce Ct 811 18th Street 6201 Jefferson St 12918 Flagship Drive 1400 Edgewood Dr. 4806269000 1868 E Broadway Rd 5629210202 11266 Monarch St suite B 6025092956 7661 E Gray Rd 17250 W 12 Mile RD (334) 819-1038 1310 Old Oak PI (720) 504-3869 4541 W Hinsdale Ave 315-728-3112 7037 Fly Road 155 Sanford St 302-373-6909 920 Justison St Suite 105 443-433-4107 4157 Mountain Road, #207 5125950285 11615 Angus Rd STE. 112 14301 FNB Parkway 2106900000 4778 Research Drive 484-223-3480 7248 Tilghman Street, Suite 120 4043664110 3707 Chimney Ridge Ct 291 Etter Drive 12 Hartwell Avenue 9853260250 573 JF Smith Avenue 1652 Yeager Avenue 2094822788 3463 Lakemont Blvd Ste 104 601-713-2718 5 Lakeland Cir 408-576-4259 1802 Bayberry Court Suite 201 4106154100 6021 University Blvd Suite 420 8452340104 796 Bullville Rd 703-674-5283 2303 Dulles Station Blvd Suite 400 631-447-2442 x2 980 S. 2nd Street 805-277-0114 2659 Townsgate Rd Ste 227 408-495-5900 4340 Stevens Creek Blvd. Ste 225 4807775995 1860 W University Drive 4169846664 1270 tropic Park Drive 6303966305 313 South Rohlwing Road 6317077001 601 Old Willets Path 1415 McDonald Way 1689 ELK BLVD. 6269644445 2707 E Valley Blvd ste 312 704-790-4440 1515 Mockingbird Lane 129 Grove Street 5713393531 21740 Beaumeade Circle, STE 150 4920 CARRIAGE DR 8183033900 270 S Flower St 9738820063 6 Kingsbridge Rd 6306278811 1341 Warren Ave suite B Little Chute WI 54140 Temecula CA 92590 New York NY 10019 Eden Praoroe MN 55344 Wichita KS 67202 Wichita KS 67202 Midland TX 79710 Accokeek ML 20607 Plano TX 75074 Albuquerque NM 87109 San Antonio TX 78247 Jefferson City MO Tempe AZ 85262 Garden Grove CA 92841 Scottsdale AZ 85260 Southfield MI 48076 Montgomery AL Littleton CO 80128 East Syracuse NY 13057 Rochester NY 14260 Wilmington DE 19801 Pasadena MD 21122 Austin TX 78759 Omaha NE 68154 San Antonio TX 78240 Allentown PA 18106 Ellenwood GA 30294 Nicholasville KY 40356 Lexington MA 2421 Slidell LA 70460 La Verne CA 91750 Ft. Mill SC 29708 Jackson MS 39216 Richmond VA 23226 Ellicott City MD 2104 Montgomery NY 12549 Herndon VA 20171 Ronkonkoma NY 11719 Westlake Village CA 91361 San Jose CA 95129 Tempe AZ 85281 Sanford FL 32773 Addison IL 60101 Hauppauge NY 11788 Bakersfield CA 93309 DES PLAINES IL 60016 West Covina CA 91792 Charlotte NC 28209 Montclair NJ Ashburn VA 20147 EVANSVILLE IN 47715 burbank CA 91502 Fairfield NJ 7004 Downers Grove IL 60515 3 CO 03 Kopesky Enterprises dba SureLock Tecl Bob Kopesky bkopesky@surelocktechnology.com 111 W. Crogan Street Lawrenceville GA 30046 KT's Office Services LLC Kathy Cauldren sales@ktoss.com WOSB, EDWOSB 7329140002 1555 Route 37 West. Unit 1 Toms River NJ 8755 Kudelski Security, Inc. Steve Speidel Steve.speidel@kudelskisecurity.com 2144205800 130 East John Carpenter Freeway, Stuite 300 Irving TX 75062 Kynetic Technologies LLC Ken Candela kenc@kynetictech.com 7275436158 425 Plaza Dr Dunedin FL 34698 Lakeshore IT Solutions Rian Yablun Rian@lakeshoreit.com 888-700-2788 2023 Main St Spring Grove IL 60081 Laketec Joe Little jjlittle@laketec.com 27881 Lorain Rd. North Olmsted OH 44070 Lambros Consulting Lina Parness lina@lambrosconsulting.com 6505768540 131 Huron Ave. San Mateo CA 94401 Lanair Group Robert Hazlett rhazlett@lanairgroup.com 330 N. Brand Boulevard, Suite 600 Glendale CA 91203 LanLogic Dan Ferguson dferguson@lanlogic.com (925) 273-2317 248 Rickenbacker Circle Livermore CA 94551 LANRover Network Services, Inc Rich Sallustro rich.sullustro@lanrover.net (631) 418-8018 85 S. Snedecor Ave. Bayport NY 11705 LanSpeed Chris Chirgwin CChirgwin@lanspeed.com 597 Avenue of the Flags Suite 103 Buellton CA 93427 LAUNCHTech, LLC Venus Quates venus@welaunchtech.com (716) 800-1048 50 Fountain Plaza, Suite 1400 Buffalo NY 14202 Layer 3 Communications, LLC Paula Sands psands@layer3com.com 1450 Oakbrook Dr., Ste. 900 Nocross GA 30093 LAZARUS CONSORTIUM, LLC DBA ASK( Aasim Shabazzz aasim@askcsupply.com 1041 James Avenue North Minneapolis MN 55411 LBI Computers, LLC Anthony Avery anthonyavery@outlook.com 973-859-9125 2007 Long Beach Blvd North Beach Haven NJ 8008 LBMC Jeff McCorpin jmccorpin@lbmc.com 201 Franklin Road Brentwood TN 37027 Lead Data Tech Stacey Redmond sjanousk@leaddatatech.com PO Box 295 Nanuet NY 10954 Les Olson Company Kieth Adams keith@lesolsoncompany.com 3244 S 300 W Salt Lake City UT 84115 Leslie Digital Imaging (LDI) Jay Feldman Jfeldman@myldi.com 5163482235 50 Jericho Quadrangle Jericho NY 11753 Lets Think Wireless DBA LTW Amarpreet Kaur akaur@ltw.com SB 9738824563 26 Chapin Rd, Ste 1112 Pine Brook NJ 7058 Leverage Information Systems, Inc Douglas Chesler dougc@levergeis.com 4254201543 18815 139th Ave NE Ste B Woodville WA 98072 Lewan & Associates Brian Jones brian.jones@lewan.com 303-759-5440 8530 Concord Center Dr #400 Englewood CO 80112 LICN Steven Mazza steven.mazza@licn.com 1200 Veteran Hwyuite 107 Hauppauge NY 11788 Link Computer Corporation Victor Liu victor@linkhigh.com MBE 973-607-3051 51 Gibraltar Drive, Ste 2A Morris Plains NJ 7950 Link Computer Corporation Tim Morder tmorder@linkcorp.com 814-742-7700 140 Stadium Drive, PO BOX 250 Bellwood PA 16617 Liona Enterprises Dan Whelan dwhelan@lionaenterprises.com WOSB, HUBZone, 8(a) 8887303986 1212 Sycamore St Suite 42 Cincinnati OH 45202 LN2S Consulting Laurie Calkins laurie@In2sconsulting.com EDWOSB, WOSB, SDVC 6182282898 1576 Sinking Springs Dr. O'Fallon IL 62269-6656 Logicalis, Inc. Nikki Perez nikki.perez@us.logicalis.com (866) 456-4422 2600 Telegraph Road, Suite 200 Bloomfield Hills MI 48302 Logista Solutions Vic Murphy vmurphy@logistasolutions.com 5911 Greenwood Parkway Bessemer AL 35022 Lumbee Resource Management Group Johnny Helms jhelms@lumbeegroup.com 6449 Southpoint Suite 300 Jacksonville FL 32216 Lyncverse Technologies, Inc. Shearrard Thomas sthomas@lyncverse.com 2815423473 8203 Willow Place Drive South, Ste. 315 Houston, TX 77070 Lyon Micro, LLC Kyle Lyon kyle@lyonmicro.com 7168636756 302 Eastern Blvd Ste 1077 Canandaigua NY 14424 M.A. Polce Consulting, Inc. Kelly Palinski kelly@mapolce.com 3156249870 401 Phoenix Drive Rome NY 13441 M3 Supplies & Services LLC DBA M&M Jason McGraw jason.mcgraw@mmlcpm.com SB 317-646-9576 2424 W Brandon Blvd #1037 Brandon FL 33511 Magnell Associate Inc DBA Newegg.coi Cindy Noureddine cindy.c.noureddine@neweggbusiness.com 626.271.1321 17560 Rowland St City off Industry CA 91748 Mainline Information Systems, Inc. Rob Butler rob.butler@mainline.com 1700 Summit Lake Drive Tallahassee FL 32317 MAINSTREET SOLUTIONS, INC Debbie Simurda DSimurda@mainstreetinc.net 2145365028 100-2510 West Main Stre Grand Prairie TX 75050 Marco Terri Brakke terri.brakke@marconet.com 800-847-3098 4510 Heatherwood Road St. Cloud MN 56301 Mardon PC Bryan Haynes bhaynes@mardonpc.com VOSB (315) 420-5079 170 Pinecove Ave Odenton MD 21113 Mark III Systems Inc Stan Wysocki stan.wysocki@markiiisys.com Women Owned 713-664-9850 3600 South Gessner Rd, Ste 170 Houston TX 77063 Matrix Integration Doug Lippert dlibbert@matrixintegration.com 417 Main St Jasper IN 47546 Maureen Data Systems Joshua Lande JLande@mdsny.com WBE 3476689406 307 W 38th St Suite 1801 New York NY 10018 MBS Direct Sonny Tohan sonny@mbsdirect.com SB, WOSB, SDB 301-590-2555 9057 Gaither Road Gaithersburg MD 20877 McCann Systems Matthew Rose mrose@mccannsystems.com 290 FERNWOOD AVENUE EDISON NJ 08837 MCG BUSINESS SOLUTIONS, INC Chris Morton cmorton@mcgnow.net 251-650-2231 1956-J University Blvd Mobile AL 36609 MCS of Tampa Jim Slagle jslagle@mcsoftampa.com SB DVBE 317-459-0951 1024 Iron Point Road Folsom CA 95630 MedTec InterLinx, LLC Sandeep Krishnan sandeep.krishnan@medtecintl.com NYS Certified Minority 585-329-1625 25 Greylock Ridge Pittsford NY 14534 Mercury Networks Larry Meister larry.meister@mercurynetworks-ny.com 585-210-2050 182 Hillrise Drive Penfield NY 14526 Meredith Digital, Inc Bill Meredith billm@meredithdigital.com SB (888)433-0000 199 E Alton Santa Clara CA 92707 MERGENT SYSTEMS INC Kate Sapsford kate@mergentsystems.com SB/DVBE 916-633-2995 1024 Iron Point Road Folsom CA 95630 Meridian IT, Inc. Steve Bickford sbickford@meridianitinc.com 8479642828 9 Parkway North. Suite 500 Deerfield IL 60015 Metrix Solutions LLC (Pileum Corporati Sonny Beneke sonnybeneke@pileum.com SB, WO, MO, VO 601-863-0086 190 E Capitol Street, Suite 175 Jackson MS 39201 MGS Group, Inc. Sylvester Bush sbush@mgsgroupinc.com SDVOSB, DDOT DBE/SB 844-633-4235 3342 Highwood Dr. SE Washington DC 20020 MHQ West John Granger jgranger@mhgwest.com 5601 Balloon Fiesta Parkway, Suite C Albuquerque NM 87113 3 00 co Micro Strategies Inc Microsoft Mid -Atlantic Business Communication! Midwest Public Safety LLC Miners Supply Company Minntek Solutions Inc. Mission Critical Systems, LLC MJM Systems Inc Mobile Rugged Computers Mobiletek Consulting MOLAPRISE More Power Tech MRA International Mustang Computers and Supplies MVation N4MATIVE NAC Group Naka Technologies National Business Equipment Needpipe NetBinder LLC Netconnect Ray Scardelli Travis Walter Greg Miller Jeffrey Oost Thomas Richards Bill Rogers Tamara Bey Maria LoCicero Linda Flaherty Howard Mandel Pearl Aguiar Mike Leiker Martin Castagnetto Kristen Haley Guy Gupta Johnny Hall Chris Reinhart Jennifer Kelly Paul Caputo Allen McCoy Patrick Ryan Errol Blake Netsync Network Solutions Kristi Matsunaga, J.D. Network and Commnuication Services, Dhana Diaz Network Cabling Services, Inc David Jones Network Integration Company Partner Sean White Network Technology Sevices, LLC Aaron Barnes Networking for Future, Inc DBA NFF, Ir Steven Hancock Networking Technologies and Support, Mark Brandon Networking Technologies and Support, Wendy DeArment NetX inc Kevin Conlan New Century Imaging Louie Drossel New England Copy Specialists New Technical Solutions, Inc. Armando Ybarra Nisewonger Audio Visual Center, Inc. Ashley Yates NJM Enterprises LLC D/B/A NeedPipe.c Allen McCoy Norseman INC Valerie Weidermann North American Systems International Paul Bettenburg Northern Lights Technology Steve Mowrey Northland Business Systems Northwest Print Strategies Now Micro Inc. Nth Generation Computing Inc NTT NuWave Ocean Computer Group OCHSER CONSULTING GROUP OETC - ORGANIZATION FOR EDUCATIO Office Solutions OfficeNation/PCNation OmniPro LLC Orbcomm Pacific OneSource, Inc. dba STS Educat Palisades Sales Corporation Scott Wosje Ken Wong Marty Linden Joyce Russell Jason Green Mark Bunnell Michael Ju David Ochser Thomas Richards Lisa Wickey Medwin Dayan Krish De Silva Tom Gregor Shawn Runner Douglas Neumetzger rscardelli@microstrat.com traviswa@microsoft.com gmiller@mabc.com SB jeffrey@midwestpublicsafetygroup.or Thomas@minerssupplyco.com DBE billr@minntek.com tbey@locked.com locicero@mjm.com wosb flaherty@mobileruggedcomputers.cor WO SB tmandel@mobile-tek.com pearla@molaprise.com MOSB mike@morepowertech.com DVO m.castagnetto@mrainternational.com kristen@mustangcpu.com