Loading...
HomeMy WebLinkAboutContract 62458CSC No. 62458 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 of ASSA Group, Inc. dba Enwork through OMNIA Partners Contract #R191819, and the City of Fort Worth ("City"), a Texas home -rule municipality individually referred to as "party" and collectively as the "parties". The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: OFFICIAL RECORD CITY SECRETARY 1. This Cooperative Purchase Agreement; FT. WORTH, TX 2. Exhibit A — Price List; 3. Exhibit B — Cooperative Agency Contract OMNIA Partners #R191819; 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 No Cents ($ 2,090,857.00) for the initial term. 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 April 30, 2025, with no renewal options. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 1 of 243 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 # R191819-ASSA Group Inc. dba Enwork Page 2 of 243 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 # R191819-ASSA Group Inc. dba Enwork Page 3 of 243 The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT W TH: By: William Johnson (D c 17, 202411:29 CST) Name: William Johnson Title: Assistant City Manager Date: Dec 17, 2024 APPROVAL RECOMMENDED: Robert Alldredge Digitelly signed by Robert Alldredgdge By: Date: 2024.12.16 14:48:22-06'00' Name: Robert A. Alldredge Jr. Title: Executive Assistant Chief FORT �4 <aot 46 0� S 9a0 PVe, o=P V °acnn�og�44� By: Name: Jannette Goodall Title: City Secretary WILSON BAUHAUS INTERIORS, LLC Pencil. Dava." 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 .A�ee—ZJeur By: o 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: 2024-1217858 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 4 of 243 EXHIBIT A OMNIA Partners Contract #R191819 - Link to Price List https ://www. omniapartners. com/suppliers-files/E-J/EnworkIContract_Documents/R 191819/Enwork_V20_price_List.pdf COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 5 of 243 DocuSign Envelope ID: 9B05A6FE-36A0-4CD4-8706-073CD0522869 region4' September 3, 2020 Mr. Brandon Reame breamea,enwork. com VP, Sales & Marketing ASSA Group, Inc. dba Enwork 12900 Christopher Drive Lowell, MI 49331 Re: Award of Contract #R191819 Dear Mr. Reame: EXHIBIT B Per official action taken by the Board of Directors of Region 4 Education Service Center on August 25, 2020, we are pleased to announce that after successful negotiated terms and conditions, ASSA Group, Inc. dba Enwork has been awarded an annual contract for the following, based on the sealed proposal (RFP#19-18) submitted on December 11, 2019: Commodity/Service Supplier Furniture, Installation and Related Services ASSA Group, Inc. dba Enwork This contract is effective September 1, 2020 and will expire on April 30, 2023. As indicated above, your contract # is R191819. This contract may be renewed annually for an additional two (2) years if mutually agreed upon by Region 4 ESC/OMNIA Partners, Public Sector and ASSA Group, Inc. dba Enwork. Your participation in the proposal process is appreciated and we look forward to a successful partnership. Please feel free to provide copies of this letter to your sales representative(s) to assist in their daily course of business. If you have any questions, please contact Christine Dorantes, the Contract Manager assigned to your contract, at (615) 431-8182 or christine.dorantes(a,omniapartners.com. Sincerely, DocuSigned by: �blAft*AWA, A811 C26E709E4G4... Robert Zingelmann Chief Financial Officer, Finance and Operations Services Region 4 Education Service Center • 7145 West Tidwell Road • Houston, Texas 77092-2096 COOP City of Fort Worth & Wilson B9NWW; iltAd&J LT_Q$0K4N1 WWM404;4VS)V�604W. dba Enwork Page 6 of 243 Pam Wells, Ed. D., Executive Director DocuSign Envelope ID: 81108D99-4067-4AAA-9008-50A989A9A393 region4' October 26, 2023 Mr. Brandon Reame breamea,enwork. com VP, Sales & Marketing ASSA Group, Inc. dba Enwork 12900 Christopher Drive Lowell, MI 49331 Re: Renewal Award of Contract #R191819 Dear Mr. Reame: Per official action taken by the Board of Directors of Region 4 Education Service Center on October 24, 2023, Region 4 ESC is pleased to announce that ASSA Group, Inc. dba Enwork has been awarded an annual contract renewal for the following, based on the sealed proposal submitted to Region 4 on December 11, 2019, and subsequent performance thereafter: Contract Furniture, Installation and Related Services The contract will expire on April 30, 2025, completing the fifth year of a five-year term contract. The contract is available through OMNIA Partners, Public Sector. Your designated OMNIA Partners, Public Sector contact is Christine Dorantes, at (615) 431-8182 or christine. dorante sa,omnial)artners. com. The partnership between ASSA Group, Inc. dba Enwork, Region 4 and OMNIA Partners, Public Sector can be of great help to participating agencies. Please provide copies of this letter to your sales representative(s) to assist in their daily course of business. Sincerely, DocuSigned by: E� 'b� 30EE15BFEF1 C4C6... Robert Zingelmann Chief Financial Officer, Finance and Operations Services Region 4 Education Service Center • 7145 West Tidwell Road • Houston, Texas 77092-2096 COOP City of Fort Worth & Wilson dba Enwork Page 7 of 243 Pam Wells, Ed. D., Executive Director DocuSign Envelope ID: B3F9ABOF-245E-472D-A6DF-34A334A9E4FO region4' October 31, 2022 Mr. Brandon Reame breamea,enwork. com VP, Sales & Marketing ASSA Group, Inc. dba Enwork 12900 Christopher Drive Lowell, MI 49331 Re: Renewal Award of Contract #R191819 Dear Mr. Reame: Per official action taken by the Board of Directors of Region 4 Education Service Center on October 25, 2022, Region 4 ESC is pleased to announce that ASSA Group, Inc. dba Enwork has been awarded an annual contract renewal for the following, based on the sealed proposal submitted to Region 4 on December 11, 2019, and subsequent performance thereafter: Contract Furniture, Installation and Related Services The contract will expire on April 30, 2024, completing the fourth year of a five-year term contract. The contract is available through OMNIA Partners, Public Sector. Your designated OMNIA Partners, Public Sector contact is Christine Dorantes, at (615) 431-8182 or christine. dorante sa,omnial)artners. com. The partnership between ASSA Group, Inc. dba Enwork, Region 4 and OMNIA Partners, Public Sector can be of great help to participating agencies. Please provide copies of this letter to your sales representative(s) to assist in their daily course of business. Sincerely, DocuSigned by: ��U� �Kfb%MAJA, 30EE15BFqF1 C4C6... Robert Zmgelmann Chief Financial Officer, Finance and Operations Services Region 4 Education Service Center • 7145 West Tidwell Road • Houston, Texas 77092-2096 COOP City of Fort Worth & Wilson B9NWW; AtAd&J LT_Q$0K4N1 WWM404*VS)V604W. dba Enwork Page 8 of 243 Pam Wells, Ed. D., Executive Director EXHIBIT 4C-7 AGENDA ITEM Approval of contract award for furniture, installation and related services BACKGROUND INFORMATION/ADMINISTRATIVE CONSIDERATIONS Region 4 ESC/National IPA held a bid opening on Wednesday, December 11, 2019, for RFP #19-18, furniture, installation and related services. After the award was made, Region 4 received one (1) protest letter. After careful review of all protest and proposals in accordance with the protest procedures outlined in the RFP, the Region 4 CFO has determined that the protesting company demonstrated the ability to provide the products and services outlined in the solicitation while offering competitive pricing to the members in addition to the twenty-one (21) that were originally awarded. National IPA management concurs with the determination made by the Region 4 CFO. The Region 4 Board of Directors awards contracts, each with an initial term and annual renewals, for use by Region 4 ESC and the membership of National Intergovernmental Purchasing Alliance Company (National IPA). The products and/or services solicited were advertised, evaluated and awarded in accordance with Texas purchasing laws. The Administration recommends ASSA Group, Inc. dba Enwork be awarded a two (2) year and eight (8) month contract with the option of two (2) one year renewals for furniture, installation and related services. Contract Furniture, Installation and Related Services Vendor ASSA Group, Inc. dba Enwork Term of Contract Two (2) years and eight (8) months with option of two (2) one year renewals ** This contract started 5/1/20. Term will allow this contract to be on same cycle as those previously awarded. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 9 of 243 RECOMMENDED MOTION I move that the Board approve a two (2) year and eight (8) month contract with the option of two (2) one year renewals for furniture, installation and related services as presented. CONTACT Pam Wells Robert Zingelmann COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 10 of 243 region4' To: Board of Directors From: Robert Zingelmann Date: August 25, 2020 Subject: Furniture, Installation and Related Services Protest Award Justification ASSA Group, Inc. dba Enwork submitted a letter protesting their non -award in accordance with the protest procedures which were outlined on page 11 of RFP 19- 18 for Furniture, Installation and Related Services. In accordance with those procedures, I reviewed their protest letter, their original proposal and comparable proposals that were submitted. I also interviewed the evaluation committee to determine their reasoning for the scores that they assigned to each vendor. After careful consideration of this information, I recommend that the Region 4 ESC Board of Directors award ASSA Group, Inc. dba Enwork a contract based on their response to this RFP for the following reasons: After comparing discounts and list prices as well as products offered by awarded vendors, I have determined that ASSA Group, Inc. dba Enwork can offer our members value and expanded choices in furniture, installation and related services. It is my opinion the competitive pricing and additional choices should increase the overall score for ASSA Group, Inc. dba Enwork. Had the evaluation committee given them the appropriate score for Products/Pricing and Value Add, ASSA Group, Inc. dba Enwork would have been recommended to the Board for consideration for award. I therefore recommend ASSA Group, Inc. dba Enwork be awarded a two (2) year and eight (8) month contract with the option of two (2) one year renewals for furniture, installation and related services as presented. Region 4 Education Sen ice Center • 7145 West Tidwell Road • Houston, Texas 77092-2096 COOP City of Fort Worth & Wilson B9'11hft+s Ht&i6i,s, D8i0KPNIA dba Enwork Page 11 of 243 Pam Wells, Ed. D., Executive Director Region 4 Education Service Center (ESC) Contract # R191819 for Furniture, Installation and Related Services with ASSA Group, Inc. dba Enwork Effective: September 1, 2020 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 12 of 243 The following documents comprise the executed contract between the Region 4 Education Service Center and ASSA Group, Inc. dba Enwork effective September 1, 2020: I. Vendor Contract and Signature Form II. Supplier's Response to the RFP, incorporated by reference COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 13 of 243 APPENDIX A CONTRACT This Contract ("Contract') is made as of September 1, 2020 by and between ASSA Group, Inc. dba Enwork ("Contractor') and Region 4 Education Service Center ("Region 4 ESC") for the purchase of Furniture, Installation, and Related Services ("the products and services'). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number RFP #19-18 for Furniture, Installation, and Related Services ("RFP"), to which Contractor provided a response ("Proposal"); and WHEREAS, Region 4 ESC selected Contractor's Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies") may purchase products and services at prices indicated in the Contract upon the Public Agency's registration with OMNIA Partners. 1) Term of aareement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC's intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days' (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. CONTRACT 1 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 14 of 243 3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror's Best and Final Offer iii. Offeror's proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Aareement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor's pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non -Performance or Contractor Deficiencv. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 2 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 15 of 243 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Deliverv/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. i) Additional Del iverv/Installation Charqes: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. d) Force Maieure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. CONTRACT 3 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 16 of 243 e) Standard Cancellation. Region 4 ESC 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. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor's license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14) Deliverv. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Pavments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adiustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor's responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor's proposal. Price reductions may be offered at any time during Contract. Special, time -limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time -limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such CONTRACT 4 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 17 of 243 purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor's pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor's pricing at Contractor's sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third - party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre -installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC's discretion. Contractor must identify any additional costs associated with compliance of this CONTRACT 5 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 18 of 243 term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smokinq.. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Fundina Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC's current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketina.. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Leaal Obliqations. It is Contractor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws CONTRACT 6 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 19 of 243 while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34) Tariff Surcharges: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. CONTRACT 7 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 20 of 243 OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, 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. Company Name ASSA Group, Inc. dba Enwork Address 12900 Christopher Drive City/State/Zip Lowell, MI 49331 Telephone No. 1.800.815.7251 Email Address breame@enwork.com Printed Name Brandon Reame Title VP, Sales & Marketing Authorized signature i Accepted by Region 4 ESC: Contract No. R191819 Initial Contract Term September 1, 2020 Regi n 4 E8t, AuthorizeF Boar embdr Margaret S. Bass Print Name Region 4 ESC Authorized Board Member Linda Tinnerman Print Name to April 30, 2023 8/25/2020 Date 8/25/2020 Date COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 21 of 243 E NN W O R K SOLICITATION NUMBER 19-18 Furniture, Installation, and Services Response to proposal from Region 4 Education Service Center From: ASSA Group, Inc. dba Enwork 12900 Christopher Drive Lowell, MI 49331 Contact Person: Brandon Reame VP, Sales & Marketing Mobile: 616.510.0578 breame anenwork.com Q COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group J&0,V&_ 4P2900 Chros *ejr %ye24gwell, MI 49331 ENNWORK Tab 1 — Draft Contract and Offer and Contract Signature Form a COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA GroLPpllhgPdb�L2M6rk290o ChriFtgg�-epgr6V2l48vell, M149331 , 'P1-N 1X A DRAFT CONTRACT This Contract ("Contract') is made as of Decembr 9th , 20 19 by and between ASSA Group, Inc. dba Enwork ("Contractor) and Region 4 Education Service Center ("Region 4 ESC') for the purchase of Furniture, Installation, and Related Services ("the products and services'). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number R 19-18 for Furniture ("RFP"), to which Contractor provided a response ("Proposal"); and WHEREAS, Region 4 ESC selected Contractor's Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies") may purchase products and services at prices indicated in the Contract upon the Public Agency's registration with OMNIA Partners. 1) Term of agreement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC's intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days' (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. CONTRACT 1 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 24 of 243 3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror's Best and Final Offer iii. Offeror's proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Aareement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assianment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Addina Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor's pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non -Performance or Contractor Deficiencv. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 2 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 25 of 243 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. i) Additional Deliverv/Installation Charaes: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. d) Force Maieure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. CONTRACT 3 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 26 of 243 e) Standard Cancellation. Region 4 ESC 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. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor's license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14) Delivery,. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Insoection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Pavments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adjustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor's responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor's proposal. Price reductions may be offered at any time during Contract. Special, time -limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time -limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such CONTRACT 4 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 27 of 243 purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor's pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor's pricing at Contractor's sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third - party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Ontions. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre -installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC's discretion. Contractor must identify any additional costs associated with compliance of this CONTRACT 5 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 28 of 243 term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smokinq. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Fundinq Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC's current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obligations. It is Contractor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws CONTRACT 6 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 29 of 243 while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34) Tariff Surcharaes: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. CONTRACT 7 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 30 of 243 OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, 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. Company Name ASSA Group, Inc. dba Enwork Address 12900 Christopher Drive City/State/Zip Lowell, MI 49331 Telephone No. 1.800.815.7251 Email Address breame@enwork.com Printed Name Brandon Reame Title VP, Sales & Marketing Authorized signature Accepted by Region 4 ESC: Contract No. Initial Contract Term Region 4 ESC Authorized Board Member Print Name Region 4 ESC Authorized Board Member Print Name to Date Date COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 31 of 243 Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: ❑ Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) X Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror's proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Exception/Proposed Modification Accepted Specification (For Region 4 ESC's use) Section 141 Facie 4 Delivery Section 16 1 Page 4 Payment Section 11.a I Page 3 Cancellation for Non -Performance Section 11.c I Page 3 Delivery/Service Failures Section 15 1 Page 4 Inspection & Acceptance Appendix C, DOC #5, Section 2. Pace 10_ Equal Employment Opoortunily Appendix C, DOC 45, Section4.c, Page 12 Devi, BacenAMand CoplclandAnti-MekbackAct Most Enwork pwducis are built to order, Average Leadtime is 4-6 weeks Lead6mes are published regularly online at https'lAw,w. wmork.=TVresourcesldealersupport Standard terms are Net 30. We prefer to follow this. Exception would be that any products produced, but not shipped or paid for by the customeriagency would remain the property of the Contractor. fx•wk nvr nmrea..Tnk..•bae•,•r wrau.e.ri.eneney+nse.kelMMa Wrgw •.gen-Ne,nereX•IW•h• b• .he -0—p0� a .1 hilpnara neelk W EmrW 1. he wdMn[•• re[ws meY w ra4s.d br [.nneA •Mn vned b tM cl+ronm-G•3!•r nNiWntndWM,fv rcd brgn P-4.eeeper erepb.emntl vACvwnl, M1wark M b • n•� Ib• bgreyua.l Ys rebvn e7 eery M L a!!s dataden Paaue4. it—de..c+kde ehg reeane• 4» 091A b rcpeLde lee4 eeb wni en fmra•ro.•rera nUr44un All products are built to order. Ertwork will stand behind its comprehsnslve 12-yyear limited warranty- All returns must be authorized by Enwork before funher aclion is taken. Errwork reserves the right to repair defects in the field E.—I, lake. great pride in a he Wlrnyrkplzce culture. Me....ion or aharinp •! e•nWaneallon or other b...fee among employees la prohihiled. Ere•�V\ reeerve. the riphl to di.charge or reprimand ntWloyeee Ihat violate Ihia. Enwork pays employees every two weeks. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 32 of 243 ENNWORK Tab 2 — Products & Pricing a 3 J a COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Grorl�1l9@ocMA L JMdrk29oo chrp"beggr6fe24qyvell, MI 49331 2. Offeror's proposal should, at a minimum, include the following for Region 4 ESC's evaluation: a) Products/Services/Pricing i. Offerors shall provide pricing based on a discount from a manufacturer's price list or catalog, or fixed price, or a combination of both with indefinite quantities. Prices listed will be used to establish the extent of a manufacturer's product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, those different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. Enwork is submitting the full V15 Commercial Pricelist, which includes all commercially available products. ii. Include an electronic copy of the catalog from which discount, or fixed price, is calculated. Electronic price lists must contain the following: (if applicable) • Manufacturer part # • Offeror's Part # (if different from manufacturer part #) Part Numbers will be the same. • Description • Manufacturers Suggested List Price and Net Price • Net price to Region 4 ESC (including freight) All prices include freight, when orders are over $1,500 net. Discounts are by order size, as follows: $0 - $30,000 list: 58% $30,001 - $60,000 list: 63% $60,001 - $120,000 list: 64% $120,001+: 65% Please note; vre hav6 r ,f J _u these discounts compared to the current R142204 contract. The second, third, and fourth tiers have improved by one percentage point, making pricing even more competitive. Media submitted for price list must include the Offerors' company name, name of the solicitation, and date on a Flash Drive (i.e. Pin or Jump Drives). iii. Is pricing available for all products and services? i. Please provide pricing for services based on a range, from minimum price per hour to maximum price per hour, with a not to exceed on the maximum price per hour charge. The provided discount tier applies to all products in the VI commercial pricelist. iv. Describe any shipping charges. i. Describe delivery charges along with definitions for: 1. Dock Delivery 2. Inside Delivery 3. Deliver and Install Pricing and discounting includes shipping and Dock Delivery. Inside Delivery and Installation is to be quoted by the servicing dealer. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 34 of 243 v. Provide pricing for warranties on all products and services. Parts and Labor are covered on all products, as described in the warranty, as outlined below. Exclusive 12 Year Limited Warranty Enwork warrants that the goods shall be free from defects in materials or workmanship for a period of twelve (12) years except as follows. Chairs are warranted for single shift, standard commercial usage, defined as a standard 8-hour work day, five days a week, when the product is used by a person weighing less than 250 Ibs, unless otherwise noted. Taper edge (contour laminate) worksurfaces, lighting, height -adjustable tables, monitor arms, electrical components, pneumatic cylinders, locks, drawer slides, and glides are warranted for a period of five (5) years. Casters are warranted for a period of one (1) year. There is no warranty for "self -edge" chipping or peeling, or on refrigerators. Upholstery fabrics, vinyl, and polyurethanes are warranted from defects in material and workmanship for five (5) years except for Pixley, Milan, Capri, Ardi, Reko, and Monaco chairs which are warranted for three (3) years. Customer's own materials (COM) are not covered by this warranty. Consult with upholstery materials suppliers for performance criteria and suitability of individual materials. Textiles and laminates are sold subject to minor variations of color. Since textiles vary in weave, thickness and memory, some creasing and/or gathering may occur during the upholstery application process. Because leather is a natural product, variations of texture are common and should be expected. This warranty excludes any type of misuse, abuse, as well as ordinary wear and tear. Pursuant to this warranty, if a product fails under ordinary use as a result of a defect in materials or workmanship, Enwork will, at its option, (a) repair the affected product at no charge, (b) replace the affected product at no charge with a new or refurbished product of comparable function, performance, and quality, or (c) refund the original purchase price for the affected product if repair or replacement is not commercially practicable or cannot be completed in a timely manner. This warranty applies solely to the original Buyer with the period starting on the date of shipment, and only for products shipped to and sold for use in the U.S. and Canada. This is Enwork's sole and exclusive warranty, and the Buyer waives all others. The foregoing warranty shall not apply to damage caused under the following circumstances: (a) damage caused during shipping (this will be handled under separate terms); (b) modifications or attachments to the product that are not Enwork approved; (c) products that were not installed, used or maintained in accordance with product instructions and normal industry practice; (d) products used for rental purpose; (e) damage caused by misapplication of cleaning product; (f) natural variations in wood grain, color, texture, figure, or the presence of character marks; or (g) changes in surface finishes due to aging or exposure to light; or (h) damage, marking, or staining of veneer surfaces due to contact with rubber or similar compounds, damage from sharp objects, or imprinting from writing instruments. If a damaged product is repairable, Enwork may, at its option, permit the Buyer to repair the item and Enwork will issue a credit to the Buyer in accordance with Enwork's repair allowance schedule. Warranty Disclaimer. Enwork expressly and unconditionally disclaims any and all warranties, express or implied, including but not limited to any warranties of fitness for a particular purpose or merchantability, or warranties based on oral representations from Enwork's personnel or agents, affirmations, models, drawings, samples, promotional literature whether in print, on the internet or in any other format or media. Limitation of Liability, Enwork's maximum cumulative liability to buyer shall not exceed the purchase price of the goods claimed defective. In no event shall Enwork be liable for any indirect, incidental, special or consequential damages of any type or kind, including but not limited to lost profits, lost business opportunities or lost goodwill, relating to the goods sold hereunder, their installation or use, whether in contract, tort pursuant to statute or otherwise, even if Enwork has been advised of the possibility of such damages. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 35 of 243 Indemnity. Buyer shall indemnify and save Enwork harmless from and against all claims of any type or kind for personal injury or property damage, including all costs and attorney's fees, made or alleged as a result of Buyer in any way or manner incorporating or installing any item purchased herein into another product manufactured, assembled, sold or marketed by Buyer. No Design or other services provided. This agreement involves the sale of goods only. Buyer does not hire Enwork to perform any design services or for the production of any drawing or other media relative to the goods sold pursuant to this Agreement or Buyer's end product. To the extent that Enwork offers any advice or produces any drawings or other media, Enwork does so as a courtesy to the Buyer and Buyer agrees that it will not rely on such advice, drawing or other media and Enwork shall not be liable for any matter arising from such advice, drawings or other media. Buyer shall have no recourse against Enwork for any services of any type or kind. Buyer shall be solely and exclusively responsible for use and/ or installation of all items purchased herein. The items sold herein are based on Buyer's descriptions and Buyer bears sole responsibility for ensuring that the products sold meet Buyer's needs and expectations and are suitable for Buyer's intended use. Enwork is not responsible for Buyer's inaccurate or inadequate design or Buyer's furnishing of incorrect information. Correction of Errors. Enwork shall have the right to correct any errors, whether clerical or mathematical, which are contained in this Agreement or any term sheet or invoice. Disputes, All disputes of any type or kind, shall be determined by a court of competent jurisdiction which is situated in Kent County, Michigan. Buyer irrevocably consents to such exclusive venue and jurisdiction. Miscellaneous. Buyer shall not assign any rights under this Agreement without the prior written consent of Seller. Failure to exercise any rights under this Agreement shall not constitute a waiver and a waiver on one occasion will not constitute a waiver of the same item on any subsequent occasion. No waiver or amendment to this Agreement shall be effective unless it is in writing and signed by authorized representatives of both parties. Paragraph headings are for reference only and are of no legal force or effect. All notices shall be provided to the addresses set forth in this Agreement and if none is provided, to the party's resident agent in the state of incorporation or organization. This Agreement shall be governed by the law of the State of Michigan without regard to any conflicts of law principles. Wherever possible, all terms shall be interpreted consistently. In the event of a conflict with regard to price, payment terms or delivery, the typed provisions on a separate or attached term sheet shall control over the printed provisions on this Agreement. For any other conflict, these Terms and Conditions shall control. No usage in trade shall create a conflict with the terms of this Agreement. Seller reserves the right to correct any typographical errors anywhere in this Agreement. A facsimile signature or a legally valid electronic substitute for a signature shall bind Buyer. If any provisions are determined to be unenforceable, the remainder of the Agreement shall remain in full force and effect. Entire Agreement. This is the complete and exclusive statement of the terms and conditions relating to the subject matter of this Agreement and all negotiations and representations, if any, made prior to the execution of this Agreement are merged into this Agreement. Seller shall not be bound by any agent's or employee's representations, promises, or inducements not set forth in this writing unless such representation, promise or inducement is set forth in writing, dated subsequent to this Agreement, and signed by an authorized officer of Seller. vi. Describe any return and restocking fees. Product Issue Instructions Shipping Damages and Claims Should you receive any portion of a shipment in damaged condition, either apparent or concealed, it is the duty of the customer to note any suspected damage on the carrier's delivery receipt, to accept the damaged goods, and to contact Enwork immediately to begin the freight claim process. Do not install damaged product. All damaged product and packaging must be retained until the freight claim is settled. Failure to retain damaged product and packaging will result in a transfer of liability from Enwork to the customer. Enwork will not warranty custom one-piece tops over 96" J from freight damage. Concealed Damage: Enwork has 15 days from receipt to file a concealed damage claim with the COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 36 of 243 carrier. Failure to report concealed damage to Enwork within 10 days of receipt will result in a transfer of liability from Enwork to the customer. All returns and allowances requests/questions can be submitted to info@enwork.com. Defective Products Enwork may request samples, photos, or videos demonstrating the defect before further action. No merchandise shall be returned or scrapped without prior approval from Enwork. All unauthorized returns may be refused by Enwork and returned to the customer. Credit or reimbursement will be issued for the original purchase price or a replacement will be sent. Enwork reserves the right to request the return of any or all of the defective products. Enwork also reserves the right to repair defects in the field with an Enwork-provided repair team. Repair Authorization Requests for Enwork funded repairs by Enwork dealers must be submitted in writing prior to repair work. Repairs made without Enwork's consent will not be funded. Repair costs for warranty or defect issues must be reasonable. Credit for Returned Goods Credit will not be honored for returned merchandise until all returned goods have been checked by the Enwork Quality Control Division and confirmed to be defective. Pricing Prices in this Price List are United States list prices and include freight (subject to minimum order quantities) within the continental U.S. and to most of Canada. Canadian market orders can be invoiced and paid in U.S. or Canadian dollars. Enwork's USD:CAD conversion rate is posted on www.enwork.com and typically updated quarterly. Canadian market orders must specify USD or CAD on the order. The Canadian Dollar price will be based on the conversion rate in effect at the time the order is received. For convenience, the exchange rate and GST will be included as separate line items on order acknowledgements and invoices. vii. Describe any additional discounts or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. For orders over $250,000 list, additional discounts are available. Discounting will be based on product mix, ship -to location, and overall project timing. Please contact Brandon Reame, VP Sales & Marketing for more information. Mobile: 616,510.0578 and breameCg Pnwnrk.rom. viii. Describe how customers verify they are receiving Contract pricing. Contract discounting is publicly available at bUpsJ/www_enwork. c<Xn/resnurces/contracts/nation aHpaL. Additionally, the Enwork Customer Care and Sales Teams are authorized to provide this information. Contract pricing will also be verified and reflected on purchase order acknowledgements. Enwork Sales Reps and Dealers have a summary document that clearly articulates these details. ix. Describe payment methods offered. Enwork accepts payments by ACH and check. x. Propose the frequency of updates to the Offeror's pricing structure. Describe any proposed indices to guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. Enwork reviews and adjusts pricing every 12-18 months, or as economic conditions change. In order to offer consistently competitive pricing, Enwork adjusts list prices by model number, instead of a flat % increase. As such, a new commercial pricelist is launched to reflect these changes. While Enwork will not change the sales discount percent during the term of the contract, it is our intent that the most current commercial pricelist is always offered on contract, at minimum, every 12 months. r xi. Describe how future product introductions will be priced and align with Contract pricing proposed. l Future products will follow the same discount tiers. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 37 of 243 xii. Provide any additional information relevant to this section. Not to Exceed Pricing. Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the contractor can adjust submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 38 of 243 ENNWORK Tab 3 - Performance Capability & Appendix D <L COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA GroLpIngo.009-F23W(prk29oo ChriEt@R%r8®rA$2L'b%ell, Mi 49331 3.0 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. 3.1 Company A. Brief history and description of Supplier. Enwork is a classic American small business success story. Much has changed since we were established in 2003 in our founders' basement office, but our dedication to service and value remains steadfastly in place. In 2003, Kelli and David Powell had a concept for a company that could provide cost-effective work surfaces to furniture dealers, along with unmatched customer service. They mortgaged their family home to make it happen. Today, Enwork remains committed to evolving with our customers, We take pride in making custom solutions accessible to clients of all sizes, and many of those ideas go on to inspire improvements in our own product lines. In addition to being recognized as the market leader in tables, Enwork has made a name for ourselves with innovative benching environments, steel desks and storage, laminate and wood casegoods, support furniture, ergonomic products and accessories, and seating. Our history of outstanding value, rapid product development and unparalleled customer service has resulted in a fast- moving company that provides smart solutions for emerging and custom applications. B. Total number and location of sales persons employed by Supplier. Enwork leverages one of the best independent sales networks in the industry. This network includes 26 Sales Rep Organizations that employee approximately 140 individual Sales Reps across North America. These Sales Representatives call on authorized dealers, architect & design firms, as well as end -users and government agencies. Most Rep Organizations have a showroom and office within their market, as well as sales support and administrative staff. C. Number and location of support centers (if applicable) and location of corporate office. Enwork's main office and production facility is located in West Michigan, at 12900 Christopher Drive, Lowell, MI 49331, A permanent showroom is located at the Merchandise Martin Chicago, IL. Suite 11-118. Additionally, Enwork is featured at the showrooms of our Sales Reps, in the following cities: Boston, MA Atlanta, GA Denver, CO New York, NY Philadelphia, PA Washington, DC Charlotte, NC Minneapolis, MN Detroit, MI Dallas, TX Houston, TX D. Annual sales for the three previous fiscal years. 2016: $42,398,00 2017: $43,754,000 2018: $55,697,000 Salt Lake City, UT Vancouver, British Columbia Toronto, Ontario COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 40 of 243 E. Submit FEIN and Dunn & Bradstreet report. EI N: 20-4467006 DUN Code: 166580121. We do not subscribe to D&B and do not have a report to share. F. Describe any green or environmental initiatives or policies. From the processes and materials used in our products to supply chain and waste stream management, Enwork is committed to environmental stewardship. Some of the ways we create more sustainable products include: Nearly every product meets or exceeds SCS Indoor Advantage Gold for off -gassing and indoor air quality Wood cores have ISO 140001 certification and are made from 98-100% post-industrial recycled contents Wood cores have been granted Environmentally Preferable Product Certification by the CPA relating to their formaldehyde emissions, which are less than 0.09 PPM (CARB phase 2) meeting the current California Air Resources (CARB) and EPA TSCA Title VI requirements. Maximize the use of recycled and FSC-compliant content Optimize raw materials to reduce waste and recycling as much scrap as possible Take steps to eliminate VOCs and solvents in manufacturing. Most products are certified to the SCS Indoor Advantage Gold standard Seek suppliers within a 45-mile radius of our manufacturing facilities to minimize impacts to the environment G. Describe any diversity programs or partner's supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. Enwork regularly transacts with minority -owned dealers within local markets. Enwork is an equal opportunity employer with a public affirmative action policy. H. Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. N/A I. Describe how supplier differentiates itself from its competitors. Since its founding in 2003, Enwork has experienced double-digit growth, significantly outpacing most competitors in the industry. There are several factors that contribute to this success, including: Market relevant nraducts and urine points, Enwork is focused on developing products that are needed in the marketplace, with excellent design and affordable price points. The overall value of Enwork products (price and performance) is outstanding compared to others Sales suapart. A team of 14+ designers specify and quote products every day, taking the guesswork and risk out of selecting products and meeting codes. Enwork employs Inside Sales Managers and a Major Order team to ensure orders are executed flawlessly Strategic Veirtit al Inteeratfon. Enwork produces most components and products itself, which allows for faster product development, faster lead times; and more competitive and controllable costs. We are able to pivot on a dime in order to accommodate customer requests. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. Not applicable. K. Felony Conviction Notice: Indicate if the supplier a is a publicly held corporation and this reporting requirement is not applicable; COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 41 of 243 b. is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. ASSA Group, Inc. dba Enwork is not owned or operated by anyone who has been convicted of a felony. L. Describe any debarment or suspension actions taken against supplier Not applicable. 3.2 Distribution, Logistics A. Describe the full line of products and services offered by supplier. Enwork offers an extensive variety of conference tables, training tables, workstations, storage, and accessories. A list of collections by product type is below: - Conference Tables o Adventure: Industrial modern design with exposed -ply wooden base and metal features o Zori: Beautifully cast aluminum foot and extruded aluminum upright. Subtle lines create a contemporary and timeless aesthetic o Equilibrium: One of the most innovative conference tables on the market. Supports surface up to 20' wide, including glass and quartz. o Foundation: Laminate panel -base table is budget -friendly and accommodates a variety of technology o Stealth: Extruded aluminum accents add visual interest to this panel base conference table series o Ebench: Precision tooled frame and 3/4" surfaces create a light -scale yet sturdy product o Sawhorse: Incredible value and very sturdy in a simple package. Easy to customize table sizes. o Concurrence: Extruded aluminum details add visual interest to this panel base series o Lugano: Electric height adjustable conference table o Impression, Sensation, Solano: A variety of base configurations creates a "can do it all" table platform. o Statement: Made from 2 1/4" thick exposed -ply wood, this table makes a statement in any space. o Value: A variety of base configurations when speed and budget are top priority. o Power -Edge: tamper -resistant and fully integrated power/data option for most conference tables Traininfl_ Tables o Zori: Incredibly comprehensive education/training platform with 27+ different product models. Enwork's lowest priced, and newly designed collection. Includes lecterns, podiums, and technology stands o Apron: Simple parson's base design assembles in minutes. o Ritz: dense, inline nesting training table series o Sensation, Solano, Impression: extensive range of T, C, and Y foot configurations, includes monitor lift tables, laptop storage tables, and lecterns. o Sawhorse: Incredible value and very sturdy in a simple package. Easy to customize table sizes. o Value: A variety of base configurations when speed and budget are top priority. Heiaht-Adiustable Tables o Solano: an extensive collection of electric and crank -height adjustable tables for training and work- station applications o Lugano: electric height adjustable conference/team table for collaborative sit/stand environments Team Tables. o Adventure: Industrial modern design with exposed -ply wooden base and metal features o Landing: panel -base construction for incredible durability and value - Presentation Tool$ COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 42 of 243 o Concurrence Video Sharing Tables: Complete table and wall -panel solution designed for video conferencing o Zori Lecterns and Command Centers: Full range of lecterns, teacher desks, white boards, and monitor stands for presenting Open Plan / Benching o Ambition: post & beam product brings power to open plan workstations. Can span up to 36' with two supports, for a clean, uncluttered aesthetic. Pairs with Solano electric bases. o XTB4: linked benching solution with fully integrated power/data management. Electric height - adjustable. o Grid: Fixed and adjustable height work stations. Fabric, glass, and acrylic privacy screen options o eBench: A dense, seated -height workstation product. Tops slide open to provide access to power and data. Seating o Enwork offers an extensive range of task, conference, lounge, and guest/stacking products. Most of which ship in 48-hours or less. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Enwork leverages its 140+ Sales Reps and over 1,200 authorized dealers to bring products to market in nearly every city across North America. Enwork Sales Reps live in most primary and secondary markets throughout the country, and have personal relationships with nearly every dealer. Additionally, Enwork's CEO/Owner, President, VP Sales & Marketing, and Market Managers travel regularly to most markets in order to build and cultivate customer relationships. The OMNIA contract is incredibly important to Enwork is always a talking point with customers. We utilize a variety of shipping methods and carriers to transport product including, but not limited to USF Holland, UPS, FedEx, Conway, and Zip Xpress. Primary means of transportation is Full Truck Load and LTL, however air freight and overnight delivery services are utilized when needed to meet deadline requirements. Prior to shipping, product is packaged securely to minimize potential freight damage and contents are labeled so that easy identification can take place. We continue to pursue excellence in shipping standards and invest where needed to improve product labeling and packaging. Enwork will rely on its Dealer Network to provide ancillary services such as delivery and install for the tenure of this contract. Coordination of deliverables on an order would take place between an end -user and/or dealer, and the Enwork team (Enwork Customer Care and Sales Rep). C. Describe how Participating Agencies are ensure they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. All orders are audited immediately upon receipt at Enwork. Discounting and pricing are the first aspects that are reviewed. All contract orders are processed with a Special Price Agreement (SPA) number, which is applied at time of order, and always associated with orders as they are processed. This also allows Enwork to search for all orders that are part of the contract, run sales reports, and pay the appropriate administrative fees. The SPA number is included on all contract summary documents, and is something our sales reps and dealers are in the habit of using. Enwork accepts orders from only two ways, dealers and end -users. 97% or more of our orders are from dealers, and the balance are from end -users and government agencies. D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. As the manufacturer, Enwork takes 100% responsibility for manufacturing and order fulfillment. Orders are shipped via full truck loads, pre -approved LTL carriers, and occasionally expedited/air-freight. In nearly every case, we rely on a local dealer partner for final delivery, installation, and ongoing service. E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as applicable. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 43 of 243 Enwork Is expanding its main headquarters and manufacturing facility, nearly tripling its total square footage. This multi -million -dollar investment will allow all warehouses and operations facilities to be consolidate to the one main location, based in Lowell, MI. Enwork primarily sells through authorized dealers, which are located throughout North America. A summary of number of dealers by state is below. - Alaska, 1 - Kansas, 8 - Nevada, 4 - Alabama, 11 - Kentucky, 20 - New York, 89 - Arkansas, 4 - Louisiana, 6 - Ohio, 60 - Arizona, 17 - Massachusetts, 23 - Oklahoma, 7 - California,145 - Maryland, 39 - Oregon, 12 - Colorado, 23 - Michigan, 59 - Pennsylvania, 48 - Connecticut, 10 - Minnesota, 10 - Rhode Island, 3 - Washington D.C., 5 - Missouri, 22 - South Carolina, 11 - Delaware, 1 - Mississippi, 5 - South Dakota, 1 • Florida, 51 - Montana, 8 - Tennessee, 19 - Georgia, 53 - North Carolina, 22 - Texas, 73 - Hawaii, 9 - North Dakota, 1 - Utah, 27 - Iowa, 9 - Nebraska, 2 - Virginia, 31 - Idaho, 8 - New Hampshire, 1 - Washington, 32 - Illinois, 32 - New Jersey, 14 - Wisconsin, 21 - Indiana, 33 - New Mexico, 6 - West Virginia, 2 A complete list of authorized dealers, included below. 2010 Office Furniture All Systems Go Office Furniture 310 Procurement, LLC Allan Shaivitz Associates 360 Office Solutions (Multiple Locs in MT) Alliance Corporate Services, Inc. 4orm Studio Allor Group -REP 8 x 8 Office Furniture And Design Allstate Office Interiors A. Hickman Design LLC Allsteel Inc. A. Pomerantz & Co. Allwest Furnishings Ltd AAA Business Supplies & Interiors Alternative Office Solutions AAA Office World AMC Transfer, Inc, abi -American Business Interiors American Business Interiors, Inc (IL) Ables-Land, Inc. American Design Associates ABM Office Solutions, Inc American Interiors Accent Commercial Furniture American Office ACI -Atlantic Corporate Interiors American Office Products (MN) Acisco, Inc AMO Office Furniture LLC Adaptable Office Anderson Interiors, Inc. Advanced Off Env -PA AOC Advantage Office Solutions (Advantage Office Products, Inc) ACE of Florida, Inc. (dba BOS Orlando) Advent Business Interiors AOI & BOS Roselle Affordable Business Interiors AOLI-Norcross LLC Agile Interiors APG Office Furnishings Al Corporate Interiors, Inc (loc's in AL & TN) Applica Solutions Inc. Air Force Research Laboratory Arbee Associates -MD & NJ AIREA Arenson Aladina Marketing Internatinal LLC Arizona Office Liquidators ALAN DESK BUSINESS INTERIORS INC. Arnold and Associates Interior, Inc, Alaska Business Interiors, LLC (AK Business Interiors) Arthur P. O'Hara, Inc. Albany Medical Center ASC Advanced Systems Consulting Alexander Brothers, Ltd Associated Office Systems (AOS) Alfred Williams (All Locations) Atlanta Business Products Inc. Alianza Services LLC Atlanta Office Furniture (2 Loc's in GA) Align 1 Solutions, LLC Atlas Enterprises All Makes Office Equipment Co. Atmosphere Commercial Interiors-MULT LOCS MN, WI, AZ All Office Design LLC (Formerly Target Commercial Interiors) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 44 of 243 ATS / Alcyon Technical Services Aura Office Environments Inc. Austin Business Furniture Austin Business Furniture, Furniture For Business, CRG AWE Corporate Interiors A-Z Office Resource, Inc. B & H Office Solutions B + C Office Interiors Back Care Basics, Inc. B-AG Contract (Beaux Arts Group) - Multiple Locations Baker Street Office Furnishings Baldwin Design Group,LLC dba 45 Design Ball Office Products BAM Office Interiors Barefield / Workplace Solutions (6 loc's in MS) Barefield Workplace Solutions (6 loc's in MS) Barren County Business Supply Inc. - bcbs Barth Associates Bassett Office Supply Battelle for the US DOE Bauhaus BBI - Beau Bureaux Interiors BC Interiors BE- Business Environments Beaux Arts Group - Multiple Locations BEC (Business Equipment Co) Beck Total Office Interiors Beck Total Office Interiors (NM, CO, WY) Bellia Office Furniture Benhar Benjamin Roberts Office Interiors Best Source Office Supplies dba ADA Business Supplies (3 locs in NY) Better Source Liquidators BHC Office Solutions, Inc. Bialek Environments B-I-L Office Furniture, Inc. BINW/Catalyst Workplace Activation (Loc's in WA (2), AK (1) Birdseye Office BKM Office Environments - Ventura, CA BKM Officeworks, LLC (San Diego, Commerce CA) BKM Total Office of Texas Blackburn Office Equipment Blackburn Office Furniture & Design LLC Blackburn Young Office Solutions BLAIR'S atWork Office Furniture blaisdell's Business Products Blankenship Associates, Inc. Blue Skies Furniture BNB Systems BOCES2 Boomerang USA Inc. Brad Richardson, LLC dba Office Furniture Team Brennan's Office Interiors (LOC'S IN PA & DE) Brigham Young University - Utah Broadway Furniture Group Brodwill, LLC Brontman's Corporate Dimensions Brooks Corning Company Ltd, Brothers Business Interiors Bruce Longhino Group -REP Brutzman's Office Solutions Buffalo Office Interiors Buffalo State College Foundation Building Block Interiors, Inc (formerly Business Interiors) Building Service Inc. - bsi Built for Dreams Bulldog Office Products (Officeplan) Burgess Interiors Burke & Michael, Inc. Burke Design Group Burns Associates -REP Business Environments - NM Business Environments, LLC Business Furnishings & Design Business Furnishings, LLC Business Furniture Inc. / bfi Locations in NJ (2) & NY (1) Business Furniture, LLC Business Interiors Business Interiors (Multiple Locations including HST Corp Interiors, LLC) Business Transition 360 Buy Rite Office Furnishings byrdwaters Design C. I. Group (Previously Corporate Interiors - FL) C.E.D. Solutions C.S. Office Interiors Cal Bennetts / All Ways Moving Caltron Campbell Advertising & Design, LLC / dba 360 Degrees / dba Grain Gloss Campbell Keller Environments at Work Capital Area Development Authority Capital Office Furniture Inc. Capitol Business Interiors Carolina Furnishing + Design Carolina Office Xchange LLC Carrollton Office Equipment Carte Partners Carter Design Group Catalyst (Archi.txture) Catalyst Workplace Activation (Loc's in WA (2), AK (1) (BINW) Cazador, LLC CBI (Contract Bus Interiors) ALL CBI (Contract Bus Interiors -formerly Carolina Business Interiors (ALL)) CBI Group CCG CDA - Washington CDI Spaces Inc.(have 2 locations - Edmonton, Calgary) CDS (Commercial Design Services - Multiple Loc's) cfa - Contract Furniture Alliance CFI - Corporate Facilities Inc. (Multiple Div - PA, NJ, DE) CFO - Corporate Furniture Options cfr (Corporate Furniture Resource) Chairlines Ltd Chameleon Business Interiors Ltd. Chapman Office Interiors Chapman Workspace Inc. Charlene Neal Purestyle Charleston Commercial Interiors Charlie's Office Furniture Inc. Charlotte Supply Company Chase Associates, LLC COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 45 of 243 Choctaw Nation of Oklahoma Cl Group / Corporate Interiors, Inc. - (5) FL locations, (1) LA, (1) SC Cl Select / Corporate Interiors CIS (Contract Interior Services, Inc.) Citron Workspaces (Source Office & Technology, Multiple Loc's in CO) City of Griffin City of Johns Creek Classic Office Interiors CMax Designs CME Corp. coDesign COFCO/Commercial Office Furniture Co. (Location in PA & M D) C01 COI - Inside Source COI - San Jose Color Art Commercial Furniture Interiors, Inc. Commercial Furniture Services Commercial Interior Services of St. Louis Commercial Office Environments Commercial Works -OH Common Sense Office Furniture Community Products, LLC / dba Community Playthings / dba Rifton Equipment Compass Office Solutions Complete Furniture Solutions, LLC Complete Office Furniture - WA Complete Office of Wisconsin (Formerly Bubrick's Complete Office) Complete Office of Wisconsin dba Emmons Business Interiors (EBI) Complete Office Supply, Inc. dba Offisource Conceptos Corporativas de Mexico Conklin Office Furniture Connecting Elements, Inc, Consultants and Builders, Inc. Contemporary Business Interiors, LLC Contemporary Office Interiors/COI Contemporary Office Interiors/COI (Multiple Locations) Continental Office (All Divisions - (2) OH, (1) PA) Continuum Office Environments, LLC Contract Associates Contract Furnishings Contract Furniture, Inc. Contract Office Group (COG) Contract Resource Group, Inc. - WA Contract Resource Group, Inc. dba FreeForm Interiors - WA Contract Source, Inc CORE Business Interiors Core Office Interiors (Locations in Austin & Houston) Cornell University Corner Office Cornerstone Interiors Inc Corporate Business Interiors - Newport Beach Corporate Concepts Corporate Design Choice Corporate Design Interiors Corporate Environments (Office Liquidators) Corporate Environments (One Point, Inc.) - PA (Mult. Loc's) Corporate Furniture Options Corporate Furniture Solutions Corporate Interior Concepts Corporate Interior Systems Corporate Interiors (1 loc DE, 2 loc's PA) Corporate Interiors Inc. Corporate Outfitters, Ltd, Corporate Source of Colorado, Inc. Corry Contract COS Business Products & Interiors COS -Corporate Office Specialists, LLC Costigan & Sons County of Loudoun Craftwood Industries -Customer Crawford & Co. Create Your Space with Class, LLC (Formerly Class Commercial Furnishings and Interiors) Creative Creative Business Interiors (2 locations) Creative Business Interiors -NC Creative Environments LLC Creative Furnishings & Design Creative Office Interiors Creative Office Interiors - CT Creative Office Interiors, Inc. Creative Office Pavilion (Multiple Divisions) Creative Office Solutions Creative Office Solutions & more Creative Office Solutions, Inc. Crest Office Furniture CRG - Contract Resource Group CRI Crosley Resource Group CTI Working Environments Cubicles Cubicles.net LLC Cultura Culver- Newlin/McMahan Business Interior Custer Inc. (Loc's in MI & IN) Custer Office Environments CWC D & R Office Works, Inc,. D+B Group D2P,LLC Dallas Desk Dancker Locations in MD(2) & NJ(1) Dancker (formerly USBI -MD) Locations in MD(2) & NJ(1) Davies Office Davis & Davis Interior Design Co. Davis Office Furniture DBI..... WE DO OFFICE DCPC Holdings, Inc / dba OFS Dallas De Clercq Office Group Debi Carson Debner & Company Workspace Solutions Decker Ross Interiors (dba DR Design Group LLC) DEI Dekalb Office Delaney & Associates, Inc. (Delaney Brothers) Delano Design LLC Delaware River Joint Toll Bridge Commission Department of Juvenile Justice COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 46 of 243 DePiano Interiors Dept of Veterans Affairs Medical Center Dept. of Veterans Affairs Medical Center Dept. of Veterans Affairs Medical Ctr-Ann Desert Business Interiors Design Central LLC Design House, Inc. Design Source / WES RUS LLC - REP Design Space Studios Design Specialists, Inc. Design Tech (Interior Design Services, Inc.) Desks Inc, of Utah Details Detroit Pencil Company DeWys-Customer Direct Commerce Group / dba Office Designs DIVERSIFIED SERVICES (BDA) LTD. DKI Office Solutions / Data K Inc. DNI Ventures Inc. dba Dayton Business Interiors (DBI) Doubleday Office Products Douron, Inc. Downs Design Group, Inc. dPOP! Duet Resource Group Duet Resource Group (Loc's in WI, NE, & IA) Dupler Office (Workspace Ohio LLC) Dynamic - Vendor E Tu HQ Easley & Rivers Eaton Office Supply Co. Edge Office Edge Office Products Edgeid / Edge Interior Design LLC Edson -Neil Inc, Educational Furniture EFC - Enterprise Furniture Consultants EFS Eikenhout Elements IV Interiors Elontec EM & N Marketing dba Quality Office Environments Emblemax Corporation Empire Office, Inc. Encore Office Interiors Enriching Spaces Entrada Design, Inc. Environments Environments / Corporate Environments of Oregon Inc. Environments 4 Business Environments at Work Enwork EOE Furniture EON Ergonomic Seating & Products, Inc. Eric D. Sitzenstatter Ethosource EvensonBest LLC-MD Evergreen Office Spaces Ltd. Everything Division 12, Inc. Evo Business Environments Executive Business Products Executive Furnishings, Inc. Executive OfficeLinx dba OfficeLinx F.A. O'Toole Office Systems Inc. Facilitec Corporate Furnishings Facility Designs Inc. Facility Interiors (Multiple locations) Facility Planners, Inc. Facility Services Facility Services (FS-OC,org) Facility Transition Services, LLC / FTS Fayetteville Manlius School District Federal Aviation Administration Federal Public Defender Federal Supply LLC Feltus Hawkins Design FENS ASSOCIATES, LLC Fineline Furniture Fireside Office Products Inc. First American Equipment Finance Fisher Hawaii Florida Business Interiors - KB Business Enterprises, Inc. Florida Office Interiors Fluid Interiors, LLC FM Office Environments FM Office Express / dba Stevens Office Interiors FM Office Products FMC (Facility Management Consultants) FMG (Furniture Marketing Group, Inc.- MULTIPLE STATES) FMP - Knolls Atomic Power Laboratory Focus Interior Products LLC Form & Function Formcraft Forrer Business Interiors, Inc Forward Space (Formerly) DEC Business Interiors Forward Tilt Four-U Office Supplies Franklin Interiors Freedom Office Furniture dba GCS Group FRG (Facilities Resource Group, Inc.) Friends Office (Formerly Friends Business Source) Front Desk Inc. dba Front Desk Office Furniture FSI Office Furniture Consultants - FCI - LOCS IN MA, NJ, FL, CA, NY Furniture Consultants - FCI - MULT LOCS IN FL, MA, NJ, NY) Furniture Consultants of Texas ( FCI Dallas Office Furniture) Furniture Environments Furniture Flair Ltd. Furniture Plus Inc., dba Furniture Plus Design Furniture Solutions For The Workplace (formerly Furniture Solutions - OH) Furniture Solutions Group Furniture Solutions Group (Locations in Maryland & Colorado) Furniture Solutions Now, Ltd. (dba Corporate Source, Ltd,) Furniture Solutions, Inc. Furniture Soup Furniture Speak Furniture Wholesalers, LLC FurnitureLab / Rapp Productions, Inc. Furnitureland South, Inc. G.L. Seaman & Company G/M Business Interiors GBI (Guy Brown Interiors, LLC) GDC/Women's Detention Center COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 47 of 243 GDOT Design, LLC General Office Products Co. Genesee Office Interiors, Inc. Georgia Department of Revenue Georgia Dept. of Defense Georgia Institute of Technology Georgia Southern University Give Something Back, Inc Glenwood Office Furniture II GLT Total Office (George L Tyler Office Supplies Inc.) Goodmans - (G2 Office Furniture Market) (2 locs in AZ and 1 in NM) GovSolutions, Inc. Gracie Turner Design Grand & Toy (Multiple locations) Grand Valley State University Grassroots Contract Interiors Great Impressions Interiors, LLC Great Lakes Interiors & Design Great Openings Great Spaces, LLC Great Spaces, LLC (DO NOT USE ON FUTURE ORDERS- 08/10/2018) Gregory Lyon, Inc. Grooms Office Environments Hampton Office Products Harris Office Furniture Co., Inc Harvey Mudd College Hawden Group USA HBI / Heritage Business Interiors, Inc. HBI Office Plus HBI Office Solutions, Inc. Henricksen Henriksen Butler -All Locations Herald Office Solutions Heritage Office Furnishings Ltd. (3 loc's in BC) Highland Hospital of Rochester Hoovers Interiors Commercial Design Hospitality Furnishings and Design, Inc. HPA Design Group, LP (Locations in TX, CA, FL, CO, IL) HST Interior Elements HUB OFFICE FURNITURE INC. Hudson Office Solutions, Inc. Hudson Valley Office Furniture (2 locations in NY) Hummel's Office Plus Huntington Business Interiors Hyperspace ibSpaces / Industries for the Blind ICBP - Info-Com Business Products (Margaret C Pett Inc) ICI - Innovative Commercial Interiors ID&A Ideal Office Solutions IDI Workspaces IE Connect LLC (formerly Connect People & Space LLC) ifb (Interiors for Business, Inc.) IFR Studio/International Furniture Resources, LLC IMA Corporate Interiors, LLC Image Business Interiors Impact Office Furnishings Limited Impact Office Group Impact Office Interiors Indoff Infinium Interiors, Inc. InfoPro Concepts Inc. Innerplan Innerspace Design, Inc. Innerspace Systems, Inc. Innerspaces Business Furnishings Inc. Innerspaice Architectural Interiors, LLC (Multiple Locations) Innovative Business Furniture, Inc. Innovative Business Interiors, Inc. Innovative Office Solutions Inside Out -UT Inside Source Institute for Defense Analyses Institutional Interiors Inc. Integral Consulting Services, Inc. Integrity Interior Solutions LLC Intelligent Interiors Inc. Interactive Solutions, Inc. (Locations in Memphis & Franklin TN) Intereum, Inc. Interior Alliance Interior Concepts Interior Contract Services Inc. Interior Dimension, Inc. Interior Elements, LLC / Locations in AL, NC, SC Interior Environments Interior Environments_IE Connect LLC Interior Focus Interior Fusion LLC Interior Investments, LLC Interior Showplace Ltd. Interior Solutions (SLC & AZ Locations) Interior Systems, Inc. Interiors By Design LLC Interiors by Guernsey, LLC (formerly Systems Furniture Gallery) Interiors Incorporated Interphase Interstate Office Interiors (Triad Furniture Group Inc.) Interstate Office Products Intra Design IOS-Interior Office Solutions IOS-Interior Office Solutions PeopleSpace IP Consulting, Inc ISCG J Miller Design J. Thayer Co. J. Tyler J.A. Lindberg Interiors J.C. White Office Furniture J2 Office Products Jackson Design Company, Inc. Jasper Seating Company, Inc. Jeff Leist & Associates LLC. -REP Jefferson Group, LLC (Loc's in CT & NY) Jennings Commercial Interiors JMA Office Solutions JMJ Workplace Interiors John A Marshall Cc Johnson Simon Resources Jones Group Interiors, Inc. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 48 of 243 Jordy-Carter, Inc. Just Ergonomics, Inc. (CA) Just the Right Stuff K J Designs K Offices, LLC K4 Architecture & Design Kahl Commercial Interiors Kaiser Business Interiors Kaleida Health Karen Renee Interior Design Karn Custom Woodwork, Inc. Kay Collins Planning and Design Kayhan International KBM-HOGUE (formerly KBM Workspace - 3 CA Loc's) KDA Furniture & Interiors KDA Office Furniture Solutions KDI Design, Inc. Kennesaw State University Kentucky Community & Technical College System Kentwood Office Furniture (Locations in MI and III) Kern Community College District / KCCD Kerr Office Group Kershaw's Inc. Kershner Office Furniture (formerly Resource Partnership) Key Interiors Key International Key Office Interiors Khalvati Associates Kid Gloves, Inc. Kimball Office King Kirk Gross Kirksey & Co. KPC Architectural Products KR Office Interiors KR Office Interiors (Locations in Bozeman & Helena) Kramer & Leonard / McShane's L & M Office Furniture (2 loc's) Lakeshore Business Interiors, Inc Lane Office Lee Company Inc. Legacy Group Legacy Office Solutions Lerdahl Business Int, Inc Leslie Lewis & Associates Letourneau Interests, Inc. Library Design Associates, Inc. Lincoln Office Linda Hartman Interiors Lindsey's Office Furniture LJ Duffy, Inc. Lord Aeck Sargent Lorenz & Associates Loth - Cincinnati Loth - Columbus, OH Louisville Office Furniture LRNC Office Products, Inc. Lucas Business Solutions, Inc. Luckett & Farley / L&F Procurement LLC Luma MD / Standard Tile & Associates M & M Office Interiors, Inc. M&E Business Furnishings M. Hanson & Company, Inc. M.O.I. -Baltimore, MD M2 Creative Design / Nancy Marchetta M3Inc. Machabee Office Environments MAHLA Office Furniture Mammoth Office Furniture LLC Marc Office Ltd / dba Office Furniture Heaven Marketec Martin Public Seating LLC (MPS Acquistion LLC) Marxmoda (formerly Facility Matrix Group (Pontiac)) Marxmoda (Formerly Worksquared) MB Contract Furniture MBI Business Designs LLC MBI -Seattle McCoy -Rockford - AUSTIN McCoy -Rockford - HOUSTON McGarity's Business Products MDR Associates Meadows Office Interiors Merchants Office Furniture Merkel Donohue Metro Business Interiors, Inc. Metro Office Environments Metropolis Design Group MG West Micheline Laberge, ASID, LLC Michigan Office Design, Inc. dba MOD Design Mid -City Office Equipment, Inc. Midwest Commercial Interiors Miles Treaster & Associates Miller Huggins Miller's Supplies At Work (Formerly Miller's Office Products) Millington Lockwood Business Interiors (Also Innerspace Office Interiors) Mills Office Productivity Mira Contract Missco Interior Concepts (Mississippi & Arkansas) Missile Defense Agency Mitsch Design Model Home Interiors - Locations in MD & NC Modern Business Interiors / MBI Modern Business Systems, Inc. Modern Office Interiors Modifi Workspace, LLC Modular Technology (Redwood City & Menlo Park) MOE (Michigan Office Environments) Monarch Office Furniture, LLC Monroe County MooreSolutions-REP MSC Procurement MSI Office Furniture Mt. Lebanon Office Equipment Mt Lebanon Office Interiors VITA Inspired Workspaces Munson Business Interiors, Inc. My Office Design MyOffice Products (HiTouch Business Services) N. I. Systems, Inc. NADAP - National Assoc. on Drug Abuse Problems, Inc. National Capital Region Business Service Center (a part of USDA) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 49 of 243 National Office National Premier Partners Navrats Office Products NBS New Day Office Products New England Woodcraft Inc. Newton County Board of Commissioners NFL Officeworks Nichols School NIFC - Forest Service Nittany Office Equipment Inc. NOI/Nashville Office Interiors (3 locations in Tennessee) North Sound Interiors Nowak Office Solutions nuSPACE Corporate Interiors (formerly Third Day Interiors, Inc.) NYS Office of Mental Health Obayashi Design Group Inc OCA - 4th District Admin. / NYS Unified Court System OCi Office Concepts, Inc. odg - Office Design Group OE&S (Office Environments & Services OEC OEC - ID OEC Business Interiors - Gainesville FL OFC Group, Inc OFD (Office Furniture Direct) Office Basics, Inc. Office Concepts Incorporated Office Coordinators, Inc. (OCI) Office Creations Office Dimensions, Inc. Office Elements Office Environments - NC Office Environments International Office Environments, Inc. (Mutt Loc's in AL & FL) Office Equipment Co, / OECbi Office Express (OEX) Office Furniture & Design Concepts Office Furniture 911 Office Furniture Concepts Office Furniture Group Office Furniture Group (CA) Office Furniture Outfitters, LLC Office Furniture Solutions Office Furniture Solutions (MI) Office Furniture Solutions of Florida Office Furniture Source Office Furniture Source LLC Office Furniture Specialist, The Office Furniture Warehouse Inc. (2 locations: Miami & Pompano Beach) Office Images Office Images, Inc. - MD Office Innovations Office Interiors Office Interiors - ATL (Facilitec) Office Interiors & Design Office Interiors Group, Inc. Office Interiors of Memphis Office Interiors, LLC Office One Furniture and Services, Inc. Office Outfitters Office Pavilion - Houston Office Pavilion/Contract Furn. of Hawaii Office Relief Office Resources (Locations in MA, ME, NH, NY & CT) Office Revolution (2 loc's in IL / 1 loc. in OH) - SISTER DIV REWORK BY ROE Office Revolution (3 loc's in IL) Office Revolution (3 loc's in IL) - SISTER DIV REWORK BY ROE Office Scapes Inc. Office Sekkei American Inc. (LOC'S CA, NY & IL) Office Solutions & Services Office Solutions LLC dba Bluespace Interiors (2 CA locations) Office Space Office Trends, Inc. Office Universe (Corporate Coffee Systems) Office360 OfficeScapes-Denver & Fort Collins OfficeWorks Officeworks, Inc. - (MA, PA, NY) Officeworx OFI (Office Furniture Inc.) OFR Group OFR-Inc. (Office Furniture Resources) OFS Solutions / Office Furniture Service (Location in NY & NJ) OFS-Office Furniture Solutions OFS-Office Furniture Solutions (UT) OHIO Design Ohio Desk OLI Furniture, LLC (Office Liquidation) OLI Furniture, LLC (Office Liquidation) / Capital Office Furniture OM Workplace (Workspace Interiors by Office Depot, Off iceMax) One Eleven Design One Workplace OneSource Office Interiors, Inc. OPACS, Inc. Open Plan, LLC (formerly H2 Office Design) OpenSquare (Multiple Locs) OpenSquare (Multiple Locs) (Formerly Bank & Office -Seatt) Orca Furniture Services LLC O'Reilly Office ORI Office Resources Inc. (Multiple Locations) Ortega Company dba Gabet Company (Location in Laveen, AZ) OstermanCron P.O.E. (Professional Office Environments, Inc.) PACE Interiors Pacific Office Interiors Pacific Office Interiors (poi.bz) Palace Business Solutions Panel Systems Unlimited Pannello Systems Paradigm Office Interiors Parameters Ltd Parron Hall Office Interiors Partnr Haus Paxton Place Design (Locations in Fort Worth & Dallas) Pazzi Inc. pbi (Peninsula Business Interiors) PBI (Professional Business Interiors) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 50 of 243 PBI, Inc. PBS Supply Company, Inc, PCI (One Source Contracting) Peabody Pear Workplace Solutions Peckham Inc. Pennsylvania State University, The Peoplespace (of IOS), Multiple Locs. Perdue Office Furniture Peterson Quality Office Phillips Office Solutions Phillips Workplace Interiors Piedmont Office Suppliers Pigott, Inc. Pivot (ALL) PMC Commercial Interiors Inc. Pod Office POI Business Interiors Pradere Office Products Premier Entertainment Biloxi dba Hard Rock Hotel & Casin Biloxi Premier Furnishing Solutions Premier Office Solutions, Inc, Premier Project Management (formerly Remington Lodging & Hospitality) Prentice Office Env Price Modern - Baltimore/DC/Lanham Productive Business Interiors (PBI) Professional Sales Associates Inc / PSA (REP GROUP) Projex, Inc. Pure Office Environments Pure Workplace Solutions (Loc's in MO and KS) Purgistics Puyallup Tribal Health Authority PVI Office Furniture Plus+ Quality Contract (ISSI) QuickTurn Concepts Inc. QWRK Collective Environments, LLC R1 Furnishings/Resource One/The Blind Company Raven Studio Inc. RCF Group - River City Furniture, LLC. (2 Loc's in OH) RDI (Resource Design Interiors) RIDS & Associates re/District - VA (Not affiliated with other locations) re/District (formerly Supply Source - Not Affiliated with VA Lcoation) Ready2Go Office Furniture, Inc. dba iSpace Office Interiors Red Thread Reed Associates, Inc. Reimagine Office Furnishings (ROF - Refurbished Office Furniture Inc.) Reliant Group Inc, Remington Lodging & Hospitality, LLC Reno Business Resource Office Interiors LLC Resource One Resources of KC Reston Business Interiors Restyle, Inc. Retailworks, Inc. Reuter & Reuter Inc. Rework LLC (Sister company of Office Revolution) RGO Office Products Edmonton Ltd RGO PRODUCTS LTD. (Calgary Location Only) Richmark Enterprises, LLC Rightsize Ritz Associates -REP RJE Business Interiors - 2 Indiana Loc's RJE Business Interiors - Multiple Loc's RJE Business Interiors - Ohio Robins AFB Rocky Point Holding, LLC c/o WB Development Services / PHM ROI (Rieke Office Interiors) ROI Office Interiors Rorden & Associates -REP Rose City Office Furnishings ROSI / Recycled Office Systems, Inc. / Collaborative Office Interiors (Houston, Austin, San Antonio, Stafford) Rosser Design Management, Inc. Royer & Schutts, Inc. RSF1 Sage Colleges, The Salt Studio (formerly Interiors West, LLC) Sam Clar Saxton Inc..(Des Moines & Cedar Rapids) SBM Business Equipment Center SC Creative Solutions Inc. SC Custom Display dba StudioCraft Schneider League and Assoc -REP School Specialty Inc. Schroeder Solutions Scott Rice (Locations in MO & OK) Scott Rice (Locations in MO, OK, & KS) Scott Rice Office Works (2 locations in Kansas/2 locations in Missouri) Scott Rice Workspace Solutions (Locations in Oklahoma City & Broken Arrow) SDG (Spectrum Design Group - New York) Seaats Seagate Seal Seats and Stations Seattle Modern Office Sedgwick Business Interiors - Rochester Sedgwick Business Interiors - Syracuse Seely Office Solutions, Inc. Sensyst Sharp School Services, Inc. Sheehans Office Products, Inc. Shelton Keller Group (SKG) Sheridan Group, The Shore Total Office Shuck Construction Company, LLC Sidemark Sierra Office Systems & Products, Inc (Multiple CA locations) SK Consulting Group, LLC SKC Communication Products LLC (Multiple locations) SLIM Group Smart Interiors Inc. Smart Interiors Inc. (Locs in Spring Hill & Lecanto FL) Smart Office Environments Smart Office Solutions (2013) Inc. Smarter Interiors COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 51 of 243 Smith Contract, LLC SmithCFI (Multiple Locations) Hyphn Social Security Administration SOF (Stamford Office Furniture) Solutions Business Furniture, Inc. Solutions Business Interiors Source Creative Office Interiors (Corporate Office Interiors) Source Office Furnishings (Locations in British Columbia, Alberta, Ontario & Saskatchewan) Source Office Furniture (Locations in British Columbia, Alberta, Ontario & Saskatchewan) South East Office Supply dba Arrow/SameDay Southern Places, Inc. Southwest Office Supply (Multiple Loc's & dba's) Spaces Group LLC Spaces, Inc. Spacesaver Interiors Specialized Marketing Spectrum - PA Spencer+Company Sprague Solutions Springhaus Interiors and Designs Square One Interiors, Inc. Staples Business Advantage Staples Business Advantage - BC Staples Business Advantage - Canada (Multiple Locations) Staprans Design State of Alabama State University At Albany State University College State University of New York -Binghamton Storr Office Environments Strategic Workspaces Strativia (Locations in Atlanta & Denver) Strong Project Studio A Design Group Studio Blue + Interior Design, Inc. Studio Office Solutions LLC (S-O-S) Supply Source Supply Source (multiple locations in PA) Susan B. Bozeman Design, Inc. SWC Office Furniture Outlet, LLC Synergy Syracuse Office Environments Systems Design (RJE Business Interiors -Multiple Loc's) Systems Furniture Systems Source T 4 Group, LLC.-REP T_ Mark Interiors Inc. Tables International Corp. Tactical Office Solutions Tactical Office Solutions, LLC Talimar Systems Tallgrass Business Resources / Frohwein Office Supply Inc. Talu, LLC Tamaya Enterprises, Inc. dba Santa Ana Star Casino c/o Siri Procurement Tangram Tangram Studio LLC dha Sfiidio Other Tascosa Office Machines (4 locations in TX, 3 in New Mexico, 1 in Colorado) Taylor Design TBI Inc. -Tucson Business Interiors, Inc. (3 Loc's in AZ) Teammates Commercial Interiors Terrell's Office Machines Texas Wilson Office Furniture & Services (San Antonio, Corpus Christi & McAllen) The Church of Jesus Christ of Latter -Day Saints The City Desk Company The Creative Office The Creative Office (Locs in Olympia & Spokane) The Eagle Group / Studio Eagle The Forum LLC The M1 Project The Maurer Group dba COCRE8 Interiors The Office City (6 loc's in CA) The Office Source Inc, The Spencer Company The Studio by Design Space Studios The Systemcenter, Inc. The Telcar Group The Whalen Berez Group LLC Think Office Int / CBA Thomas Interior Systems, Inc. Thomas Interiors Today's HR Today's Office (Locations in Springdale & Little Rock) Today's Systems Corporation Tom Sexton & Associates, Inc. Tom's Discount Office Furniture / MrDesk.com Top To Bottom Interiors, Inc. TOPS Total Office Products Ltd. - BC Total Corporate Solutions Total Office Concepts Total Office Interiors TotalOffice (Guyana) Inc. Totalplan Inc. Transact Commercial Interiors TransAmerican Office Furniture, Inc. Transitions Trax International Trellis LLC Tri State Office Interiors Triad Office Interiors Trilogie LLC (formerly Square One Interiors, Inc) Trope Group TU Studio Turf Office LLC Turnerboone Contract Turnkey Project Services, LLC U.S. Bankruptcy Court U.S. Citizenship and Immigration Services U.S. Dept. of Justice U.S. Refrigeration U.S. Specialties Union Office Interiors Unispace - (10 locations in U.S.) Unispace - (Multiple locations in U.S.) Unispace - (Multiple locations) (formerly Unispace Contracting) United Corporate Furnishings, Inc (UCF) United Interiors United Office Products COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 52 of 243 United Shore University at Buffalo University of Georgia University of Kentucky University of New Mexico University of North Alabama University of North Georgia University of Rochester UpRight Interiors for Business LLC US Court of Appeals USBI -MD USDA-NRCS V & F Coffee & Office Products Valdosta State University Vangard Concept Offices (Also Includes Cre8 & Metro Contract Group) VerHalen Commercial Interiors (2 locations in WI) Vertex Business Interiors -Tustin, CA Veterans Interiors Solutions, Inc. Vision Business Products Vocon Design Inc. (Locations in OH & NY) Vucina Design, LLC W. B. Mason W.S. Goff Company, Inc. Waldner's Business Environments, Inc. (Multiple Locations) Wallace State Community College Warehouse Direct Office Interiors (Affiliated with - Midwest Office Interiors) Warehouse Direct Office Interiors / dba Midwest Office Interiors Washington Group Solutions Washington Office Interiors Washington Workplace Wave (Facility Interiors) WB Wood (Locations in NY & NJ) WB WoodINY Weeks Lerman Weinberger's Furniture Wells & Kimich Wells Group, The West Coast Office Supplies West Michigan Office Interiors, Inc. Western Contract Western Interior Services Western Office Equipment Western Office Interiors Western Office Interiors (Multiple Locations - CA, NV, WA) Westfall Commercial Furniture White's Chapel UMC Wholesale Office Furniture Widmer 3.3 Marketing and Sales Wilcox Office Mart Wilson Office Interiors Woodlake Technologies, Inc. Workflow Interiors, Inc, Workframe Inc. Working Spaces, Inc. Working Spaces, Inc. (Multi Loc's) Workplace Elements LLC (dba Elements) Workplace Environments Ltd. Workplace Furniture Workplace Interiors LLC Workplace Res - CO-2 (Also Encore Services) Workplace Resource - CO-2 (Also Encore Services) Workplace Resource Group - WRG Workplace Resource LLC (3 DIV'S (2) TX, (1) LA Workplace Resource Toronto Workpointe, Inc. Workscape- OH Workscape- PA Workscapes, Inc.- FL (5 Locations) Workscapes, Inc_ FL (Tampa, Orlando, Jacksonville & Ft. Myers) WorkSource Montgomery Inc. Workspace (formerly Interior Office Concepts, Inc.) Workspace Concepts, LLC Workspace Connexions Workspace Consulting Group Workspace Designs WorkSpace Elements (Inside Elements) Workspace Interiors - TN Workspace Ltd. Workspace Ltd. / dba Spaces Design & Planning Workspace Resource- TX Workspace Solutions - IN WorkSpace Solutions (PA) WorkSpace, Inc. WorkSpace, Inc. / Business Furniture Warehouse Workspace, LLC Workspaces, Inc - Haltner H.A.I., LLC Worrall Design Studio WPS Workplace Solutions (Multiple Locations) Wright -Patterson Air Force Base WRK Lab, Inc. WSllnteriors X Technologies, Inc XLR8 Office Furniture Xotive Facility Solutions Young Office Your Office Connection Zimmerman School Equipment A. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to suppliers teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go -to -market strategy within first 10 days COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 53 of 243 No purchasing contract is more important to the executives of Enwork than this one. Enwork only relies on OMNIA as it's go -to, national purchasing contract. Unlike other companies that leverage several national purchasing contracts, Enwork is fully committed to OMNIA. Within 24 hours of award, Enwork's President or VP of Sales & Marketing will alert all 140+ sales reps and 1,100+ dealers of the new contract details. We will also leverage our social media accounts, which are followed by our top dealers and end -users, many of which take advantage of the OMNIA contract today. ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners, Public Sector team within first 90 days Enwork will provide a detailed contract summary PDF to its sales reps, which identifies the contract Special Price Agreement Number (SPA), discounting details, and other pertinent information. Our website has a specific OMNIA contract page, which will update immediately as well. Contract details will be communicated during an upcoming webinar for our Sales Reps, and will be discussed in detail at our national sales meetings. Because Enwork is currently on contract, our dealers and reps are familiar with the contract, and we will use the new award as a way to remind and reenergize our sales folks. Additionally, Enwork's President and VP Sales & Marketing have market visits in every territory across the United States during the first 6-months of 2020. Enwork's participation on the OMNI contract is always a talking point, is featured in our presentations, and will continue to be a discussion priority. B. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co -branded press release to trade publications - Enwork will write a press release notifying the market of the new award. Enwork will highlight products that are available on contract, and ways to receive product quotes or see samples. Targeted trade publications will include Monday Morning Quarter Back, Business of Furniture, EDUCAUSE, SCUP, and My Resource Library. ii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days Enwork's website will be updated within 24 hours of award. This link will be included in all communications. iii. Design, publication and distribution of co -branded marketing materials within first 90 days First 10 days: Enwork will design a PDF announcement that will be emailed to all sales reps, dealers, and applicable end -users. This announcement will become a banner add on My Resource Library as well. First 30 days: Enwork will print and mail a post card reminder of the contract award. Extra copies will be mailed to Sales Reps and key dealers for distribution among OMNIA purchasing agencies. First 60-90 days: Additional social media posts and emails will be sent. The contract details will also be included in all relevant corporate literature, such as printed brochures and product sell sheets. iv. Commitment to attendance and participation with OMNIA Partners, Public Sector at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier - specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners, Public Sector for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners, Public Sector. Enwork is committed to attending and participating at the NIGP Annual Forum. Budget money is allocated to exhibit, and we intend to have a booth reserved within the next week. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 54 of 243 vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement Enwork regularly advertises on My Resource Library, Business of Furniture, and Monday Morning Quarterback. We are open to advertising with additional publications that are read by OMNIA audiences. vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) The Education and Government sectors are Enwork's top areas of focus for the next 5+ years. Nearly introduced product collections such as the Adventure conference table series and Zori Training Table collection are platforms to grow awareness and sales within these markets. Enwork is committed to continually growing these markets throughout proactive marketing and awareness. The alignment with OMNIA is incredibly strong, due to this focus. viii. Dedicated OMNIA Partners, Public Sector internet web -based homepage on Supplier's website with: • OMNIA Partners, Public Sector standard logo; • Copy of original Request for Proposal; • Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners, Public Sector's website including the online registration page; • A dedicated toll -free number and email address for OMNIA Partners, Public Sector Enwork will update its current OMNIA page (bqos://www_enwork.rom/resources/contracts/national-iDa/) to include the pertinent information, as outlined above. Web hosting and development is completed in-house, to ensure timely and accurate contract page updates. C. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners, Public Sector. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. OMNIA is Enwork's favored national purchasing contract. It is in Enwork's best interest to focus on and support a competitive, nationally recognized contract, instead of smaller state/regionally held contracts. Relative to most companies Enwork's size, we are on very few contracts, and it is in our best interest to keep it that way, to reduce unnecessary or redundant administrative tasks. D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public Sector and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners, Public Sector logo will require permission for reproduction, as well. Acknowledged and agreed to, as stated above. E. Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners, Public Sector. All sales materials are to use the OMNIA Partners, Public Sector logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 55 of 243 iii. No cost to participate iv. Non-exclusive Absolutely, confirmed. Enwork has a robust e-marketing system, and disciplined inside sales team, which will proactively develop and follow up on leads or other opportunities generated through OMNIA Partiers. This team will include: Brandon Reame, VP Sales & Marketing: Ensure accurate and timely follow up and customer conversion. Direct marketing & awareness efforts Ashley Busenbark, Graphic Designer & Marketing Associate: Create promotional content, manage e-communications platform and website George Kudwa, Market Manager: Manage and track sales leads. Administer contract details. Active training and awareness with Sales Reps and dealers. Sydney Bennet, Market Manager: Manage and track sales leads. Administer contract details. Active training and awareness with Sales Reps and dealers. Mike Kelley, President: Active sales lead in most key markets, with 30+ years of industry experience. F. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners, Public Sector iv. Knowledge of benefits of the use of cooperative contracts G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support Mike Kelley, President: mkellevnenwork.com. Mobile: 616.581.5159 Brandon Reame, VP Sales & Marketing: breame@enwork.com. Mobile: 616.510.0578 ii. Marketing Brandon Reame, VP Sales & Marketing: r n enwork_com. Mobile: 616.510.0578 iii. Sales Mike Kelley, President: mkelievrlenwork.cnm. Mobile: 616.581.5159 Brandon Reame, VP Sales & Marketing: breamena enwork.com. Mobile: 616.510.0578 George Kudwa, Market Manager: gkudwanenwark_c oM. Mobile: 616.600.3083 Sydney Bennet, Market Manager: sbennettnenwork.com. Mobile: 616.438.2487 iv. Sales Support Sean Barber, Customer Care Expert (Contracts): sbarberng enwork.com. Office: 616.421.7702 v. Financial Reporting COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 56 of 243 Erik Nyberg, Accountant: pnvbPranpnwork.com,. Office: 616.987,7102 vi. Accounts Payable Erik Nyberg, Accountant: anybff.g@enwork.com. lenwork.com. Office: 616.987.7102 Amanda Cook, Accountant: acook rni enwork.com. Office: 616.421.7701 vii. Contracts George Kudwa, Market Manager: gkudwa rni enwork.com. Mobile: 616.600.3083 Sean Barber, Customer Care Expert (Contracts): sbarberraenwork.com. Office: 616 421.7702 H. Describe in detail how Supplier's national sales force is structured, including contact information for the highest -level executive in charge of the sales team. Enwork has crafted one of the best sales organizations in the industry. The internal team is comprised of seasoned sales executives, licensed designers, and dedicated customer care contacts, The external team includes the best independent sales rep network in the country, who have relationships with over 1,200 Enwork dealers. This model has proven successful, with the main result being double-digit sales growth that has outpaced the industry, since Enwork's beginning in 2003. Below is a graphic representation of our sales force. Enwork Sales & Customer Support Team Mike Kelley, President. mkeiley@enwork.com. Mobile: 616.581.5159 Brandon Reame, VP Sales & Marketing Harvey Bush, VP Engineering & Design Services 15 Interior Designers 3 Market Manager / Inside Sales 1 Dedicated Contracts Customer Care Expert Independent Sales Teams - 27 organizations -140+ individual sales reps Authorized Dealers End -Users Architect / -1,200active dealers nationally & Agencies Design Firms Enwork's list of Independent Reps is below, for reference: Enwork Master Rep List BUSINESS NAME TITL PHONE MOBILE ADDRE CITY ST ZIP TERRITOR E-MAIL NAME E SS Y Allor Group Jeff Allor Princ 313- 313- 19579 Grosse MI 482 MI jeff@allorgroup.com ipal 882- 220- Mack Pointe 36 9410 0849 Avenue Woods Allor Group Richard Asso 313- 313- 19579 Grosse MI 482 MI rick@allorgroup.com Allor ciate 882- 258- Mack Pointe 36 9410 1727 Avenue Woods COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 57 of 243 Allor Group Courtney Asso 616.430 ' 12054 Cedar MI 493 "-MI Courtney@allorgroup Bliss ciate .1452 Russell Springs 19 corn Way Ct. Allor Group Mandy Offic 313- 19579 Grosse MI 482 MI mandy@allorgroup.c Ritter e 882- Mack Pointe 36 om Mgr 9410 Avenue Woods Bruce Fred Bruce Princ 513- 513- 7353 Cincinna OH 452 OH: fred@blgreps.com Longhino ipal 936- 519- East ti 49 Cincinnati, Group 8475 5464 Kemper WV Road, Suite B Bruce Barry Princ 614- 1488 Powell OH 430 OH: barry@blgreps.com Longhino Longhino !pal 378- Britting 65 Columbus Group 6523 ham Lane Bruce I Dean Asso 513- 5610 Mason OH 450 Kentucky dean@blgreps corn Longhino Willett ciate, 378- Bentwo 40 and S. Ohio Group TM 6305 od Dr. Bruce Kate A&D 2290 Frankfor KY 406 Kentucky kateQblgre sp corn Longhino Balsman Cardwe t 01 Group I1Lane Bruce Scott Kline Asso 330- 1708 Akron OH 443 Northern Scott@blgreps.com Longhino ciate, 327- Brookw 13 OH: Group TM 5152 cod Dr. Cleveland, Canton Bruce Janna Asso 513- 513- 7353 Cincinna OH 452 Associate janna@blgreps.com Longhino Shaffer ciate 936- 532- East ti 49 Cincinnati Group Bruce 8475 8006 Kemper Road, Suite 6 Bruce Jennifer A&D 513- 513- 7353 Cincinna 6H 452 A&D jenny@blgreps.com Longhino Wagner 936- 482- East ti 49 Southern Group 8475 0896 Kemper Ohio Road, Suite B Bruce Lauren A&D 614- 49 Columb OH 432 A&D Central lauren@blgreps.com Longhino Carbaugh 787- Warren us 15 OH Group 5795 Street Bruce Ryan Asso 937- 5865 Indianap IN 462 Indiana ryan@blgreps.com Longhino Young ciate, 776- Hunterg olis 26 Group TM 2684 len Road Bruce Courtney Asso 1260 11232 Ft. IN 468 Associate courtney)b1preps.co Longhino Zachary ciate 615- Crosstr Wayne 14 Ft. Wayne M1 Group 4447 ee Ct. Bruce Wendy A&D 330- 240 wadswo OH f 442 A&D wendy@blgreps.com Longhino Worrall 844- Taylor rth 81 Northern Group 0178 James Ohio Blvd. Bruce Emily Asso 513- 513- 7353 Cincinna OH 452 Associate emily@blgreps.com Longhino Smith ciate 936- 305- East ti 49 Cincinnati Group 8475 5855 Kemper Road, Suite B Bruce Sally A&D 317- 11528 Carmel IN 460 A&D sally@blgreps.com Longhino Cunningha 441- Green 33 Indiana Group m 9228 St Bruce Carrie A&D 216- 3683 Clevelan OH 441 A&D carrie anblgre)s.corn Longhino Stary 312- W. d 11 Cleveland Group 4389 165th _ S1fP,P,t Bruce Tracey Asso 513- 513- 7353 Cincinna OH 452 Associate tacey@blgreps.com Longhino Hilvert ciate 936- 680- East ti 49 Cincinnati Group 8475 1312 Kemper Road, Suite B Burns Mark Princ 314- 314- 607 St. Louis MO 631 MO mburnsassociates@ Associates Burns ipal 961- 541- Westbo 19 excluding aol.com 9923 2736 rough Kansas City Place COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 58 of 243 Concentric Amanda Desi Spaces Billberg gn Direc for Concentric Chris Princ 206- Spaces Fuller !pal 618- 9314 Concentric Jessica Creat 425.231 Spaces Holman ive .9316 Direc for & Clien t Supp ort Concentric General N/A N/A Spaces Info & Large Sample Orders 509- 13819 Snohomi WA 982 Western WA r1da$CentliC 879- Seattle sh 96 / AK / OR Soaces.com 2821 Hill Rd. 13819 Snohomi WA 982 Western WA Chris ao ncentricsmi Seattle sh 96 / AK / OR ces.com Hill Rd. 13819 Snohomi WA 982 Western WA iessic concentrics Seattle sh 96 / AK / OR oaces.com Hill Rd. N/A Contract Mark Princ 727- 727- Source Collier ipal 945- 560- 7793 0024 Contract Lorry Asso 727- 727- Source Collier ciate 945- 946- 7793 2612 Contract Larry Princ 954- 954- Source Shedd ipal 434- 401- 5370 3069 Contract Linda Cust 954- Source Shedd omer 434- Servi 5370 ce, Acco untin q Contract M. C. Cust 352- Source Storin omer 765- Servi 4963 ce Contract Laura Asso 305.725 Source Cipolla ciate .3130 1 Contract David Asso 904- / Source Proehl ciate 803- 7385 954- 401- 4112 North Woodinv WA 980 N/A team(CN nnrenTfir•.*= Sound file 72 ces.com Industri es 15100 Redmo nd- Woodin ville Rd NE Suite A800 385 Tall Tarpon FL 346 Central & markc@csflorida.co Oak Springs 88 Southwest m Trail FL -Tampa, Orlando & Ft. Myers 385 Tall Tarpon FL 346 Design lorryc@csflorida.com Oak Springs 88 Firms - Trail Central & Southwest FL -Tampa, Orlando & Ft. Myers 6427 Davie FL 333 South FL- larrys@csflorida.com Sarana 31 Miami, Ft. c Circle Lauderdale, West Palm Beach, Ft. Pierce, Puerto Rico, & Caribbean Islands 6427 Davie FL 333 lindas@csflorida.co Sarana 31 m c Circle 816 Invernes FL 344 mcs@csflorida.com Hemloc s 52 k Street 5838 Miami FL 331 Design lauracCa�rsflorida.co Collins Beach 40 Firms -South M Ave FL -Miami, #3C Ft. Lauderdale, West Palm Beach, Ft. Pierce 1152 Neptune FL 322 North FL- davidp@csflorida.co Hamlet Beach 66 Jacksonville M Court Tallahassee, COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 59 of 243 Gainesville, Daytona Beach, Melbourne Contract Kelly Princ 60Z331 602- 719 Phoenix AZ 850 AZ, NM, kelly_6Dcfbcaic.com Furnishings Calcaterra ipal .5019 363- East 23 Greater Las by 8407 Osborn Vegas Calcaterra Road Contract Dee Sales 602- 602- 719 Phoenix AZ 850 AZ, NM, dde@cfbcaIc,co Furnishings Danowski Rep 595- 628- East 23 Greater Las by 8929 6539 Osborn Vegas Calcaterra Road Contract Bridget Admi 949- 354 Handlers NV 890 AZ, NM, bridaeiCcicfhcalc.ryQ� Furnishings Bohas n/Sal 300- Temple on 74 Greater Las by es 9291 ton Vegas Calcaterra Rep Drive Contract SHOWRO Sam 719 Phoenix AZ 850 Showroom Furnishings OM pies East 23 _ by ADDRESS / Osborn Calcaterra Liter Road ature CFS Group Dan Princ 913- 913- 9502 overland KS 660 Kansas City, dmudge@cfsreps.co Mudge ipal 481- 481- West Park 85 MO, KS, IA, m 0309 0309 160th NE Terrace CFS Group Patty Sales 319- 319- 3417 North IA 523 IA Urban 389- 389- Ridgecr Liberty 17 purban@cfsreps.co 4900 4900 ps m Ve CFS Group Lindsey Sales 314- 314- 8765 St. Louis MO 631 Missouri, I iirtle@cfsreps.com Purtle 853- 853- Sturdy 26 except 0018 0018 Drive Kansas City CFS Group Amy Huke Sales 913- 913- ahuke fsreps.com 744- 744- 1861 1861 Design Donna Asso 801- 801- 623 Salt LIT 841 UT,Nevada donna@designsourc Source Rohbock ciate 961- 550- South Lake 11 (except eslc.com 8500 1278 State City Reno), Street Southeast #A corner ofID up to Pocatello Design Austin Asso 801- 801- 623 Salt UT 841 UT, Nevada austin@designsourc Source Beaslin ciate 961- 865- South Lake 10 (except eslo.com 8500 2084 State City Reno), Street Southeast #A corner ofID up to Pocatello Design Lacy van Offic 801- 801- 623 Salt UT 841 LIT, Nevada lacy@designsourcesl Source Rij e 961- 243- South Lake 11 (except c.com Mgr 8500 9305 State City Reno), Street Southeast #A corner of ID up to Pocatello Excalibur Scott Direc 604- 604- #101, Surrey BC V3 Canada sleyden@excaliburag Agency Leyden tor, 542- 787- 19099 S (Saskatche ency.com Sales 1177 6665 25th 3V wan and Avenue 2 West, includes Yukon/NWT Excalibur Lloyd Princ 604- 604- #101, Surrey BC V3 - Lada Ileyden@excaliburag Agency Leyden ipal 542- 671• 19099 S (Saskatche ency.com 1177 5272 25th 3V wan and Avenue 2 West, includes Yukon/NWT i COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 60 of 243 Excalibur Sandra Princ 604- 504- #101, Surrey BC V3 Canada sleahy@excaliburage Agency Leahy ipal/ 542- 787- 19099 S (Saskatche ncy.com Sales 1177 3040 25th 3V wan and Avenue 2 West, includes Yukon/NWT Excalibur Kellie Levis Sales 504- 514- #101, Surrey BC V3 Canada klevis@excaliburage Agency Supp 542- 596- 19099 S (Saskatche ncy.com ort 1177 0639 25th 3V wan and Avenue 2 West, includes Yukon/NWT Excalibur General 604- 877.838 #101, Surrey BC V3 Canada info@excaliburagenc Agency Inquiries 542- .8884 19099 S (Saskatche y,com 1177 25th 3V wan and Avenue 2 West, includes Yukon/NWT EPIC Tracy Mark 858- 5865 Buena CA 906 Southern CA tracyftpiccontracto Stoufer et 518- Brazil Park 20 roup.com Man 4319 Dr ager EPIC Terrie Princ 526- 5865 Buena CA 906 Southern CA iegiZaniccontractor. Burkhart ipal 255- Brazil Park 20 ouDTcom 8212 Dr EPIC Terrie Mark 626.255 2879 Altadena CA 910 Southern CA terrieo@eepiccontract Osier et .8212 Santa 01 group.com Man Anita ager Ave EPC Meg Mark 5865 Buena CA 906 Southern CA meggepiccontractar Recker et 419,350 Brazil Park 20 ouD com Man .3690 Dr ager EPIC Tricia Mark 714- 5865 Buena CA 906 Southern CA TrfciaQepiccontractn Mauller et 269- Brazil Park 20 roup.com Man 2800 or ager EPIC Warehous CALL 760- 13913 Cerritos CA 907 Southern CA e AHE 429- Artesia 03 Deliveries AD- 0805 BLVD SCO TT etu interiors Erin Princ 512- 400 St. Paul MN 551 Minnesota, eeneboe etuinterior Eneboe ipal 251- Selby 02 South S.com 8867 Ave. Dakota, Suite H. North 1 Dakota e to interiors SEND e to New WI 540 Minnesota, SAMPL Interior Richmon 17 South ES TO: s d Dakota, 1255 North 140th Dakota Street etu interiors Barb Mark 400 St. Paul MN 551 Minnesota, bprindle@etuinterior Prindle eting Selby 02 South s.com Coor Ave. Dakota, dinat Suite H. North Dakota or Gibson Ken Princ 212- 516- 1239 New NY 100 New York ken@gibsonoffice.co Interior Gibson ipal 585- 724- Broadw York 01 City, Partial m Products 1077 0090 ay,2nd NJ: floor Princeton and north to Poughkeeps le, Southern tip of Connecticut (Fairfield county) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 61 of 243 Gibson Jamie VP of 516- 1239 New NY 100 New York jamie@gibsonoffice. Interior Waltuch Sales 286- Broadw York 01 City, Partial com Products 8484 ay, end NJ: floor Princeton and north to Poughkeeps le, Southern tip of Connecticut (Fairfield county) Gibson Jenina 516- 1239 New NY 100 New York Jenina@gibsonoffice Interior Garcia Exec 865- Broadw York 01 City, Partial com Products Dolce utive 7168 ay, end NJ: VP floor Princeton and north to Poughkeeps ie, Southern tip of Connecticut (Fairfield county) Gibson Brooke A&D 516- 1239 New NY 100 New York hrooke@gibsonoffice Interior Landstein Des! 729- Broadw York 01 City, Partial com Products gn 8862 ay, end NJ: Direc floor Princeton and north to for Poughkeeps ie, Southern tip of Connecticut (Fairfield county) Gibson Kristin A/D 1239 New NY 100 New York kristin0gibsonoffice. Interior O'Neill Prod Broadw York 01 City, Partial com Products uct ay, 2nd NJ: Speci floor Princeton alist and north to Poughkeeps ie, Southern tip of Connecticut (Fairfield county) Gibson Cindy Sales 1239 New NY 100 New York cindaaoibsonoffice. Interior Bitensky Cons Broadw York 01 City, Partial com Products ultan ay, 2nd NJ: t (NJ floor Princeton Prim and north to Poughkeeps arily) ie, Southern tip of Connecticut (Fairfield county) Gibson Aksiniya Oper 1239 New NY 100 New York A_kslOgibsonoffice.c Interior Choi ation Broadw York 01 City, Partial om Products s ay, 2nd NJ: Man floor Princeton and north to ager Poughkeeps ie, Southern tip of Connecticut (Fairfield county) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 62 of 243 Galita Leiderman T05M. Mr. A • I y- • Gibson Darcy Sho 212- 1239 New NY 100 New York Darcy@gibsonoffice. Interior Silverstein wroo 685- Broadw York 01 City, Partial com Products m 1077 ay, end NJ: Man floor Princeton and north to ager Poughkeeps le, Southern tip of Connecticut (Fairfield county) Green River Ian Coney Asso TBD 109 Hamilto ON L8 Canada- jan.conevrc�ymoatic Furniture ciate James n R East of o.ca Street 2K Saskatchew North 6 an Green River David Princ TBD 109 Hamilto ON L8 Canada- dwrivggs0greenrived Furniture Rivers ipal James n R East of urniture.ca Street 2K Saskatchew North 6 an Group 4 Joey Truitt Princ 817- Showro Dallas TX 752 North Texas i4eVC! �arbu ipal 832- om: 07 (Dallas, Ft. 7483 1444 Worth) Oak Lawn, Suite 208 Group 4 Rick Asso (214) Showro Dallas TX 752 North Texas rickQgrou{ -lnet Bennett Clate 808- om: 08 (Dallas, Ft. 9909 1444 Worth) Oak Lawn, Suite 208 Group 4 Jane Mott Asso 405- 7813 Oklahom OK 731 OK, AR �a prnuo-4.nP.t ciate 819- Old a City 16 4040 hickory Lane Group 4 Tom Asso 918- 6510 S. Tulsa OK 741 OK, AR t.seifried@sbcglobal. Seifried ciate 271- loth E. 33 net 3190 Ave Group 4 Sharon A&D 214- Showro Dallas North Texas sharonQgroup-4.net Egger Asso 514- om: (Dallas, Ft. ciate 0179 1444 Worth) Oak Lawn, Suite 208 Jack Mike Princ 315- 315- 405 Syracus NY 132 Newyork mb@jackwerksman Werksman Barnes ipal 413- 657- Spence a 04 State marketing.com Marketing 0058 3563 r Street, Suite #2 Jack Renee Insid 315- 405 Syracus NY 132 New York jakaiarkwerksman Werksman Petrella e 413- Spence a 04 State marketin corn Marketing Sales 0058 rStreet, Suite Supp #2 ort Jack Megan Asso 315- 607- 405 Syracus NY 132 New York mh@jackwerksman Werksman Hess ciate 413- 760- Spence .e 04 Sate marketing.com Marketing 0058 2390 r street, Suite #2 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 63 of 243 Jeff Leist & Jeff Leist Princ 208- 208- 3000 Coeur ID 838 ID(except jeffwleist@gmail.co Associates !pal 664- 755- Bonnell d'Alene 14 Southeast m LLC. 8974 5612 Rd. corner), MT, Eastern WA (Spokane) Jeff Leist & Steve Asso 208- 208- 3000 Coeur ID 838 ID(except stevepetroskie@gma Associates Petroskie ciate 664- 755- Bonnell d'Alene 14 Southeast il.com LLC. 8974 9646 Rd. corner), MT, Eastern WA (Spokane) Jeff Leist & Cindy Leist Princ 208- 3000 Coeur ID 838 ID(except cindymleist@gmail.c Associates !pal 664- Bonnell d'Alene 14 Southeast om LLC. 8974 Rd. corner), MT. Eastern WA (Spokane) Hawaii HOUSE Hawaii OPEN -HOUSE ACCOUNT ACCOUNT Level Reps Shea Princ 312.504 222 River IL 603 Illinois shea@levelreps,com Uebelhor !pal .2919 Gale Forest 05 Ave Level Reps Cory Princ 312.953 222 River IL 603 Illinois Cory@levelreps,com Johnson ipal .1592 Gale Forest 05 Ave Level Reps Ashley A&D- 832.533 222 W Chicago IL 606 Illinois Ashlev(7a levelrens.ao Allen Mark .0937 Mercha 54 m eting ndise _ Mart Plaza, Enwork Suite 11-118 Level Reps Erika Level 781.775 223 W Chicago IL 606 Illinois erika@levelreps.com Bodine Servi .1103 Mercha 55 ces ndise Mart Plaza, Enwork Suite 11-118 Level Reps Cara Bran 847.909 222 W Chicago IL 606 Illinois Ieve>�nns"c>am Brosten d .7879 Mercha 54 Man ndise Mart ager- Plaza, Uniq Enwork uely Suite Level 11-118 Level Reps Megan Sales 262- 2055 Elm WI 531 Wisconsin i megan@levelreps.co Matola Asso 993- Underw Grove 22 m ciate 1313 cod Parkwa v JohnsonSi Jim Princ 281.435 7026 Houston TX 770 STexas jjohnson@Johnsonsi mon Johnson ipal .4941 old 24 (Houston/A mon.com Katy ustin) Road Suite 161 JohnsonSi Jeff Simon Princ 281.682 7026 Houston TX 770 STexas jsimonQjohnsonsim mon ipal .5113 old 24 (Houston/A on.com Katy ustin) Road Suite 161 JohnsonSi Amanda Asso 832607 7026 Houston TX 770 STexas aensanraliohnmonsj mon Benson clate 6849 Old 24 (Houston/A mon.com Katy ustin) Road Suite COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 64 of 243 161 JohnSonSi Jan 7026 Houston TX 770 S Texas 6mccormickajohnso mon McCormic Old 24 (Houston/A nsimon.com k Katy ustin) Road Suite 161 JohnsonSi SHOWRO Prefe 7026 Houston TX 770 STexas mon OM rred Old 24 (Houston/A ADDRESS addr Katy ustin) Road ess Suite for 161 all small er ship ment s JohnsonSi DEALER Prefe TAG: Houston TX 770 S Texas mon ADDRESS rred Johnso 92 (Houston/A addr n ustin) Simon ess Showro for all om Letourn LAIR eau GE Keller PRO 5819 DUC Milwee T's St Main Alison Sales 404- 1231 Atlanta GA 303 Georgia ahondroulls@mainso Solutions Hondroulls 906- Collier 18 lutionsllc.com LLC. 1866 Road Suite A Main Rachel Sales 770- 1232 Atlanta GA 303 Georgia rstraub(&nnainsoluW Solutions Straub 769- Collier 19 nsllc.com LLC. 7644 Road Suite A Main Lynn Sales 404- 1233 Atlanta i GA 303 Georgia lbol insOmainsolutio Solutions Bollins 775- Collier 20 nsllc.com LLC. 6881 Road Suite A Main Rick Princ 404- 1234 Atlanta GA 303 Georgia rproffitt&mainsafutio Solutions Proffitt !pal/ 936- Collier 21 nsllc.com LLC. Own 8619 Road er Suite A Main Tommie Sales 205- 1484 Indian AL 351 Alabama/Pa &rd{igmainsolutions Solutions Ford 305- Indian Springs 24 n llc com LLC. 8102 Crest handle/Miss Dr. Issippl Main Tim Butler Sales 615- 651 Nashvill TN 372 Tennessee tbutier@mainsolutio Solutions 479- Harpeth e 21 nsllc.com LLC. 4950 Trace Dr. Main Melissa Direc mschubring@gmains Solutions Shubring for of olutionsllc.com LLC. sales servi ces Main Kim Sales _ kettridgeQMinsolut Solutions Ethridge Supp ionsllc.com LLC. ort Main Channell Sho cdrake(g7mainsefutio. Solutions Drake wroo nsllc.com LLC. m Man aaer COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 65 of 243 Main Jan Arms Orde Solutions r LLC. entry /com miss! ons Mira Katy Princ Contract Baroni ipal Mira Tamara Seni Contract Schwab or Sales Speci alist Mira Laleh A&D Contract Namdar Sales Speci alist Mira Aimee Sales Contract Norwine Speci alist PSA Bill Wilson CEO Sales Man ager PSA Spencer Sales Wilson PSA Greg CEO Phillips / Foun der PSA Judy Sales Phillips Admi nistr ator PSA John Territ Eisaman orial Man ager PSA Michael Territ Hullett orial Man alter Ritz Mike Presi 617- Associates MacDonal dent 439- d 0800 x32 Ritz Ainslie Ritz Asso 617- Associates ciate 439- 0800 x22 Ritz Mager Asso 617- Associates Walker ciate 439- 0800 x28 Ritz Kiki Gross Insid 517- Associates e 439- Sales 0800 / x25 ;arm s@mainsoluticn. sllc.com 415- 2828 San CA 941 Northern niracontract.c 793- Fulton Francisc 18 California 0m 2270 Street o 714- 2828 San CA 941 Northern 4aMaMnaaa mirnntr,= 330- Fulton Francisc 18 California t.com 8170 Street o 510.710 2828 San CA 941 Northern .0950 Fulton Francisc 18 California Street o 415.601 2828 San CA 941 Northern 3025 Street , rni at nntr x spencerwpsa@gmaiI .com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 66 of 243 Supp ort Ritz Stephen Sales 617- 112 Boston MA 022 CT, MA, RH, stephen@ritzinc.com Associates O'Connor Supp 439- Beach 12 VT, NH, ME ort 0800 Street x27 Ritz Deb Gearty Sales 617- _ (860) 65 West CT 061 CT, MA, RH, deb@ritzinc.com Associates Supp 439- 965- Brunswi Hartford 07 VT, NH, ME ort 0800 8178 ckAve x28 Ritz Dennis Sales 617- 401- 25 East RI 028 CT, MA, RH, dennis@ritzinc.com Associates Votta Exec 439- 440- 19883 Hamilto Greenwi 18 VT, NH, ME utive 0800 n DR ch Ritz Matt Sales 617- 413.262 Boston MA 022 CT, MA, RH, matt@ritzinc.com Associates Hodge Supp 439- I 2642 10 VT, NH, ME I ort 0800 Ritz Liter I 112 Boston MA Associates ature Il Beach I Street Schneider Nancy Princ 301- 15300 Gathers MD 208 DC, MD, VA j1 nancyleague@comc League League ipal 537- Jones burg 78 ast.net Associates 3514 Lane I Schneider Kevin Princ 703- 9116 Fairfax VA 220 DC, MD, VA kevin_schneider@ver League Schneider ipal 1967- Lime Ct I 32 izon.net Associates 0216 Schneider Michael 703- 703- 23929 Aldie VA 201 DC, MD, VA mwoodsmall@verizo League Woodsmal 327- 402- Tenbur 05 n.net Associates 1 4610 6053 y Wells Place Schneider Ken Cruz Asso Use 703- 2112 Arlington VA 222 DC, MD, VA kmcruz@comcast.ne League ciate Mobile 969- Columb 04 t Associates /A&D 0280 is Pike C-3 Schneider Wade Asso 804- 804- 3905 Glen VA 230 Southern VA wadeperry@verizon. League Perry ciate 360- 641- Browns Allen 60 net Associates 1340 6793 tone Blvd. Schneider Matthew Asso 443- 67 Catonsvi MD 212 Baltimore, matthewdcrowder@ League Crowder ciate 717- I Bryans Ile 28 MD I gmail.com Associates 0593 Mil Way Schneider Showroom 7601 McLean VA 221 League Lewinsv 02 Associates !Ile Rd #312 Stanczak Michael Asso 610- 610- 111 Conshoh PA 194 Eastern PA, mike@phillyrep.com and Stanczak ciate 828- 389- Fayette ocken 28 DE, Associates 8088 7579 Street Southern Inc. New Jersey Stanczak Michelle Sales 610- 215- 111 Conshoh PA 194 Eastern PA, michelle@phillyrep.c and Burns Supp 828- 208- Fayette ocken 29 DE, om Associates ort 8088 2690 Street Southern Inc. New Jersey Stanczak Kelly Asso 610- 215- 111 Conshoh PA 194 Eastern PA, kelly@phillyrep.com and Kimberly ciate 828- 806- Fayette ocken 28 DE, Associates 8088 8978 Street Southern Inc. New Jersey Stanczak Scott Asso 610- 610- 111 Conshoh PA 194 Eastern scott@phillyrep.com and Greene date 828- 716- Fayette ocken 28 Central PA Associates 8088 3899 Street Inc. Stanczak Karen Princ 610- 610- 111 Conshoh PA 194 Eastern PA, karen@phillyrep,com and Stanczak ipal 828- 716- Fayette ocken 28 DE, Associates 8088 6937 Street Southern Inc. New Jersey STIR Tina Princ 303- 303- 1825 Denver CO 802 Co, WY tina@stirdenver,com Turner ipal 733- 882- Lawren 02 0404 4499 ce COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 67 of 243 Street #200 STIR Steve Prini 303- 303,517 1825 Denver CO 802 Co, WY Steve@stirdenver.co Walters cpal 733- .3713 Lawren 02 m and 0404 ce Oper Street ation #200 s STIR Hilary Genr 303- c: 720- 1825 Denver CO 802 CO, WY hilarv0stirdenver.co Engelhart eal 733- 989- Lawren 02 M Man 0404 3210 ce Street ager #200 STIR Emily Sales 303- _ c: 314- 1825 Denver CO 802 Co, WY emilyngtirdenver.co Keppel and 733- 609- Lawren 02 rn Mark 0404 3738 ce eting Street #200 STIR Julie Winje _ Speci 303- c: 303- 1825 Denver CO 802 Co, WY Julie@,stirdenver.co al 733- 520- Lawren 02 m Proje 0404 3617 ce cts Street (Part #200 Time STIR Kendall Libra 303- c:720- 1825 Denver CO 802 Co, WY KendaIIt stirdenyer.0 Hovater rian 733.040 272- Lawren 02 om (Part 4 4888 ce Time Street #200 Tim O'Neil & ' Jennifer Asso 412- 113 Oakdale PA 150 west VA jennifer@timoneilass Associates Lindemuth ciate 953- Saddle 71 (Pittsburgh ociates.com (mai 1005 Ridge MSA) n Dr. cont act, mail here) Tim O'Neil & Nicole Asso nicole@timoneilasso Associates Daniels ciate ciates.com I. Explain in detail how the sales teams will work with the OMNIA Partners, Public Sector team to implement, grow and service the national program. Current and new relationships will be formed with the OMNIA Partners, Public Sector team starting with the Enwork Sales & Customer Support Team. Relationships will also be developed through the Independent Sales Teams, at a local level. Because this contract is so important to Enwork, its President and VP Sales & Marketing will proactively identify and develop new opportunities to grow sales with the OMNIA Partners, Public Sector team. I. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. Enwork is already a participating supplier to OMNIA. Any contract detail updates will happen immediately at time of award. Because the Education and Public Sectors are the two most important markets for Enwork to grow, the OMNIA contract will be positioned as the main contract to transact through. Several sales folks will attend/exhibit at relevant trade shows (NIGP) go increase brand awareness. J. State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 68 of 243 - 2018: $634,812.97 2019, through December 7: $649,064.06 Order End User Number National IPA - References 2018 & 26-1 Order Size Order Date Product Dealer Dealer/ Email Address Mix Customer _ Contact $96,228.00 05/01/18 Training Office Khara kaudaofflce=apes= Tables Scapes Kaud j S018040029 Fort Range I Community College S018080269 Spokane ( $95,339.16 I Schools I S019050276 UT Snyder I $42,855.00 Memorial S019031019 Ohio State I $5,590.18 SO19060772 Malone I $3,305.60 University S019110779 $5,255.04 [Naperville Police I Department S018090890 Luthern $889,81 Social I Services IS018110123 I TCU I $11,148.80 S019060616 Council on $13,086.72 Aginq S019091005 UNLV $21,651.00 Gateway 10/01 /18 Apex, The Kori kmalfick0creafiveoLcom Affinity, Creative Mellick Impression Office 08/01/19 Solano VT, _ Seagate Karen kslawinskif_alsean_atenn.com Impression Slawinski 05/01/19 Foundation Continental Michelle mdobbinf@continentaloffice.com Tables Office Dobbin 08/01/19 l Sensation _ Contract Victoria vcullf@contractsource.com I_Tables Source Cull 12/01/19 Milan Task Office Jennifer _lweston0_officeimagesine.com Chairs Images Weston I 11/01/18 Landing King Team Table 01/01/19 _ { Statement Intelligent J Tables Interiors 07/01/19 I Sensation Beaux Arts Tables GroUD 11/01/19 j Zori & _ Western Foundation Office Interiors Phone Number 303-574- 1115 509-747- 2636 419-861- 6161 5010 2216-351- 7575 678-325- 3267 Grace II gsmitK(&kbiinrnotn 614-430- Smith I 0020 Vicki I virkit_e)intellin_eniinterinrs.net 972-716- Anderson 9979 Lindsay jk Medv nZbeauxarlsorot,�pm 1 407-302- Kennedy 0092 Celia crouserawestemofficecorrt 1 702-347- Rouse 5570 K. Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. All orders are entered into an ERP system. This system is used to track all information found on a purchase order, schedule production, management inventory, and generate invoices. The system is incredibly robust, and we take great pride in the accuracy of the information. Enwork accepts payment via ACH or check. All account information is recorded in our ERP system M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). $ .00 in year one $ .00 in year two $ .00 in year three Enwork is not able to guarantee sales on this contract, however our current sales pace on R142204, in addition to the relevant new products that have been introduced, indicate that Enwork should easily achieve $750,000 to $1,500,000 annually in contract sales, To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. M. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 69 of 243 Appendix D OMNIA® P A R T N E R S i� NXFIOIAi1PA � 1ISEOh3 P9GM1fT1�:S ` REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT TO BE ADMINISTERED BY OMNIA PARTNERS9 PUBLIC SECTOR The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier's review and response. Exhibit A — RESPONSE FOR NATIONAL COOPERATIVE CONTRACT Exhibit B — ADMINISTRATION AGREEMENT, EXAMPLE Exhibit C — MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE Exhibit D — PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE Exhibit E — CONTRACT SALES REPORTING TEMPLATE Exhibit F — FEDERAL FUNDS CERTIFICATIONS Exhibit G —NEW JERSEY BUSINESS COMPLIANCE Exhibit H — ADVERTISING COMPLIANCE REQUIREMENT COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 70 of 243 EXHIBIT A RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Supplier and OMNIA Partners, Public Sector. 1.1 Requirement Region 4 ESC, (hereinafter defined and referred to as "Principal Procurement Agency"), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners, Public Sector"), is requesting proposals for Furniture, Installation, and Related Services. The intent of this Request for Proposal is any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal ("Master Agreement") be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners, Public Sector's cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, Public Sector, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners, Public Sector as a Participating Public Agency in OMNIA Partners, Public Sector's cooperative purchasing program. Registration with OMNIA Partners, Public Sector as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, Public Sector, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners, Public Sector. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, Public Sector, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., Requirements for National Cooperative Contract Page 16 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 71 of 243 incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state. This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA Partners, Public Sector's requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through OMNIA Partners, Public Sector. These requirements are incorporated into and are considered an integral part of this RFP. OMNIA Partners, Public Sector reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this RFP acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners, Public Sector to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners, Public Sector intends to provide marketing, sales, partnership development and administrative support for Supplier pursuant to this section that directly promotes the Supplier's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. OMNIA Partners will assign the Supplier a Director of Partner Development who will serve as the main point of contact for the Supplier and will be responsible for managing the overall relationship between the Supplier and OMNIA Partners. The Director of Partner Development will work with the Supplier to develop a comprehensive strategy to promote the Master Agreement and will connect the Supplier with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners, Public Sector marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A. Marketing collateral (print, electronic, email, presentations) B. Website C. Trade shows/conferences/meetings D. Advertising E. Social Media The OMNIA Partners, Public Sector sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A. Individual sales calls B. Joint sales calls Requirements for National Cooperative Contract Page 17 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 72 of 243 C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Supplier teams The OMNIA Partners, Public Sector contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Supplier teams D. Regular business reviews to monitor program success E. General contract administration Suppliers are required to pay an administrative fee of three percent (3%) of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the OMNIA Partners, Public Sector Administration Agreement (Exhibit B). 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $275 million annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, Public Sector, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and OMNIA Partners, Public Sector. 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will, at OMNIA Partners, Public Sector's option, be the basis of award on a national level through OMNIA Partners, Public Sector. If multiple Suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same Suppliers will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency (e.g. governing law) are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and OMNIA Partners, Public Sector shall agree without being in conflict with the Master Agreement. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). It shall be the responsibility of the Supplier to comply, when Requirements for National Cooperative Contract Page 18 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 73 of 243 applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to OMNIA Partners, Public Sector). All purchase orders issued and accepted by the Supplier may survive expiration or termination of the Master Agreement. Participating Agencies' purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Supplier is responsible for reporting all sales and paying the applicable administrative fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through OMNIA Partners, Public Sector's cooperative program: A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Supplier's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners, Public Sector designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2) the Master Requirements for National Cooperative Contract Page 19 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 74 of 243 Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners, Public Sector and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not -to -exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners, Public Sector nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners, Public Sector in accordance with the OMNIA Partners, Public Sector Administration Agreement. Supplier also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. 3.1 Company A. Brief history and description of Supplier. B. Total number and location of sales persons employed by Supplier. C. Number and location of support centers (if applicable) and location of corporate office. D. Annual sales for the three previous fiscal years. E. Submit FEIN and Dunn & Bradstreet report. F. Describe any green or environmental initiatives or policies. Requirements for National Cooperative Contract Page 20 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 75 of 243 G. Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. H. Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. I. Describe how supplier differentiates itself from its competitors. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. K. Felony Conviction Notice: Indicate if the supplier is a publicly held corporation and this reporting requirement is not applicable; is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. L. Describe any debarment or suspension actions taken against supplier 3.2 Distribution, Logistics A. Describe the full line of products and services offered by supplier. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. C. Describe how Participating Agencies are ensure they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as applicable. 3.3 Marketing and Sales A. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: Executive leadership endorsement and sponsorship of the award as the public sector go -to -market strategy within first 10 days Requirements for National Cooperative Contract Page 21 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 76 of 243 ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners, Public Sector team within first 90 days B. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: Creation and distribution of a co -branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days iii. Design, publication and distribution of co -branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners, Public Sector at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier -specific trade shows, conferences and meetings throughout the term of the Master Agreement V. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners, Public Sector for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners, Public Sector. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners, Public Sector internet web -based homepage on Supplier's website with: • OMNIA Partners, Public Sector standard logo; • Copy of original Request for Proposal; • Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners, Public Sector's website including the online registration page; • A dedicated toll -free number and email address for OMNIA Partners, Public Sector Requirements for National Cooperative Contract Page 22 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 77 of 243 C. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners, Public Sector. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public Sector and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners, Public Sector logo will require permission for reproduction, as well. E. Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners, Public Sector. All sales materials are to use the OMNIA Partners, Public Sector logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii No cost to participate iv. Non-exclusive F. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners, Public Sector iv. Knowledge of benefits of the use of cooperative contracts G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support V. Financial Reporting vi. Accounts Payable vii. Contracts H. Describe in detail how Supplier's national sales force is structured, including contact information for the highest -level executive in charge of the sales team. Requirements for National Cooperative Contract Page 23 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 78 of 243 I. Explain in detail how the sales teams will work with the OMNIA Partners, Public Sector team to implement, grow and service the national program. I. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. J. State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. K. Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). $ .00 in year one $ .00 in year two $ .00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. M. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners, Public Sector). ii. If competitive conditions require pricing lower than the standard Master Agreement not -to -exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners, Public Sector under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners, Public Sector). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Detail Supplier's strategies under these options when responding to a solicitation. Requirements for National Cooperative Contract Page 24 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 79 of 243 EXHIBIT B ADMINISTRATION AGREEMENT, EXAMPLE ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this "Agreement") is made this _ day of 20_, between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners, Public Sector"), and ("Supplier"). RECITALS WHEREAS, the (the "Principal Procurement Agency") has entered into a Master Agreement effective , Agreement No , by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the "Master Agreement"), as attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, for the purchase of (the "Product"); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (collectively, "Public Agencies"), that register (either via registration on the OMNIA Partners, Public Sector website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a "Participating Public Agency") may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners, Public Sector to Public Agencies; WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners, Public Sector and Supplier. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby agree as follows: DEFINITIONS 1. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. Requirements for National Cooperative Contract Page 25 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 80 of 243 TERMS AND CONDITIONS 2. The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier's response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3. OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier's obligation to obtain appropriate insurance. 4. OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its capacity as the contract administrator under the Master Agreement. 5. With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i) construed as a dealer, re -marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners, Public Sector makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6. OMNIA Partners, Public Sector shall not be responsible for Supplier's performance under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC SECTOR'S PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 8. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3 — 8 and 12 — 23, hereof and the Requirements for National Cooperative Contract Page 26 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 81 of 243 indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. 9. Supplier's failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to terminate this Agreement, at OMNIA Partners, Public Sector's sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. NATIONAL PROMOTION 10. OMNIA Partners, Public Sector and Supplier shall publicize and promote the availability of the Master Agreement's products and services to Public Agencies and such agencies' employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website (www.omnianartner's.corn/r)ublicsector),_or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency's first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11. Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless OMNIA Partners, Public Sector for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other party a limited, revocable, non -transferable, non-sublicensable right to use such party's logo (each, the "Logo") solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party's Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party's Logo. Notwithstanding the foregoing, the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party's Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party's Logo. ADMINISTRATIVE FEE, REPORTING & PAYMENT 12. An "Administrative Fee" shall be defined and due to OMNIA Partners, Public Sector from Supplier in the amount of three percent (3%) ("Administrative Fee Percentage") multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereof) ("Contract Sales"). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency's Contract Sales. Requirements for National Cooperative Contract Page 27 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 82 of 243 13. Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C ("Contract Sales Report"), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector by the 10 day of the following month. Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector's sole discretion. 14. Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public Sector at the frequency and on the due date stated in Section 13, above, for Supplier's submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector's sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA Partners, Public Sector's sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public Sector may engage a third party to conduct an independent audit of Supplier's monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public Sector. In the event an underreporting of Contract Sales and a resulting underpayment of Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners, Public Sector's reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners, Public Sector's costs and expenses related to such audit. GENERAL PROVISIONS 16. This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail. 17. 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 it may be entitled. 18. This Agreement and OMNIA Partners, Public Sector's rights and obligations hereunder may be assigned at OMNIA Partners, Public Sector's sole discretion to an affiliate of OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of Requirements for National Cooperative Contract Page 28 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 83 of 243 OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners, Public Sector. 19. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. OMNIA Partners, Public Sector: OMNIA Partners, Public Sector Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 B. Supplier: 20. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 21. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23. This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24. This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever. Requirements for National Cooperative Contract Page 29 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 84 of 243 [INSERT SUPPLIER ENTITY NAME] NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR Signature Name Title Date Signature Sarah Vavra Name Sr. Vice President, Public Sector Contracting Title Date Requirements for National Cooperative Contract Page 30 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 85 of 243 EXHIBIT C MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE This Master Intergovernmental Cooperative Purchasing Agreement (this "Aareement") is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate ("Principal Procurement Agencies') with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, "AMNIA Partners. Public Sector") to be appended and made a part hereof and such other public agencies ("Particioatina Public Aaencies") who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the " MNI P=ners Parties") by either registering on the OMNIA Partners, Public Sector website (+nrww.ornniapartners.corn/oublicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into "Master Aareements" (herein so called) to provide a variety of goods, products and services ("Products") to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: Each party will facilitate the cooperative procurement of Products. 2. The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency's procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies' participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable "safe harbor" regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. Requirements for National Cooperative Contract Page 31 of 45 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 86 of 243 3. The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4. The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5. The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6. The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization ("gZQQ") agreements directly or indirectly by enrolling the Participating Public Agency in another GPO's purchasing program provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency's sole discretion. 7. The Participating Public Agencies (each a "P=curina PaAj") that procure Products through any Master Agreement or GPO Product supply agreement (each a "GPO Contract") will make timely payments to the distributor, manufacturer or other vendor (collectively, "Supplier") for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8. The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not -to -exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9. The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non -procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non -procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES Requirements for National Cooperative Contract Page 32 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 87 of 243 THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11. This Agreement shall remain in effect until termination by either party giving thirty (30) days' written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive any such termination. 12. This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR AND/OR COMMUNITIES PROGRAM MANAGEMENT, LLC, A CALIFORNIA LIMITED LIABILITY COMPANY D/B/A U.S. COMMUNITIES Authorized Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title and Agency Name Title Date Date Requirements for National Cooperative Contract Page 33 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 88 of 243 EXHIBIT D PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners, Public Sector"), [NAME OF PPA] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as of and on behalf of [NAME OF PPA] ("Principal Procurement Agency"), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date Requirements for National Cooperative Contract Page 34 of 45 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 89 of 243 EXHIBIT E CONTRACT SALES REPORTING TEMPLATE ONINIA PARTNERS, PUBLIC SECTOR EXHIBITS EXHIBIT C - CONTRACT SALES REPORTING TEMPLATE (to be submitted etenronk--0., in Microsoft Excel format) AMNIA Partners, Public Sector Contract Sales Monthly Report Supplier Name: f Contract Sales Report Month: I Contract 113:1 I Supplier Reporting Contact:) I Title:I I Phone:) I Email:) I Participating Agency # (Assigned by Participating Agency Name Address City State Zip Code OMNIA Transaction Date Partners, (Date of Sale) Public Sector and provided to Supplier) Report Totals Cumulative Contract Sales Requirements for National Cooperative Contract Page 35 of 45 Contract 4dmin A,dmin Sales far Month ($) Fee % Fee $ COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 90 of 243 EXHIBIT F FEDERAL FUNDS CERTIFICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non —Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -through entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass -through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass -through entity and the non —Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: (1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or (2) An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; (iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in § 200.101 Applicability; or (2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in § 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost - reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non —Federal entity means a state, local government, Indian tribe, institution of highereducation (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; (b) Is not organized primarily for profit; and Requirements for National Cooperative Contract Page 36 of 45 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 91 of 243 (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non —Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non —Federal entity during the same or a future period. Pass -through entity means a non —Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non —Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non —Federal entity may purchase property or services using small purchase methods. Non —Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro -purchase.) Subaward means an award provided by a pass -through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass -through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass -through entity considers a contract. Subrecipient means a non —Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program, A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following certifications and provisions may be required and apply when 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 $150,000, 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 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. Does offeror agree? YES �: fi-,/' Initials of Authorized Representative of offeror (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 (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately 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. t Does offeror agree? YES l-? Initials of Authorized Representative of offeror (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 Requirements for National Cooperative Contract Page 37 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 92 of 243 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. Does offeror agree to abide by the above? YES l ' � Initials of Authorized Representative of offeror (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. FvJtr� ��tiZ i' e Y S G'�7 �' Does offeror agree? YES Initials of Authorized Representative of offeror (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 Pan: 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. Does offeror agree? YES o Initials of Authorized Representative of offeror (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, 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 requirementnts as referenced in Federal Rule (F) above. Does offeror agree? YES O))1fi r Initials of Authorized Representative of offeror Requirements for National Cooperative Contract Page 38 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 93 of 243 (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 requiremeTts as referenced in Federal Rule (G) above. Does offeror agree? YES ,'�'f Initials of Authorized Representative of offeror (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 Executive Office of the President Office of Management and Budget (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 otherthan Executive Order12549. 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. Does offeror agree? YES �-� ` initials of Authorized Representative of offeror (1) 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 (1) 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 compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) 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. (2) 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. (3) 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 that all subrecipients shall certify and disclose accordingly. /L Does offeror agree? YES V Initials of Authorized Representative of offeror 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 § 200.333. The offeror further certifies that Requirements for National Cooperative Contract Page 39 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 94 of 243 offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly �quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES i 1/-Z Initials of Authorized Representative of offeror 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). Does offeror agree? YES " -- Initials of Authorized Representative of offeror 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. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Does offeror agree? YES Jl /Z—' Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS — 2 C.F.R. § 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any 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 i terview and discussion relating to such documents. Does offeror agree? YES :}i1'7 _ Initials of Authorized Representative of offeror 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. Does offeror agree? YES' Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror's Name: 4 CAU`t r�U t/IL Address, City, State, and Zip Code: 01 Phone Number: (1) [ (?� 57(9 C9 &/(- �i?1 ] - qwq 0 61 Fax Number: Printed Name and Title of Autr� � orized 9 1 1/t` Representative: Spa e�aC VY1 a .fl ) 1614 C 4�, Email Address: Prn ►iW1vP G� PV( a (i J',, fn k^ Signature of Authorized Representative: Date; I T/ c9 9 1 cj Requirements for National Cooperative Contract Page 40 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 95 of 243 ERNWORK December 09, 2019 Regarding Exhibit G: It is Enwork's absolute intent to sell products into New Jersey. At (or before) time of award, Enwork will supply the appropriate Documents 1-7. Additional executive review was required prior to final sign off, Best regards, Brandon Reame VP, Sales & Marketing a COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Growjlggo(ft�z WT%900 chri!tgp&Pfi nvell, MI 49331 EXHIBIT H ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners, Public Sector and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii State of State of New Mexico State of South Massachusetts Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North State of Texas Carolina State of State of Indiana State of Mississippi State of North State of Utah Arkansas Dakota I State of State of Iowa State of Missouri State of Ohio State of California j I Vermont State of Colorado State of Kansas State of Montana State of Oklahoma State of Virqinia State of I State of I State of Nebraska State of Oregon State of Connecticut Kentucky Washington State of j State of j State of Nevada State of I State of West Delaware I Louisiana Pennsylvania Virqinia State of Florida I State of Maine I State of New State of Rhode State of Hampshire Island Wisconsin State of Georgia I State of I State of New State of South State of Maryland Jersey Carolina Wyoming District of Columbia J Lists of political subdivisions and local governments in the above referenced states / districts may be found at hitn://anPAW.usa.gov/Agencies/State and Territories.sh(ml and httt)s://www.usa.Qovilocal-aoverEzments. Certain Public Agencies and Political Subdivisions: Requirements for National Cooperative Contract Page 56 of 45 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 97 of 243 CITIES. TOWNS. VILLAGES AND BOROUGHS INCLUDING BUT NOT LIMITED TO: BAKER CITY GOLF COURSE, OR CITY OF ADAIR VILLAGE, OR CITY OF ASHLAND, OR CITY OF AUMSVILLE, OR CITY OF AURORA, OR CITY OF BAKER, OR CITY OF BATON ROUGE, LA CITY OF BEAVERTON, OR CITY OF BEND, OR CITY OF BOARDMAN, OR CITY OF BONANAZA, OR CITY OF BOSSIER CITY, LA CITY OF BROOKINGS, OR CITY OF BURNS, OR CITY OF CANBY, OR CITY OF CANYONVILLE, OR CITY OF CLATSKANIE, OR CITY OF COBURG, OR CITY OF CONDON, OR CITY OF COQUILLE, OR CITY OF CORVALLI, OR CITY OF CORVALLIS PARKS AND RECREATION DEPARTMENT, OR CITY OF COTTAGE GROVE, OR CITY OF DONALD, OR CITY OF EUGENE, OR CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CITY, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR CITY OF ST. PAUL, OR Requirements for National Cooperative Contract Page 57 of 45 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 98 of 243 CITY OF SULPHUR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR LEAGUE OF OREGON CITES THE CITY OF HAPPY VALLEY OREGON ALPINE, UT ALTA, UT ALTAMONT, UT ALTON, UT AMALGA, UT AMERICAN FORK CITY, UT ANNABELLA, UT ANTIMONY, UT APPLE VALLEY, UT AURORA, UT BALLARD, UT BEAR RIVER CITY, UT BEAVER, UT BICKNELL, UT BIG WATER, UT BLANDING, UT BLUFFDALE, UT BOULDER, UT CITY OF BOUNTIFUL, UT BRIAN HEAD, UT BRIGHAM CITY CORPORATION, UT BRYCE CANYON CITY, UT CANNONVILLE, UT CASTLE DALE, UT CASTLE VALLEY, UT CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CENTERFIELD, UT CENTERVILLE CITY CORPORATION, UT CENTRAL VALLEY, UT CHARLESTON, UT CIRCLEVILLE, UT CLARKSTON, UT CLAWSON, UT CLEARFIELD, UT CLEVELAND, UT CLINTON CITY CORPORATION, UT COALVILLE, UT CORINNE, UT CORNISH, UT COTTONWOOD HEIGHTS, UT DANIEL, UT DELTA, UT DEWEYVILLE, UT DRAPER CITY, UT DUCHESNE, UT EAGLE MOUNTAIN, UT EAST CARBON, UT ELK RIDGE, UT ELMO, UT ELSINORE, UT ELWOOD, UT Requirements for National Cooperative Contract Page 58 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 99 of 243 EMERY, UT ENOCH, UT ENTERPRISE, UT EPHRAIM, UT ESCALANTE, UT EUREKA, UT FAIRFIELD, UT FAIRVIEW, UT FARMINGTON, UT FARR WEST, UT FAYETTE, UT FERRON, UT FIELDING, UT FILLMORE, UT FOUNTAIN GREEN, UT FRANCIS, UT FRUIT HEIGHTS, UT GARDEN CITY, UT GARLAND, UT GENOLA, UT GLENDALE, UT GLENWOOD, UT GOSHEN, UT GRANTSVILLE, UT GREEN RIVER, UT GUNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH, UT HEBER CITY CORPORATION, UT HELPER, UT HENEFER, UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN, UT HOLLADAY, UT HONEYVILLE, UT HOOPER, UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDE PARK, UT HYRUM, UT INDEPENDENCE, UT IVINS, UT JOSEPH, UT JUNCTION, UT KAMAS, UT KANAB, UT KANARRAVILLE, UT KANOSH, UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM,UT LAKETOWN, UT LA VERKIN, UT LAYTON, UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT Requirements for National Cooperative Contract Page 59 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 100 of 243 LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT LYMAN, UT LYNNDYL, UT MANILA, UT MANTI, UT MANTUA, UT MAPLETON, UT MARRIOTT-SLATERVILLE, UT MARYSVALE, UT MAYFIELD, UT MEADOW, UT MENDON, UT MIDVALE CITY INC., UT MIDWAY, UT MILFORD, UT MILLVILLE, UT MINERSVILLE, UT MOAB, UT MONA, UT MONROE, UT CITY OF MONTICELLO, UT MORGAN, UT MORONI, UT MOUNT PLEASANT, UT MURRAY CITY CORPORATION, UT MYTON, UT NAPLES, UT NEPHI, UT NEW HARMONY, UT NEWTON, UT NIBLEY, UT NORTH LOGAN, UT NORTH OGDEN, UT NORTH SALT LAKE CITY, UT OAK CITY, UT OAKLEY, UT OGDEN CITY CORPORATION, UT OPHIR, UT ORANGEVILLE, UT ORDERVILLE, UT OREM, UT PANGUITCH, UT PARADISE, UT PARAGONAH, UT PARK CITY, UT PAROWAN, UT PAYSON, UT PERRY, UT PLAIN CITY, UT PLEASANT GROVE CITY, UT PLEASANT VIEW, UT PLYMOUTH, UT PORTAGE, UT PRICE, UT PROVIDENCE, UT PROVO, UT RANDOLPH,UT REDMOND, UT RICHFIELD, UT RICHMOND, UT RIVERDALE, UT Requirements for National Cooperative Contract Page 60 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 101 of 243 RIVER HEIGHTS, UT RIVERTON CITY, UT ROCKVILLE, UT ROCKY RIDGE, UT ROOSEVELT CITY CORPORATION, UT ROY, UT RUSH VALLEY, UT CITY OF ST. GEORGE, UT SALEM, UT SALINA, UT SALT LAKE CITY CORPORATION, UT SANDY, UT SANTA CLARA, UT SANTAQUIN, UT SARATOGA SPRINGS, UT SCIPIO, UT SCOFIELD, UT SIGURD, UT SMITHFIELD, UT SNOWVILLE, UT CITY OF SOUTH JORDAN, UT SOUTH OGDEN,UT CITY OF SOUTH SALT LAKE, UT SOUTH WEBER, UT SPANISH FORK, UT SPRING CITY, UT SPRINGDALE, UT SPRINGVILLE, UT STERLING, UT STOCKTON,UT SUNNYSIDE, UT SUNSET CITY CORP, UT SYRACUSE,UT TABIONA, UT CITY OF TAYLORSVILLE, UT TOOELE CITY CORPORATION, UT TOQUERVILLE, UT TORREY,UT TREMONTON CITY, UT TRENTON,UT TROPIC, UT UINTAH, UT VERNAL CITY, UT VERNON, UT VINEYARD, UT VIRGIN, UT WALES, UT WALLSBURG, UT WASHINGTON CITY, UT WASHINGTON TERRACE, UT WELLINGTON, UT WELLSVILLE, UT WENDOVER, UT WEST BOUNTIFUL, UT WEST HAVEN, UT WEST JORDAN, UT WEST POINT, UT WEST VALLEY CITY, UT WILLARD, UT WOODLAND HILLS, UT WOODRUFF, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH. LA Requirements for National Cooperative Contract Page 61 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 102 of 243 ASCENSION PARISH, LA, CLEAR OF COURT CADDO PARISH, LA CALCASIEU PARISH, LA CALCASIEU PARISH SHERIFF'S OFFICE, LA CITY AND COUNTY OF HONOLULU, HI CLACKAMAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR CLATSOP COUNTY, OR COLUMBIA COUNTY, OR COOS COUNTY, OR COOS COUNTY HIGHWAY DEPARTMENT, OR COUNTY OF HAWAII, OR CROOK COUNTY, OR CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COUNTY, OR JEFFERSON PARISH, LA JOSEPHINE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COUNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MULTNOMAH COUNTY SHERIFFS OFFICE, OR MULTNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CHARLES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SAINT TAMMANY PARISH, LA SHERMAN COUNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR UNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR Requirements for National Cooperative Contract Page 62 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 103 of 243 WEST BATON ROUGE PARISH, LA WHEELER COUNTY, OR YAMHILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF JUAB, UT COUNTY OF MILLARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PIUTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN JUAN, UT COUNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS. BOARDS. DISTRICTS. COMMISSIONS. COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES. RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: ADAIR R.F.P.D., OR ADEL WATER IMPROVEMENT DISTRICT, OR ADRIAN R.F.P.D., OR AGNESS COMMUNITY LIBRARY, OR AGNESS-ILLAHE R.F.P.D., OR AGRICULTURE EDUCATION SERVICE EXTENSION DISTRICT, OR ALDER CREEK-BARLOW WATER DISTRICT NO. 29, OR ALFALFA FIRE DISTRICT, OR ALSEA R.F.P.D., OR ALSEA RIVIERA WATER IMPROVEMENT DISTRICT, OR AMITY FIRE DISTRICT, OR ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR APPLE ROGUE DISTRICT IMPROVEMENT COMPANY, OR APPLEGATE VALLEY R.F.P.D. #9, OR ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT, OR ARCH CAPE SANITARY DISTRICT, OR ARNOLD IRRIGATION DISTRICT, OR ASH CREEK WATER CONTROL DISTRICT, OR ATHENA CEMETERY MAINTENANCE DISTRICT, OR AUMSVILLE R.F.PD , OR AURORA R.F.P.D., OR AZALEA R F.P.D., OR BADGER IMPROVEMENT DISTRICT, OR BAILEY -SPENCER R.F.P.D., OR BAKER COUNTY LIBRARY DISTRICT, OR BAKER R.F.P.D., OR BAKER RIVERTON ROAD DISTRICT, OR BAKER VALLEY IRRIGATION DISTRICT, OR BAKER VALLEY S.W.C.D., OR Requirements for National Cooperative Contract Page 63 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 104 of 243 BAKER VALLEY VECTOR CONTROL DISTRICT, OR BANDON CRANBERRY WATER CONTROL DISTRICT, OR BANDON K F.N.D., OR BANKS FIRE DISTRICT, OR BANKS FIRE DISTRICT #13, OR BAR L RANCH ROAD DISTRICT, OR BARLOW WATER IMPROVEMENT DISTRICT, OR BASIN AMBULANCE SERVICE DISTRICT, OR BASIN TRANSIT SERVICE TRANSPORTATION DISTRICT, OR BATON ROUGE WATER COMPANY BAY AREA HEALTH DISTRICT, OR BAYSHORE SPECIAL ROAD DISTRICT, OR BEAR VALLEY SPECIAL ROAD DISTRICT, OR BEAVER CREEK WATER CONTROL DISTRICT, OR BEAVER DRAINAGE IMPROVEMENT COMPANY, INC., OR BEAVER SLOUGH DRAINAGE DISTRICT, OR BEAVER SPECIAL ROAD DISTRICT, OR BEAVER WATER DISTRICT, OR BELLE MER S.I.G.L. TRACTS SPECIAL ROAD DISTRICT, OR BEND METRO PARK AND RECREATION DISTRICT BENTON S.W.CD , OR BERNDT SUBDIVISION WATER IMPROVEMENT DISTRICT, OR BEVERLY BEACH WATER DISTRICT, OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BIG BEND IRRIGATION DISTRICT, OR BIGGS SERVICE DISTRICT, OR BLACK BUTTE RANCH DEPARTMENT OF POLICE SERVICES, OR BLACK BUTTE RANCH R.F.P.D., OR BLACK MOUNTAIN WATER DISTRICT, OR BLODGETT-SUMMIT R F.P.D., OR BLUE MOUNTAIN HOSPITAL DISTRICT, OR BLUE MOUNTAIN TRANSLATOR DISTRICT, OR BLUE RIVER PARK & RECREATION DISTRICT, OR BLUE RIVER WATER DISTRICT, OR BLY R.F.P.D., OR BLY VECTOR CONTROL DISTRICT, OR BLY WATER AND SANITARY DISTRICT, OR BOARDMAN CEMETERY MAINTENANCE DISTRICT, OR BOARDMAN PARK AND RECREATION DISTRICT BOARDMAN R.F.P.D., OR BONANZA BIG SPRINGS PARK & RECREATION DISTRICT, OR BONANZA MEMORIAL PARK CEMETERY DISTRICT, OR BONANZA R.F.P.D., OR BONANZA-LANGELL VALLEY VECTOR CONTROL DISTRICT, OR BORING WATER DISTRICT #24, OR BOULDER CREEK RETREAT SPECIAL ROAD DISTRICT, OR BRIDGE R.F.P.D., OR BROOKS COMMUNITY SERVICE DISTRICT, OR BROWNSVILLE R.F.P.D., OR BUELL-RED PRAIRIE WATER DISTRICT, OR BUNKER HILL R.F.P.D. #1, OR BUNKER HILL SANITARY DISTRICT, OR BURLINGTON WATER DISTRICT, OR BURNT RIVER IRRIGATION DISTRICT, OR BURNT RIVER S.W.C.D., OR CALAPOOIA R.F.P.D., OR CAMAS VALLEY R.F.P.D., OR CAMELLIA PARK SANITARY DISTRICT, OR CAMMANN ROAD DISTRICT, OR CAMP SHERMAN ROAD DISTRICT, OR CANBY AREA TRANSIT, OR CANBY R.F.P.D. #62, OR CANBY UTILITY BOARD, OR CANNON BEACH R.F.P.D., OR CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR Requirements for National Cooperative Contract Page 64 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 105 of 243 CAPE FERRELO R.F.P.D., OR CAPE FOULWEATHER SANITARY DISTRICT, OR CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR CARMEL BEACH WATER DISTRICT, OR CASCADE VIEW ESTATES TRACT 2, OR CEDAR CREST SPECIAL ROAD DISTRICT, OR CEDAR TRAILS SPECIAL ROAD DISTRICT, OR CEDAR VALLEY - NORTH BANK R.F.P.D., OR CENTRAL CASCADES FIRE AND EMS, OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA CENTRAL LINCOLN P.U.D , OR CENTRAL OREGON COAST FIRE & RESCUE DISTRICT, OR CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CENTRAL OREGON IRRIGATION DISTRICT, OR CHAPARRAL WATER CONTROL DISTRICT, OR CHARLESTON FIRE DISTRICT, OR CHARLESTON SANITARY DISTRICT, OR CHARLOTTE ANN WATER DISTRICT, OR CHEHALEM PARK & RECREATION DISTRICT, OR CHEHALEM PARK AND RECREATION DISTRICT CHEMULT R.F.P.D., OR CHENOWITH WATER P.0 D., OR CHERRIOTS, OR CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT, OR CHILOQUIN VECTOR CONTROL DISTRICT, OR CHILOQUIN-AGENCY LAKE R.F.P.D., OR CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR CHR DISTRICT IMPROVEMENT COMPANY, OR CHRISTMAS VALLEY DOMESTIC WATER DISTRICT, OR CHRISTMAS VALLEY PARK & RECREATION DISTRICT, OR CHRISTMAS VALLEY R.F.P.D., OR CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS COUNTY FIRE DISTRICT #1, OR CLACKAMAS COUNTY SERVICE DISTRICT#1, OR CLACKAMAS COUNTY VECTOR CONTROL DISTRICT, OR CLACKAMAS RIVER WATER CLACKAMAS RIVER WATER, OR CLACKAMAS S.W.C.D., OR CLATSKANIE DRAINAGE IMPROVEMENT COMPANY, OR CLATSKANIE LIBRARY DISTRICT, OR CLATSKANIE P.U.D., OR CLATSKANIE PARK & RECREATION DISTRICT, OR CLATSKANIE PEOPLE'S UTILITY DISTRICT CLATSKANIE R F.P.D., OR CLATSOP CARE CENTER HEALTH DISTRICT, OR CLATSOP COUNTY S.W.C.D., OR CLATSOP DRAINAGE IMPROVEMENT COMPANY#15, INC., OR CLEAN WATER SERVICES CLEAN WATER SERVICES, OR CLOVERDALE R.F.P.D., OR CLOVERDALE SANITARY DISTRICT, OR CLOVERDALE WATER DISTRICT, OR COALEDO DRAINAGE DISTRICT, OR COBURG FIRE DISTRICT, OR COLESTIN RURAL FIRE DISTRICT, OR COLTON R.F.P.D., OR COLTON WATER DISTRICT #11, OR COLUMBIA 911 COMMUNICATIONS DISTRICT, OR COLUMBIA COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR COLUMBIA DRAINAGE VECTOR CONTROL, OR COLUMBIA IMPROVEMENT DISTRICT, OR COLUMBIA R.F.P.D., OR COLUMBIA RIVER FIRE & RESCUE, OR COLUMBIA RIVER PUD, OR COLUMBIA S.W.C.D., OR Requirements for National Cooperative Contract Page 65 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 106 of 243 COLUMBIA S.W.0 D , OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVATION COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS FOREST PROTECTIVE ASSOCIATION COOS S.W.C.D., OR COQUILLE R.F.P.D., OR COQUILLE VALLEY HOSPITAL DISTRICT, OR CORBETT WATER DISTRICT, OR CORNELIUS R.F.P.D., OR CORP RANCH ROAD WATER IMPROVEMENT, OR CORVALLIS R.F.P.D., OR COUNTRY CLUB ESTATES SPECIAL WATER DISTRICT, OR COUNTRY CLUB WATER DISTRICT, OR COUNTRY ESTATES ROAD DISTRICT, OR COVE CEMETERY MAINTENANCE DISTRICT, OR COVE ORCHARD SEWER SERVICE DISTRICT, OR COVE R.F.P.D, OR CRESCENT R.F.P.D., OR CRESCENT SANITARY DISTRICT, OR CRESCENT WATER SUPPLY AND IMPROVEMENT DISTRICT, OR CROOK COUNTY AGRICULTURE EXTENSION SERVICE DISTRICT, OR CROOK COUNTY CEMETERY DISTRICT, OR CROOK COUNTY FIRE AND RESCUE, OR CROOK COUNTY PARKS & RECREATION DISTRICT, OR CROOK COUNTY S.W.C.D., OR CROOK COUNTY VECTOR CONTROL DISTRICT, OR CROOKED RIVER RANCH R.F.P.D., OR CROOKED RIVER RANCH SPECIAL ROAD DISTRICT, OR CRYSTAL SPRINGS WATER DISTRICT, OR CURRY COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR CURRY COUNTY PUBLIC TRANSIT SERVICE DISTRICT, OR CURRY COUNTY S W.C.D., OR CURRY HEALTH DISTRICT, OR CURRY PUBLIC LIBRARY DISTRICT, OR DALLAS CEMETERY DISTRICT #4, OR DARLEY DRIVE SPECIAL ROAD DISTRICT, OR DAVID CROCKETT STEAM FIRE COMPANY#1, LA DAYS CREEK R.F.P.D., OR DAYTON FIRE DISTRICT, OR DEAN MINARD WATER DISTRICT, OR DEE IRRIGATION DISTRICT, OR DEER ISLAND DRAINAGE IMPROVEMENT COMPANY, OR DELL BROGAN CEMETERY MAINTENANCE DISTRICT, OR DEPOE BAY R.F.P.D., OR DESCHUTES COUNTY 911 SERVICE DISTRICT, OR DESCHUTES COUNTY R.F.P.D. #2, OR DESCHUTES PUBLIC LIBRARY DISTRICT, OR DESCHUTES S.W.C.D., OR DESCHUTES VALLEY WATER DISTRICT, OR DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR DEXTER R.F.P D., OR DEXTER SANITARY DISTRICT, OR DORA-SITKUM R.F.P.D., OR DOUGLAS COUNTY FIRE DISTRICT#2, OR DOUGLAS S.W.C.D., OR DRAKES CROSSING R.F.P.D., OR DRRH SPECIAL ROAD DISTRICT #6, OR DRY GULCH DITCH DISTRICT IMPROVEMENT COMPANY, OR DUFUR RECREATION DISTRICT, OR DUMBECK LANE DOMESTIC WATER SUPPLY, OR DUNDEE R.F.P.D., OR DURKEE COMMUNITY BUILDING PRESERVATION DISTRICT, OR Requirements for National Cooperative Contract Page 66 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 107 of 243 EAGLE POINT IRRIGATION DISTRICT, OR EAGLE VALLEY CEMETERY MAINTENANCE DISTRICT, OR EAGLE VALLEY R.F.P.D., OR EAGLE VALLEY S.W.C.D., OR EAST FORK IRRIGATION DISTRICT, OR EAST MULTNOMAH S.W.C.D., OR EAST SALEM SERVICE DISTRICT, OR EAST UMATILLA CHEMICAL CONTROL DISTRICT, OR EAST UMATILLA COUNTY AMBULANCE AREA HEALTH DISTRICT, OR EAST UMATILLA COUNTY R.F.P.D., OR EAST VALLEY WATER DISTRICT, OR ELGIN COMMUNITY PARKS & RECREATION DISTRICT, OR ELGIN HEALTH DISTRICT, OR ELGIN R.F.P.D., OR ELKTON ESTATES PHASE II SPECIAL ROAD DISTRICT, OR ELKTON R.F.P.D., OR EMERALD P.U.D., OR ENTERPRISE IRRIGATION DISTRICT, OR ESTACADA CEMETERY MAINTENANCE DISTRICT, OR ESTACADA R.F.P.D. #69, OR EUGENE R F.P.D. # 1, OR EUGENE WATER AND ELECTRIC BOARD EVANS VALLEY FIRE DISTRICT #6, OR FAIR OAKS R.F.P.D., OR FAIRVIEW R.F.P.D., OR FAIRVIEW WATER DISTRICT, OR FALCON HEIGHTS WATER AND SEWER, OR FALCON -COVE BEACH WATER DISTRICT, OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR FARGO INTERCHANGE SERVICE DISTRICT, OR FARMERS IRRIGATION DISTRICT, OR FAT ELK DRAINAGE DISTRICT, OR FERN RIDGE PUBLIC LIBRARY DISTRICT, OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT, OR FOR FAR ROAD DISTRICT, OR FOREST GROVE R.F.P.D., OR FOREST VIEW SPECIAL ROAD DISTRICT, OR FORT ROCK -SILVER LAKE S.W.C.D., OR FOUR RIVERS VECTOR CONTROL DISTRICT, OR FOX CEMETERY MAINTENANCE DISTRICT, OR GARDINER R.F.P.D., OR GARDINER SANITARY DISTRICT, OR GARIBALDI R.F.P.D, OR GASTON R.F.P D., OR GATES R.F.P.D., OR GEARHART R.F.P.D., OR GILLIAM S.W.C.D., OR GLENDALE AMBULANCE DISTRICT, OR GLENDALE R.F.P.D., OR GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR GLENEDEN SANITARY DISTRICT, OR GLENWOOD WATER DISTRICT, OR GLIDE - IDLEYLD SANITARY DISTRICT, OR GLIDE R.F.P.D., OR GOLD BEACH - WEDDERBURN R.F.P.D., OR GOLD HILL IRRIGATION DISTRICT, OR GOLDFINCH ROAD DISTRICT, OR GOSHEN R.F.P.D., OR GOVERNMENT CAMP ROAD DISTRICT, OR GOVERNMENT CAMP SANITARY DISTRICT, OR GRAND PRAIRIE WATER CONTROL DISTRICT, OR GRAND RONDE SANITARY DISTRICT, OR GRANT COUNTY TRANSPORTATION DISTRICT, OR GRANT S.W.C.D., OR GRANTS PASS IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 67 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 108 of 243 GREATER BOWEN VALLEY R.F.P.D., OR GREATER ST. HELENS PARK & RECREATION DISTRICT, OR GREATER TOLEDO POOL RECREATION DISTRICT, OR GREEN KNOLLS SPECIAL ROAD DISTRICT, OR GREEN SANITARY DISTRICT, OR GREENACRES R.F.P.D., OR GREENBERRY IRRIGATION DISTRICT, OR GREENSPRINGS RURAL FIRE DISTRICT, OR HAHLEN ROAD SPECIAL DISTRICT, OR HAINES CEMETERY MAINTENANCE DISTRICT, OR HAINES FIRE PROTECTION DISTRICT, OR HALSEY-SHEDD R.F.P.D., OR HAMLET R.F.P D., OR HARBOR R.F.P.D., OR HARBOR SANITARY DISTRICT, OR HARBOR WATER P U.D., OR HARNEY COUNTY HEALTH DISTRICT, OR HARNEY S.W.C.D., OR HARPER SOUTH SIDE IRRIGATION DISTRICT, OR HARRISBURG FIRE AND RESCUE, OR HAUSER R.F.P.D., OR HAZELDELL RURAL FIRE DISTRICT, OR HEBO JOINT WATER -SANITARY AUTHORITY, OR HECETA WATER P.U.D., OR HELIX CEMETERY MAINTENANCE DISTRICT #4, OR HELIX PARK & RECREATION DISTRICT, OR HELIX R F.P.D. #7-411, OR HEPPNER CEMETERY MAINTENANCE DISTRICT, OR HEPPNER R.F.P D., OR HEPPNER WATER CONTROL DISTRICT, OR HEREFORD COMMUNITY HALL RECREATION DISTRICT, OR HERMISTON CEMETERY DISTRICT, OR HERMISTON IRRIGATION DISTRICT, OR HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT DISTRICT, OR HIGH DESERT PARK & RECREATION DISTRICT, OR HIGHLAND SUBDIVISION WATER DISTRICT, OR HONOLULU INTERNATIONAL AIRPORT HOOD RIVER COUNTY LIBRARY DISTRICT, OR HOOD RIVER COUNTY TRANSPORTATION DISTRICT, OR HOOD RIVER S.W.C.D., OR HOOD RIVER VALLEY PARKS & RECREATION DISTRICT, OR HOODLAND FIRE DISTRICT #74 HOODLAND FIRE DISTRICT #74, OR HORSEFLY IRRIGATION DISTRICT, OR HOSKINS-KINGS VALLEY R.F.P.D., OR HOUSING AUTHORITY OF PORTLAND HUBBARD R.F.P.D., OR HUDSON BAY DISTRICT IMPROVEMENT COMPANY, OR I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR ICE FOUNTAIN WATER DISTRICT, OR IDAHO POINT SPECIAL ROAD DISTRICT, OR IDANHA-DETROIT RURAL FIRE PROTECTION DISTRICT, OR ILLINOIS VALLEY FIRE DISTRICT ILLINOIS VALLEY R.F.P.D., OR ILLINOIS VALLEY S.W.C.D., OR IMBLER R.F.P.D., OR INTERLACHEN WATER P.U.D., OR IONE LIBRARY DISTRICT, OR IONE R.F.P.D. #6-604, OR IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR IRONSIDE RURAL ROAD DISTRICT #5, OR IRRIGON PARK & RECREATION DISTRICT, OR IRRIGON R.F.P.D., OR ISLAND CITY AREA SANITATION DISTRICT, OR ISLAND CITY CEMETERY MAINTENANCE DISTRICT, OR Requirements for National Cooperative Contract Page 68 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 109 of 243 JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR JACKSON COUNTY FIRE DISTRICT #3, OR JACKSON COUNTY FIRE DISTRICT #4, OR JACKSON COUNTY FIRE DISTRICT #5, OR JACKSON COUNTY LIBRARY DISTRICT, OR JACKSON COUNTY VECTOR CONTROL DISTRICT, OR JACKSON S.W.C.D., OR JASPER KNOLLS WATER DISTRICT, OR JEFFERSON COUNTY EMERGENCY MEDICAL SERVICE DISTRICT, OR JEFFERSON COUNTY FIRE DISTRICT #1, OR JEFFERSON COUNTY LIBRARY DISTRICT, OR JEFFERSON COUNTY S.W.C.D., OR JEFFERSON PARK & RECREATION DISTRICT, OR JEFFERSON R.F.P.D., OR JOB'S DRAINAGE DISTRICT, OR JOHN DAY WATER DISTRICT, OR JOHN DAY -CANYON CITY PARKS & RECREATION DISTRICT, OR JOHN DAY-FERNHILL R.F.P.D. #5-108, OR JORDAN VALLEY CEMETERY DISTRICT, OR JORDAN VALLEY IRRIGATION DISTRICT, OR JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR JOSEPHINE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR JOSEPHINE COUNTY 911 AGENCY, OR JUNCTION CITY R.F.P.D., OR JUNCTION CITY WATER CONTROL DISTRICT, OR JUNIPER BUTTE ROAD DISTRICT, OR JUNIPER CANYON WATER CONTROL DISTRICT, OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY, OR JUNIPER FLAT R.F.P D , OR JUNO NONPROFIT WATER IMPROVEMENT DISTRICT, OR