HomeMy WebLinkAboutContract 62625CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement (“Agreement”) is entered into by and between Facilitech, Inc.
dba Business Interiors (“Vendor”), an authorized reseller for The HON Company through OMNIA
Partners #R191804, 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:
1. This Cooperative Purchase Agreement;
2. Exhibit A – Discount Matrix;
3. Exhibit B – Cooperative Agency Contract OMNIA Partners #R191804; 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
One Million Five Hundred Thousand Dollars with No Cents ($ 1,500,000.00) 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 renewals.
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 & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 1 of 365
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:
FACILITECH, INC. DBA BUSINESS INTERIORS
Attn: Mary Arnett
1111 Valley View Lane
Irving, Texas, 75061
Email: marnett@businessinteriors.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 & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 2 of 365
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 & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 3 of 365
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 WORTH:
By: ______________________________
Name: Dana Burghdoff
Title: Assistant City Manager
Date: _________________________
APPROVAL RECOMMENDED:
By: ______________________________
Name: Mar l n Marvin
Title: Property Management Director
By: ______________________________
Name: Jannette Goodall
Title: City Secretary
CONTRACT COMPLIANCE MANAGER :
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance
and reporting requirements.
By: ______________________________
Name: Denise Garcia
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY :
By: ______________________________
Name: Andrea Phillips
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 24-0970
Date Approved: 11/12/2024
1295 Form: 2024-1222819
VENDOR:
FACILITECH, INC. DBA BUSINESS INTERIORS
By:
Name: Mary Arnett
Title: CFO
Date: ________________________
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 4 of 365
Contract R191804Tier Total Order at List Systems & Pedestals Vertical & Lateral Files, Storage Tables, Desking, Casegoods HON Branded Seating HON 5 Year Warranty EducationSooth High-Back Patient Chair1 $0 - $25,000 64.70% 55.40% 53.30% 53.30% 55.30% 53.30% 51.30%2$25,001 - $75,00065.70%56.40%55.00%55.00%56.40%55.00%52.30%3$75,001 - $150,00067.90%63.70%59.60%59.60%58.50%56.50%54.50%4$150,000 & AboveNegotiableNegotiableNegotiableNegotiableNegotiableNegotiableNegotiableProduct SeriesProduct SeriesProduct SeriesProduct SeriesProduct SeriesProduct SeriesProduct SeriesAbode Systems 210 Vertical Files 10500 Series Laminate Desking Accommodate 400 Series Class-ifi SootheAbound Systems310 Vertical Files34000 Series Desking Adjustable Task/Lab Stools Assemble ConfettiAccelerate Systems510 Vertical Files38000 Series Desking Astir Collaborative Work Client RevelCoordinate Brigade Laterals Arrange Build SeatingContemporary Laminate Occassional TablesRoll CallBrigade Pedestals Brigade Steel Bookcase Between Cambia (2150/2160)Coordinate Height Adjustable BasesSmartLinkEmpower Brigade Storage Cabinets Birk Tables Ceres Corral StorylineFlagship Pedestals Contain Build Makerspace Cipher Crio TangramSystems Accessories Flagship File Centers Build Tables Cliq Desktop Riser HBXRISERPET Desktop Screens Flagship Laterals Concinnity Cofi EntireUniversal Screens Flagship Storage & Bookcases Coze (5 Year Warranty) ComforTask (5900) ExposureFlameSafe Fire-Resistant Files Desking & Table Accessories Convergence - HCT1MM Hand Sanitizer StationFuse Flock Endorse Hands Free Arm & Foot PullsStorage Accessories Gravitation Flexion HBTMSStorage Islands Height Adjustable Flock HVL102Hospitality Gateway HVL103, HVL105, & HVL108HPWRMOB1 Grove HVL131Huddle High Density Olson Stacker (4040) HVL151Laminate Occasional Tables Ignition HVL161Metro Desking Ignition 2.0 HVL171MOD Series (5 Year Warranty) Invitation (2210) HVL220Motivate Lota (2280) HVL402Preside Mav Single Lounge HVL521 & HVL525Scramble Occasional Tables Motivate HVL601Sculpt Tables Nucleus HVL653Valido Laminate Desking Nucleus Recharged HVL712Voi Laminate & Veneer Desking Park Avenue ManageWorkwall Perpetual MatterPillow-Soft (2090/2190) Mobile PedsRiley NetworkRuck Wood Café NeutralizeSeating Accessories ParkwynSkip ProminentSolutions Seating (4000)Solve ScatterSoothe TopFlightVersant TorchVolt (5700/5710) Unika VaevWest Hill ValidateValueTaskVerseWaveWorkplace Tools - Wobble Board, Footrest, Anti-Fatigue Mat, Chair Mats & HVL995 ArmsCOOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 5 of 365
Region 4 Education Service Center (ESC)
Contract # R191804
for
Furniture, Installation and Related Services
with
The HON Company LLC
Effective: May 1, 2020
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 6 of 365
The following documents comprise the executed contract between the
Region 4 Education Service Center and the HON Company LLC effective
May 1, 2020:
I. Vendor Contract and Signature Form
II.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 7 of 365
CONTRACT
1
APPENDIX A
CONTRACT
This Contract (“Contract”) is made as of __________, 2020 by and between
(“Contractor”) and Region 4 Education Service Center
(“Region 4 ESC”) for the purchase of (“the products
and services”).
RECITALS
WHEREAS, Region 4 ESC issued Request for Proposals Number R for
(“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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 8 of 365
CONTRACT
2
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 Agreement (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 Deficiency. 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;
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 9 of 365
CONTRACT
3
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 Delivery/Installation Charges: 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 Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable
wholly or in part to carry out its obligations under this Agreement then such party shall
give notice and full particulars of Force Majeure in writing to the other party within a
reasonable time after occurrence of the event or cause relied upon, and the obligation of
the party giving such notice, so far as it is affected by such Force Majeure, shall be
suspended during the continuance of the inability then claimed, except as hereinafter
provided, but for no longer period, and such party shall endeavor to remove or overcome
such inability with all reasonable dispatch.
The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or
other industrial disturbances, act of public enemy, orders of any kind of government of the
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 10 of 365
CONTRACT
4
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)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)Payments. 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 11 of 365
CONTRACT
5
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 12 of 365
CONTRACT
6
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)Smoking. 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)Funding 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 13 of 365
CONTRACT
7
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 14 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 15 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 16 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 17 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 18 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 19 of 365
CONTRACT
1 1
APPENDIX A
DRAFT CONTRACT
This Contract (“Contract”) is made as of , 2020 by and between
(“Contractor”) and Region 4 Education Service Center
(“Region 4 ESC”) for the purchase of
products and services”).
(“the
RECITALS
WHEREAS, Region 4 ESC issued Request for Proposals Number R for (“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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 20 of 365
CONTRACT
2 1
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 Agreement (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 Deficiency. 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;
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 21 of 365
CONTRACT
3 1
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 Delivery/Installation Charges: 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 Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable
wholly or in part to carry out its obligations under this Agreement then such party shall give
notice and full particulars of Force Majeure in writing to the other party within a reasonable
time after occurrence of the event or cause relied upon, and the obligation of the party
giving such notice, so far as it is affected by such Force Majeure, shall be suspended
during the continuance of the inability then claimed, except as hereinafter provided, but
for no longer period, and such party shall endeavor to remove or overcome such inability
with all reasonable dispatch.
The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or
other industrial disturbances, act of public enemy, orders of any kind of government of the
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 22 of 365
CONTRACT
4 1
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 allfederal, 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 the timeframe mutually agreed to by the
Vendor and the Purchasing Agency 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) Payments. 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 23 of 365
CONTRACT
5 1
reserves the right to audit the accounting for a period of three (3) years from the time such
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 24 of 365
CONTRACT
6 1
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) Smoking. 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
party in control of the location against loss and damage unless otherwise agreed to by
Contractor and Region 4 ESC. Contractor The insuring party 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 delivery into Region 4
ESC control 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 Region 4 ESC’s acceptance of non-defective,
undamaged, product at the time of delivery final acceptance.
29) Funding 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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 25 of 365
CONTRACT
7 1
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 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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 26 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 27 of 365
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.)
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
Specification
Exception/Proposed Modification Accepted
(For Region 4
ESC’s use)
Appendix A,
Section 14
Delivery, P.4
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.
Conforming product shall be shipped within
the timeframe mutually agreed to by the
Vendor and the Purchasing Agency 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.
Appendix A,
Section 28
Stored Materials,
P.6
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.
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 party in COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 28 of 365
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.
control of the location against loss and
damage, unless otherwise agreed to by
Contractor and Region 4 ESC. Contractor The
insuring party 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 delivery into Region 4
ESC control 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 Region 4 ESC’s acceptance of non-
defective, undamaged, product at time of
delivery final acceptance.
Exhibit A,
Section
2.2 Pricing
Commitment,
P.20
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.
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.
Supplier commits that price shall be equivalent
to other cooperative state and local contracts
held by the Supplier, buying the same product
mix, for the same geographical areas, under
the same terms and conditions.