WOSB guy@mvation.com DBE, SB, MBE johnny.hall@n4mative.com Minority owned chris.r@nacsemi.com Icm@nakatech.com MBE pcaputo@national1927.com Allen.McCoy@needpipe.com pryan@netbindersi.com eblake@nctny.com kmatsunaga@netsync.com WOSB, MOSB ddiaz@ncsworldwide.com djones@ncs-tx.com swhite@nicpartnersinc.com aaron@ntserv.net shancock@nffinc.com SB mbrandon@thinknts.com DBE WDeArment@net-cloud.com SB ks@netxinc.com SB louie.drossel@nciofficesolutions.com WOSB aybarra@buynts.com navc@nisewongeray.com allen.mcCoy@needpipe.com valerie.weidemann@norseman.com SB phil@nasi.com steve.mowrey@northernlightstech.nel WOSB Alaskan Native scottw@northlandsys.com ken@nwpsi.com martyl@nowmicro.com joyce.russell@nth.com jason.green@global.ntt makrb@nuwave.com mju@oceancomputer.com david@ochserconsulting.com Thomas@oetc.org LWickey@osi-technology.com krish@omnipro.com gregor.tom@orbcomm.com shawn.runner@stseducation-us.com dougn@palisadessales.com WOSB SBE 8042376530 650-750-1307 (651) 452-2022 954-788-7110 7325638471 4803612472 914-231-1427 8885568049 4047327113 4086885060 678-648-9702 727-828-0187 646-921-5796 5187246455 4695572869 3054363913 7252299757 202-783-9117 8043793414 814-836-000 609-298-9118 81874636401 781-935-4340 760-482-9096 410-579-8600 9523746703 3234019275 9528947903 651-393-2135 8059799012 888-368-9283 7324931900 800-677-1778 4155493498 201-510-0377 201.930.0076 1140 Parsippany Blv 1 Microsoft Way 701 PortCentre Parkway 2665 Harryland Rd 8 The Green Suite A 1408 Northland Dr 1347 E Sample Road 285 Davidson Ave 26655 W Guadalupe Rd #6 9902 Carver RD #203 401 PARK AVE S, 10TH FL 1422 12th Ave Suite A 295 MORRIS AVE 160 Clairemont Ave 70 Glen Street 3325 Paddocks Parkway Suite 375 1790 Commerce Ave North 120 Commerce Drive, Suite 106 15 Corporate Circle 811 Alpha Dr. STE 343 748 South Meadow Parkway Suite A9-137 111 Storer Avenue 2500 W Loop South, Suite 410 9509 NW 47th Ter 12626 Fuqua St. 11981 Jack Benny Drive Suite 103 8275 S Eastern, Suite 200 700 7th St NW, Suite 700 14421 Justice Rd 3910 Caughey Rd Suite 207 13 North Union St. 5290 Overpass Rd Suite 105 39 Sixth Road 44 3rd Ave, Suite E 1125 Cripple Creek Dr. 811 Alpha Dr STE 343 8172 Lark Brown Road 875 Blue Gentian Drive Suite 400 1595 S. Mt. Joy St 12150 Nicollet Ave 8175 sw Nimbus 1648 Energy Park Drive, Ste 100 17055 Camino San Bernardo 11006 Rushmore Dr Ste 300 8275 S. Eastern Ave.Suite 200 90 Matawan Rd Ste 105 1144 15th St. Ste 2900 471 High Street SE STE 10 217 Mt. Horeb Rd. 500 Central Ave 50 Mendell St Suite 2 395 W Passaic Street 130 A W Corchran St. 184 Central Avenue - Suite 11 Parisippany Redmond Portsmouth Decatur Dover Saint Paul Pompano Beach Somerset Mesa Cincinnati New York Longview LONG BRANCH Decatur Glen Cove Suwanee St. Petersburg Hauppauge Albany Richardson Reno Staten Island Houston, Miami Houston Rancho Cucamonga Las Vegas Washington Midlothian Erie Lambertville Goleta Woburn Chula Vista Lawrenceville Richardson Elkridge Eagan Elizabethtown Burnsville Beaverton St Paul San Diego Charlotte Las Vegas Matawan Denver Salem Warren Northfield San Francisco Rochelle Park Simi Valley Old Tappan NJ 7054 WA 98052 VA 23704 IL 62521 DE 19901 MN 55120 FL 33064 NJ 8873 AZ 85202 OH 45242 NY 10016 WA 98632 NJ 07740 GA 30030 NY 11542 GA 30024 FL 33716 NY 11788 NY 12203 TX 75081 NV 89521 NY 10309 TX 77027 FL 33178 TX 77034 CA 91739 NV 89123 DC 20005 VA 23113 PA 16056 NJ 8530 CA 93111 MA 1801 CA 91910 GA 30043 TX 75081 MD 21075 MN 55121 PA 17022 MN 55337 OR 97008 MN 55111 CA 92127 NC 28277 NV 89123 NJ 7747 CO 80202 OR 97301 NJ 7059 IL 60093 CA 94124 NJ 07662 CA 93065 NJ 7675 3 0 Paper Clips Inc. Seema Mahbubani seema@paperclipsinc.com SBE WMBE 2013939004 PO Box 402 Wood Ridge NJ 7075 Paragon Micro, Inc Todd Cowen tcowen@paragonmicro.com 7032682661 2 Corporate Drive Suite 105 Lake Zurich IL 60047 Parmetech Matt Parmet-Romanko map@parmetech.com MBE, WOSB (610) 924-6016 137 W. Eagle Road Havertown PA 19083 Pascack Data Services Inc Howard Adler hma@pascackdata.com (973) 304-4858 200 Central Avenue, Ste. 100 Hawthorne NJ 7506 PC Net Inc, DBA PCN Strategies Tracey Gladish tracey.g@pcnstrategies.com 2024210885 1612 K Street Nw Suite 802 Washington DC 20006 PC Solutions & Integration Inc David Rudnick david@pcsusa.net 7864754020 4937 Sw 75 Ave Miami FL 33155 PC Specialists, Inc. dba Technology Int( Tom Janecek tom.janecek@tig.com MO 562-279-0950 x 410620 Treena Street Suite 300 San Diego CA 92131 PC University Distributors, Inc. Geoffrey Miller gmm@pcuniversity.com 516-596-1500 99 West Hawthorne Avenue Valley Stream NY 11580 PCC-IT International, div of Power Capi Julie Stamato clientservices@itpccit.com SB 844-PCC-IT-INT (; 23801 Calabasas Road, Suite 1003A Calabasas CA 91302 PCL Solutions, Inc. David Herman david.h@pclsolutions.com SB 9735428033 123 Franklin Ave Nutley NJ 7110 PCS Mobile - DataSource Mobility - Rol Ross Matthews support@datasourcemobility.com 19601 Madison St PMB 315 Clarksville TN 37043 PCS Mobile - DataSource Mobility - Roi Velda Goodin velda.goodin@routel.com 423-899-7524 6031 Century Oak Dr Chattanooga TN 39416 Peak Resources John Simonton jsimonton@peakresources.com SB 3039341200 2750 W. 5th Avenue Denver CO PeggNet LLC Margie Matrisciano MMatrisciano@peggnet.com 4 East Main Street Menndham NJ 7945 Personal Computer Systems Dan Spear dspear@pcsknox.com (865) 273-1960 1720 Topside Road Louisville TN 37777 Pharr Technologies, Co. Rusty Earle