KEATING R.F.P.D., OR KEATING S.W.C.D., OR KEIZER R.F.P.D., OR KELLOGG RURAL FIRE DISTRICT, OR KENO IRRIGATION DISTRICT, OR KENO PINES ROAD DISTRICT, OR KENO R.F.P.D., OR KENT WATER DISTRICT, OR KERBY WATER DISTRICT, OR K-GB-LB WATER DISTRICT, OR KILCHIS WATER DISTRICT, OR KLAMATH 9-1-1 COMMUNICATIONS DISTRICT, OR KLAMATH BASIN IMPROVEMENT DISTRICT, OR KLAMATH COUNTY DRAINAGE SERVICE DISTRICT, OR KLAMATH COUNTY EXTENSION SERVICE DISTRICT, OR KLAMATH COUNTY FIRE DISTRICT#1, OR KLAMATH COUNTY FIRE DISTRICT #3, OR KLAMATH COUNTY FIRE DISTRICT #4, OR KLAMATH COUNTY FIRE DISTRICT #5, OR KLAMATH COUNTY LIBRARY SERVICE DISTRICT, OR KLAMATH COUNTY PREDATORY ANIMAL CONTROL DISTRICT, OR KLAMATH DRAINAGE DISTRICT, OR KLAMATH FALLS FOREST ESTATES SPECIAL ROAD DISTRICT UNIT#2, OR KLAMATH INTEROPERABILITY RADIO GROUP, OR KLAMATH IRRIGATION DISTRICT, OR KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT, OR KLAMATH S.W.C.D., OR KLAMATH VECTOR CONTROL DISTRICT, OR KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR LA GRANDE CEMETERY MAINTENANCE DISTRICT, OR LA GRANDE R.F.P.D., OR LA PINE PARK & RECREATION DISTRICT, OR LA PINE R.F.P.D., OR LABISH VILLAGE SEWAGE & DRAINAGE, OR LACOMB IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 69 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 110 of 243 LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT- DHH-OPH REGION 3 LAIDLAW WATER DISTRICT, OR LAKE CHINOOK FIRE & RESCUE, OR LAKE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR LAKE COUNTY LIBRARY DISTRICT, OR LAKE CREEK R.F.P.D. - JACKSON, OR LAKE CREEK R.F.P.D. - LANE COUNTY, OR LAKE DISTRICT HOSPITAL, OR LAKE GROVE R.F.P.D. NO. 57, OR LAKE GROVE WATER DISTRICT, OR LAKE LABISH WATER CONTROL DISTRICT, OR LAKE POINT SPECIAL ROAD DISTRICT, OR LAKESIDE R.F.P.D. #4, OR LAKESIDE WATER DISTRICT, OR LAKEVIEW R.F.P.D., OR LAKEVIEW S.W.C.D., OR LAMONTAI IMPROVEMENT DISTRICT, OR LANE FIRE AUTHORITY, OR LANE LIBRARY DISTRICT, OR LANE TRANSIT DISTRICT, OR LANGELL VALLEY IRRIGATION DISTRICT, OR LANGLOIS PUBLIC LIBRARY, OR LANGLOIS R.F.P.D., OR LANGLOIS WATER DISTRICT, OR LAZY RIVER SPECIAL ROAD DISTRICT, OR LEBANON AQUATIC DISTRICT, OR LEBANON R.F.P.D., OR LEWIS & CLARK R.F.P.D., OR LINCOLN COUNTY LIBRARY DISTRICT, OR LINCOLN S.W.C.D., OR LINN COUNTY EMERGENCY TELEPHONE AGENCY, OR LINN S.W.C.D., OR LITTLE MUDDY CREEK WATER CONTROL, OR LITTLE NESTUCCA DRAINAGE DISTRICT, OR LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR LONE PINE IRRIGATION DISTRICT, OR LONG PRAIRIE WATER DISTRICT, OR LOOKINGGLASS OLALLA WATER CONTROL DISTRICT, OR LOOKINGGLASS RURAL FIRE DISTRICT, OR LORANE R.F.P.D., OR LOST & BOULDER DITCH IMPROVEMENT DISTRICT, OR LOST CREEK PARK SPECIAL ROAD DISTRICT, OR LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS LOWELL R.F.P.D., OR LOWER MCKAY CREEK R.F.P.D., OR LOWER MCKAY CREEK WATER CONTROL DISTRICT, OR LOWER POWDER RIVER IRRIGATION DISTRICT, OR LOWER SILETZ WATER DISTRICT, OR LOWER UMPQUA HOSPITAL DISTRICT, OR LOWER UMPQUA PARK & RECREATION DISTRICT, OR LOWER VALLEY WATER IMPROVEMENT DISTRICT, OR LUCE LONG DITCH DISTRICT IMPROVEMENT CO., OR LUSTED WATER DISTRICT, OR LYONS R.F.P.D., OR LYONS-MEHAMA WATER DISTRICT, OR MADRAS AQUATIC CENTER DISTRICT, OR MAKAI SPECIAL ROAD DISTRICT, OR MALHEUR COUNTY S.W.C.D., OR MALHEUR COUNTY VECTOR CONTROL DISTRICT, OR MALHEUR DISTRICT IMPROVEMENT COMPANY, OR MALHEUR DRAINAGE DISTRICT, OR MALHEUR MEMORIAL HEALTH DISTRICT, OR MALIN COMMUNITY CEMETERY MAINTENANCE DISTRICT, OR Requirements for National Cooperative Contract Page 70 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 111 of 243 MALIN COMMUNITY PARK & RECREATION DISTRICT, OR MALIN IRRIGATION DISTRICT, OR MALIN R.F P.D., OR MAPLETON FIRE DEPARTMENT, OR MAPLETON WATER DISTRICT, OR MARCOLA WATER DISTRICT, OR MARION COUNTY EXTENSION & 4H SERVICE DISTRICT, OR MARION COUNTY FIRE DISTRICT #1, OR MARION JACK IMPROVEMENT DISTRICT, OR MARION S.W C.D., OR MARY'S RIVER ESTATES ROAD DISTRICT, OR MCDONALD FOREST ESTATES SPECIAL ROAD DISTRICT, OR MCKAY ACRES IMPROVEMENT DISTRICT, OR MCKAY DAM R.F.P.D. # 7-410, OR MCKENZIE FIRE & RESCUE, OR MCKENZIE PALISADES WATER SUPPLY CORPORATION, OR MCMINNVILLE R.F.P.D., OR MCNULTY WATER P.U.D., OR MEADOWS DRAINAGE DISTRICT, OR MEDFORD IRRIGATION DISTRICT, OR MEDFORD R.F.P.D. #2, OR MEDFORD WATER COMMISSION MEDICAL SPRINGS R.F.P.D., OR MELHEUR COUNTY JAIL, OR MERLIN COMMUNITY PARK DISTRICT, OR MERRILL CEMETERY MAINTENANCE DISTRICT, OR MERRILL PARK DISTRICT, OR MERRILL R.F P.D., OR METRO REGIONAL GOVERNMENT METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMMISSION METROPOLITAN SERVICE DISTRICT (METRO) MID COUNTY CEMETERY MAINTENANCE DISTRICT, OR MID-COLUMBIA FIRE AND RESCUE, OR MIDDLE FORK IRRIGATION DISTRICT, OR MIDLAND COMMUNITY PARK, OR MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR MILES CROSSING SANITARY SEWER DISTRICT, OR MILL CITY R.F.P.D. #2-303, OR MILL FOUR DRAINAGE DISTRICT, OR MILLICOMA RIVER PARK & RECREATION DISTRICT, OR MILLINGTON R.F.P.D. #5, OR MILO VOLUNTEER FIRE DEPARTMENT, OR MILTON-FREEWATER AMBULANCE SERVICE AREA HEALTH DISTRICT, OR MILTON-FREEWATER WATER CONTROL DISTRICT, OR MIROCO SPECIAL ROAD DISTRICT, OR MIST-BIRKENFELD R.F.P.D., OR MODOC POINT IRRIGATION DISTRICT, OR MODOC POINT SANITARY DISTRICT, OR MOHAWK VALLEY R.F.P.D., OR MOLALLA AQUATIC DISTRICT, OR MOLALLA R.F.P.D. #73, OR MONITOR R.F.P.D., OR MONROE R F.P.D., OR MONUMENT CEMETERY MAINTENANCE DISTRICT, OR MONUMENT S.W.C.D., OR MOOREA DRIVE SPECIAL ROAD DISTRICT, OR MORO R.F.P.D., OR MORROW COUNTY HEALTH DISTRICT, OR MORROW COUNTY UNIFIED RECREATION DISTRICT, OR MORROW S.W.C.D., OR MOSIER FIRE DISTRICT, OR MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR MT. ANGEL R.F.P.D., OR MT HOOD IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 71 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 112 of 243 MT. LAKI CEMETERY DISTRICT, OR MT. VERNON R.F.P.D., OR MULINO WATER DISTRICT#1, OR MULTNOMAH COUNTY DRAINAGE DISTRICT#1, OR MULTNOMAH COUNTY R.F.P.D. #10, OR MULTNOMAH COUNTY R.F.P.D. #14, OR MULTNOMAH EDUCATION SERVICE DISTRICT MYRTLE CREEK R.F.P.D., OR NEAH-KAH-NIE WATER DISTRICT, OR NEDONNA R.F.P.D., OR NEHALEM BAY FIRE AND RESCUE, OR NEHALEM BAY HEALTH DISTRICT, OR NEHALEM BAY WASTEWATER AGENCY, OR NESIKA BEACH-OPHIR WATER DISTRICT, OR NESKOWIN REGIONAL SANITARY AUTHORITY, OR NESKOWIN REGIONAL WATER DISTRICT, OR NESTUCCA R.F.P.D., OR NETARTS WATER DISTRICT, OR NETARTS-OCEANSIDE R.F.P.D., OR NETARTS-OCEANSIDE SANITARY DISTRICT, OR NEW BRIDGE WATER SUPPLY DISTRICT, OR NEW CARLTON FIRE DISTRICT, OR NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NEW PINE CREEK R.F.P.D., OR NEWBERG R.F.P.D., OR NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR NEWPORT R.F.P D., OR NEWT YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR NORTH ALBANY R.F.P.D., OR NORTH BAY R F.P.D. #9, OR NORTH CLACKAMAS PARKS & RECREATION DISTRICT, OR NORTH COUNTY RECREATION DISTRICT, OR NORTH DOUGLAS COUNTY FIRE & EMS, OR NORTH DOUGLAS PARK & RECREATION DISTRICT, OR NORTH GILLIAM COUNTY HEALTH DISTRICT, OR NORTH GILLIAM COUNTY R.F.P.D., OR NORTH LAKE HEALTH DISTRICT, OR NORTH LEBANON WATER CONTROL DISTRICT, OR NORTH LINCOLN FIRE & RESCUE DISTRICT#1, OR NORTH LINCOLN HEALTH DISTRICT, OR NORTH MORROW VECTOR CONTROL DISTRICT, OR NORTH SHERMAN COUNTY R.F.P.D, OR NORTH UNIT IRRIGATION DISTRICT, OR NORTHEAST OREGON HOUSING AUTHORITY, OR NORTHEAST WHEELER COUNTY HEALTH DISTRICT, OR NORTHERN WASCO COUNTY P.U.D., OR NORTHERN WASCO COUNTY PARK & RECREATION DISTRICT, OR NYE DITCH USERS DISTRICT IMPROVEMENT, OR NYSSA ROAD ASSESSMENT DISTRICT #2, OR NYSSA RURAL FIRE DISTRICT, OR NYSSA-ARCADIA DRAINAGE DISTRICT, OR OAK LODGE WATER SERVICES, OR OAKLAND R.F.P.D., OR OAKVILLE COMMUNITY CENTER, OR OCEANSIDE WATER DISTRICT, OR OCHOCO IRRIGATION DISTRICT, OR OCHOCO WEST WATER AND SANITARY AUTHORITY, OR ODELL SANITARY DISTRICT, OR OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR ONTARIO LIBRARY DISTRICT, OR ONTARIO R.F.P.D., OR OPHIR R.F.P.D., OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMUNITY SERVICES Requirements for National Cooperative Contract Page 72 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 113 of 243 OREGON INTERNATIONAL PORT OF COOS BAY, OR OREGON LEGISLATIVE ADMINISTRATION OREGON OUTBACK R.F P.D., OR OREGON POINT, OR OREGON TRAIL LIBRARY DISTRICT, OR OTTER ROCK WATER DISTRICT, OR OWW UNIT #2 SANITARY DISTRICT, OR OWYHEE CEMETERY MAINTENANCE DISTRICT, OR OWYHEE IRRIGATION DISTRICT, OR PACIFIC CITY JOINT WATER -SANITARY AUTHORITY, OR PACIFIC COMMUNITIES HEALTH DISTRICT, OR PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR PALATINE HILL WATER DISTRICT, OR PALMER CREEK WATER DISTRICT IMPROVEMENT COMPANY, OR PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR PANTHER CREEK ROAD DISTRICT, OR PANTHER CREEK WATER DISTRICT, OR PARKDALE R.F.P.D., OR PARKDALE SANITARY DISTRICT, OR PENINSULA DRAINAGE DISTRICT #1, OR PENINSULA DRAINAGE DISTRICT#2, OR PHILOMATH FIRE AND RESCUE, OR PILOT ROCK CEMETERY MAINTENANCE DISTRICT #5, OR PILOT ROCK PARK & RECREATION DISTRICT, OR PILOT ROCK R.F.P.D., OR PINE EAGLE HEALTH DISTRICT, OR PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR PINE GROVE IRRIGATION DISTRICT, OR PINE GROVE WATER DISTRICT-KLAMATH FALLS, OR PINE GROVE WATER DISTRICT-MAUPIN, OR PINE VALLEY CEMETERY DISTRICT, OR PINE VALLEY R.F.P.D., OR PINEWOOD COUNTRY ESTATES SPECIAL ROAD DISTRICT, OR PIONEER DISTRICT IMPROVEMENT COMPANY, OR PISTOL RIVER CEMETERY MAINTENANCE DISTRICT, OR PISTOL RIVER FIRE DISTRICT, OR PLEASANT HILL R.F.P.D., OR PLEASANT HOME WATER DISTRICT, OR POCAHONTAS MINING AND IRRIGATION DISTRICT, OR POE VALLEY IMPROVEMENT DISTRICT, OR POE VALLEY PARK & RECREATION DISTRICT, OR POE VALLEY VECTOR CONTROL DISTRICT, OR POLK COUNTY FIRE DISTRICT #1, OR POLK S.W.C.D., OR POMPADOUR WATER IMPROVEMENT DISTRICT, OR PONDEROSA PINES EAST SPECIAL ROAD DISTRICT, OR PORT OF ALSEA, OR PORT OF ARLINGTON, OR PORT OF ASTORIA, OR PORT OF BANDON, OR PORT OF BRANDON, OR PORT OF BROOKINGS HARBOR, OR PORT OF CASCADE LOCKS, OR PORT OF COQUILLE RIVER, OR PORT OF GARIBALDI, OR PORT OF GOLD BEACH, OR PORT OF HOOD RIVER, OR PORT OF MORGAN CITY, LA PORT OF MORROW, OR PORT OF NEHALEM, OR PORT OF NEWPORT, OR PORT OF PORT ORFORD, OR PORT OF PORTLAND, OR PORT OF SIUSLAW, OR PORT OF ST. HELENS, OR Requirements for National Cooperative Contract Page 73 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 114 of 243 PORT OF THE DALLES, OR PORT OF TILLAMOOK BAY, OR PORT OF TOLEDO, OR PORT OF UMATILLA, OR PORT OF UMPQUA, OR PORT ORFORD CEMETERY MAINTENANCE DISTRICT, OR PORT ORFORD PUBLIC LIBRARY DISTRICT, OR PORT ORFORD R.F.P.D., OR PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR POWDER R.F.P.D., OR POWDER RIVER R.F.P.D., OR POWDER VALLEY WATER CONTROL DISTRICT, OR POWERS HEALTH DISTRICT, OR PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT#1, OR PROSPECT R.F.P.D., OR QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR QUEENER IRRIGATION IMPROVEMENT DISTRICT, OR RAINBOW WATER DISTRICT, OR RAINIER CEMETERY DISTRICT, OR RAINIER DRAINAGE IMPROVEMENT COMPANY, OR RALEIGH WATER DISTRICT, OR REDMOND AREA PARK & RECREATION DISTRICT, OR REDMOND FIRE AND RESCUE, OR RIDDLE FIRE PROTECTION DISTRICT, OR RIDGEWOOD DISTRICT IMPROVEMENT COMPANY, OR RIDGEWOOD ROAD DISTRICT, OR RIETH SANITARY DISTRICT, OR RIETH WATER DISTRICT, OR RIMROCK WEST IMPROVEMENT DISTRICT, OR RINK CREEK WATER DISTRICT, OR RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR RIVER MEADOWS IMPROVEMENT DISTRICT, OR RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR RIVER ROAD PARK & RECREATION DISTRICT, OR RIVER ROAD WATER DISTRICT, OR RIVERBEND RIVERBANK WATER IMPROVEMENT DISTRICT, OR RIVERDALE R.F.P.D. 11-JT, OR RIVERGROVE WATER DISTRICT, OR RIVERSIDE MISSION WATER CONTROL DISTRICT, OR RIVERSIDE R F.P.D. #7-406, OR RIVERSIDE WATER DISTRICT, OR ROBERTS CREEK WATER DISTRICT, OR ROCK CREEK DISTRICT IMPROVEMENT, OR ROCK CREEK WATER DISTRICT, OR ROCKWOOD WATER P.U.D., OR ROCKY POINT FIRE & EMS, OR ROGUE RIVER R.F.P.D., OR ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR ROGUE VALLEY SEWER SERVICES, OR ROGUE VALLEY SEWER, OR ROGUE VALLEY TRANSPORTATION DISTRICT, OR ROSEBURG URBAN SANITARY AUTHORITY, OR ROSEWOOD ESTATES ROAD DISTRICT, OR ROW RIVER VALLEY WATER DISTRICT, OR RURAL ROAD ASSESSMENT DISTRICT #3, OR RURAL ROAD ASSESSMENT DISTRICT #4, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM AREA MASS TRANSIT DISTRICT, OR Requirements for National Cooperative Contract Page 74 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 115 of 243 SALEM MASS TRANSIT DISTRICT SALEM SUBURBAN R.F.P.D., OR SALISHAN SANITARY DISTRICT, OR SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR SALMON RIVER PARK WATER IMPROVEMENT DISTRICT, OR SALMONBERRY TRAIL INTERGOVERNMENTAL AGENCY, OR SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR SANDY DRAINAGE IMPROVEMENT COMPANY, OR SANDY R.F.P.D. #72, OR SANTA CLARA R.F.P.D., OR SANTA CLARA WATER DISTRICT, OR SANTIAM WATER CONTROL DISTRICT, OR SAUVIE ISLAND DRAINAGE IMPROVEMENT COMPANY, OR SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J, OR SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY, OR SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR SCAPPOOSE R.F.P.D., OR SCIO R.F.P.D., OR SCOTTSBURG R.F.P.D., OR SEAL ROCK R.F.P.D., OR SEAL ROCK WATER DISTRICT, OR SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SHANGRI-LA WATER DISTRICT, OR SHASTA VIEW IRRIGATION DISTRICT, OR SHELLEY ROAD CREST ACRES WATER DISTRICT, OR SHERIDAN FIRE DISTRICT, OR SHERMAN COUNTY HEALTH DISTRICT, OR SHERMAN COUNTY S.W.C.D., OR SHORELINE SANITARY DISTRICT, OR SILETZ KEYS SANITARY DISTRICT, OR SILETZ R.F.P.D., OR SILVER FALLS LIBRARY DISTRICT, OR SILVER LAKE IRRIGATION DISTRICT, OR SILVER LAKE R.F.P.D., OR SILVER SANDS SPECIAL ROAD DISTRICT, OR SILVERTON R.F.P.D. NO. 2, OR SISTERS PARKS & RECREATION DISTRICT, OR SISTERS -CAMP SHERMAN R.F.P.D., OR SIUSLAW PUBLIC LIBRARY DISTRICT, OR SIUSLAW S.W.C.D., OR SIUSLAW VALLEY FIRE AND RESCUE, OR SIXES R.F.P.D., OR SKIPANON WATER CONTROL DISTRICT, OR SKYLINE VIEW DISTRICT IMPROVEMENT COMPANY, OR SLEEPY HOLLOW WATER DISTRICT, OR SMITH DITCH DISTRICT IMPROVEMENT COMPANY, OR SOUTH CLACKAMAS TRANSPORTATION DISTRICT, OR SOUTH COUNTY HEALTH DISTRICT, OR SOUTH FORK WATER BOARD, OR SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR SOUTH LAFOURCHE LEVEE DISTRICT, LA SOUTH LANE COUNTY FIRE & RESCUE, OR SOUTH SANTIAM RIVER WATER CONTROL DISTRICT, OR SOUTH SHERMAN FIRE DISTRICT, OR SOUTH SUBURBAN SANITARY DISTRICT, OR SOUTH WASCO PARK & RECREATION DISTRICT, OR SOUTHERN COOS HEALTH DISTRICT, OR SOUTHERN CURRY CEMETERY MAINTENANCE DISTRICT, OR SOUTHVIEW IMPROVEMENT DISTRICT, OR SOUTHWEST LINCOLN COUNTY WATER DISTRICT, OR SOUTHWESTERN POLK COUNTY R.F.P.D., OR SOUTHWOOD PARK WATER DISTRICT, OR SPECIAL ROAD DISTRICT#1, OR Requirements for National Cooperative Contract Page 75 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 116 of 243 SPECIAL ROAD DISTRICT #8, OR SPRING RIVER SPECIAL ROAD DISTRICT, OR SPRINGFIELD UTILITY BOARD, OR ST. PAUL R.F.P.D, OR STANFIELD CEMETERY DISTRICT#6, OR STANFIELD IRRIGATION DISTRICT, OR STARR CREEK ROAD DISTRICT, OR STARWOOD SANITARY DISTRICT, OR STAYTON FIRE DISTRICT, OR SUBLIMITY FIRE DISTRICT, OR SUBURBAN EAST SALEM WATER DISTRICT, OR SUBURBAN LIGHTING DISTRICT, OR SUCCOR CREEK DISTRICT IMPROVEMENT COMPANY, OR SUMMER LAKE IRRIGATION DISTRICT, OR SUMMERVILLE CEMETERY MAINTENANCE DISTRICT, OR SUMNER R.F.P.D., OR SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR SUNDOWN SANITATION DISTRICT, OR SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR SUNNYSIDE IRRIGATION DISTRICT, OR SUNRISE WATER AUTHORITY, OR SUNRIVER SERVICE DISTRICT, OR SUNSET EMPIRE PARK & RECREATION DISTRICT, OR SUNSET EMPIRE TRANSPORTATION DISTRICT, OR SURFLAND ROAD DISTRICT, OR SUTHERLIN VALLEY RECREATION DISTRICT, OR SUTHERLIN WATER CONTROL DISTRICT, OR SWALLEY IRRIGATION DISTRICT, OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, OR SWEET HOME FIRE & AMBULANCE DISTRICT, OR SWISSHOME-DEADWOOD R.F.P.D., OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, OR TALENT IRRIGATION DISTRICT, OR TANGENT R.F.P.D., OR TENMILE R.F P.D., OR TERREBONNE DOMESTIC WATER DISTRICT, OR THE DALLES IRRIGATION DISTRICT, OR THOMAS CREEK-WESTSIDE R.F.P.D., OR THREE RIVERS RANCH ROAD DISTRICT, OR THREE SISTERS IRRIGATION DISTRICT, OR TIGARD TUALATIN AQUATIC DISTRICT, OR TIGARD WATER DISTRICT, OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, OR TILLAMOOK COUNTY EMERGENCY COMMUNICATIONS DISTRICT, OR TILLAMOOK COUNTY S.W.C.D., OR TILLAMOOK COUNTY TRANSPORTATION DISTRICT, OR TILLAMOOK FIRE DISTRICT, OR TILLAMOOK P.U.D., OR TILLER R.F.P.D, OR TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, OR TOLEDO R.F.P.D., OR TONE WATER DISTRICT, OR TOOLEY WATER DISTRICT, OR TRASK DRAINAGE DISTRICT, OR TRI CITY R.F.P.D. #4, OR TRI-CITY WATER & SANITARY AUTHORITY, OR TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TRIMET, OR TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN HILLS PARK & RECREATION DISTRICT, OR TUALATIN S.W.C.D., OR TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY FIRE & RESCUE, OR TUALATIN VALLEY IRRIGATION DISTRICT, OR TUALATIN VALLEY WATER DISTRICT Requirements for National Cooperative Contract Page 76 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 117 of 243 TUALATIN VALLEY WATER DISTRICT, OR TUMALO IRRIGATION DISTRICT, OR TURNER FIRE DISTRICT, OR TWIN ROCKS SANITARY DISTRICT, OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR TWO RIVERS S.W.C.D., OR TWO RIVERS SPECIAL ROAD DISTRICT, OR TYGH VALLEY R.F.P.D., OR TYGH VALLEY WATER DISTRICT, OR UMATILLA COUNTY FIRE DISTRICT #1, OR UMATILLA COUNTY S.W.C.D., OR UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, OR UMATILLA HOSPITAL DISTRICT, OR UMATILLA R F.P D. #7405, OR UMATILLA-MORROW RADIO AND DATA DISTRICT, OR UMPQUA S.W.C.D., OR UNION CEMETERY MAINTENANCE DISTRICT, OR UNION COUNTY SOLID WASTE DISPOSAL DISTRICT, OR UNION COUNTY VECTOR CONTROL DISTRICT, OR UNION GAP SANITARY DISTRICT, OR UNION GAP WATER DISTRICT, OR UNION HEALTH DISTRICT, OR UNION R.F.P.D, OR UNION S.W.C.D., OR UNITY COMMUNITY PARK & RECREATION DISTRICT, OR UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR UPPER MCKENZIE R.F.P.D., OR UPPER WILLAMETTE S.W.C.D., OR VALE OREGON IRRIGATION DISTRICT, OR VALE RURAL FIRE PROTECTION DISTRICT, OR VALLEY ACRES SPECIAL ROAD DISTRICT, OR VALLEY VIEW CEMETERY MAINTENANCE DISTRICT, OR VALLEY VIEW WATER DISTRICT, OR VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR VERNONIA R.F.P.D., OR VINEYARD MOUNTAIN PARK & RECREATION DISTRICT, OR VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT, OR WALLA WALLA RIVER IRRIGATION DISTRICT, OR WALLOWA COUNTY HEALTH CARE DISTRICT, OR WALLOWA LAKE COUNTY SERVICE DISTRICT, OR WALLOWA LAKE IRRIGATION DISTRICT, OR WALLOWA LAKE R.F.P.D., OR WALLOWA S.W.C.D., OR WALLOWA VALLEY IMPROVEMENT DISTRICT #1, OR WAMIC R.F.P.D., OR WAMIC WATER & SANITARY AUTHORITY, OR WARMSPRINGS IRRIGATION DISTRICT, OR WASCO COUNTY S.W.C.D., OR WATER ENVIRONMENT SERVICES, OR WATER WONDERLAND IMPROVEMENT DISTRICT, OR WATERBURY & ALLEN DITCH IMPROVEMENT DISTRICT, OR WATSECO-BARVIEW WATER DISTRICT, OR WAUNA WATER DISTRICT, OR WEDDERBURN SANITARY DISTRICT, OR WEST EAGLE VALLEY WATER CONTROL DISTRICT, OR WEST EXTENSION IRRIGATION DISTRICT, OR WEST LABISH DRAINAGE & WATER CONTROL IMPROVEMENT DISTRICT, OR WEST MULTNOMAH S.W.C.D., OR WEST SIDE R.F.P.D., OR WEST SLOPE WATER DISTRICT, OR WEST UMATILLA MOSQUITO CONTROL DISTRICT, OR WEST VALLEY FIRE DISTRICT, OR WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR WESTERN LANE AMBULANCE DISTRICT, OR WESTLAND IRRIGATION DISTRICT, OR Requirements for National Cooperative Contract Page 77 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 118 of 243 WESTON ATHENA MEMORIAL HALL PARK & RECREATION DISTRICT, OR WESTON CEMETERY DISTRICT#2, OR WESTPORT FIRE AND RESCUE, OR WESTRIDGE WATER SUPPLY CORPORATION, OR WESTWOOD HILLS ROAD DISTRICT, OR WESTWOOD VILLAGE ROAD DISTRICT, OR WHEELER S.W.C.D., OR WHITE RIVER HEALTH DISTRICT, OR WIARD MEMORIAL PARK DISTRICT, OR WICKIUP WATER DISTRICT, OR WILLAKENZIE R.F.P.D., OR WILLAMALANE PARK & RECREATION DISTRICT, OR WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HUMANE SOCIETY WILLAMETTE RIVER WATER COALITION, OR WILLIAMS R.F.P.D., OR WILLOW CREEK PARK DISTRICT, OR WILLOW DALE WATER DISTRICT, OR WILSON RIVER WATER DISTRICT, OR WINCHESTER BAY R.F.P.D., OR WINCHESTER BAY SANITARY DISTRICT, OR WINCHUCK R.F.P.D., OR WINSTON-DILLARD R.F.P.D., OR WINSTON-DILLARD WATER DISTRICT, OR WOLF CREEK R.F.P.D., OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, OR WOODBURN R.F.P.D. NO. 6, OR WOODLAND PARK SPECIAL ROAD DISTRICT, OR WOODS ROAD DISTRICT, OR WRIGHT CREEK ROAD WATER IMPROVEMENT DISTRICT, OR WYEAST FIRE DISTRICT, OR YACHATS R.F.P.D., OR YAMHILL COUNTY TRANSIT AREA, OR YAMHILL FIRE PROTECTION DISTRICT, OR YAMHILL SWCD, OR YONCALLA PARK & RECREATION DISTRICT, OR YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT, OR ZUMWALT R.F.P.D., OR K-12 INCLUDING BUT NOT LIMITED TO: ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND -LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT NO.6 CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT NO.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMHILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT NO.8 DE LA SALLE N CATHOLIC HS Requirements for National Cooperative Contract Page 78 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 119 of 243 DESCHUTES COUNTY SCHOOL DISTRICT NO.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICT NO.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.10B FOREST GROVE SCHOOL DISTRICT GEORGE MIDDLE SCHOOL GLADSTONE SCHOOL DISTRICT GRANTS PASS SCHOOL DISTRICT 7 GREATER ALBANY PUBLIC SCHOOL DISTRICT GRESHAM BARLOW JOINT SCHOOL DISTRICT HEAD START OF LANE COUNTY HIGH DESERT EDUCATION SERVICE DISTRICT HILLSBORO SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT JACKSON CO SCHOOL DIST NO.9 JEFFERSON COUNTY SCHOOL DISTRICT 509-J JEFFERSON PARISH SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT JUNCTION CITY SCHOOLS, OR KLAMATH COUNTY SCHOOL DISTRICT KLAMATH FALLS CITY SCHOOLS LAFAYETTE PARISH SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT NO.71 MARION COUNTY SCHOOL DISTRICT MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NOAJ MORROW COUNTY SCHOOL DIST, OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY MYRTLE PINT SCHOOL DISTRICT 41 NEAH-KAH-NIE DISTRICT NO.56 NEWBERG PUBLIC SCHOOLS NESTUCCA VALLEY SCHOOL DISTRICT NO.101 NOBEL LEARNING COMMUNITIES NORTH BEND SCHOOL DISTRICT 13 NORTH CLACKAMAS SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT ONTARIO MIDDLE SCHOOL OREGON TRAIL SCHOOL DISTRICT NOA6 ORLEANS PARISH SCHOOL DISTRICT PHOENIX -TALENT SCHOOL DISTRICT NOA PLEASANT HILL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY PORTLAND PUBLIC SCHOOLS RAPIDES PARISH SCHOOL DISTRICT REDMOND SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT ROGUE RIVER SCHOOL DISTRICT ROSEBURG PUBLIC SCHOOLS SCAPPOOSE SCHOOL DISTRICT 1J SAINT TAMMANY PARISH SCHOOL BOARD, LA SEASIDE SCHOOL DISTRICT 10 Requirements for National Cooperative Contract Page 79 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 120 of 243 SHERWOOD SCHOOL DISTRICT 88J SILVER FALLS SCHOOL DISTRICT 4J SOUTH LANE SCHOOL DISTRICT 45J3 SOUTHERN OREGON EDUCATION SERVICE DISTRICT SPRINGFIELD PUBLIC SCHOOLS SUTHERLIN SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 TERREBONNE PARISH SCHOOL DISTRICT THE CATLIN GABEL SCHOOL TIGARD-TUALATIN SCHOOL DISTRICT UMATILLA MORROW ESD WEST LINN WILSONVILLE SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING & SCIENCE (AMES), UT ALIANZA ACADEMY, UT ALPINE DISTRICT, UT AMERICAN LEADERSHIP ACADEMY, UT AMERICAN PREPARATORY ACADEMY, UT BAER CANYON HIGH SCHOOL FOR SPORTS & MEDICAL SCIENCES, UT BEAR RIVER CHARTER SCHOOL, UT BEAVER SCHOOL DISTRICT, UT BEEHIVE SCIENCE & TECHNOLOGY ACADEMY (BSTA) , UT BOX ELDER SCHOOL DISTRICT, UT CBA CENTER, UT CACHE SCHOOL DISTRICT, UT CANYON RIM ACADEMY, UT CANYONS DISTRICT, UT CARBON SCHOOL DISTRICT, UT CHANNING HALL, UT CHARTER SCHOOL LEWIS ACADEMY, UT CITY ACADEMY, UT DAGGETT SCHOOL DISTRICT, UT DAVINCI ACADEMY, UT DAVIS DISTRICT, UT DUAL IMMERSION ACADEMY, UT DUCHESNE SCHOOL DISTRICT, UT EARLY LIGHT ACADEMY AT DAYBREAK, UT EAST HOLLYWOOD HIGH, UT EDITH BOWEN LABORATORY SCHOOL, UT EMERSON ALCOTT ACADEMY, UT EMERY SCHOOL DISTRICT, UT ENTHEOS ACADEMY, UT EXCELSIOR ACADEMY, UT FAST FORWARD HIGH, UT FREEDOM ACADEMY, UT GARFIELD SCHOOL DISTRICT, UT GATEWAY PREPARATORY ACADEMY, UT GEORGE WASHINGTON ACADEMY, UT GOOD FOUNDATION ACADEMY, UT GRAND SCHOOL DISTRICT, UT GRANITE DISTRICT, UT GUADALUPE SCHOOL, UT HAWTHORN ACADEMY, UT INTECH COLLEGIATE HIGH SCHOOL, UT IRON SCHOOL DISTRICT, UT ITINERIS EARLY COLLEGE HIGH, UT JOHN HANCOCK CHARTER SCHOOL, UT JORDAN DISTRICT, UT JUAB SCHOOL DISTRICT, UT KANE SCHOOL DISTRICT, UT KARL G MAESER PREPARATORY ACADEMY, UT LAKEVIEW ACADEMY, UT LEGACY PREPARATORY ACADEMY, UT Requirements for National Cooperative Contract Page 80 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 121 of 243 LIBERTY ACADEMY, UT LINCOLN ACADEMY, UT LOGAN SCHOOL DISTRICT, UT MARIA MONTESSORI ACADEMY, UT MERIT COLLEGE PREPARATORY ACADEMY, UT MILLARD SCHOOL DISTRICT, UT MOAB CHARTER SCHOOL, UT MONTICELLO ACADEMY, UT MORGAN SCHOOL DISTRICT, UT MOUNTAINVILLE ACADEMY, UT MURRAY SCHOOL DISTRICT, UT NAVIGATOR POINTE ACADEMY, UT NEBO SCHOOL DISTRICT, UT NO UTACAD FOR MATH ENGINEERING & SCIENCE (NUAMES), UT NOAH WEBSTER ACADEMY, UT NORTH DAVIS PREPARATORY ACADEMY, UT NORTH SANPETE SCHOOL DISTRICT, UT NORTH STAR ACADEMY, UT NORTH SUMMIT SCHOOL DISTRICT, UT ODYSSEY CHARTER SCHOOL, UT OGDEN PREPARATORY ACADEMY, UT OGDEN SCHOOL DISTRICT, UT OPEN CLASSROOM, UT OPEN HIGH SCHOOL OF UTAH, UT OQUIRRH MOUNTAIN CHARTER SCHOOL, UT PARADIGM HIGH SCHOOL, UT PARK CITY SCHOOL DISTRICT, UT PINNACLE CANYON ACADEMY, UT PIUTE SCHOOL DISTRICT, UT PROVIDENCE HALL, UT PROVO SCHOOL DISTRICT, UT QUAIL RUN PRIMARY SCHOOL, UT QUEST ACADEMY, UT RANCHES ACADEMY, UT REAGAN ACADEMY, UT RENAISSANCE ACADEMY, UT RICH SCHOOL DISTRICT, UT ROCKWELL CHARTER HIGH SCHOOL, UT SALT LAKE ARTS ACADEMY, UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT SALT LAKE SCHOOL DISTRICT, UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT SAN JUAN SCHOOL DISTRICT, UT SEVIER SCHOOL DISTRICT, UT SOLDIER HOLLOW CHARTER SCHOOL, UT SOUTH SANPETE SCHOOL DISTRICT, UT SOUTH SUMMIT SCHOOL DISTRICT, UT SPECTRUM ACADEMY, UT SUCCESS ACADEMY, UT SUCCESS SCHOOL, UT SUMMIT ACADEMY, UT SUMMIT ACADEMY HIGH SCHOOL, UT SYRACUSE ARTS ACADEMY, UT THOMAS EDISON - NORTH, UT TIMPANOGOS ACADEMY, UT TINTIC SCHOOL DISTRICT, UT TOOELE SCHOOL DISTRICT, UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS, UT UINTAH RIVER HIGH, UT UINTAH SCHOOL DISTRICT, UT UTAH CONNECTIONS ACADEMY, UT UTAH COUNTY ACADEMY OF SCIENCE, UT UTAH ELECTRONIC HIGH SCHOOL, UT UTAH SCHOOLS FOR DEAF & BLIND, UT UTAH STATE OFFICE OF EDUCATION, UT Requirements for National Cooperative Contract Page 81 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 122 of 243 UTAH VIRTUAL ACADEMY, UT VENTURE ACADEMY, UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS AND TECHNOLOGY, UT WALDEN SCHOOL OF LIBERAL ARTS, UT WASATCH PEAK ACADEMY, UT WASATCH SCHOOL DISTRICT, UT WASHINGTON SCHOOL DISTRICT, UT WAYNE SCHOOL DISTRICT, UT WEBER SCHOOL DISTRICT, UT WEILENMANN SCHOOL OF DISCOVERY. UT HIGHER EDUCATION ARGOSY UNIVERSITY BATON ROUGE COMMUNITY COLLEGE, LA BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE BRIGHAM YOUNG UNIVERSITY - HAWAII CENTRAL OREGON COMMUNITY COLLEGE CENTENARY COLLEGE OF LOUISIANA CHEMEKETA COMMUNITY COLLEGE CLACKAMAS COMMUNITY COLLEGE COLLEGE OF THE MARSHALL ISLANDS COLUMBIA GORGE COMMUNITY COLLEGE CONCORDIA UNIVERSITY GEORGE FOX UNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMUNITY COLLEGE LEWIS AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMUNITY COLLEGE LOUISIANA COLLEGE, LA LOUISIANA STATE UNIVERSITY LOUISIANA STATE UNIVERSITY HEALTH SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MULTNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTHWEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY OREGON INSTITUTE OF TECHNOLOGY OREGON STATE UNIVERSITY OREGON UNIVERSITY SYSTEM PACIFIC UNIVERSITY PIONEER PACIFIC COLLEGE PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY (OREGON UNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMUNITY COLLEGE TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNIVERSITY OF NEW ORLEANS WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE UNIVERSITY XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT Requirements for National Cooperative Contract Page 82 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 123 of 243 UNIVERSITY OF UTAH, UT UTAH STATE UNIVERSITY, UT WEBER STATE UNIVERSITY, UT SOUTHERN UTAH UNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY UNIVERSITY, UT SALT LAKE COMMUNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH- JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE, STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOUISIANA, 26 JUDICIAL DISTRICT ATTORNEY STATE OF UTAH Requirements for National Cooperative Contract Page 83 of 55 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 124 of 243 ERNWORK Tab 4 — Qualification and Experiences a 3 J a COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Grogpllgfro.,�pyl2"si"Qr�z9oo ChD964; 91,2Ao jj, MI 49331 c) Qualification and Experience i. Provide a brief history of the Offeror, including year it was established and corporate office location In 2003, Kelli and David Powell had a concept for a company that could provide cost-effective work surfaces to furniture dealers, along with unmatched customer service. They mortgaged their family home to make it happen, Today, Enwork remains committed to evolving with our customers. We take pride in making custom solutions accessible to clients of all sizes, and many of those ideas go on to inspire improvements in our own product lines. In addition to being recognized as the market leader in tables, Enwork has made a name for ourselves with innovative benching environments, steel desks and storage, laminate and wood casegoods, support furniture, ergonomic products and accessories, and seating. Our history of outstanding value, rapid product development and unparalleled customer service has resulted in a fast- moving company that provides smart solutions for emerging and custom applications. Corporate office is located at 12900 Christopher Drive, Lowell, MI 49331. ii. Describe Offeror's reputation in the marketplace. You can tell a lot about a company by the company it keeps. Here at Enwork, we work with clients that are leaders in productivity, innovation, intuitive design and creative thinking —clients like Tesla, Lyft, Yeti and Netflix. These organizations want workspaces that not only meet their needs for agility and productivity, but also reflect their innovative values and culture. It's why they come to Enwork. III. Describe Offeror's reputation of products and services in the marketplace. At Enwork, we stay ahead of trends to anticipate how to best optimize spaces, and design with creative forethought into how things can adapt for the future. Our products are created using a variety of material choices that beautifully prove their long-term value. We understand that what our clients invest in today must work for tomorrow. We service our clients with the same focus on speed and agility. Our product development is rapid, our processes are adaptive and our teams are always on high alert. It's why we can count many fast-moving firms among our valued clients, and it's why we continue to grow at a record -breaking pace. iv. Describe the experience and qualification of key employees. Enwork is comprised of nearly 200 talented employees and team members. Annual employee turnover is extremely low, which can be attributed to careful hiring, competitive wages, and a healthy work culture. David Powell, Owner/CEO: An engineer by training, with an MBA, started Enwork in 2003 after 9 years at a major competitor, His passion for engineering excellence and design positions him as a capable leader within the contract furniture industry. Kelli Powell, Owner/CFO: Kelli was key member of the finance team at a $12 billion global company. Her expertise in accounting and finance is impressive, and is a reason that Enwork has had a strong financial foundation since its inception. Mike Kelley, President: With over 30 years of contract furniture experience, Mike has worked with large contract furniture companies such as Knoll, Herman Miller, and izzy+, prior to joining Enwork. In his role as President, he managed key global accounts such as Tesla, Slack, Expedia, Microsoft, and Boeing. He also leads the Enwork Studio team. Brandon Reame, VP Sales & Marketing: With a background in entrepreneurship and master's degree in design, Brandon leads many facets of Enwork's brand experience; including product design, sales processes, and overall brand experience. Harvey Bush, VP Engineering & Design Services: Harvey was one of the first employees at Enwork in 2004. His has an intimate knowledge of the contract furniture industry, and is a capable engineering lead. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 126 of 243 Jason Riemersma, VP Operations: Jason's experience includes running successful global organizations with locations throughout the US, Europe, and Asia. His extensive experience in supply chain and plant management ensures Enwork can fulfill the needs of our customers, every time. v. Describe Offerol's experience working with the government sector. GSA provider since 2008. TCPN/NIPA supplier since 2015. Enwork has sold millions of dollars' worth of product to the government sector throughout the years. We have a dedicated Contracts Team that manages all contracts, and ensures corporate compliance. vi. Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors. Not applicable. vii. Provide a minimum of 10 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. National IPA - References 2018 & 2019 Order End User I Order Size Order Date Product Dealer Dealer/ Email Address Phone Number Mix Customer Number Contact S018040029 Fort Range $96,228.00 05/01/18 Training Office Khara kaud&ffficescapes.com 303-574- Community Tables Scapes Kaud 1115 College S018080269 Spokane $95,339,16 Apex, _ Kori krnellirk(ulrreativeof.com 509-747- 1The Schools 110/01/18 Affinity, Creative Mellick 2636 Impression Office S019050276 UT Snyder $42,855.00 Solano VT, j Seagate Karen kslawinski seagateon.com 419-861- Memorial 108/01/19 Impression ! Slawinski I 6161 S019031019 Ohio State $5,590.18 ( 05/01/19 Foundation I Continental Michelle I mdobhjn(Wccntinentaloffice.com 61414-262- Tables_ Office Dobbin 0110 S019060772 Malone $3,305-60 08/01/19 1 Sensation Contract I Victoria vcul (�contractsource.com I 2216-351- University Tables_ Source Cull 7575 S019110779 Naperville P $5,255.04 12/01/19 Milan Task Office Jennifer 1 wes[one7noffieeimaneslnc.rnm 678-325- Police Chairs Images Weston 3267 Department S018090890 Luthern $889.81 _ Landing King Grace osmitht@khiinc.com 614-430- Social 111/01/18 Team I Smith I 0020 Services Table S018110123 TCU $11,148.80 01/01/19 Statement Intelligent Vicki yjaLiQnlelticPntinterims.net I 972-716- Tables I Interiors Anderson 9979 S019060616 Council on $13,086.72 _ 107/01/19 Sensation Beaux Arts Lindsay &nnedyf@beauxartsg�tn.com 407-302- Aging Tables Group Kennedy I 0092 S019091005 UNLV $21,651.00 zod& Western Celia crous westemofflce.com 702-347- Gateway 111/01/19 Foundation Office Rouse I 5570 JI Interiors COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 127 of 243 viii. Provide any additional information relevant to this section. Enwork is laser focused in becoming the best tables company in the industry. We are focused on offering compelling conference, training, and work tables to the market. While other companies become distracted with the latest fad or a new product category, our mission is to provide tables with excellent design, price points, and value. Examples include: Zori, a comprehensive training table collection with 27 unique models. Adventure, Inspired by Architecture. Mixed materials and adventuresome design touches inspire conversations in any space Equilibrium provides the perfect balance of form and function to turn any conference environment into an impressive design statement. Its patent -pending, revolutionary design leverages a single base to create the illusion of a floating surface up to 20 feet. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 128 of 243 E RN WO R K Tab 5 - Value Add COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA GroLg�lp&Dg gf2gyVgrl29oo ChPiAgRnl?Rrl4t,,tRell, MI 49331 d) Value Add i. Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. Ease of Specification- Enwork's knowledgeable design team quotes any product on contract, and provides a detailed product quote/specification, a rendering, and CAP symbols. Enwork product is found on MyResourceLibrary, CAP/GIZA, and Project Matrix. Products can be imported into Configura CET as well. Quick Lead times — Most products are built to order, and ship within 4-6 weeks as standard. Environmental Consideration- All laminate products pass SCS Indoor Advantage Gold for healthy indoor air quality. 3. Competitive Range: It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. 4. Past Performance: An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. Enwork's sales on the current contract continue to grow. The last 2 years had sales of nearly $650,000, and that is expected to grow significantly with the addition of the Zori product collection, as well as a new Education Solutions brochure that was introduced in October, 2019. 5. Additional Investigations: Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 130 of 243 ENNWORK Tab 6 — Products & Pricing Q 3 J Q COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA GroV0&o 9429iVQrit2900 chPsgphe3[3r�e,�owell, MI 49331 Ct)yoregion4 1Z 7145 West Tidwell Road — Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR ADDENDUM NO. 1 Solicitation Number 19-18 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC") for Furniture, Installation, and Related Services This Addendum No. 1 amends the Request for Proposals (RFP) for Furniture, Installation, and Related Services 19-18 ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. Region 4 Education Service Center ("Region 4 ESC") requests proposals from qualified suppliers with the intent to enter into a Contract for Furniture, Installation, and Related Services. Addendum No. 1 is hereby issued as follows: CLARIFICATIONS: 1. The changes being made to this RFP are being made to add Appendix C Documents #5- 7 in order to fulfill FEMA requirements. While it is not expected that the services outlined in this RFP would be utilized in a disaster recovery or emergency situation, Region 4 ESC is including language should it be needed. CHANGES TO THE RFP: 1, Remove Appendix C, Additional Required Documents, and replace with the version attached to this Addendum No. 2. This is the Appendix C that should be used for this solicitation and submitted as part of the Offeror's proposal. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 1 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 132 of 243 Appendix C ADDITIONAL REQUIRED DOCUMENTS DOC #1 Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy DOC #2 Antitrust Certification Statements (Tex. Government Code § 2155.005) DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) DOC #4 Texas Government Code 2270 Verification Form DOC #5 Special Conditions DOC #6 Questionnaire DOC #7 For applicable construction/reconstruction/renovation and related services, a bid guarantee is required not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in Texas and authorized to underwrite bonds in the amount of the bid bond. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 2 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 133 of 243 Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC's OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is 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. Signature below certifies complete acceptance of Region 4 ESC's Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: X We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. ❑ We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) l7/(y�lz6r9 Date Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 r-?- — //�_V Authorized`Signature title Page 3 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 134 of 243 Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.006) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: 1. 1 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 proposal, 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 proposal, 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 proposal 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 Contact ASSA Group, Inc. dba Enwork Signature Brandon Reame Printed Name 12900 Christopher Drive VP, Sales & Marketing Address Position with Company Lowell, MI 49331 Official Authorizing Proposal Signatu7e Printed Name Phone 1.800.815.7251 VPI IP 4- 11�- Position with Company Fax 616.987.9446 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 4 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 135 of 243 Appendix C, DOC # 3 Implementation of House Bill 1296 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission's website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016, the commission made available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form. The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission's filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract. This process is known as acknowledging the certificate. The commission will post the acknowledged Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. The posted acknowledged form does not contain the declaration of signature information provided by the business. A certificate will stay in the pending state until it is acknowledged by the governmental agency. Only acknowledged certificates are posted to the commission's website. Electronic Filing Application: iitti)s://www.ethics.state.tx.us/whatsnew/elf info forml295.htm Frequently Asked Questions: httos:!