Exhibit B,
Section
14
Administrative
Fee Payment,
P.28
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
Administrative Fee payments are to be paid by
Supplier to OMNIA Partners, Public Sector
within 30 days of calendar month end, 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. COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 29 of 365
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’ 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.
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’ 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.
Exhibit F,
Federal
Funds
Certifications,
Overview P.37
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.
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, when federal funds are
utilized on a project. It is the responsibility of
the authorized Purchasing Agency to notify the
Vendor if federal funds will be utilized to
procure items under this contract and/or
purchase order prior to Vendor's
acceptance of the order.
Exhibit F,
Federal Funds
Certifications,
Certification of
Compliance with
Buy America
Provisions, P.40
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.
To the extent purchases are made with
Federal Highway Administration, Federal
Railroad Administration, or Federal Transit
Administration funds, offeror certifies that
when requested prior to offeror's acceptance
of an order, offeror will certify its individual
products comply to 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. COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 30 of 365
Purchases made in
accordance with the Buy
America Act must still follow
the applicable procurement
rules calling for free and open
competition.
Exhibit F,
Federal Funds
Certifications,
Certification of
Applicability to
Subcontractors,
P.40
Offeror agrees that all
contracts it awards pursuant
to the Contract shall be bound
by the foregoing terms and
conditions.
Offeror agrees that all dealer subcontracts it
awards pursuant to the Contract shall be
bound by the foregoing terms and conditions.
Amendment 1,
Appendix C, Doc
#5 – Special
Conditions,
Federal
Requirements,
P.9
Federal Requirements
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.
Federal Requirements
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 is
utilized, and Contractor is notified prior to
order placement.
Amendment 1,
Appendix C, Doc
#5 – Special
Conditions, 2.
Equal
Employment
Opportunity Item
8, P.10
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 contractor may
request the United States to
enter into such litigation to
protect the interests of the
United States.
The contractor will include the provisions of
paragraphs (1) through (8) in every dealer
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 dealer subcontractor
or vendor. The contractor will take such action
with respect to any dealer 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 dealer
subcontractor or vendor as a result of such
direction, the contractor may request the
United States to enter into such litigation to
protect the interests of the United States.
Amendment 1,
Appendix C, Doc
#5 – Special
Conditions, 3.
“During the
performance of
The contractor will include the
portion of the sentence
immediately preceding
paragraph (1) and the
provisions of paragraphs (1)
through (7) in every
The contractor will include the portion of the
sentence immediately preceding paragraph (1)
and the provisions of paragraphs (1) through
(7) in every dealer subcontract or purchase
order unless exempted by rules, regulations,
or orders of the Secretary of Labor issued
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 31 of 365
this contract, the
contractor
agrees
as follows: Item
7,
P.12
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.”
pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such
provisions will be binding upon each dealer
subcontractor or vendor. The contractor will
take such action with respect to any dealer
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 dealer 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.”
Amendment 1,
Appendix C, Doc
#5 – Special
Conditions,
Sign-
Off, P.23
Offeror agrees to comply with
all terms and conditions
outlined in the Special
Conditions section of this
solicitation, as applicable.
Offeror agrees to comply with all terms and
conditions outlined in the Special Conditions
section of this solicitation., as applicable.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 32 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 33 of 365
Tier Total Order at ListSystems & Pedestals Vertical & Lateral Files, Storage Tables, Desking, Casegoods HON Branded Seating HON 5 Year Warranty EducationSooth High-Back Patient Chair1 $0 - $25,000 64.70% 55.40% 53.30% 53.30% 55.30% 53.30% 51.30%2 $25,001 - $75,000 65.70% 56.40% 55.00% 55.00% 56.40% 55.00% 52.30%3 $75,001 - $150,000 67.90% 63.70% 59.60% 59.60% 58.50% 56.50% 54.50%4 $150,000 & AboveNegotiable Negotiable Negotiable Negotiable Negotiable Negotiable NegotiableProduct SeriesProduct SeriesProduct SeriesProduct SeriesProduct SeriesProduct SeriesProduct SeriesAbode Systems 210 Vertical Files 10500 Series Laminate Desking Accommodate 400 Series SmartLink SootheAbound Systems310 Vertical Files10700 Series Laminate Desking Adjustable Task/Lab Stools AssembleAccelerate Systems510 Vertical Files34000 Series Desking Boda ChargeBrigade Pedestals Brigade Laterals 38000 Series Desking Cambia (2150/2160) CirculateEmpower Brigade Shelf File & Overfiles 66000 Series (StationMaster) Ceres ClientFlagship Pedestals Brigade Steel Bookcase 94000 Series Laminate Desking ComforTask (5900)Contemporary Laminate Occassional TablesSystems Accessories Brigade Storage Cabinets Arrange EndorseCoordinate Height Adjustable BasesContain Between Flock CorralFlagship File Centers Build Tables Grove CrioFlagship Laterals Concinnity GuestStacker (4030) Desktop Riser HBXRISERFlagship Storage & Bookcases Flock High Density Olson Stacker (4040) EntireFlameSafe Fire-Resistant Files Height Adjustable Ignition ExposureFuse Hospitality Ignition 2.0 HBTMSH320 Vertical FilesHuddle Invitation (2210) HVL102Storage Accessories Laminate Occasional Tables Lota (2280) HVL103, HVL105, & HVL108Mentor Desking Motivate HVL131Metro Desking Nucleus HVL151Motivate Pagoda (4070) HVL161Preside Park Avenue HVL171Desking & Table Accessories Perpetual HVL220Utility Tables Pillow-Soft (2090/2190) HVL402Valido Laminate Desking Purpose HVL521 & HVL525Voi Laminate & Veneer Desking Quotient HVL601Riley HVL653Seating Accessories HVL712Skip InstigateSolutions Seating (4000) ManageSolve Mobile PedsSoothe Modular LoungeVersant NetworkVolt (5700/5710) PerchProminentScatterTiltTopFlightTorchValidateValueTaskVerseWaveWorkplace Tools - Wobble Board, Footrest, Anti-Fatigue Mat, Chair Mats & HVL995 ArmsCOOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 34 of 365
ServiceChargeBasic Installation*Basic Installation/Reconfiguration will be a minimum of $60 per hour with a not to exceed maximum charge of $85 per hour.Standard Business Hours (8:00 am - 5:00 pm), Monday – Friday, dock door access and site free and clear for installationExpanded Installation**Expanded Installation/Reconfiguration will be a minimum of $100 per hour with a not to exceed maximum charge of $350 per hour.Non-Standard Business Hours Monday – Friday, weekends and holidays. Expanded installation also includes, but is not limited to, sites 60 miles over main dealer warehouse, prevailing wage, union labor and major metropolitan areas.Minimum InstallationMinimum of $200 per order may applyDesignDesign Services will be a minimum of $85 per hour with a not to exceed maximum charge of $125 per hour.Project ManagementProject Management will be a minimum of $80 per hour with a not to exceed maximum charge of $200 per hour.StorageNot to Exceed $5/sq ft/month after 30 daysCOOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 35 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 36 of 365
Price Lists
Per the RFP instructions, 2 jump drives have been included with our response containing the
following:
January 2020 HON Full Line Pricer
January 2020 HON Seating Pricer
The price lists will be used to apply the discounts provided in our proposed discount matrix.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 37 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 38 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 39 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 40 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 41 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 42 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 43 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 44 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 45 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 46 of 365
Requirements for National Cooperative Contract
Page 20 of 55
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.
Guided by timeless values, a culture of membership, and a commitment to service,
The HON Company is a leading designer and manufacturer of workplace furniture
for the government, public sector, and non-profits. The HON Company began
when founder, C. Maxwell Stanley, foresaw a post-war housing boom at the end
of WWII. He had the idea to start a manufacturing company that would put
returning GI's to work. With the help of his brother-in-law; Clement T, Hanson
began making steel kitchen cabinets under the business called "Home-O-Nize".
Home-O-Nize incorporated in 1944.
Following a severe steel shortage after the war, the Home-O-Nize focus shifted
from the home market to the contract business. The company survived the steel
shortage by designing products that could be made from left over scrap metal.
Because the name Home-O-Nize no longer fit the company's business focus, we
began using the acronym H-O-N which later became HON.
We officially became HON Industries in the 1960's. After a few decades of steady
growth through profitable acquisitions, our shareholders approved a change from
HON Industries to HNI Corporation. Both HNI Corporation and The HON
Company are headquartered in Muscatine, Iowa. The HON Company also has
manufacturing facilities strategically located throughout the United States and
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 47 of 365
Requirements for National Cooperative Contract
Page 21 of 55
markets our products through a nationwide network of loyal distribution partners.
Today, HNI Corporation manages multiple office furniture brands- including HON,
the largest operating company under HNI. HON has a wide breadth of education
and workplace furniture including seating, storage, workstations, tables and
casegoods.
The 70-year success of HON and HNI has grown the corporation to over $2 billion
in annual sales and to become a leader in the office furniture industry.
The HON Company has been an awarded OMNIA Partners vendor through
Region 4 ESC since 2010.