rearle@pharrtechnologies.com 215 South Trade Street Shelby NC 28150 PHILIP M. CASCIANO ASSOCIATES, INC Adam Jackler adamj@pmc-wireless.com 732-475-3454 8 CROWN PLAZA, SUITE 106 HAZLET NJ 7730 Pillar Technology Partners, LLC Michael Livingston mlivingston@pillartechnologypartners 4042003919 2465 Gants Hill Place Cummings, Ga 58789 Pinnacle Business Products Russ Hayes rhayes@pinnaclebuspro.com 8042459800 3824 S. Boulevard, Suite 200 Edmond, OK 73013 Pinnacle Business Systems Amber Lawhun amber.lawhun@pbsnow.com 8042459800 3824 S. Boulevard, Suite 200 Edmond, OK 73013 Pinnacle Network Solutions Adam Blum ablum@pinnaclens.com SB 843-662-1581 823 W Evans ST Florence SC 29501 Pinnacle Networx Bob Farrow bob.farrow@4pnx.com 334 332-5020 73888 Tallassee Hwy Wetumpka AL 36092 Pit Bull Secure Technologies, Inc Brett Summers brett@pittbullsecure.com SB 814-262-7400 921 Gates Hill Road Summerhill PA 15958 Pivott Technology Solutions Corp dba I Alice Meaders alice.meaders@computacenter.com 8664776797 6025 The Corners Parkway Nw, Suite 100 Norcross GA 30092 PKA Technologies, Inc Ricky Liber ricky.liber@pkatech.com 8457382307 3 Paragon Drive Montvale NJ 7645 Planet Pyramid Bob Ash bash@planetpyramid.com 607 785 1322 x1: 1093 Clark Street, building 257 Endicott NY 13760 PNG Telecom dba Powernet Tony Wells twells@powernetco.com 8805 Governors Hill Drive #250 _ Cincinnati OH 45249 PNJ Technology Partners Ed McManus ed@pnjtechpartners.com 426 New Karner Rd. Albany NY 12205 Portable Computer Systems, Inc (PCS) Peter Chodos peter.chodos@routel.com 4949 South Syracuse St. suite 430 Denver CO 80237 Portola Systems, Inc. Ryan Miller rmiller@portolasystems.net 7078274312 PO Box 361 Sebastopol CA 95473 Precision Computer Services Jeff Ortolano jortolano@precisiongroup.com 9177163365 175 Constitution Blvd South _ Shelton CT 06484 Preferred Communications Carlyn Davis carlyn.davis@satstar.com 410 Central Ave. Butner NC 27509 Premier Wireless Solutions Mike Bae mikebae@pws.bz 6502301300 452 Oakmead Pkwy Sunnyvale CA 94085 PremierLogitech Scott Paul spaul@premierss.com 9724623970 511 S. Royal Ln. Coppell TX 75019 Prescriptive Data Solutions Terry Murray tmurray@presecrptive.solutions 2107227092 PO Box 207860 Dallas TX 75320 Presidio Networked Solutions Group, L Jackie Arnett jarnett@presidio.com 8123426188 8161 Maple Lawn Blvd., Suite 150 Fulton MD 20759 PRICON INC DBA THE PRINTER CONNE, Puzant Ozbag puzant@priconweb.com 1831 West Lincoln Anaheim CA 92801 Princeton ITS Ashritha Annadatha ashritha.annadatha@princetonits.com SB, MBE 500 ALEXANDER PARK, SUITE #301 PRINCETON NJ 08540 ProCopy, Inc. Rocky Popejoy rocky@procopyinc.com 785-539-5454 410 Houston Street Manhattan KS 66502 Prologic ITS Paul Sprayberry paul.sprayberry@prologicits.com 8669230513 106 North Point Parkway Building 2 Suite 350 Acworth GA 30102 Promero, Inc Gregg Troyanowski 1100 Park Central Blvd South, suite 2500 ProSys Information Systems, Inc. Matt Girardot Matt.Girardot@prosysis.com WOSB 6782681300 6025 The Corners Parkway NW Norcross GA 30092 Protech Castle Rock Gary Faircloth gfaircloth@protechcr.com SBE 7202744711 610 Kryptonite Drive Castle Rock CO 80104 Proverbs Holdings, LLC DBA 3rd Wave Terri English-Yancy terri@3rdwave-marketing.com WOSB, HUB Zone 8168067811 5008 Prospect Ave Suite 115 Kansas City MO 64130 Public Safety Solutions Missouri LLC Tanya Morrison tanya@pss-mo.com 5204036665 1401 E Trafficway St _ Springfield MO 65802 QUALITY AND ASSURANCE TECHNOLO, Marcos Merced sales@qnatech.com 646-653-7119 18 Marginwood Drive Ridge NY 11961 QUEST MEDIA & SUPPLIES INC Matt Cambell matt_campbell@questsys.com (800) 326-4220 9000 Foothills Blvd #100 Roseville CA 95747 Questyme USA Musa Safi musa@qstgo.com 1828 Snake River Road, Suite A Katy TX 77449 R & D Data Products, Inc. Richard Diatlo rdiatlo@rddata.com 4105 Route 1 South Monmouth Jct. NJ 8852 R & L IT & Telecom Consultants Ron Klink ron@randlconsultant.com 5035167601 42-15 34th Ave Ste 31 Long Island City NY 11101 R.S. Knapp Co. Inc. Keith McHugh keithm@napconet.com (201) 438-1500 1000 Wall Street West Lyndhurst NJ 7071 R2 Unified Technologies David Bester david.bester@r2ut.com (561) 515-6800 980 N Federal Hwy. Boca Raton FL 33432 Radiant Resources, Inc. Marie Nielon lois@radiantresources.com WOSB 7326918725 524 Brighton Ave. Spring Lake NJ 7762 Rake Digital Company, LLC Jennifer Eversole jeversole@rakedigital.com (540) 779-8522 115 East Calhoun St Salem VA 24153 3 CO RCN Technologies, LLC Reed Perryman reed@rcntechnologies.com WOSB 8652930350 200 Jennings Avenue Knoxville TN 37917 RE Online Solutions John Murabito jm@reonline.com 800-533-9949 1980 Old Cuthbert Road Cherry Hill NJ 8034 Red River Technology LLC George Shalhoub George.shalhoub@redriver.com 6034488880 21 Water Street Suite 500 Claremont NH 3743 Red Thread Spaces LLC Wayne Orio worio@red-thread.com 6174394900 100 Fordham Rd Wilmington MA 1887 Red8 Chris Hadley chadley@insightinvestments.com (866) 314-9272 611 Anton Blvd, Suite 700 Costa Mesa CA 92626 Redline Networks, LP Ivor Flannery accounting@redlinenet.com (972) 677-3600 2081 Hutton Drive, Suite 303 Carrollton TX 75006 Rel Comm, Inc. Joe Marasco jmarasco@rcomm.com 585-697-5029 250 Cumberland Street Rochester NY 14605 Relevant AV Solutions Greg Klimetz greg@relevantaysolutions.com 850-291-3585 2370 North Palafox St, Building 2 Pensacola FL 32501 Reverus Corporation Patrick Dugan pdugan@reverus.com 3 Tallow Wood