/www.ethics.state.tx.us/resources/FAQs/FAQ Form1295.oho Changes to Form 1295: httos://www.ethics.state.tx.usldata/fiIinainfo/1295Chanoes.odf Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 5 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 136 of 243 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2019-568153 ASSA Group, Inc. dba Enwork Lowell, MI United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 12/09/2019 being filed. Region 4 Education Service Center / OMNIA 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. Solicitation Number 19-18 Contract furniture. 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Powell, Kelli Lowell, MI United States X Powell, David Lowell, MI United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATIONII�� % My name is j r, o 6) Ja n IZ(�Cr M a and my date of birth is C� �/I D i I i 9 �?6 My address is ) + C7 r �i (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of A t' C k 5u on the � day of Lbe-(e°r14''(, 20±i— (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7a COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 137 of 243 Appendix C, DOC # 4 Texas Government Code 2270 Verification Form House Bill 89 (85R Legislative Session), which adds Chapter 2270 to the Texas Government Code, provides that a governmental entity may not enter into a contract with a company without verification that the contracting vendor does not and will not boycott Israel during the term of the contract. Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the Texas Comptroller. I, Brandon Reame as an authorized representative of ASSA Group, Inc. dba Enwork a contractor engaged by Insert Name of Company Reaion 4 Education Service Center. 7145 West Tidwell Road. Houston, TX 77092, verify by this writing that the above -named company affirms that it (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract, or any contract with the above -named Texas governmental entity in the future. Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at htti)s.Hcomotroller.texas.00v/Durchasina/docs/foreign-terrorist.ndf. I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above -named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above -named Texas governmental entity. I swear and affirm that the above is true and correct. Signature of Named Authorized Company Representative Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Date Page 6 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 138 of 243 Appendix C, DOC # 5 SPECIAL CONDITIONS Awarded Offerors may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a proposal, the Offeror is accepted these Special Conditions required by the Federal Emergency Management Agency (FEMA). Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. i. FEMA considers a "financial interest" to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an "apparent" conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of Region 4 ESC nor the Participating Public Agency ("NFE") must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE's may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE's written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE's employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended as described in Chapter III, ¶ 6.d must be rejected and cannot receive contract awards at any level. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 7 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 139 of 243 Public Policv A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R. § 2OO.321(b) for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevailing wage laws, regulations, and executive orders Affirmative Steps For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; Bid Guarantee For proposals that are to include construction/reconstruction/renovation and related services, bids must be accompanied by Certified or Cashier's Check or an approved Bid Bond in the amount of not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in the state of the lead agency and authorized to underwrite bonds in the amount of the bid bond. Prevailina Waae Reauirements When applicable, the awarded Contractor(s) and any and all subcontractor(s) agree to comply with all laws regarding prevailing wage rates including the Davis -Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 8 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 140 of 243 Alternative Pricina for Federal Fundina When applicable, such as when products and services are used in response to an emergency or disaster recovery situation in which federal funding may be used, pricing may not include cost plus a percentage of cost or pricing based on time and materials. If time and materials is necessary in an applicable federal funding situation, a ceiling price that the contract exceeds at its own risk will be needed. In addition, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited, the to the 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix ll, Required Contract Clauses. Federal Reauirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. & 200.326 and 2 C.F.R. Part 200. Appendix II. Reauired Contract Clauses 1. Termination for Convenience: The right to terminate this Contract for the convenience of Region 4 ESC is retained by Region 4 ESC. In the event of a termination for convenience by Region 4 ESC, Region 4 ESC shall, at least ten (10) calendar days in advance, deliver written notice of the termination for convenience to Contractor. Upon Contractor's receipt of such written notice, Contractor immediately shall cease the performance of the Work and shall take reasonable and appropriate action to secure and protect the Work then in place. Contractor shall then be paid by Region 4 ESC, in accordance with the terms and provisions of the Contract Documents, an amount not to exceed the actual labor costs incurred, the actual cost of all materials installed and the actual cost of all materials stored at the project site or away from the project site, as approved in writing by Region 4 ESC but not yet paid for and which cannot be returned, and actual, reasonable and documented demobilization costs, if any, paid by Contractor and approved by Region 4 ESC in connection with the Scope of Work in place which is completed as of the date of termination by Region 4 ESC and that is in conformance with the Contract Documents, less all amounts previously paid for the Work. No amount ever shall be owed or paid to Contractor for lost or anticipated profits on any part of the Scope of Work not performed or for consequential damages of any kind. 2. Eaual Emolovment Opportunity: Region 4 ESC highly encourages Contractors to implement Affirmative Action practices in their employment programs. This means Contractor should not discriminate against any employee or applicant for employment because of race, color, religion, sex, pregnancy, sexual orientation, political belief or affiliation, age, disability or genetic information. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 9 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 141 of 243 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. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 10 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 142 of 243 contractor may request the United States to enter into such litigation to protect the interests of the United States. 3. "Durina the performance of this contract. the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. 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. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided bylaw. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 11 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 143 of 243 (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States." 4. Davis Bacon Act and Copeland Anti-KickbackAct. a. Applicabilitv of Davis -Bacon Act. The Davis -Bacon Act only applies to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not aanly to other FEMA arant and cooperative agreement nmarams. includina the Public Assistance Proaram. 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 at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction)). See 2 C.F.R. Part 200, Appendix II, ¶ D. c. 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 aweek. d. 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. e. In contracts subject to the Davis -Bacon Act, 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 at 29 C.F.R. 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 Copeland Anti- Kickback 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 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 12 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 144 of 243 compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to FEMA. The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis -Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis -Bacon Act does not apply to Public Assistance recipients and subrecipients. In situations where the Davis -Bacon Act does not apply. neither does the Copeland "Anti -Kickback &J.." However, for purposes of arant oroarams where both clauses do apply. FEMA requires the following contract clause: "Compliance with the Copeland "Anti -Kickback" Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12." 5. Contract Work Hours and SafetvStandards Act. Armlicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Where applicable (see 40 U.S.C. § 3701), 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 at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. c. Under 40 U.S.C. § 3702, 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 workweek. d. 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 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 13 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 145 of 243 articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: "Compliance with the Contract Work Hours and Safetv Standards Act. (1) Overtime reauirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liabilitv for unpaid waaes; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) WithholdinQ for unoaid waaes and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 14 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 146 of 243 subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." 6. Rights to Inventions Made Under a Contract or Agreement. a. Stafford Act Disaster Grants. This requirement does not apply to the Pt&k Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." b. If the FEMA award meets the definition of "funding agreement' under 37 C.F.R. § 401.2(a) and the non -Federal entity 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 non - Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II, ¶ F. c. The regulation at 37 C.F.R. § 401.2(a) currently defines "funding agreement' as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor 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 FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, ¶ G. a. The followina provides a samole contract clause concernina compliance for contracts of amounts in excess of$150.000: "Clean Air Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 15 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 147 of 243 government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etseq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in partwith Federal assistance provided by FEMA." 8. Debarment and Suspension. a. Aloolicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Non-federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non procurement Debarment and Suspension). c. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, ¶ H; and Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PDAT Supplement]. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 16 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 148 of 243 agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.aov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6A and Appendix C, ¶ 2. d. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a "covered transaction," which is any non -procurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the non -procurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipient. e. Specifically, a covered transaction includes the following contracts for goods or services: (1) The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. , (2) The contract requires the approval of FEMA, regardless of amount. (3) The contract is for federally required audit services. (4) A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. The following provides a debarment and suspension clause. It incorporates an optional method of verifvina that contractors are not excluded or disqualified: "Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 17 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 149 of 243 Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." 9. Bvrd Anti-Lobbvina Amendment. a. Andicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PDAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c. 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. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, 14. d. The followina provides a Bvrd Anti-Lobbvina contract clause: "Bvrd Anti-Lobbvina Amendment. 31 U.S.C. � 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall 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 shall 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 recipient." APPENDIX A. 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 18 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 150 of 243 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an 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 any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. 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 contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certifyand disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, ASSA Group, Inc. dba Enwork , certifies or affirms the truthfulness and accuracyof each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disc sure, if any. Signature of Contractor's Authorized Official Brandon Reame, VP Sales & Marketing Name and Title of Contractor's Authorized Official 12/09/2019 Date" Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 19 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 151 of 243 10. Procurement of Recovered Materials. a. Ar3r)licability: This requirement applies to all FEMA grant and cooperative agreement programs. b. A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, ¶7. c. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. The followina provides the clause that a state aaencv or aaencv of a rolitical subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: "(1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing forcompliance with the contract performance schedule; (ii) Meetingcontract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA- designate items, is available at EPA's Comprehensive Procurement Guidelines web site, httos://www.eoa.aov/smm/comorehensive- procurement-auideline-cqa-oroarani." 11. Additional FEMA Reauirements. a. The Uniform Rules authorize FEMA to require additional provisions for non - Federal entity contracts. FEMA, pursuant to this authority, requires or recommends thefollowing: b. Chances. To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 20 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 152 of 243 agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. FEMA recommends, therefore, that a non -Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end -item procured. c. Access to Records. All non -Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, ¶ XXVI (2013). d. The followina provides a contract clause reaardina access to records: "Access to Records. The followina access to records reauirements agoly to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." 12. DHS Seal, Loao. and Flaas. a. All non -Federal entities must place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. See DHS Standard Terms and Conditions, v 3.0, ¶ XXV (2013). b. The followina provides a contract clause reaardina DHS Seal, Loao. and Flags: "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval." Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 21 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 153 of 243 13. Comoliance with Federal Law. Reaulations. and Executive Orders. a. All non -Federal entities must place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. b. The following Provides a contract clause reaardina Comoliance with Federal Law, Regulations, and Executive Orders: "This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives." 14. No Obliaation by Federal Government. a. The non -Federal entity must include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. b. The following Provides a contract clause reaardina no obligation by the Federal Government: "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." 15. Program Fraud and False or Fraudulent Statements or Related Acts. a. The non -Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. The following Provides a contract clause reaardina Fraud and False or Fraudulent or Related Acts: "The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to thiscontract." Additional contract clauses per 2 C.F.R. � 200.325 For applicable construction/reconstruction/renovation and related services: A Pavment and Performance bond are both reauired for 100 Percent of the contract Price. A `Performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. A "Pavment bond" is one executed in connection with a contract to assure Pavment as reauired by law of all Persons sunolvina labor and material in the execution of the work Provided in the contract. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 22 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 154 of 243 Offeror agrees to comply with all terms and conditions outlined in the Special Conditions section of this solicitation. Offeror's Name: ASSA Group, Inc. dba Enwork Address, City, State, and Zip Code: 12900 Christopher Drive, Lowell, MI 49331 Phone Number: 1.800.815.7251 Fax Number: 616.987.9446 Printed Name and Title of Authorized Representative: Brandon Reame, "F Sales & Markeling Email Address: breame@enwork.com Signature of Authorized Representative: 12/09/2019 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Date: Page 23 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 155 of 243 Appendix C, DOC # 6 QUESTIONNAIRE Please provide responses to the following questions that address your company's operations, organization, structure and processes for providing products and services. 1. Diversity Programs • Do you currently have a diversity program or any diversity partners that you do business with? ❑Yes ®No (If the answer is yes, attach a statement detailing the structure of your program, along with a list of your diversity alliances and a copy of their certifications.) 2. Diverse Vendor Certification Participation Region 4 ESC encourages the use of under-utilized businesses (HUB), minority and women business enterprises (MWBE), and small and/or disadvantages business enterprises (SBE) both as prime and subcontractors. Offerors shall indicate below whether or not they and/or any of their subcontractors (and if so which) hold certification in any of the classified areas and include proof of such certification with their response. a. Minority Women Business Enterprise Respondent certifies that this firm is an MWBE ❑Yes ®No List certifying agency: b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Respondent certifies that this firm is a SBE or DBE ®Yes ❑No List certifying agency: U.S. Small Business Administration c. Historically Underutilized Businesses (HUB) Respondent certifies that this firm is a HUB ❑Yes XNo List certifying agency: d. Historically Underutilized Business Zone Enterprise (HUBZone) Respondent certifies that this firm is a HUBZone ❑Yes ®No List certifying agency: e. Other Respondent certifies that this firm is a recognized diversity ❑Yes ®No certificate holder List certifying agency: 3. Has Offeror made and is Offeror committed to continuing to take all affirmative steps set forth in 2 CFR 200.321 as it relates to the scope of work outlined in this solicitation? ®Yes ❑No Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 24 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 156 of 243 RECEIPT OF ADDENDUM NO. 2 ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name ASSA Group, Inc. dba Enwork Contact Person Brandon Reame Signature r---1N"�� Date 12/09/2019 Crystal Wallace Region 4 Education Service Center Business Operations Specialist Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 25 of 25 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 157 of 243 OMNIA: NATIONALIPA s Lf.SCfM7Mif NITlES' FURNITURE, INSTALLATION AND RELATED SERVICES Executive Summary Lead Agency: Region 4 ESC Solicitation: 19-18 RFP Issued: November 7, 2019 Pre -Proposal Date: November 21, 2019 Response Due Date: December 11, 2020 Proposals Received: #44 Awarded to: — ASSA Group, Inc. dba Enwork - R191819 The Board of Directors of Region 4 Education Service Center (ESC) issued RFP 19-18 on November 7, 2019, to establish a national cooperative contract for Furniture, Installation and Related Services. The solicitation included cooperative purchasing language in Sections I. Scope of Work: NATIONAL CONTRACT Region 4 Education Service Center, as the Principal Procurement Agency, defined in Appendix D, has partnered with OMNIA Partners to make the resultant contract (also known as the "Master Agreement" in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non- profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. Region 4 ESC is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a "Participating Public Agency"). Appendix D contains additional information about OMNIA Partners and the cooperative purchasing agreement. Notice of the solicitation was sent to potential offerors, as well as advertised in the following: • Region 4 ESC website • OMNIA Partners, Public Sector website • USA Today, nationwide • Arizona Business Gazette, AZ • San Bernardino Sun, CA • Honolulu Star -Advertiser, HI • The Advocate — New Orleans, LA • New Jersey Herald, NJ • Times Union, NY • Daily Journal of Comm a•ce, OR • The State, SC • Houston Community Newspapers, Cy Creek Mirror, TX • Deseret News, UT • Richmond Times, VA • Seattle Daily Journal of Commerce, WA • Helena Independent Record, MT On January 8, 2020 proposals were received from the following offerors: Page 1 of 2 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 158 of 243 • 9to5 Seating LLC • Affordable Interior Systems, Inc. (AIS) • Allsteel Inc. • Alumni Classroom Furniture Inc. • AmTab Manufacturing Corporation • Artcobell Corporation • Bush Industries, Inc. • ELB US Inc. • ASSA Group, Inc. dba Enwork • EPIC Business Essentials • Exemplis LLC • GMi Companies • Haskell Office, LLC • The HON Company LLC • Indiana Furniture Industries, Inc. • Irwin Seating Company • Jasper Group (Jasper Seating Company, Inc.) • Kaplan Early Learning Company • Krueger International, Inc. • Kwalu LLC • LIAT, LLC • Maxon Furniture Inc. • Metalworks, Inc. — Great Openings • McTEOR Education, LLC. • National Business Furniture, LLC • National Office Furniture, Inc. • NPS Public Furniture Corp • NorvaNivel USA LP • Office Depot, Inc. • OFS Brands Inc. • Origin US LLC • Paragon Furniture, Inc. • PS Furniture Inc. • Rapp Productions, Inc dba Furniturel-ab • RT London • Safco Products Co. • School Specialty, Inc. • SICO America, Inc. • Spec Furniture Inc • Special-T, LLC • Teknion LLC • Trendway Corporation • VS America, Inc. • WB Manufacturing The proposals were evaluated by an evaluation committee. Using the evaluation criteria established in the RFP, the committee determined that eighteen (18) companies - Affordable Interior Systems, Inc. (AIS) Allsteel Inc., AM Tab Manufacturing Corporation, Exemplis LLC, The HON Company LLC, Irwin Seating Company, Jasper Group (Jasper Seating Company, Inc.), Kaplan Early Learning Company, Krueger International, Inc., Maxon Furniture Inc., Metalworks, Inc. — Great Openings, McTEOR Education, LLC, National Office Furniture, Inc., NorvaNivel USA LP, Office Depot, Inc., OFS Brands Inc., Safco Products Co., School Specialty, Inc. Teknion LLC Trendway Corporation, VS America, Inc and Enwork - all demonstrated the ability to provide the services outlined in the solicitation while offering competitive pricing to members. Region 4 ESC executed agreements with a contract effective date of September 1, 2020. Contract includes: • Extensive variety of conference tables, training tables, workstations, storage and accessories. • Other products include Open Plan/Benching • Offers an extensive range of task, conference, lounge, and guest/stacking seating products Term: Initial three-year agreement from September 1, 2020 through April 30, 2023 with the option to renew for two (2) additional one-year periods through April 30, 202S. Pricing/Discount: Tier discount off catalog. OMNIA Partners, Public Sector Web Landing Pages: https://12ublic.omnioartners.com/suppliers/enwork/contract- documentation Page 2 of 2 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 159 of 243 DocuSign Envelope ID: 8EB9EED7-0675-42B2-82B7-55A8CD600DE6 Ctt)region419 Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/01VINIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Region 4. Region 4 reserves the right to accept or reject any request. ASSA Group dba Enwork (Vendor Nome) Contract number: R191819 hereby provides notice of the following update to for OMNIA Contract Title on this date 02/21/2022 . Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. Authorized Distributors/Dealers Addition Deletion Supporting Documentation ✓ Products/Services YES New Addition YES Update Only YES Supporting Documentation States/Territories Supporting Documentation ✓ Price Update YES Supporting Documentation Discontinued Products/Services Supporting Documentation Other Supporting Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). On April 1st, 2022 Enwork will be moving from our V.17 to V.18 price list. Along with adding new standard finishes we have also launched a handful of new products. This includes new collections such as Expanse, Odyssey, Emerson, Oh Hey!, Tangent, Kinsey Dining, Universal Laptop table, Lockers, and much more! All new products will be incorporated in this V.18 price list within the next 6 weeks. Submitted By: George Kudwa Title: Market Manager ❑ Approved Date2/24/2022 1 9:13 AM CST ❑ Denied Date Contact Number: R191819 DocuSigned by: Email Address: gkudaw@enwork.com Region 4 ESC EOBlD33BB0130490... 6� 'blA MaWA, COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 160 of 243 DocuSign Envelope ID: 8EB9EED7-0675-42B2-82B7-55A8CD600DE6 ENWORK Robert Zingelmann Chief Financial Officer Region 4 Education Service Center 7145 West Tidwell Road Houston, TX 77092 RE: ASSA Group dba Enwork VA 8 Price Increase Dear Mr. Zinge mann, On April 1 st, 2022 Enwork will be implementing our new V.18 price list. This price list includes new finishes, new products and product extensions, and removes discontinued and obso'ete products. A small price increase of approximately 3`/Q is included with this update. This price adjustment directly ties with the cost increases faced by Enwork since launching its V.17 price list in August of 2021. • Steel cost increase (outlined in the attached iron/ steel PPI report) Transportation cost increase (outlined in the attached transportation PPI report) Lumber cost increase (outlined in the attached lumber / wood products PPI report) • Office furniture manufacturing, except wood increase (outlined in the attached PPI report) Enwork is formally requesting a price increase with OMNIA to our new V.18 price list on 04/01/2022, If you have any questions or concerns, please do not hesitate to contact me directly. Sincerely, 0 a George Kudwa W Market Manager aakudwa cC�}i enwork.com Q a P 1 800 815 7251 l 12900 Christopher Drive, Loviell,1Y11 49331 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 161 of 243 DocuSign Envelope ID: 8EB9EED7-0675-42B2-82B7-55A8CD600DE6 FREQ,,O — Producer Price Index by Commodity: Metals and Metal Products: Steel Wire, Stainless Steel 157.5 155.0 152.5 150.0 0 0 u 0 0 147.5 a x w v C 145.0 142.5 14C b 137.5 Sep 2021 Oct 2021 Nov 2021 Dec 2021 13 n 2022 Shadedareas indicate U.S. recessions. Source: U.S. Bureau of Labor Statistics fred.stlouisfed.org COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 162 of 243 DocuSign Envelope ID: 8EB9EED7-0675-42B2-82B7-55A8CD600DE6 FRED,f, —Producer Price Index by Commodity. Transportation Services: Truck Transportation of Freight 155.0 152.5 150.0 b O x N C 145.0 142,5 140.0 Sep 2021 Oct 2021 Lvov 2021 Dec 2021 Jan 2022 Shaded areas ind/cate U.S. recessions. Source: U.S. Bureau of Labor Statistics fred.sdoulsfed.org COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 163 of 243 DocuSign Envelope ID: 8EB9EED7-0675-42B2-82B7-55A8CD600DE6 FREDAte/ — Producer Price Index by Commodity: Lumber and Wood Products: Lumber 420 400 380 360 0 0 n N rn 340 X G1 C 320 300 280 260 Sep 2021 Oct 2021 Nov 2021 Dec 2021 Jan 2022 Shaded areas indicate U.5. recessions, Source: U.S. Bureau of Labor Statistics fred.stiouisfed,org COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 164 of 243 DocuSign Envelope ID: 8EB9EED7-0675-42B2-82B7-55A8CD600DE6 FREDetO ` Producer Price Index by Industry: Office Furniture, Except Wood, Manufacturing: Office Seating, Including Upholstered, Except Wood 280 275 270 260 255 250 Sep 2021 Oct 2021 Nov 2021 Dec 2021 Jan 2022 Shaded areas indicate U.S. recessions, Source: U.S. Bureau of Labor Statistics fred.stiouisfed.org COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 165 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 (Vt region419 Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/01VINIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Region 4. Region 4 reserves the right to accept or reject any request. ASSA Group dba Enwork (Vendor Name) Contract number: R191819 hereby provides notice of the following update to for OMNIA Contract Title on this date 10/11/2024 . Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. Authorized Distributors/Dealers Addition Deletion Supporting Documentation ✓ Products/Services YES New Addition YES Update Only YES Supporting Documentation States/Territories Supporting Documentation ✓ Price Update YES Supporting Documentation Discontinued Products/Services Supporting Documentation Other Supporting Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). On November 1st, 2024 Enwork will be moving from our V.19 to V.20 price list. This V.20 price list includes new collections such as VOU, Quantum, and Affinity Private Office. All new products will be incorporated in this V.20 price list within the next 3 weeks. New products are highlighted on the following pages. Submitted By: George Kudwa Title: Inside Sales Manager ❑ Approved Date 10/15/2024 1 3 : 38 PM CDT ❑ Denied Date Contact Number: R191819 Signed by: Email Address: gkudaw@enwork.com Region 4 ESC. Cer, DSASAyFtlL/U1bb4bb_ COOP City of Fort Worth & Wilson Bauhaus InP�; LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 166 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 ENWORK Adam Tabor Director, Procurement Region 4 Education Service Center 7145 West Tidwell Road Houston, TX 77092 RE: ASSA Group dba Enwork V.20 Price Increase Dear Mr. Tabor, On November 1 �', 2024 Enwork will implementing our new V.20 price list. This price increase includes new finishes, new products and product extensions, and removes discontinued and obsolete products. A small price increase of approximately 3.5% is included with this update. This price adjustment directly ties with the cost increases faced by Enwork since launching its V.19 price increase in June 2023 and varies by production collection. The following collections were not affected. Disc/ Square bases (fixed height), Emerson, Lugano, Zori X bases, XTB4, Foundation EX bases, Expanse bases and Odyssey bases. • Office Furniture (Including Fixtures) Manufacturing (outlined in the attached PPI report) • Aluminum Sheets, Plate and Foil Manufacturing (outlined in the attached PPI report) • Wood Office Furniture Manufacturing (outlined in the attached PPI report) • Office Furniture, Except Wood, Manufacturing (outlined in the attached PPI report) Enwork is formally requesting a price increase with OMNIA to our new V.20 price list on 11/01/2024. If you have any questions or concerns, please do not hesitate to contact me directly. Sin rely, George udwa Inside Sales Manager akudwa(@enwork.com a W S a y Y a 3 -' COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R1 1 I 1 a Y �8f.�{{�1�5C7�'P ('oti�C'TYflrs�`topher��, �b5'�c��tl 49331 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 a� — Producer Prke sl,dex by Indusvy ONke Furrdtwe tee Fbmuesi fNarndamxing FREDt 2% 2m 204 203 S rn m r4 202 V V 0 X` C 201 200 199 196 Jul 2023 SIP 2023 Nov 2023 Source: U.5 Bureau of Labor Sxatisdcs lan 2024 Mar 2024 May 2024 myf.red/g/3vz2S Ju 1 2024 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 168 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 FREQ,, — Producer P&e Index by hwus y. Amwnum Sheet' Plata, and Fail Manaactus" 217.5 215.0 212.5 210.0 8 00 a 207.5 K 205.0 202.5 ?W-0 197.5 Jul 2023 Sep 2m Nov 2023 Jarl2m Mar 2024 May 2024 02024 Source: VS. Bureau of labor Statistics myf.red/,g/1vz5w COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 169 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 FRED— Producer Price Mdex by kA say: WoodOHke Aani ura Marwfam t% 2M25 2w.4 2775 u� rn c x 275.0 272 5 270.0 Jul 2023 Sep 2023 Nov 2023 Source: U.S. Bureau of Labor Statistics lar. 21)24 Mar 2024 May 2024 Jui M24 myf.redlg/lvzaF COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 170 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 FRED 13250 02.25 4100 g 417.5 n _rn u u O 415.0 ..$ 4 juw 2023 Sep 2023 Nov 2073 Jan l014 Mar 2024 May 2024 Jut 202d Source. U.S. Bureau of Labor Statistics n yf.redlgflvzbb COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 171 of 243 ENNWORK Quantum Patented A true breakthrough in flip -top table design, Quantum sets a new standard of elegance and functionality for learning environments. Featuring a slim and sturdy profile, auto -locking casters, accessible bag hooks, and an intuitive flip mechanism, Quantum stands as the enwork.com leader in the high-performance training table category. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 172 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 George Kudwa From: Connor Stratton Sent: Friday, October 11, 2024 10:41 AM To: George Kudwa Subject: FW: Important Price List Announcement E RN W O R K Connor Stratton I Graphic Designer 10 616.987.70131 enwork.com From: Enwork <communications@enwork.com> Sent: Tuesday, September 10, 2024 2:01 PM To: Connor Stratton <cstratton@enwork.com> Subject: Important Price List Announcement View this email in vour browser 1 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 173 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 Enwork Partners, Effective November lst, updated pricing will take effect across most product lines, with an average increase of 3.5%. Please ensure all orders submitted on or after November lst reflect the updated pricing. Orders shipping after-lanuary 31st, 2025 must also use updated pricing. Starting October 1st, the Enwork Design Team will begin quoting products based on the V20 Price List. The price list, along with e-catalog tools, will be available for download in early October, alongside CAP and CET resources. The following product collections (frames/bases) will maintain current pricing: • Disc & Square Bases (fixed height) • Emerson • Expanse • Foundation EX • Ligouri Conference • Lugano • Odyssey • Tangent • XTB4 Linked Benching • Zori X-Bases 2 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 174 of 243 Docusign Envelope ID: B6064EBD-BEAO-4768-86B7-683042742881 Have questions? Connect with the Enwork Sales Team for assistance or price hold requests. George Kudwa, Inside Sales Manager 4 Brandon Reame, V.P. Sales & Marketing -> 3 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 175 of 243 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 (Vt region419 Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/01VINIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Reizion 4. Region 4 reserves the right to accept or reject any request. ASSA Group dba Enwork (Vendor Nome) Contract number: R191819 hereby provides notice of the following update to for OMNIA Contract Title on this date 05/01/2023 . Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. Authorized Distributors/Dealers Addition Deletion Supporting Documentation ✓ Products/Services YES New Addition YES Update Only YES Supporting Documentation States/Territories Supporting Documentation ✓ Price Update YES Supporting Documentation Discontinued Products/Services Supporting Documentation Other Supporting Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). On June 1st, 2023 Enwork will be moving from our V.18 to V.19 price list. We have added new standard finishes and have launched new products such as Cayman Private Office. Submitted By: Brandon Reame Title: VP of Sales and Marketing El Approved Date 5/2/2023 1 9:09 AM CDT ❑ Denied Date Contact Number: R191819 DocuSigned by: 96�� �gn.�tf*a)Ad Email Address: breame@enwork.com Region 4 ESC: `Utll U3JtStlU13U4yU_. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 176 of 243 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 ENWORK Robert Zingelmann Chief Financial Officer Region 4 Education Service Center 7145 West Tidwell Road Houston, TX 77092 RE: ASSA Group dba Enwork V.19 Price Increase Dear Mr. Zingelmann, On June 1 st, 2023 Enwork will be implementing our new V.19 price list. This price list includes new finishes, new products and product extensions and removes discontinued / obsolete products. A small price increase of approximately 4.6% is included with this update. This price adjustment directly ties with the cost increases faced by Enwork since launching its V.18 price list in April of 2022. - Lumber cost increase (outlined in the attached PPI report) - Transportation cost increase (outlined in the attached PPI report) - Glass cost increase (outlined in the attached PPI report) Enwork is formally requesting a price increase with OMNIA to our new V.19 price list on 06/01/2023. If you have any questions or concerns, please do not hesitate to contact me directly. Sincerely, W Y J4&I George Kudwa <L Inside Sales Manager W akudwaaa enwork.com 0 Cn COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Gr8up r�VYbWLkwdI4k" 1 III DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 FRED,� — Producer Price Index by Industry: Glass and Glass Product Manufacturing 170.0 0 0 u m 0 0 aaj 0 x ai c 167.5 165.0 162.5 160.0 157.5 155.0 152.5 150.0 May 2022 Jul 2022 Source: U.S. Bureau of Labor Statistics Sep 2022 Nov 2022 Jan 2023 fred.stlouisfed.org Mar 2023 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 178 of 243 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 FRED,� — Producer Price Index by Commodity: Lumber and Wood Products: Laminated Veneer Lumber 280 275 270 265 0 0 n 260 0 0 N v ai x 255 ai c 250 245 240 \ v 235 Mar 2022 May 2022 Jul 2022 Sep 2022 Nov 2022 Jan 2023 Source: U.S. Bureau of Labor Statistics fred.stlouisfed.org Mar 2023 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 179 of 243 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 FRED � — All Employees, Truck Transportation 1,620 N c 0 1,610 1,600 1,580 1,570 1,560 May 2022 Jul 2022 Source: U.S. Bureau of Labor Statistics Sep 2022 Nov 2022 Jan 2023 fred.stlouisfed.org Mar 2023 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 180 of 243 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 Aw iw � DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 0 COOP'City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819 mup Inc d" Enwork 3 rA .10 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 A Refined Approach Elegant, innovative, and quick to install Incorporate a variety of materials with ease Work wall panels install perfectly flush, even when varying from glass, laminate, or fabrics Design Details Solid Aluminum Shelving Design with intent Gentle radii, crisp lines, and recessed lowprofileLED lighting enhance beauty from every angle Top Shape Invite collaboration Soft curves along the guest edges invite collaboration through an approachable, comfortable aesthetic Cantilevered Surfaces Light scale, uninterrupted aesthetics Cayman surfaces are available in fixed - height and height -adjustable configurations. Integrated wire management keeps cords out of the way, and optional modesty panels are available in a variety of finishes. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 183 of 243 cayman Preconfigured Modules for Easy Specification Cayman begins with base office typicals then additional modules are added per customer preference. ADD -ON MODULE BASE OFFICE TOWER MODULE DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 Modern -Day Convenience Microwave Garage Appliances within reach Utility storage beneath the tech drawer is available with either a double door for a microwave and accessories or a lateral file drawer for Pendaflex f les Technology Drawer f E A space for everything = Return cabinets include a tech drawer with easy access to power and data P. Features include built-in ventilation, a steel partition for accessories, soft - close slides, matching drawer body laminate, and a protective foam base Appliance Garage Bring the home office to work The Appliance Garage is an ideal space for a coffee maker and personal refrigerator. Appliances available from Enwork Two integrated outlets power appliances. Cabinet door is available in laminate or glass (non-magnetic) Printer Garage Organization and efficiency Pull-out printer storage with a side -access paper cubby ensures every item has its place COOP City of Fort Worth & Wilson Bauhaus 8 Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork r ti Height -Adjustable Return The executive email station Electric heightadjustablereturns create the perfect email station or supplemental workspace. Ideal for use with the 80"H Executive Height product configuration. .49he Moon Page 185 of 243 Cayman 9 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 Single Door Wardrobe Tower Features adjustable shelving, a power outlet, and several storage spaces. Tower Options Side -Access Wardrobe Tower With Appliance and Printer Garage Designed with superior utility in mind, the Side -Access Wardrobe features space to hang and store personal belongings like bags,jackets, hats, or shoes. Standard with hook and angled metal shelf. Front -Access Wardrobe Tower With Appliance and Printer Garage Built-in Appliance and Printer Garages make an ideal combination for high - performing private offices. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 186 of 243 10 cayman 11 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 Every Detail Counts Common Top and Base Common low -storage top with no seams achieves a continuous span A black plinth base beneath cabinets creates an elegant floating furniture aesthetic ff Specify by the Inch Add -On Modules are specified by the inch to perfectly fit uniquely -sized office footprints This is especially easy when configuring Cayman in CET Wall Tether and Wire Management Freestanding Cayman requires minimal connection to the architectural wall A 3" gap exists between the Cayman work wall and existing wall to manage cords COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 187 of 243 12 c,gnren DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 Cayman Conference Defining Team Space Cayman shines in team -based environments Full-size glass markerboards, tackable fabrics, and integrated technology make developing unique touchdown applications easy Wedge llMlillillillill Cayman Conferencing Preconfigured Conference Typicals Designed with meeting and video conferencing in mind, Cayman is available in fixed -height and height - adjustable configurations Conference Top Shapes Cayman's intentionally designed top shapes are perfect for conference and meeting applications Slight rounded edges create an approchable, organic aesthetic. Utility Tray and Soundbar The Utility Tray features two power outlets, USB A+C connectivity, marker storage channels, and a dedicated soundbar tray. When ordered, a grommet within the worksurface allows cables to pass easily into the the storage cabinet. Available from Enwork, the Seines Beam (Gen 2) Soundbar is an ideal component for bringing conference rooms to life. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 188 of 243 Cayman DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 Cayman Components Create coordinating accent walls with displays, cabinets, and integrated shelving. Cayman Components offer a complete solution ranging from conference rooms and private offices to custom applications Conference Room Accent Walls Substance and functionality in the conference room 80"H Cayman accent walls with full - width shelving, quartz common top, locking double door cabinet, LED lighting, and floating plinth base. Private Office Storage Walls Utility and sophistication in a variety of spaces 80"H Cayman accent wall with a freestanding tower, glass markerboard, laminate common top, double door cabinets, and floating plinth base COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. di Enwork 16 Cayman Corners Cayman corner configurations make the most of private office spaces with continuous storage and surfaces. The result? Less clutter and intentionally designed spaces Wall -to -Credenza 80'H Wall to Credenza LJunction. Wall -to -Wall 80'H Wall to Wall L-Junction Page 189 of 243 Cayman 17 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9EO-5081ABDE47A1 Base Offices Product specification begins with preconfgured Base Office A or B. Both include a 34'D x 72'W fixed or electric height -adjustable worksurface and a storage cabinet with an acrylic sliding door. Base Office A Includes rcw,, i s u, ay, —, i a Lech drawer and a choice of a two -door cabinet for a microwave or a soft -closing lateral file case. Base Office B Includes an electric height -adjustable worksurface return The return adjusts independently of the adjustable cantilever top (if selected) and includes a programmable handset. so I Typicals are available in 66"H Standard Height or 80'H Executive Height configurations. Model is 6'1"tall for scale and reference. Cayman Typicals Specifying Cayman is easy! Each predefined typical starts with Base Office A or Base Office B, then additional Add -On Modules and options are selected. All typlcals are shown In the right-hand orientation. Typical 2 Base Office A w/ Add -On Module User Side Typical 5 Base Office B w/ Add -On Module and Optional Shelving User Side 66" Typical 8 Base Office A w/ Add -On Module and Tower Typical 3 Base Office A w/ Add -On Module Guest Side Typical Base Office B w/ Add -On Module and Optional Shelving Guest Side Typical Base Office B w/ Add -On Module, Tower, and Optional Shelving Guest Side Typical 1 Base Office A Typical Base Office A w/ Tower Typical Base Office B w/ Tower an Typical 10 Base Office A (No Work Wall) COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 190 of 243 18 Cayman 19 DocuSign Envelope ID: 33DBD9A5-A090-45D4-B9E0-5081ABDE47A1 Credenzas Cayman Credenzas feature coordinating aesthetics and optimized configurations for use in private office and conferencing applications. J=11�� Box Lateral File Soft -closing tech and lateral file drawers with sleek pulls Double Door Standard with adjustable shelving. Bookcase Easily display personal items with a Cayman open bookcase. Cayman Accessories Utility Tray A perfect way to keep worksurfaces organized Idealforvideo conferencing layouts and private offices alike, and perfectly sized to accommodate a Sonos Beam (Gen 2) Soundbar 0 Microwave GE Countertop Microwave Oven, 700 Watts, 0 7 cu ft capacity 400 Deluxe Soundbar Sonos Beam (Gen 2) Soundbar Modesty Panels TH x 48"W panel located off -center relative to the width and depth of the cantilever worksurface Available in X" acrylic or ' laminate. Personal Refrigerator Mini Fridge Portable Cooler and Warmer, 10L Please Note. Appliance models are subject to change without prior notice Coffee Maker Keung K-Mini K-Cup Pod Brewer, 6-12oz COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 191 of 243 20 cayman 21 H TIERS 12900 Christopher Dr. S.E. Lowell, MI 49331 1.800.815.7251 SH 00M Merchandise Mart 222 Merchandise Mart Place '�'• i Suite 11-118 Chicago, IL 60654 Revised 03.23 enwork.com ©2023 Enwork OF clbwregion4@ Bid Tab Summary RFP #19-18 Furniture, Installation and Related Services Description Total Weighted 9to5 Seating LLC Value Products/Pricing Performance Capability Qualification & Experience Value Add Ergonomic office 40 seating only 25 25 10 Total 100 It is recommended that the following contract award be made: Contract Furniture, Installation and Related Services Affordable Interior Systems, Inc. (AIS) Allsteel Inc. 36 35 26 25 18 19 7 6 87 85 Alumni Classroom Furniture Inc. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 193 of 243 The Cooperative Purchasing Network Evaluation Criteria O"region4@ Bid Tab Summary RFP #19-18 Furniture, Installation and Related Services Total Weighted AmTab Artcobell Bush Industries, Description Value Corporation Inc. Manufacturing Clear Design Corporation Offer not Products/Pricing 40 33 32 responsive to RFP Performance Capability 25 25 25 Qualification & Experience 25 15 15 Value Add 10 5 5 Total 100 78 77 It is recommended that the following contract award be made: Contract Furniture, Installation and Related Services COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 194 of 243 The Cooperative Purchasing Network Evaluation Criteria )region, . Bid Tab Summary RFP #19-18 Furniture, Installation and Related Services Description Total Weighted ELB US Inc. Value Did not make it to the next level of Products/Pricing 40 evaluation Performance Capability 25 Qualification & Experience 25 Value Add 10 Total 100 It is recommended that the following contract award be made: Contract Furniture, Installation and Related Services ASSA Group, Inc. dba Enwork COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 195 of 243 The Cooperative Purchasing Network Evaluation Criteria RFP #19-18 Furniture, Installation and Related Services Award Affordable Interior Systems, Inc. (AIS) Allsteel Inc. Exemplis LLC The HON Company LLC Irwin Seating Company Jasper Group (Jasper Seating Company, Inc.) Kaplan Early Learning Company Krueger International, Inc. Maxon Furniture Inc. McTEOR Education, LLC National Office Furniture, Inc. Office Depot, Inc. OFS Brands Inc. Safco Products Co. School Specialty, Inc. Teknion LLC Trendway Corporation VS America, Inc. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 196 of 243 Parent Campaign Name Campaign Name Company REGION 4 19-18 Furniture and Installation Meteor Education Region 4 website II PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II ESI PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Trendway Corporation PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation The HON Company LLC REQUESTS II PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The HON Company LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation Exemplis LLC REQUESTS II REGION 4 19-18 Furniture and Installation Region 4 website II Hertz Furniture Systems, LLC REGION 4 19-18 Furniture and Installation Email to Crystal Wallace II Deltek PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II OFS Brands Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II HBF PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Kwalu PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Alumni Educatoional solutions PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Alumni Educatoional solutions REGION 4 19-18 Furniture and Installation Region 4 website II aka ni REGION 4 19-18 Furniture and Installation Region 4 website II Kwalu PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The HON Coompany LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Scandinavian Spaces PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Allsteel PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Office Depot PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Nightingale Corp PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II OMNIA Partners REGION 4 19-18 Furniture and Installation Region 4 website II Carroll's Discount Office Furniture Co First Name Last Name Email Caroline Smith bids@meteoreducation.com michelle warren mwarren@esier¢o.com Nancy Duerst nduerst@trendway.com Melissa Lincoln contractmana¢er@honcomoanv.com Alicia Payne oavnea@ honcom oanv.com Derek Cairo dcairo@exemDlis.com Mutty Leiser bids(o)hertzfurniture.com Jacqueline Sessa JacauelineSessa@deltek.com Anna McClelland amcclelland @ofsbrands.com Ross Pupillo DUDlllor@hbf.com Marta Nickolyshyn mnickolvshvn@kwalu.com bob Redding breddine@alumnicf.com Nicole Irwin nirwin@alumnicf.com jing jing idn madz@vahoo.com Marta Nickolyshyn mnickolvshvn@kwalu.com Alicia Payne oavnea@honcomoanv.com Elizabeth Wren ar@scandinaviansoaces.com Leandra Walderbach Dr000sals@allsteeloffice.com Valya Broyer valva.brover@officedeoot.com Anna Marto anna@niehtinealechairs.com Gregory Bason are¢orv.bason@omniaoartners.com LORI SCHULTZ lori@carrolls.com Title COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 197 of 243 REGION 4 19-18 Furniture and Installation Region 4 website II The HON Company LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Artcobell Corporation PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Safco Products Co (formerly Mayline) PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Agati, Inc PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Safco Products Co (formerly Mayline) PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The HON Company PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Reynolds Manufacturing Corporation PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II RT London PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Irwin Seating PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II National Public Seating PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II RA Design Studio PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II NMG Workspace Solutions, LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II NITS Seating PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Reliant Business Products PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Foam Labs INC. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Bush Industries, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Hi5 Furniture PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Ergogenesis Workplace Solutions, LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II PRIME VENDOR INC. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II eko PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II School Specialty, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Max-R Alicia Payne hon DroDosals0honCOmnanV.com Stephen Sykes ssvkes@artcobell.com Yvonne Moore vvonnemoore@safcooroducts.com Nathaniel Hawkins nhawkinsPaeati.com Yvonne Moore vvonnemoore@safcooroducts.com Robert Roque roauer(@honcomDanv.com Vicki Reynolds customer-service@revnoldstx.com Reggie Van Prooyen rvannrooven@rtlondon.com Laura Williams laura.williams@haworth.com Spence Benedict soence.benedict@irwinseatine.com Uri Salzman usalzman@nationaloublicseatine.com Tameka Robins tameka.robins@radesi¢nstudious.com Debbie Smith dsmith0nme.us.com Shannon Figas busdev@mtsseatin¢.com Jennifer Williams iennifer@rbD.com DENNIS BRITO dennis.britoPoneuoinnovations.com Jill Shelters iillshelters@bushindustries.com Craig Martin craie@hi5furniture.com David Ferrell dferrell@er¢o¢enesis.com Alejandra Filippi work43@prime-vendor.com Dustin Jones diones@ekocontract.com Leonard Adkins bidnotices@schoolsoecialtv.com Suzanne Carlson scarlson(o)max-r.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 198 of 243 PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II AGILE OFFICE LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II OriginUS LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II NBF PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Tenjam PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II National Business Furniture PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II National Business Furniture PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Teknion PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Columbia Mfg., Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Vari Sales Corporation (VARIDESK) PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Herman Miller PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Albuquerque Office Systems, LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Office Moving Alliance (OMA) PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Gressco, Ltd. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II DIRTT Environmental Solutions PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II HON PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Butler Business Products PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II RT london PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II School Outfitters PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II united supply corp. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Allsteel Korawn Harris kharris(@aeileofficellc.com Stephen Shephard steohen(@orieinfurniture.com Joanna Terry ioannat(o)nbf.com Mike Collins mikecPteniam.com Jake Feeley iakef(o)nbf.com Riley McCormick rilevm(@nbf.com Caven Hill caven.hillPteknion.com Linda Kline Ikline(ocolumbiamfeinc.com Tori Simms tori.simms(o)haworth.com Mary Basel Christop marv.basel(aDhaworth.com Robert McGilvrey rob. mceilvrev(avaridesk.com Kacy Jones kacv ionesPhermanmiller.com Jason Bauder ibauder(o)aosaba.com Mike Maddux mmaddux(oDofficemovinealliance.com Caroline Kasprzak caroline(aD¢resscoltd.com Toni Pahl toahlOdirtt.com Chet Hoehn hoehncCoDhoncomoanv.com Stacy Duke sduke(o)butlerbusinessoroducts.com Tim Hodges tim.hodees(@haworth.com Catherine Rogers croeers(o)rtlondon.com Kristy Lohmiller contracts(oi)schooloutfitters.com moses rcus bids(o)unitedsuoolvcoro.com Jeff Rach rachi(o)allsteeloffice.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 199 of 243 PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Retail Resource PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Teknion PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Raynor Group PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Virco PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Humanscale PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Nelson Adams Naco PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Total Office Concepts, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Meteor Education PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Jasper Group PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Facilities Resource, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Office Essentials PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II InstalINET International, LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II WGS PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Interiors by Guernsey PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Kimball PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Trendway Corporation PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Jasper Seating Company, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II TMC Furniture, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II WB Manufacturing PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Kimball Katina Dils katina.dils(@retailresource.com Ron Frantz ron.frantz(@teknion.com Paul Hurty Dhurtv(lravnorerouD.com mike beckham mikebeckhamOvirco.com Beth Cass ecass(a)humanscale.com Michelle Perry michelle.oerrv(@haworth.com Erika Sanchez salesreD2(dnelsonadamsnaco.com Mark Carlile mcarlile2Dtotalofficeconceots.com Veronica Pohl voohl@meteoreducation.com Kathy Vonderheide kvonderhelde(o91asDererouD.us.com Brad Schweifler bschweifler(a)facilitiesresourceinc.com Anne Farrow afarrowPoffess.com Jason Moore imoore(a)instal lnet.com Annette Gerow aeerow(@wesoffice.com Tina Watt tina(ointeriorsbveuernsev.com Cindy Denham cindv.denham(@haworth.com Cathy Watkins cathv.watkins(a)haworth.com Angi Grundhoefer anei.erundhoefer(o)kimball.com Joy Taylor itavlor@trendway.com Amanda Keithley akeithlev(aDiasoererouD.us.com Olivia Demmers olivia(@tmcfurniture.com Toby Yarwasky tobv(a)wibenchmfe.com Erik Soderlund erik.soderlund(@kimball.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 200 of 243 PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Kimball PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II DATUM FILING SYSTEMS, INC. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Ergomonic Product Company PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The HON Company PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II DIRTT Environmental Solutions PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Global Industries, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II X-Chair PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II National Office Furniture PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Office Master, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Great Openings PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Global Furniture Group PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Stryker Medical PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Pioneer Contract Services, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Cumberland PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The HON Company PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Fellowes, DBA ESI Ergonomic Solutions PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Affordable Interior Systems, Inc. (AIS) PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II OEC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II AMCASE PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Montisa PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Workplace Solutions, Inc. Karen Kontoulas karen.kontoulas(@kimball.com Michele STRICKHOUSE michele.strickhouser(@datumstora¢e.com John Finken ifinken(cDhumanscale.com Greta Henderson hendersone(ahoncomoanv.com Diana Poellinger dooellin¢erCo dirtt.net Katie Higgins khieeins(aelobalfurnitureerouD.com Toby Tobin ttobin(a@xchair.com Melissa Fuller melissa.fuller(o)nationalofficefurniture.com Ed Kuo ¢ovPomseating.com Shane Pung sounE(ftreatooenings.com Steve Sable steve.sable(cDhaworth.com John McLaughlin imclau¢hlin(-)¢lobalfurniture¢rouD.com Seth Berliner seth.berliner(@strvker.com Frank Fort frankf(@Dioneercontract.com Brian Bonifas bbonifas(o)cumberlandfurniture.com Andrew Bigart bocarta(a)honcomoanv.com theresa cacace tcacace(a)esier¢o.com Rick Walker rick.walker(lhaworth.com Helen Woods hwoods(dais-inc.com Eva Nicholes enicholes(Moecboise.com Paul Berglund Daul(@amcase.com Gaylord Stanton Ravlord0montisa.com Maryann Woods marvann(a)workolacevb.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 201 of 243 REGION 4 19-18 Furniture and Installation Region 4 website II RT London PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Knu, LLC dba La-Z-Boy Contract Furniture PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II SICO AMERICA INC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Sher Global Distribution PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Spacesaver Corporation PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Exemplis PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II D2, Inc. d/b/a 9to5 Seating PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Furniture Lab PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II RKR Associates PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The HON Company PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II versa products Inc PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Via Seating PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Opening the Book North America PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Teknion LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Vitra, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II ELB US Inc PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Inscape Inc. REGION 4 19-18 Furniture and Installation Region 4 website II ELB US INC. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Workrite Ergonomics LLC Reggie Van Prooyen rvanorooven(olrtlondon.com Morgan Stephens msteohens(@getknu.com Dan Vredevoogd dan.vredevoogdPhaworth.com DAN REISETTER dreisetter(a)sicoinc.com Rich Sher rich (a)sherglobaldistribution.com Tammy Lee tlee(asoacesaver.com Kristin Balden kbalden(@exemDlis.com Mike Paar mike. Daar(l9to5seating.com Nathan Bearman nathanPfurniturelab.com Eileen Thomas eileen.thomas(a)haworth.com Ray Rogers ravrogers(@rkrofficefurniture.com Frank Amadio amadiof(dhoncomoanv.com ana gonzalez ana.gonzalez(o)versaDroducts.com Bruce Palmer -Ball bruce.Dalmer-ball(&haworth.com Steven Shoemaker steven.shoemaker(Whaworth.com Matthew Kennard govcontract(@viaseatine.com Jolie Conahan ioliePooeningthebook.com Lynn Clark Ivnn.clark(oteknion.com Morgan Ertel morgan.ertel(@vitra.com Laura Caswell I.caswell(oelbglobal.com Valerie Windrim vwindrim(@inscaoesolutions.com John Hart Lhart0elbelobal.com Donna Bobalek dbobalek(@workriteereo.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 202 of 243 PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Interior Design by. Valentine PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II National Business Furniture PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II KI REGION 4 19-18 Furniture and Installation Region 4 website II Affordable Interior Systems, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Clear Design PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Teknion PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Teknion PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Kimball PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Berco Designs PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Logiflex PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Atlantic Corporate Interiors, Inc. REGION 4 19-18 Furniture and Installation Region 4 website II VISUAL PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Hekman Contract PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II LIAT Furniture PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II EPIC Business Essentials PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II PS Furniture, Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II HON PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haworth PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Krueger International Inc. PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Trendway Corporation PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II TONIK LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II B.A.T.T.L.E. Logistics International, LLC PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II A2S Inc. Val Valentine a2val@usa.net Kevin Emery kevine@nbf.com Patrick Welch oatrick.welch@ki.com Helen Woods hwoods@ais-inc.com Kraig Wellshear krai¢w@mvcleardesi¢n.com Stephen Hindle steve.hindle@teknion.com Sandra Borland sandv.botland@teknion.com Mick Ann Koratsky mickann.koratskv@kimball.com John Francosky ifrancoskv@bercoinc.com Nathalie Todd ntodd@loeiflex.ca Susan Foushee sfoushee@aciinc.com TECH ZONE techzone@visualinfomedia.com Matt Hinueber mhinueber@hekmancontract.com Tracy Benfield tbenfield@liatfurniture.com Scott Zintz szintz@eoicbe.com STEVEN COOK scook@osfurniture.com Monica Laverman lavermanm@honcomoanv.com John Franklin iohn.franklin@haworth.com Andrew VanStraten andrew.van.straten@ki.com Patti Vander Hulst ovanderhulst@trendway.com Emily Iwanicki eiwanicki@tonikworld.com Charles Johnson battleloeint@Izmail.com Nic Shaw nic.shaw@a2s.com Corrected to sandy.boriand@teknion.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 203 of 243 PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS Region 4 website Region 4 website Region 4 website Region 4 website PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS Region 4 website PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS PUBLIC I REGION 4 SOLICITATION REQUESTS REGION 4 19-18 Furniture and Installation II Gressco, Ltd. REGION 4 19-18 Furniture and Installation II Benchmark Contract Furniture REGION 4 19-18 Furniture and Installation II Canfield Business Interiors REGION 4 19-18 Furniture and Installation II Kimball REGION 4 19-18 Furniture and Installation II Indiana Furniture REGION 4 19-18 Furniture and Installation II Kwalu LLC REGION 4 19-18 Furniture and Installation II Construction Journal REGION 4 19-18 Furniture and Installation II Kaplan Early Learning Company REGION 4 19-18 Furniture and Installation II Quill LLC REGION 4 19-18 Furniture and Installation II SSi Furnishings REGION 4 19-18 Furniture and Installation II DVOUSA, INC REGION 4 19-18 Furniture and Installation II Alumni Educatoional solutions REGION 4 19-18 Furniture and Installation II asdfgh REGION 4 19-18 Furniture and Installation II Exemplis Corporation (Ideon, Sit On It) REGION 4 19-18 Furniture and Installation 11 Virco REGION 4 19-18 Furniture and Installation II K-LOG INC REGION 4 19-18 Furniture and Installation 11 Lone Star Furnishings, LLC REGION 4 19-18 Furniture and Installation II AmTab Manufacturing REGION 4 19-18 Furniture and Installation II Virco, Inc. REGION 4 19-18 Furniture and Installation II PAPER CLIPS INC. REGION 4 19-18 Furniture and Installation II Gressco Ltd REGION 4 19-18 Furniture and Installation 11 LIGHT SOURCE REGION 4 19-18 Furniture and Installation II test tender limited Caroline Kasprzak caroline(n)eresscoltd.com Tanya Friedman tfriedman(@benchmarkcontractfurniture.com Stephanie Winter swinter(a)canfieldco.com Kris Landis kris.landis(@kimball.com Angie Kleiser an¢ie.kleiser(oindianafurniture.com Marta Nickolyshyn mnickolvshvn(o)kwalu.com Pamela Exton bids@constructioniournal.com Tina Stanbery tstanberv0kaolanco.com Romi Moormeier bid@ouill.com ke Sigsbee msigsbee(a)ssifurnishings.com carmela staiano cstaianoPdvousa.com bob Redding breddingCoDalumnicf.com qwert zxcvbn tncmumbai26(a)email.com Bob Rohlman rrohlmanPexemplis.com Brian Kirkwood briankirkwoodPvirco.com Jim Lockley iiml(@k-log.com Gina Marchant ginaPionestarfurnishings.com Greg Swon aree.swon(lamtab.com Tony Rosiles tonvrosiles@virco.com SEEMA MAHBUBANI seema(WpapercliMinc.com Stefanie Hackelberg stefanie0gresscoltd.com Natasha Banks bankslightsource(agmail.com test test testteg7(agmail.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 204 of 243 PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Fred Jefferson Memorial Homes for Boys Kimberly Weldon kweldon(afrediefferson.org PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II AD&D Furniture Mfg. Seb Agate saeatePabdfurniture.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II ergoCentric Seating Mark Blake mark.blake(o)ereocentric.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Blue Book Building and Construction Netv Shankha Shul Sarkar proiectleads(�)mail.thebluebook.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Haskell Education Tim Kerfien tkerfien(ahaskelloffice.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Blue Book Building and Construction Netv Shankha Shul Sarkar proiectleads(lmail.thebluebook.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Velocity Business Products J.D. Pedigo idpPvelocitvbp.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Blue Book Building and Construction Nety Subrata Mukherjee proiectleads(omail.thebluebook.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II KI Milica Vidovich milicavidovichPemail.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Blue Book Building and Construction Netv Baishakhi Das proiectleads(c)mail.thebluebook.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Blue Book Building and Construction Netv Baishakhi Das proiectleads(amail.thebluebook.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II NorvaNivel USA LP Katelyn Forcucci katelvn(d)norvanivel.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Irwin Seating Company Spence Benedict silence.benedict(lirwinseatine.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Quill LLC Romi Moormeier bid@ouill.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II test tender limited test test testtee7(c9email.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Wilson's Work Tracy Wilson wilsonswork(ftahoo.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II PMC Commercial Interiors Jeff Councilman ieff.councilman(o)Dmc.works PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Affordable office furniture Stuart Cameron scameron(ulaffordableof.com REGION 4 19-18 Furniture and Installation Region 4 website II Quill No name bidPauill.com REGION 4 19-18 Furniture and Installation Region 4 website II Quill LLC Romi Moormeier bid(clauill.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Teknion LLC Leonard Chapman leonard.chaoman(ateknion.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II DIVERSIFIED WOODCRAFTS INC Ed Surowiec esurowiec(a)diversifiedwoodcrafts.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Everest Expedition, L-C, dba The Worden Con Jim Meier iimm7110(aemail.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 205 of 243 REGION 4 19-18 Furniture and Installation Region 4 website II Teknion Stephen Hindle Steve.hindle@teknion.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Spec Furniture Inc. Dubravka Milinkovic contracts@soecfurniture.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Blue Book Building and Construction Nets A ghosh oroiectleads@mail.thebluebook.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Scott Rice Office Works Rachel Hewitt rachelh@scottrice.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Blue Book Building and Construction Netu Mukhtar Shah oroiectleads@mail.thebluebook.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Elkay Interior Systems Stanya LeMay stanva.lemav@elkay.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II DSA John Canon canon225@aol.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II LIAT, LLC Brian Lish blish@liatfurniture.com REGION 4 19-18 Furniture and Installation Region 4 website II Onvia Onvia svcagencv@onvia.com REGION 4 19-18 Furniture and Installation Region 4 website II asdf asdf asdfadf@mail.com REGION 4 19-18 Furniture and Installation Region 4 website II 1813047 Lynn Clark Ivnn.clark@teknion.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II SurfaceWorks Kelly Ciezki kellv.ciezki@surfaceworks.us PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Paragon Furniture Jay Krause oaraeon@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Allied Plastics Company, Inc. Jay Krause allied@ ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Claridge Products and Equipment, Inc. Jay Krause claridee@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Computer Comforts Jay Krause comoutercomforts@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Fomcore, LLC Jay Krause fomcore@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Hann Manufacturing, Inc. Jay Krause hann@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Interior Concepts Corporation Jay Krause interiorconcepts@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Ironwood Manufacturing, Inc. Jay Krause ironwood@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II MiEN Company, Inc. Jay Krause mien@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Muzo Jay Krause muzo@ironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Russell Carroll Manufacturing, Inc. Jay Krause russwood@ironfurnace.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 206 of 243 PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Wood Designs Jay Krause wooddesiens(aironfurnace.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Wayfair Professional David Randolph drandoloh@wavfair.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Daise Management LLC Alfred Daise dmllctx@gmail.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Elkay Interior Systems harles rphy charles.murohv@elkay.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Stance Healthcare Kim Daly kim@stancehealthcare.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II bid ocean Eric Johnson eric@bidocean.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II VISUAL TECH ZONE techzone@visualinfomedia.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Enwork Brandon REame breame@enwork.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II VS America, Inc. Yuri Ahn v.ahn@vsamerica.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II VS America Mark Harvey m.harvev@vsamerica.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Office Chairs USA Patrick Jamison Diamison@sheehansoffice.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Clear Design John Warrilow, iohnw@mvcleardesian.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Fleetwood Jerry Kortman ierrvk@fleetwoodfurniture.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Lesro Industries, Inc. Mark Denton mark@lesro.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Furniture Lab Suzzette Jarman contractsCWfurniturelab.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Palomira Corporation, DBA Bayou Graphix Dane DellaCrosse dane@DalomiragrouD.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Special-T LLC Lisa Polillo lisa@soecialt.net PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II A2S Inc. Thomas Iler tmw@a2s.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Onvia Source Management svcagencv@onvia.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Carroll's Office Furniture Steve Dannenbrink sd1951@sbcglobal.net PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II asdfgh qwert zxcvbn tncmumbai26@gmail.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Borgo Contract Seating Lucas Spassiani lucas@borgo.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Borgo Contract Seating Lucas Spassiani sales@boreo.com COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 207 of 243 PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II VARIDESK Candra O'Rourke candra.orourke@varidesk.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II The Edu-Source Corporation Frank Medina IV edusource@edusourcecoro.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Source Management Onvia Onvia svcagencv@onvia.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Source Management Onvia Onvia svcagencv@onvia.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Kerr Workplace Solutions Louise Farmer (farmer@kerrog.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Office Interiors Amy Pentti aoentti(uloiatl.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II 1962 Lee Mauney Imaunev@esiergo.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Arcadia Chair Company LIZ FARKAS lizf@arcadiacontract.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II First5LA Terrie Johnson tiohnson@first5la.org PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II S.P. Richards Eddie Baird eddie baird@sorich.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Metalworks Inc dba Great Openings Steve Paine soaine@greatooenines.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II jfgjhjgj jghfjghjgh ghfhgdsf cdfgvse(@Rmail.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II ModuForm, Inc Joshua Weissman iweissman@(camoduform.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Brodart Co. Bud Perchinski bud.Derchinski@brodart.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Luxpoint Sal Rando sal@luxooint.io PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II Source Management Onvia Onvia svcagencv@onvia.com PUBLIC I REGION 4 SOLICITATION REGION 4 19-18 Furniture and Installation REQUESTS II AC Transit Ryan Banea rbanea@actransit.org COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 208 of 243 A160region4� BIDIPROPOSAL SIGN IN SHEET RFP# R19-1B Furniture Pre -Proposal Conference Thursday, November 21, 2019 10:00 AM CST Name of Company Printed Name Signature �} l 7ucc. u �rai tee Q �r 3 L Yn rvl �a -t raj G r t'c �Tca Yl d� r� 5 0'Mvvk-A � f1 S l_;�� 6 ors & 7 0,MY\A-q I"Lt�' 5 V Ct 1P.55 `t a 9 10 11 ,2 13 14 15 16 17 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 209 of 243 (!CT'r region4" BlO1PROPOSAL SIGN IN SHEET RFP# 19-18 Furniture Pre -Bid Conference Thursday, November 21, 2019 10:00 AM CST Name of Company Printed Name Signature 1 AlaY�!/iQ%i C f7C �G•�-�� 2 F5C- Lunn 11'\Ic,�-n 3 4 VVarf� C �C�� I Li I� ❑ I 10S' 0";rcL]I] n2CLlep7'[i b"" V �/�vr,► L-A L / a'1 - 1 J� r i l�'L�1 v'-' jf`4l /' � 11 f 'C-7Ui.� 6 �r f cl,r-S r�9� TO M C*— i4 (i i r� C C QYtiL vex t �Q� mess; CO /-few 1jUbn"'Q MoD'Of 9 { l / S1)ek1 p_r s 10 L C�Aa'V-A �4 U. r-'s 11 rV% &r l 12 ac, e 1- i, &\A 13 `J LLv t [) 14 PAX\ 15 S(' n1_)l SYeu CL (-IIr1? 04'60 i J ( 16 17 Y1 1�5Tuii�k� COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 210 of 243 0060region�' BIDIPROPOSAL RECEIPT LIST -19--Zdh RQ H-1% Wednesday, December 11, 2019 2:00 PM CST Received BidlProposal - Name of Company Description of Receipt (# of boxes Date and Time Received and/or Envelopes) J 1 C v- 1 EV `v A�l -Ls�� J 2 LE �s ,=nc . l U.PS t�35-�Cm 3 L a:� Lac tY S e0k l) �q �0i 4 C� 0-� L(P -� F,) C) Y,� 1 P l 1 C,.JSQ35 7 ,� rni4-u-f e ( S x il��� I o tA_,,,', 900-SLeAl P,,orr,panj (aA 0� C1 en, eel &D 12 13 C-) P 14 rVr(-\CAjX,0 r,� �O I h.� S 6 a ,5 0A6YtoJ Df4ur14(fww i rejf.� Sox 1.3p\ " 16 7— S f Q l 17 SPEC 1' (N OC UPS �01 ` A(Ao I COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 211 of 243 0 r "region4- SIDIPROPOSAL RECEIPT LIST Iq- f � Wednesday, December 11, 2019 2:00 PM CST Received BidlProposaf - Name of Company Description of Receipt I# of boxes andlor Envelopes) pate and Time Received jX s ewx I ? � J z s �VZ„Jn eb� 6y` s u�Ps �A .�A l �v b7C alill�1 Ia3fPC"iw DOr s� may, 1.: i s0 x l �i�� q3q t d 11 %, l� (o 3( A-f'A- 10 A I U YYw\. c lk5 rh min 11X 1 - Qov E � �1A\C4 l0' b6A-r' J 14 TXkri0r&JA-ellvs &x 15 Mf�11 9;)jireN i V(JV4W4 16 17 J iI ''11 � h W n ��- i. r� R.1C � SC � 1� I COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 212 of 243 (Y"regiori4' BIDIPROPOSAL RECEIPT LIST -9R9MO 4G�- 19 - l 2 Wednesday, December 11, 2019 2:00 PM CST Received Bid/Proposal - Name of Company Description of Receipt (# of boxes Date and Time Received andfor Envelopes) 2 U�t6 -7q�ATA e- I1 Rvvt 9D CeA Waj 10 0(-S l .T-/G FeJek x ��'llLll°L �5� T1 V prmer1 CO- I I.Li'a!C eb X I �l tL�iq 4J J u%s 13 14 15 16 17 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 213 of 243 Name of Company , "" 4 E� C 2i �n E SC- 3 I l i p s Q ES C 4 5 B 7 8 9 10 11 l2 13 14 15 15 17 region 4 BtOlPROPGSAL SIGN IN SHEET RFP# R19-� l'j Wednesday Docember 11, 2019 2:00 PM CST Printed Name Signature 0'j' j 00lu- , V) i� n n. COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 214 of 243 Arizona Buslness rlil�i11111t� �)fl i ittli - Gazette PNI-Arizona Business Gazette PHASE:3 109 WESTPARK DRIVE, SUITE 360 BRENTWOOD, TN 37027 Order # 0003884116 # of Affidavits 1 P.O # #19-18 Published Date(s): 11/14/19 STATE OF WISCONSIN COUNTY OF BROWN I SS' I, being first duly sworn, upon oath deposes and says: That I am the legal clerk of the Arizona Republic, a newspaper of general circulation in the counties of Maricopa, Coconino, Pima and Pinal, in the State of Arizona, published weekly at Phoenix, Arizona, and that the copy hereto attached is a true copy of the advertisement published in the said paper on the dates indicated. Swo n' before me this 4 TH day of NOVEMBER 2019 Notary lic My Commission expires: PO BOX 194 Phoenix, Arizona 85001-0194 (602) 444-7315 FAX (602) 444-5901 AFFIDAVIT OF PUBLICATION Region 4 ESC, Houston, TX is request- ing proposals from qualified and experi- enced firms to provide Furniture, In- stallation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www.esc4.net or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 'Vest Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crystal Wallace, Business Operations Special- ist. (713) 744-8189 or cwallace@ese4.net Pub: Nov 14, 2019 piAR y = CPO 'F Q Fi iW } SG,````,, COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 215 of 243 4770 S. 5600 W. iUtah WEST VALLEY CITY, UTAH 84118::Media FED.TAX I.D.