Loading...
HomeMy WebLinkAbout001097 Original Contract City of Port Angeles Record # 001097 AGREEMENT AND SERVICES CONTRACT THIS AGREEMENT ("Contract") is made by and between the City of Port Angeles, a Washington municipal corporation ("City" or"Owner"), and General Pacific ("Contractor"). WITNESSETH: That WHEREAS the Owner heretofore has requirements for Energy/Conservation Device Kit Purchase RFP and the Contractor did on the 29th day of June , 2016 file with the Owner a proposal to provide Energy/Conservation Device Kit Purchase RFP services and agreed to accept as payment therefore the rates fully stated and set forth in the Proposal, and; WHEREAS,the said Contract Documents fully and accurately described in terms and conditions upon which the Contractor proposes to furnish said equipment,labor,materials,and provide said services,together with the manner and time of furnishing same; IT 1S THEREFORE AGREED, first, that a copy of said Proposal and other Contract Documents filed with the Owner, as aforesaid, does, in all particulars, become a part of the Contract by and between the parties hereto in all matters and things therein set forth and described; and further, that the Owner and the Contractor hereby accept and agree to the terms and conditions of said Contract Documents as filed as completely as if said terms,specifications, conditions, and plans were herein set out in full. This Contract,the Contractor's Proposal in part or in whole,and any supporting contract documents agreed to in negotiations contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings shall be effective for any purpose. No provision of this Contract may be amended except by written agreement of the Parties. The Contractor shall not transfer or assign,in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the Owner. In the event the Owner consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. Subject to the preceding sentence,this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. The venue for any dispute related to this Contract shall be Clallam County, Washington. Failure of the Owner to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. This Contract shall be governed by and interpreted in accordance with the laws of the State of Washington. Each individual executing this Contract on behalf of the Owner and Contractor represents and warrants that such individuals are duly authorized to execute this Contract. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. In the event of a conflict between the terms and provisions of any of the Contract Documents,the City Manager or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. Page 1 In consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: 1. SCOPE OF SERVICES General Pacific will provide energy conservation device kits to City of Port Angeles residents per this scope of services to help our customers reduce their energy consumption in their homes as outlined in Exhibit 2. A. General Scope The CITY may review the CONTRACTOR'S services, and if they do not meet the Professional Standard of Care the CONTRACTOR shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section 5 of this Contract. Any changes made necessary due to causes outside the CONTRACTOR'S reasonable control shall be provided as an extra work herein. The CONTRACTOR agrees that all services performed under this Contract shall be in accordance with the standards of the engineering profession for similar services on similar projects of like size and nature and in compliance with applicable federal, state and local laws. The Scope of Services may be amended upon written approval of both parties. 2. MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONTRACTOR'S total compensation and reimbursement under this Contract, including labor, direct non-salary reimbursable costs and outside services, shall not exceed the maximum sum of for calendar year 2016 and for calendar year 2017. The budget for each task is as set forth above. Budgets for task(s)may be modified upon mutual agreement between the two parties, but in any event, the total payment to CONTRACTOR shall not exceed $14.72 per kit or$119797.22 (8l 38 kit j_for calendar year 2016 and $14.72 per kit or S 125120.0((up to 8500 kits) for the optional distribution in calendar year 2017. This contract for services will be on an as-needed basis. The City does not guarantee any minimum or maximum amount of work under this contract. 3. TERM OF THE CONTRACT The term of the contract is 120 days from award notice. The City reserves the right to extend this contract for services and add the optional 2017 year. The City does not guarantee any minimum or maximum amount of work under this contract. 4. PAYMENT The CITY shall pay the CONTRACTOR as set forth in this section of the Contract. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. Page 2 A. Payment shall be on the basis of the CONTRACTOR'S cost for actual labor, overhead and profit plus CONTRACTOR'S direct non-salary reimbursable costs as set forth in the CONTRACTOR's proposal. B. The CONTRACTOR shall submit invoices to the CITY upon completion of conservation kit distribution. Invoices shall detail the kit unit price, including packaging and delivery cost, quantity, and total cost. In addition the Contractor shall provide a report on progress made on delivery of conservation kits to the local USPS office. C. The CITY shall review the invoices and make payment for the work accomplished less the amounts previously paid. D. The CONTRACTOR invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONTRACTOR will be made after the completion of the work and acceptance by the CITY. 5. CHANGES IN WORK Other than changes directed by the CITY as set forth in Section 1 above, either party may request changes in the Scope of Services. Such changes shall not become part of this Contract unless and until mutually agreed upon and incorporated herein by written amendments to this Contract executed by both parties. 6. SUBCONTRACTS A. The CONTRACTOR shall not sublet or assign any of the work covered by this Contract without the written consent of the CITY. B. In all solicitation either by competitive bidding or negotiation made by the CONTRACTOR for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential sub-contractor or supplier shall be notified by the CONTRACTOR of CONTRACTOR's obligations under this Contract, including the nondiscrimination requirements. 7. NONDISCRIMINATION The CONTRACTOR shall conduct its business in a manner, which assures fair, equal and non- discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONTRACTOR shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONTRACTOR shall comply with all requirements of applicable federal, state or local Page 3 laws or regulations issued pursuant thereto,relating to the establishment of non-discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. 8. INDEPENDENT CONTRACTOR STATUS The relation created by this Contract is that of owner-independent contractor. The CONTRACTOR is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONTRACTOR, as an independent contractor, has the authority to control and direct the performance of services within the scope of services. The CONTRACTOR shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to,unemployment insurance, Social Security, and income tax. 9. EMPLOYMENT Employees of the CONTRACTOR, while engaged in the performance of any work or services under this Contract, shall be considered employees of the CONTRACTOR only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONTRACTOR'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONTRACTOR. In performing this Contract, the CONTRACTOR shall not employ or contract with any CITY employee without the CITY's written consent. 10. OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work with the exception of those standard details and specifications regularly used by the CONTRACTOR in its normal course of business shall upon payment of all arnounts rightfully owed by the CITY to the CONTRACTOR herein become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONTRACTOR. However, any alteration of the documents, by the CITY or by others acting through or on behalf of the CITY, will be at the CITY's sole risk. 11. TERMINATION OF CONTRACT A. The CITY may terminate this Contract at any time upon not less than ten (10) days written notice to the CONTRACTOR. Written notice will be by certified mail sent to the CONTRACTOR's designated representative at the address provided by the CONTRACTOR. As a condition precedent to termination for cause the CONTRACTOR shall be given the notice period to cure such cause and shall have failed to so cure. Page 4 B. In the event this Contract is terminated prior to the completion of the work, a final payment shall be made to the CONTRACTOR, which, when added to any payments previously made, shall compensate the CONTRACTOR for the work completed. C. In the event this Contract is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section 10 above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONTRACTOR. 12. INDEMNIFICATIONMOLD HARMLESS CONTRACTOR shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONTRACTOR in perforinance of this Contract, except for injuries and damages caused by the sole negligence of the CITY. The CITY agrees to indemnify the CONTRACTOR from any claims, damages, losses, and costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Contract. If the negligence or willful misconduct of both CONTRACTOR and CITY (or a person identified above for whom each is liable)is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONTRACTOR and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONTRACTOR, the CITY, and the officers, officials, employees, and volunteers of either, the CONTRACTOR'S liability hereunder shall be only to the extent of the CONTRACTOR'S negligence. It is further specifically and expressly understood that the indemnification provided hercin constitutes the CONTRACTOR'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or tennination of this Contract. However, the CONTRACTOR expressly reserves its rights as a third person set forth in RCW 51.24.035. 