Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62456
CSC No. 62456 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between Wilson Bauhaus Interiors, LLC ("Vendor"), an authorized reseller for Egan Visual Corporation through OMNIA Partners Contract #07-86, and the City of Fort Worth ("City"), a Texas home -rule municipality individually referred to as "party" and collectively as the "parties". The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: OFFICIAL RECORD CITY SECRETARY 1. This Cooperative Purchase Agreement; FT. WORTH, Tx 2. Exhibit A — Links to Online Price List and Discount Structure; 3. Exhibit B — Cooperative Agency Contract OMNIA Partners #07-86; and 4. Exhibit C — Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this Cooperative Purchase Agreement shall control. City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement by City shall not exceed Two Million Ninety Thousand Eight Hundred and Fifty -Seven Dollars with Zero Cents ($ 2,090,857.00) for the initial term, $821,675.00 for Renewal 1, $944,926.00 for Renewal 2, $1,086,655.00 for Renewal 3, and $1,249,665.00 for Renewal 4. The Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C or cooperative agreement and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager ("Effective Date") and expiring on September 30, 2025 ("Expiration Date"), with four (4) one- year renewal options. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 1 of 164 Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney's Office at the same address To VENDOR: WILSON BAUHAUS INTERIORS, LLC Attn: Felicia Davila 1341 W. Mockingbird Lane, Suite I IOOW Dallas, Texas 75247 Email: fdavila(a)wilsonbauhaus.com City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of law provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 2 of 164 If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. (signature page follows) (remainder of this page intentionally left blank) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 3 of 164 The undersigned represents and warran hat he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT W TH: By: William Johnson (D c 17, 202411:29 CST) Name: William Johnson Title: Assistant City Manager Date: Dec 17, 2024 APPROVAL RECOMMENDED: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Kathryn Agee -Dow Title: Senior Management Analyst APPROVED AS TO FORM AND LEGALITY: Robert Alldredge Adedgeig"ed by Robert Date: 2024.12.16 14:50:01-06'00' BY: Name: Robert A. Alldredge Jr. By: Title: Executive Assistant Chief Name: Andrea Phillips .�9F�RTnaB Title: Assistant City Attorney CONTRACT AUTHORIZATION: By: °Qn��54ga M&C: 24-0932 Name: Jannette Goodall Date Approved: 10/29/2024 Title: City Secretary 1295 Form: 2024-1217846 WILSON BAUHAUS INTERIORS, LLC re&.ia. DA.VUA. Name: Felicia Davila Title: Principal / Owner Date: Dec 14, 2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 4 of 164 EXHIBIT A OMNIA Partners Contract #07-86 Links to Online Price List and Discount Structure Online https://egan.com/group-purchasing-contracts/omnia-partners/ https://egan.com/wp-content/uploads/Egan_Price-Guide_USD.pdf COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 5 of 164 EVS TECHNOLOGY PRODUCTS DESIGN RESOURCES 17 819k 7 MR MNIA Partners Contract Name Contract Number Solicitation Number Awarded To Contract Period FINS # OMNIA Partners 07-H - Furniture 14-15 Egan Visual Corporation Sept. 1, 2022 — Sept. 30, 2025 F980066279 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 6 of 164 12/13/24, 7:07 PM OMNIA Partners — Egan Visual Contracts OMNIA Partners Contact Us Price Book On Contract 2023 Price & Specification Guide Discount EGAN 45% discount on the Commercial Price & Specification Guide. Copy of the public agency order required for order entry. Volume Discount Structure $20,000 - $43,000: 1 % $43,001 - $64,000: 3% $64,001 - $107,000: 5% $107,001 - $160,000: 6% $160,001 - $1,000,000: 8% These % values are per order, shipping to a single location and are not cumulative. Geographic Coverage All 50 states plus the District of Columbia. r COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 7 of 164 https://egan.com/group-purchasing-contracts/omnia-partners/ 1 /4 12/13/24, 7:07 PM OMNIA Partners — Egan Visual Ordering Instructions Orders are to be placed directly with manufacturer. Purchase orders must be clearly marked "OMNIA Partners 07-86- Furniture" FOB Point Buffalo, New York 14150-0888 Based on the order totals summed using the list price of the products, the freight costs are invoiced per the following: Single Shipment total at list: $0-4,999. Freight Charge: $279. Single Shipment total at list: $5,000-9,999. Freight Charge: $379. Single Shipment total at list: $10,000-$14,999. Freight Charge: $479. Single Shipment total at list: $15,000+. Freight Charge: $579. Single Shipment total at list: Small Parcel. Freight Charge: $50. This program is limited to destination in the 48 contiguous States and 10 Canadian Provinces (excluding the Territories YT, NT, NU). This program provides for normal ground transportation. Program eligibility is subject to Egan Standard Terms & Conditions. Accessorial charges extra if applicable. Delivery Time Within 60 days after receipt of order, or earlier. Overnight and 2-day Delivery As part of our Quickship products, items that are in red on the official price list are available for overnight and 2-day delivery options, subject to availability and quantity required. For inquiries, contact customerservice@egan.com or call 1-800-263-2387. Expedited Delivery Items eligible for expedited delivery are in red on the official price list as part of our Quickship Program. These will ship within 2-5 days. Terms and Conditions of Installation Installation available on all orders for product excluding the Versa Presentation surfaces product line. Installation services are based on order product net value. Orders where product net value is less than $3,764 installation charges cannot exceed 15% with a $112 minimum. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 8 of 164 https://egan.com/group-purchasing-contracts/omnia-partners/ 2/4 12/13/24, 7:07 PM OMNIA Partners - Egan Visual Installation for orders with product value greater than $3,764 will be negotiated with the ordering agency on a case - by -case basis. Installation for Versa Presentation Surfaces requires addition attention to surface preparation prior to installation. Site survey may be required for estimate. Dealer will negotiate on a case -by -case basis. Warehousing Up to one month, no cost. After one month $80 net per month or part thereof. Adding Dealers If you wish to add dealers to the dealer list contact contracts@egan.com with dealership name, address, contact person name, phone number and email address. Sign up for our newsletter to discover design tips, project showcases, creative solutions to enhance your spaces, and insights into the latest trends in the workplace. Enter Your Email Subscribe If you have any questions regarding your order, products or our service, please contact our customer service. MONDAY - FRIDAY: 8:30AM - 5PM PHONE: U.S. AND CANADA 1-800-263-2387 EMAIL: CUSTOM ERSERVICE@EGAN.COM ADDRESS:300 HANLAN RD, WOODBRIDGE, ON L4L 3P6 f O in 0 © 2024 Egan Visual. All Rights Reserved. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 9 of 164 https://egan.com/group-purchasing-contracts/omnia-partners/ 3/4 12/13/24, 7:07 PM OMNIA Partners — Egan Visual EGAN COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 10 of 164 https://egan.com/group-purchasing-contracts/omnia-partners/ 4/4 ��►:i:rr:�rrEl Region XIV Education Service Center 1850 Highway 351 Abilene, TX 79601-4750 325-675-8600 FAX 325-675-8659 Thursday, September 15L, 2022 Egan Visual Corporation ATTN: M. Jami Noguchi 300 Hanlan Rd Vaughan, ON L4L3P6 Dear Jami: Region XIV Education Service Center is happy to announce that Egan Visual Corporation has been awarded an annual contract for Furniture based on the proposal submitted to Region XIV ESC. The contract is effective immediately and will expire on September 301", 2025. The contract can then be renewed annually for an additional five years, if mutually agreed on by Region XIV ESC and Egan Visual Corporation. We look forward to a long and successful partnership underneath this contract. If you have any questions or concerns, feel free to contact me at 325-675-8600. Sincerely, Shane Fields Region XIV, Executive Director COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 11 of 164 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 five (5) additional one-year terms or any combination of time equally not more than 5 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 12 of 164 ♦ 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 Dricina 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 ➢ Proposal should address the following warranty information: ■ 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 ➢ Products ■ Vendor shall provide equipment, materials and products that are new unless otherwise specified, of good quality and free of defects ➢ Construction ■ Vendor shall perform services in a good and workmanlike manner and in accordance with industry standards for the service provided. ♦ Safety ➢ Vendors performing services shall comply with occupational safety and health rules and regulations. Also all vendors and subcontractors shall be held responsible for the safety of their employees and any conditions that may cause injury or damage to persons or property. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 13 of 164 ♦ Permits ➢ Since this is a national contract, knowing the permit laws in each state is the sole responsibility of the vendor. ♦ 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. ♦ 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 fof legal ffand , factual grounds including copies of relevant COOP City of Fort Visual Visual Corp Page 14 of 164 ➢ 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 and regulation of any kind of government of the United States or any civil or military authority; insurrections; riots; epidemics; pandemics; 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. ♦ Termination ➢ 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, COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 15 of 164 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. Region14 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 16 of 164 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 five (5) additional one-year terms or any combination of time equally not more than 5 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. ♦ Price Increases ➢ Should it become necessary, price increase requests may be submitted at any point during the term of the contract by written amendment. Included with the request must be documentation and/or formal cost justification for these changes. Requests will be formally reviewed, and if justified, the amendment will be approved. ♦ Products and Services Additions ➢ New Products and/or Services may be added to the resulting contract at any time during the term by written amendment, to the extent that those products and/or 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 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 17 of 164 ➢ While no minimum volume is guaranteed, the estimated (but not limited to) annual volume for Products and Services purchased under the proposed Master Agreement is $150 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. ♦ 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. Contract award letter issued by Region 14 ESC is the counter- signature document establishing acceptance of the contract. ♦ 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 respondent's 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 18 of 164 ♦ 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-O IA Partners #07-86-Egan Visual Corp Page 19 of 164 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 and Experience (15 points) ➢ A minimum of ten (10) public sector references for product and/or services of similar scope dating within past 3 years ➢ Respondent Reputation in marketplace ➢ Past Experience working with public sector. ➢ Exhibited understanding of cooperative purchasing ♦ Value Added Products/Services Description, (10 points) ➢ Additional Products/Services related to the scope of RFP ➢ Marketing and Training ➢ Minority and Women Business Enterprise (MWBE) and (HUB) Participation ➢ Customer Service ♦ Innovation (10 points) ➢ Past Innovation, how it affected sales ➢ Future Innovation in the pipeline COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 20 of 164 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 of 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 Egan Visual Corporation Address 300 Hanlan Rd City/State/Zip Vaughan, ON L41-31P6 Telephone No. 800-263-2387 Fax No. Email address contracts@egan.com a@egan.com Printed name M. Jamie Noguchi Position with company Special Projects Manager pigitd9y ltgr.YI by Mlth-t 1 Authorized signature Michael J Noguchl ew9u4=a1 04m. Rum 7.15 OR46:se-05'OW COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 21 of 164 Tab 2 - NCPA Administration Agreement This Administration Agreement is made as of September 1, 2022 , by and between National Cooperative Purchasing Alliance ("NCPA') and Egan Visual ("Vendor"). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated September 1. 2022. referenced as Contract Number 07-86 , 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 Furniture; 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 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 22 of 164 Y 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 under reporting 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 Minding. Y Awarded vendor agrees to allow NCPA to use their name and logo within webs ite, marketing materials and advertisement. Any use of NCPA name and Iogo 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 he entitled. Y 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. Y 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: Egan Visual Corporation Name: Matthew Mackel Name. M. Jamie Noguchi Title: Director. Business Development Title; Special Projects Manager Address: PO Box 701273 Address: 300 Hanlan Rd Houston, TX 77270 Vaughan. ON 1-41-3p6 A*WWYYs4"d by MkhaeF] Michael J Noguchi "chi Signature _ Signature: ULW22X,1009A5A2XW Date: September 1, 2022 Date: 7/18/22 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 23 of 164 Tab 3 - Vendor Questionnaire Please provide responses to the following questions that address your company's operations, organization, structure, and processes for providing products and services, States Covered ➢ Bidder must indicate any and all states where products and services can be offered. Please indicate the price co -efficient for each state if it varies. 0 50 States & District of Columbia [Selecting this box is equal to checking all boxes below) ❑ Alabama ❑ Alaska ❑ Arizona ❑ Arkansas ❑ California ❑ Colorado ❑ Connecticut ❑ Delaware ❑ District of Columbia ❑ Florida ❑ Georgia ❑ Hawaii ❑ Idaho ❑ Illinois ❑ Indiana ❑ Iowa ❑ Kansas ❑ Kentucky ❑ Louisiana ❑ Maine ❑ Maryland ❑ Massachusetts ❑ Michigan ❑ Minnesota ❑ Mississippi ❑ Missouri ❑ Montana ❑ Nebraska ❑ Nevada ❑ New Hampshire ❑ New Jersey ❑ New Mexico ❑ New York ❑ North Carolina ❑ North Dakota ❑ Ohio ❑ Oklahoma ❑ Oregon ❑ Pennsylvania ❑ Rhode Island ❑ South Carolina ❑ South Dakota ❑ Tennessee ❑ Texas ❑ Utah ❑ Vermont ❑ Virginia ❑ Washington ❑ West Virginia ❑ Wisconsin ❑ Wyoming COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 24 of 164 1] All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) FOB Destination to within 48 continental US, ❑ American Samna ❑ Northern Marina Islands ❑ Federated States of Micronesia ❑ Puerto Rico ❑ Guam ❑ U.S. Virgin Islands ❑ Midway Islands ♦ Minority and Women Business Enterprise (MWBE) and (HUB) Participation A It is the policy of some entities participating in NCPA to involve minority and women business enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an M/WBE or HUB certified. ■ Minority / Women Business Enterprise Respondent Certifies that this Firm is a M/WBE ❑ A Historically Underutilized Business * Respondent Certifies that this firm is a HUB ❑ ♦ Residency ➢ Responding Company's principal place of business is in the city of Vaughan State of ON ♦ Felony Conviction Notice Please Check Applicable Sox; ❑ A publically held corporation; therefore, this reporting requirement is not applicable, is not owned or operated by anyone who has been convicted of a felony. ❑ Is owned or operated by the following individual(s) who has/have been convicted of a felony ➢ if the 3rd box is checked, a detailed explanation of the names and convictions must be attached. ♦ distribution Channel r Which best describes your company's position in the distribution channel; ❑ Manufacturer Direct ❑ Certified education/government reseller ❑ Authorized Distributor ❑ Manufacturer marketing through reseller ❑ Value-added reseller ❑ Other: ♦ Processing Information ➢ Provide company contact information for the following: ■ Sales Reports / Accounts Payable Contact Person: Jamie Noguchi Title: Special Projects Manager Company: Egan ViStiat Address: 300 Hanlan Rd City: Vaughan State: ON Zip: L4L3P6 Phone: 800-263-2387 Email: irioguchi@egan.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 25 of 164 ■ Purchase Orders Contact Person: Customer Service Title; Company: Egan Visual Address: 300 Hanlan Rd City: Vaughan State: ON Zip: L4L3P6 — - Phone: 800-263-2387 Email: customerservice@egan.com ■ Sales and Marketing Contact Person: Jamie Noguchi Title: Special Projects Manager Company: Egan Visual Address: 300 Hanlan Rd City: Vaughan State: ON Zip: L4L3P6 Phone: 800-263-2387 Email: jnaguchi@egan.com ♦ Pricing Information ➢ In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing. ■ If answer is no, attach a statement detailing how pricing for NCPA participants would be calculated for future product introductions. M Yes ❑ No Pricing submitted includes the required NCPA administrative fee. The NCPA fee is calculated based on the invoice price to the customer. ® Yes ❑ No COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 26 of 164 Tab 4 -Vendor Profile ♦ Company's official registered name. Egan Visual Corporation ♦ Brief history of your company, including the year it was established. Egan Visual, founded in 1967, is the market leader in designing and manufacturing visual communication systems and furniture for business, conference, and training environments. Egan products include markerboards, tackboards, glass boards, track system markerboards, presentation cabinets, interactive flat panels, dry -erase wallcoverings, open office furniture, lecterns and mobiles. Egan VersaSurface'" (EVS) is a remarkable material that provides superb dry -erase and projection screen capabilities in a single product — unique to Egan. Egan's strong Custom Response Program invites feedback and development of customer driven product refinements. This results in a continually renewing product pipeline of highly relevant, market leading, quality products. Egan Visual has been certified to have established, documented, implemented and maintain a Quality Management System as well as an Environmental Management Systems. LEEDI data sheets and GREENGUARD certificates available. Environmental issues and requirements will remain a main focus for Egan. A continuous improvement manager is a member of the Egan staff and has overseen the company through the ISO 9001 and ISO 14001 environmental and quality management requirements. ♦ Company's Dun & Bradstreet (D&B) number. 205543267 ♦ Company's organizational chart of those individuals that would be involved in the contract. Vice PmWentOperations ;NCPA ubravka W inkovic Jane,. Finance Manager Marketing Manager Customer SerwctManager Contrcrt Admimdtrw r NCPA Ordednp Ingrid Chamb Saleha Pathan Accounts Pava Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort mortis ® *ffigmd'SaOMts Iavr�oiers,S�L C M prF( €�i1��N 0 t nQViJtlaY�kSi P� timeliness. Page 27 of 164 ♦ Corporate office location. 0 List the number of sales and services offices for states being bid in solicitation. Egan Visual Corporation 300 Hanlan Road, Vaughan, ON L4L 3P6 0 List the names of key contacts at each with title, address, phone and e--- mail address. Ordering: James Bortoluzzi Customer Service Manager 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Fax: 905-851-3426 Email: orders@egan.com Reporting and Contract Administration: Jamie Noguchi Special Projects Manager 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Fax: 905-851-3426 Email: contracts@ejzan.com Accounts Payable: Sudesh Mehta Accounts Payable 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Fax: 905-851-3426 Email: ichambers@et;an.com Sales: Chris Benavides VP of Sales 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Cell: 951-836-9001 Email: cbenavides@epan.com ♦ Define your standard terms of payment. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort W99b $sr 411€t�blt�a�b�t9r� i4] i �s , �i1F�IfA,I' i3kl�s �k7b m l a,R��%fi�►, JEQQ Ad t melmess. Page 28 of 164 ♦ Who is your competition in the marketplace? Ghent, Claridge, Clarus, Skyline, Hightower, Quartet ♦ What differentiates your company from competitors? Egan Visual is a designer, and manufacturer of visual communications products that help our end users boost collaboration, interest, engagement and productivity in corporate, educational, government, healthcare, worship, entertainment, and retail markets. Egan's visual communications solutions are intuitive, robust, durable, made from highest -grade materials for a steady, long -life performance. What differentiates Egan from the rest of the market is the legacy of almost 50 years of manufacturing highest quality, modern visual communications furniture, manufactured in North America, backed by exceptional Customer Service support. Our craftsmanship has been recognized by Fortune 500 companies to local business workplaces, who turn to Egan as a go -to visual communications manufacturer. Egan is also known for its sophisticated Custom Response program, allowing customers to request derivative designs of our standard product offering, as well as entirely new product design that falls under Egan's niche of office furniture. 0 Describe how your company will market this contract if awarded. Purpose and Mission Define a marketing and sales strategy to improve market penetration to support Egan Visual contract with NCPA and achieve the following two goals: Grow sales • Expand the presence of high -quality Egan product for nation-wide counties, cities, special districts, local governments, school districts, private K-12 schools, higher education institutions, states, other government agencies, healthcare organizations or non-profit organizations. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort %*W Aralfigotpabl4wre timeliness. Page 29 of 164 Situational Analysis Egan Visual specializes in designing and manufacturing visual communication furniture for corporate, government, healthcare, education and retail markets. it is the intention of Egan Visual to meet the needs of NCPA and its members to provide furnishings on an "as needed" basis in support of their daily operations. Marketing Objective and Strategy Egan seeks to provide NCPA buyers with a range of high -quality visual communication products. To make sure this goal is accomplished the company will engage the representatives with clear objectives and tools to increase awareness and recognize opportunities. Tools and collateral material will be seeded to the Dealer network to promote Egan product and increase sales. Communication Strategy • Email marketing campaigns • Established Sales representation through our nation-wide networks of Representative Firms Toll -free to head office • Elaborate online product information • NCPA-specific landing page on egan.com • Egan product binder program • Product Knowledge live sessions (webinars) • Tradeshow campaigns ♦ Describe how you intend to introduce NCPA to your company. Egan has a process in place when awarded a new contract. Internal administration is conducted through Lotus Notes/QSi process flow, where all relevant stakeholders are added to the project and are being informed of all steps/other actions taken in bidding/managing the contract. External announcements are then made to our Sales Network of professional Rep Firms, and our dealer base. Additional marketing activities follow. Please see "♦ Describe how your company will market this contract if awarded" section above. Egan fortunately has a current Furniture contract with NCPA. ♦ Describe your firm's capabilities and functionality of your on-line catalog / ordering website. Due to a sheer volume of specification options available to our customers, Egan currently does not manage an online ordering website. Products are specified by using current Egan Price & Specification Guide, which is available online at: www.egan.com. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort c� \Mild@d�t�a�b�OIr{yj{��rpPgp#p57tr�(�@,rta�v&yala@rid timeliness. Page 30 of 164 ♦ Describe your company's Customer Service Department (hours of operation, number of service centers, etc.) Tel: 905-851-2826 Toll -free: 800-263-2387 Fax: 905-851-3426 Egan Visual Customer Service is open: Monday to Thursday 8arn-4.30prn ET Friday 8am-1pm ET After hours service is also available on weekdays until 7pm ET. ♦ Green Initiatives As our business grows, we want to make sure we minimize our impact on the Earth's climate. We are taking every step we can to implement innovative and responsible environmental practices throughout NCPA to reduce our carbon footprint, reduce waste, energy conservation, and ensure efficient computing and much more. To that effort we ask respondents to provide their companies environmental policy and/or green initiative. We want to make sure that the steps we take today will lead to a better tomorrow. So, sustainability is embedded into everything we do — from the materials we choose, to the way we build our products, and how we use what's left. We're proud to say that byproducts of our manufacturing process contribute nearly zero waste to landfill. That's because the materials and products that come into our factory either leave as finished products or end up being reused, recycled or converted to energy. When we updated our interior LED lighting, it cut our annual electricity consumption by 225,146 kWh — the equivalent of powering 3,000 homes for one month. This earned us a Certificate of Achievement from PowerStream, our factory's utility company. We pride ourselves on being environmentally responsible, as we take every step to ensure a better future for not only our company, but the atmosphere as well. Through our Toxic Reduction Plan, we're able to exponentially decrease the use of toxic chemicals and TOCs at our facility. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3F6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort t��Kt�a$8,n�li �nt� ko ai ssekJi�a, QM�1rA� shp�e€� 03[7�E;�aR\ iQtYAJaku®rid timeliness. Page 31 of 164 ♦ Vendor Certifications (if applicable) 0 Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing respondent to perform the covered services including, but not limited to, licenses, registrations, or certifications. Certifications can include M/WBE, HUB, and manufacturer certifications for sales and service. All Egan products are GREENGUARD certified. Egan promotes global sustainability, environmental health, and safety. Our products have low chemical emissions, preserving the quality of the air in which the products are used. GREENGUARD conducts strict chemical emissions tests, and certifies products that meet healthy interior standards. Download your copy of Egan product GREENGUARD Certificates at www.egan.com Egan Visual Corporation, 300 Hanlan Road, Vaughan ON 1-41- 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort %n Ee6r� li 'ggAm9,4k, timeliness. Page 32 of 164 Tab 5 — Products and Services ♦ Respondent shall perform and provide these products and/or services under the terms of this agreement. The supplier shall assist the end user with making a determination of their individual needs. ♦ The following is a list of suggested (but not limited to) categories. List all categories along with manufacturer that you are responding with. Respondents do not have to offer every category in order to be considered for award. • Audio / Visual Furniture • Classroom / Educational / Dormitory • Healthcare • Library • Office • Science Lab • Tables Egan Visual has a network of almost 60 professional sales rep firms that cover all continental US states. Any product -related inquiries will be promptly addressed by Egan Customer Service team, which can be reached at: Toll -free: 800-263-2387 Fax: 905-851-3426 Email: customerservicePegan.com Delivery: Egan will deliver under standard Terms & Conditions to 48 contiguous states and District of Columbia at 60 days ARO or sooner. Items identified in RED in the current Price and Specification Guide are Instant Ship items, and will ship within 2-5 business days. The freight costs are invoiced per the following: Single shipment total at list: $0-4,999, freight charge $199 Single shipment total at list: $5,000-9,999, freight charge $299 Single shipment total at list: $10,000+, freight charge $399 Single shipment total at list: Small Parcel, freight charge $40 Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3136 Tel 905-88y51--2826\/Feax 9OS-851-3426 www.egan.com COOP City of Fort�crt��3 �Qsissei�lic%;��PnC�n�4tlRY�6tk�cs�?� laM�,�a�d@mod timeliness. Page 33 of 164 Installation: Installation shall be quoted by the dealer on a case -by -case basis. ♦ Warranty & Claims Please see Egan Terms & Conditions for details about Warranty & Claims. Terms & Conditions can be found at: www.egan.com ♦ Manufacturers If respondent is a manufacturer, please provide list of dealers/resellers you wish to assign underneath the contract. Egan utilizes hundreds of independent dealers throughout the US. Our dealer list is ever changing. To find an authorized dealer in your area, please contact Egan Customer Service at: Toll -free: 800-263-2387 Fax: 905-851-3426 Email: customerservice(@eRan.com Egan Visual Corporation, 300 Hanlan Road, Vaughan nOnNpnL14pL 3pP6 Tel 9057-851E-2826 Fax 905-851-3426 www.egan.com COOP City of Fort yNxtps Cdr�i'R9 t��is��i l �di�Q�'se�niic`t, F ���Y011 h8 f� �yer�S�p ASi6��fEs���Y�`M�%aiatrt�r d timeliness. Page 34 of 164 Tab 8 -Value Added Products and Services See Appendix A Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort 1 4�c$ Wh4��t�i hs 4t� iMM..Sm", ,� p y f,��e�� �r� aJa�d@ lr d timeliness. Page 35 of 164 Appendix A Egan Visual Value Added Products and Services Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort djgerdw ;Ehlcre, L3Y1dNl� f3�fi��tfi #�7trl� �a�ny�bq&y�,dla(u@Cddtimeliness. Page 36 of 164 Egan Versa Presentation Surface (EVS'") is an Egan exclusive patented -technology presentation surface introduced in 2002 It is a 9�3 TM unique invention that distinguishes Egan products from the rest in the presentation furniture industry. EVS has inspired the creation of various whiteboard and projection screen product offerings. It is the unique tool for generating, capturing and presenting ideas. technology This technology surface enhances communication by supporting whiteboard brainstorms as well as data projection of popular presentation formats. The matte -white finish reduces glare from ambient light in office environments. Glare can cause a reduction in character -to - background contrast, reducing the legibility of screen characters, which at the extreme can cause the contents of the whiteboard to become unrecognizable. Because this only affects viewing at eye level and from only parts of the room, many whiteboard users are not even aware of this major shortcoming! To overcome glare, whiteboard readers will often squint or move about to minimize the effect_ EVS solves that problem. EVS provides a matte -white surface with an incredibly low -gloss factor that is guaranteed -to -clean. The unique surface provides a comfortable 160' viewing angle of your projected image. That means you get a crisp, clear view from almost any angle in the room, without dimming the lights. When mounted on steel, EVS accepts magnetic accessories. Versatility is also found in EVS' configurability. EVS is available in a variety of large and small format applications, can be applied on almost any even surface, and can be specified in a variety of sizes and shapes, Apply EganINK° graphics, and let the sky be your limit! EVS is guaranteed -to -clean for 10 years. White Porcelain Porcelain Dry -Erase Vinyl EVS Above images illustrate the difference in surface glare on leading whiteboards Built to handle the toughest environments: GUARANTEED- Never ghosts TO -CLEAN Removes sharpie • Professional grade performance DESIGN @91. technology MATTE FINISH EVS' smooth matte surface is easy on the eyes: Reduces glare from ambient light • Ideal for projection • 160, viewing angle FLEXIBILITY EVS offers design choices unlike Porcelain and Glass: Wide array of formats and irregular shapes • Large, seemless expanse up to 400ft • Lightweight boards 2021 *USA PrieMp!�pff�FpT6pfvy8#& Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Pa 2 0 4 5 Speak with a live Customer Service Rep 1-800-263-2387 +1-905-851-2826 Live coverage Mon -Fri 8:00-6.00 EST OQSpeak with your local Egan Manufacturer's Rep 17-1 Egan Visual has a network of professional sales representatives covering every major market in the US and Canada. Visit tt salPoan.rom/rera-Inr, to or contact Egan Customer Service and we will be happy to connect you directly. Email a Customer Service Rep or Sales Team Member customerservice@egan.com sales@egan.com Receive Egan Updates t Subscribe to Egan News & Product Bulletins: email "Subscribe" to marketing@egan.com "� Egan Website www.egan.com. Retrieve complete and up-to-date information online: • Latest Specifications • New Features • What's New • Resources: Installation Guides, LEED Data Sheets, GREENGUARD 5 Certificates, Videos Connect with Egan Browse galleries, images Be a friend of Egan on Facebook OD and virtual showrooms www.facebook.com/egan.visual www.pinterest.com/eganvisual Watch videos on YouTube Ypq� � Follow Egan on Instagram www.youtube.com/eganvisual @eganvisualinc Connect with Egan on Linkedln www.linkedin.com/company/egan-visual Additional Online Industry Presence myresourcelibrary.com mr MY RESOL7 CE LIBRARY' 2020spaces.com 2020Tr1/ ACCREDITED MANUFACTURER projectmatrix.com gsaadvantage.gov Advantage! If M EgaCTC oRp City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp USA Price and l5fiygfMbr�j&kde *2021 Instant Ship Program Instant Ship, In Stock - Quantities up to six (6) are available on two day lead time. Product is shipped within two (2) *instant business days. Instant Ship items can be found on page 2 Delivery subject to receipt of written order and inventory levels at Ship time of order. For critical orders please confirm by calling 1-800-263-2387. Freight Included Policy J Qualifying orders ship freight prepaid as a single piece. Any unqualified orders will have freight charges added Freight to the invoice. Freight charges apply on orders under $3 000 list. See Freight Program (page 92). Included I� GREENGUARD Certification ire! Egan promotes global sustainability, environmental health, and safety. Our products have low chemical emissions, preserving GREENGUuco the quality of the air in which the products are used. GREENGUARD conducts strict chemical emissions tests, and certifies products that meet healthy interior standards. Download your copy of Egan product GREENGUARD Certificates at www.egan.com. EcoTack/PET EcoTack is Polyethylene Terephthalate (PET). The tackable infill material is an adaptable acoustical panel made from 100% polyester - approximately 50% is recycled water bottles. EcoTack features a 3/8" deep tackable panel mounted proud on the board. Egan Fabric Program Egan offers a range of Maharam fabric options that can be specified on all Tackable and Sound Ideas products. All available fabrics have been factory tested to ensure it delivers upon the quality and performance that Egan demands of its products. For more information on the Egan fabrics available and for more information on custom fabric options, see page 88 or visit egan.com. Contact Maharam directly at 1-800-645-3943 or visit www.maharam.com for samples or memos for presentation. For your convenience, digital representations are available online at www.egan.com. Flammability Maharam textiles meet all appropriate flammability requirements (further details available, please contact Maharam): • California Bulletin #117 • Compatible with California Bulletin #133 • Tunnel Test surface ratings • Class I UFAC Egan Infinite Color Palette t \ \ Choose from over 1,000 standard colors at no additional cost. The Infinite Color Program is available on all Egan Glass I I i products - EganAero and GlassWrite. The color program includes Egan Infinite Palette and Pantone colors (uncoated and coated). To view the full range of colors, visit pantone.com or egan.com to download the Infinite Color Palette fan deck at egan.com. Custom Stain Egan offers 8 stain options but have the resources in house to match or create a custom stain based on your design. For an additional upcharge of $250/ product Egan will work with you to give you the stain you need. Q EganINK Enhance Egan products by specifying EganINK. Print on any of the following Egan surfaces: GlassWrite, EganAero, EVS, and Fabric - standard upcharge of minimum $200 or $25/sgft. EganINK is perfect for injecting branding, custom graphics, signage or artwork into your space. To learn more about Egan's high quality, large format graphic printing, see page 86. o Custom Response As a manufacturer, Egan has a wide range of capabilities and resources available to provide a product that is tailored to a + customers specific needs. From simple customizations like logo designs and sizes adjustments to more complex A- configurations such as new product design, we will work with you at every step of the way. For more information on how to engage Egan and to learn more about our process. 2031 s uSbPd�SrpUiy odor orth� Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 39 of 164 Visual 93 Having a hard time finding that perfect color? The Infinite Color Program or Custom Color Matching program may be just what you need. I I ' We strive to provide the most accurate representation of your selected color possible. Glass's natural material content may influence the representation of your color when viewed through Egan glass. Egan recommends requesting a clear glass sample to place over the top of your color swatch to provide a more accurate representation of your color' s appearance when applied to the back of a GlassWrite markerboard. There are three easy ways to choose a color 1. Choose a color from the infinite Color Program, which will include Pantone colors: https://www.pantone.com/color-finder 2. Specify a color from an industry or commercial standard fan deck (RAL, Pantone, Benjamin Moore, Sherwin-Williams, etc) There is a standard upcharge unless indicated otherwise. The Custom Color program is limited to color matches that do not have speckles, patterns or any metallic content. Egan uses polymer coatings which may be specified in custom colors. These polymer coatings may add texture or sheen options that will affect the appearance of your chosen finish. Egan will match the color specified as closely as our formulating process allows. Please note that color gloss cannot be matched. There is a standard upcharge unless indicated otherwise. Samples are not provided for approval unless requested, additional charges may apply. Finishes outside of these parameters will be addressed on a sample by sample basis and additional charges may be applicable. Egan encourages custom stain applications. Our finishing system is automated and ensures that the proper amount of stain and lacquer is sprayed on each product. However, as wood is a natural product, each log will vary in color and appearance. Egan's skilled carpenters match doors and components to enhance the natural and variable beauty of real wood. O All veneers are small heart, center book matched and finished in a fast curing two component lacquer which provides a durable, open -grain silk -matte finish. Veneer is 1/64' -1/32' thick. Occasional cleaning with any household furniture polish will maintain this finish like new for many years. Customers are responsible for the suitability of the final product. Many modern veneer selections are available through our Custom Response program. Ordering Custom Stain 1. Provide sample species (Oak, Cherry, Mahogany, Maple and Walnut) with stain applied. Where possible please provide details of stain manufacture, product number, and application details so our crafts people can reproduce the custom stain as accurately as possible within Egan's normal manufacturing process. 2. Egan will produce a sample for review. 3. Egan will require signed approvals with PO. Natural variations are to be expected and are not Egan's responsibility, Unfinished Wood Products Unfinished Wood Products may be ordered: • By specifying wood species required and • By tagging it "Ship to customer unfinished" Preparing a product for custom staining requires additional steps to be taken, at no additional cost. Any complaint regarding the quality of a unit must be registered prior to any finish work being performed. Note: Presentation Cabinets with tackable fabric panel on the inside of each door on any unfinished unit is supplied with paper wrapped around it to protect the fabric from stain during the finishing process. The paper should be carefully removed by cutting around the perimeter with an appropriate blade. 34 ® , -u=l USA Price and Specification Guide OD2021 Ega c�& City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 40 of 164 Sometimes, creative environments need visual interest or structure to inspire and complete thinking. Bold or understated, EganINK complements and sets the mood, whatever your mood may be - KPI templates, care boards, logos, wayfinding, signage, or high -resolution art. EganINK bespoke graphics may be specified on a wide range of Egan products, whether it be stock art or COA. This is where the ability to customize and introduce your own design to our communication tools is useful. EganINK is an innovative ink system provides high resolution multi -color application of letters/lines/graphics. EganINK gives you the flexibility to uniquely communicate your message, showcase your brand, and express your ideas. With infinite possibilities for customization with lines, grids, dots, letters, logos, graphics and full -color art, you can create one -of -a -kind charts and collaboration boards that truly inspire. The design intent of EganINK is that it will represent most artwork and logos faithfully at a normal viewing distance, allowing you to have a functional workspace that is in harmony with your corporate identity and the design of the room. GlassWrite and EVS products may be printed on. Eganlnk has a minimum upcharge of $200, or $25 per square foot of product surface. Square foot is determined on product size not graphic size. EganINK has a limited l year warranty. TEMPLATES & CHARTS BRANDING rF1l:4i'i14114 (i;J:t*SI*I1L'7:1jW:17 O The Custom Response Program is designed to encourage specialized product development. Our manufacturing systems provide for variations and custom solutions. Working with initial direction from designers and clients, Egan will research and develop solutions that work within the Egan manufacturing process. This makes the program ideal for those clients who require a single + run of a substantial number of products and/or where there is an ongoing need. Opportunities for complete product design where volume is available are also encouraged. Our CAD specialists understand high -quality cabinetry and can quickly evaluate Custom Response Program requests. Contact your local Egan Representative with your product needs. Pricing and delivery is based on individual requirements. Example #1 Original product: V-Series Mobile Custom product: Customer's Own Panel with customer's slat wall installed 30" from the floor to match desk height. ' �-rQtxrJ v.7av i I Example #2 Original product: 202 Mobile Instruction Center Custom product: University Lecture Command Console 42" wide, with monitor and room control touchscreen and AV racking. A popular variation of the S21M. 2021 @ USA Price and Snecification Guide Egan Visual E 95 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 41 of 164 Egan has tested compatieble fabrics with Guilford of Maine (GOM) and Maharam Fabrics. Egan factory tests and approves tackable and acoustical textile designs in two grades. Guilford of Maine is priced at standard while Maharam's M-Series program (excluding Messenger pattem fabric) is available with a small upcharge - the cost is added to the total cost of the specified product and applicable options. Need Fabric Samples Egan stocks samples for. • Egan Fabric • Maharam Fabric Program Card • GOM Fabric Program Card Contact Guilford of Maine directly at 1-800-544-0200 or visit www.guilfordofrnaine.com for memo samples. Contact Maharam directly at 1-800-645-3943 or visit www.maharam.com for memo samples. For your convenience, digital representations are available online at www.egan.com. maharam To place an order please specify: 1. The Maharam fabric number, including color, dye lot (if applicable), name. For example: Maharam Medium Pool 463490-040 2. Based on this information, you can build the Egan product code, including finish and option codes, followed by the textile code as shown below: CE2 A 6048 MPII FL 463490-040 �J 1� 1 1 11T 1FLt 1 cad Oetly R..R f!,- •axrli,ltls 4WD 11M•a.iRb,k1411MK •Yd101biu a.. e.w+„o �.•.ru.�v w..r�� area.., .,,a.. n,w w Guilford of Maine To place an order please specify: 1. The Guilford of Maine fabric number, including color, dye lot (if applicable), name. For example: GOM, FR701 White 2100-224 2. Based on this information, you can build the Egan product code, including finish and option codes, followed by the textile code as shown below: SIAPS31� VV 48 4488 uS R 2100-224 �� Rd. iNa Ydow tNM YW[M [!p. CaMrr aoN F.brk t.„.mi p.r,.ktHn: wW wwn •aun Oanm !w/' w.+. I� +� Customer's Own Material (COM) COM Specification for Tackable Panels All Egan tackable components may be ordered with 1. Customer/Company Name E anFabric Program textiles or with customer -supplied 2. Contact name, phone number and email address cLL,t•°"r` 3. Egan product code, correct) specified own'0110l fabrics. Customer's Own Material (COM) handlings g p y p priced as $150 fist per order. The cost of textile and 4. Fabric sample -indicate face side and pattern direction delivery are additional costs that are not included in Egan Supply a sample securely fastened to order showing pattern pricing. It is the customer's responsibility to determine direction. 5. Customer purchase order with COM correctly indicated if the fabric is appropriate for the application specified and that it meets applicable codes and regulations. 6. Fabric manufacturer, fabric name, color, code and dye lot 7. Fabric requirements fully specified, including (but not Egan reserves the right to reject fabrics that, in our opinion, limited to) horizontal/vertical direction, pattern matching, would create unsatisfactory results on the intended railroading, pattern repeats, reversibility. application with our normal manufacturing methods. If it is established that the textile selected will compromise the quality or integrity of Egan products, customers are contacted Cut suou the Cut up the roll ro" (known as (typlwl o, normal to discuss these concerns. Ya1—Anp� dt—U n) Egan does not accept responsibility for unsatisfactory results, overall appearance, fabric defects, flammability, normal 8. Visit www.egan.com for COM Product Yardage durability, color fastness or any other quality issue after Requirements. installation, beyond normal Egan quality standards. 