Drive STE F1 Clifton Park NY 12065 Richline Technical Services, LLC Josh Richline jrichline@richline.cc SB 361-760-1000 114 N Mesquite St Corpus Christi TX 78401 Riverside Technologies Erica Kallweit ekallweit@1rti.com 748 N 109th Court Omaha NE 68136 RJ Young Technology Solutions Chad Lagrone chad.lagrone@rjyoung.com 730A Freeland Station Dr Nashville TN 37228 Robinett Consulting John Robinett john@robinett-consulting.com VOSB 470-443-2010 700 Manassas St Suite 300 Hampton GA 30228 Royal Eagle Project Management and I Isaac Nyang inyang@theroyaleagle.com MO 848-228-0842 100 Horizon Center BLVD, room 211 Hamilton Township NJ 8515 RPG Squarefoot Solutions Mark Kadonoff mkadonoff@rpg.com 320 Second Street Laurel MD 20707 Rugged Development LLC Jesse Stefko jstefko@ruggeddevelopment.com 4806000257 2218 E. Granite Circle Messa AZ 85204 Rugged Solutions America, LLC DBA Ru Claes Adler claes@ruggeddepot.com SB 2813055007 27060 Decker Prarie Rosehill Rd Magnolia TX 77355 RUSD Solutions Raj Somas raj.somas@rusdsolutions.com Certified MOSB 201-497-4474 PO BOX 404 Tappan NY 10983 SAFARI MICRO INC. Matt Kozlowski matt.kozlowski@safarimicro.com 480-536-6265 2185 W Pecos Rd STE 9 Chandler AZ 85224 SAI Enterprises Inc Ajay Rangu ajay@saiamerica.com 1500 District Ave Burlington MA 1803 Saitech Inc. Sam Sharma sam@esaitech.com SDB 5104400256 42640 Christy St Fremont, CA 94566 Saitech Inc. Sam Sharma sam@esaitech.com SDB 5104400256 42640 Christy St Fremont, CA 94566 SATURN BUSINESS SYSTEMS George Pappas gpappas@saturnb2b.com MBE 2125578134 228 E 45th St New York NY 10017 SATURN BUSINESS SYSTEMS George Pappas gpappas@saturnb2b.com MBE 2125578134 228 E 45th St New York NY 10017 Savant Solutions Caleb Kwong caleb@savantsolutions.net SB, MOSB, HubZone 916.836.8182 1007 7th St. 5th Floor Sacramento CA 95814 SCT SOCAL Technology Michael Navarro mnavarro@socal.technology (805) 618-8884 2100 Goodyear Ave. Suite 5 Ventura CA 93003 SD31T, LLC Jan Martin Jan.Martin@sd3it.com HUBZone, EDWOSB, W (202) 899-1251 9207 Parthenon PI. Seffner FL 33584 SD31T, LLC Jan Martin Jan.Martin@sd3it.com HUBZone, EDWOSB, W (202) 899-1251 9207 Parthenon PI. Seffner FL 33584 Seamless Advanced Solutions Ivy Sheppard isheppard@sas-us.com 5126957590 12600 Hill Country Blvd. Suite R-275 Bee Cave TX 78738 Sector, LLC Ryan Surber ryan@sectorgearusa.com 5157188990 510 Elm Street West Des Moines IA 50265 SecurEdge Philip Wegner pwegner@securedgenetworks.com 2459 Wilkinson Blvd, Suite 220 _ Charlotte NC 28208 Sedara, LLC Darrick Kristich darrick.kristich@sedarasecurity.com 77 Goode! St Ste. 420 Buffalo NY 14203 Sehi Computer Products, Inc. Carol Taylor Carolt@sehi.com 2930 Bond Street Rochester Hills MI 48309 SenCommunications Stacie Miller smiller@sencomm.com WOSB, HUBZone 8134365015 912 Chad Lane Tampa FL 33619 Seneca Biztek Chris Reed chris@senecabiztek.com NAO SDVO MO SB 7164538801 749 Broad St Ste 102 Salamanca NY 14779 Sentinel Technologies Inc Rob Bodie rbodie@sentinel.com 2550 Warrenville Road Downers Grove IL 60515 Sentinel Technologies Inc Kevin Koski kkoski@sentinel.com 2550 Warrenville Road _ Downers Grove IL 60515 SEQUEL DATA SYSTEMS, INC. Jonathan Clifton jonathan.clifton@sequeldata.com 512-918-8841 11824 Jollyville Rd. Suite 400 Austin TX 78759 SerenelT Greg Tinker greg.tinker@sereneits.com 13010 Morriss Road Bldg 1 STE 150 Milton GA 30004 Share Tech Solutions LLC Mark Evans mark.evans@sharetechsolutions.com P.O. Box 84 Annadale VA 22003 SharePoint Xperts Rob Manfredi robm@sharepointxperts.com 11210 Sunset Hills Dr. Suite 600 Reston VA 20190 SHI Government Solutions, Inc Katelyn Rispoli katelyn_rispoli@shi.com Women Owned; Minor 888-764-8888 290 Davidson Ave Somerset NJ 8873 ShireWire Global Sales and Distributioi Tony Manca tmanca@shirewire.com 4138858225 184 Northampton Str Ste 302 Easthampton, Ma, 01027 Signature Technology Solutions Michael Agboh magboh@signature-tech.com SBMO 877-645-4100 32455 W. 12 Mile Road, Unit 3061 Farmington Hills MI 48333 Silversky Robin Camarero rcamarero@silversky.com 203-541-3429 3015 Carrington Mill BLVD, Suite 400 Morrisville NC 27560 Silversky Inc FKA BAE Systems Applied Clark Easterling ceasterling@silversky.com 2035413429 440 Wheelers Farms Rd Suite 202 Milford CT 6461 SimpleCom - Simple Communications - Brian Mckeon brian@simplecom.pro 7048392468 5582 Harrisburg Industrial Park Drive Harrisburg NC 28075 SimpleCom - Simple Communications- Brian Mckeon brian@simplecom.pro 7049959224 5582 Harrisburg Industrial Park Drive Harrisburg NC 28075 SimpleCom - Simple Communications - Brian McKeon brian@simplecom.pro 7049959224 5582 Harrisburg Industrial Park Drive Harrisburg NC 28075 Single Source IT Jo Frechtnicht jo@ss-it.com SB, MO, EDGE 6147849738 4889 Sinclair Rd Suite 103 Columbus OH 43229 Sirius Computer Solutions, Inc. Bonnie Cerrito bonnie.cerrito@siriuscom.com 2103698000 10100 Reunion Place Blvd, Suite 500 San Antonio TX 78216 Sky Communications Inc. William Bouie bill.bouie@skycomglobal.com 6101 Long Prarie Rd, suite 744-162 Flower Mound TX 75028 SMS Tech Solutions Sally Shorb sally@smstechsolutions.com 8006567702 7427 Matthews Mint Hill Rd., Ste 105 #360 Mint Hill NC 28227 Softchoice Corporation David Butkiewicz david.butkiewicz@softchoice.com 314 W Superior Street Suite 400 Chicago IL 60654 3 CO Solid IT Networks, Inc. Christine Feddern cfeddern@soliditnetworks.com SB 6039736178 16507 Hedgecroft, Ste 100 Houston TX 77060 