13. INSURANCE The CONTRACTOR shall procure and maintain for the duration of the Contract, insurance against clairns for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, its agents, representatives, employees or subcontractors. Page 5 No Limitation. CONTRACTOR'S maintenance of insurance as required by the Contract shall not be construed to limit the liability of the CONTRACTOR to the coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance CONTRACTOR shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury. The CITY shall be named as an insured under the CONTRACTOR's Commercial General Liability insurance policy with respect to the work performed for the CITY; and, 2. Professional Liability insurance appropriate to the CONTRACTOR's profession. B. Minimum Amounts of Insurance CONTRACTOR shall maintain the following insurance limits: I. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 2. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and$1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Professional Liability and Commercial General Liability insurance: 1. The CONTRACTOR's insurance coverage shall be primary insurance as respect the CITY. Any insurance, self-insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONTRACTOR's insurance and shall not contribute with it. 2. The CONTRACTOR shall provide CITY and all Additional Insureds with written notice of any policy cancellation within two (2)business days of their receipt of such notice. 3. Any payment of deductible or self-insured retention shall be the sole responsibility of the CONTRACTOR. 4. The CONTRACTOR'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is trade or suit is brought, except with respects to the limits of the insurer's liability. Page 6 D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:V1I. E. Verification of Coverage CONTRACTOR shall furnish the CITY with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the CONTRACTOR before commencement of the work. 14. APPLICABLE LAW This Contract shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. 15. EXHIBITS AND SIGNATURES This Contract, including its exhibits, constitutes the entire Contract, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Contract: Exhibit I—Proposal Exhibit 2—Scope of Services IN FAITH WHEREOF,witness the hand and seals of both parties hereto on the day and year in this Contract last below written. DATED the day and year set forth below. CONTRACTOR CITY OF PORT ANGELES Printed Name: Printed � � Name: Afn= IL Title: Title- Address: itle:Address Date: I7 /Jo City: APPROVE rAS TO FORM: r BY: Phone Number: CITY ATTORNEY ATTES : Date: ---------------------------- BY: fi el fk avvW TY CLEAK **END OF CONTRACT** Page 7 Exhibit 2— Scope of Services SCOPE OF SERVICES—Energy/Conservation Device Kit Purchase. Each kit shall be mailed directly to the Customer's home and include the following components and their quantities: SPECIFICATIONS: • 9 W LED A-Lamp, 4 per kit • 8.5X11 informational sheet to be printed by successful bidder(electronic file provided by City of Port Angeles upon proposal acceptance), 1 per kit QUANITITY: 8500 (complete list to be provided upon proposal acceptance)delivered during the 2016 calendar year with an option for 8500 to be provided and delivered during the 2017 calendar year. DATE DELIVERY REQUIRED: Maximum of 90 days from receipt of purchase order. DELIVERY METHOD: Kits to be mailed to City addresses (provided by the City) according to USPS requirements. Addresses will be either 98362 or 98363 Zip Codes. Each kit shall include the following components and their quantities: 9 W LED (4 per Kit): • Currently Energy Star listed • Omni Directional • Dimmable • The following listed models (chart below) are part of the Bonneville Power Administration price buy-down program and shall NOT be used as a component in the kit: d i 4 r SKU Model Manufacturer -.. .. ........ ---- _ �.____ _ -.-___ 3435153 BPAGOM800/I ED I Feit 3514684 BPOM60/830/LED Feit 3516317 OM60/830/LED/4 Feit 9 W/LED/OMNI/D 9 W/LED/OMNI/D Greenl ite 144799 ^� BPCEAG800/927/LED/3 Feit 1023027 CEOM60/927/4Feit�_____.__._�_,_�.__._____.__.�. BA19-08027OMF-12DE26- 1000003071 2U 100 Cree,Inc. BA19-08050OMF-12DE26-_� 1000003072 2U100 Cree, Inc. 1001370396 SaSA-A810SS-Q1D-02 Leedarson 1001370396 5aSA A810SS-Q1D-02 Leedarson 1001253817 929001.1345 PHILIPS LIGHTING CO 1001541716 9290011345-3 PHILIPS LIGHTING CO 1001253821 9290011346 PHILIPS LIGHTING CO 1001-279-695 L9ADO27.K TCP I i E General information This form must be signed by a person authorized to make proposals and enter into contract negotiations on behalf of your company. To be considered for this project, the submittals must be completed in accordance with this RFP and this cover sheet must be attached. Failure to submit this form will result in your proposal being deemed non-responsive. if Authori & ()flicial (Signature) Date Printiamc:of Authorised Official Title of Authorized Official Company Name Contact Person 1 ( f Address ` City, Mate, Zip Phone Number Fax Number .