9. All COM must be sent prepaid to: Egan Visual At Egan Visual, we strive to craft superior results. Attention: COM Receiver Visit www.egan.com for further details on COM and 300 Hanlan Road Egan Fabric Program. Vaughan, ON 1-41L 3P6 Canada 10. Label instructions securely applied to COM. 96 2 Fr;3,, Visual USA Price and Spccffication Guide* 2021 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 42 of 164 Tab 9 -Innovation In 1967 Egan Visual invented the Presentation Cabinet and as spent the last 5S years continuing to bring new innovations to the visual display/ communication market. Egan has been a trend setter in Visual Displays and Dry erase Technology. Today Egan offers the most comprehensive collection of Dry -erase boards, Tackboards, Acoustic Panels, Tabletop screens, Mobile Screen solutions, Track systems, and Lecterns on the market. With more surface options than any other manufacturer including Porcelain, Glass, and EVST" dry erase surfaces; for acoustical surfaces we offer PET, Cork, and Fabric wrapped. Egan has the solutions to facilitate communication. Egan Visual powers the Learning Surfaces brand which includes a collection of Dry -Erase boards and Presentation Cabinets tailored to the K12 market. Learning Surfaces has the right solution for the Classroom, Music Room, Marker Spaces, Athletics, and the Administration. Learning Surfaces is dedicated to supporting and facilitating superior learning environments. Egan is dedicated to being a LEED partners. All Egan products are GreenGuard certified, utilize post -consumer content, and FSC wood materials. Egan products contain zero Red List ingredients. Our sustainability culture extends to our manufacturing processes. Egan manufacturing has a near zero waste to landfill program which makes sure all materials entering our plant leave as finished products, are recycled for reuse, or converted to energy. Our recent conversion to LED lights saved enough electricity to power 3,000 homes for a month. We are committed to being a responsible and forward -thinking corporate citizen. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3F6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort %AAMY MgtglYWt timeliness. Page 43 of 164 Tab 10 -Required Documents Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort 84eA 4e ,- } timeliness. Page 44 of 164 CERTIFICATION OF ACCESS TO RECORDS Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any non -financial documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussion relating to such documents. This right of access will last only as long as the records are retained. CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall he bound by the foregoing terms and conditions. Offeror certifies compliance with all provisions, laws, acts, regulations, etc, as specifically noted in the pages above. It is farther acknowledged that offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances as applicable. Offeror: Address: City, State, Zip: Authorized Signature: Date: Egan Visual Corporation 300 Hanlan Rd Vaughan. ON L4L3P6 Michael J D`gitallogned by MkftK4J NMUCK; Noguchl Vwr. M2.07 09A3A3-04+00' i 118122 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 45 of 164 Clean Air and Water Act & Debarment Notice I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C.1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations Potential Vendor Print Name Address City, Sate, Zip Authorized signature Date Egan Visual Corporatioin M. Jamie Noguchi 304 Hanlan Rd Vaughan, ON L41-3136 0i 9ftMYM9WW4�dJ Michael J Nog uchi Nos"M DjW ]0,,2-0.18 tl9A?_+OE -06YIC 7/ 18122 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 46 of 164 Contractor Reauirements Contractor Certification Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or rind that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E- Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the NCPA Participating entities in which work is being performed Fingerprint & Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a Full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement maybe made as authorized in Governing Board policy, The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of AI contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed Business operations in Sudan, Iran In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran. Michael J 1i,1,11 1,,,d by Michael J HogucN Authorized signature Noguchi 09:41A2.04 ' 69:41:4i-04�Oh' Date 7/18122 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 47 of 164 Antitrust Certification Statements fTex. Government Code 6 2155.0051 1 affirm under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this Contract on my awn behalf or on behalf of the company, corporation, Firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Sus, & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature Egan Visual Corporation 300 Hanlan Rd Vaughan, ON L4L3P6 800-263-2387 905-851-3426 contracts@egan.com M. Jamie Noguchi Special Projects Manager Michael J NlggLtally g.ehi l9ned by h5l fiacl] COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 48 of 164 Reuuired Clauses for Federal Assistance provided by FTA ACCESS TO RECORDS AND REPORTS e L) Contractor agrees to: �A l a) Maintain all non -financial books, records, accounts and reports required under this Contract for a period of not less than two (2) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until the FTA Administrator, the U.S. DOT Office of the Inspector General, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all non -financial work, materials, and other data and records that pertain to the Project, and to audit the non-financiai books, records, and accounts that pertain to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. The right of access detailed in this section continues only as long as the records are retained. FTA does not require the inclusion of these requirements of Article I.01 in subcontracts. CIVIL RIGHTS f TITLE VI REQUIREMENTS 1) Non-discrimination. In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C, § 2000d, Section 303 of the Age Discrimination Act of 197S, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other applicable implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. 2) Equal Employment Ontfortunity, The fallowing Equal Employment Opportunity requirements apply to this Contract: a. Race, Color, Creed, National 0dizin, Sex. In accordance with Title VI1 of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal Transit Law at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable Equal Employment Opportunity requirements of U.S. Dept. of Labor regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of labor, 41 CFR, Parts 60 et spa., and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not he limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. in addition, Contractor agrees to comply with any implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. b. Ate. In accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended, 29 U.S.C. Sections 621 through 634, and Equal Employment Opportunity Commission (EEOC) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 49 of 164 State Notice Addendum The National Cooperative Purchasing Alliance (NCPA), on behalf of NCPA and its current and potential participants to include all county, city, special district, local government, school district, private K-12 school, higher education institution, state, tribal government, other government agency, healthcare organization, nonprofit organization and all other Public Agencies located nationally in all fifty states, issues this Request for Proposal (RFP) to result in a national contract. For your reference, the links below include some, but not all, of the entities included in this proposal: httn://www.usa.Luov/Agencies/State and Territories.shtml httus: //www.usa.gov/local-governments �I COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 50 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 All►ed Plastics Evaluation Criteria Point Value Loftwall PS Furniture Allsteel Co., Inc. Pricing 40 32 33 32 29 Ability to service the contract 25 19 22 18 22 References 15 8 13 13 12 Value Added Products and Services 10 5 3 9 8 Innovation 10 6 9 8 8 Total I 100 I 70 I 80 I 80 I 79 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton Vendors Awarded Under this Contract AIS Watson Furniture Peter Pepper Arcadia Chair DEMCO Moore Co Leland Furniture Hightower Palmieri Furniture Trinity Furniture ESI Indiana Furniture WAVFAIR Trendway Davis Furniture Surface Works Grand Rapids Cho, Berco COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 51 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 MIEN Company, Am Tab Evaluation Criteria Point Value Sitescape Series USA, LLC Manufacturing Inc Pricing 40 29 35 23 33 Ability to service the contract 25 21 18 22 19 References 15 13 13 12 7 Value Added Products and Services 10 4 7 8 7 Innovation 10 5 3 8 6 Total I 100 I 72 I 76 I 73 I 72 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton Vendors Awarded Under thi! Mediatechnologie Source Internation Dauphin Via Seating Versteel Invincible Furnitur Jonti-Craft Frank Cooney Homecrest Outdoc Fleetwood Special-T Skyline Design COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 52 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Mobilier de Evaluation Criteria Point Value Bureau Logiflex Borgo NuCraft 9to5 Seating LLC Pricing 40 20 31 30 28 Ability to service the contract 25 17 16 18 21 References 15 13 13 12 12 Value Added Products and Services 10 4 8 9 7 Innovation 10 8 7 8 8 Total I 100 I 62 I 75 I 77 I 76 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton Contract Scandinavian Spaces Norix Loftwall PS Furniture Allsteel Sitescape Vendors Series Seating MIEN Company AmTab Borgo Nucraf t 9to5 Seating COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 53 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Paragon Clarus Forms and Evaluation Criteria Point Value Mamava, Inc Furniture, Inc Glassboards LLC Surfaces, Inc Pricing 40 27 24 35 30 Ability to service the contract 25 23 23 18 22 References 15 13 12 12 10 Value Added Products and Services 10 5 8 4 9 Innovation 10 4 9 4 9 Total I 100 I 72 I 76 I 73 I 80 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton Awarded Under this Contract Mamava Foliot Clarus Haskell Forms & Surfaces Smith System Egan Visual Inscape DARRAN Magnuson Group Three H Sedia Systems COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 54 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Claridge Products DARRAN Three H Furniture Evaluation Criteria Point Value Egan Visual and Equipment, Furniture Systems Limited Pricing 40 29 29 18 30 Ability to service the contract 25 20 19 19 22 References 15 13 8 4 13 Value Added Products and Services 10 8 6 4 5 Innovation 10 4 10 7 3 Total I 100 I 74 I 72 I 52 I 73 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton Vendors Awarded Under this Contract Paragon LOLL Designs Landscape Forms Allied Plastics Co., Inc. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 55 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Lesro Industries, Foliot Furniture HASKELL Smith System Evaluation Criteria Point Value Inc. Inc. EDUCATION Manufacturing Pricing 40 29 23 27 36 Ability to service the contract 25 19 20 19 22 References 15 0 12 9 15 Value Added Products and Services 10 0 8 9 7 Innovation 10 0 8 9 8 Total I 100 I 48 I 71 I 73 I 88 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 56 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Evaluation Criteria Point Value Spec Furniture Inscape, Inc Magnuson Group VARI Sales Inc. Corporation Pricing 40 19 36 36 26 Ability to service the contract 25 21 24 19 17 References 15 8 9 10 7 Value Added Products and Services 10 3 7 4 5 Innovation 10 5 9 10 0 Total I 100 I 56 85 I 79 I 55 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 57 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Affordable Leeder Furniture Arcadia Chair Evaluation Criteria Point Value Sedia Systems Interior Systems, LLC Company Pricing 40 34 21 34 31 Ability to service the contract 25 17 16 24 17 References 15 13 13 13 14 Value Added Products and Services 10 6 4 8 7 Innovation 10 6 2 9 7 Total I 100 I 76 I 56 I 88 I 76 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 58 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Trinity Furniture, Evaluation Criteria Point Value Leland Furniture Artopex Inc RT London Inc Pricing 40 31 17 0 33 Ability to service the contract 25 19 24 0 21 References 15 14 6 0 13 Value Added Products and Services 10 5 4 0 4 Innovation 10 8 9 0 7 Total I 100 I 77 60 I 0 I 78 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 59 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Evaluation Criteria Point Value WAYFAIR Surface Works Watson Demco, Inc Furniture Group Pricing 40 30 34 20 19 Ability to service the contract 25 24 20 24 24 References 15 11 6 13 14 Value Added Products and Services 10 4 6 6 6 Innovation 10 6 6 9 9 Total I 100 I 75 72 I 72 I 72 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 60 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Evaluation Criteria Point Value Hightower Fellowes, Inc. d/b/a/ESI Trendway Grand Rapids Group, LLC Corporation Chair Company Pricing 40 31 21 32 38 Ability to service the contract 25 19 24 21 19 References 15 14 14 12 13 Value Added Products and Services 10 6 6 7 1 Innovation 10 4 7 8 9 Total I 100 I 74 72 80 I 80 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 61 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 PETER PEPPER Palmieri Indiana Furniture Evaluation Criteria Point Value MooreCo Inc. I PRODUCTS INC Furniture Industries Inc Pricing 40 26 30 33 21 Ability to service the contract 25 19 19 20 24 References 15 12 13 12 9 Value Added Products and Services 10 8 4 7 9 Innovation 10 7 9 5 9 Total I 100 I 72 I 75 I 77 72 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 62 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Fairway Holding Evaluation Criteria Point Value Davis Furniture Mediatechnologie Dauphin DBA BERCO Pricing 40 36 31 26 19 Ability to service the contract 25 24 22 22 23 References 15 7 14 13 11 Value Added Products and Services 10 7 5 6 8 Innovation 10 9 3 9 9 Total I 100 I 83 75 I 76 I 70 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 63 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Stance Allseating Evaluation Criteria Point Value Versteel Jonti-Craft, INC Healthcare Inc Corporation Pricing 40 31 26 34 18 Ability to service the contract 25 17 21 23 14 References 15 9 13 8 8 Value Added Products and Services 10 0 7 5 6 Innovation 10 8 7 4 5 Total I 100 I 65 I 74 I 74 I 51 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 64 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Homecrest Source Evaluation Criteria Point Value Special - T, LLC Groupe Lacasse Outdoor International Pricing 40 36 29 21 20 Ability to service the contract 25 22 18 24 19 References 15 9 13 14 12 Value Added Products and Services 10 6 7 8 0 Innovation 10 9 3 10 0 Total I 100 I 82 I 70 I 77 I 51 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 65 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Via Inc (Via IMF Solutions, Frank Cooney FLEETWOOD Evaluation Criteria Point Value Seating) LLC dba Invincible Company, Inc GROUP, INC Pricing 40 34 19 36 35 Ability to service the contract 25 17 23 21 20 References 15 8 14 12 11 Value Added Products and Services 10 8 6 8 4 Innovation 10 7 9 9 8 Total I 100 I 74 71 I 86 I 78 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 66 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Skyline Design, Scandinavian Aura Seating Evaluation Criteria Point Value Norix Group, Inc. (dba of Murti, Inc. Spaces Pricing 40 33 32 29 31 Ability to service the contract 25 23 20 20 18 References 15 12 12 13 5 Value Added Products and Services 10 9 9 5 5 Innovation 10 7 9 8 6 Total I 100 I 84 I 82 I 75 I 65 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 67 of 164 RFP #24-22 Furniture Thursday, July 21st, 2022 Evaluation Criteria Point Value LOLL Designs Landscape Forms Pricing 30 40 33 Ability to service the contract 20 25 20 References 10 15 12 Value Added Products and Services 7 10 7 Innovation 7 10 6 Total I 100 I 78 74 Evaluation Committee for Contract: Emily Jeffrey Mike Muscara Chris Thomas Jeremy Eaton COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 68 of 164 NCPA 24-22 -Request for Proposal (RFP) for Furniture Project Overview Project Details Reference ID Project Name Project Type Project Description Open Date Close Date Seal status 24-22 Request for Proposal (RFP) for Furniture RFP Furniture Jun 07, 2022 6:00 AM CDT Jul 21, 2022 2:00 PM CDT Requested Information Unsealed on Proposal Pricing Jul 21, 2022 2:08 PM CDT Jul 21, 2022 2:08 PM CDT Unsealed by Jonathan Applegate Jonathan Applegate COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 69 of 164 RFP Bid/Proposal Recejpt List: RFP #24-22 Furniture Thursday, July 21St, 2022 2:00 pm Supplier Date Name Email Submitted Affordable Interior Jul 19, 2022 Systems, Inc. (AIS) 12:09 PM Helen Woods hwoods@ais-inc.com CDT Arcadia Chair Jul 19, 2022 Pamela Comapny 11 M Angeles pam@arcadiacontract.com CDT Jul 19, 2022 Stephanie Leland Furniture 3:34 PM Chandonnet schandonnet@lelandfurniture.com CDT Jul 21, 2022 Audrey Artopex Inc 12:56 PM Gagnon salessupport@artopex.com CDT Jul 19, 2022 Reggie Van RT London 9:09 AM Prooyen rvanprooyen@rtlondon.com CDT Trinity Furniture, Jul 21, 2022 Evan Inc. 8:51 AM Lagueruela evan@trinityfurniture.com CDT Jul 21, 2022 WAYFAIR 1:36 PM Garrett Clegg wayfairedu@wayfair.com CDT Jul 21, 2022 SurfaceWorks 12:09 PM Kelly Ciezki kelly.ciezki@surfaceworks.us CDT Watson Furniture Jul 14, 2022 Group 8:49 AM Sandy Yokeley syokeley@watsonfg.com CDT Demco, Inc. Jul 19, 2022 Inside Sales quote@demco.com 6:53 PM Specialist COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 70 of 164 CDT Hightower Group, Jul 21, 2022 LLC 1:46 PM Adam Merkl adam.merkl@hightoweraccess.com CDT Fellowes, Inc. d/b/a Jul 19, 2022 ESI Ergonomic 8:22 PM Melissa Fuller mfuller@fellowes.com Solutions CDT Trendway Jul 19, 2022 Corporation 8:36 AM Melissa Fuller sled@fellowes.com CDT Grand Rapids Chair Jul 20, 2022 GREG Company 4:40 PM BREMEEMER gbremer@grandrapidschair.com CDT I PETER PEPPER Jul 21, 2022 Michael PRODUCTS, INC 12:18 M Pepper mpepper@peterpepper.com I CDTJul 20, 2022 Scott MooreCo Inc. 6:59 AM I Kurtzman skurtzman@moorecoinc.com CDT f Jul 04, 2022 Palmieri Furniture 1:22 PM Frank Palmieri fpalmieri@palmierifurniture.com CDT Indiana Furniture Jul 21, 2022 Industries, Inc. 10:00 AM Angie Kleiser angie.kleiser@indianafurniture.com CDT Jul 19, 2022 Davis Furniture 9:45 PM Jeffrey Rosner jrosner@davisfurniture.com CDT FAIRWAY Jun 27, John HOLDINGS DBA 2022 12:04 Francosky jrancosky@bercoinc.com BERCO PM CDT Jul 19, 2022 Nicole Landscape Forms 2:29 PM Thompson nicolet@landscapeforms.com CDT I Jul 18, 2022 Mediatechnologies 8:26 AM Dan Driessche ddriessche@mediatechnologies.com CDT Jun 27, Dauphin 2022 9:10 Angela Smith angela.smith@dauphin.com AM CDT Stance Healthcare Jul 21, 2022 Kim Daly kim@stancehealthcare.com Inc. 1:16 PM COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 71 of 164 CDT Jul 21, 2022 Versteel 11:18 AM CDT Jul 21, 2022 Stefanie Jonti-Craft, INC 1:31 PM Goblirsch CDT Allseating Jul 21, 2022 Corporation 12:29 PM Keeley Boeve CDT Jul 21, 2022 Nathan Homecrest Outdoor 1:08 PM Peterson CDT Jul 19, 2022 Special-T, LLC 4:26 PM Lisa Polillo CDT Source Jul 12, 2022 contractteam@versteel.com sgoblirsch@jonti-craft.com keeley.boeve@allseating.com npeterson@homecrest.com lisa@specialt.net 11:16 AM Bethany Parks bparks@sourceinternationaldesign.com International CDT Jul 21, 2022 Groupe GroupeLacasse 1:38 PM I Lacasse CDT I Jul 19, 2022 Kris Loll Designs 11:11 AM Stolebarger CDT Via Inc (Via Jul 20, 2022 Seating) 11:07 AM Heather Arnold CDT IMF Solutions, LLC Jul 21, 2022 dba Invincible 8:28 AM James Lieser Furniture I CDT Frank Cooney Jul 20, 2022 Company, Inc. 12:57 PM Julie Cooney CDT ` FLEETWOOD Jul 20, 2022 GROUP, INC 12:48 PM Drew Ericks CDT Jul 20, 2022 Skyline Design, Inc. 10:35 AM Vipul Bhagat CDT Scandinavian Jul 20, 2022 Elizabeth Wren Spaces 2:57 PM pricing@groupelacasse.com kris@lolldesigns.com harnold@viaseating.com jlieser@invinciblefurniture.com julie@frankcooney.com drewe@fleetwoodfurniture.com vipul.b@skydesign.com contracts@scandinavianspaces.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 72 of 164 CDT Jul 21, 2022 Norix Group, Inc. 11:22 AM Cori Kasper bids@norix.com CDT Aura Seating (dba Jul 20, 2022 of Murti, LLC) 10:33 PM Minal Mondkar minalmondkar@auraseating.com CDT Allied Plastics Co., Jul 20, 2022 Inc. 1:55 PM Jay Krause allied@ironfurnace.com 4- CDT J Jul 19, 2022 Stephanie Loftwall, Inc. 11:22 AM Restivo srestivo@loftwall.com CDT I Jul 14, 2022 STEVEN PS Furniture, Inc. 10:02 AM COOK stook@psfurniture.com CDT I Jul 21, 2022 Cindy Allsteel Inc. 10:02 AM Hermann allsteelgovcontracts@allsteeloffice.com CDT I Jul 21, 2022 Hannah SiteScapes, Inc. 12:11 PM ' Jacobs hannah@sitescapesonline.com CDT Jul 19, 2022 Series USA, LLC 8:50 AM Steve Burgess sburgess@seriesseating.com CDT MiEN Company, Jul 20, 2022 Inc. 2:01 PM Tina M. Rader mien@ironfurnace.com CDT AmTab Jul 21, 2022 Manufacturing 10:08 AM Themio Lies contractteam@amtab.com Corporation CDT L Mobilier de Bureau Jul 19, 2022 Logiflex Inc 6:07 PM Nathalie Todd ntodd@logiflex.ca CDT ` I Jul 21, 2022 Lucas Borgo 9:08 AM Spassiani lucas@borgo.com CDT Jul 18, 2022 Angela Nucraft I 8:45 AM I Schneider aschneider@nucraft.com CDT I 9to5 Seating LLC Jul 21, 2022 10:41 AM Joni Stafford joni.stafford@9to5seating.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 73 of 164 CDT Paragon Furniture, Jul 21, 2022 Inc. 9:04 AM Jay Krause paragon@ironfurnace.com CDT Jul 18, 2022 Janet Mamava, Inc. 8:52 PM Stambolian janets@mamava.com CDT Clarus Jul 20, 2022 Kevin 3:52 PM Glassboards LLC CDT � Froehlich kevin@clarus.com Forms and Jul 21, 2022 Deron Surfaces, Inc 1:50 PM Thompson deron.thompson@forms-surfaces.com CD I I Jul 21, 2022 Randy Egan Visual 1:00 PM Hermann rchermann@machlink.com CDT I I Jul 21, 2022 DARRAN Furniture 8:54 AM ` Angie Eads aeads@darran.com I CDT I Claridge Products Jul 20, 2022 and Equipment, 1:27 PM Jay Krause claridge@ironfurnace.com Inc. CDT Three H Furniture Jul 20, 2022 Systems Limited 1:51 PM Tina Rader info@threehcontracts.com CDT Lesro Industries, Jul 21, 2022 Inc. 1:14 PM Mark Dunton mark@lesro.com CDT Jul 20, 2022 Foliot Furniture Inc. 4:16 PM Joanne Pouliot procurement@foliot.com CDT � — HASKELL Jul 21, 2022 EDUCATION 12:52 PM Tim Kerfien TKERFIEN@HASKELLOFFICE.COM CDT I Smith System Jul 20, 2022 Manufacturing 4:28 PM Lorrie Gibbs lorries@smithsystem.com I CDT Jul 21, 2022 Spec Furniture Inc. 8:36 AM Jasmin Collitz contracts@specfurniture.com I CDT Inscape, Inc Jul 21, 2022 9:29 AM Jennifer Angus jangus@myinscape.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 74 of 164 CDT Jul 21, 2022 Colin Magnuson Group 9:47 AM CDT Quackenbush VARI Sales Corporation Sedia Systems Leeder Furniture LLC Jul 21, 2022 1:49 PM Sade Williams CDT Jul 21, 2022 Karen 12:12 PM Andersen CDT J- Jul 21, 2022 Mandi 12:53 PM Hurkmans CDT colin@magnusongroup.com vendorportalregistration@varidesk.com kandersen@sediasystems.com mandi@leederfurniture.