Loading...
HomeMy WebLinkAboutContract 62457CSC No. 62457 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 Magnuson Group, Inc. through OMNIA Partners Contract #07-104, 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 1. This Cooperative Purchase Agreement; CITY SECRETARY 2. Exhibit A — Price List; FT. WORTH, TX 3. Exhibit B — Cooperative Agency Contract OMNIA Partners #07-104; 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, with four one-year renewal options by the written mutual agreement of the parties. 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 #07-104-Magnuson Page 1 of 117 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 #07-104-Magnuson Page 2 of 117 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 $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. (signature page follows) (remainder of this page intentionally left blank) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 3 of 117 The undersigned represents and warran hat he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT W TH: By: William Johnson C 17, 202411:28 CST) Name: William Johnson Title: Assistant City Manager Date: APPROVAL RECOMMENDED: BY: Robetobert Alc 16, 202414:46 CST) Name: Robert A. Alldredge Jr. Title: Executive Assistant Chief 0..... a OF°.°4*&L pia Bs�$ V a°°ammaosa6a By: Name: Jannette Goodall Title: City Secretary WILSON BAUHAUS INTERIORS, LLC PeUcia.15AVU6b Name: Felicia Davila Title: Principal / Owner Date: Dec 16, 2024 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. K 4�-aaw By: Name: Kathryn Agee -Dow Title: Senior Management Analyst APPROVED AS TO FORM AND LEGALITY: By: Name: Andrea Phillips Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0932 Date Approved: 10/29/2024 1295 Form: 2024-1217852 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 4 of 117 EXHIBIT A OMNIA Partners Contract #07-104 - Price List COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 5 of 117 DocuSign Envelope ID: 25CBC564-C3BO-488C-AB2A-OBF6C903B3EB 0) NCPA An OMNIA Partners Company REQUEST FOR VENDOR CONTRACT UPDATE Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from NCPA when there is an update to the contract. No request will be officially approved without the prior written authorization from NCPA. NCPA reserves the right to accept or reject any request. Magnuson Group (Vendor Name) hereby provides notice of the following update to NCPA contract number #07-104 for Region 14 ESC - TX on this date 04/04/2024 Contract Number Contract Title Instructions: Vendors must check all that may apply and provide supporting documentation. Be sure to sign the signature page with all required signatures, prior to submitting your update for approval. This form is not intended for use if there is a change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Authorized Affiliates/Dealers/Distributors/Resellers ❑ Additions ❑ Deletions Products/Services (check all that apply) X Additions ❑ Deletions ❑ Modifications X Pricing Update Other Vendor may include other notes regarding the contract update here: (attach another page if necessary). New Product additions include DUNK waste receptacle, JUST coat hook strip, FRAME Wall mounted coat rack and HJW coat tree. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 6 of 117 DocuSign Envelope ID: 25CBC564-C3BO-488C-AB2A-OBF6C903B3EB Magnuson Group is also conducting our annual price increase, effective April 1st. The average increase across select products is 4%. _Magnuson Group Vendor Name _Colin Quackenbush Submitted By (2&9;zl 03/05/24 Signature Date FOR USE BY NCPA ONLY: Sarah Vavra, SVP Public Sector Contracting Foa��sF u�` 3/12/2024 1 4:07 PM CDT -gigna�ure0746A._ Date COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 7 of 117 DocuSign Envelope ID: 25CBC564-C3BO-488C-AB2A-OBF6C903B3EB Price Increase Support - Cost Increases Year Over Year Materials Costs — We have seen the following YOY % increases in materials costs for the following select MG products: 1. VALUTA - +4.0% [highest grossing MG product across all categories] 2. KASKAD — +14.6% [highest grossing MG planter product] 3. UMEA - +5.6% [highest grossing MG exterior receptacle product] Total Labor — 1 . 7% increase [Labor is our 2nd largest expense category after Materials costs above] Insurance — 1 . Business Liability Insurance - 9% increase 2. W rkman's Comp Insurance - 8.3% increase 3. Health Insurance - 8.15% increase COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 8 of 117 DocuSign Envelope ID: 25CBC564-C3BO-488C-AB2A-OBF6C903B3EB r Q L J Magnuson Group COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-1 DocuSign Envelope ID:25CBC564-C3BO-488C-AB2A-OBF6C903B3EB AND SPECIFICATIONS O A PARTNERS/Region 14 Contract 07-104 OMNIA is a leading national government purchasing cooperative working to reduce the cost of goods and services by leveraging the purchasing power of public agencies in all 50 states. SIGNING UP WITH OMNIA PARTNERS Registering with OMNIA is free and easy, click here to register. For individual state statutes regarding cooperative purchasing, click here. WHO CAN USE OMNIA? School Districts (including K-12, Charter schools, and Private K-12) Higher Education (including Universities, Community Colleges, Private Colleges, and Technical/Vocational Schools) Mal M Cities, Counties, and any Local Government a State Agencies OHealthcare Organizations (including Public, Private, University] Church/Religious ® Nonprofit Corporations COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 10 of 117 2 DocuSign Envelope ID: 25CBC564-C3BO-488C-AB2A-OBF6C903B3EB OMNIA MEMBER NET PRICING STRUCTURE (FREIGHT IS ADDITIONAL AND BASED ON SHIPPING ZIP CODE) Tier I Net Price 14F Under 50,000 'Please note that the above pricing excludes Alaska and Hawaii; please contact customer service for further details. To determine tier for net pricing, multiply the quantity by the List price: If the total is $50,000 or less use Tier 1 net price per unit If the total is between $50,001 and $50,000 use Tier 2 net price per unit If the total is $100,001 or more use Tier 3 net price per unit Example: Sox VA1818L 50 x $1,195.00 [List price] = $59,750.00 - Use Tier 2 price per unit (between $50,001 and $100,000) 50 x $740.90 = $37,045.00 Extended Net Price (plus Freight, which is quoted) MAGNUSON GROUP'S OMNIA CONTRACT DETAILS • Contract Number - 07-104 Contract Dates - October 1, 2015 - October 31, 2021 Federal ID & DUNS - a. Fed ID #36-3261838 b. DUNS #117878108 • Price List - Pricing is based on the current Magnuson Group Commercial Price List in effect at the time of the order. Freight Terms - F.O.B. Woodridge, IL 60517 unless otherwise noted. Freight is additional and quoted on an order by order basis based on shipping zip code. • Payment Terms - Standard payment terms are net 30 days after date of invoice; we accept Visa, MasterCard, American Express and Discover cards for payment. Installation Fees - Fees for delivery and/or installation by furniture dealers are not included and will be quoted separately by the servicing dealer, as applicable. Warranty - All products and parts are warranted against defects in material and workmanship for the period of two years after shipment. Warranty is void if product is damaged through accident, improper use, abuse or alteration. Limitation of Liability - Magnuson Group's liability for any and all losses and damages to buyer resulting from any cause shall be limited only to the replacement or the repair of the product. Return Policy - Orders in any stage of processing and production may not be cancelled without authorization in writing from Magnuson Group and may be subject to a 50% cancellation fee. If a return is authorized, a minimum restocking charge of 30% will be incurred, return freight pre -paid. Returned goods must be unused and packaged in original cartons within 90 days of original shipping date. Custom orders cannot be returned. Credit will be issued subject to inspection by our receiving department. Non -Stock Orders - All orders for items that are not in stock may require a 50% nonrefundable deposit at time of order placement. In such cases, the order will not be processed until the deposit is received. Shipping Damage/Shortage Claims - All shipments should be inspected carefully on delivery and any apparent damage or shortages noted as exceptions on all copies of the delivery receipt. Notification of shortages or concealed damage must be made to the delivering carrier within 3 days of receipt. Claims of either visible or concealed damage should be presented without delay to the carrier by the consignee. Shortage Claims - Shortage claims reported 30 days beyond shipment date will not be honored. • Design Changes - Magnuson Group reserves the right to improve product design, construction and quality without notice. • Orders & Inquiries - All orders must reference OMNIA Contract to obtain discount. Please email Magnuson Group Customer Service (custserv(a)maonusonarouD.com) or call (800)-342-5725 for orders, inquiries & assistance in locating a dealer in your area. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 11 of 117 DocuSign Envelope ID: 25CBC564-C3BO-488C-AB2A-OBF6C903B3EB NEOCON NEW PRODUCT INTRODUCTIONS HOME i NEOCON 2021 Below are Magnuson Group's newest product introductions, on display each year in Chicago at NeoCon in the Merchandise Mart. Click on a product to learn more and access specification details. NANAME M -- RESPIT F, BUTLER BALDAS HAANDER MADISON MADIS0N PIC CONEE TREC GREENLIGHT aL 4* COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 12 of 117 4 EXHIBIT B Region XIV Education Service Center 1850 Highway 351 Abilene, TX 796014750 325-675-8600 FAX 325-675-8659 Thursday, September 111, 2022 Magnuson Group ATTN: Colin Quackenbush 1400 Internationale Pkwy Woodridge, I! 60517 Dear Colin: Region XIV Education Service Center is happy to announce that Magnuson Group 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 30`h, 2025. The contract can then be renewed annually for an additional five years, if mutually agreed on by Region XIV ESC and Magnuson Group, We look forward to a long and successful partnership underneath this contract. If you have any questions or concerns, feel free to contact m at 325-675-8600. Sincerely, Shane Fields Region XIV, Executive Director COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 13 of 117 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 #07-104-Magnuson Page 14 of 117 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 National Cooperative Purchasing Alliance COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 15 of 117 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 #07-104-Magnuson Page 16 of 117 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 #07-104-Magnuson Page 17 of 117 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 #07-104-Magnuson Page 18 of 117 ♦ Payments ➢ The entity using the contract will make payments directly to the awarded vendor or their affiliates (distributors/business partners/resellers) as long as written request and approval by NCPA is provided to the awarded vendor. ♦ Adding authorized distributors/dealers ➢ Awarded vendors may submit a list of distributors/partners/resellers to sell under their contract throughout the life of the contract. Vendor must receive written approval from NCPA before such distributors/partners/resellers considered authorized. ➢ Purchase orders and payment can only be made to awarded vendor or distributors/business partners/resellers previously approved by NCPA. ➢ Pricing provided to members by added distributors or dealers must also be less than or equal to the pricing offered by the awarded contract holder. ➢ All distributors/partners/resellers are required to abide by the Terms and Conditions of the vendor's agreement with NCPA. ♦ Pricing ➢ All pricing submitted shall include the administrative fee to be remitted to NCPA by the awarded vendor. It is the awarded vendor's responsibility to keep all pricing up to date and on file with NCPA. ➢ All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing ♦ Warranty ➢ 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 #07-104-Magnuson Page 19 of 117 ♦ 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 ■ Detailedstatement fof legalandfactual grounds including copies of relevant COOP City of Fort Page 20 of 117 ➢ 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 #07-104-Magnuson Page 21 of 117 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 #07-104-Magnuson Page 22 of 117 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 #07-104-Magnuson Page 23 of 117 ➢ 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 #07-104-Magnuson Page 24 of 117 ♦ 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 #07-104-Magnuson Page 25 of 117 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 #07-104-Magnuson Page 26 of 117 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 Magnuson Group Address 1400 Internationale Pkwy City/State/Zip Woodridge, IL 60517 Telephone No. 800-342-5725 Fax No. 888-329-4729 Email address custserv@magnusongroup.com Printed name Colin Quackenbush Position with company Sales & Marketing Manager Authorized signature �LzI COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 27 of 117 Tab 2 - NCPA Administration Agreement This Administration Agreement is made as of September 1, 2022 by and between National Cooperative Purchasing Alliance ("NCPA") and Magnuson Group ("Vendor"). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated September 1, 2022, referenced as Contract Number _ 07-104 , 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 #07-104-Magnuson Page 28 of 117 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 Administrative Fee 0 - $30,000,000 2% $30,000,001 - $50,000,000 1.5% $50,000,001+ 1% COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 29 of 117 ➢ 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. Magnuson Group National Cooperative Purchasing Alliance: Vendor: Name: Matthew Mackel Name: Colin Quackenbush Title: Director, Business Develoament Title: Sales & Marketing Manager Address: PO Box 701273 Address: 1400 Internationale Pkwy Houston, TX 77270 Woodridge, IL 60517 Signature: c,H Signature: QU�eQu i�1/"Lw Date: Seatember 1, 2022 Date: 07/20/2022 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 30 of 117 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. ❑X 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 #07-104-Magnuson Page 31 of 117 ❑ 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 Woodridge State of IL ♦ Felony Conviction Notice ➢ Please Check Applicable Box; ❑ A publically held corporation; therefore, this reporting requirement is not applicable. ❑x 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 ❑x Manufacturer marketing through reseller ❑ Value-added reseller ❑ Other: ♦ Processing Information ➢ Provide company contact information for the following: ■ Sales Reports / Accounts Payable Contact Person: Laurenne Arnold Title: Controller Company: Magnuson Group Address: 1400 Internationale Pkwy City: Woodridge State: IL Zip: 60S17 Phone: 800-342-S72S Email: laurenne@magnusongroup.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 32 of 117 ■ Purchase Orders Contact Person: Cynthia Flores Title: Manager, Customer Support & Relationship Team Company: Magnuson Group Address: 1400 Internationale Pkwy City: Woodridge State: IL Zip: 60517 Phone: 800-342-5725 Email: custserv@magnusongroup.com ■ Sales and Marketing Colin Quackenbush Contact Person: Title: Sales & Marketing Manager Company: Magnuson Group Address: 1400 Internationale Pkwy City: Woodridge State: IL Zip: 60517 Phone: 800-342-5725 Email: colin@magnusongroup.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. 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 #07-104-Magnuson Page 33 of 117 Tab 4 - Vendor Profile Please provide the following information about your company: ♦ Company's official registered name. Magnuson Group Inc. ♦ Brief history of your company, including the year it was established. Please see Tab 4 response pages. ♦ Company's Dun & Bradstreet (D&B) number. 