Solutions by HiTech Austin Beckett Austin.Beckett@SolutionsByHiTech.com 318-232-2703 316 E. Georgia Ave Ruston LA 71270 Solutionz, Inc _ _ Barry Green bgreen@solutionzinc.com 901 Birngham Ave Los Angeles CA 90049 Solutionz, Inc. Kristin Deprospero kdeprospero@solutionzinc.com 901 Birngham Ave Los Angeles CA 90049 Source Inc of Missouri dba Source Inc Chris Sieders csieders@sourceinc.com 6840 Silverheel Shawnee KS 66226 Source One Technology, Inc. Mark Duerwachter mduerwachter@sourceonetechnology.com (262) 432-9000 333 Bishops Way Ste 120 Brookfield WI 53005 SouTech Mairim Machado mmachado@soutech-group.com SB 7865041015 990Biscayne Blvd Ste 501 Miami Beach FL 33132 Southeast Security Joe Lentine Jlentine@southeastsecurity.com 1385 Wolf Creek Trail Sharon Center OH 44274 Southern Computer Warehouse, Inc Valerie State valerie.state@scw.com 7705798927 1395 S Marietta Pkwy, building 300 suite 108 Marietta GA 30067 Southland Technology Jerri Canfield jcanfield@southlandtechnology.com 8586940932 8053 Vickers St San Diego CA 92111 SOVA, Inc. Gene Esposi gene@sova.com 5708999697 48 S Main St Pittston PA 18640 Spectrum Virtual Charles Baudinet cbaudinet@spectrumvirtual.com 2033037540 55 Realty Drive, Suite 315 Cheshire CT 6410 Spinitar - Presentation Products Jay Rogina Jay.Rogina@spinitar.com 714-367-2900 16751 Knott Ave. La Miranda CA 90638 Square Shared David Krugkov david@sharesquared.com SB 800-445-1279 2155 Verdugo Blvd. #33 Montrose CA 91020 SSP Data MB, SB 5102153438 1304 S 51st Street Richmond CA 94804 Stack Lynk Whit Smith whit.smith@stacklynk.com wosb 8434507806 329 Commerce St Cenyterville TX 75833 Starlight Technology Carson Giller carson@starlighttechnology.com 15940 Austin St NE Ham Lake MN 55304 Statstar Carlyn Davis carlyn.davis@satstar.com 919-575-4600 410 Central Avenue Butner Butner NC 27509 Steepmeadow Solutions, LLC Steven Sharpless ssharpless@steepmeadow.com SB 4097611663 360 Nueces #4104 Austin TX 78701 STEP CG, LLC Jim West jwest@stepcg.com 525 W. 5th Street Suite 332 Covington KY 41011 Stepopp Kamran Abdullayev kamran@stepopp.com 617-415-6496 1 Westinghouse Plaza, Suite A-207 Boston MA 02136 Sterling Computers Corporation Lynette Lambing lynette.lambing@sterlingcomputers.cc WOSB 6052424017 303 Centennial Drive North Sioux City SD 57049 STK Consulting & Services Inc. Sergi Ghai sergi@stkservices.com HUBZone 2029030214 425 L Street NW .#1218 Washington DC 20001 Stoic 7 LLC Prentice Sams psams@stoic7.com MBE 8165350098 8009 E 130th Ct Grandview MO 64030 Strategence Technology Douglas Ditta accountmanagement@strategencetecl SB 7324447064 331 Newman Springs Rd Bldg 1, 4th floor, suite Red Bank NJ 7701 Strategic Communications Chris Mills cmills@yourstrategic.com WOSB, SB 844-243-2053 310 Evergreen RD Louisville KY 40243 Structured Casey Richmond crichmond@structured.com (503) 513-9979 12901 SE 97th Ave., Suite 400 Clackamas, OR 97015 Sun Management Joe Noonan joe@sunmanagement.net 2000 14th St N Suite 770 Arlington VA 22201 Supreme Radio Communications, Inc Dave Lander dlander@supremeradio.com SB 309-682-0831 4017 N. Prospect Rd. Peoria Heights, IL 61616 Switch Technologies Inc Marcus Luck sales@switchtechnologies.com 631-228-4405 PO Box 5529 Rocky Point NY 11778 Sychronous Tech Rick McLaughin RMcLaughlin@Synch-Tech.com SB 253-279-1542 7214 26th St E Suite C104 Fife WA 98424 Symbiote IT Solutions Matthew Hinton matthew@symbiotesolutions.com 2250 Wilma Rudolph BLVD, suite F Clarksville TN Synacktek LLC Mike Bates mike@synacktek.cm 2035452838 4 Research Drive Suite 402 Shelton CT 6484 SYNC Information Services, LLC dba l01 William Willis william.willis@reseller.siscs.net 5717629365 7288 Hanover Green Dr Mechanicsville VA 23111 Syndesi Solutions Robert Hubbs rhubbs@syndesisolutions.com 256-867-4135 115 West Market St Athens AL 35611 SYNERCOMM, INC. Kirk Hanratty Kirk.Hanratty@synercomm.com 262-373-7100 3265 Gateway Road, Suite 650 Brookfield WI 53045 SYNERGY IT SOLUTIONS Jim Kelley jkelley@synergyits.com 7871 Lehigh Crossing Suite 1 Victor NY 14564 System Liquidation Rohit Gera roy@systemliquidation.com 908-668-0008 1652 South 2nd Street Plainfield NJ 07063 System Tech Inc Austin Howell austin@systemtech.us 2854 S. Featherly Way Boise ID 83709 SYSTEMS MANAGEMENT/PLANNING Daniel Crist dcrist@smp-corp.com 1020 John Street West Henrietta NY 14586 T & G Industries, Inc. Ed Carroll ecarroll@tgioa.com@tgioa.com 120 3rd Street Brooklyn NY 11231 Taking Shape LLC dba Direct Supply So Nancy Piscane nancy@directsupplysolutions.com WO SB 7604315403 5120 El Arbol Carlsbad CA 92008 TaIkATG Mark Smith Mark.Smith@talkatg.com MOWO 2165138864 3621 N Everbrook Ln Ste 5 Muncie IN 47304 Tanches Global Management, Inc. Tanaz Choudhury tanaz@tanches.com HUBZone, DIR, CMBL, P 281-826-2437 10804 Roark Rd Houston TX 77099 Tate Computer Systems Sylvester Tate state@tatecomputersystems.com 3800 Hacks Cross Road, Suite 103 Memphis TN 38125 TBNG Inc, d/b/a TBNG Consulting Mike Metillo mmelillo@tbngconsulting.com 2038749607 500 Boston Post Rd Milford CT 6460 Team 29B Aileen Ryab aileen@team29b.com (410) 703-2913 4157 Mountain Road #207 Pasadena MD 21122 Tech Heads, Inc Landy Kindle landyk@techheads.com 7070 SW Fir Loop Portland OR 97223 Tech Innovation Bill Smith bsmith@techinnovation.com 888-510-4649 9325 Uptown Drive, Suite 900 Indianapolis IN 46256 Tech Power Solutions Inc Glen Jones glen.jones@techpowerusa.com 14656 NE St Redmond WA 98052 