B. Total number and location of sales persons employed by Supplier.
Our sales organization consists of over 100 experienced professionals empowered to
serve the needs of our customers. Our sales professionals are aligned to specific
regions within the United States; the information below outlines how our sales regions
are divided and an overview of sales member roles within our organization.
Sales member types:
Solutions Account Associates: 26
Business Development Managers/Associates: 63
Regional Market Managers: 7
Regional Vice Presidents: 4
Director of Public Sector Sales: 1
VP and GM, Sales and Service: 1
Solutions Account Associates - We invest in our sales leaders and continue to
build talented members through our Sales & Business Leadership Development
program. As a part of the Sales & Business Leadership Development Program,
Solutions Account Associates take part in a rigorous training program that
includes four key elements: an introduction to our products, an in-depth review of
our programs, concentration on personal development, and active training through
hands-on experience.
Business Development Associates/Managers - The HON Company has over
60 Business Development Members located throughout the United States. Our
Business Development Members are physically located within their sales region
to build a strong rapport with our customers and our nationwide network of OMNIA
Partner dealers. Business Development Members are the foundation of our
salesforce and are focused on driving sales and marketing efforts within their
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 48 of 365
Requirements for National Cooperative Contract
Page 22 of 55
assigned region. Some of their key sales activities include: meeting with
customers and dealers, providing pricing and program guidance, training our
dealers on products and pricing, staying up-to-date with local business trends, and
attending industry tradeshows.
Regional Market Managers – The Regional Market Manager is responsible for
managing sales members, the distribution strategy, and to drive aggressive,
profitable growth in a predetermined market or geographic area. The Regional
Market Manager directs and focuses the Business Development Members on
HON objectives within their specific roles while creating a cohesive market
strategy to grow HON revenue in the market. This role aligns sales efforts,
member development, and sales leadership efforts within the designed market.
Regional Vice Presidents - The HON Company has a total of 4 Regional Vice
Presidents located throughout the U.S. Regional Vice Presidents have overall
responsibility for providing strategic management and sales leadership to our
Regional Market Managers and Business Development Members to identify and
prioritize regional sales activities and ensure The HON Company has a thorough
understanding of the marketplace. Our Regional Vice Presidents also supervise
all programs, sales initiatives, and training with our dealer organization.
Director of Public Sector - The Director of Public Sector Sales is focused on
driving growth within the State and Local segment of our business. This individual
develops and implements a strategic sales approach for State, Local, and
Cooperative contracts; provides guidance to our sales organization as well as our
dealer partners; and builds strong relationships with OMNIA Partners cooperative
members and State and Local procurement officials.
Vice President and General Manager, Sales and Service - The VP and GM of
Sales and Service, directs all nationwide commercial contract business for The
HON Company. This person leads the HON team in developing and delivering
profitable sales and marketing strategies to dealer partners, wholesale suppliers,
and national supplies dealers located throughout the U.S. In addition, this person
collaborates with C-level executives of our largest customers - including Fortune
500 corporations - and oversees all channel development, sales, marketing,
product strategy, and profitability for The HON Company's largest division. As the
HON sales executive leader, he participates in top-to-top senior leadership
meetings with OMNIA Partners executives to align our organizational strategies
for mutual, profitable, growth.
C. Number and location of support centers (if applicable) and location of corporate
office.
Headquartered in Muscatine, Iowa, The HON Company has manufacturing
facilities strategically located throughout the United States and markets its
products through a nationwide network of loyal dealers and retailers.
HON Corporate Address:
The HON Company
200 Oak Street, Muscatine, IA 52761
The HON Company realizes that customers occasionally need to view furniture
as they determine the best overall solution for their requirements. To help with
this, HON maintains several market-based showrooms. These resource centers
showcase HON product in real-life applications and offer great visual
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 49 of 365
Requirements for National Cooperative Contract
Page 23 of 55
representations of the HON brand. In these dynamic spaces, customers and
dealers can view the best ways to create a space that is inspired and practical.
HON resource centers showcase HON’s newest offering and act as a complement
to our dealer showrooms. HON has resource centers located in the following
markets for use by customers:
Muscatine, IA
Chicago, IL
New York, NY
Washington, DC
D. Annual sales for the three previous fiscal years.
The HON Company is a wholly owned subsidiary of HNI Corporation; it is our
policy to not disclose financial information by brand. HNI Corporation is publicly
traded on the New York Stock Exchange under the symbol HNI (NYSE: HNI). HNI
Corporation has a financial rating of 5A 1 with Dun & Bradstreet, which is the best
available rating.
HNI Corporation had the following revenues for the past 3 years:
2016 $2,203,489,000
2017 $2,175,882,000
2018 $2,257,895,000
In fiscal 2018, the Corporation had net sales of $2.2 billion, of which $1.7 billion
or 76% was attributable to office furniture products. HNI federal government sales
represent approximately 4-5% of total HNI Office Furniture Segment. HNI State
and Local sales represent approximately 15% of total HNI Office Furniture
Segment.
E. Submit FEIN and Dunn & Bradstreet report.
Tax ID #42-1491474
D&B #14-781-4735
Please see D&B report provided at the end of this section.
F. Describe any green or environmental initiatives or policies.
The HON Company is a wholly owned subsidiary of the HNI Corporation. The HNI
Corporation is dedicated to ensuring all subsidiaries comply with environmental
regulations, using energy efficiently, and following practices necessary to protect
the environment.
Since the implementation of our Environment and Safety Management System
(ESMS) in 1992, local, state and federal environmental laws and regulations have
changed, and we continually update our policy to ensure these changes are part
of our manufacturing and distribution processes.
Our Commitments
HNI pursues positive change with a simple, clear purpose to make things better
every day. We’re always looking for a better way, which means we are in a
constant state of transformation. We are never satisfied with the status quo
because no matter how well we do, we believe we can always improve.
As we embark on sharing how we address key social responsibility issues and
provide future updates on our actions and progress, we introduce the following
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 50 of 365
Requirements for National Cooperative Contract
Page 24 of 55
commitments:
By 2021, we will:
Reduce our energy consumption by 10 percent from our 2017 baseline
Establish a goal for science-based carbon emissions reduction
Establish a goal for use of renewable energy
Achieve zero landfill waste at two of our manufacturing operations
Institute a transparent process to evaluate the environmental and social
responsibility performance of 85 percent of our tier one suppliers
By 2025, we will:
Evaluate 100 percent of materials and chemical substances in products for
human and ecosystem impacts and attempt to minimize those impacts through
Design for the Environment.
Carbon Footprint
Across HNI, we have identified ways to reduce packaging. By bulk-packing
products of similar size and redesigning packaging for certain product lines, we’ve
increased the amount of product we ship per truck. These efforts allow us to
reduce the number of trucks needed to ship product which reduces fuel and overall
CO2 emissions.
We have been working to understand our products’ environmental impacts
through the use of Life Cycle Assessments (LCA) and the creation of
Environmental Product Declarations (EPDs). Once we’ve understood the impacts
of our products, we then focus our efforts on reducing the carbon emissions
associated with the development and production of our products.
HNI will be establishing a goal for science-based carbon emissions reduction
through the Science-based Target Initiative (SbTI). To achieve our carbon
reduction target, we are considering a variety of paths, including the following:
Setting up a program that allows a portion of our sales to fund the Arbor Day
Foundation’s efforts at reforestation. Planting trees is a way to restore
biodiversity and help the communities where the reforestation projects occur.
This may be accomplished through the addition of product model options,
where customers could select a product option that is priced higher, but the
minimal extra fee would go directly to the reforestation fund.
Purchase carbon offsets for our Scope 1 and Scope 2 emissions (those
directly associated with our manufacturing processes).
Pursue more renewable energy sources.
Work with our product development groups to choose materials with lower
embodied energies.
Work with our suppliers to reduce their emissions from manufacturing and
shipping.
Waste Reduction
Throughout our product development and manufacturing operations, we utilize a
number of “Reduce, Reuse, and Recycle” strategies, including:
Some of our product components may contain as much as 75 percent
recycled aluminum, 78 percent recycled steel, and 90 percent recycled
particle board.
We combine recycled wood with resin to create seating components, which
helps divert several thousand tons of lumber waste annually.
We use scrap hardwood as connection components in some lounge seating
products.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 51 of 365
Requirements for National Cooperative Contract
Page 25 of 55
We use a variety of recycled materials, including scrap steel, scrap
particleboard, or a composite mixture of recycled mill slag and recycled
plastic, to make storage counterweights.
HNI pursues positive change with a simple, clear purpose to make things better
every day. We’re always looking for a better way, which means we are in a
constant state of transformation. We are never satisfied with the status quo
because no matter how well we do, we believe we can always improve.
Sustainability and Environmental Certifications
HNI makes it a priority to design products and implement processes that reduce
our collective impact on the environment. We adhere to the Federal Trade
Commission's Guidelines for the Use of Environmental Marketing Claims and our
certifications support our environmental statements and our credibility.
Because we understand the importance of independent verification, we participate
in the following third-party certifications. Products with certifications are noted on
the included spreadsheet.