�i �3�a`o � 't'"l.°,`Y-�` .:(`4- 'k :. l �'�i�` t t; !, ti.- ...e E-Mail Address Federal Tax ID # NOTE: It is the sole responsibility of the bidder to learn of Addenda, if any. Such information may be obtained from the .Builder's Exchange of Washington (BXWA) web site,1Zttp://bxwa.com Page 4 1. Qualifications a. Founded in 1965, General Pacific, Inc. has more than 50 years experience serving electric utility customers. b. General Pacific's Conservation division has successfully completed dozens ofkit projects over the past several years, Crystal Zeigler, manager of the Conservation division, has more than 8 years experience in the energy efficiency industry with a focus on kit fulfillment. Each member of General Pacific's packing and warehouse crew has been with the company for over 5 years, so the entire team is well versed in the execution of kit projects. 2. Experience a. General Pacific has recently completed energy efficiency kit projects for the following utilities: Energy Trust of Oregon, Puget Sound Energy, Snohomish PUD, Umatilla Electric, Raft River Rural Electric, Clearwater Power, I.,ower Valley Energy, Central. Electric Coop, lvlidstate Electric, City of Milton, Okanogan Co. Electric, Klickitat County PUD, Tanner Electric, Canby Utility, Idaho County Light & Power, Modern Electric. In addition to the above, we are currently fulfilling a repeat kit order for Umatilla Electric and Central Electric Coop's fourth order of kits in the past year. We also have an ongoing contract to provide Portland General Electric with kits for their community pantries, and have held this contract for the past 5+ years. "These kits are shipped to various locations across the greater Portland area on an as-needed basis, and we have shipped approximately 5,000 kits thus far this year. Example 1: Clearwater Power Company contracted with General Pacific for an energy efficiency kit project in 2011 and was so pleased with its success that they again turned to us for a new project in 2013. Clearwater came to us in mid-July 2013 with little more than a budget and a deadline of September 30 for completion. They also required their customers to opt-in in order to receive a kit. After an initial discussion of their goals, we immediately set to work determining the ideal kit contents and sourcing that material. We developed a rather aggressive marketing plan in order to get the word out to customers quickly. This included a bill insert, a feature in Clearwater's monthly magazine (complete with "clip-out coupon" form), notifications on social media, and a website built and hosted by General Paci he where customers could request their free kits. The promotion was off the ground in a matter of days, and the first flight of kits were sourced,printed, packed and shipped by the middle of August. From conception to completion, the project took only six weeks and saw the delivery of approximately 2,000 kits—nearly 25% of their residential customers. Example 2: In a project that featured a variety of General Pacific's capabilities and unique expertise, we supplied over 6,600 kits to Lower Valley Electric (LVE) customers in Wyoming and Idaho. We engaged with LVE on a number of their concerns including marketing/branding, budget restraints, product-nix, promotion, and customer sign-up mechanisms. We were able to employ insight gleaned from previous projects to provide tailored solutions in each of these areas. We first explored LVE's ideas about what items to include in the kit. We then considered their project budget, and determined a product configuration that would both fit within their fiscal restraints and deliver the energy savings they were looking for. The next consideration was the distribution pian. LVE wanted to keep the overall project cost down, yet also reach their rural custonners. We were able to strike a balance by sending bulk shipments of kits to their offices while shipping directly to the homes of their more distant customers. LVE handed out kits from the bulk shipments to customers at each of their two offices and at community events. The customers targeted for direct shipments were reached with an email promoting the free kit, and were able to sign up online via a LVE branded registration.website that General Pacific developed and hosted. In the end, LVE was able to provide kits to roughly 30% of their residential customers with this promotion while staying within their budget and achieving their desired energy savings. b. General Pacific's conservation division is headed by Crystal Zeigler who has more than S _years experience in the energy efficiency industry, with a focus on kit projects throughout her tenure here, as well as at her previous position at Conservation Services Group (now a part of CLEAResrrlt). Chris Talarieo, Project Manager, has been with General Pacific for 3 years and has overseen dozens of kit projects of