Technica Corporation Tabitha Fletcher tfletcher@technicacorp.com 703-662-2000 22970 Indian Creek Drive, Suite 500 Dulles VA 20166 Technology Group Solutions LLC DBA T Richard Long rlong@tgs-mtc.com Certified MOSB; WOSB 864-447-5631 5845 Collections Center Dr Chicago IL 60693 TechnologyWest DBA Interactivewest I Gere Fourney gene@technologywest.io SB 9705791585 750 Main St Suite 1500 Grand Junction CO 81501 TechPower Solutions, Inc Glen Jones glen.jones@techpowerusa.com 4259793224 14656 Ne 95th St Redmond WA 98052 Techworks Consulting Thomas Lohr tom@maketechwork.com 760 KOEHLER AVENUE, UNIT 3 RONKONKOMA NY 11779 Tego Data Hatcher Kincheloe hkincheloe@tegodata.com 1801 Glenwood Ave. #3 Raleigh NC 27608 Tego Data Systems Dianna Smith dsmith@tegodata.com 1801 Glenwood Ave #3 Raleigh NC 27608 Telecom Technologies Nick Nielsen nnielsen@telecom-tech.com SBE 651-456-5800 2935 W. Service Rd. Eagan MN 55121 Telrepco Robin Manginelli rmanginelli@telrepco.com SBE 203-284-5226 101 North Plains Industrial Rd Wallingford CT 6492 Telsolv, LLC Staci Chisum stacy.chisum@mobilitycg.com Certified WOSB (WBE2.888-378-1008 6485 Shiloh Rd B200 Alpharetta GA 30005 Tempest Telecom Solutions, LLC Richard Smith rsmith@tempesttelecom.com 136 W Cannon Perdido Ste 100 Santa Barbara CA 93101 Teracai Chris Spaulding chris.spaulding@teracai.com 3158833565 217 Lawrence Rd East Syracuse NY 13212 The eConsortium Group Sonal Malhotra sonal@econsortium.com 7132488092 2401 Fountain View Dr. Suite 920 Houston TX 77057 The Fulcrum Group Inc David Johnson sales@fulcrumgroup.net 5751 Kroger Dr. STE 279 Fort Worth TX 76244 The Personal Computer Store, Inc. dba John Crockett crockett@avinext.com 1400 University Drive E College Station TX 77840 The Repair Depot LLC Billy Bean billy@therepairdepot.com WOSB 4055337942 1337 S Western Rd Stillwater Ok 74074 The Utility Company of East TN, DBA T Dawn Bouch dawn@trytuc.com WOBE 4232829348 3080 Hwy 75 suite 6 Blountville TN 37617 Think IT Al Charles Elliott charles@thinkitai.com 2529 Central Avennue St. Petersburg FL 33713 Thornburg Computer Services Brett Hanson bret.hanson@thornburgcs.com 4258185252 4168 B PL NW Auburn WA 98001 Tiber Creek Consulting Keith Bond keith.bond@tibercreek.com 10130 Mallard Creek Rd suite 300 Charlotte NC 28262 Titanium Supply Co Michael Lombardo Mlombardo@titaniumsupply.com 847-223-4600 888 E. Belvedere RD, STE 104 GraysLake IL 60030 Titanium Supply Co Michael Lombardo Mlombardo@titaniumsupply.com SB 847-223-4600 888 E. Belvedere RD, STE 104 GraysLake IL 60030 Tixzy Sencomm Inc dba Sencommunir Dayo Olabisi dayo.olabisi@tixzy.com SB, WO, VO, MO 813-436-5039 9208 Florida Palm Drive Tampa FL 33619 TommyTQL Thomas Macak tmacak@tommytql.com (360) 562-0502 107 Spring St Seattle WA 98104 Total Tech International Inc Ken Hamiliton khamilton@ltotaltech.com MO 858 764 5191 10601-G Tierrasanta Blvd #225 San Diego CA 92124 TRACE3, LLC Dustin Johnson dustin.johnson@trace3.com 949.398.7121 7565 Irvine Center Drive Irvine CA 92618 Trebron Security LLC Dave Peck DPeck@Trebron.com DLP 6178943814 PO Box 68 Strasburg PA 17579 Triden Group Reece Stone reece.stone@tridengroup.com Veteran owned 858-776-3945 7220 Trade Street San Diego CA 92127 Trifecta Networks _ John Medaska jm@trifectanetworks.com 4027 Tampa Rd, Suite 3900 Oldsmar FL 34677 TriOrb Solutions Joseph Hall joehall@triorbsolutions.com SDVOSB, MBE, DBE, HL 8338746727 7457 Aloma Avenue, Suite 305 Winter Park, FI Trivad, Inc. Fil Gonzalez fgonzalez@trivad.com WOSBMO 650.286.1086 1350 Bayshore Hwy Suite 450 Burlingame, CA 94010 Trivoshop Peter Arshi PARSHI@TRIVOSHOP.COM 1910 Thomas Ave Cheyenne WY 82001 TSA, Inc. / Technical & Scientific Applic Jeffrey Long jeff.long@tsa.com 205-421-4934 1855 Data Drive, STE 100 _ _ Hoover AL 35244 TSM Consulting Services, Inc Rick Meyers rickm@tlets.com (972) 961-7911 219 Rockbrook Dr. Rockwall TX 75087 Ultra Strobe Communications, Inc Rob Cruise rob@ultrastrobe.com SB 815-479-1717 748 Tek Dr Crystal Lake IL 60014 Unistar-Sparco Computers, Inc. Eduardo Perez-Glez ed@sparco.com 7089 Rybum Drive Millington TN 38053 United Business Machines, Inc Doris Green dagreen@ubti.com 877-917-0100 9218 Gaither Rd. Gaithersburg MD 20877 UNITED DATA TECHNOLOGIES INC. / U Fernando Fernandez Ffernandez@udtonline.com 2900 Monarch Lakes Blvd, Suite 300 Miramar, FL 33027 UNITED DATA TECHNOLOGIES INC. / U Cinthya Beato cbeato@udtonline.com 9543085100 2900 Monarch Lakes Blvd, Suite 300 Miramar FL 33027 Upstate Wholesale Supply, inc. DBA Br Lindsey Cooksey Icooksey@britecomputers.com 585-869-6000 7647 Main Street Fishers Victor NY 14564 Utra Strobe Rob Cruise rob@ultrastrobe.com SB 8154791717 748 Tek Dr Crystal Lake II 60014 V3 Gate Oscar Valedez, Jr. ovaldez@v3gate.com 555 Middle Creek Parkway #120 Colorado Springs CO 80921 Valcom Salt Lake City, LLC DBA VLCM Matt Shelley mshelley@vlcm.com 800-817-1504 852 E. Arrowhead Lane Salt Lake City UT 84107 Valcom Salt Lake City, LLC DBA VLCM Matthew Shelley mshelley@vlcm.com 8012629277 852 E Arrowhead Ln Salt Lake City UT 84107 V-AM.CO, LLC DBA Mobile Edge Team Sean Crowley Sean@MobileEdge.US 818-262-2114 2221 Justin Road Flower Mound TX 75028 Vandis Inc. Max Slygh NCPAcontract@vandis.com 5182812200 1 Albertson Ave. Albertson NY 11507 Vanguard Computers, Inc. Deb Smith deb.s@vanguardinc.com 262-317-1900 13100 W. Lisbon Rd Brookfield WI 53005 Vector Resources, Inc. Mark Allen mallen@vectorusa.com 310-436-1000 