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 75 of 164 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 five (5) additional one-year terms or any combination of time equally not more than 5 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 76 of 164 ♦ 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 Dricina 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 ➢ Proposal should address the following warranty information: ■ 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 ➢ Products ■ Vendor shall provide equipment, materials and products that are new unless otherwise specified, of good quality and free of defects ➢ Construction ■ Vendor shall perform services in a good and workmanlike manner and in accordance with industry standards for the service provided. ♦ Safety ➢ Vendors performing services shall comply with occupational safety and health rules and regulations. Also all vendors and subcontractors shall be held responsible for the safety of their employees and any conditions that may cause injury or damage to persons or property. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 77 of 164 ♦ Permits ➢ Since this is a national contract, knowing the permit laws in each state is the sole responsibility of the vendor. ♦ 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. ♦ 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 fof legal ffand , factual grounds including copies of relevant COOP City of Fort Visual Visual Corp Page 78 of 164 ➢ 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 and regulation of any kind of government of the United States or any civil or military authority; insurrections; riots; epidemics; pandemics; 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. ♦ Termination ➢ 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, COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 79 of 164 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. Region14 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 80 of 164 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 five (5) additional one-year terms or any combination of time equally not more than 5 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. ♦ Price Increases ➢ Should it become necessary, price increase requests may be submitted at any point during the term of the contract by written amendment. Included with the request must be documentation and/or formal cost justification for these changes. Requests will be formally reviewed, and if justified, the amendment will be approved. ♦ Products and Services Additions ➢ New Products and/or Services may be added to the resulting contract at any time during the term by written amendment, to the extent that those products and/or 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 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 81 of 164 ➢ While no minimum volume is guaranteed, the estimated (but not limited to) annual volume for Products and Services purchased under the proposed Master Agreement is $150 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. ♦ 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. Contract award letter issued by Region 14 ESC is the counter- signature document establishing acceptance of the contract. ♦ 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 respondent's 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 82 of 164 ♦ 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-O IA Partners #07-86-Egan Visual Corp Page 83 of 164 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 and Experience (15 points) ➢ A minimum of ten (10) public sector references for product and/or services of similar scope dating within past 3 years ➢ Respondent Reputation in marketplace ➢ Past Experience working with public sector. ➢ Exhibited understanding of cooperative purchasing ♦ Value Added Products/Services Description, (10 points) ➢ Additional Products/Services related to the scope of RFP ➢ Marketing and Training ➢ Minority and Women Business Enterprise (MWBE) and (HUB) Participation ➢ Customer Service ♦ Innovation (10 points) ➢ Past Innovation, how it affected sales ➢ Future Innovation in the pipeline COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 84 of 164 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 of 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 Egan Visual Corporation Address 300 Hanlan Rd City/State/Zip Vaughan, ON L41-31P6 Telephone No. 800-263-2387 Fax No. Email address contracts@egan.com a@egan.com Printed name M. Jamie Noguchi Position with company Special Projects Manager pigitd9y ltgr.YI by Mlth-t 1 Authorized signature Michael J Noguchl ew9u4=a1 04m. Rum 7.15 OR46:se-05'OW COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 85 of 164 Tab 2 - NCPA Administration Agreement This Administration Agreement is made as of September 1, 2022 , by and between National Cooperative Purchasing Alliance ("NCPA') and Egan Visual ("Vendor"). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated September 1. 2022. referenced as Contract Number 07-86 , 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 Furniture; 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 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 86 of 164 Y 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 under reporting 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 Minding. Y Awarded vendor agrees to allow NCPA to use their name and logo within webs ite, marketing materials and advertisement. Any use of NCPA name and Iogo 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 he entitled. Y 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. Y 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: Egan Visual Corporation Name: Matthew Mackel Name. M. Jamie Noguchi Title: Director. Business Development Title; Special Projects Manager Address: PO Box 701273 Address: 300 Hanlan Rd Houston, TX 77270 Vaughan. ON 1-41-3p6 A*WWYYs4"d by MkhaeF] Michael J Noguchi "chi Signature _ Signature: ULW22X,1009A5A2XW Date: September 1, 2022 Date: 7/18/22 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 87 of 164 Tab 3 - Vendor Questionnaire Please provide responses to the following questions that address your company's operations, organization, structure, and processes for providing products and services, States Covered ➢ Bidder must indicate any and all states where products and services can be offered. Please indicate the price co -efficient for each state if it varies. 0 50 States & District of Columbia [Selecting this box is equal to checking all boxes below) ❑ Alabama ❑ Alaska ❑ Arizona ❑ Arkansas ❑ California ❑ Colorado ❑ Connecticut ❑ Delaware ❑ District of Columbia ❑ Florida ❑ Georgia ❑ Hawaii ❑ Idaho ❑ Illinois ❑ Indiana ❑ Iowa ❑ Kansas ❑ Kentucky ❑ Louisiana ❑ Maine ❑ Maryland ❑ Massachusetts ❑ Michigan ❑ Minnesota ❑ Mississippi ❑ Missouri ❑ Montana ❑ Nebraska ❑ Nevada ❑ New Hampshire ❑ New Jersey ❑ New Mexico ❑ New York ❑ North Carolina ❑ North Dakota ❑ Ohio ❑ Oklahoma ❑ Oregon ❑ Pennsylvania ❑ Rhode Island ❑ South Carolina ❑ South Dakota ❑ Tennessee ❑ Texas ❑ Utah ❑ Vermont ❑ Virginia ❑ Washington ❑ West Virginia ❑ Wisconsin ❑ Wyoming COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 88 of 164 1] All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) FOB Destination to within 48 continental US, ❑ American Samna ❑ Northern Marina Islands ❑ Federated States of Micronesia ❑ Puerto Rico ❑ Guam ❑ U.S. Virgin Islands ❑ Midway Islands ♦ Minority and Women Business Enterprise (MWBE) and (HUB) Participation A It is the policy of some entities participating in NCPA to involve minority and women business enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an M/WBE or HUB certified. ■ Minority / Women Business Enterprise Respondent Certifies that this Firm is a M/WBE ❑ A Historically Underutilized Business * Respondent Certifies that this firm is a HUB ❑ ♦ Residency ➢ Responding Company's principal place of business is in the city of Vaughan State of ON ♦ Felony Conviction Notice Please Check Applicable Sox; ❑ A publically held corporation; therefore, this reporting requirement is not applicable, is not owned or operated by anyone who has been convicted of a felony. ❑ Is owned or operated by the following individual(s) who has/have been convicted of a felony ➢ if the 3rd box is checked, a detailed explanation of the names and convictions must be attached. ♦ distribution Channel r Which best describes your company's position in the distribution channel; ❑ Manufacturer Direct ❑ Certified education/government reseller ❑ Authorized Distributor ❑ Manufacturer marketing through reseller ❑ Value-added reseller ❑ Other: ♦ Processing Information ➢ Provide company contact information for the following: ■ Sales Reports / Accounts Payable Contact Person: Jamie Noguchi Title: Special Projects Manager Company: Egan ViStiat Address: 300 Hanlan Rd City: Vaughan State: ON Zip: L4L3P6 Phone: 800-263-2387 Email: irioguchi@egan.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 89 of 164 ■ Purchase Orders Contact Person: Customer Service Title; Company: Egan Visual Address: 300 Hanlan Rd City: Vaughan State: ON Zip: L4L3P6 — - Phone: 800-263-2387 Email: customerservice@egan.com ■ Sales and Marketing Contact Person: Jamie Noguchi Title: Special Projects Manager Company: Egan Visual Address: 300 Hanlan Rd City: Vaughan State: ON Zip: L4L3P6 Phone: 800-263-2387 Email: jnaguchi@egan.com ♦ Pricing Information ➢ In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing. ■ If answer is no, attach a statement detailing how pricing for NCPA participants would be calculated for future product introductions. M Yes ❑ No Pricing submitted includes the required NCPA administrative fee. The NCPA fee is calculated based on the invoice price to the customer. ® Yes ❑ No COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 90 of 164 Tab 4 -Vendor Profile ♦ Company's official registered name. Egan Visual Corporation ♦ Brief history of your company, including the year it was established. Egan Visual, founded in 1967, is the market leader in designing and manufacturing visual communication systems and furniture for business, conference, and training environments. Egan products include markerboards, tackboards, glass boards, track system markerboards, presentation cabinets, interactive flat panels, dry -erase wallcoverings, open office furniture, lecterns and mobiles. Egan VersaSurface'" (EVS) is a remarkable material that provides superb dry -erase and projection screen capabilities in a single product — unique to Egan. Egan's strong Custom Response Program invites feedback and development of customer driven product refinements. This results in a continually renewing product pipeline of highly relevant, market leading, quality products. Egan Visual has been certified to have established, documented, implemented and maintain a Quality Management System as well as an Environmental Management Systems. LEEDI data sheets and GREENGUARD certificates available. Environmental issues and requirements will remain a main focus for Egan. A continuous improvement manager is a member of the Egan staff and has overseen the company through the ISO 9001 and ISO 14001 environmental and quality management requirements. ♦ Company's Dun & Bradstreet (D&B) number. 205543267 ♦ Company's organizational chart of those individuals that would be involved in the contract. Vice PmWentOperations ;NCPA ubravka W inkovic Jane,. Finance Manager Marketing Manager Customer SerwctManager Contrcrt Admimdtrw r NCPA Ordednp Ingrid Chamb Saleha Pathan Accounts Pava Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort mortis ® *ffigmd'SaOMts Iavr�oi�rs,S�L C V1 prF( €�i1��N 0 t nQViJtlaY�kSi P� timeliness. Page 91 of 164 ♦ Corporate office location. 0 List the number of sales and services offices for states being bid in solicitation. Egan Visual Corporation 300 Hanlan Road, Vaughan, ON L4L 3P6 0 List the names of key contacts at each with title, address, phone and e--- mail address. Ordering: James Bortoluzzi Customer Service Manager 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Fax: 905-851-3426 Email: orders@egan.com Reporting and Contract Administration: Jamie Noguchi Special Projects Manager 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Fax: 905-851-3426 Email: contracts@ejzan.com Accounts Payable: Sudesh Mehta Accounts Payable 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Fax: 905-851-3426 Email: ichambers@et;an.com Sales: Chris Benavides VP of Sales 300 Hanlan Road, Vaughan, ON L4L 3P6 Toll -free: 800-263-2387 Cell: 951-836-9001 Email: cbenavides@epan.com ♦ Define your standard terms of payment. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort W99b $sr 411€t�blt�a�b�t9r� i4] i �s , �i1F�IfA,I' i3kl�s �k7b m l a,R��%fi�►, JEQQ Ad t melmess. Page 92 of 164 ♦ Who is your competition in the marketplace? Ghent, Claridge, Clarus, Skyline, Hightower, Quartet ♦ What differentiates your company from competitors? Egan Visual is a designer, and manufacturer of visual communications products that help our end users boost collaboration, interest, engagement and productivity in corporate, educational, government, healthcare, worship, entertainment, and retail markets. Egan's visual communications solutions are intuitive, robust, durable, made from highest -grade materials for a steady, long -life performance. What differentiates Egan from the rest of the market is the legacy of almost 50 years of manufacturing highest quality, modern visual communications furniture, manufactured in North America, backed by exceptional Customer Service support. Our craftsmanship has been recognized by Fortune 500 companies to local business workplaces, who turn to Egan as a go -to visual communications manufacturer. Egan is also known for its sophisticated Custom Response program, allowing customers to request derivative designs of our standard product offering, as well as entirely new product design that falls under Egan's niche of office furniture. 0 Describe how your company will market this contract if awarded. Purpose and Mission Define a marketing and sales strategy to improve market penetration to support Egan Visual contract with NCPA and achieve the following two goals: Grow sales • Expand the presence of high -quality Egan product for nation-wide counties, cities, special districts, local governments, school districts, private K-12 schools, higher education institutions, states, other government agencies, healthcare organizations or non-profit organizations. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort %*W Aralfigotpabl4wre timeliness. Page 93 of 164 Situational Analysis Egan Visual specializes in designing and manufacturing visual communication furniture for corporate, government, healthcare, education and retail markets. it is the intention of Egan Visual to meet the needs of NCPA and its members to provide furnishings on an "as needed" basis in support of their daily operations. Marketing Objective and Strategy Egan seeks to provide NCPA buyers with a range of high -quality visual communication products. To make sure this goal is accomplished the company will engage the representatives with clear objectives and tools to increase awareness and recognize opportunities. Tools and collateral material will be seeded to the Dealer network to promote Egan product and increase sales. Communication Strategy • Email marketing campaigns • Established Sales representation through our nation-wide networks of Representative Firms Toll -free to head office • Elaborate online product information • NCPA-specific landing page on egan.com • Egan product binder program • Product Knowledge live sessions (webinars) • Tradeshow campaigns ♦ Describe how you intend to introduce NCPA to your company. Egan has a process in place when awarded a new contract. Internal administration is conducted through Lotus Notes/QSi process flow, where all relevant stakeholders are added to the project and are being informed of all steps/other actions taken in bidding/managing the contract. External announcements are then made to our Sales Network of professional Rep Firms, and our dealer base. Additional marketing activities follow. Please see "♦ Describe how your company will market this contract if awarded" section above. Egan fortunately has a current Furniture contract with NCPA. ♦ Describe your firm's capabilities and functionality of your on-line catalog / ordering website. Due to a sheer volume of specification options available to our customers, Egan currently does not manage an online ordering website. Products are specified by using current Egan Price & Specification Guide, which is available online at: www.egan.com. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort c� \Mild@d�t�a�b�OIr{yj{��rpPgp#p57tr�(�@,rta�v&yala@rid timeliness. Page 94 of 164 ♦ Describe your company's Customer Service Department (hours of operation, number of service centers, etc.) Tel: 905-851-2826 Toll -free: 800-263-2387 Fax: 905-851-3426 Egan Visual Customer Service is open: Monday to Thursday 8arn-4.30prn ET Friday 8am-1pm ET After hours service is also available on weekdays until 7pm ET. ♦ Green Initiatives As our business grows, we want to make sure we minimize our impact on the Earth's climate. We are taking every step we can to implement innovative and responsible environmental practices throughout NCPA to reduce our carbon footprint, reduce waste, energy conservation, and ensure efficient computing and much more. To that effort we ask respondents to provide their companies environmental policy and/or green initiative. We want to make sure that the steps we take today will lead to a better tomorrow. So, sustainability is embedded into everything we do — from the materials we choose, to the way we build our products, and how we use what's left. We're proud to say that byproducts of our manufacturing process contribute nearly zero waste to landfill. That's because the materials and products that come into our factory either leave as finished products or end up being reused, recycled or converted to energy. When we updated our interior LED lighting, it cut our annual electricity consumption by 225,146 kWh — the equivalent of powering 3,000 homes for one month. This earned us a Certificate of Achievement from PowerStream, our factory's utility company. We pride ourselves on being environmentally responsible, as we take every step to ensure a better future for not only our company, but the atmosphere as well. Through our Toxic Reduction Plan, we're able to exponentially decrease the use of toxic chemicals and TOCs at our facility. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3F6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort t�037EgaR\ QtYAJ®r, As[kid timeliness. Page 95 of 164 ♦ Vendor Certifications (if applicable) 0 Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing respondent to perform the covered services including, but not limited to, licenses, registrations, or certifications. Certifications can include M/WBE, HUB, and manufacturer certifications for sales and service. All Egan products are GREENGUARD certified. Egan promotes global sustainability, environmental health, and safety. Our products have low chemical emissions, preserving the quality of the air in which the products are used. GREENGUARD conducts strict chemical emissions tests, and certifies products that meet healthy interior standards. Download your copy of Egan product GREENGUARD Certificates at www.egan.com Egan Visual Corporation, 300 Hanlan Road, Vaughan ON 1-41- 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort %n Ee6r� li 'ggAm9,4k, timeliness. Page 96 of 164 Tab 5 — Products and Services ♦ Respondent shall perform and provide these products and/or services under the terms of this agreement. The supplier shall assist the end user with making a determination of their individual needs. ♦ The following is a list of suggested (but not limited to) categories. List all categories along with manufacturer that you are responding with. Respondents do not have to offer every category in order to be considered for award. • Audio / Visual Furniture • Classroom / Educational / Dormitory • Healthcare • Library • Office • Science Lab • Tables Egan Visual has a network of almost 60 professional sales rep firms that cover all continental US states. Any product -related inquiries will be promptly addressed by Egan Customer Service team, which can be reached at: Toll -free: 800-263-2387 Fax: 905-851-3426 Email: customerservicePegan.com Delivery: Egan will deliver under standard Terms & Conditions to 48 contiguous states and District of Columbia at 60 days ARO or sooner. Items identified in RED in the current Price and Specification Guide are Instant Ship items, and will ship within 2-5 business days. The freight costs are invoiced per the following: Single shipment total at list: $0-4,999, freight charge $199 Single shipment total at list: $5,000-9,999, freight charge $299 Single shipment total at list: $10,000+, freight charge $399 Single shipment total at list: Small Parcel, freight charge $40 Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3136 Tel 905-88y51--2826\/Feax 9OS-851-3426 www.egan.com COOP City of Fort�crt��3 �Qsissei�lic%;��PnC�n�4tlRY�6tk�cs�?� laM�,�a�d@mod timeliness. Page 97 of 164 Installation: Installation shall be quoted by the dealer on a case -by -case basis. ♦ Warranty & Claims Please see Egan Terms & Conditions for details about Warranty & Claims. Terms & Conditions can be found at: www.egan.com ♦ Manufacturers If respondent is a manufacturer, please provide list of dealers/resellers you wish to assign underneath the contract. Egan utilizes hundreds of independent dealers throughout the US. Our dealer list is ever changing. To find an authorized dealer in your area, please contact Egan Customer Service at: Toll -free: 800-263-2387 Fax: 905-851-3426 Email: customerservice(@eRan.com Egan Visual Corporation, 300 Hanlan Road, Vaughan nOnNpnL14pL 3pP6 Tel 9057-851E-2826 Fax 905-851-3426 www.egan.com COOP City of Fort yNxtps Cdr�i'R9 t��is��i l �di�Q�'se�niic`t, F ���Y011 h8 f� �y�r�S�p ASi6��fEs���Y�t`!�%�iatrt�r d timeliness. Page 98 of 164 Tab 8 -Value Added Products and Services See Appendix A Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort 1 4�c$ Wh4��t�i hs 4t� iMM..Sm", ,� p y f,��e�� �r� aJa�d@ lr d timeliness. Page 99 of 164 Appendix A Egan Visual Value Added Products and Services Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort � tk�c&rr it � ►a ��djgeraw�Ek�cte, �3Y1fNl f?�fir��r 7trt� g�r�Jba&�+,ala(u@Cddtimeliness. Page 100 of 164 Egan Versa Presentation Surface (EVS'") is an Egan exclusive patented -technology presentation surface introduced in 2002 It is a 9�3 TM unique invention that distinguishes Egan products from the rest in the presentation furniture industry. EVS has inspired the creation of various whiteboard and projection screen product offerings. It is the unique tool for generating, capturing and presenting ideas. technology This technology surface enhances communication by supporting whiteboard brainstorms as well as data projection of popular presentation formats. The matte -white finish reduces glare from ambient light in office environments. Glare can cause a reduction in character -to - background contrast, reducing the legibility of screen characters, which at the extreme can cause the contents of the whiteboard to become unrecognizable. Because this only affects viewing at eye level and from only parts of the room, many whiteboard users are not even aware of this major shortcoming! To overcome glare, whiteboard readers will often squint or move about to minimize the effect_ EVS solves that problem. EVS provides a matte -white surface with an incredibly low -gloss factor that is guaranteed -to -clean. The unique surface provides a comfortable 160' viewing angle of your projected image. That means you get a crisp, clear view from almost any angle in the room, without dimming the lights. When mounted on steel, EVS accepts magnetic accessories. Versatility is also found in EVS' configurability. EVS is available in a variety of large and small format applications, can be applied on almost any even surface, and can be specified in a variety of sizes and shapes, Apply EganINK° graphics, and let the sky be your limit! EVS is guaranteed -to -clean for 10 years. White Porcelain Porcelain Dry -Erase Vinyl EVS Above images illustrate the difference in surface glare on leading whiteboards Built to handle the toughest environments: GUARANTEED- Never ghosts TO -CLEAN Removes sharpie • Professional grade performance DESIGN @91. technology MATTE FINISH EVS' smooth matte surface is easy on the eyes: Reduces glare from ambient light • Ideal for projection • 160, viewing angle FLEXIBILITY EVS offers design choices unlike Porcelain and Glass: Wide array of formats and irregular shapes • Large, seemless expanse up to 400ft • Lightweight boards 2021 *USA PrieMp!