11-787-8108 ♦ Company's organizational chart of those individuals that would be involved in the contract. Single point of contact: Colin Quackenbush (Sales & Marketing Manager) ♦ Corporate office location. Woodridge, IL ➢ List the number of sales and services offices for states being bid in solicitation.1 -Woodridge, IL ➢ List the names of key contacts at each with title, address, phone and e-mail address. See Tab 3 for details: Cynthia Flores, Laurenne Arnold, Colin Quackenbush ♦ Define your standard terms of payment. Standard payment terms are net 30 days after date of invoice. ♦ Who is your competition in the marketplace? Landscape Forms, Rubbermaid, Peter Pepper and Nevins are competitors that have many categories of support furnishings and accessories like Magnuson Group. ♦ What differentiates your company from competitors? Please see Tab 4 response pages. ♦ Describe how your company will market this contract if awarded. Please see Tab 4 response pages. ♦ Describe how you intend to introduce NCPA to your company. Please see Tab 4 response pages. ♦ Describe your firm's capabilities and functionality of your on-line catalog / ordering website. Please see Tab 4 response pages. ♦ Describe your company's Customer Service Department (hours of operation, number of service centers, etc.) Please see Tab 4 response pages. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 34 of 117 ♦ 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. Please see Tab 4 response pages. ♦ Anti -Discrimination Policy (if applicable) ➢ Describe your organizations' anti -discrimination policy. Please see Tab 4 response pages. ♦ 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. Please see Tab 4 response pages. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 35 of 117 Tab 4 - Vendor Profile Responses Please provide the following information about your company: ♦ Brief history of your company, including the year it was established. Magnuson Group is a family owned business established in 1983. We have built our name by designing, manufacturing, and marketing the industry's most complete line of high design accessories, support furniture and waste/recycling products for commercial facilities. Prior to Magnuson Group, the Magnuson family founded, owned, and operated the Vogel -Peterson Company which started in the 1920's. As a result, Magnuson Group is a 41h generation, family - owned and operated company. ♦ 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 Magnuson Group is privately held and does not make public our annual sales figures. We have had substantial success in the public sector and wish to use this contract to increase those sales figures and much more. ♦ What differentiates your company from competitors? Well designed, functional, quality products; excellent customer service, knowledgeable manufacturer's reps; and an ease of doing business. We have an excellent reputation in the industry amongst dealers, designers, and end -users, and this assists us in both keeping current customers and adding new ones. ♦ Describe how your company will market this contract if awarded. In addition to leveraging our national sales representatives to inform the dealer community, we would fold many NCPA-specific elements into our current, ongoing marketing promotion strategy which includes the following elements: o Co -branded press release announcing Magnuson Group's new participation in NCPA's program o Announcement of the same through our current social media sites [Twitter, Facebook, Google+] o Direct mail mailings [post cards, self -mailers, Quick Reference Guides] to NCPA end -users o Promote on our Magnuson Group website, including a link to NCPA COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 36 of 117 In addition, we would be very eager to learn about the initiatives & investments we could make that we feel would create a strong return, especially initially, in getting the word out about our new partnership with NCPA, including o Co -branded collateral pieces o Advertisements in regional or national publications o Participation in trade shows o Dedicated NCPA area, support, and material on our Magnuson Group website ♦ Describe how you intend to introduce NCPA to your company. Initially, we will issue a written communication to all our representatives about Magnuson Group's new participation with NCPA [with which many are already familiar], along with all of the critical elements they need to understand about the agreement including effective start date, price discount, and other specific administrative elements. We will continually reinforce the rep awareness & understanding in all of our field travel as well as our national sales meeting held each June in connection with NeoCon. ♦ Describe your firm's capabilities and functionality of your on-line catalog / ordering website. Our entire product line is available to view online with downloadable "sell sheets" as well as other marketing materials, product videos and a comprehensive price list. Because most sales involve a local dealer; the dealer will work directly with Magnuson Group in determining the best means of entering a customer's order. ♦ Describe your company's Customer Service Department (hours of operation, number of service centers, etc.) Customer Service is available Monday through Friday from 8am to 5pm central standard time All customer service representatives are located at our headquarters in Woodridge, I1. We can be reached toll free at 800-342-5725, fax-888-329-4729 or by email to custserv(@maLynusonLyroun.com ♦ 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. Magnuson Group recognizes the importance of being a good steward to the earth. We incorporate positive environmental processes in all facets of the company. Whether the process is administrative in nature, or is in manufacturing, Magnuson strives to ensure that environmental concerns are made part of the system. Some specifics include: o All steel scrap is 100% recycled o All aluminum scrap is 100% recycled o All wood scrap generated in manufacturing is used in energy production in a cogeneration plant o All paper and packaging waste is 100% recycled COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 37 of 117 Many of our waste and recycling receptacles are primarily made with steel, one of the most recycle -able materials in the world. All the steel used in Magnuson Group's products is 100% recyclable once it reaches the end of its usable life. Steel's infinite life cycle and durability, make it both a functional and environmentally responsive choice from a materials perspective. Magnuson Group is in the process of partnering with SCS (Scientific Certification Systems) to achieve Indoor Air Quality Certification on our top selling domestic waste and recycling families and also compiling detailed information concerning pre and post -consumer recycled content for all of our domestic and foreign receptacles for the website for online viewing. The following is submitted as the typical use of various commodities: Steel- is manufactured with 30-40% post -consumer material and is 100% recyclable Plastics- are 100% recyclable Wood Products- are certified to be 100% post -consumer materials, and is fire rated to: ASTM E-84 Class 1 or A Aluminum- comes from 10-20% post -consumer material and is 100% recyclable PackaainL- comes from a minimum of 35% post -consumer material and is 100% recyclable Plating -is kept to the absolute minimum. Our plater's meet or exceed all Illinois EPA, Federal EPA, and OSHA mandated standards. Our plating emits not hazardous air pollutants (HAP) or noxious fumes when exposed to fires Paint (powder coating)- All paints used are certified to be of low VOC content < 50g per liter. They emit no hazardous air pollutants (HAP) or noxious fumes when exposed to fire NFPA 704Health = 1, fire =1, Reactivity + 0 Imports - We import products from various countries in Europe. Most but not all are certified ISO 9001-14001 Environmental Management Systems. Please contact us if you need further information Other hazardous materials: Asbestos- We certify that there is no asbestos in any