SCS Indoor Advantage™ Gold - A majority of HON’s products are certified
for indoor air quality through the SCS Indoor Advantage Gold program. The
low-VOC materials and adhesives we use in our products have helped us
achieve the highest level of certification for many of our Casegoods, Systems,
Storage, Tables and Seating product lines.
BIFMA LEVEL®2 and LEVEL® 3 – HON’s systems products have achieved
level 3 certification (the highest certification level), while a majority of our other
products are level 2 certified. Our Laminate Casegoods, Laminate and Metal
Storage and Tables products have achieved 3 points under LEVEL credit
7.5.1, which contributes to the LEED V4 MR BPDO Material Ingredients credit,
Option 1: Material Ingredient Reporting.
FSC®Certification – HON has an FSC Chain of Custody certificate to provide
FSC Certified wood products to our customers. FSC Certified products must
be ordered as a special for an upcharge.
Environmental Product Declarations - Environmental Product Declarations
help us understand the environmental impacts of our products. Identifying our
biggest impacts and understanding where they are generated will help us
reduce our products’ carbon footprints. Several EPDs are in process now for
select HON Systems and Laminate Storage products, which will be completed
in early 2020.
Rapid Continuous Improvement
Over the course of nearly 25 years, HNI has built a foundation of Rapid
Continuous Improvement (RCI) to support every member in our organization
making improvements in their area of the business. HNI takes pride in improving
the way we do business and removing waste from the entire value chain. New
ideas are encouraged every day to improve how we work. We have built a
certification program around our long-term vision of continuous improvement to
gauge our current capabilities and identify our gaps to further augment our
continuous improvement needs. This program engages every member in the
company to make change, improve their daily business, and enhance their
problem-solving skills.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 52 of 365
Requirements for National Cooperative Contract
Page 26 of 55
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.
HON supports diversified partners through our supplier and dealer networks.
Specifically, we search and identify potential suppliers and dealer partners that
obtain statuses such as Service-Disabled Small Business, Veteran-Owned Small
Business, Service-Disabled Veteran-Owned Small Business, Woman-Owned
Small Business and HUBZone status. We encourage diversified suppliers to
participate in our proposal processes and have a program that measures supplier
diversity as defined by the U.S. government. Our business model contains a
relatively large proportion of made-to-order business, so it is critical suppliers and
dealer partners are a good match for our business needs, as well as meeting the
standards of our end customers.
One of The HON Company's primary go-to-market sales strategies is to provide
HON product through a network of independent dealer partners. These authorized
dealer partners provide selling, installation, reconfiguration and design services to
end customers who purchase HON product. Approximately seventy-five percent
of HON’s authorized dealers have indicated to HON they hold a small business
certification; over thirty percent of these dealers also hold a combination of the
other diversity classifications noted above.
There are no additional costs associated with OMNIA Partners customers
accessing our dealer partner network to support diversity.
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.
As a large publicly traded company, The HON Company and its parent, HNI
Corporation, does not hold any historically underutilized business certifications.
However, The HON Company has numerous authorized dealers which are
minority and women business enterprises (M/WBE), small and/or disadvantaged
business enterprises, disabled veteran’s business enterprises, historically utilized
businesses (HUB) and other diversity recognized businesses, which can be
provided upon request.
I. Describe how supplier differentiates itself from its competitors.
The HON Company is a trusted leader and the most recognized name in the office
furniture industry. Our name is synonymous with quality, reliability and value. The
power of HON is built from trusted relationships, solutions, performance, and
culture. Through our Voice of the Customer process, we listen to our customers
and produce the workplace solutions they need to be successful. With one of the
industry’s leading product development cycles, we innovate quickly and build what
our customers want at a price they can afford, one of many ways in which HON
sets ourselves apart from our competitors.
An example of innovation fueled by our Voice of the Customer process is our
product line called Fuse™, which launched this year. Fuse™ was created to
address the ways in which our customers utilize filing and storage within the
changing work environment. Personal workspace footprints are shrinking, and
the physical needs of our customers are changing. Height-adjustability and
workspaces which support physical well-being are important trends in the office
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 53 of 365
Requirements for National Cooperative Contract
Page 27 of 55
furniture industry. To address these trends, HON looked to our customers to truly
understand their storage needs. What we found was most of the customers
surveyed utilize their workspace storage for items other than filing. Customers
are utilizing storage for snacks, purses, jackets, as an extension of their
worksurface, places to put piles of documents, a catch-all for office supplies, etc.
HON took these results and created a customizable storage solution that
incorporates the new ways in which storage is utilized.
Below is an image from the Voice of the Customer process for personal storage:
Below is an image from our recently launched Fuse™ product line:
Our company's financial structure provides us the foundation to be able to invest
and grow as the economy and industry fluctuate. The industry's largest furniture
sellers Staples, Office Depot, Essendant and S.P. Richards as well as our large
independent dealer group continually validate our position and look to us as their
furniture leader.
Those elements allow us to differentiate ourselves from our competitors through
our core brand pillars and with products that meet real-world needs, flawless
execution, dedicated member culture and commitment to our partners. Our
competitors are smaller in size and name brand recognition, develop less-than
full-line products, offer limited solutions and tend to have restricted distribution and
dealer networks. The HON Company is proud to distribute to 599 unique dealer
partners. We believe our history with OMNIA Partners supports our position as an
industry leader in furniture at the best total value.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 54 of 365
Requirements for National Cooperative Contract
Page 28 of 55
J. Describe any present or past litigation, bankruptcy or reorganization involving
supplier.
The HON Company is a wholly owned subsidiary of the HNI Corporation which is
a Fortune 1,000 company. The Corporation is involved in various kinds of disputes
and legal proceedings that have arisen in the ordinary course of its business,
including pending litigation, environmental remediation, taxes and other claims. It
is the Corporation's opinion, after consultation with legal counsel, that liabilities, if
any, resulting from these matters are not expected to have a material adverse
effect on the Corporation's financial condition, although such matters could have
a material effect on the Corporation's quarterly or annual operating results and
cash flows when resolved in a future period.
K. Felony Conviction Notice: Indicate if the supplier
a. is a publicly held corporation and this reporting requirement is not
applicable;
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.
The HON Company is a wholly owned subsidiary of HNI Corporation. HNI
Corporation is publicly traded on the New York Stock Exchange (NYSE: HNI),
therefore, this reporting requirement is not applicable.
L. Describe any debarment or suspension actions taken against supplier
To the best of our knowledge, The HON Company has not had any debarment or
suspension actions taken against us.
3.2 Distribution, Logistics
A. Describe the full line of products and services offered by supplier.
Inspired by practicality and invested in understanding the needs of our customers,
The HON Company strives to establish meaningful connections resulting in
product solutions and customer support that exceed market demands. As a
leading designer and manufacturer of workplace furniture including chairs,
classroom, desks, storage, tables, and workstations, our commitment to serving
customers is rooted in reliable performance and a member culture that is
approachable, confident, smart, and ready to serve. Below is an overview of our
full line of products and services offered by HON and our dealer partners:
Office Chairs
The HON Company's compelling seating assortment boasts 20 unique product
collections tailored for different applications and customer needs - conference,
executive, guest, individual, intensive use, lobby, lounge, multi-shift, nesting,
public space, specialty, stacking, stools, student, task, teacher, team, training and
work chairs. This extensive selection ensures there is a solution to meet every
workplace seating need.
Collaborative Seating
The HON Company is committed to supporting and harnessing the collaborative
chaos that happens throughout the day. This includes the following styles of
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 55 of 365
Requirements for National Cooperative Contract
Page 29 of 55
seating solutions: multi-purpose, guest, nesting, stacking, casual lounge,
collaborative work, power ready, on trend, stools, teaming and training. HON’s
ready to support collaboration no matter where the space.
Classroom
Our dedication to understanding 21st century learning environments established
The HON Company as an industry leader in the education market. By continuing
to listen to educators, we are able to respond with the solutions they need. We
have products to support both students’ and educators’ needs in the classroom.
Our furniture is able to support both collaborative learning and formal learning,
while fitting the needs of evolving technology. We’re sure our education solutions
will keep learners engaged today and for a long time to come.
Desks
More than a work surface, well-designed desks provide the functional and
aesthetic center of any working or classroom environment. HON offers more than
10 desk collections and can adapt to any work style or configuration – private or
open, individual or teaming. Product styles include traditional, executive, lobby,
lounge, managerial, collaborative, light-scale, student and teacher desks. Desk
collections also include coordinating storage solutions to create the perfect layout
for any space.
Storage
The right mix of shared and personal storage can keep any government, non-profit
or public sector customer better organized. HON offers 9 storage and filing
collections with durable solutions that integrate effortlessly with desks, benching,
height adjustable solutions and workstations, while meeting all of your active,
anticipated, and archival storage needs. Products include bookcases, fire-
resistant files, lateral files, pedestals, storage cabinets, towers and vertical files.
Tables
Every workplace requires the basic functionality of a table. The HON Company
goes beyond basic with 15 table collections that provide an array of sizes, shapes,
finishes, and technology integration options for any setting. Styles include
adjustable-height training, coffee, conference, end, lobby, lounge, occasional,
training, and utility.