�pff�FpT6pfvy8#& Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp PageE�a 1n XpM4 Speak with a live Customer Service Rep 1-800-263-2387 +1-905-851-2826 Live coverage Mon -Fri 8:00-6.00 EST OQSpeak with your local Egan Manufacturer's Rep 17-1 Egan Visual has a network of professional sales representatives covering every major market in the US and Canada. Visit tt salPoan.rom/rera-Inr, to or contact Egan Customer Service and we will be happy to connect you directly. Email a Customer Service Rep or Sales Team Member customerservice@egan.com sales@egan.com Receive Egan Updates t Subscribe to Egan News & Product Bulletins: email "Subscribe" to marketing@egan.com "� Egan Website www.egan.com. Retrieve complete and up-to-date information online: • Latest Specifications • New Features • What's New • Resources: Installation Guides, LEED Data Sheets, GREENGUARD 5 Certificates, Videos Connect with Egan Browse galleries, images Be a friend of Egan on Facebook OD and virtual showrooms www.facebook.com/egan.visual www.pinterest.com/eganvisual Watch videos on YouTube Ypq� � Follow Egan on Instagram www.youtube.com/eganvisual @eganvisualinc Connect with Egan on Linkedln www.linkedin.com/company/egan-visual Additional Online Industry Presence myresourcelibrary.com mr MY RESOL7 CE LIBRARY' 2020spaces.com 2020Tr1/ ACCREDITED MANUFACTURER projectmatrix.com gsaadvantage.gov Advantage! If M EgaCTC oRp City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp USA Pricean0ggdcftTbr�1&ide *2021 Instant Ship Program Instant Ship, In Stock - Quantities up to six (6) are available on two day lead time. Product is shipped within two (2) *instant business days. Instant Ship items can be found on page 2 Delivery subject to receipt of written order and inventory levels at Ship time of order. For critical orders please confirm by calling 1-800-263-2387. Freight Included Policy J Qualifying orders ship freight prepaid as a single piece. Any unqualified orders will have freight charges added Freight to the invoice. Freight charges apply on orders under $3 000 list. See Freight Program (page 92). Included I� GREENGUARD Certification ire! Egan promotes global sustainability, environmental health, and safety. Our products have low chemical emissions, preserving GREENGUuco the quality of the air in which the products are used. GREENGUARD conducts strict chemical emissions tests, and certifies products that meet healthy interior standards. Download your copy of Egan product GREENGUARD Certificates at www.egan.com. EcoTack/PET EcoTack is Polyethylene Terephthalate (PET). The tackable infill material is an adaptable acoustical panel made from 100% polyester - approximately 50% is recycled water bottles. EcoTack features a 3/8" deep tackable panel mounted proud on the board. Egan Fabric Program Egan offers a range of Maharam fabric options that can be specified on all Tackable and Sound Ideas products. All available fabrics have been factory tested to ensure it delivers upon the quality and performance that Egan demands of its products. For more information on the Egan fabrics available and for more information on custom fabric options, see page 88 or visit egan.com. Contact Maharam directly at 1-800-645-3943 or visit www.maharam.com for samples or memos for presentation. For your convenience, digital representations are available online at www.egan.com. Flammability Maharam textiles meet all appropriate flammability requirements (further details available, please contact Maharam): • California Bulletin #117 • Compatible with California Bulletin #133 • Tunnel Test surface ratings • Class I UFAC Egan Infinite Color Palette t \ \ Choose from over 1,000 standard colors at no additional cost. The Infinite Color Program is available on all Egan Glass I I i products - EganAero and GlassWrite. The color program includes Egan Infinite Palette and Pantone colors (uncoated and coated). To view the full range of colors, visit pantone.com or egan.com to download the Infinite Color Palette fan deck at egan.com. Custom Stain Egan offers 8 stain options but have the resources in house to match or create a custom stain based on your design. For an additional upcharge of $250/ product Egan will work with you to give you the stain you need. Q EganINK Enhance Egan products by specifying EganINK. Print on any of the following Egan surfaces: GlassWrite, EganAero, EVS, and Fabric - standard upcharge of minimum $200 or $25/sgft. EganINK is perfect for injecting branding, custom graphics, signage or artwork into your space. To learn more about Egan's high quality, large format graphic printing, see page 86. o Custom Response As a manufacturer, Egan has a wide range of capabilities and resources available to provide a product that is tailored to a + customers specific needs. From simple customizations like logo designs and sizes adjustments to more complex A- configurations such as new product design, we will work with you at every step of the way. For more information on how to engage Egan and to learn more about our process. 2031 s uSbPd�SrpUiy odor orth� Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 103 of 164 Visual 93 Having a hard time finding that perfect color? The Infinite Color Program or Custom Color Matching program may be just what you need. I I ' We strive to provide the most accurate representation of your selected color possible. Glass's natural material content may influence the representation of your color when viewed through Egan glass. Egan recommends requesting a clear glass sample to place over the top of your color swatch to provide a more accurate representation of your color' s appearance when applied to the back of a GlassWrite markerboard. There are three easy ways to choose a color 1. Choose a color from the infinite Color Program, which will include Pantone colors: https://www.pantone.com/color-finder 2. Specify a color from an industry or commercial standard fan deck (RAL, Pantone, Benjamin Moore, Sherwin-Williams, etc) There is a standard upcharge unless indicated otherwise. The Custom Color program is limited to color matches that do not have speckles, patterns or any metallic content. Egan uses polymer coatings which may be specified in custom colors. These polymer coatings may add texture or sheen options that will affect the appearance of your chosen finish. Egan will match the color specified as closely as our formulating process allows. Please note that color gloss cannot be matched. There is a standard upcharge unless indicated otherwise. Samples are not provided for approval unless requested, additional charges may apply. Finishes outside of these parameters will be addressed on a sample by sample basis and additional charges may be applicable. Egan encourages custom stain applications. Our finishing system is automated and ensures that the proper amount of stain and lacquer is sprayed on each product. However, as wood is a natural product, each log will vary in color and appearance. Egan's skilled carpenters match doors and components to enhance the natural and variable beauty of real wood. O All veneers are small heart, center book matched and finished in a fast curing two component lacquer which provides a durable, open -grain silk -matte finish. Veneer is 1/64' -1/32' thick. Occasional cleaning with any household furniture polish will maintain this finish like new for many years. Customers are responsible for the suitability of the final product. Many modern veneer selections are available through our Custom Response program. Ordering Custom Stain 1. Provide sample species (Oak, Cherry, Mahogany, Maple and Walnut) with stain applied. Where possible please provide details of stain manufacture, product number, and application details so our crafts people can reproduce the custom stain as accurately as possible within Egan's normal manufacturing process. 2. Egan will produce a sample for review. 3. Egan will require signed approvals with PO. Natural variations are to be expected and are not Egan's responsibility, Unfinished Wood Products Unfinished Wood Products may be ordered: • By specifying wood species required and • By tagging it "Ship to customer unfinished" Preparing a product for custom staining requires additional steps to be taken, at no additional cost. Any complaint regarding the quality of a unit must be registered prior to any finish work being performed. Note: Presentation Cabinets with tackable fabric panel on the inside of each door on any unfinished unit is supplied with paper wrapped around it to protect the fabric from stain during the finishing process. The paper should be carefully removed by cutting around the perimeter with an appropriate blade. 34 ® , -u=l USA Price and Specification Guide OD2021 Ega c�& City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 104 of 164 Sometimes, creative environments need visual interest or structure to inspire and complete thinking. Bold or understated, EganINK complements and sets the mood, whatever your mood may be - KPI templates, care boards, logos, wayfinding, signage, or high -resolution art. EganINK bespoke graphics may be specified on a wide range of Egan products, whether it be stock art or COA. This is where the ability to customize and introduce your own design to our communication tools is useful. EganINK is an innovative ink system provides high resolution multi -color application of letters/lines/graphics. EganINK gives you the flexibility to uniquely communicate your message, showcase your brand, and express your ideas. With infinite possibilities for customization with lines, grids, dots, letters, logos, graphics and full -color art, you can create one -of -a -kind charts and collaboration boards that truly inspire. The design intent of EganINK is that it will represent most artwork and logos faithfully at a normal viewing distance, allowing you to have a functional workspace that is in harmony with your corporate identity and the design of the room. GlassWrite and EVS products may be printed on. Eganlnk has a minimum upcharge of $200, or $25 per square foot of product surface. Square foot is determined on product size not graphic size. EganINK has a limited l year warranty. TEMPLATES & CHARTS BRANDING rF1l:4i'i14114 (i;J:t*SI*I1L'7:1jW:17 O The Custom Response Program is designed to encourage specialized product development. Our manufacturing systems provide for variations and custom solutions. Working with initial direction from designers and clients, Egan will research and develop solutions that work within the Egan manufacturing process. This makes the program ideal for those clients who require a single + run of a substantial number of products and/or where there is an ongoing need. Opportunities for complete product design where volume is available are also encouraged. Our CAD specialists understand high -quality cabinetry and can quickly evaluate Custom Response Program requests. Contact your local Egan Representative with your product needs. Pricing and delivery is based on individual requirements. Example #1 Original product: V-Series Mobile Custom product: Customer's Own Panel with customer's slat wall installed 30" from the floor to match desk height. ' �-rQtxrJ v.7av i I Example #2 Original product: 202 Mobile Instruction Center Custom product: University Lecture Command Console 42" wide, with monitor and room control touchscreen and AV racking. A popular variation of the S21M. 2021 @ USA Price and Snecification Guide Egan Visual ® 95 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 105 of 164 Egan has tested compatieble fabrics with Guilford of Maine (GOM) and Maharam Fabrics. Egan factory tests and approves tackable and acoustical textile designs in two grades. Guilford of Maine is priced at standard while Maharam's M-Series program (excluding Messenger pattem fabric) is available with a small upcharge - the cost is added to the total cost of the specified product and applicable options. Need Fabric Samples Egan stocks samples for. • Egan Fabric • Maharam Fabric Program Card • GOM Fabric Program Card Contact Guilford of Maine directly at 1-800-544-0200 or visit www.guilfordofrnaine.com for memo samples. Contact Maharam directly at 1-800-645-3943 or visit www.maharam.com for memo samples. For your convenience, digital representations are available online at www.egan.com. maharam To place an order please specify: 1. The Maharam fabric number, including color, dye lot (if applicable), name. For example: Maharam Medium Pool 463490-040 2. Based on this information, you can build the Egan product code, including finish and option codes, followed by the textile code as shown below: CE2 A 6048 MPII FL 463490-040 �J 1� 1 1 11T 1FLt 1 cad Oetly R..R f!,- •axrli,ltls 4WD 11M•a.iRb,k1411MK •Yd101biu a.. e.w+„o �.•.ru.�v w..r�� area.., .,,a.. n,w w Guilford of Maine To place an order please specify: 1. The Guilford of Maine fabric number, including color, dye lot (if applicable), name. For example: GOM, FR701 White 2100-224 2. Based on this information, you can build the Egan product code, including finish and option codes, followed by the textile code as shown below: SIAPS31� VV 48 4488 uS R 2100-224 �� Rd. iNa Ydow tNM YW[M [!p. CaMrr aoN F.brk t.„.mi p.r,.ktHn: wW wwn •aun Oanm !w/' w.+. I� +� Customer's Own Material (COM) COM Specification for Tackable Panels All Egan tackable components may be ordered with 1. Customer/Company Name E anFabric Program textiles or with customer -supplied 2. Contact name, phone number and email address cLL,t•°"r` 3. Egan product code, correct) specified own'0110l fabrics. Customer's Own Material (COM) handlings g p y p priced as $150 fist per order. The cost of textile and 4. Fabric sample -indicate face side and pattern direction delivery are additional costs that are not included in Egan Supply a sample securely fastened to order showing pattern pricing. It is the customer's responsibility to determine direction. 5. Customer purchase order with COM correctly indicated if the fabric is appropriate for the application specified and that it meets applicable codes and regulations. 6. Fabric manufacturer, fabric name, color, code and dye lot 7. Fabric requirements fully specified, including (but not Egan reserves the right to reject fabrics that, in our opinion, limited to) horizontal/vertical direction, pattern matching, would create unsatisfactory results on the intended railroading, pattern repeats, reversibility. application with our normal manufacturing methods. If it is established that the textile selected will compromise the quality or integrity of Egan products, customers are contacted Cut suou the Cut up the roll ro" (known as (typlwl o, normal to discuss these concerns. Ya1—Anp� dt—U n) Egan does not accept responsibility for unsatisfactory results, overall appearance, fabric defects, flammability, normal 8. Visit www.egan.com for COM Product Yardage durability, color fastness or any other quality issue after Requirements. installation, beyond normal Egan quality standards. 9. All COM must be sent prepaid to: Egan Visual At Egan Visual, we strive to craft superior results. Attention: COM Receiver Visit www.egan.com for further details on COM and 300 Hanlan Road Egan Fabric Program. Vaughan, ON 1-41L 3P6 Canada 10. Label instructions securely applied to COM. 96 2 Fr;3,, Visual USA Price and Spccffication Guide* 2021 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 106 of 164 Tab 9 -Innovation In 1967 Egan Visual invented the Presentation Cabinet and as spent the last 5S years continuing to bring new innovations to the visual display/ communication market. Egan has been a trend setter in Visual Displays and Dry erase Technology. Today Egan offers the most comprehensive collection of Dry -erase boards, Tackboards, Acoustic Panels, Tabletop screens, Mobile Screen solutions, Track systems, and Lecterns on the market. With more surface options than any other manufacturer including Porcelain, Glass, and EVST" dry erase surfaces; for acoustical surfaces we offer PET, Cork, and Fabric wrapped. Egan has the solutions to facilitate communication. Egan Visual powers the Learning Surfaces brand which includes a collection of Dry -Erase boards and Presentation Cabinets tailored to the K12 market. Learning Surfaces has the right solution for the Classroom, Music Room, Marker Spaces, Athletics, and the Administration. Learning Surfaces is dedicated to supporting and facilitating superior learning environments. Egan is dedicated to being a LEED partners. All Egan products are GreenGuard certified, utilize post -consumer content, and FSC wood materials. Egan products contain zero Red List ingredients. Our sustainability culture extends to our manufacturing processes. Egan manufacturing has a near zero waste to landfill program which makes sure all materials entering our plant leave as finished products, are recycled for reuse, or converted to energy. Our recent conversion to LED lights saved enough electricity to power 3,000 homes for a month. We are committed to being a responsible and forward -thinking corporate citizen. Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3F6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort �t�t�MYtii9t�ld�tCtSYtpi�i�'s2rNtP,L1ViIDYYI'5tla,�,A6!�a�IZb dtimeliness. Page 107 of 164 Tab 10 -Required Documents Egan Visual Corporation, 300 Hanlan Road, Vaughan ON L4L 3P6 Tel 905-851-2826 Fax 905-851-3426 www.egan.com COOP City of Fort 84eA 4e ,- } timeliness. Page 108 of 164 CERTIFICATION OF ACCESS TO RECORDS Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any non -financial documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussion relating to such documents. This right of access will last only as long as the records are retained. CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall he bound by the foregoing terms and conditions. Offeror certifies compliance with all provisions, laws, acts, regulations, etc, as specifically noted in the pages above. It is farther acknowledged that offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances as applicable. Offeror: Address: City, State, Zip: Authorized Signature: Date: Egan Visual Corporation 300 Hanlan Rd Vaughan. ON L4L3P6 Michael J D`gitallogned by MkftK4J NMUCK; Noguchl Vwr. M2.07 09A3A3-04+00' i 118122 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 109 of 164 Clean Air and Water Act & Debarment Notice I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C.1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations Potential Vendor Print Name Address City, Sate, Zip Authorized signature Date Egan Visual Corporatioin M. Jamie Noguchi 304 Hanlan Rd Vaughan, ON L41-3136 0i 9ftMYM9WW4�dJ Michael J Nog uchi Nos"M DjW ]0,,2-0.18 tl9A?_+OE -06YIC 7/ 18122 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 110 of 164 Contractor Reauirements Contractor Certification Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or rind that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E- Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the NCPA Participating entities in which work is being performed Fingerprint & Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a Full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement maybe made as authorized in Governing Board policy, The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of AI contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed Business operations in Sudan, Iran In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran. Michael J 1i,1,11 1,,,d by Michael J HogucN Authorized signature Noguchi 09:41A2.04 ' 69:41:4i-04�Oh' Date 7/18122 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 111 of 164 Antitrust Certification Statements fTex. Government Code 6 2155.0051 1 affirm under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this Contract on my awn behalf or on behalf of the company, corporation, Firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Sus, & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature Egan Visual Corporation 300 Hanlan Rd Vaughan, ON L4L3P6 800-263-2387 905-851-3426 contracts@egan.com M. Jamie Noguchi Special Projects Manager Michael J NlggLtally g.ehi l9ned by h5l fiacl] COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 112 of 164 Reuuired Clauses for Federal Assistance provided by FTA ACCESS TO RECORDS AND REPORTS e L) Contractor agrees to: �A l a) Maintain all non -financial books, records, accounts and reports required under this Contract for a period of not less than two (2) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until the FTA Administrator, the U.S. DOT Office of the Inspector General, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all non -financial work, materials, and other data and records that pertain to the Project, and to audit the non-financiai books, records, and accounts that pertain to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. The right of access detailed in this section continues only as long as the records are retained. FTA does not require the inclusion of these requirements of Article I.01 in subcontracts. CIVIL RIGHTS f TITLE VI REQUIREMENTS 1) Non-discrimination. In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C, § 2000d, Section 303 of the Age Discrimination Act of 197S, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other applicable implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. 2) Equal Employment Ontfortunity, The fallowing Equal Employment Opportunity requirements apply to this Contract: a. Race, Color, Creed, National 0dizin, Sex. In accordance with Title VI1 of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal Transit Law at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable Equal Employment Opportunity requirements of U.S. Dept. of Labor regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of labor, 41 CFR, Parts 60 et spa., and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not he limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. in addition, Contractor agrees to comply with any implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. b. Ate. In accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended, 29 U.S.C. Sections 621 through 634, and Equal Employment Opportunity Commission (EEOC) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 113 of 164 State Notice Addendum The National Cooperative Purchasing Alliance (NCPA), on behalf of NCPA and its current and potential participants to include all county, city, special district, local government, school district, private K-12 school, higher education institution, state, tribal government, other government agency, healthcare organization, nonprofit organization and all other Public Agencies located nationally in all fifty states, issues this Request for Proposal (RFP) to result in a national contract. For your reference, the links below include some, but not all, of the entities included in this proposal: httn://www.usa.Luov/Agencies/State and Territories.shtml httus: //www.usa.gov/local-governments �I COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 114 of 164 SPORTS IS USATODAY 1 TUESDAY JUNE 14, 2022 1 SC FOR THE RECORD All times ET MLB WNBA AMERICAN LEAGUE dons East Division EASTERN CONFERENCE an,Centel Divisionw 3L 4wL tM WESTERN CONFERENCE West Divisionan L IS as _ 3 Nilnnewia II Sundayd's!ama86AS Seat .4 a _ i Saki Games at sas Tuesday sGamesD x atWAA ,Egtag )yam d Wednesday'. Games al 1, hinal soxdlzi 9 ThnnsdaY�xGemP k. r .m Shel— Monday'. Gam rowt Ch SOCCER eIITzco fal oaai Tuesday's Garmes EASTERN CONFERENCE (Klube 3-2) at NY Yankees(COk i_o ,'O6 Rm aEeOeltrapM1ti R mwe 0ylez 3-s) at comma IBFucm 24 ), 'al sox Icearc d-3) at Dmmrt y r01 Qo)si Ia Pim and (Kamm 0t) at canon ryivena s-R. Hmsmn Oi dy 53) at Texas (Dunn rag All. Ill 1 4 mh Ni Cr s a 3 1 Ciry (Bubic 0-3) at Sen Frandsen I D.c it 4 x 2 Id z r s 1 zo LL Amx:(iyma9aam d-O at LA Dmaerz (i.."k. Dl.ID lO?1.) s inl reeunay at semle (ulbmt WESTERN WESTERN CONFERENCE E oma Wednesdayy s Ga3s eni=ago kal soxa m sons C City etmien F en�zmw, 3 dS pm eiitpmoreBayaai NY Yiinnhienircesi os P n wil'il andx �ea'p.m. enh—m rzM `7Ak Mg is at LA. Dotlgms 10'10 p m NATIONAL LEAGUE East Division _ S.me Three I.A. All win. one poem I. de SatlurdaRy's Gamed 11 la tm SFdejeS Gamel Central Division xi 3s an Sport rag ".I, City 1 Tuesday's Game We nr esdri ue.G m31 'I Mal n 39 as. tx tlo 9 and Saturday's Games om Wert Division Sun%.Gd,n s H a43 to va0i" 'rz 1n 11is 311m. 1. zbura,I al d Sunday's GameskeN zuy ac�uaz0viile, u-pm Io 6 000zdgerso 2022 World CapaQualifying w EUROPE niire"3aa: Ger'n b�a many, Spam. smmenane, waim YOFF PL^c bs drat zanry auizo hur.daMarh y f24 At ndifff, 1,, TumesdI Nips—Is)al Lours(Lib core"),"I P m rhil9). e a Wednesday, June1 At Glasgow, Scotland onta(Fnea 6-e at washim N,ehisWrg ije1 os p.m. krere 3,S 11hal Sunday, June S i i1e monAl , At Cardiff, Wales leztuNrainegwales (..U.l I-dniudelI. F.b.k (xaumr3-61 at nY. Mats (Kasen pm quabfiM ASIA nmbum n 0BD0 at st Loulz (MINo1az adl. all ego;dD'1" CM1nag° Coba (HerdncFz 0u etl Austral', imn,Jawn,SautliAmaa, FOURTH ROUND sl�a OdPm Winner advances to yylayoff tli);¢i0(ppB,eber3-3)atcolomao(senaacela naania2-S)a 1r.h, hAkn 1, vs.S,uth America Rfthplesa Tuesday, June? soa""a miry leubic Oa) at an Fmnns AllR. ea gGLatar Aegbbppse�Ix1. 