of the products we manufacture or import for sale. ♦ Anti -Discrimination Policy (if applicable) ► Describe your organizations' anti -discrimination policy. Magnuson Group is an equal employment opportunity employer. Magnuson Group prohibits discrimination on the basis of race, color, sex, religion, age, national origin, ancestry, marital status, protective order status, military status, sexual orientation (actual or perceived), gender identity, genetic information, pregnancy, disability, certain arrest or criminal history records, use of lawful products outside of work during nonworking hours, and any other characteristic protected by applicable federal, state, or local law. This policy applies to all personnel practices, terms, and conditions of employment and prohibits discrimination by or against any employee or third party, including vendors, suppliers, and candidates for employment, or other business partners. Magnuson it applies to all pers8fi NW614d in its operations and prohibits unlawful discrimination by any owner, manager, supervisor, or employee. ♦ 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. At this time, we have certified our domestic waste and recycling receptacles and select Planters for Indoor Air Quality through SCS (Scientific Certification Systems) Indoor Advantage Gold. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 39 of 117 SCS Global Services does hereby certify that an independent assessment has been conducted on behalf of. Magnuson Group 1400 Internationale Parkway, Woodridge, IL, United States For the following product(s): Waste & Recycling Receptacles: Cirkel, Cirkel Planter, Kaskad, RUNDA, Slope, Sotare, Storlek, Trada, Umea, Valuta The product(s) meet(s) all of the necessary qualifications to be certified for the following claim(s): Indoor AdvantageTm Gold Indoor Air Quality Certified to SCS-EC10.3-2014 v4.0 Conforms to the ANSI/BIFMA Furniture Emissions Standard (M7.1/X7.1-2011 R2016) and ANSI/BIFMA e.3-2019 (Credits 7.6.1, 7.6.2, 7.6.3) for the open plan and private office workstation parameters.' Also, conforms to the CDPH/EHLB Standard Method (CA 01350) v1.2-2017 (effective January 2017) for the open plan' and school classroom parameters.z ' Modeled as Individual Furniture Components 2 Modeled as Classroom Furniture Registration # SCS-IAQ-03745 Valid from: December 1, 2021 to November 30, 2022 INDOOR ADVANTAGE GOLD FURNITURE 4— APMO ANSI National Accreditation Board A C C R E D I T E D EM/, °2 ,rlud. PRODUCT CERTIFICATION BODY �/ tb�s-� SCS 9ooal Stanley Mathuram, PE, Executive Vice President S E R V I C E$ SCS Global Services 2000 Powell Street, Ste. 600, Emeryville, CA 94608 USA COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 40 of 117 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 MG Warranty included on the following page. ➢ 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: b 1 MG k ➢ Ancillary Furniture Products ➢ flame /Viju&l Fun.itru-re ➢ Auditoriums and Theaters ➢ Cafeteria ➢ Classroom / Educational / Dormitory ➢ Conference or Breakroom / Training ➢ Healthcare / Medical / Therapy Practices Highmarl ➢ aticrr. llacrrrs and urrAurc, P-a� ➢ Library ➢fig ➢ Lounge / Reception ➢ Office ➢ Outdoor Seienee Lab ➢ Seating / Chairs ➢ Tables / Meeting Conference Room ➢ Work Stations PP tca e categories e ow, Quic Reference Guide is on the following pages, which outlines all of MG's product categories and product families. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 41 of 117 MAGNUSON GROUP • 1400 INTERNATIONALE PARKWAY • WOODRIDGE, IL 60517-4942 WARRANTY STATEMENT Warranty Information: All products and parts are warranted against defects in materials and workmanship for the period of two years after shipment from factory. Warranty is void if product is damaged through accident, improper use, abuse or alteration. Limitation of Liability: Magnuson Group's liability for any and all losses and damages to buyer resulting from any cause shall be limited only to the replacement or the repair of the product. COOP City IF rt W' s a Inter' MN 7-104-Ma nuson Page 42 of 117 e� 8 4 fax g . 4 www.magnusongroup.com (J ANCILLARY SOLUTIONS THAT MAKE A STATEMENT 0 At QUICK REFERENCE GUIDE _EFFECTIVE JUNE 1, 2022 NEW PRODUCTS FGREENLIGHT PLANTER ... �. . WA�wl- 444 is WI F1\ ROM PIC PLANTER LI HAANDER SANITIZATION STATION COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson 1 ti q1 FRAME COAT RACK r SOLNA FREESTANDING SANITIZATION STATION Page 44 of 117 W 40 Is your project space Move -In Ready on Day 1? The people are ready for the new space... But is the new space ready for the people? a--> o•�a�a ��• • •: • Magnuson Group believes a space is complete when it's fully functional *r •�i and fully inspired. Our high -design ancillary products like planters, f. i waste receptacles, and coat storage products are finishing touches, . �j bringing the utility and artful design that make a space truly complete. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 45 of 117 2 MAKING YOUR PRIVATE OFFICE MOVE -IN READY Is there a place to hold my pens and de-N accessories? i ■ A few live plants would 4j look nice in here! 0 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 46 of 117 MAKING YOUR OPEN OFFICE MOVE -IN READY 0 Is there a place we -c-an chat for a minute? Does anyone dater? _ 0 i man carii+i�o Lu4 Where can I - hang my coat? ldn't it be rf(Cc" if our office had some greenery? SOLNA WITH RECEPTACLE (sanitization station) I'f T� meow—' COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 47 of 117 4 MAGNUSON GROUP MAKES IT EASY ONLINE RESOURCES s Product Information - Find images, iinspiration and more on our website. 0 Product Animations - These short, catchy videos bring our products to life - check them out! Pinterest - Our Pinterest site has high -resolution images, install shots and inspiration for your office! INDUSTRY RESOURCES CETDesigner Magnuson Group's CET Extension is available for free on the Configura Marketplace. Price List - Find US & Canadian pricing online; GSA Advantage & NCPA contract pricing also available. Downloadable PDFs - Download or share Price Lists, Quick Reference Guide or Product Overview PDFs. CAD & Revit Symbols - Request 1% CAD or Revit symbols on our website for space planning. Magnuson Group has partnered with some of the industry's best to ensure our products are easy to access, specify and purchase. •wa.v+ 09 �" "° ■ r a 1 �� yr -Ir M NCPA RMY E National Cooperative purchasing Alliance Advantage} RESOURCE COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson INDEAL n � Page 48 of 117 5 BIOPHILIA OVERVIEW + MAGNUSON GROUP CEU What is Biophilia? "Biophilia is the innately emotional affiliation of human beings to other living organisms. Life around us exceeds in complexity and beauty anything else humanity is ever likely to encounter." —E.O. Wilson Nature in the Workplace: How can we learn and benefit from nature when creating the manmade? CEU Preview: Biophilic design is loosely defined as the science proving how humans are healthier, more productive, more creative and learn faster when in the presence of nature (plants, water, sunlight, fresh air, natural patterns and natural materials). This can apply to products, buildings, campuses and cities. Rigorous research on the subject is growing and the financial benefit employers or educational institutions experience when their employees or students regularly spend time in biophilic spaces can be economically quantified. Beyond great potential economic savings, biophilic spaces create many side benefits, typically including reduced utility costs and increased employee health and satisfaction. This presentation will familiarize attendees with the topic and science behind it (and provide the sources of data to prove claims), as well as provide them the knowledge to analyze the economic potential of their own workplaces or learning environments. Designation: Interested in learning more? I� �HSW_Sustainability 0C�C Subject Code: Email custserv@magnusongroup.com — Design Specialties & for more info about our CEU! Corporate/Office