all nnanrner of size and complexity. The team is rounded out with Karissa George who provides sales, administrative, and customer support, as well as our warehouse crew that packs and ships the kits. 3. Approach and Understanding General Pacific's regularly stocks between 10,000 and 20,000 of the LED itenn proposed for this Energy/Conservation Device Kit Purchase, or approximately half of the necessary quantity. Upon award of the contract, General Pacific will immediately bring into stock the remaining quantity, which is readily available from our supplier. At the same time, we will procure shipping boxes—imprinted with a single-color City of Pont Angeles logo at no additional cost to the City—and have the informational sheet professionally printed. Upon receipt of the list of recipient addresses, General Pacific will validate each address with the USPS to ensure that each kit will be deliverable. Should any addresses be incomplete or otherwise fail USPS validation, General Pacific will contact the City for clarification or correction. All kit materials will arrive at General Pacific's warehouse and packing facility within 30 days, at which time the kits will be packed. Our packing crews will run 3-5 days a week until all kits are assembled. Kits will be palletized and shipped via a freight carrier in two shipments—one to the Post Office that services zip code 98362, and one to the Post Office that services zip code 98363. The USPS will then deliver the kits to individual addresses. The entire project will be completed within 60 days of award of the contract. 4. Capacity for Performance a. General Pacific staff working on this project will be: Crystal Zeigler, Conservation Sales Manager Christopher Talar.ico, Project Manager Karissa George, Project Coordinator Plus 4 kit packing and warehouse staff members headed by George Holloway b. Fulfilling energy efficiency kits is a core business of General Pacific's Conservation division, and the City's project will be our first priority. Chris Talarico will not only be the City's point of contact, but will oversee all project activities from initial material.procurement to final kit shipping. 5. Ability to Respond General Pacific operates out of a 50,000 square foot warehouse with ample room to execute kit projects of any size. As described above, we are staffed to handle kit projects as they arise, and have a well established relationship with a staffing agency to bring in additional resources for projects that are large scale and/or have tight deadlines. We have successfully executed very complex projects including one for the Energy Trust of Oregon that entailed the assembly of individually customized kits (each kit with difl:erent contents)totaling more than 120,000 over an 18 month period. While substantial, the City's project is straightforward. We are well equipped to handle this work in our normal course of business, and will comfortably complete the project within 60 days of award. A second conservation device kit distribution could also be completed given a lead time of 60 days. 6. Cost The total cost is $13.58 per kit- or $115,430.00 for 8,500 kits. This pricing includes material, handling, and shipping fees. A second distribution can be completed at the same cost. 7. Services Contract Modifications No modifications are necessary. Exhibit 2— Scope of Services SCOPE OF SERVICES—Energy/Conservation Device Kit Purchase. Each kit shall be mailed directly to the Customer's home and include the following components and their quantities: SPECIFICATIONS: + 9 W LED A-Lamp, 4 per kit ® 8.5X11 informational sheet to be printed by successful bidder(electronic file provided by City of Port Angeles upon proposal acceptance), 1 per kit QUAINITITY: 8500 (complete list to be provided upon proposal acceptance) delivered during the 2016 calendar year with an option for 8500 to be provided and delivered during the 2017 calendar year. DATE DELIVERY REQUIRED: Maximum of 90 days from receipt of purchase order. DELIVERY METHOD:Kits to be mailed to City addresses (provided by the City) according to USPS requirements. Addresses will be either 98362 or 98363 Zip Codes. Each kit shall include the following components and their quantities: 9 W LED (4 per Kit): Currently Energy Star listed O Omni Directional 0 Dimmable ® The following listed models (chart below) are part of the Bonneville Power Administration price buy-down program and shall NOT be used as a component in the kit: i I SKU Model Manufacturer 3435153 BPAGOM800/LED Fert � 3514684 BPOM60/830/LED Feit 3516317 OM60/830/LED/4 Feit 9 W/LED/OMNI/D 9 W/LED/OMNI/D Greenlite 144799 BPCEAG800/927/LED/3 Feit _ - 1023027 CEOM60/927/4 Feit � BA19-080270MF-12DE26- /000003071 21J100 Cree,Inc. BA 19-0 805 0OMF-12DE26- 1000003072 2U100 Cree,Inc. 1001370396 5aSA-A810SS-Q1D-02 Lecdarson 1001370396 5aSA-A810SS-Q1D-02 Leedarson 1001253817 9290011345 _ PHILIPS LIGHTING CO 1001541716 9290011345-3 PHILIPS LIGHTING CO 1001253821 9290011346 PHILIPS LIGHTING CO 1001-279-695 ��L9AD027K --� ��— TCP �--���--