Workstations
Panel-based office solutions maximize space in shared work environments. HON
offers 4 workstation collections that are easy to specify and install, provide flexible
configuration options, and integrate seamlessly with other HON products.
HON products are also backed by the industry-leading HON Full Lifetime
Warranty. In the unlikely event that any HON product or component covered by
the HON Full Lifetime Warranty should fail under normal workplace use as a result
of defective material or workmanship, HON will replace any product that can’t be
repaired with comparable product, or refund the purchase price. The complete
terms of the warranty are available at hon.com/warranty.
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.
The HON Company is committed to a U.S. operating model and has made
significant investments in U.S. state-of-the-art manufacturing and fulfillment
centers. HON remains focused on manufacturing most of our products in the
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 56 of 365
Requirements for National Cooperative Contract
Page 30 of 55
USA, everything from individual components to complete furniture solutions. The
HON Company’s manufacturing facilities are strategically located throughout the
United States. Our production, national distribution and logistics network supports
hundreds of truckloads, seven days a week. We have experience coordinating
major projects as well as delivering a single piece of furniture.
The HON Company will utilize our manufacturing and distribution facilities to
produce quality products which will be delivered directly to OMNIA Partners
customers or through our authorized dealer partners. Utilizing our nationwide
network of authorized dealers, in addition to our own logistics capabilities, HON
can reach any OMNIA Partners customer in any area.
As HON’s lead, nationwide cooperative contract, there are no restrictions on the
areas which will be covered by the Agreement. Products and services under this
Agreement will be provided to all OMNIA Partners customers within the
Continental U.S. (48 Contiguous), including U.S. territories and outlying areas.
For shipments outside the Continental U.S., additional charges and alternate lead
times may apply.
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.
Ensuring Participating Agencies feel confident they are receiving accurate pricing
under our Master Agreement is important to HON. There are multiple ways in
which we approach pricing compliance, below is an overview of how Participating
Agencies can confirm they are receiving Master Agreement pricing:
Through our authorized OMNIA Partners dealer:
Our Business Development Managers work one-on-one with each of our
nationwide network of authorized OMNIA Partners dealers to ensure they are
properly trained on the products, pricing, and requirements of the OMNIA
Partners/Region 4 OMNIA Partners contract. HON has developed several tools
our dealers can utilize to ensure eligible OMNIA Partners users receive accurate
pricing, they include:
Compass - Compass is our online pricing tool made available to dealers.
Compass provides exact net pricing for eligible OMNIA Partners products,
based upon order size, discounts, and list prices approved on the OMNIA
Partners contract. Compass allows dealers the ability to create quick and
accurate price quotes for OMNIA Partners customers. The Compass tool
ensures our dealers can provide agencies with accurate contract pricing and
reduces the need for agencies to issue pricing modifications. Participating
Agencies can request a copy of the Compass quote through our authorized
dealer partner or can contact HON directly.
Contract Summary Document - Our contract summary document provides
our dealers with an overview of the OMNIA Partners pricing and terms and
conditions requirements, including: how to sign up eligible OMNIA Partners
customers, products approved under our OMNIA Partners contract, list pricer
in effect, pricing for approved services, product discounts, and ordering
instructions.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 57 of 365
Requirements for National Cooperative Contract
Page 31 of 55
Through our HON Government Customer Support Team:
Our Government Customer Support Representatives are trained on the
requirements of our Federal, State, Local, and Cooperative contract
programs and provide informed responses to both our end customers and
our nationwide network of OMNIA Partners dealers. Government Customer
Support members have been formally trained to answer product, warranty,
ordering, pricing, delivery, and other types of questions within an industry-
leading response time. HON’s Government Customer Support team is
available between the hours of 8:00 a.m. – 5:00 p.m. Monday through Friday
CST to answer phone and e-mail inquiries. Our general customer service line
is also available from 7:00 a.m. – 6:00 p.m. Monday through Friday CST.
Through our marketing materials:
OMNIA Partners Catalog - Our OMNIA Partners marketing catalog
showcases our approved products at OMNIA Partners net pricing. We offer
this catalog to our dealers and OMNIA Partners end customers as a printed
catalog or in an electronic format. End customers can also utilize this catalog
to confirm OMNIA Partners net pricing.
OMNIA Partners Dedicated Website – This website provides access to the
most current price list, discount matrix, and contract requirements to assist
Agencies in finding information quickly. For full details on the information
available to Agencies, we have provided the following link for evaluation of
our proposal response. https://www.hon.com/market/government/omnia-
partners
D. Identify all other companies that will be involved in processing, handling or
shipping the products/service to the end user.
As noted throughout this response, HON will be utilizing our nationwide network
of authorized dealer partners to provide quoting, ordering, delivery and services
to our mutual customers. Below is an overview of the ordering process through
our authorized dealer network:
In addition to deliveries made through our authorized dealers, the HON Company
can also ship products directly to authorized Participating Agencies. When
shipping direct to an end customer our current list of transportation carriers
includes:
DCM Transport, Inc. Nussbaum Transportation Ruan
1745 S Henderson St 19336 N 1425 East Rd 3200 Ruan Center
Galesburg, IL 61401 Hudson, IL 61748 666 Grand Ave.
Des Moines, IA 50309
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 58 of 365
Requirements for National Cooperative Contract
Page 32 of 55
E. Provide the number, size and location of Supplier’s distribution facilities,
warehouses and retail network as applicable.
HON’s 7 distribution centers are located within the following cities/states:
Distribution
Region
Address Size
(in sq. ft.)
Main Distribution 3000 North Highway 61, Muscatine, IA 300,000
Central Region 200 Oak Street, Muscatine, IA 300,000
Eastern Region 101 Commerce Drive, Mechanicsburg, PA 399,826
Southern Region 907 West Avenue, Cedartown, GA 183,955
Southern Region 4975 Powder Springs Road, Powder Springs, GA 144,540
Texas Region 1036 Jacobsen Road, Garland, TX 211,396
Western Region 346 North John Glen Road, Salt Lake City, UT 185,796
Western Region 5351 Jurupa Street, Ontario, CA 179,544
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:
i. Executive leadership endorsement and sponsorship of the award as the
public sector go-to-market strategy within first 10 days
The HON Company is forward thinking in their approach to continue to
grow the historically led TCPN Contract through Region 4 ESC. We are
confident we have and will continue to support the OMNIA Partners
contract as our go-to nationwide cooperative agreement. Our executive
sales leadership team, including the VP and GM of Sales and Service and
Director of Public Sector, will continue to position this contract within our
internal sales teams and our authorized dealer partners as the primary tool
within our public sector strategy. The success of our leadership team to
drive this message forward is evidenced by our strong year over year sales
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 59 of 365
Requirements for National Cooperative Contract
Page 33 of 55
growth under the Region 4 contract.
Below is an overview of our in-depth nationwide roll-out plan for our
authorized dealers and internal sales teams. Dependent upon these
awards, our plan at a minimum, is to:
Within two (2) days from the date of award:
o We will notify our leadership and Sales team about the details of the
contract award.
o We will create a marketing e-Communication that will be sent to all
authorized dealers under the new OMNIA Partners contract; this
marketing e-Communication will outline the effective date of the
contract, Compass information, and other important contract
information.
o Contract Summary documents will be created to outline the terms of
the new agreement for our authorized dealer partners; these
documents will be utilized as one element of a multi-faceted training
approach.
Within one (1) week from the date of award:
o We will begin updating the already established, dedicated, OMNIA
Partners webpage on hon.com.
o We will hold meetings with our HON Sales team to review the pricing,
product, and key requirements of the contract.
o We will hold meetings with our Government Customer Support team
to review the pricing, product, and key requirements of the contract.
Within one to two weeks from the date of award:
o Our Sales team will begin training our nationwide network of OMNIA
Partners dealers on the pricing, product, eligible participating
agencies and key requirements of the contract. In addition, they will
review the marketing materials and sales resources available
through HON and OMNIA Partners to support their sales efforts. The
HON Sales team will also begin working with our authorized dealer
partners to create individual market plans to drive sales growth in
their coverage areas. These plans will include but are not limited to:
Annual sales volume commitment under the OMNIA
Partners/Region 4 ESC contract
Identify target Participating Agencies for business development
planning
Commitments outlining specific market initiatives, including
open houses, showroom events, tradeshows, etc.
o We will support approved contract pricing and products within our
ordering systems.
o Compass, our online pricing tool for our OMNIA Partners dealers,
will be available for dealers to access the new contract pricing and
eligible products.
Our contract summary document which outlines contract
pricing, terms and conditions, products, etc. will be uploaded to
our internal site for Business Development Managers to
reference and distribute to our nationwide network of OMNIA
Partners dealers.