Duration: 1 hour COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 49 of 117 6 VALUTA PIC STILO SILO VALUTA JR. TRADA RE -SQUARE UMEA t� UMEA SLOPE RUNDA RE -SQUARE UMEA SLOPE JR. DROP RETTO SOTARE STORLEK PUP BALLOON CIRKEL f jwo a�. ail SORTMATE RIGA COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 50 of 117 7 rllil'Pa•rr.lk� MECORA SOLNA FREESTANDING SOLNA WITH RECEPTACLE HAANDER es. CIRKEL CREPE PIC GREEN CLOUD owl CONEE STILO STORE r i 1 HOLD NEW PORT NEW PORT HIGH DESK MOUNT NEW PORT HIGH FREESTANDING NEW WAVE ISBIT KASKAD t i r GREEN LIGHT LAURA HOLD DAILY MADISON SUM TOOL RAIL REST COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 51 of 117 SUP PHONE SUPPORT SUP TABLET SUPPORT SORTMATE ppp- SILO GINLET RIVISTA CHAIR RESPIT MILL RIVISTA STOOL ISIDORO CELES CALMA J RUNDA PUP FLOD CALMA LAURA LUCIDO OXI BISTROT VACANZA DROP RIVISTA STOOL 1 STILLA �I JOULE COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 52 of 117 9 ISIDORA STILLA ISIDORO FLOD CELES OM BASIC STEP OXI BISTROT FUM RIGA ASH COMPACT SOISTES DACAPO DACAPO IPOINT FLAP SCOOP s_ MAGAZINE RACKS RACK SOISTES CUBIC SOISTES WALLMATE SOISTES COMPACT SOISTES 7000 SERIES z i COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson SIM VESUVIO i I' ZIN IFLAG Page 53 of 117 10 USIO P70/P10O IFLAG CREPE RIGA PANTALLA FORREIN SOU 1 0 SILO PICTOR DRIP R f KP+ DROP IN PLATEA } PARBAN BALDAS OSSA KOKU COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-O IA #07-104-Magnuson MADISON I Y� YIN SIGNCODE MAGNETIC 0y kdm MALVA USIO TREC Page 54 of 117 STOPPER POINT TEMPALINE TERTIO MAGNETIC MEM TREEHOOKED K SERIES K SOM MYIM SHERWOOD OLEA MA KROK MA KOBE MA NINO H25 POINTO N STAL S SERIES S SERIES ANTIMICROBIAL KROK HJH-10 d � 1 YIN PURSE HOOK TUBULUS H MIRAC BAMBU y J COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson PC PANEL DOOR SERIES STAL } Page 55 of 117 12 KROK HJH KROK BOX SLIDE W f 1 SHERWOOD ALOES MEW SERIES NOMIS 101 �J- 40 STAINLESS STEEL SERIES KOBE SERIES SEI BAMBU SHERWOOD 4- --! MIRAC TERTIO H-K SERIES DNA YIN MYIW SERIES CLIMB TERTIO HJH SERIES t STICKS HJH K SERIES HOOK PANELS PC 550 SERIES imp ALOES MET SERIES TAIGA i� r1 1 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson PALADINO HELIX Page 56 of 117 13 HELIX JR. BRANCH SECOND TREE NANAME SLIDE G1 SLIDE G2 � f COAT TREES r SLIDE G3 HULOT YIN KOBE SAGITTA MIRAC i � t I DS SERIES ARNAGE TERTIO OFFICE RAK ARNAGE BUTLER COAT HANGERS FRAME RAP RAK DS SERIES MEGA RAK TUBULUS BASIC w kumm I I i I , i l COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 57 of 117 14 SOLUTIONS FOR SAFE &HEALTHY SPACES I SOLNA FREESTANDING (sanitization station) Ll COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 58 of 117 1s SOLUTIONS FOR SAFE &HEALTHY SPACES COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 59 of 117 16 MAGNUSON GROUP SHOWROOM Located on the 11th floor in theMART I Showroom #1170 ,1, .1T. jr f Come visit us! Email custserv@magnusongroup.com to schedule an appointment. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 60 of 117 17 ONLINE PRODUCT CONFIGURATORS ■■ ■■■ SLOPE PRODVCT SPEOIfIOATIONS 0 t,•U wr u+r.e.w. ....r..y. Configure & Visualize Products in Real Time Create High Resolution Renderings Download PDF Specification Summary COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 61 of 117 18 ANCILLARY SOLUTIONS THAT MAKE A STATEMENT Local Contact 1400 INTERNATIONALE PKWY • WOODRIDGE, IL 60517-4942 • (Tel)1-800/342-5725 (Fax)1-888/329-4729 custserv@magnusongroup.com • magnusongroup.com 6/22 Page 62 of 117 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. 1. NCPA Contract Track Record & Customer Service - Magnuson Group has developed and maintained an outstanding overall reputation in the market with NCPA public sector customers based largely on our excellent and responsive customer service and quality product offerings. We have earned this reputation by consistently satisfying and exceeding customer expectations. By offering quality products and great service, we have had success utilizing the NCPA Contract with some of the most respected public sector customers in the United States. 2. Quality & Breadth of Product Line for the Education & Government Segment - Magnuson Group's product catalog of support furnishings and accessory products provides NCPA members "one -stop shopping" across a broad array of frequently hard -to -find furniture and furnishing solutions that are critical to the design and function of Government and Education spaces. Our products add value because they are both functional and high design. 3. National Sales Representation & Distribution Channel - Magnuson Group has an excellent sales and distribution channel of over 60 independent manufacturers' representatives that covers all parts of the US to sell and market our product line. 4. Company Tenure, Experience & Track Record of Success: 4th Generation Family -Owned & Operated Business - Magnuson Group is a family owned business established in 1983. We have built our name by designing, manufacturing and marketing the industry's most complete line of high design accessories, support furniture and waste/recycling products for commercial facilities. Prior to Magnuson Group, the Magnuson Family founded, owned and operated the Vogel -Peterson Company which was started in the 1920's. Magnuson Group is a 4th generation, family -owned and operated business that continues to grow through the years by satisfying our customers. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 63 of 117 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 Magnuson Group introduced high design, PPE and sanitization stations in response to the Covid-19 Pandemic. These products were a direct response to the needs of public sector clients and offered a unique combination of design and function not previously available on the market. Magnuson Group also introduced fresh, new products in existing categories, like coat storage, with products like FRAME - a stylish, elegant wall mounted coat rack, featuring melamine, corkboard or mirror panel. Over the last few years especially, Magnuson Group has invested significant resources into digital tools, that empower public sector end users, distributors and interior designers and make it easy to work with Magnuson Group products. This ease of specification and design for customers has directly resulted in increased revenue. Some of these technological innovations include: • Online Product Configurators that allow users to configure products in real time and save an image or PDF summary of their product configuration. https://magnusongroup.com/configurators.html • Magnuson Group CET Extension for public sector interior designers and furniture dealer designers that includes Magnuson Group's complete line of products, with up to date pricing, finishes and models. http://magnusongroup.com/cetextension.html • Inspiration Environments that show the value, both functionally and aesthetically, that Magnuson Group products bring to a space. These stunning environments feature MG products and provide designers the tools they need to design, present and specify MG products. http://magnusongroup.com/inspiration.html Looking ahead, Magnuson Group has many new and exciting products in the pipeline, including products that directly address the evolving needs of public sector end users and utilize new materials, technologies and manufacturing processes. We also have plans to further innovate and expand upon existing products, with product extensions that provide new functionality. We will also continue to innovate our digital tools - adding more product configurators and inspiration environments and also cre=DFpmea ta&4erH9 AWWithEt heugoeiria&,aitea(DUrgtfio#pxol;itivegrmeinorable MG customeregeleilorn-Ce. SANITIZATION & PPE STATIONS - SOLNA FREESTANDING 6m SOLNA-FS-09-M • Durable painted steel construction • Ten unique graphics for PPE & sanitizer • PPE cabinets compatible with masks, gloves, tissues or wipes • Mount dispenser using adhesive tape or hardware • Hand sanitizer dispenser not included • Made in the USA SOLNA-FS-18-MD SOLNA-FS-09-D 55 7/8" x 11 " x 15" Freestanding sanitization station made of painted steel with driptray for hand sanitizer dispenser, includes one label. Dark Anthracite, SOLNA-FS-09-M 55 7/8" x 11 " x 15" Freestanding PPE station made Anodized Silver, of painted steel with locking cabinet for masks, includes one Lunar White, label. Bronze Metallic with White or Dark SOLNA-FS-18-MD 55 7/8" x 20" x 15" Freestanding PPE & sanitization station made of painted steel with locking cabinet for masks Grey Label & driptray for hand sanitizer dispenser, includes one label. Freestanding PPE station made SOLNA-FS-18-MG 55 7/8" x 20" x 15" of painted steel with locking cabinet for masks & gloves, includes one label. IA #07-1 SOLNA FREESTANDING -01 Sanitizer Wipes Masks/Tissues �P�11T/ZF� SNIPES OASks �NFEC1 OA L01 T/SSv�S Masks & Gloves Disposable PPE Gloves -V5,�s & coo 4$�Q O Sqe� DLO VFs �W • • 11,100 .