9y45 p.m. MLA Dotlgars SOUTH AMERICA-ASIAI PLAYOFF al zdin)01,"IOIOaaNd-q Wednesdaay's Gam es Winner qualifies MOnday+ Game Ili pAet Aln.y.. a, Qatar s4oncen ally Fig NORTH AND 'CENTRAL RICA AND CARIBBEACAd aevelan LA Aneds al L.A Doaaem, Iola p m GAME ANs CONCACAF�OCEANIA e PLAYOFF NBA Winner qualifies Tuesday's Game Playoff i Rayyai Ga. i AAtt Ain, to ka .w .an. pm NBA FINALS (Best-.f 7; z-if necessary) U.S. lal Schedule Tiad 2) (Won S, LORestl Boston, olden State 2 lo, an S2a, ATA not kAd A_ MARKETPLACE TODAY x1iiE 11 salv�atlor at son salve w uw, zsaatu'd=2I'm NWSL w AmrgmelaryR s rCh.Cn 4 I'll SatkinlurdaN.Ty' Ckl.3Games r 9 a CITY c Sunday's Gamesre D Fri'daiys Game`AINe 30 p San, llaz nUoaerc nz.Games in.d rGa.,,a . e'leaa, ss FOOTBALL USFL Football League All games in Birmingham, Ala North Saturday's Ga Sund ay's Games Sat Iday"sPGame q is PI P,Sundays Games shinhil yy P Ing COLLEGE BASEBALL l Division I Super Regionals Best of 3 Host school Is Game 1 home team; visiting school is Game 2 home team; coin flip deter - es Game 3 home team At Lindsey Nelson Stadium Knoxville, Tenn. At Clark -LeClair Stadium Greenville, N.C. SurEW mayyiaxas 11, Fan Carolina 1, Tmas ad - At Olsen Fielded Blue Bell Park, College rSata t l Tea °exa English Pield, Bl1 1.oacksburg, Va. rich A At dean lssField tat Sunken oaaM1 East and,(S,.MucIt sl f. a ki AtBosherni Stadium Chanel In ken N, xonn carding 3,AAan At Pa. Taylor Park Haab., k al urg, MISS Miss D, xi At Goss Stadium at Coleman s Fleliaday nodmliloieOre. w tie v etba." thing sT S AUTO RACING NASCAR Cup Series Toyota / Save Mart 3! Sunday Sonoma Raceway Sonoma, Calif. Lap length: 1..aonina B, r, iBm n prowa) a') Chris summer, Ford, 110, 11, 3 (4) mmael Mcoowell, I.M 11D, 31 ((((2 ))1 Kwm x racN, Fo �, ilo, 39 0lii) aY. elaneyicwrn, "1 11 13z 7 M R.. ChAAk m CIL.,set nd.I. s(11)wrikill,8 Cl Sai °ch11,INo2a SUNDAY GOLF bass (iijn'io.a3io,ms (-l) caul ea an0o), Sxa,sxis .. .iz si rO iD-zn (II sx 6 ss 1l1'),(0z si rewi ta.420,3ar 71-Iv Ca- -23t (•I) rc Is), 4xD,3er rveg a(a),$2l3 . nI;Sx0,3er .. .... xat (•II -xet (III ns9-as ra-xet (•tl LPGATour Shadillits LPG, Classic presented Bay Counsel, N.J. Bay Course, Gallo by Acer Pura.: ST.. million Yardage:6,190; Par: Ti Final Round S s0 n .A . ,I sa also a. sl,odI 63-6a-6e-zon(-a) �TerS,$I..3.-z..('l t la., -cos(-el M1'in'�S,-zs,ata os 1-01 Jenny. . s9 rD ss z winrganernelAiaux,fzsD1D sesiiizos(rEl "9ae9at0 `5) Jendkrso ............ S(S i008ej-01-s111 vallo, fxa o0i 1 ees,$21,111, gel-sl MA 1 1 0e (-R xinaka sMbuno, ODDS PROVIDED BY • ripico SPORTSBOOK Odds are subject m change Tpico Sponsbook does not offer lines for Naw Jersey -based college sports teams Gannett may earn revenue from audience referrals to betting services. Newsrooms re independem of any such relationships and there is no Influence on news coverage. Terms and condmans apply, see sot for details III only Gambling Problems Call:1-800-GAMBLER (NJ, PA, IL, VA), 1_622-47W (CO, NV, KS), 8-BETS-OFF(No,1-8W-9-WITH- IT(IN), 1-80066(OH, 1-BT-7o1867(LA) B3993MO), , 1-888-777-9696(MS). Call or—:l CyoP 89-9789(TN). For he latest picks and expert ... Iyps, go to sportabealkosh—cal Scan for latest odds See up-to-the-minute lines and compete in Daily Ticket free -to -play games 0m ste10hm"e lryo mSe 4 152(()2 if Mire aA20 m.4np3o . 21010} 2la (-3) an colefn,dxa xto (-3) rvuria As., 11iAiti 4x0. ' .mil as - n-io-as-xi0(aj i A, Fun Lees, 511,421 Shin, 1$11 d2D IC Liof11,42D .. xt0(9) - _-69tt 69 it0(-3� I— Phl. 411A30 )) 0(I Id. cienirn n0 f-3) cyaev itron KSI an, 11.21.. xn rx) xtt(x) ur,$1.21 xtt(x) SAAAA Rux n L�$7,021' -. IS IA n-m(I) III (_x) L. ken cull -xis (2) l. �e�IT2i mpg) 11" 40 xlx (-n He, 44i etfa,am 212(-1) Mun ... . rt s9 rx saran A_.,nn "-..... ., ssmi3 ... ..nrDn xtz (-0 IN e kgf e�ete' xis(-' m, 44,tos . la M Aram van tam, f4ae5 .. .. .711en111(O ii )a+.1tl'icomo0wcnlevgiw' 110, 2i6 COLLEGE SOFTBALL slrxiaa So1AramipL1) sai<° 1. �NNitrei`oi 12 0e) Jumn Haley, cMvroiet, n0, 32 Ia(11) 11h. snscoe, Fora 11, 24 USA TODAY/NFCA Coaches - of z [ii white ii 10 KNucurs1, icnev a'. To, 32 Poll kaer IPcaUl9�lacea is 0sl am Bowman, cnevroieL IID, n 17')Joey Loganor.'10d39 Ie. (nl Kun numb royora, nD, zz. I9. AJ chevraiee, NaUoonall Leageua was (3tl - the mmr tot .z (ilj oes�9^area Lxp nal aumenam9er. 110. DTo: x0 on Cher xww. Fom, nD, ¢ 21 (61 Cok<uscer, Ford 1tD. I6 22 anir Jams, chrvmin, Ito is tale _ pe m op (31) 23 (34) Ty Daon, CM1evrokt. IlO, Id ias plx) Travis swagge y - Lx Aaron vase to lnaianapolis zq m4)Taaa G,Ilikd,Fom, Ito, to zs D,,a - FOOTBALL FOOTBA ((22. c ymm�ourcJnCh.,".' za Ixel Maninrruex I,, Toyota, lID, n g I Football Ltla n lztfi'CHhil her eMO,r ,00,eD ate - - n oten °zA all C levmle4110, 0 29 10 Q�2l KYIe Buzcn, 1o,T%a110, 15 on, 31 tjej e""ywamnn Tpyw.no'¢2. late gd A vIKixas - C A snare a3 H:. �ora. idea 34. pal Corey Lataie, Chevrolet, am, 3 3s (s) rylm keaeicN, rnevrdn, sr, xIII 36.(xn Bubba donate, Toyota, ergs', 1,1 - in wnsiiix1To - wee DB IndyCar Sonsio Grand Prix ma K anon Jabnsan SOCCER Sat anded America IT 4.11 11MS nnG ague Soaoc rc Aid Road America, Plymouth, Wis. Lap length: 4.014 miles N.Su "ey �A 2 m t then, Jo ew amen. e3. .. lap acec(ncjsa i ems �qqo�� C. ,(14),Ax Neil e b 9islj14) Nia^a4) 3U(4)uQ 11nes tl'YI NF 9u01 ez n Named x9k cusfii'rg IttjrACOLLEGE�oz s.rhak Is. ned games piaiyea aN,l June 9, 2022 - on -1 a(zz)cMznam ae�Fz �xonda5 ss 5auN"nn np9 9(a)smu C.Howas ,0 A Running DEALS M k N'l a A KrabbenMnmens (o) C wn gaard, on 11 12(10)SI-Paenhi N.nl S.Runnnine BASEBALL NHL 11 (11) Jack xarvey, Noma II, daimon Major League Baseball is (Is) comr Daly, Chmrakt. 11, kunnin9 is(Isolo, xonda, ss, kunninp Stanley Cup Playoff pmeripE n teE 9E°I t.(t4)oavitl MaluNas, xontla,ss, kunnirg I(n anus vmxay Chevroletis'aunning �m aapHpn d° °_°^ FINALS d plat LxPK an Atin MOF Ieest-of-T;x-if neces rcia an of �iestowe s ry) IS.(O O DeHancm�o, xonda, IS2. n') Kral FowI,, anCeOrolea,�A sugn^rg Amnon lend on me resn,AAd Ill t. w dlkkank I . TBampa Bay e unz men 21 (2, crag.'.,. ss. kHv�Oags a areaylNF owingz won waivers cillai'll 2x 0s)H a m on s .Banns z3 (x3)D ieiM•erc, <n.wdet, ss,amom9ag - Al zi zq mfi)J nnJobmm� Honaa, sd, kunnso 21(11) T Cameron Cl 14, dAi Ml1 - paaluy.7,M To _._.:_ Ry. -_-- .__-.. 1(1) Alex Al xoima ta, Da I To view more Classified listings, visit: classifieds.usatoday.com For advertising information 1800 3970070 W W W russelltohns com/usat NOTICES I 7Jr.1•u tIIMM,21 I BUSINESS • Laabak,wndgisheaddd ac W rasa agraamrm xmn minafisas Notice to Bidders has been reaaneanenyae"m'naar Are you getting hit RobertHmryaMNe Drhme man with high inreirestrates nec Region 14 ESC (she "Leatl Agency J, on Denali of Etlm orTdl �edrx, 1_1P.` itlmt because of a low crdN Neaanel Caaperan'a Purcnasmgg Alliance oNCPAg erd ITHE HOME OEPOi. as pbI aga.aean all so states, E�e` taae.he TAelIonstofineaniplurid ore?Improveit today! a er Agree hen aAnlimting proposals to enter into agreement maybeseenm FREE Consults\ion r greemenis tor. w.allcre orsgias.blopspovpam .FREE Credit Evaluation ate Compliance Management A29-22 •Momara��e.nd C.ma.nt.inmemstratagy.na - n.•na"...mwroa" 800-852-4931 an gememoi aTh.hare Casts?-22 • Cur& Management Technol ession a1 ERP Software and ImplememMion cervices A93-22 F444 •Inbn9mlretlsSecuriry TacnnDlD ie and salary Syatema ProEuda antl sewiva a2e-2ey a •Roadway Maintenance Equipment.nd5upptiesk23.22 I a • ephopl Trahroftatlon br Studeras wHh Special Nkkde #a'. • Software as a Solullon tar Infrastructure Protects »30-22 • Thal Coniral, Enforcement, & Signal Preemption Equipment Thank Serenity is here ue TM1uraday, July 21, 2o22a2:op pm CST to help by making SR-22 o u be re,,,I'd elemroniwiry rw later Than' mbmmaitleatlune wa our amine al is at insurance easy to get and I We can help if your total NCPA Tp nna..ba dlrehm'e mni .sane plaae. viMt affordable for everyone. debt b$10,00o 0r mDr equeatacnpyo p NCPA'. avebsite www ncoaua. I� CREDIT CARD DEBTa 800-509-9315 O MEDICAL DEBT (2 PERSONALLOAN% THE CALL & QUOTE ARE FREE. Place you. Public Notice 3n 800-825-1306 USA TODAY Marketplace! Al bankrupNy radar and �a Call: 1-800-397-0070 Atl°°a�,�l�kl�engs are start Dver completely debt - Tree. dwlfl.d..a..tod.r.com THE CALL IS FREE. COOP City of Fort Worth A, Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp •I MARKETPLACE SECONDARYBREAK k An NBA Dad'saStc ry 11 ' To advertise in i USA TODAY, call: A., . :..:. r��.J,.. n.,��a,t��as�ea�...,���. i�mnroii.rom 1-800-397-0070 I REAL ESTATE I I TRAVEL I L." 191 Si , Oiscoear MTlnpsing Nil h lust I S minuas assi N CM1aymne, WyaNdg. Fahulaus 5-10 a0re mnOheOea now tieing onered Imm only $g/,DAI won low does NO oualifailg Sdhl finaming isdiddid, They wont last bng and than Is no haver hay anywhere! Periodl �1- BoulllerCNeNLallge Monleoa 4 amilderCred Rwd, Call u6-859-3190 •fr -was 114Momm159837 v 6a ulderaee 1°dgem..l roiv Page 115 of 164 4C 1 TUESDAY JUNE 21, 2022 1 USA TOD" US OPEN 5 THINGS WE LEARNED FROM SUNDAY SPORTS Fitzpatrick's work ethic pays off David Dusek G.1h,mme, I USA TODAY Network BROOKLINE, Mass. - On a chilly, overcast New England day, the lead at the 122nd U.S. Open went back and forth throughout the afternoon. Matt Fitzpatrick, Will Zalatoris and Scottie Scheffier all reached 6 under during their rounds at The Country Club on Sunday, but only one ofthem, the En- glishman who won the 2013 U.S. Ama- teur at this course, was able to finish there. Fitzpatrick becomes the third golfer to Win a U.S. Amateur and U.S. Open on the same course, joining Jack Nicklaus at Pebble Beach and Jell Inkster at Prai- rie Dunes. Here are five things we learned on Sunday at The Country Club. Fitzpatrick did it the hard way Last year, Jon Rabin, one of the most powerful players in golf, won the U.S. Open at Torrey Pines. The year before that, it was Bryson DeCharibeau, one of the biggest hitters on the PGA Tour (or LIV Series starting in a few weeks). The year before that, Gary Woodland, an- other power player, won the U.S. Open at Pebble Beach. Matt Fitzpatrick has always been an outstanding putter and possessed a sol- id short game but recently has gotten longer off the tee. "(My coach and biomechantst Sasho Mackenzie) gave me this speed stick called The Stack. I've been doing that religiously week in and week out," Fitz- patrick said Sunday evening. "It's like going to the gym basically. It's like a training program. I'll be honest, it's worked wonders. "I feel like maybe three years ago if I was in this position, four yens ago, and was playing with Will in the final group, I'd be concerned that I'm going to be 15, 20 behind him. And I felt comfortable all day that I was going to be past him, which to me gives me confidence obvi- ously going into the next shot knowing that you've got less club" During the 2018-19 PGA Tour season, Fitzpatrick ranked 151st in driving dis- tance on Tour (287.9 yards per drive), but this season he is up to 298 yards. That's still 108th, but he ranks 40th in driving accuracy, so while he's n yards longer, he still hits about 65%of the fair- ways. On demanding golf courses like Southern Hills last month during the PGA Championship and this past week at The Country Club, which featured thick rough and fescue along the fair- ways, he ranked fifth in driving accura- Umpires Continued from Page 8C and more a concern with rules:' Until the technical kinks are smoothed out and stakeholders agree the time has come for automation, MLB will be wedded to its "blues." That in- cludes the Cuba-bom Hernandez, who unsuccessfully sued MLB for discrimi- nation, claiming he was denied crew chief and postseason assignments With his victory in the U.S. Open, Englishman Matt Fitzpatrick has risen from No. 18 to No. 10 in the Official World Golf Ranking. PETER CASEY/USA TODAY SPORTS cy and was 36th in driving average at 309 yards. Fitzpatrick is also legendary on tour for his work ethic. He has tracked every shot he has hit in competition and prac- tice rounds for the last 12 years. If he continues to put in the work, more vic- tories could be on the way. Zalatoris has the pieces but hasn't put them together - yet It was an odd day for Will Zalatoris because his putter made up for short- comings off the tee and from the fair- way. Typically, that's not the case. Zalatoris hit just seven of 14 fairways on Sunday, contributing to only ll of 18 greens in regulation. He came into the U.S. Open ranked No. 1in strokes gained off the tee. It's tough to win a tourna- ment, especially a major championship, if the foundation of your game doesn't show up on Sunday. "Considering where I drove it today, the fact I was even under par was obvi- ously pretty nice:' Zalatoris said after signing for his 69. "I thought I made alot of nice putts just to keep myself in it. Stealing one on 9, saving par on 13. I really felt great with the putter all week, and I hit a great putt on 18. It just hap- pened to hang out there." This is now three close calls in major based on his race and not performance. In 2023, Hernandez will mark his 30th anniversary as an MLB umpire To the players? Mention his name in private and the reaction is largely ambivalent. Just an- other guy," says one pitcher. "If he's working a game in Seattle and I'm here, I'm not thinking about him," offers an- other. A hitter opts to cut the conversation short rather than opine. "The game's hard," says one player, letting his forth- coming silence tell plenty about his feel - MARKETPLACE TODAY championships for Zalatoris. He was the runner-up at the 2021 Masters, lost in a playoff last month at the PGA Champi- onship and tied for second at the U.S. Open. He has the prototypical modern game but must put the pieces together for four rounds if he wants to win. He's 160th on the PGA Tour in strokes gained putting (0.227). If he can improve that and just become a tour -average putter, so his putting doesn't cancel out his ex- cellent iron play, he will have a long and successful career. LIV Golf Series may not be good preparation for majors At the start of the U.S. Open, there were 14 golfers who either played in the first LIV Series event in London or who announced they are going to play LIV Series events in the future, but none of them were in real contentionby Sunday, and most ofthemmissed the cut. Dustin Johnson, the 2016 U.S. Open winner, was the "Low LIV" at 2 over through 54 holes, and he finished Sunday at 4 over (T-24). The PGA Tour has suspended its members who played in the LIV Series event in London, and golfers who play at the end of June in the next LIV Series event will also assuredly get indefinitely suspended by Jay Monahan, which will ings for Hernandez. "We'll leave it at that:' Factoring temporary call-ups and other substitutes, players will deal with roughly 100 amps behind the plate. The greater enemy, always, is the grind, and Within that the hope that over six months and up to 700 plate appear- ances, the good and bad calls will be a wash come October. "If your team is winning and you're playing well, it's like all right, whatever, they'll even out," says Rockies third baseman Ryan McMahon. And if it's dramatically reduce playing opportuni- ties inbig events and against elite fields. Remember, LIV Series events are 54 holes, and there is no cut, so while they are lucrative, they may not be the best place for a golfer to get sharp before a major championship. The tough ques- tions about being involved with Saudi Arabia will also surely be a distraction for LIV Series players in majors to come. USGA really doesn't want a repeat of Shinnecock or Olympic The Country Club proved to be an ex- cellent venue for the United States Golf Association, and thanks to the wind and cool temperatures provided by Mother Nature, the course was as challenging to play as it was beautiful to see. After Friday's round, some golf lovers were concerned that 23 golfers were on, der par. For them, carnage and struggle are what the U.S. Open is all about, but it's now clear that if the USGA is going to make a mistake when setting up courses, it will err on the conservative side. The fairways were narrow, the greens were fast and the rough was thick and lush, but the classic venue never felt tricked out or over the top. On Wednesday, USGA CEO Mike Wahn talked with the media about an- chor sites for USGA national champion- ships, with Pinehurst, Oakmont and Pebble Beach already locked in for nu- merous events well into the 2040s. The Country Club should be added to that list. Now. No one should ever quit at a U.S. Open It's cliche, but you can win if you make the cut at the U.S. Open. And if you don't win, you can still make a big move. Hidekt Matsuyama and Collin Mori- kawa did not win this week, but they shot the day's low rounds on Sunday, a 65 and a 66, respectively, and raced up the leaderboard. Both started the day at 2 over par, six shots off the lead, and Matsuyama finished in solo fourth. Mo- rikawa finished in a tie for fifth. It would be easy to feel dejected on a difficult course like The Country Club, as we saw when Grayson Murray threw his putter and then snapped an iron over his knee, but moves can be made. It felt like the crowd in Boston was trying to will Mcllroy up the leaderboard, and while he fell short of winning his second U.S. Open, he finished tied for fifth with Mo- rikievera. Next year, when you are filling out your U.S. Open pool, remember to pick grinders. going bad, it's like ah, you're getting screwed all the time. But they do even out more than people realize:' "In sports, human error needs to be a thing," says Bassitt. "I think that's what makes the sports in general beautiful is that there is human error, not just from the athletes but the people umpiring and officiating, managers calling the game, general managers ... everybody makes mistakes. "We're all human. We're all trying to do our best. And I think that's the beau- ty in it all:' To view more Classified listings, visit: classifieds.usatoday.com For advertising information 1800 3970070 www russetllohns com/usot NOTICES II • I MARKETPLACE I I REAL ESTATE I Notice to Bidders Region 14 ESC (me "Leatl Agenc}�'), on beM1alt of .at. -I Cooperative Pumhamng Albence (NCPA) antl pMNI; agendas In all 00 states, that elect to access me aser Agree MastermAgreemepids corals to enter into • Aftibele Compliance M... son ern ars— elNJ1-22 • Momg (lance end Coat -Lon Coate N shroegy antl an gementor Healmcare • Curb Management Technology w27 -22 • E HIP9Soft m antl Implementation Services nia— •pntetluncldUServlc...%elegiee antl safety Systems • Nondwey Mntntenarl. Equipment end Supplies a20-22 • Es—Tranaporta0on for ar.6 is with Special Neetls i— Sidt.masaS.I. nmrInwaswmre—l-saap22 • Torba. Control, Enforcement, a Signal Preemption Equipment v_ Due Thursday, July 21, 2022 at 2:00 pm CST Responses 1,111 be recervetl electronically no later man the mammal deadbne wa Ar online eo-s potlal st n.o. epmlrenab.om NCPA No ppeweb�„Q�tape.i ana,pl-aae.i,i: ® Place your Pubis Nonce in � USA TODAY Marketplac,l. Call: 1-800-397-0070 Soumewell a State of Minnesota local government umt and servme..operes-, Is requesting proposals for Public Safety, antl Emergency Management Equip—br TA0, and Supply Catalog Solutions to result In a contracting solution fir use by IM Panmlpaong Entices. Sourcewell Particustmg Entitles Inclutle ttlousanbs of governmental, hol education, K-12 etlucation, onpron, tribal government, antl Omer public agencies located in the United States and C—d. A full copy of the Request for Proposals can be found on the Sourcewel1 Procurement Portal Mipabuiproportal.sou-11-vol Corry pPr.p.ealme (Portaeun�lbe—ocered.eweo—h the ll Proposals are ow. no lAleral—August ll, 2022, at a:30 p.m. Central Ti..... tl late proposals will not be oonsiderod. NAME CHANGE I, PRINCY ABHI GANDHI have changed my name to PRINCY M UKESHKUMAR SHAH due to the drvorc-. SECONDARYBREAK An NBA Dads S sory kliguilgilullifilid(Mildilliff 9 - I TRAVEL ewm, c,�.e s .. ww Poumn.emm,m. t M n Boulder gne119tlge Montana rill Mo„ew55el] wwwbo ld...rini95931900�� To -Mantis, cell 1-0O9JaTsen, I Plece your ativertle'i In USATODAYMe 70_Plagl e, ca T, adYnnell: BOb39]-0O Discover ghspedng Hills at 15 hall west of Cheyenne, Wyoming, fabulous 5-10 sere mnchmes am now being offered from only $94,U aft now down NO Gehring, seller financing available. Bay won't last long antl there tons belt buy anywrarel Pedadl L ssful ements with ODAYplace COOP City of Fort Worth & Wilson Bauhaus Inte#ors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 116 of 164 NCPA a A...T.S P.pA...... T...a.T pNCITATp.. PAR SOLICITATIONS G_ View our It If soncirztions, and Click belmformore information. G 0- 0— AFFILIATE COMPLIANCE BULRFUEL MANAGEMENT Leatl Agenry: atl Agency: Peglan xa FSC Responses Due: iM1erstlry.luly2lstxOxx2.roPM Csr Tnurstlay,xuyxx.,xUxx2mPMCST USA Today..nanO2z sA Tdn.2z my.w2xnozz CURB MAN TECHNOL< Lead Age US—d.,r / / _.. I..... INTEGRATED SECURITY ROADWAY MAINTENANCE TECHNOLOGIESANDSAFETY EQUIPMENT AND SUPPLIES SYSTEMS PRODUCTS AND SERVICES --_ eatl Agenry: Regian xa ESC a Henry: .egbn sa ESC iM1urstla/.lulY2lstxoxx2roPM GR TM1ers .J.Y22..m2x2mPUcsr _ .pepyosn,n.0 aay USA sA Totl_y u USA - Yoanxno22 SOFTWARE AS A SOLUTION I TRAFFIC CONTROL, FORINFMSTRUCTURE ENFORCEMENT,&SIGNAL PROJECTS PREEMPTION EQUIPMENT Lead AM.'.. Lea g y Thu—, y Mcsr r uc, .PMFST USA —y I I.I. USAT nd U_SATnd...nan.2i ..0(D . auuT....rtand. NCPA CONTACT na Ao,�od.aa T.- a ro oe� an M1 g���r�Ual.�a,aalloe Ir �nr�new , COMPLIANCE AND C CONTAINMENT STRA AND MANAGEMENT I HEALTHCARE COSTS Reglon aESC TM� ay�Ir2erU.zwzzoUPM UT SATnday../x.n.2x USATpa.,,asj Up.z FURNITURE Illd All", rnurstlay.luly21rt2o2x20o PM GS( ..on..TLspa=olT.Tl.n u} SCHOOL TRANSPORTATION FOR STUDENTS WITH SPECIAL NEEDS mgon �a ESC: Thu Ylauly2ls[xv3 x:oo PM CST USA .pc q./Rt?p. C, ...U..T .pL�.IT.TIp. 0 . 