Within one month of award:
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 60 of 365
Requirements for National Cooperative Contract
Page 34 of 55
o Our executive sales leaders will engage OMNIA Partners leadership
to schedule business review meetings.
o Our HON sales team members will connect with their respective
OMNIA Partners counterparts:
Regional Vice Presidents and Director of Public Sector will
meet and align with Group Vice Presidents in the OMNIA
Partners Organization: Doug Looney, Amy Smith and Michael
Schwalm
HON Regional Marketing Managers will execute initial top to
top discussions per Regional and Group Vice Presidents at
HON & OMNIA Partners with individual Regional Managers to
identify key targets for growth and vet initial lists down to finite
group of strategic opportunities
Once strategic plans are finalized, Regional Vice President,
Regional Market Managers and Director of Public Sector will
execute alongside Regional Managers to a set of key
customers.
Monthly funnel review at a local level in addition to Quarterly
overall review will take place to ensure proper growth where
opportunities present themselves.
Expected meetings with key customers to include:
Overview of Region 4 ESC
Explanation of benefits of cooperative purchasing
Benefits of OMNIA Partners over other cooperatives
Benefits of HON offering and our “Right to Win”
o Our Director of Public Sector sales will hold internal meetings with
the HON Regional Vice Presidents and Region Market Managers to
obtain a status of the authorized dealer partner training and
individual dealer market plans.
o Our Director of Public Sector sales will work with the OMNIA
Partners Strategic Development Partner(s): Sonda Sahley, Gregory
Bason and Ken Heckman to create a detailed plan for future
marketing and sales strategy opportunities.
Within three months of award:
o Our Director of Public Sector sales will participate in a quarterly
review with the OMNIA Partners Team to review sales results,
effectiveness of marketing and sales promotions, identify areas for
future targeted activities, etc. These meetings will occur from the
inception of the contract on a yearly basis.
o Where appropriate, HON will also engage OMNIA Partners sales
members to participate in key dealer trainings and presentations.
HON will continue to support our authorized dealer partners throughout
the term of our contract with on-going training, dealer specific sales
activities, performance reviews with our dealer principals and key dealer
sales representatives, presentations to end customers, etc. In addition,
HON will continue to produce and expand upon our OMNIA
Partners/Region 4 ESC catalog and marketing pieces. Our marketing
team will work directly with the OMNIA Partners team to schedule email
campaigns, quarterly promotions, etc.
ii. Training and education of Supplier’s national sales force with participation
from the Supplier’s executive leadership, along with the OMNIA Partners,
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 61 of 365
Requirements for National Cooperative Contract
Page 35 of 55
Public Sector team within first 90 days
The HON Company has held the OMNIA Partners contract for almost 10
years. During that time, we have developed a strong training program to
educate our sales organization on selling the OMNIA Partners contract.
The HON Company will continue to utilize multiple training touch points to
educate our sales force on the Region 4 ESC agreement, key strategies,
benefits, pricing compliance, eligible Participating Agencies and effective
use of the available sales tools. These touch points include but are not
limited to our annual national sales meeting, quarterly marketing
communication guides, and monthly sales/marketing webinars. Within our
sales organization, we have a highly skilled field sales force that is well
versed on all our contracts. These Business Development Managers
(BDMs) will be responsible for growing sales under the OMNIA Partners
contract. Team members are trained to be the experts in contract benefits,
eligible products, and needs of OMNIA Partners members.
These individuals are based across the U.S. and in the markets they serve.
Additionally, we have a dedicated resource in Lindsey Schuelke, Director
of Public Sector Sales. Lindsey will serve as the primary HON contact for
all aspects of the OMNIA Partners contract by leading the development of
the training content in conjunction with our marketing and sales training
groups.
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
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.)
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 62 of 365
Requirements for National Cooperative Contract
Page 36 of 55
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
Within 30 days of the award, The HON Company will:
o Partner with OMNIA Partners to create and launch a co-branded
press release announcing the new contract award.
o Announce the award of the contract through any and all social
channels, as well as company website
o Design, publish, and distribute co-branded marketing materials
o Publish and maintain a dedicated OMNIA Partners internet-based
web page homepage on our website which may include: OMNIA
Partners standard logo, copy of original Request for Proposal,
copy of contract and amendments between Principal Procurement
Agency and HON, summary of products and pricing, marketing
materials, and an electronic link to OMNIA Partners’ website
including the online registration page, as well as a dedicated toll
free number and email address for OMNIA Partners questions and
concerns.
Within 60 days of the award, The HON Company will:
o Commit and schedule attendance and participation in national (i.e.
NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional
NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and
company-specific trade shows, conferences and meetings
throughout the term of the Master Agreement.
o Commit and schedule attendance with and exhibit at the NIGP
Annual Forum in an area reserved by OMNIA Partners for partner
suppliers. Booth space will be purchased and staffed by
Company. In addition, Company commits to provide reasonable
assistance to the overall promotion and marketing efforts for the
NIGP Annual Forum, as directed by OMNIA Partners.
o Design and publish advertising pieces in national and regional
trade publications
o Meet with each authorized dealer within the first 60 days of the
award date to establish a written sales execution plan that will
maximize potential sales efforts with the OMNIA Partners contract.
The business plan will include, but is not limited to: Annual sales
volume commitment for the OMNIA Partners contract,
Organization commitment outlining the number of sales
representatives the dealership will have accountable for their
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 63 of 365
Requirements for National Cooperative Contract
Page 37 of 55
OMNIA Partners sales goal, identify target OMNIA Partners for
business development planning, commitments outlining specific
marketing initiatives that each dealership will commit to use in
order to engage OMNIA Partners, including: e-mail campaigns,
special events (open houses, showroom events, customer
appreciation events, etc.), OMNIA Partners catalog distribution
plans, and product presentations.
Within 90 days of the award, The HON Company will:
o Initiate and continue to publish, market, and promote material such
as case studies, collateral pieces, presentations and promotions
to all members
o Conduct on-going OMNIA Partners contract training with the
dealer sales force, this training will continue throughout the life of
the contract:
• Discuss authorized users of the contract, pricing and service
requirements, etc.
• Identify and schedule appointments with key OMNIA Partners
to inform them about HON's products and pricing on the
OMNIA Partners contract
• Understand how we can help them meet or exceed their
purchasing requirements
• Schedule OMNIA Partners joint marketing events with HON
Dealers and OMNIA Partners.
Encourage our HON dealers to join and participate in professional
associations and organizations that include OMNIA Partners and
volunteer to speak at various organizations that have an interest in
HON product, services and solutions.
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.
The HON Company positions OMNIA Partners as our premier contract, offering
our government, public sector and non-profit customers the best contract solution
to help them meet the procurement goals of their respective agencies. We market
the OMNIA Partners contract to our existing government customers through
multiple avenues, to include in person meetings, telemarketing campaigns and
printed and electronic mailings. HON also works directly with the OMNIA Partners
sales team to train our existing and prospective customers on the benefits of the
OMNIA Partners/Region 4 ESC contract and how our awarded contract meets
their procurement needs.
The HON Company currently holds several cooperative contracts, such as
NASPO, OMNIA Partners, BuyBoard, COSTARS, and KCDA which offer varying
product, pricing and terms to Public Sector customers. OMNIA Partners/Region
4 ESC contract is the sole contract HON offers as a nationwide cooperative
contract solution. As our lead, nationwide cooperative contract, HON has
advantaged our OMNIA Partners contract through executive sponsorship,
marketing materials, nationwide training of both our internal sales team and our
dealer partner sales teams and by creating a compelling product offering at a
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 64 of 365
Requirements for National Cooperative Contract
Page 38 of 55
competitive price point. HON is proud to offer our current government customers
the opportunity to purchase from the OMNIA Partners contract. In many states, it
is the only contract option available.
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.
The HON Company gives permission to OMNIA Partners to use our logo and will
provide both our logo and brand guidelines as requested. In the event of using the
OMNIA Partners logo, we will seek permission for the 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
As evidenced by our strong sales growth, HON is actively pursuing ways
to sell our products and services to Participating Agencies as well as
continue to promote membership to eligible agencies to join the
cooperative. We value the relationships our sales teams have created with
the OMNIA Partners sales members and the success of our teams to grow
the contract. As partners, HON will continue to be diligent in our
responsiveness to Public Agencies and will ensure timely follow up to
leads established by OMNIA Partners, Public Sector.
Along with providing our logo to support marketing communications and
promotions, HON also has a dedicated Channel Marketing Manager who
works directly with OMNIA Partner’s marketing leadership to develop
communications and promotions which reflect the key selling points of the
contract. These communications include language mutually agreed upon
by both organizations which appropriately highlight many of the items
noted above.
Your dedicated HON marketing resource, Michelle Mathis, serves as a
direct contact for marketing leadership to contact and strategically plan
promotions and initiatives that benefit the OMNIA Partners contract.
Michelle can be reached by phone at (563) 299-0919 or email at
mathismi@honcompany.com. Over the past 12 months, the relationship
between OMNIA Partners and HON's Marketing team has led to
successful projects such as e-Communications, flyers, and coordinated
tradeshow activities.
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 65 of 365
Requirements for National Cooperative Contract
Page 39 of 55
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
The HON Company has held the OMNIA Partners contract for almost ten
years. During that time, we have developed a strong training program to
educate our sales organization on selling the OMNIA Partners contract.