20917 Higgins Ct Torrance CA 90501 Vector Tech Group Jon Novakowski jnovakowski@vectortechgroup.com 6162681700 170 Veterans Drive Holland MI 49423 Velocity Network Matt Wiertel Matt.Wiertel@velocitynetwork.net 8148339111 121 West 10th St Erie PA 16501 Veristor Systems, Inc. Murray Granger murray.granger@veristor.com (678) 990-1593 4850 River Green Parkway Duluth GA 30096 Verteks Consulting, Inc John Childers jchilders@verteks.com 3524010909 2100 Sw 22nd Place Ocala FL 34471 Vestige Information Technology LLC Marlon Nichols marlon@vestigeit.com 23 Berleley St Surrey ND ViewTech Group, LLC Susie Beaubien susie.beaubien@viewtechgroup.com WBE, WOSB, HUBZone 817-717-9600 1332 Crampton St. Dallas TX 75207 VineSTAR Technology Group Lawrence Segovia Isegovia@vinestargroup.com 951-217-3242 34428 Yucaipa Blvd, E245 Yucaipa CA 92399 Virtucom Tim Prince tprince@virtucom.com WO (770) 908-8100 5060 Avalon Ridge Pkwy, Suite 300 Peachtree Corners GA 31909-1695 Vision 21 Solutions, LLC Rick White SBA, WOSB 510-346-0300 P.O. Box 598 Lakewood CA 90714-0598 Vision Communications Co. Merri Ann Smart m-smart@2viscom.com WOSB (510) 346-0300 PO Box 593 Lakewood CA 90714-0598 3 CO Visuanics LLC Vivacity Tech PBC Vology Vox VPLS Solutions VSpine Networks & Advisors, LLC vTECH io vTECH io Washington Computer Service WaveStrong, Inc. WB Mason We Did IT Consulting Webhouse Westcott Technologies Corp DBA Lock! Westwind Computer Products Inc Whalley Computer Associates White- Harris White Rock Cyber Security Wholesale Computer Exchange Wi-Fiber Wilson Office Interiors Winslow Technology Group Wireless Investors, LLC DBA Ensemble Wireless Services Center Inc DBA MAC Woodard Technologies and Investmen Work Innovators LLC World Wide Technology Inc. WrightCore XenTegra GOV XenTegra LLC Xerox Business Solutions Xiologix LLC XIT Solutions Y&S Technologies Yeo & Yeo Computer Consulting Zaphyr Zivaro Zivaro Inc Zunesis Adrian Reed Eli Maloley Ceilia Lee Scott Landis Kevin Tsai Vin Spinelli Christopher McDaniel Anisha Vataliya Jeff Singer Dan Joslin Dan Orr Steven Espinal Dan Kerning Wesley Greer Lupe Montoya Paul Whalley Bernard White Odessa Criales-Smith Tom Quinn Adair Grover Sandra Ramirez Ed Palmer Derek Wheeler Tanya Weido Susie Smith Ese Aihie James Ewing Matt Saier Harvey Green Harvey Green Nicole Dumouchel Sheryl Still Shawn Santerre Mordy Finck Kimberly St. John James Ewing Carolina Palacios Sean McCroskey Tom Savage AdrianR@visuanics.com eli@vivacitytech.com CLee@vology.com slandis@voxns.com quotes@vplssolutions.com vin@vspinenetworks.com Chris.McDaniel@vtechio.com Anisha.V@vTechsolution.com Jeff.Singer@washcomp.com danjoslin@wavestrong.com dan.orr@wbmason.com steven.espinal@wediditconsulting.conSDVOSB (914) 705-1763 dkerning@webhse.com SDVOSB 516-764-6300 wgreer@lockstepgroup.com 6788600514 lupe@wwcpinc.com SB, HUBZone, WOSB, N 5053454720 pw@wca.com bwhite@white-harris.com odessa@wrsecure.com tomq@wholesalecomputer.com SB agrover@wi-fiber.us sramirez@wilsonoi.com epalmer@winslowtg.com derek@ensemblesolutionsgroup.com tanya@machnetworks.com ssmith@twotrees.com ese.aihie@workinnovators.com james.ewing@wwt.com msaier@wrightcore.com harvey.green@xentegra.com harvey.green@xentegra.com nicole.dumouchel@xerox.com sstill@xiologix.com ssanterre@xitsolutions.com mordy@yandstech.com kimstj@yeoandyeo.com james.ewing@wwt.com contracts@zivaro.com smccroskey@zivaro.com SB tom.savage@zunesis.com MODBE VOSB SBA, WO, HUB SB, MO SB, MO MBE, SBE 3059340975 1360 Collins Ave Unit 204 505 W Minnehaha Ave Suite 100 8138185268 15950 Bay Vista Drive 650-989-1082 130 Produce Ave, Suite 130 1744 W. Katella Ave. Suite 250 8568732282 206 Wilson Road 239-431-0067 2338 Immokalee Rd 1100 H st NW suite 750 2129979882 225 West 35th Street 17 Floor 5674 Stoneridge Drive Suite 225 59 Centre Street 9201 Sunrise Lakes Blvd 226 7th Street Suite 201 190 Technology Parkway Suite 125 5655 Jefferson NE One Whalley Way 208 N Broadway 8533 Ferndale Rd. #101 2034598222 9 Trefoil Drive, First Floor 2033769745 10951 Martingale Ct 972-488-4109 1341 W Mockingbird Ln Suite 1100W 508-509-6998 303 WYMAN STREET SUITE 210 888-311-0601 1855 E Southern Ave Suite 215 1930 Palomar Point Way STE 104 316.634.4306 200 North Emporia Ave, Suite 300 9727772080 4400 StateHwy 121 sTE 300 3149191411 1 World Wide Way 6156103413 725 Cool Springs Blvd Suite 420 704-912-5158 PO Box 1954 704.912.5158 PO Box 1954 201 Merritt 7 8050 SW Warm Springs St. Ste 100 1112 20th Steet 383 Kingston Ave. Ste 357 5300 Bay Road, Suite 200 973-560-9050 160 Littleton Rd., STE 205 303-929-3982 3900 E. Mexico Avenue, Suite 1000 303-455-8800 3900 E Mexico Avenue, Suite 1000 7208805493 4B Inverness Ct. East Suite 100 Miami Beach Saint Paul Clearwater South San Francisco Orange Turnersville Naples, Washington New York Pleasanton Brockton Sunrise Garden City Peachtree Corners Albuquerque Southwick Glouster City Dallas Trumbull Potomac Dallas WALTHAM Mesa Carisbad Wichita Lewisville St. Louis Franklin Huntersville, Huntersville, Norwalk Tualatin Bakersfield Brooklyn Saginaw Parsippany Denver Denver Englewood, FL 33139 MN 55103 FL 33760 CA 94080 CA 92867 NJ 8012 FL 34120 DC 20005 NY 10001 CA 94588 MA 2301 FL 33322 NY 11530 GA 30092 NM 87109 WA 1077 NJ 8030 TX 75238 MD MD 20854 TX 75247 MA 2451 AZ 85204 CA 92008 KS 67202 TX 75056 MO 63146 TN 37067 NC 28070 NC 28070 CT 6851 OR 97062 CA 93301 NY 11213 MI 48604 NJ 7054 CO 80210 CO 80210 CO 80112