��RA S Y GJP� PPE CAA NA��' Masks/Wipes OASks �4SCAVIP Tissues Virus Prevention �1RU,s A�FVEN��0 NIP 800.342.5725 Page 661 SANITIZATION & PPE STATIONS - SOLNA WITH RECEPTACLE I� Add on SOLNA panel to retrofit • Durable painted steel construction SOLNA-ADD-18-MD 55 7/8" x 18" x 5 3/4" existing VALUTA or SOTARE Waste Receptacles for PPE & • Purchase or retrofit with VALUTA or sanitization. Made of painted steel with locking cabinet for SOTARE Waste Receptacles P masks & gloves or locking SOLNA-ADD-18-MG 55 7/8" x 18" x 5 3/4" cabinet for masks & driptray • PPE cabinets compatible with masks, P for hand sanitizer dispenser. Dark Anthracite, gloves, tissues or wipes Anodized Silver, • Mount dispenser SOLNA-PLUS-18-MD-VA1814L 55 7/8" x 18" x 15 1/2" VALUTA or SOTARE receptacle Lunar white, using adhesive tape with SOLNA PPE & sanitization or hardware SOLNA-PLUS-18-MG-VA1814L 55 7/8" x 18" x 15 1/2" station made of painted steel Bronze Metallic with locking cabinet for masks • Hand sanitizer dispenser not included SOLNA-PLUS-18-MD-VA1818L 55 7/8" x 18" x 19 1/2" & gloves or locking cabinet for • Made in the USA SOLNA-PLUS-18-MG-VA1818L 55 7/8" x 18" x 19 1/2" masks & driptray for hand sanitizer dispenser. SOLNA-PLUS-18-MD-2xVA1809L 55 7/8" x 18" x 19 1/2" SOLNA-PLUS-18-MG-2xVA1809L 55 7/8" x 18" x 19 1/2" SOLNA-PLUS-18-MD-SO1818L 55 7/8" x 18" x 19 1/2" SOLNA-PLUS-18-MG-SO1818L 55 7/8" x 18" x 19 1/2" SOLNA-PLUS-18-MD-SO1818L-DBL 55 7/8" x 18" x 19 112" SOLNA-PLUS-18-MG-SO1818L-DBL 55 7/8" x 18" x 19 1/2" IA #07-1 Page 67 of 1 SOLNA WITH RECEPTACLE I I I SOLNA-ADD-18-MG SOLNA-ADD-18-MD SOLNA-PLUS-18-MG-VA1814L SOLNA-PLUS-1 8-MD-VA1 814L SOLNA-PLUS-18-MG-VA1818L SOLNA-PLUS-1 8-MD-VA1 818L + SOLNA-PLUS-18-MG-2xVA1809L SOLNA-PLUS-18-MD-2xVA1809L I I I SOLNA-PLUS-18-MG-SO1818L SOLNA-PLUS-1 8-MD-SO1 818L SOLNA-PLUS-1 8-MG-SO1 818L-DBL SOLNA-PLUS-18-MD-SO1818L-DBL A Sleek, Modern & Complete Solution 1 800.342.5725 lgroup.com ji ONLINE PRODUCT CONFIGURATORS ■■ ■■■ SLOPE PRODVCT SPEOIfIOATIONS 0 t,•U wr u+r.e.w. ....r..y. Configure & Visualize Products in Real Time Create High Resolution Renderings Download PDF Specification Summary COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 69 of 117 18 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 #07-104-Magnuson Page 70 of 117 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 #07-104-Magnuson Page 71 of 117 (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 #07-104-Magnuson Page 72 of 117 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 #07-104-Magnuson Page 73 of 117 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 #07-104-Magnuson Page 74 of 117 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 Colin Quackenbush 1400 Internationale Parkway Woodridge, I1. 60517 , in July 20, 2022 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 75 of 117 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 Magnuson Group Print Name Colin Quackenbush Address 1400 Internationale Parkway City, Sate, Zip Woodridge, I1. 60517 Authorized signature r,&Lf, Date July 20, 2022 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 76 of 117 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 Ce&1 Date July 20, 2022 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 77 of 117 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 Magnuson Group Address 1400 Internationale Parkway City/State/Zip Woodridge, I1. 60517 Telephone No. 800-342-5725 Fax No. 888-329-4729 Email address colin@magnusongroup.com Printed name Colin Quackenbush Position with company Manager, Sales and Marketing Authorized signature r'&Lf, Q�eQ.�2�uQi COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 78 of 117 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. Age. 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 #07-104-Magnuson Page 79 of 117 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. Segregated 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. Includina 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 #07-104-Magnuson Page 80 of 117 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 #07-104-Magnuson Page 81 of 117 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 #07-104-Magnuson Page 82 of 117 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 #07-104-Magnuson Page 83 of 117 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 #07-104-Magnuson Page 84 of 117 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 #07-104-Magnuson Page 85 of 117 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 #07-104-Magnuson Page 86 of 117 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 #07-104-Magnuson Page 87 of 117 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 #07-104-Magnuson Page 88 of 117 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 #07-104-Magnuson Page 89 of 117 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 #07-104-Magnuson Page 90 of 117 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 #07-104-Magnuson Page 91 of 117 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 #07-104-Magnuson Page 92 of 117 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 #07-104-Magnuson Page 93 of 117 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 #07-104-Magnuson Page 94 of 117 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 #07-104-Magnuson Page 95 of 117 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 #07-104-Magnuson Page 96 of 117 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 #07-104-Magnuson Page 97 of 117 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 #07-104-Magnuson Page 98 of 117 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 #07-104-Magnuson Page 99 of 117 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 #07-104-Magnuson Page 100 of 117 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 #07-104-Magnuson Page 101 of 117 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 #07-104-Magnuson Page 102 of 117 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 #07-104-Magnuson Page 103 of 117 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 #07-104-Magnuson Page 104 of 117 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 #07-104-Magnuson Page 105 of 117 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 #07-104-Magnuson Page 106 of 117 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 #07-104-Magnuson Page 107 of 117 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 #07-104-Magnuson Page 108 of 117 SPORTS IS USATODAY 1 TUESDAY JUNE 14, 2022 1 SC FOR THE RECORD All times ET MLB WNBA AMERICAN LEAGUE does East Division EASTERN CONFERENCE an,Centel Division.3 L an as WESTERN CONFERENCE What Divisionan L IS as _ 3 Nilnnewia II Sunday.'s!ama86AS Seat .4 a _ i Sound as oGames al at sas Tuesday seamen, x atWAA iEgtag )m.m d Wednesdays Games soxdtzi n ThnnsdaY�xGemP k. r .m Shel— Monday'. Gam rowt Ch SOCCER eIITzco fal .i Tuesday's G, non EASTERN CONFERENCE i_n 'O(Klube 3-2) at NY Yankees(COk 6 m R d. aEe R All mwe 0yles 3-s) at comma IBFucm 24 ), 'alQo)si sox Icearc d-a) at Dmmrt y rC1 to Pico and (Komi90t) at canon miemta s-R. Housmn Oi dy 53) at Texas (Dunn ng All. Ill 1 4 mh Ni Cr s a 3 1 city mubm 0-3) at sin Fran". I TIC Dnited 4 r z 14 z r s 1 zo LL Amxipyma9aand 4-1) Ill LA Dmnem (ionsdin rDl. tD tO?1.) Peunay aT senile (ulbwt s inl WESTERN WESTERN CONFERENCE E oma Wednesdayy s Gamats cei=ago.Tice sots m sms C City .1SITF hin�zmw, a ds pm eiitpmoreBayaai NY Ylenircesi 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.I.Tl points All win. one poem I. ae SatlurdaRy's Gamed 11 la tm SFdeya.s Gamel Central Division xi 3s an Sport ng ".I, City 1 Tuesday's Gama We ersd i ue.G anr m31 n 39 tx tlo 9 and Saturday's Games om .asp Wert Division Sun%.Gd,n s H a43 to va0i" 'rzcnmlisis 111m. zbura,I al d Sunday's GameskeN zuy ac�uaznviile, u-pm Io 6 000zdgerso a 2022 World CapQualifying w EUROPE nilo"taaya'�:AGer'n b�a many, Spam.smmenane,walea YOFF PL^c bs dnc zanry auizo hursdaM nhenky arhaalif24 AttC ndifff, 1,, TumesdI ama s) nihs al Lours (Lib core"),"I P m atm9).