The HON Company will continue to utilize multiple training touch points to
educate our sales force on the key features of the agreement, the
solicitation process, eligible agencies, key strategies, benefits of
cooperative contracts and effective use of the available sales tools. Where
appropriate, HON will continue to utilize the tools provided by the OMNIA
Partners organization to further educate our sales organization.
National sales force touch points include but are not limited to our annual
national sales meeting, quarterly marketing communication guides, and
monthly sales/marketing webinars. Within our sales organization, we have
a highly skilled field sales force that is well versed on all our contracts.
These Business Development Managers (BDMs) will be responsible for
growing sales under the OMNIA Partners contract. Team members are
trained to be the experts in contract benefits, eligible products, and needs
of OMNIA Partners. These individuals are based across the U.S. and in
the markets they serve. Lindsey Schuelke, Director of Public Sector Sales,
she will serve as the primary HON contact for all aspects of the OMNIA
Partners contract. Lindsey will lead the development of the training content
in conjunction with our marketing and sales training groups.
G. Provide the name, title, email and phone number for the person(s), who will be
responsible for:
i. Executive Support
Ric Andersen - Vice President and General Manager, Sales and Service
Email: andersenr@honcompany.com
Phone: (563) 506-4554
As a Vice President and General Manager, Sales and Service, Ric directs
all nationwide commercial contract business for The HON Company, an
Operating company within the HNI Corporation. As the world's largest mid-
market commercial office furniture manufacturer, The HON Company
designs, manufactures and distributes quality, practical products with an
inspired design, while providing channel partners with unparalleled sales
and marketing support. He leads this team in developing and delivering
profitable sales and marketing strategies to Independent, wholesale, and
national supplies dealers located throughout the U.S. In addition, he
participates in top-to-top senior leadership meetings at the HON and
OMNIA Partners level to ensure cooperative relationships. He collaborates
with C-level executives of the largest dealer partners - including Fortune
500 corporations - and oversees all channel development, sales,
marketing, product strategy, and P&L for The HON Company's largest
division. Ric has held executive sales leadership roles within The HON
Company's parent and sister companies; led national, international, and
multinational teams in B2B and B2C environments. He holds a degree in
Advanced Executive Education from the University of Chicago's School of
Business and the Thunderbird School of Global Management; MBA and
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 66 of 365
Requirements for National Cooperative Contract
Page 40 of 55
BA from the University of Iowa. Ric is also a veteran of the U.S. Army.
ii. Marketing
Michelle Mathis – Marketing Specialist
Email: mathismi@honcompany.com
Phone: (563) 299-0919
Michelle Mathis graduated from Iowa State University with a Bachelor of
Science in Marketing. Michelle’s current role is Marketing Specialist,
Vertical Markets. Specifically, to OMNIA Partners, Michelle is responsible
to work with OMNIA Partner’s internal members marketing team to develop
and execute on marketing campaigns which but are not limited to the
following: emails, flyers, brochures, animations and co-branded collateral.
Michelle works to ensure HON and OMNIA Partner’s sales team have the
necessary resources to successfully sell the contract and of its benefits.
iii. Sales
Lindsey Schuelke – Director of Public Sector Sales
Email: schuelkel@honcompany.com
Phone: (563) 299-8915
Lindsey Schuelke graduated from St. Ambrose University with a degree in
Public Relations and Marketing Communications. Lindsey started with The
HON Company in the Customer Support department over seven years ago
where she learned the ground roots of the organization. From there, she
has been in many Project Management and Sales roles. As the Director of
Public Sector Sales, she is responsible for managing the contract portfolio
of HON held contracts. Upon award of the contract, Lindsey works cross
functionally with various departments in the organization to ensure the
contract sees sales growth. A few of the teams involved in contract support
that Lindsey will work with to ensure appropriate resources are provided
are: Training, Marketing, Internal and External Sales, Contract Compliance
and Dealer Partner relationships. OMNIA Partners, Public Sector
relationship is a critical part of her portfolio.
iv. Sales Support
Nicholas Austin – Government Solutions Specialist
Email: HONGSACS@honcompany.com
Phone: (800) 466-8694
Nicholas helps identify win-win solutions to customer concerns, administer
government contract terms, coordinate warranty requests, provide
technical assistance of products, facilitate order changes, advise on terms
and conditions, serve as subject matter expert for the team, and supply
tracking and delivery information.
In addition to Nicholas, the Government Customer Service Team consists
of the following teams:
Government Solutions Team Managers - Oversee government and
order entry teams, assure high level of e-mail/call quality to ensure
positive customer experience, execute philosophy of being easy to
do business with (ETDBW), identify and implement strategic
initiatives department-wide, assist in providing solutions to escalated
concerns, and maintain government knowledge and relations.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 67 of 365
Requirements for National Cooperative Contract
Page 41 of 55
Government Solutions Specialists - Identify win-win solutions to
customer concerns, administer government contract terms,
coordinate warranty requests, provide technical assistance of
products, facilitate order changes, advise on terms and conditions,
serve as Subject Matter Experts for department, and supply tracking
and delivery information.
Government Project Coordinators - Manage government project
orders by facilitating truckloads, delivery, and shipment methods,
serves as one point of contact throughout entire ordering process
from Order Entry through Punch list, support specialty government
processes to ensure successful project completion.
Government Order Entry Members - Enter government orders,
administer government contract terms, maintain supportive
government documentation, promote accurate pricing, clean orders,
and in the event an incomplete order they are responsible for
managing bad lines by working with the Agencies or Dealer to
resolve.
v. Financial Reporting
Jeff Cunningham – Financial Analyst
Email: Cunninghamj@hnicorp.com
Phone: (563) 272-4405
Jeff Cunningham has been a member of The HON Company, a leading
office furniture manufacturer, for eight years and is responsible for
company wide sales reporting and systems management. Prior to his
current role, Jeff has held the position of Risk Analyst at HNI Corporation.
vi. Accounts Payable
Jennifer Curry – Accountant, Accounts Payable
Email: generalledger@hnicorp.com
Phone: (866) 514-5882 Option 1
Jennifer and the Accounts payable team will be responsible for the admin
fee reporting and payment.
vii. Contracts
Melissa Lincoln – Public Sector Contract Manager
Email: contractmanager@honcompany.com
Phone: (563) 506-9541
Melissa Lincoln has been a member of HNI for nine years serving in several
roles focused on customer and sales support, contract management and
finance. As Contract Manager, Melissa will oversee the compliance and
administrative requirements of the OMNIA Partners contract. Prior to this
role, Melissa has held various positions including Financial Analyst,
Proposal Coordinator, and Contract & Sales Administrator.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 68 of 365
Requirements for National Cooperative Contract
Page 42 of 55
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.
Our sales organization consists of over 100 experienced professionals
empowered to serve the needs of our customers. As noted in Section 3.1.B, our
sales professionals are aligned to specific regions within the United States. The
Organizational Chart below illustrates how our sales regions are structured along
with the contact information for Ric Andersen, our Vice President & General
Manager, Sales & Service.
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.
At HON, your success is our success. We are committed to the role that OMNIA
Partners plays in our market share strategies. We have worked closely with
OMNIA Partners Public Sector team to understand and leverage the strengths of
our two organizations. HON will continue to partner with the OMNIA Partners
Public Sector team throughout all levels of the organization, examples of
successful collaboration include:
Strategy meetings with the Strategic Development Partners to create
nationwide sales initiatives for a targeted Participating Agency segment; these
initiatives will be supported by our mutual sales and marketing teams.
o Areas of Opportunities for growth to evaluate will include:
1.) States: where a furniture contract isn’t present: including-but-not
limited to California, Illinois, Michigan, Missouri, Nebraska,
Virginia, Washington, North and South Dakota and Colorado.
2.) K-12 Segment: The HON Company is currently launching new,
innovative, practical solutions for the classroom space for existing
and new customers looking to modernize and bring their districts
to the 21st Century Learning styles. The HON Company has
invested in a tool that identifies all school districts that have active
bond money to execute these efforts. We will highlight the benefits
of using a cooperative contract such as OMNIA Partners to hit
price points for strict budgets.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 69 of 365
Requirements for National Cooperative Contract
Page 43 of 55
3.) Cities & Counties: As part of an overall broadened strategy with
Public Sector, we will start to create and execute a vision to
engage with key cities and counties that OMNIA Partners will be
the forefront leader on. We will highlight cooperative purchasing
and the benefits of buying on OMNIA Partners.
Our Marketing teams will continue to collaborate on development of effective
materials which will enhance customers understanding of the contract and
share our mutual value proposition. These materials will be targeted to the
types of customers listed above.
Our Sales teams will continue to have a multi-faceted approach to sales by
leveraging our nationwide network of dealers and directly targeting eligible
Participating Agencies. The lines of communication between our sales
organization have been strong throughout our long history and will continue
to be a vital part of our mutual success.
We will continue to utilize the OMNIA Partners training department and
OMNIA Partners sales members to support the roll-out of our new contract
award and to provide on-going education to our authorized dealer partners,
field sales members and eligible participating agencies.
We intend to use our nationwide network of OMNIA Partners authorized dealer
partners well as our nationwide team of Sales Representatives to aggressively
market the OMNIA Partners contract. Our Sales team, dedicated Government
Customer Support team, Marketing team and our Dealer partners will be readily
available to work with the OMNIA Public Sector organization to continue strong
adoption of the contract and mutual sales growth.