4 Request for Proposal (RFP) for Furniture Solicitation Number: 24-22 Publication Date: Tuesday, June 7th, 2022 Notice to Respondent: Submittal Deadline: Thursday, July 21st, 2022 2:00 pm CST Questions regarding this solicitation must be submitted to auestions@nCDa.us no later than Thursday, July 141h 2022. All questions and answers will be posted to http://www.ncpa.us/solicitations. It is the intention of Region 14 Education Service Center (herein "Region 14 ESU) to establish a Master Agreement for Furniture for use by Region 14 ESC and other public agencies supported under this contract. This Request for Proposal is issued on behalf of the National Cooperative Purchasing Alliance through a public agency clause, which provides that any county, city, special district, local government, school district, private K-12 school, higher education institution, state, other government agency, healthcare organization or nonprofit organization may purchase Products and Services through this contract. Respondents will be required to execute the NCPA Administration Agreement upon award. This contract will allow agencies to purchase on an "as needed" basis from a competitively awarded contract. Respondents are requested to submit their total line of available products and services. While this solicitation specifically covers Furniture, respondents are encouraged to submit an offering on any or and all products and services available that they currently perform in their normal course of business. Responses shall be received electronically no later than the submittal deadline via our online Bonfire portal at ncna.bonfirehub.com Immediately following the deadline, all responses will be publicly opened and the respondents recorded. Any response received later than the specified deadline will be disqualified. Responses will remain sealed by our online Bonfire portal until the bid opening time specified. Responses received outside our online Bonfire portal will not be accepted. Sealed responses may be submitted on any or all items, unless stated otherwise. Proposal may be rejected for failure to comply with the requirements set forth in this invitation. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 118 of 164 EST. 1967 J J r N r ry Competitive Solicitation by Region 14 Education Service Center For Furniture On behalf of itself and other Government Agencies And made available through the National Cooperative Purchasing Alliance RFP # 24-22 1� 4 National Cooperative Purchasing Alliance COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 119 of 164 Introduction /Scope ♦ Region 14 ESC on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and non- profit organizations (herein "Public Agency" or collectively "Public Agencies") is soliciting proposals from qualified vendors to enter into a Master Agreement for a complete line of Furniture. ♦ Region 14 ESC, as the lead public agency, has partnered with NCPA to make the resultant contract available to all participating agencies in the United States. NCPA provides marketing and administrative support for the awarded vendor that promotes the successful vendor's products and services to Public Agencies nationwide. The Vendor will execute the NCPA Administration Agreement (Tab 2) upon award. Vendor should thoroughly review all documents and note any exceptions to NCPA terms and conditions in their proposal. ♦ Awarded vendor(s) shall perform covered product or services under the terms of this agreement. Respondents shall provide pricing based on a discount from their standard pricing schedules for products and/or services offered. Electronic Catalog and/or price lists must accompany the proposal. Multiple percentage discount structure is also acceptable. Please specify where different percentage discounts apply. Additional pricing and/or discounts may be included. ♦ Each product or service proposed is to be priced separately with all ineligible items identified. Services may be awarded to multiple vendors. Respondents may elect to limit their proposals to a single product or service within any category, or multiple products or services within any and all categories. ♦ National Cooperative Purchasing Alliance (NCPA) ➢ The National Cooperative Purchasing Alliance (herein "NCPA") assists public agencies to increase their efficiency and reduce their costs when procuring goods and services. This is accomplished by awarding competitively solicited contracts that are leveraged nationally by combining the volumes and purchasing power of entities nationwide. Our contracts are available for use by any entity that complies with procurement laws and regulations. ♦ It is the intention of Region 14 ESC and NCPA to achieve the following objectives through this RFP. ➢ Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Public Agencies; ➢ Achieve cost savings of Vendors and Public Agencies through a single competitive solicitation process that eliminates the need for multiple proposals; ➢ Combine the purchasing power of Public Agencies to achieve cost effective pricing; ➢ Reduce the administrative and overhead costs of Vendors and Public Agencies through state of the art purchasing procedures. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 120 of 164 Instructions to Respondents ♦ Submission of Response ➢ Only responses received via our online Bonfire portal will be accepted. Faxed or mailed responses will not be accepted. ➢ Responses may be submitted on any or all items, unless stated otherwise. Region 14 ESC reserves the right to reject or accept any response. ➢ Deviations to the terms, conditions and/or specifications shall be conspicuously noted in writing by the respondent and shall be included with the response. ➢ Withdrawal of response will not be allowed for a period of 120 days following the opening. Pricing will remain firm for 120 days from submittal. ♦ Public Bid Opening ➢ The public bid opening will be held via Zoom meeting. Interested parties who wish to attend the bid opening should email contracts PnMa.us by 4:00 pm the day before the bid opening date to receive an invitation. ♦ Required Proposal Format ➢ Responses shall be provided electronically via our online Bonfire portal. Tabs should be used to separate the proposal into sections, as identified below. Respondents failing to organize in the manner listed may be considered non -responsive and may not be evaluated. It's recommended that all tabs, with the exception of Tab 7 (Pricing), be submitted in Portable Document Format (PDF). Please note pricing can be submitted separately in a alternate format (e.g. xlsx, xls, csv). ♦ Tabs ➢ Tab 1 - Master Agreement / Signature Form ➢ Tab 2 - NCPA Administration Agreement ➢ Tab 3 - Vendor Questionnaire ➢ Tab 4 - Vendor Profile ➢ Tab 5 - Products and Services / Scope ➢ Tab 6 - References ➢ Tab 7 - Pricing ➢ Tab 8 - Value Added Products and Services ➢ Tab 9 - Innovation ➢ Tab 10 - Required Documents COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 121 of 164 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 five (5) additional one-year terms or any combination of time equally not more than 5 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 122 of 164 ♦ 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 Dricina 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 ➢ Proposal should address the following warranty information: ■ 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 ➢ Products ■ Vendor shall provide equipment, materials and products that are new unless otherwise specified, of good quality and free of defects ➢ Construction ■ Vendor shall perform services in a good and workmanlike manner and in accordance with industry standards for the service provided. ♦ Safety ➢ Vendors performing services shall comply with occupational safety and health rules and regulations. Also all vendors and subcontractors shall be held responsible for the safety of their employees and any conditions that may cause injury or damage to persons or property. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 123 of 164 ♦ Permits ➢ Since this is a national contract, knowing the permit laws in each state is the sole responsibility of the vendor. ♦ 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. ♦ 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 fof legal ffand , factual grounds including copies of relevant COOP City of Fort Visual Visual Corp Page 124 of 164 ➢ 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 and regulation of any kind of government of the United States or any civil or military authority; insurrections; riots; epidemics; pandemics; 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. ♦ Termination ➢ 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, COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 125 of 164 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. Region14 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 126 of 164 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 five (5) additional one-year terms or any combination of time equally not more than 5 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. ♦ Price Increases ➢ Should it become necessary, price increase requests may be submitted at any point during the term of the contract by written amendment. Included with the request must be documentation and/or formal cost justification for these changes. Requests will be formally reviewed, and if justified, the amendment will be approved. ♦ Products and Services Additions ➢ New Products and/or Services may be added to the resulting contract at any time during the term by written amendment, to the extent that those products and/or 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 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 127 of 164 ➢ While no minimum volume is guaranteed, the estimated (but not limited to) annual volume for Products and Services purchased under the proposed Master Agreement is $150 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. ♦ 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. Contract award letter issued by Region 14 ESC is the counter- signature document establishing acceptance of the contract. ♦ 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 respondent's 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 128 of 164 ♦ 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. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-O IA Partners #07-86-Egan Visual Corp Page 129 of 164 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 and Experience (15 points) ➢ A minimum of ten (10) public sector references for product and/or services of similar scope dating within past 3 years ➢ Respondent Reputation in marketplace ➢ Past Experience working with public sector. ➢ Exhibited understanding of cooperative purchasing ♦ Value Added Products/Services Description, (10 points) ➢ Additional Products/Services related to the scope of RFP ➢ Marketing and Training ➢ Minority and Women Business Enterprise (MWBE) and (HUB) Participation ➢ Customer Service ♦ Innovation (10 points) ➢ Past Innovation, how it affected sales ➢ Future Innovation in the pipeline COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 130 of 164 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 of 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 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 131 of 164 Tab 2 - NCPA Administration Agreement This Administration Agreement is made as of by and between National Cooperative Purchasing Alliance ("NCPA") and ("Vendor"). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated referenced as Contract Number , 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 Furniture; 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 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 132 of 164 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 quarterly report showing the dollar volume of all sales under the contract for the previous quarter. Reports are due on the fifteenth (15th) day after the close of the previous 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 0 - $30,000,000 $30,000,001 - $50,000,000 $50,000,001+ Administrative Fee 2% 1.5% 1% COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 133 of 164 ➢ 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 under reporting 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: Name: Title: Title: Address: Address: Signature: Signature: Date: Date: COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 134 of 164 Tab 3 - Vendor Questionnaire Please provide responses to the following questions that address your company's operations, organization, structure, and processes for providing products and services. ♦ States Covered ➢ Bidder must indicate any and all states where products and services can be offered. ➢ Please indicate the price co -efficient for each state if it varies. ❑ 50 States & District of Columbia (Selecting this box is equal to checking all boxes below) ❑ Alabama ❑ Alaska ❑ Arizona ❑ Arkansas ❑ California ❑ Colorado ❑ Connecticut ❑ Delaware ❑ District of Columbia ❑ Florida ❑ Georgia ❑ Hawaii ❑ Idaho ❑ Illinois ❑ Indiana ❑ Iowa ❑ Kansas ❑ Kentucky ❑ Louisiana ❑ Maine ❑ Maryland ❑ Massachusetts ❑ Michigan ❑ Minnesota ❑ Mississippi ❑ Missouri ❑ Montana ❑ Nebraska ❑ Nevada ❑ New Hampshire ❑ New Jersey ❑ New Mexico ❑ New York ❑ North Carolina ❑ North Dakota ❑ Ohio ❑ Oklahoma ❑ Oregon ❑ Pennsylvania ❑ Rhode Island ❑ South Carolina ❑ South Dakota ❑ Tennessee ❑ Texas ❑ Utah ❑ Vermont ❑ Virginia ❑ Washington ❑ West Virginia ❑ Wisconsin ❑ Wyoming COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 135 of 164 ❑ All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) ❑ American Somoa ❑ Federated States of Micronesia ❑ Guam ❑ Midway Islands ♦ Minority ❑ Northern Marina Islands ❑ Puerto Rico ❑ U.S. Virgin Islands and Women Business Enterprise (MWBE) and (HUB) Participation ➢ It is the policy of some entities participating in NCPA to involve minority and women business enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an M/WBE or HUB certified. ■ Minority / Women Business Enterprise • Respondent Certifies that this firm is a M/WBE ❑ ■ Historically Underutilized Business • Respondent Certifies that this firm is a HUB ❑ ♦ Residency ➢ Responding Company's principal place of business is in the city of State of ♦ Felony Conviction Notice ➢ Please Check Applicable Box; ❑ A publically held corporation; therefore, this reporting requirement is not applicable. ❑ Is not owned or operated by anyone who has been convicted of a felony. ❑ Is owned or operated by the following individual(s) who has/have been convicted of a felony ➢ If the 3rd box is checked, a detailed explanation of the names and convictions must be attached. ♦ Distribution Channel ➢ Which best describes your company's position in the distribution channel: ❑ Manufacturer Direct ❑ Certified education/government reseller ❑ Authorized Distributor ❑ Manufacturer marketing through reseller ❑ Value-added reseller ❑ Other: ♦ Processing Information ➢ Provide company contact information for the following: ■ Sales Reports / Accounts Payable Contact Person: Title: Company: Address: City: Phone: State: Email: Zip: COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 136 of 164 ■ Purchase Orders Contact Person: Title: Company: Address: City: State: Zip: Phone: Email: ■ Sales and Marketing Contact Person: Title: Company: Address: City: State: Zip: Phone: Email: ♦ Pricing Information ➢ In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing. ■ If answer is no, attach a statement detailing how pricing for NCPA participants would be calculated for future product introductions. ❑ Yes ❑ No ➢ Pricing submitted includes the required NCPA administrative fee. The NCPA fee is calculated based on the invoice price to the customer. ❑ Yes ❑ No ♦ Cooperatives ➢ List any other cooperative or state contracts currently held or in the process of securing. Cooperative/State Agency Discount Expires Offered Annual Sales Volume COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 137 of 164 Tab 4 - Vendor Profile Please provide the following information about your company: ♦ Company's official registered name. ♦ Brief history of your company, including the year it was established. ♦ Company's Dun & Bradstreet (D&B) number. ♦ Company's organizational chart of those individuals that would be involved in the contract. ♦ Corporate office location. ➢ List the number of sales and services offices for states being bid in solicitation. ➢ List the names of key contacts at each with title, address, phone and e-mail address. ♦ Define your standard terms of payment. ♦ Who is your competition in the marketplace? ♦ Provide Annual Sales for last 3 years broken out into the following categories: ➢ Cities / Counties ➢ K-12 ➢ Higher Education ➢ Other government agencies or nonprofit organizations ♦ Provide the revenue that your organization anticipates each year for the first three (3) years of this agreement. $ in year one $ in year two $ in year three ♦ What differentiates your company from competitors? ♦ Describe how your company will market this contract if awarded. ♦ Describe how you intend to introduce NCPA to your company. ♦ Describe your firm's capabilities and functionality of your on-line catalog / ordering website. ♦ Describe your company's Customer Service Department (hours of operation, number of service centers, etc.) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 138 of 164 ♦ Green Initiatives (if applicable) ➢ As our business grows, we want to make sure we minimize our impact on the Earth's climate. We are taking every step we can to implement innovative and responsible environmental practices throughout NCPA to reduce our carbon footprint, reduce waste, energy conservation, ensure efficient computing and much more. To that effort we ask respondents to provide their companies environmental policy and/or green initiative. ♦ Anti -Discrimination Policy (if applicable) ➢ Describe your organizations' anti -discrimination policy. ♦ Vendor Certifications (if applicable) ➢ Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing respondent to perform the covered services including, but not limited to, licenses, registrations, or certifications. Certifications can include M/WBE, HUB, and manufacturer certifications for sales and service. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 139 of 164 Tab 5 - Products and Services ♦ Respondent shall perform and provide these products and/or services under the terms of this agreement. The supplier shall assist the end user with making a determination of their individual needs. ♦ Warranty ➢ Proposal should address the following warranty information: ■ 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 ➢ Products ■ Vendor shall provide equipment, materials and products that are new unless otherwise specified, of good quality and free of defects ➢ Construction ■ Vendor shall perform services in a good and workmanlike manner and in accordance with industry standards for the service provided. ♦ The following is a list of suggested (but not limited to) Furniture categories. List all categories along with manufacturer that you are responding with: ➢ Ancillary Furniture Products ➢ Audio / Visual Furniture ➢ Auditoriums and Theaters ➢ Cafeteria ➢ Classroom / Educational / Dormitory ➢ Conference or Breakroom / Training ➢ Healthcare / Medical / Therapy Practices ➢ Highmark ➢ Lactation Rooms and Furniture Pods ➢ Library ➢ Lighting ➢ Lounge / Reception ➢ Office ➢ Outdoor ➢ Science Lab ➢ Seating / Chairs ➢ Tables / Meeting Conference Room ➢ Work Stations COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 140 of 164 Tab 6 - References ♦ Provide at least ten (10) public sector references for products and/or services of similar scope dating within the past three (3) years. Please provide a range of references across all eligible government entity groups including K-12, higher education, city, county, or non-profit entities. ♦ All references should include the following information from the entity: ➢ Entity Name ➢ Contact Name and Title ➢ City and State ➢ Phone ➢ Years Serviced ➢ Description of Services ➢ Annual Volume ♦ NCPA also accepts Procurated review scores to evaluate relationships with their customers. Vendors without a current Procurated score will be rated based solely on the references provided, and will not be penalized for lack of Procurated scoring. To find out your company's Procurated score please go to https://www.procurated.com. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 141 of 164 Tab 7 - Pricing ♦ Please submit price list electronically via our online Bonfire portal (pricing can be submitted as Discount off MSRP, cost plus, etc). Products, services, warranties, etc. should be included in price list. Prices submitted will be used to establish the extent of a respondent's products and services (Tab 5) that are available and also establish pricing per item. ♦ Price lists must contain the following: Product name and part number (include both manufacturer part number and respondent part number if different from manufacturers). ➢ Description ➢ Vendor's List Price ➢ Percent Discount to NCPA participating entities ♦ Not To Exceed Pricing ➢ NCPA requests pricing be submitted as "not to exceed pricing" for any participating entity. The awarded vendor can adjust submitted pricing lower but cannot exceed original pricing submitted for solicitation. ➢ NCPA requests that vendor honor lower pricing for similar size and scope purchases to other members. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 142 of 164 Tab 8 - Value Added Products and Services ♦ Include any additional products and/or services available that vendor currently performs in their normal course of business that is not included in the scope of the solicitation that you think will enhance and add value to this contract for Region 14 ESC and all NCPA participating entities. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 143 of 164 Tab 9 - Innovation ♦ Please provide details of your most recent innovation and how it affected sales in the public sector. o New categories o New fabrics and finishes o New ergonomics o New safety features o New performance enhancement o Other ♦ Please outline your timeline for future innovation. o New categories o New fabrics and finishes o New ergonomics o New safety features o New performance enhancement o Other COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 144 of 164 Tab 10 - Required Documents ♦ Federal Funds Certifications ♦ Clean Air and Water Act & Debarment Notice ♦ Contractors Requirements ♦ Antitrust Certification Statements ♦ Required Clauses for Federal Assistance by FTA ♦ State Notice Addendum COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 145 of 164 Federal Funds Certifications Participating Agencies may elect to use federal funds to purchase under the Master Agreement. The following certifications and provisions may be required and apply when a Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. • Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency and Offeror reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) • Pursuant to Federal Rule (13) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." • Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 146 of 164 (D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. • Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis -Bacon Act provisions • Any Participating Agency will include any current and applicable prevailing wage determination in each issued solicitation and provide Offeror with any required documentation and/or forms that must be completed by Offeror to remain in compliance the applicable Davis -Bacon Act provisions. (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. • Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 147 of 164 Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. • Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- 1387), as amended— Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non- Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency (I) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. • Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 148 of 164 compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: o No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. o If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. o The undersigned shall require that the language of this certification be included in the award documents for all covered sub -awards exceeding $100,000 in Federal funds at all appropriate tiers and all subrecipients shall certify and disclose accordingly. RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.334. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.334 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Participating Agencies will clearly identify whether Buy America Provisions apply in any issued solicitation. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 149 of 164 CERTIFICATION OF ACCESS TO RECORDS Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any non -financial documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussion relating to such documents. This right of access will last only as long as the records are retained. CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted in the pages above. It is further acknowledged that offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances as applicable. Offeror: Address: City, State, Zip: Authorized Signature: Date COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 150 of 164 Clean Air and Water Act & Debarment Notice I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment 0, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations Potential Vendor Print Name Address City, Sate, Zip Authorized signature Date COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 151 of 164 Contractor Requirements Contractor Certification Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E- Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the NCPA Participating entities in which work is being performed Fingerprint & Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed Business Operations in Sudan, Iran In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran. Authorized signature Date COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 152 of 164 Antitrust Certification Statements fTex. Government Code � 2155.0051 I affirm under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 153 of 164 Required Clauses for Federal Assistance Drovided by FTA ACCESS TO RECORDS AND REPORTS Contractor agrees to: a) Maintain all non -financial books, records, accounts and reports required under this Contract for a period of not less than two (2) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until the FTA Administrator, the U.S. DOT Office of the Inspector General, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all non -financial work, materials, and other data and records that pertain to the Project, and to audit the non -financial books, records, and accounts that pertain to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. The right of access detailed in this section continues only as long as the records are retained. FTA does not require the inclusion of these requirements of Article 1.01 in subcontracts. CIVIL RIGHTS / TITLE VI REQUIREMENTS 1) Non-discrimination. In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other applicable implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. 2) Equal EMDlovment Opportunity. The following Equal Employment Opportunity requirements apply to this Contract: a. Race. Color. Creed. National Origin. Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal Transit Law at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable Equal Employment Opportunity requirements of U.S. Dept. of Labor regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, 41 CFR, Parts 60 et sea., and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, Contractor agrees to comply with any implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. b. AAe. In accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended, 29 U.S.C. Sections 621 through 634, and Equal Employment Opportunity Commission (EEOC) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 154 of 164 implementing regulations, "Age Discrimination in Employment Act", 29 CFR Part 1625, prohibit employment discrimination by Contractor against individuals on the basis of age, including present and prospective employees. In addition, Contractor agrees to comply with any implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. c. Disabilities. In accordance with Section 102 of the Americans with Disabilities Act of 1990, as amended (ADA), 42 U.S.C. Sections 12101 etseq., prohibits discrimination against qualified individuals with disabilities in programs, activities, and services, and imposes specific requirements on public and private entities. Contractor agrees that it will comply with the requirements of the Equal Employment Opportunity Commission (EEOC), "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR, Part 1630, pertaining to employment of persons with disabilities and with their responsibilities under Titles I through V of the ADA in employment, public services, public accommodations, telecommunications, and other provisions. d. SeLyreuated Facilities. Contractor certifies that their company does not and will not maintain or provide for their employees any segregated facilities at any of their establishments, and that they do not and will not permit their employees to perform their services at any location under the Contractor's control where segregated facilities are maintained. As used in this certification the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom, or otherwise. Contractor agrees that a breach of this certification will be a violation of this Civil Rights clause. 3) Solicitations for Subcontracts. Including Procurements of Materials and Eauinment. In all solicitations, either by competitive bidding or negotiation, made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Contract and the regulations relative to non-discrimination on the grounds of race, color, creed, sex, disability, age or national origin. 4) Sanctions of Non -Compliance. In the event of Contractor's non-compliance with the non-discrimination provisions of this Contract, Public Agency shall impose such Contract sanctions as it or the FTA may determine to be appropriate, including, but not limited to: 1) Withholding of payments to Contractor under the Contract until Contractor complies, and/or; 2) Cancellation, termination or suspension of the Contract, in whole or in part. Contractor agrees to include the requirements of this clause in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS PARTICIPATION This Contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs', therefore, it is the policy of the Department of Transportation (DOT) to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in the performance of DOT -assisted contracts. 1) Non -Discrimination Assurances. Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 155 of 164 applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or other such remedy as public agency deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13(b)). 2) Promnt Pavment. Contractor is required to pay each subcontractor performing Work under this prime Contract for satisfactory performance of that work no later than thirty (30) days after Contractor's receipt of payment for that Work from public agency. In addition, Contractor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this Contract is satisfactorily completed and any liens have been secured. Any delay or postponement of payment from the above time frames may occur only for good cause following written approval of public agency. This clause applies to both DBE and non -DBE subcontractors. Contractor must promptly notify public agency whenever a DBE subcontractor performing Work related to this Contract is terminated or fails to complete its Work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any DBE subcontractor and perform that Work through its own forces, or those of an affiliate, without prior written consent of public agency. 3) DBE Program. In connection with the performance of this Contract, Contractor will cooperate with public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum practicable opportunity to compete for subcontract work, regardless of whether a contract goal is set for this Contract. Contractor agrees to use good faith efforts to carry out a policy in the award of its subcontracts, agent agreements, and procurement contracts which will, to the fullest extent, utilize DBEs consistent with the efficient performance of the Contract. ENERGY CONSERVATION REQUIREMENTS Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plans issued under the Energy Policy and Conservation Act, as amended, 42 U.S.C. Sections 6321 etseq. and 41 CFR Part 301-10. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, listed directly or by reference in the Contract between Public Agency and the FTA, and those applicable regulatory and procedural updates that are communicated to Contractor by Public Agency, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this Contract. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The provisions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by the DOT and applicable to the scope of a particular Contract awarded to Contractor by a Public Agency as a result of solicitation, as set forth in the most current FTA Circular 4220.117, published February 8th, 2016, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. Contractor agrees not to knowingly perform any act, knowingly fail to perform any act, or refuse to comply with any reasonable public agency requests that would directly cause public agency to be in violation of the FTA terms and conditions. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 156 of 164 NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES Agency and Contractor acknowledge and agree that, absent the Federal Government's express written consent and notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to agency, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms, to the best of its knowledge, the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307 (n) (1) on the Contractor, to the extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 157 of 164 State Notice Addendum The National Cooperative Purchasing Alliance (NCPA), on behalf of NCPA and its current and potential participants to include all county, city, special district, local government, school district, private K-12 school, higher education institution, state, tribal government, other government agency, healthcare organization, nonprofit organization and all other Public Agencies located nationally in all fifty states, issues this Request for Proposal (RFP) to result in a national contract. For your reference, the links below include some, but not all, of the entities included in this proposal: httn://www.usa.L-ov/Agencies/State and Territories.shtml httns: //www.usa.gov/local-governments COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 158 of 164 EXHIBIT C CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local government Code may be found at http.+,hvww.statutes.legis_state.tx_us; DocvLG/htrn1LG 176, him. For easy reference, below are some of the sections cited on this form, Local Government Code f 176.001(1.4: `Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or tease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code 6176.003(a)(2)(A} and (B}. (a) A local government officer shalt file a conflicts disclosure statement with respect to avendor (2) thevendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that 0) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (l a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contractwiifn the vendor. Local Government Code P 176.006fai and fa-1I (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, ora family member of the officer, described by Section 176_003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 17 6.003(a) (2)(B), excluding arry gift described by Section 176.003(a-1); or (3) has a family relationship with a (oral government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be tiled with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor (A) begins discussions or negotiations to ,tinter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that thevendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer - Form prow idod by Texas Ethics Ccmmisman www.sihics.stats.ix.us Reviled V1=1 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 159 of 164 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by ff.B_ 23, 84th Leg., Regular Session This gwsitonnaart is bong Mod in aQuordame with Chagnon 176, Loci! Govorrrmont f odo, IN a vendof who has a twsiness relalionstrip as defined by Section 176.041t1-a) wOh a local governmental erMy and the vendor meets requirements under Section 476.01)6(a). eyr law this questionnaire must be filed with the records adm itsstrator of tha local governmental entity not War than the 7th business day after the date the vendor becomes aware of facts that raauira the sWement to be fr[eel. Sao Sodwn I76.W6(a-t}, local Govemmem Code. FORM CIO OFi�CE USE [?NLY - A vendor commits an oflense if the vendor ivv wine' violates Section 176.oN, Local Govern rrt Code. An olfenso unclat dos section is a Misdemeaw? r Name ofvendorwho has a business relationship with local governmental entity. Check this box lfyou are filing an update to a pMv rousiy filed questionnaire. (The ratan requires that you file an updated compfated questionnaire wr`e the appropriame fling authority not later than tine 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccuraw) Nairn of local government officer about whom the information is being disclosed. Name of Officer J Doscribo each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176-003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and 8 for each employment or business relationship described. Attach additional pages to this Form GIG as necessary. A. Is the local govvmmont cifd:or ox a family member of the officef receiving or likety to rg{alw taxi o income. other than investment income, from tie vendor? F1 Yes © No B. Is me, vendor receiving of Irt V tc tecoive taxable incAme, other than inves�,ment income, from of at the diraetion of the local gv✓ernment officer or a family member of the officer ANO the taxable income is not re-ceived from the locai govornmental entity? Dyes KNo J Describe each employment or business relationship that the vendor narnod in Section 1 malntalns with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership into rest of one percent or more. �1ElCheck this box if me vandof has green the local government oilicat or a family member of the ofiicof one or more grits w described in Section 176. 3(a)(2)(B), exchxiing gifts de embed in Seem 176.0 3ja-1). 7 � -� a�vienft doing lxrsmm M the governmemal entity - _ - -- ------ - ---------- Form plcv-dad ty Texas tallies Commission www.ethics.stato-tx.us Revised 1f1:'2021 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 160 of 164 City of Fort Worth, Texas Mayor and Council Communication DATE: 10/29/24 M&C FILE NUMBER: M&C 24-0932 LOG NAME: 13PCOOP WILSON BAUHAUS INTERIORS MC CITYWIDE SUBJECT (ALL) Authorize Agreements with Wilson Bahaus Interiors, LLC Using Various Cooperative Agreements as an Authorized Dealer for Various Manufacturers for the Purchase, Design, and Installation of Furniture for All City Departments for a Collective Amount Up to $2,090,857.00 for the Initial Term and Authorize Four Consecutive One -Year Renewal Options for Up to $821,675.00 for Year 1, $944,926.00 for Year 2, $1,086,655.00 for Year 3, and $1,249,665.00 for Year 4 RECOMMENDATION: It is recommended that the City Council authorize agreements with Wilson Bahaus Interiors, LLC, using various cooperative agreements as an authorized dealer for various manufacturers for the purchase, design, and installation of furniture for all City Departments for a collective amount up to $2,090,857.00 for the initial term and authorize four consecutive one-year renewal options for up to $821,675.00 for year 1, $944,926.00 for year 2, $1,086,655.00 for year 3, and $1,249,665.00 for year 4. DISCUSSION: The Purchasing Division was approached by the following departments to procure agreements for furniture and installation and design services: Communications & Public Engagement, Development Services, Economic Development, Property Management, Police, Fire, Municipal Courts, Aviation and the Library. Staff recommends contracting with Wilson Bahaus Interiors, LLC as an authorized dealer of various manufacturers for the purchase of furniture and installation and design services using the following cooperative contracts: Manufacturer Allsteel, Inc. Allsteel, Inc. Egan Visual Corporation ENWORK - ASSA GROUP DBA Enwork 11 Magnuson Group IINational Office Furniture (Kimball International) (National Office Furniture (Kimball International) Special T The HON Company LLC. The HON Company LLC. Via Inc. Cooperative Cooperative Final Cooperative Name Cooperative Reference Current Expiration Date Expiration Date OMNIA Partners R191802 4/30/2025 4/30/2025 OMNIA Partners 07-76 9/30/2025 9/30/2030 OMNIA Partners 07-86 9/30/2025 9/30/2030 OMNIA Partners R191819 4/30/2025 4/30/2025 OMNIA Partners 07-104 9/30/2025 9/30/2030 OMNIA Partners R191811 4/30/2025 4/30/2025 OMNIA Partners 2019.001896 5/30/2027 4/30/2029 OMNIA Partners 07-122 9/30/2025 9/30/2030 BuyBoard 667-22 3/31/2025 3/31/2025 OMNIA Partners R191804 4/30/2025 4/30/2025 OMNIA Partners 07-128 9/30/2025 9/30/2030 During the initial term, the Police Department (PD) will utilize $1,376,357.23 to furnish multiple new construction and planned renovations funded through Crime Control Prevention District Capital Projects, 2018 Bond Program, Tax Notes Series 2020, 2022 Bond Program and Tax Notes Series 2024, for its different facilities as shown on the table below: (Project IDIProject Name (Amount 101661 (South Police Station 1 $35,000.00 105488 (Fiscal Year (FY) 24 PD Fiscal Storage Room I $35,000.00 101919 PD Northwest Patrol Division $900,000.00 II 105455 IPD Bob Bolen Training Shell $400,000.00 105489 IFY24 PD Reg Office Reconfiguration $2,582.98 105317 IPD Weapon Lobby Renovation $3,774.25 Total $1,376,357.23 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 161 of 164 Other participating departments' annual allocation for the agreements are as follows i Department Amount lDevelopment Services $ 26,500.00 lommunication & Public Engagement $ 5,000.00 JEconomic Development $ 3,000.00 lProperty Management $ 10,000.00 IlFire $ 100,000.00 IImunicipal Courts $ 20,000.00 JAviation $ 50,000.00 lLibrary $ 100,000.00 RENEWAL OPTIONS: The agreements may be renewed up to four (4) consecutive one-year renewal options for up to $821,675.00 for year 1, $944,926.00 for year 2, $1,086,655.00 for year 3, and $1,249,665.00 for year 4. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. CURRENT AGREEMENTS: On December 4, 2023, the City entered into an agreement with Wilson Bahaus Interiors, LLC as an authorized dealer of manufacturer Special T, LLC under OMNIA Contract 07-122 for an amount up to $1,200.00 (City Secretary No. 60553) (CSC) and executed an amendment on December 14, 2023 increasing the annual amount up to $100,000.00. On December 13, 2023, the City entered into an agreement with Wilson Bahaus Interiors, LLC as an authorized dealer of manufacturer Via, Inc under OMNIA Contract 07-128 for an amount up to $100,000.00 (CSC No. 60601) and executed an amendment on February 2, 2024 authorized by Mayor & Council Communication (M&C) 24- 0013 increasing the annual amount up to $200,000.00. On July 2, 2024, the City entered into an agreement with Wilson Bahaus Interiors, LLC as an authorized dealer of manufacturer The HON Company LLC under OMNIA Contract R191804 for an amount up to $100,000.00 (CSC No. 61627). For administrative ease and tracking, this M&C supersedes all prior M&Cs with Wilson Bahaus Interiors, LLC and is intended to control authorized spending authority moving forward. SUCCESSOR CONTRACTS: The City will initially use the listed BuyBoard and OMNIA Partners contracts to make purchases authorized by this M&C. In the event a BuyBoard or OMNIA Partners cooperative contract is not renewed, staff would cease purchasing at the end of the last purchase agreement coinciding with a valid cooperative contract. If the City Council were to not appropriate funds for a future year, staff would stop making purchases when the last appropriation expires, regardless of whether the then -current purchase agreement has expired. In the event a BuyBoard or OMNIA Partners cooperative agreement is not extended, but BuyBoard or OMNIA Partners executes new cooperative agreement(s) with substantially similar terms, this M&C authorizes the City to purchase the furniture and services under the new BuyBoard or OMNIA Partners contract(s). If this occurs, in no event will the City continue to purchase goods and services under the new agreement(s) for more than four (4) years without seeking Council approval. COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a cooperative purchasing agreement satisfies any state law requiring that the local government seek competitive bids for the purchase of items. BuyBoard and OMNIA contracts are competitively bid to increase and simplify the purchasing power of government entities across the State of Texas. Information of publication of all cooperative purchasing agreements have been provided per the table below. lCooperative Name Solicitation Number Cooperative Reference Dates of Public Notices 1I113id Opened II BuyBoard RFP 667-22 667-22 7/21/2021, 7/22/2021, 7/28/2021, 7/29/2021 110/28/2021 7/15/2019, 7/17/2019, 7/19/2019, 7/21/2019, OMNIA Partners RFP 001218 2019.001896 7/22/2019, 7/23/2019, 7/24/2019, 7/25/2019, 8/21/2019 8/6/2019 11 OMNIA Partners RFP 19-18 R191802 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019 12/11/2019 OMNIA Partners RFP 19-18 R191804 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019112/11/2019 11 OMNIA Partners RFP 19-18 R191811 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019112/11/2019 OMNIA Partners RFP 19-18 R191819 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019112/11/2019 11 OMNIA Partners RFP 24-22 07-76 6/14/2022, 6/21/2022 7/21/2022 OMNIA Partners RFP 24-22 07-86 6/14/2022, 6/21/2022 7/21/2022 OMNIA Partners RFP 24-22 07-104 6/14/2022, 6/21/2022 7/21/2022 OMNIA Partners RFP 24-22 I 07-122 6/14/2022, 6/21/2022 7/21/2022 OMNIA Partners RFP 24-22 I 07-128 6/14/2022, 6/21/2022 7/21/2022 BUSINESS EQUITY: A business equity goal is not assigned when purchasing from an approved purchasing cooperative or public entity. This project will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budgets, as previously appropriated, in the participating departments' FCW, da�f`tMW4WW;�ct. Prior to *v9eA fArWi16Fb being incurred, the participating departments have the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office by Oriainatina Business Unit Head Additional Information Contact: Reginald Zeno 8517 William Johnson 5806 Reginald Zeno 8517 Neil Noakes 4212 Jo Ann Gunn 8525 Maria Canoura 2526 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA Partners #07-86-Egan Visual Corp Page 163 of 164 CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1 - 4 and 6 if there are interested parties: Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Wilson Bauhaus Interiors Dallas, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth FORM 1295 1of1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2024-1217846 Date Filed: 09/23/2024 Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 07-86 Egan Visual, Omnia Contract, Office Furnishings Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION } `p My name is T; -?. hq y Im YVL My address is �� 1 t t/ U'UOVi Y 1" it ✓ 6k (street) J �JKO� declare under penalty of perjury that the foregoing is true and correct. , and my date of birth is f V ! U ' 11 l (city) (state) (zip code) (country) Executed in DyA./Ut W- County, State of on the day of ! 20 (month) (yea nature of authorized age t of contracting business entity (Declarant) Forms F90 i4YbTA*"feeNC&fYWR*AP%s Interiors, LV"AA1l0P§ i4Y#"-86-Egan Visual Corp rVjfesi%i4V0f_t1g9.48da51f7