% a Wednesday, June 1 At Glasgow, Scotland otjnta(Fnea 6-x) at Waahimtan(Slraaan, i05 o.m. krere 3, Srotlana1 Sunday, June Si( dpma (F 1, qt Cardiff, Wales leztuNrainegwales (..U.laI-d)11 onAl F.b.k (xaumr3-61 at nY. Mats (nasan pm quabfiM ASIA nmbumn OBDO at st Loulz (MINo1az adl. all ego;dD'1a CM1nag° CohI (Heal 0u etl AustralmIImn,Jawn,SautliAmaa, FOURTH ROUND sl�a OdPm (ppBieber3-a)atcolomao(senaacela Winner advances to yylayoff tlil;ei0 naanleaslat4nzana(oaviesza), vs.S,uth America Rfthplesa T e day, June? spa""a miry (subic aa) at an Fmnns AllR. ea gGLatar Aegbqbp�psed�Ix1. 9y45 p.m. 01,"IOIOaaNd-q MLA Dotlgars SOUTH AMERICA-ASIAI PLAYOFF al sass) WednaM1ddy's Gam es Winner qualifies MOnday Game ANt AIn.y.. a, Qatar saoncen Ili by Fig NORTH AND 'CENTRAL AND CARIBBEACAd aevelan LA Aseds al L.A Dodaem, Iola p m oAMERICA ANs CONCACAF�OCEANIA e PLAYOFF NBA Winner qualifies Tuesday's Game Playoff At Ai i=a .Rayyai Ga. i Co" pm NBA FINALS (Best-of-7; z-if necessary) U.S. lial Schedule Tiad 2) (Won S, Lorestl Boston, olden State 2 S2a, _ ATA kAd A_ MARKETPLACE TODAY xFiE 11 salv�atlor at son salve w uw, zsaatu'd=2I'm FOOTBALL USFL Football League All games in Birmingham, Ala North Saturday's Ga Sunday'. Games at Iday�sPGe eq is S 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.CEW . Surmayyiaxas 11, Fan Carolina 1, Tmas ad - At Olsen Fielded Blue Bell Park, Coll ggee rSStation, Tea °eta English Pield, Bl1 1.oacksburg, Va. rich A At Kleinl'sField tat Sunken oaaM1 Dham ond,eS,.MueIt sl f. a ki AtBesherni Stadium Chanel Hill, N, tons carding 3, An - At Pa. Taylor Park Hatatiesbal urg, MISS saumem Miss D, xi At Coss Stadium at Coleman s Flelydz'y nobmliloieOre. w tie v etba." thing sT s AUTO RACING NASCAR Cup Series Toyota / Save Mart 3! Sunday Sonoma Raceway Sonoma, Calif. Lap length: 1..a non! ad r, iBm npare ) x. (1) Chris euezmer, Ford, 110, 11, 3 (4) mdael Mcoowell, I.M 11D, 31 ((((2 ))1 Kwm x racN, Fo �, ilo, 39 d 14 eY. elaneyicwrn, "1 11 7 M R.. ChAAk, CIL., a nd. s0 s(11)wrikill,8 Cl°ch11,INo2a SUNDAY GOLF bass (iijn'io.a3io,ms (-o caul ea an0o), Sxa,sA.xis .. .iz si rO iD-zn (tl ss 1l1,(0z si revel ta.420,387 rtin 001 SZD,I. - - -23t (•I) -2m (•tl rc Is), SxD,ser 1veg a(a),$2la . nI.;Sx0,3er .. .... tat (•tl -xet (�tl ns9-as ra-xet (•tl LPGeout. LPG, Classic presented Bay Course, Galloway, N.J. Bay Counsel, by Acer Pura.: ST.. million Yardage:6,190; Par: Ti Final Round a s0 .A n D3,1nE sa atao a. sl,oda. 63-6a-66-zon(-a) �TerS,$I..3.-z..('l t la., -cos(-el M1'in'�S,-zs,ata os 1-01 Jennys .s9 rD ssz winrganernelhiaux,fzsD1D sesiiizos(rEl "9ae9at0 `5) Jenn krso ............ S(S i081-s111 J.—an. fxaZ oej-01 1,$21,111, oe1-R MA 1 1 0e 1-n xinaka sMbuno, ODDS PROVIDED BY • ripico SPORTSBOOK Odds are subject m change Tpico Sportsbook does not offer lines for New 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 site 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, 1-87-701867(LA) B3993MO), , 1-888-777-9696(MS). Call or—:l CyoP 89-9789(TN). For he latest picks and expert... yps, go to aportabaokwir.smm Scan for latest odds See up-to-the-minute lines and compete in Daily Ticket free -to -play games 0m scemM1mne lryo mSn 4 152(()2 if Mire aA20 m.4np3o . 21010} eta (-3) an colefn,d1` x10(-3) rvuria As., 11iAiti SxO. '- .mil as n-io-a9-xi0(aj i A, Fun Lees, att421 Shin, 1$11 a2D YU Liof11,42D .. xt0(9) - _-69tt 69 it0(-3� I— Phl. 411A30 )) 0(I Id. cienirn n0 f-3) cyaev itron ClKSI 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" $D xtx (-n He, SSi etaa,am 212(-1) Mun ... . rt s9 rx saran A_.,nn "-..... ., ssmi3 ..- ..n rDn xtz (-0 IN e A,eaete' -xis(-' m, SS,tos . la M Anm van tam, f4ae5 .. .. .711en111(O ii )a+.ttl'icomo0wcnlevona. 110, 2i6 COLLEGE SOFTBALL slrxiaa So1AramipL1) sal<° 1. �NNitrei`oi 12 01) Junin Haley, cMvrolet, na, a2 ta(11) 11h. snscoe, Fora 11, 24 USA TODAY/NFCA Coaches - of s [ii white 1410 KNucurso"t lcnev a'. To, 32 Poll kaer lPcaUl9�lacea is 0sl Alex Bowman, cnevroleT, ttD, n 17'%`Aey Loganor.'10d39 te. lnl Kun sums royora, nD, zz. 19. nJ chevralee, NaUoonall Leageua was (3tl - the Coco. tot .z (ilj oes�9^area Lxp nnl aumenam9er. 110. DTo: x0 on Cherw,w.— TID,¢ 21 (61 Cok<uscer, Ford 1tD. I6 22(31) enir Janes, chrvmlecllo is Tate _ pe m 23 (30 Ty Daon, CM1evrokt. tta, td las pll')op y Travis swagge - Lx Aaron Hasa TOlnaianapolis z4.Ix4)Twda Gillik17"NilF.rd, tto, to zs D,1a - FOOTBALL FOOTBA ((22. c ymm�ourcJnCh.,".' za Its) Maninlruex a, Toyota, ltD, n g I Football Ltla n lztfi'cHnnaoheraMO, T�,t1i 9 ate - -Igd n oL.- °zAcall Clevmle4110,0Ill 2ad �ppp2l KYIeaill`rlo,T%a 10,ts On, typo)j e""y14aml�n Tayw.n0'62. bte A vIKIxOs - oLa snare a3 H:. �ora. iw,0 a4. p0l Corey Lataie, Chevrolet, am, 3 3s (1) rylm keaeicN, rnevrdm, sr, xIII se(21) Bubba Wallace,—TA,eAg 1,1 - wnsiiin ix1To - wee DB IndyCar Sonsio Grand Prix ma K anon Jahnsan SOCCER America Sat un IT 4.11 11 MS nnG ague Soaoc hid rc Road America, Plymouth, Wis. 4.014 miles Lap leron N.Su Ird-d"ey �A x m T agth: then, ()) Jo eve amen. I. e3e .. lap N­�it e b 9islj14) Nia^a acec(ncjsa i ems �qqo�� C. , Ill II, ounihnne (14),hx Th. tl'YI NF ez x"Cusfii'rg sU(ijuQ­ gaol n Named 4. Itt)rACOLLEGE�oz 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 Running to DEALS ha k N'l a A KrabbenMnmens 0a) C wn gaard, on 11 12 (10)SI-Pagenhi N.nl S.Runnnine BASEBALL NHL 11 (11) Jack xarvey, Honda II, daimm Major League Baseball is(Io eomr Daly,Chmrakt. 11, ainmm t4(1s)Jawma sort, xonaa, ss, kunninp Stanley Cup Playoff pmeriPean teE 9E°I t.(t4)oavitl MaluNas, xontla,ss, kunnirg n0i Rinuzveexay Chevroletis'aunning �m aapHpn d° °_°^ FINALS d (i%plat LxPK an Atin MOF Ieest-of-T;x-if Hates rcia an of �iestowe s ry) CuoeHances�o, xonaa, IS2. n') Nill FowI,, anCenrolea, IA Rugn^ry Amnon ntlm on tee remicT.a -zt. w dlomdo vs. Toampa Baay o unz men 21 (21 cnghh, ss. kHv A a areaylNF owingz wm waivers cillai'll 2x 0s)H a m on s .Banns z3 (x3)D ielM•erc, <n.wdea ss, aunom9ag - Al zi I 26)J nnJohmm� Honaa, sd, karmic 21(11) T Cameron Chevrolet, 14, dAi Mt1 - paaluy.7,M To Fn_._.:_ Ry. -_-- .__-.. 1(1) Alex Al xoima ta, Da I To view more Classified listings, visit: classifieds.usatoday.com For advertising information 18003970070 v russelllohnscom/usat NOTICES I 7Jr.1•u tIIMM,21 I BUSINESS • LeNbciNhAdammenwlled aetlundargrsemrmas mimeses Notice to Bidders teas been reaanaalanmen mmmar Are you getting hit Robed HmryardtheonAloran with high inreirestratea as sho Region 14 ESC (the "Leatl Agency J, on Denali of Etlm orTdl �edrx, 1_1P.` itlml because of a low credN Neaanel Caaperan'a Purcnasmgg Alliance oNCPAg era ITHE HOME OEPOi. pbI aga.aean all s0 states, Ete`=t aae.he ThIlIaloodflonnoi,haid ore?Improveit today! a er Agree ismm ardhonng proposals to enter into agreement maybeseenm FREE Consults\ion r greemenis tor. S..allcre orsgial kllogspovcam .FREE Create Evaluatim ate Compliance Management A29-22 • Momara��e.nd C.ma.nt.,..ent tratagy.na - n.