# 87-0217663 i._ilt i iv7- - • l? i1CCZ�I,ii�it TiE13.i1t1 801-204-6910 PROOF OF PUBLICATION CUSTOMER'S COPY CUSTOMER NAME AND ADDRESS ACCOUNT NUMBER PHASE 3, 9001501174 REWEStFOR PROPOSALS ACCOUNTS PAYABLE Region 4 ESC, Houston, T% 109 WESTPARK DR STE 360 I is requesting proposals DATE 1 from qualified and l rienced farms to provide Furniture, Installation, and Related Services (RFP No. BRENTWOOD TN 37027 11/7/2019 19-18). In order to be Must complete and submit ACCOUNT NAME to Region 4 Win ESC in accordance with the I solicitation doaxnentotion available at www.esc4.net PHASE 3, or from the Procurement Services office. TELEPHONE ORDER # / INVOICE NUMBER I PRE -PROPOSAL CONFER - sda , ov ENber E:21 sThu 0 6155674070 0001272763 1 am local time, Region 4 ESC offices. 7I4; West iidwell Road, Houston, TX 77092. PUBLICATION SCHEDULE I PROPOSAL OUE DATE: December 1 1 th,P'M 20i 9, START 11/07/2019 END 11/07/2019 TIME.BEFORE CONNTTACT: Croy of Wallace, Business O era- CUSTOMER REFERENCE NUMBER tions Specialist, 13 744.net89 or twat aM 1Z72763 L1PAW RFP #19-18 CAPTION f J REQUEST FOR PROPOSALS Region 4 ESC, Houston, TX is requesting proposais from SIZE 35 LINES 1 COLUMN(S) TIMES TOTAL COST 2 60.30 AFFIDAVIT OF PUBLICATION AS NEWSPAPER AGENCY COMPANY, LLC dba UTAH MEDIA GROUP LEGAL BOOKER, I CERTIFY THAT THE ATTACHED ADVERTISEMENT OF REOUEST FOR PROPOSALS Reeion 4 ESC, Houston. TX is reauestina nrODosais from aualified and experienced firms to Drovide Furniture. Installation, and Related S FOR PHASE 3. WAS PUBLISHED BY THE NEWSPAPER AGENCY COMPANY, LLC dba UTAH MEDIA GROUP, AGENT FOR DESERET NEWS AND THE SALT LAKE TRIBUNE, DAILY NEWSPAPERS PRINTED IN THE ENGLISH LANGUAGE WITH GENERAL CIRCULATION IN UTAH, AND PUBLISHED IN SALT LAKE CITY, SALT LAKE COUNTY IN THE STATE OF UTAH. NOTICE 1S ALSO POSTED ON UTAHLEGALS.COM ON THE SAME DAY AS THE FIRST NEWSPAPER PUBLICATION DATE AND REMAINS ON UTAHLEGALS.COM INDEFINITELY. COMPLIES WITH UTAH DIGITAL SIGNATURE ACT UTAH CODE 46-2-101, 46-3-104. PUBLISHED ON Start 11/07/2019 End 11/07/2019 DATE 11/7/2019 SIGNATURE STATE OF UTAH COUNTY OF SALT LAKE ) SUBSCRIBED AND SWORN TO BEFORE ME ON THIS 7TH DAY OF NOVEMBER IN THE YEAR 2019 BY LORAINE GUDMUNDSON. JAE LEVI NOT1�RYPUBLIC -STATEOFUTAH NOTARY PUBLIC SIGNATURE COOP City of Fort Worth & Wilson Bau rl�rVV I gffN A Group Arc. dba Enwork Page 216 of 243 V. %�� Cornmiss'on 11700608 AFFIDAVIT OF PUBLICATION OFFICIAL DJC 921 S.W. Washington St. Suite 210 / Portland, OR 97205-2810 (503) 226-1311 STATE OF OREGON, COUNTY OF MULTNOMAH--ss. I, Michelle Ropp , being first duly swom, depose and say that I am a Principal Clerk of the Daily Journal of Commerce , a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.010 and 193.020; published at Portland in the aforesaid County and State; that I know from my personal knowledge that the Goods and Services notice described as Case Number: NOT PROVIDED FURNITURE, INSTALLATION, AND RELATED SERVICES Region 4 Esc; Bid Location Houston, TX, Harris County; Due 12/11/2019 at 02:00 PM a printed copy of which is hereto annexed, was published in the entire issue of said newspaper for 1 time(s) in the following issues: 11 /8/2019 State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON THE 8th DAY OF November, 2019 Michelle o /L- Notary Public -State of Oregon OFFICIAL STAMP SELAH MICHELE FARMER NOTARY PUBLIC - OREGON COMMISSION NO.959961 MY COMMISSION EXPIRES FEBRUARY 27, 2021 REGION 4 ESC FURNITURE, INSTALLATION, AND RELATED SERVICES Proposals Due 2:00 pm, December 11, 2019 REQUEST FOR PROPOSALS Region 4 ESC, Houston, TX Is requesting proposals from qualified and experienced firms to provide Furniture, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www,esrd ne or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crystal Wallace, Business Operations Specialist, (713) 744-8189 or cwallaceae�r.,g. t Published Nov. 8, 2019. 11199 Sydney Rubin Order No.: 11813266 National Ipa Client Reference No: 109 Westpark Dr Ste 360 Brentwood, TN 37027-5062 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 217 of 243 Page 1 of 1 11/05/2019 10:54:08 Ad Number Ad Key Order Number 20462855 Salesperson PO Number 19-18 Publication Customer 60036285 Phase 3 Marketing & CommunSection Contact Sydney Rubin Sub Section Address1 109 Westpark Drive Category Address2 Suite 360 Dates Run City St Zip Brentwood TN 3 27 Days Phone Size Fax Words Ad Rate Printed By Cathyann Christian Ad Price Entered By Cathyann Christian Amount Paid Amount Due Keywords Notes Zones Region 4 ESC, Houston, TX is requesting proposals from quali- fied and experienced firms to provide Furniture, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www.esc4.net or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CON- TACT: Crystal Wallace, Business Operations Specialist, (713) 744-8189 or cwallace@esc4.net November 7. 2019 M NAXLP 11022229 Legal - Legals - Helena Independent Record On -Line Class Section Legal 9999 Legals 11 /07/2019-11 /07/2019 2 x 1.55, 14 lines 101 Legal Line 53.92 0.00 53.92 AFFIDAVIT OF PUBLICATION STATE OF MONTANA, County of Lewis & Clark Cathyann Christian Being duly sworn, deposes and says; That she is the principal clerk of the Independent Record, a newspaper of general circulation published daily in the City of Helena, in the County of Lewis & Clark, State of Montana, and has charge of the advertisement therof: Thatthe Requesting Proposals a true copy of which is hearto annexed, was published in said newspaper on the following dates: viz.: November 7, 2019 making in all_1_ publication(s) Subscribed and sworn to me this 7_ day of _Novembers (2019. r r �J Notary Public for the State of Montana Printed Name: Billie Jo Williams Residing at Clancy, Moritana 59634 (Notary Seal) My commission expires August 31, 2022 low. BILLIE J0 WA45ILLLA �Y NOTARY PUBLIC for the DEAL R . We Pf Writarll UN t+,wing at Clan4y, M"Jjra OPT,, Aly L+n*ion Ira A4N COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 218 of 243 Certificate of the Publisher The Herald -News Description:RFP 19-18 1721368 RFP 19-18 PHASE 3 MARKETING & COMMUNICATIONS P O BOX 680758 MARIETTA GA 30068 Shaw Media certifies that it is the publisher of The Herald -News. The Herald -News is a secular newspaper, has been continuously published daily for more than fifty (50) weeks prior to the first publication of the attached notice, is published in the City of Joliet, County of Will, State of Illinois, is of general circulation throughout that county and surrounding area, and is a newspaper as defined by 715 ILCS 515. A notice, a true copy of which is attached, was published 1 time(s) in The Herald -News, namely one time per week for one successive week(s). Publication of the notice was made in the newspaper, dated and published on 11/07/2019 This notice was also placed on a statewide public notice website as required by 5 ILCS 5/2.1. In witness, Shaw Media has signed this certificate by J. Tom Shaw, its publisher, at Joliet, Illinois, on 7th day of November, A.D. 2019 Shaw Media By: Account Number 10174037 J. Tom Shaw, Publisher Amount $76.40 PUBLIC NOTICE Region 4 ESC, Houston, 1X is requesting proposals from qualified and experienced firms to provide Furniture, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www.esc4.ne1 or from the Procurement Services office. PRE�SAL_____r__ CONFERENCE: Thursday, November 21 st 2019, 10:00 am local time, Region 4 ESC Offices. 7145 West Tidwell Rood, Houston, TX 77092. PROPOSAL DUE DATE: December 1lih, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crysial Wallace, Business Operations Special- ist, (713) 744-8189 of cwattaceft-a.nel (Published in Herald -News November 7, 2019) 1721368 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 219 of 243 AFFIDAVIT OF PUBLICATION IN THE MATTER OF } (RFP No. 19-18) Furnitw•e, Installation, and Related Services } } } } } STATE OF HAWAII i SS. City and County of Honolulu Doc. Date: NOV - 7 2 0l9 # pages: Notary Name: COLLEEN E.SORANAKA FrstJudiclalCICCUjt Doc. Description: Affidavit of •.•'�-\ ' • `• I rf �''� E- Sp Publi �• ' a.e Pueuc NOV - 7 2019 - i t Notary Signature Date No. 90-263 r - -�•••% r \ Gwyn Pang being duly swom, deposes and says that she is a clerk, duly auth.,! m tlittf "�� execute this affidavit of Oahu Publications, Inc. publisher of The Honolulu Star -Advertiser, MidWeek, The Garden Island, West Hawaii Today, and Hawaii Tribune -Herald, that said newspapers are newspapers of general circulation in the State of Hawaii, and that the attached notice is true notice as was published in the Honolulu Star -Advertiser 1 times on: 11 /07/2019 MidWeek 0 times on: The Garden Island 0 times on: Hawaii Tribune -Herald 0 times on: West Hawaii Today 0 times on: Region 4 ESC, Houston, TX is requesting proposals from qualified and experienced firms to provide Fumibrre, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www.esc4.net or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crystal Wallace, Buslness Operations Specialist, (713) 744.8199 or mallwegesc4met (SA1244463 11/7/19) Other Publications: 0 times on: And that affiant is not a party to or in any way interested in the above entitled matter. Gwyn Pang / Subscribed to and swom be a this L day of X/o ✓&-^4 r A.D. 204 Cp� .�B007fR•. een E. Soranakar Notary Public of the First Judicial C44+•1a�o ii'� My commission expires: Jan 06 2020�............ Ad 0001244463 : v:? NOTARY �'�: SP.NO.: L.N. - PUBLIC _ — No.90-263 ij �� OF HP� , COOP City of Fort Worth & Wilson Bauhaus Iritb"osa,skw!6MNIA # R191819-ASSA Group Inc. dba Enwork Page 220 of 243 0000205511 PHASE 3 MARKETING COMMUNICAT Page 1 of 3 Houston Chronicle j CLASSIFIEDS 1 E�e�D ,. t� POUP AFFIDAVIT OF PUBLICATION STATE OF TEXAS: Before me, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared, the Newspaper Representative at the HOUSTON CHRONICLE, a daily newspaper published in Harris County, Texas, and generally circulated in the Counties of: HARRIS, TRINITY, WALKER, GRIMES, POLK, SAN JACINTO, WASHINGTON, MONTGOMERY, LIBERTY, AUSTIN, WALLER, CHAMBERS, COLORADO, BRAZORIA, FORT BEND, GALVESTON, WHARTON, JACKSON, and MATAGORDA and that the publication, of which the annexed herein, or attached to, is a true and correct copy, was published to -wit: PHASE 3 MARKETING COMMUNICAT 0000205511 HCO85601320 RAN A LEGAL NOTICE SIZE BEING: 3 x9 L Product Date CNCY-Cypress Creek Mirror (Cypress/Cy-R Nov 13 2019 CNCH-Cypress Creek Mirror (Champions/KI Nov 13 2019 CNPM-Magnolia Potpourri Nov 13 2019 CNPO-Tomball Potpourri Nov 13 2019 CNCY-Cypress Creek Mirror (Cypress/Cy-Fs Nov 20 2019 CNCH-Cypress Creek Mirror (Champions/KI Nov 20 2019 CNPM-Magnolia Potpourri Nov 20 2019 Class Legal Notices Legal Notices Legal Notices Legal Notices Legal Notices Legal Notices Legal Notices Page COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 221 of 243 0000205511 PHASE 3 MARKETING COMMUNICAT Page 2 of 3 Houston Chronicle CLASSIFIEDS Product CNPO-Tomball Potpourri NEWSP Ff REPRESENTATIVE Date Class Page Nov 20 2019 Legal Notices /f - Ik- C/--� Sworn and subscribed to before me, this 20th Day of November A.D. 2019 ,,e��ttt1111U!/'t �i FXP1F?,.• Nota ubllc In an for he State of Texas COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 222 of 243 0000205511 PHASE 3 MARKETING COMMUNICAT Page 3 of 3 HoustCoA $ChpronicleIF j Region 4 ESC, Houston, TX is requesting proposals from qualified and experienced firms to provide Furniture, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a pproposal to Region 4 ESC in accordance with the solicitation documentation available at www.esc4met . r from the Procurement Services office, PRE_ PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crystal Wallace, Business Operations Specialist, (713) 744-8189 or cwallace@esc4.net COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 223 of 243 AFFIDAVIT OF PUBLICATION[ STATE OF NEVADA) COUNTY OF CLARK) SS: PHASE 3 MARKETING & COMM SUITE 360 109 WESTPARK DRIVE BRENTWOOD TN 37027 Account # 170430 Ad Number 0001076983 Leslie McCormick, being 1 st duly sworn, deposes and says: That she is the Legal Clerk for the Las Vegas Review -Journal and the Las Vegas Sun, daily newspapers regularly issued, published and circulated in the City of Las Vegas, County of Clark, State of Nevada, and that the advertisement, a true copy attached for, was continuously published in said Las Vegas Review -Journal and / or Las Vegas Sun in 1 edition(s) of said newspaper issued from 11/07/2019 to 11/07/2019, on the following days: 11 / 07 / 19 - REQUEST FOR PROPOSALS J Region 4 ESC, Houston, TX Is requesting proposals from ed firms to and xFurniturre Installation, and Relate Services (RFP No. 19-18)In order to be considered,the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www.esc4.net or from the Procurement services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tldwell Road, Houston. TX 77092. PROPOSAL DUE DATE: LOCAL TIME. CONTACT: Crystal Wallace Business Operations Specialist, (713) 744.8189 or cwallace@esc4.net PUB: November 7, 2019 LV Review -Journal LEGAL ADVERTISEMENT REPRESENTATIVE Subscribed and sworn to before me on this 7th day of November, 2019 Notary MARY A. LEE Notary Public. State of Nevada Appointment No. 09-9941-199 COOP City of rt & V'�MP99 WOli tr�rcA,' L2LQC00 iNIA # R191819-ASSA Group Inc. dba Enwork Page 224 of 243 PHASE 3 MARKETING AND COMMUNICATIONS 109 WESTPARK DRIVE, SUITE 360 BRENTWOOD, TN 37027 Acct Number 65600 Ad Number 0000847893 Insertions 1 Total $19.50 AFFIDAVIT OF PUBLICATION, NEW JERSEY, SUSSEX COUNTY, 55 Brittanv Weiss, of full age being duly sworn, did depose and say that the notice hereto attached was published in THE NEW JERSEY HERALD and/or NEW JERSEY SUNDAY HERALD a newspaper printed and circulated in said county on: ADNUMBER Publication Page Date 0000847893-01 NJH Herald C2 11/07/2019 Subscribed and sworn to me before this date: 11/07/2019 jA taly: Date: 11/07/2019 NOTICE Region 4 ESC, Houston, TX is requesting propos- als from qualified and experienced firms to Provide Furniture, In- stallation, and Related Services (RFP No. 19- 18). In order to be con- sidered, the Offeror must complete and sub- mit a proposal to Region 4 ESC in accordance with the solicitation doc- umentation available at www.esc4.net or from the Procurement Serv- ices office. PRE -PROPOSAL CON- FERENCE: Thursday, November 21 st , 2019, 10:00 am local time, Region ESC Offi- ces, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11 th , 2019, BEFORE 2:00 PM LO. CAL TIME. CONTACT: Crystal Wallace, Business Oper- ations Specialist, (713) 744-8189 or cwallace(@ esc4.net Nov. 7, 2019 Pf$12.00 0000847893 NJ ROBIN K. FICHTEP. NOTARY PUBLIC OF NEW JlLkISEY I.D. # 50020719 Icy Commission Expires 8111/2020 0 0847893 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 225 of 4 Riehmana Q.4mes—D ispakh Advertising Affidavit 300 E. Franklin Street Richmond, Virginia 23219 (804)649-6208 PHASE: 3 MARKETING AND COMMUNICATIONS 109 WESTPARK DRIVE SUITE 360 BRENTWOOD, TN 37027 Date Category Description Ad Size 11/16/2019 Propos-Sid Bids-RFP Region 4 ESC, Houston, TX is requesting proposals from quali 2 x 0 L R�}}ian � ESC, HoustD� TX � � propDs�� f�m qu�li�d aDd �pwi�d RroaiD pi�41�e furii��, IDsta�atian,aod Rol��d S (Rfl} Ko,1�18)ID ot� lD 60 �d, �p Offeror must coD let aDdt1lapropose�kin iYiDacrrotta wigh so, dmdocumeombooad atw<wwd*h Mk Procu�eutSe�ic�o�c� P�PR4P4S�1 C4Nf�E lluir�ay, Houember 11st,1Dl9, lO,DD am local time, klm 4 ESC No, 116 Wit iidwoll Road, Mi,1� 11Dy1. PAOPOSdI W1 DAZE DRt lit, N01 BEFORE 1,1 N Ah iIME CDHiRCI; Cry�l Wal��, � Op2ratiD� Spepal�l, �113)144�1�o<cwalts�a�c4,D� Publisher of the Richmond Times -Dispatch Account Number 6067881 Date November 07, 2019 This is to certify that the attached Region 4 ESC, Houston, TX was published by the Richmond Times -Dispatch, Inc. in the City of Richmond, State of Virginia, on the following dates: 11/07/2019 The First insertion being given ... 11/07/2019 Newspaper reference: 0001024061 Sworn to and subscribed before me this Thursday, November 7, 2019 Total Cost 101.20 Notary Publi Billing Rep ntative State of Virginia City of. Richmond My Commission expires Kimberly D. H2rr% NOTARY PUBLIC Commonwealth of Virginia Notary Registration Number 356753 Commission Exoires January 31, 2021 THIS IS NOT A BILL. PLEASE PAY FROM INVOICE. THANK YOU COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 226 of 243 SAN BERNARDINO COUNTY SUN 473 E CARNEGIE DR #200, SAN BERNARDINO, CA 92408 Telephone (909) 889-9666 / Fax (909) 884-2536 SYDNEY RUBIN PHASE 3 MARKETING & COMMUNICATIONS/NIPA 109 WESTPARK DRIVE SUITE 360 BRENTWOOD, TN - 37027 PROOF OF PUBLICATION (2015.5 C.C.P.) State of California ) County of SAN BERNARDINO ) ss Notice Type: RFP - REQUEST FOR PROPOSALS Ad Description: RFP No. 19-18 I am a citizen of the United States and a resident of the State of California; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the printer and publisher of the SAN BERNARDINO COUNTY SUN, a newspaper published in the English language in the city of SAN BERNARDINO, county of SAN BERNARDINO, and adjudged a newspaper of general circulation as defined by the laws of the State of California by the Superior Court of the County of SAN BERNARDINO, State of California, under date 06/27/1952, Case No. 73081. That the notice, of which the annexed is a printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to -wit: 11 /08/2019 Executed on:11/08/2019 At Riverside, California I certify (or declare) under penalty of perjury that the foregoing is true and correct. This space for filing stamp only SB #: 3311896 Region 4 ESC, Houston, TX is requesting proposals from qualified and experienced firms to provide Furniture, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www.esc4.net or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 215i, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL YUE DATE: December 11 h, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crystal Wallace, Business Operations Specialist, (713) 744-8189 or cwallace@esc4.net 11/8/19 SBS-3311896# Signature L11!�JililIIIoIIIEmail C rt gonauPau2 nt9nor'5, - NIA # R191819-ASSA Group Inc. dba Enwork Page 227 of 243 STATE OF WASHINGTON — KING COUNTY --s5. 379248 PHASE 3 MARKETING & COMM Affidavit of Publication The undersigned, on oath states that he is an authorized representative of The Daily Journal of Commerce, a daily newspaper, which newspaper is a legal newspaper of general circulation and it is now and has been for more than six months prior to the date of publication hereinafter referred to, published in the English language continuously as a daily newspaper in Seattle, King County, Washington, and it is now and during all of said time was printed in an office maintained at the aforesaid place of publication of this newspaper. The Daily Journal of Commerce was on the 121 day of June, 1941, approved as a legal newspaper by the Superior Court of King County. The notice in the exact form annexed, was published in regular issues of The Daily Journal of Commerce, which was regularly distributed to its subscribers during the below stated period. The annexed notice, a BCSB: REG 4 HOUSTON FURNIT was published on 11 /07/ 19 The amount of the fee charged for the foregoing publication is th sum of $ 69.30. o � —� NOTq/�y m i Subsc � —�...,% CA i i cn o PUBLIC ; ,. ;otar�ypoKic 07/2019 ri � II T'Tj 11 FO 's F WASH�N for the St e of Washington, residing in Seattle Affidavit of Publication i to before me on COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 228 of 243 State of Washington, King County Region 4 ESC, Houston, TX Furniture, Installation, and Related Services Bid date: December 11 Region 4 ESC, Houston, TX is requesting proposals from quali- fied and experienced firms to pro- vide Furniture, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and sub- mit a proposal to Region 4 ESC in accordance with the solicitation documentation available at www. esc4met or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crystal Wallace, Business Operations Specialist, (713) 744-8189 or cwallace@esc4. net Date of publication in the Seattle Daily Journal of Commerce, November 7, 2019. 11/7(3792481 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 229 of 243 CAPITAL CITY PRESS Publisher of THE ADVOCATE PROOF OF PUBLICATION The hereto attached notice was published in THE ADVOCATE, a daily newspaper of general circulation published in Baton Rouge, Louisiana, and the Official Journal of the State of Louisiana, City of Baton Rouge, and Parish of East Baton Rouge or published daily in THE TIMES -PICAYUNE/ THE NEW ORLEANS ADVOCATE, in New Orleans Louisiana, or published daily in THE ACADIANA ADVOCATE in 1F`/07/2019 t Kristi Bunch, Public Notices Representative Sworn and subscribed before me by the person whose signature appears above 11/7/2019 M. Monic McChristian, Notary Public ID# 88293 State of Louisiana My Commission Expires: Indefinite PHASE 3 MARKETING & COMM 396092-01 SYDNEY RUBIN 109 WESTPARK DR STE 360 BRENTWOOD, TN 37027 PUBLIC NOTICE Region 4 E5C, Houston, TX als is requesting prop err from qualified arovide Fur- - firms top and Re Fur- niture, Installation, 19- lated Services (RFP No. to be 18). in order r erofferorco Must ered, and submit a complete on 4 ESC in proposal to Reg, the solici- accordance d th mentation tation at W,�,w esc4.net available rprocurement or from the Services office' pRE-PROPOSAL CONFER- ENCE: Thursday, Novem- ber 21st, 2019, 5 4 C lo- cal time, Region 4 EST dwell ces, 7145 West Road, Houston, TX 77092• PROPOSAL DUE DA2p19 BE - December 11t� ,, CAL TIME. FORE 2:00 pM stal Wallace, CONTACT: Cry Business Operations Spe- cialist, (713) 744-8189 or cw allaceC esc4.net 396092-nov 7-1t COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 230 of 243 THE STATE MEDIA CO., INC. Columbia, South Carolina publisher of Mdt*ate The State Media Company NEWSPAPER • DIGITAL • MAGAZINES • DIRECT MAIL AFFIDAVIT OF PUBLICATION Account# Ad Number Identification 580372 0004449570 Request For Proposals Region 4 ESC, Houston, TX is requesting propo: Attention: Sydney Rubin PHASE 3 MARKETING PO BOX 680758 MARIETTA, GA 30068 Request For Proposals Region 4 ESC, Houston, TX is re- questing proposals from qualified and experienced firms to provide Furniture, Installation, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documentation avail- able at www,esc4.net or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21 st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road, Houston, TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CONTACT: Crystal Wallace, Business Opera- tions Specialist, (713) 744-8189 or ewallace(@esc4.net 4449570 State of South Carolina County of Richland I, Michelle Long, makes oath that the advertisment, was published in The State, a newspaper published in the City of Columbia, State and County aforesaid, in the issue(s) of Insertion(s) Published On: November 07, 2019 ,I, Michelle Long Inside Classified Accounts Representative Subscribed and sworn to before me on this 13th day of November in the year of 2019 Amy L. R Ins NotaryPu Ic for South Carolina My Commission Expires: November 27, 2022 "Errors- the liability of the publisher on account of errors in or omissions from any advertisement will in no way exceed the amount of the charge for the space occupied by the item in error, and then only for the first incorrect insertion." COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 231 of 243 TIMESUNION timesunion.com Albany Times Union News Plaza Box15000 Albany, New York 12212 PHASE 3 MARKETING AND COMMUNICATIONSkccount Number: 109 WESTPARK DRIVE, SUITE 360 Order Number: ATTN: SYDNEY RUBIN Order Invoice Text: BRENTWOOD, TN 37027 600120168 0004084095 National IPA- RFP T Tomes / R Bernard / T Duquette / P Sheehan / A Rubel of the city of Albany, being duly sworn, says that he/she is principal Clerk of THE TIMES UNION, a daily newspaper printed in the county of Albany, Town of Colonie, and Published in the County of Albany, Town of Colonie and the city of Albany, aforesaid and that notice of which a printed copy is annexed has been regulary published in the said ALBANY TIMES UNION on the following dates 11-08-2019 Sworn to before me, this t f day of 20 1 SUSAN R WRIGHT NOTARY PU1 LTC STATE OF NEW YORK Registration No. OIWR4793115 Qualified in Albany Copnty My Commission Expires_) &12,? Notary PL Albany County COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 232 of 243 Region 4 ESC, Houston, TX is requestingg proposals from qualified and experienced firms to provide Fumilure. Installa- tion, and Related Services (RFP No. 19-18). In order to be considered, the Offeror must complete and submit a proposal to Region 4 ESC in accordance with the solicitation documen- tation available at www.esc4.net or from the Procurement Services office. PRE -PROPOSAL CONFERENCE: Thursday, November 21st, 2019, 10:00 am local time, Region 4 ESC Offices, 7145 West Tidwell Road. Houston. TX 77092. PROPOSAL DUE DATE: December 11th, 2019, BEFORE 2:00 PM LOCAL TIME. CON- TACT: Crystal Wallace, Business Operations Specialist, (713) 744.8189 or rw+allaceOesoCnet T1.111:4084495 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 233 of 243 russell MCA johns N 3. "VVOrB"1 1 November 19, 2019 To Whom It May Concern: I am a duly authorized representative of MCA Russell Johns Associates LLC, company handling the advertising matters for USA Today, a daily newspaper distributed within the United States. RFP# 19-18 was published within said newspaper in the Public Notice Section of the on the following date(s): 11/07/2019 Dolr itman On this the 19th day of November, I attest that the attached documents are true, exact, complete, and unaltered tearsheets. Camika Winter State of Florida County of Pinellas CAMtKA C. WINTER Notary Public, State of Florida My Comm. Expires Apr. 16. 2022 No. GG 208003 Russell Johns Associates 17110 Gunn Hwy, Odessa Florida 33556 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 234 of 243 MONEY TECH USA TODAY I THURSDAY. NOVEMBER 7. 2019 13B T O r O C4 N in O O M cn Q to D Z O m l7) E N Z a) Q E O L Z b _O a N O Q W U Facebook's Portal TV feels natural Q0 Talking Tech efferson Graham USATODAY I don't like the idea of granting my TVs access to Facebook and allowing the social network to install a video camera and microphone in my living room. But I've gotto admit its new Portal TV is, hands down, the best video chat de- vice I've ever come across. And to com- municate with my relatives, I could let down my guard and let Facebook in. There are some concerns, and they are big ones. More on that below. I've tried the vertical phone thing with friends and family on Facel and Google Hangouts, I've done laptop - to -laptop chat, Periscoped, Facebook Lived - you name it. But with Portal TV in the living room - hanging out on the couch, without having to hold a phone in front of my face or sitting statically by a laptop or desktop - it just seemed so natural. What is Portal TV? Portal TV is the next step for Face - book, which in 2018 introduced the Por- tal video display unit for chats, playing music and games. The initial units were 15 inches and 10 inches and sold poorly the first year, accordingto a sales survey by Voicebot.ai. This year, Facebook up- graded the Portal with 8-inch ($129) and (a revamped) 10-inch ($179) models, adding the ability to do WhatsApp chats as well. For $149, you can buy Portal TV, if you can get over the social network's various privacy breaches and its tendency to KNOW YOUR STUFF chatting with Ed Ba19 On Facebook POlT81 TV. JEFFERSON GRAHAM track personal data to sell to marketers. If you're considering any of the Portal units, this is the one to get. Why buy a little box for video chat- ting that does little beyond video chat - yeah, it plays music and shows a hand- ful of videos, but you get that with TV, and the bigger screen is way prettier to look at. On a large, flat -screen, in 4K res- olution, whatever size TV you have is going to look way better than 10 inches. How Portal TV worked My video chat with colleague Ed Bail on my Portal TV test unit to his, looked fabulous. I was in his basement, he was in my living room, and the Face - Fridge shelf no better for battery shelf life Know Your Stuff is a new column that unlocks the hidden secrets about the everyday products you own. David Kender USATODAY If you were to peek inside my refrig- erator, you might see a surprise next to the butter drawer: my batteries. I keep them there because, at some point in the foggy past, someone told me it was good idea, and I believed them. However, I've learned that gut in- stincts often fall apart in the face of ac- tual facts. So I took my question to the experts and learned, yet again, that even the simple things we own can be surprisingly complex. Myth: Storing batteries in the refrig- erator prolongs their life. Fact: lt'spartially true, butyou re bet- ter off not doing it. In order to understand why, it's help- ful to have some insight into how a bat- tery works. To keep things simple, we'll limit ourselves to common AA and AAA batteries - not smartphone or laptop batteries. To get technical for just one moment, batteries release energy one of a chemical reaction between two or more compounds stored inside. Electrons flow out of the one terminal, through whatever device they're powering, and back into the other terminal. But even when they're not plugged in, those electrons can sneak out of the battery, draining their capacity through a process called self -discharge. Its easyto see how common wisdom would point towards the refrigerator as a solution: If you can slow down the chemical reaction, you should be able to store batteries longer. So, should you? The answer from battery makers is a uniform and mul MARKETPLACE TODAY For advertising Information 1.800397.0070 www russelllohns com/usat NOTICES I l lon 4 ESC, H... o TX Is requesting proposals fromqualdiedand,l.... eibanstoprovide Fumltum, Installation, and Related Semlaes (RFP No. 1948). In old rho be wl,si d, the ON, —must complete ..it sa a proposal W Fl4 EeC m accordance wlh he aobe4amn J.—....bon swul ole st wwwe net orfrom the Procurement services office. PvROPOSALCONFERENCE: TM1ursday,November21M,2019, 10:00 am local bme, Region 4 ESC Off""' 7145 Wes[ Tidwell Road, Houston, TX 77092 PROPOSAL DUE DATE: December t1M, 2019, BEFORE 20O PM LOCALTIME. CONTACT: crv.ta(7p74e4=8aee'oe� ,ll. e®as�a °ra�Ianst, book Portal camera easily panned and zoomed along with us as we moved, to follow us around the room. Not in a creepy way, but as a tool to make the vi- suals way more interesting. My other video chats were good, but nowhere new as impressive as Portal to Portal, which is the optimum experi- ence. I called my brother, who held up his phone vertically cropping out half of the image, which is what happens when the camera hat held horizontally. When I called USA TODAY colleague Trevor Hughes. He was in front of his laptop, in horizontal, thank you, and that was great. But he was stuck behind a desk, while I was free to roam around. a 1111 7 Experts say don't store your batteries in the fridge. JACKSON RUCKAR/REVIEWED quivocal. "That's along -held myth, and the an- swer is no," says Tom Van Vey of Pana- sonic Energy Corp. of America. All major brands recommend a clean, dry, room -temperature environment. When stored properly, the discharge rate of a single -use alkaline battery, the Sourcaw 11, a State of MinneaoM local government agency and aervma caopamtrve, is requ l,tmg proposals for Public Safety Video Surveillance Solutions with R,I,W Equipment, Son— and Accessories W result m a contracting solution for use by its member,. soul members include thousands of governmental, hill 11 education, K-12 education, not--p,fit, Mbol government, and ot- public agencies located �n Me united state, and canaaa A full mpy of the Requesl for Proposal. can be band an the Saurcawell Procurement Portal d1p.11prop nd.sourcewell-mn.gov. ony Fr�ocuemaed a ow i be h cns dered.ewel� Proposals are due no later Man January 7, 30se, st 4:30 p.m. Central Til, and less, proposals win not be — sill —ill ►SB,S9 I BUSINESS The lothoul PaNhes ol; sill A.U.iML:WB P � e mAthos r red Alpo to dfaeoasafymm.11pausa.mm � • PUBLICer NOTICEfor Nefollnang aafegpnes QO ` /1 RM 191101-CamessAsilg 0 To Public Notice andres1Spillng5eMcestor Fidily Sy place your in our Marketplace section, call: Nopaa l,.dla sae 11l¢opeaea 1-800-397-0070 aDE lyder10, 1019,at3:Wpm bmltme Dugs} 9447V i prone lusebsllealt Mess. *.,typf L y^� onh &Wilson Bauhaus Intenors, LLC-OMNIA # R191819-ASBA Group Inc. tlba Ensvork If you re considering Portal TV, you'll really want two of them. (Facebook of- fers a $50 discount if youbuytwo, sothe total bill would he $250 plus tax.) But, still, there are concerns Facebookknows ithas privacy issues to contend with. The unit is "private by design," Facebook says on its website. To appease concerns about that always - on video camera, the Portal has a cover that can slide over the camera when not in use - if you remember to do that. Drat think for a minute that Face - book isn't monitoring you. When you connect on a video call, "we collect in- formation in a similar way to other Face - book products;' the social network notes. For instance, it notes that you've made a call, who you called and where, and which other Portal apps (which in- clude Pandora and CBS All -Access) have been opened and used. That "may be used to inform the ads you see across Facebook;' the company admits. Facebook says it does not listen to, view or keep the contents of your video or audio calls, "so nothing you say on a Portal call is used for advertising" However, it also says that when you use the "Hey, Portal" wake words, it rec- ords and transcribes your commands and invites users to go to their Portal settings to delete them. But in typical Facebook fashion, it makes it newly impossible to opt -out, by sending you to a computer or mobile device to type in a code that's such a hassle, you give up on the spot. Oh, if only Apple, without all this privacybag- gage, had created the product instead. Portal TV is available at Facebook's online store, Best Buy, Bed, Bath & Be- yond and Amazon. most common type in the U.S., is negli- gible - only about 3% per yen. Single - use lithium batteries lose even less. While refrigeration is a no -no, tem- perature still has a big impact on a bat- tery's shelf life. When battery makers recommend "room temperature," they generally mean between 68-78"F. Depending on your location, though, your house may get a lot warmer than that. And the hot- ter it gets, the faster your batteries lose their charge. Yet another reason experts recom- mend not keeping batteries in the fridge is condensation. "Humidity can impact batteries as a whole, says Van Voy, "and that's whywe recommend a dry storage environment. You build up condensation in a refriger- ator." If you insist on keeping your batteries in fridge, at least put them in an airtight container where water vapor can't get at them. But consider me reformed. You'll find my batteries in the drawer from now on. David Kender is the editor in chief of Reviewed, a product review website and part of the USA TODAYNetua rk. If you have a question about how your stuff works, or just want to know what to buy, email him at requestOreviewed.eom. To view more Classified listings, visit: www.classifieds.usatoday.com I MARKETPLACE M,cul r Degeneration, Cataract, Glaucoma sdlNdM1mg Never Speak OO Nol Recr <I�_•JM:W Allocm es per Jey lsr rrm, r""rmu.. ro ma..ssm NLITIMEINLOME TOinmgB Ruppsd Pravdetl. r _ sagassoao Dauy Ne+ereeroR seen ,n M II AbedulNy$enaus ingOnes OnlVl :I , ll ' "..1. Novelty products at low pricedIn the iradtion ofChriaimaa, we will be giving sway a product with every order as supplies last. Find us on Facebook at: Guy From Brooklyn =•• Page 235 of 243 Video "'A Garden Observed: CultivatingA Life? -,'.°. "_ "".• by.welame Hoye. I � En er 1-1.imige rhegerden pho,ography Available on Amason AMNIA° Public Sector Power. Access. Trust. P A R T H E R 6 Home � Contracts ) All Contracts ) View Upcoming Contracts Current Solicitations Review the OMNIA Partners contracting process here. O Risk Preparedness and Claims Recovery Services O Disaster and Non -Disaster Restoration of Operational Services p Furniture, Installation, and Related Services region® Lead Agency: Region 4 Education Service Center ("ESC'] Response Due Wednesday; December 11, 2010 at2=00 PM CENTRAL TIME Click here to receive a copy of the i COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 236 of 243 Region 4 solicitations Select the RFP about which you would like to receive more information. * Required NBmE Your answer E-mail * Your a n swe r Organization Your answer am interested in the following solicitations: R19-19 Educational Software Solutions and Services - Responses Due November 19, 2019 at 10:00 A.M. CST R19-11 Copiers and Printers -Responses Due November 19, 2019 at 10:00 A.M- CST R19-20 Maintenance, Repair and Operations (1RO) Supplies & Related Services -Responses Due Tuesday, December 3, 2019 at 2:00 P.M. CST ❑ R20-02 Bleeding Control Kits and Related Hemorrhage Control Products and Services - Responses Due Monday, December 2, 2019 at 2.00 PM. CST ❑ R19-1 B Furniture, Installation, and Related Services - Responses Due December 11, 2019 at 2:00 PM. CST COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 237 of 243 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 176.043(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 # R191819-ASSA Group Inc. dba Enwork Page 238 of 243 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 gwsltonnaarr is berg filed in aeaordame with Chapter 176, Local Gcrva wont foam, IN a vendof who has a twsiness relationship as defined by Section 176.041tt-a) whh a local governmental erMy and the vendor meets requirements unto Section 476.01)6tal. Syr law d.is questionnaire moist be filed with the records adrtiirrsstrator of tha local governmental entity not latmr than the 7th business day after the date the vendor becomes aware of facts that raauira the sWement to be W. Sao Soclien t 76.W6(a-i), Local Government Code. FORM CIO ff10E USE [?NLY - A vendor commits an offense if tha vendor krvwinc'v violates Section 176.oN, Local GovernmS rit Code. An affanse undat fcs section is a ttasdornaaWic r Name ofvendorwho has a business relationship with local governmental entity. Check this box lfyou are filing an update to a prov iously filed questionnaire. (The Calif requeas that you file an updated comptated questionnaire wi`i the appropriate fling authority not later than tine 7th business day after the date on which you ttoca.=no aware that the originally filed questionnaire was incompleto or inaccuraw) Narnw of local government officer about whom the information is being disclosed. Name of Meer J Doscribe 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 government cfficsr ,ir a family member of the officer receiving or Iikctty to rgceiv6 taxable income. other than investment income, from tre venwr2 F1 Yes © No B. Is mo vendor receiving of I"iy t6 recant taxable Iricco rme, other than investment income, from of at the direction of the local government officer or a family member of the officer AND the taxable income is not re-ceived from the local governmental entity? Yes K No J Describe each employment or business relationship that the vendor named in Section t matntalns 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. ElCheck fhi3 box if trio vendor has gNen the local government oil"r or a iamily member of ire oNuf one or more gifts w described in Section 176. 3(a)(2)(B), exch4ing gts desmbed in Section 1176.03ja-t}. a vendor doing lxrsmm Mitt the governmentaat enmy - _ - -- ------ - ---------- Form p1^v-ded ty Texas E t es Gerrmission wivw.ethics.stato-U.us Revised ft1:'2021 COOP City of Fort Worth & Wilson Bauhaus Interiors, LLC-OMNIA # R191819-ASSA Group Inc. dba Enwork Page 239 of 243 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 # R191819-ASSA Group Inc. dba Enwork Page 240 of 243 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 to *o9e*6rWib4rb 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 # R191819-ASSA Group Inc. dba Enwork Page 242 of 243 CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Wilson Bauhaus Interiors Dallas, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth FORM 1295 1of1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2024-1217858 Date Filed: 00/23/2024 Date Acknowledged: g 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. R191819 Enwork/Assa Group 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 Parry. ❑ X 6 UNSWORN DECLARATION -t�7 My name is -ti fi'-) J/l_!1 roil I )n "P My address is B)-II I/v , 1 V lO&4�/L YY1 A k (street) G i .f e ` . + I declare under penalty of perjury that the foregoing is true and correct. and my date of birth is �} (city) (state) (zip code) (country) Executed in County, State of �L�C f."- 5 on the aday of f. (month) (year) ` 5i ture o authorize a ent ofyritractin u,i entity (Declarant) Forms dotp)SfTFPAWfflIil&�g"gpIRnus Interiors, LLB 'v l c#if %W%SA Group Inc. dba Enwork PaWpipA f219.48da5lf7