•a.."abowloa" 800-852-4931 an garneen He althcareCasts7-22 • Cur& Management Technology on a1 ERP SONware and ImplememMion cervices A93-22 a •InNn9rYfedysecuriry TacnnDlD ie and salary Syanma ProEuda antl Services a2e-2ey a •RoadwayM rehrcee,spmentmdSuppliesA23.22 I F • School Tmhroftetlon for 8tuderas wHh Ep Ihil Ncetls #a'. • Soxware as a Solullon tar Infrastructure Protects »30-22 • Thal Contral, Enforcement, & Signal Preemption Equipment Thank Serenity is here Due TM1uraday, July 21, 2022a2:Dp pm CST to help by making SR-22 o u be re,,,I'd elemroniwlry rw later ihanm mbmdlaitleadune wa our amine al is at insurance easy to get and I We can help if your total NCPA Tp nna..ba dlreha'e cons .sane please viMt affordable for everyone. debt b$10,00o or mDr equeatacnpyo p NCPA's avebsite www ncoaua. I� CREDIT CARD DEBT. 800-509-9315 O MEDICAL DEBT Eve} PERSONALLOAN% THE CALL & QUOTE ARE FREE. Place you. Public Notice 3n 800-825-1306 USA TODAY Marketplace! kind �• Atl°°llngs aro A Cal1-800-397-0070 aartpreran.km.rupImy roaaa tl. awltl.a..w.\gaay.apm THE CALL IS FREE. COOP City of Fort Worth b, Wilson Bauhaus Interiors, LLC-OMNIA#07-104-Magnuson •I MARKETPLACE SECONDARYBREAK k An NBA Dad'saStc ry I ' To advertise in i USA TODAY, call: r��.J,_. n.,��a,t��as�ea�...,���. I�m,iroii.rom 1-800-397-0070 I REAL ESTATE I I TRAVEL I L." 191 Si , Oiacoeer'NTlnpering Nile lust IS misuse Seat of CM1ayenne, Wyaming. Fahulaus 5-10 sore mnahe0ea now tieing onered Iran only sg/,D.10 won low dean NO oualifyilg Sdhl finaming ishibhle, They wont last bng and than Is no teener hay anyearel ideal �1- BoulllerCNeNLallge Monleoa 4 amilderCred Rwd, Call u6-859-3190 •3a -was 114Momm159837 v 6a uldercree 1°dgem..l roiv Page 109 of 117 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 Golfweek 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 Schefler 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 ore 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 Robot, one of the most powerful players in golf, won the U.S. Open at Torrey Pines. The year before that, it was Bryson DeChambeau, 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 f air- 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 11 of 18 greens in regulation. He came into the U.S. Open ranked No. 1in strokes gained off the tee. Ifs 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 For advertising information 1800 3970070 veww russel llohns com/usot NOTICES I Notice to Bidders Reeio. la Esc (me "Lead Agamy), p. behalr m Natiorel Cooperative Purchasing ad— (NCPA) and pMNI, aggndea In all 00 s=in.g that elect M access me ase gree vve: �Agrieememsjorals to enter into •AUib ComplianceManagementQn— Fuel hall-zz • Momg (lance end Coat -Lon Coate N sttrRetegy and an gementor Hvmm.are • Curb Management Tecnnology w27-22 • E HIP9Sof m antl Implementation Services ns— • pntetluncl� U ServlcescN2n6legiee entl safety Syebme • Roadway nommusnanca Equipment end Supplies s23-22 • EsM1ool Tranaporo0on for stutlents with Special Needs —sta32 22 sogn.0 as a1,En mrd,&Sla ePProtectshaazz • Traffic COMroI, fnforcameM, 8 Signal Preemption Equipment IY1S22 Due Thursday, July 21, 2022 02:00 pm CST Responses shall be received electronically no later mantheapbmitmldeadline n ppr Dolma eoM,rep.ruist nape b-femnub com NCPA.regaeata..py.tape.i pleaaeai,i: _. NGPA's websne www tic s. Place your Pubis Notice in ljjl� USA TODAY Marketplace. Call: 1-800-397-0070 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 umps 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 - wares, 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 S—ewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Public eateentl Emergency Management Equipment,Tool, ntlSupply Catalog Solutions to result'. a coMracbng solution for use by its Padicipating Entice,. Sourcawell Particlpatmg Ennt'es include thousands of governmental, higher education, K-12 education, onpron, bibal gpvemmem, and other public agencies located in the United States and Canada A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal hops://pmpoo.l.sourcevxll-mn.gov OnlypProp.sa.-luns bllbecothe swell nsdered. Proposals are tlue no IaleriM1an August 9, 2022, at a:30 p.m. Central Ti..... tl Isle proposals will not be tonsidemd. NAME CHANGE I, PRINCY ABHI GANDHI have changed my name to PRINCY V UKESHKUMAR SHAH due to the drvorce. 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 un- 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- rikawa. 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 MARKETPLACE SECONDARY BREAK An NBA Dads S sory Ili ilii�li ibil IMIi'i !! � i ii1',' ��II,II�, ,I TRAVEL awm, c,�.e s .. ww Po„mn.emm,m. Amik dim t n imid e � n Boulder Camel Lodge Montana xili xto,,,�59an ww,. bo l.n a06A5ph319��rym 4 To advedise, calltano. I Place your advertisement in USATODAY Marketplace! To advertise, call: 800-397-0070 I I REAL ESTATE I I -ila Dui e: = i new home, a recreational get away or just a good solid investment? Discover gbobarng Hills at 15 minutes west of Cheyenne, Wyoming, fabulous 5-10 aria enchedes am now being ogaed from only 61 ntth low down N0 0oolilying, seller financing available. 'bey won't last long antl them fine betM buy anywrerel Pedadl To advertise, call: 1.800397-0070 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 110 of 117 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 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.+,Mrww.statutes.legis_state.tx_us; DocvLG/htrn1LG 176, him. For easy reference, below are some of the sections cited on this form. Local Govemmerrl Code 176.001(1-#1,: `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 6176.90-Wat(2)(Aj and (B}. (a) A local government officer shall file a conflicts disclosure statement with respect to avendor it: (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: (�i 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 Govr±Frtrrieryt rKV 176.tXtf ) a�trd fa-1E (a) Ave or shalllife a comp et 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 enfiV 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.whics.stats.ix.us Reviled V1=1 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 112 of 117 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 Chal;Aw 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). Syr law d.is 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 W. Sao Sodden 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 requeas that you file an updated completed questionnaire wr`e the appropriate 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 Meer 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 officer 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 Irf 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 governmental entity? Dyes KNo J Describe each employment or business relationship that the vendor named 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 officof one of more grits w described in Section 176. 3(a)(2)(B), exchxiing gifts de embed in Seem 176.009{a-1). a verldot doing ba5mm M the governmemal enztyr - _ - -- ------ - ---------- Form p<cv-ded ty Texas tallies Commission www.ethics.stato-tx.us Revised 1f1:'2021 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA #07-104-Magnuson Page 113 of 117 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 #07-104-Magnuson Page 114 of 117 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' CRP99tir*kRd9 of the contract. Prior to *o9eA06rWi1dFe 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 #07-104-Magnuson Page 116 of 117 CERTIFICATE OF INTERESTED PARTIES FORM 1295 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 patty to the contract for which the form is being.filed. City of Fort Worth 1of1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2024-1217852 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. 07-104 Magnuson 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 My name is U1/11nn. "� (• and my date of birth is l g � f r 1 1 My address is Rli { ii�iak� I YM� vi ° n 1�i, l t CL Ll - Vt (street) I U �[ 11 !t (city) (state) (zip code) (country) I declare under penalty of perjury lthat the foregoing is true and correct. �e Q Executed in 1 L \ Gf County, State of-Tp-x U on the aday of 1 20 . (month) (year) Si ture of authorized agent of coFitracting business s ty (Declarant) Forms �r��j jt�yifT �✓ I I VETF gi��d44�as Interiors, L W11 0-gt64tkAY�nuson Xpj@iyy71 J+q.48da51f7