J. 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.
The Region 4 contract is supported throughout our organization; our sales,
marketing, customer support, merchandising and contract teams are key
departments focused on the success of our contract. Our internal contract team
ensures the compliance and support of our contract, they work directly with
OMNIA and Region 4 to ensure our contract reflects the most up-to-date pricing,
products and services offered by HON. Our contract team has created standard
processes and workflows within our organization to allow for product, pricing,
dealer updates, etc. to be submitted timely and per the requirements of the
contract. Updates to our contract are announced via a marketing email
communication to our sales and dealer network.
Our Marketing, Sales and Merchandising functions work closely together to create
coordinated plans for customer specific sales efforts, promotions, targeted
marketing pieces, etc. As we develop monthly, quarterly and yearly plans for
sales growth, these departments review all aspects to ensure proper roll-out and
support for our dealers, internal sales teams, OMNIA sales members and eligible
participating agencies.
We train our dealers on the many features and benefits of the OMNIA Partners
contract and how best to promote the contract with OMNIA Partners. Along with
training our dealers, we also provide them with the resources and tools to be
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 70 of 365
Requirements for National Cooperative Contract
Page 44 of 55
successful. One of the main marketing resources we provide our dealers is the
HON OMNIA Partners catalog. This catalog highlights the benefits of the OMNIA
Partners contract, showcases the breadth of products we offer, provides
inspirational images along with OMNIA Partners net pricing. We understand how
important it is to have an online presence, so we maintain a page on hon.com that
is dedicated to our OMNIA Partners and outlines where they can find contract
information and an OMNIA Partners dealer closest to them. The image below
reflects the many authorized dealer partners approved on HON’s Region 4
contract.
The HON Company is proud to offer the OMNIA Partners contract as our leading
nationwide public sector Cooperative Purchasing Program. Since HON was
awarded the OMNIA Partners contract in April 2010, formerly TCPN, and we have
seen double digit growth every year. In 2014, OMNIA Partners became HON’s
only nationwide public sector cooperative contract that is offered in all 50 states.
K. 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.
The HON Company is a wholly owned subsidiary of HNI Corporation and is our
policy not to disclose financial information by brand. HNI Corporation is publicly
traded on the New York Stock Exchange (NYSE: HNI) under the symbol HNI. HNI
Corporation has a financial rating of 5A1 with Dun & Bradstreet, which is the best
available rating.
HNI Corporation had the following revenues for the past 3 years:
2016 $2,203,489,000
2017 $2,175,882,000
2018 $2,257,895,000
In fiscal 2018, the Corporation had net sales of $2.2 billion, of which $1.7 billion
or 76 percent was attributable to office furniture products. HNI federal government
sales represent approximately 4-5% of total HNI Office Furniture Segment. HNI
state and local sales represent approximately 15% of total HNI Office Furniture
Segment.
HON is willing to provide details regarding our top 10 Public Agency customers
upon request.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 71 of 365
Requirements for National Cooperative Contract
Page 45 of 55
L. 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.
The HON Company continues to invest in systems which allow us to provide world
class capabilities to our dealers and our customers. In 2018 we invested millions
of dollars to ensure we were the industry leader for digital capabilities and
underwent an eight-year intensive preparation cycle to adapt these principles with
Oracle. Through Oracle, we can connect our systems directly with all major dealer
operating systems, allowing a seamless order flow.
Eligible customers can submit their orders directly to HON, or our preferred
method is through our authorized dealers. Dealers will review customers’ orders
to ensure accurate pricing and product information is reflected prior to order.
Dealers can place an order directly through our HON Ready Portal, via email or
EDI. Our HON Ready portal is available to our dealers 24 hours a day, 7 days a
week. The HON Company has a fully integrated order entry platform which allows
HON to receive and enter purchase orders directly from the participating entity.
The order execution process is automatic and allows us to acknowledge the order
for a ship date with integrated technology in the first 24 hours of receipt. A Delivery
Appointment Notification will be sent via email for the authorized dealer or
customer to confirm delivery details with HON’s Traffic Contact. Once the order is
acknowledged, dealers or customers can access the HON Ready Portal for real
time order status updates.
Invoices are created and released at the time of order shipment. Agencies and
Dealers both have the capability to monitor and pay invoices within HON’s Oracle
system. The agency or dealer being invoiced will be able to review and print
invoices, monitor due dates, process ACH payments, and dispute amounts all in
one simple and functional online platform. In addition, a dedicated Credit Analyst
is available to assist with any issues or questions the agency or authorized dealer
may have about Oracle or invoices.
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.
Through our partnership, HON has been able to aggressively grow sales under the
OMNIA Partners/Region 4 ESC contract consistently year-over-year; it is our intention
to continue to build upon our success with the new award as HON’s lead nationwide
public sector contract. At this time, The HON Company has chosen to not provide a
minimum guarantee for each year and will be responsible for the administration fees
based on the actual Contract Sales.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 72 of 365
Requirements for National Cooperative Contract
Page 46 of 55
N. 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.
a. Respond with Master Agreement pricing (Contract Sales reported to
OMNIA Partners, Public Sector).
b. 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.
c. 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).
d. 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.
HON will work with the agencies as they issue their own solicitations. Should an
agency not require the sale be under the OMNIA/Region 4 ESC Master Agreement,
HON will use commercially reasonable efforts to have price parity among this Master
Agreement and the agency’s solicitations provided the product mix, competitive
conditions, terms and conditions and geographical scope are the same as further
outlined in this response. Throughout this proposal, HON has designated OMNIA
Partners/Region 4 ESC as our primary go to market contract. As such, HON is
implementing a strategic sales plan to drive market growth which positions OMNIA
Partners/Region 4 ESC most competitively.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 73 of 365
Requirements for National Cooperative Contract
Page 47 of 55
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 74 of 365
Requirements for National Cooperative Contract
Page 48 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 75 of 365
Requirements for National Cooperative Contract
Page 49 of 55
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.omniapartners.com/publicsector), 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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 76 of 365
Requirements for National Cooperative Contract
Page 50 of 55
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, within 30 days of calendar month end, 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 77 of 365
Requirements for National Cooperative Contract
Page 51 of 55
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 78 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 79 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 80 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 81 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 82 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 83 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 84 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 85 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 86 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 87 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 88 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 89 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 90 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 91 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 92 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 93 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 94 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 95 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 96 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 97 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 98 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 99 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 100 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 101 of 365
RFP Page 12
IV. EVALUATION PROCESS AND CRITERIA
1. A committee will review and evaluate all responses and make a recommendation for award of
Contract(s). The recommendation for Contract awards will be based on the predetermined
criteria factors outlined in this section, where each factor is assigned a point value based on its
importance. In evaluating the responses, the following predetermined criteria is considered:
a) Products/Pricing (40 Points)
b) Performance Capability (30 Points)
c) Qualification and Experience (20 Points)
d) Value Add (10 Points)
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.
HON is pleased to provide our detailed pricing proposal in Tab 2, Products/Pricing,
as requested. We are offering discounts by product category utilizing a tiered
discount structure based on list order size.
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 #)
Description
Manufacturers Suggested List Price and Net Price
Net price to Region 4 ESC (including freight)
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).
Please find the January 2020 HON Full Line Price List and January 2020 HON
Seating Price List on the flash drive included with our response.
iii. Is pricing available for all products and services?
Our proposed pricing includes all Full Lifetime Warranty products offered by HON.
In addition, our proposal includes a comprehensive listing of all services offered by
our OMNIA Partners authorized dealers.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 102 of 365
RFP Page 13
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.
HON is pleased to provide our detailed pricing proposal in Tab 2, Products/Pricing,
as requested. We are proposing a comprehensive list of services offered by our
authorized dealers. Services which are priced at an hourly rate include a range from
minimum per hour to a not-to-exceed maximum charge per hour.
iv. Describe any shipping charges.
All shipments for the Continental U.S. (48 Contiguous) will be FOB Origin, freight
paid by HON to a single ship-to location per order. HON will determine best method
of shipment and delivery timeframes. Destination address must be able to accept a
53-ft. trailer and must have a loading dock. Charges for non-standard services
(Enhanced Services) and order change fees (Order Change Fee) for services
requested outside of standard freight costs apply. Please see Order to Delivery
brochure for full details on Standard Services, Enhanced Services and Order
Change Fees. For shipments outside the Continental U.S., HON will pay for freight
charges to the nearest port of embarkation; shipping fees from the port of
embarkation to the final destination will be negotiated by the authorized dealer and
the end customer.
i. Describe delivery charges along with definitions for:
1. Dock Delivery
Order is shipped directly by HON to a single ship-to location. Items
are delivered to the tailgate of the trailer. Purchaser is responsible
for the equipment and manpower to off-load the shipment and does
not include delivery into facility. Dock delivery is included in our
offered discounts; no additional fees shall apply.
2. Inside Delivery
Product is brought from the truck into the facility either over the
threshold or to a location on the same floor as the receiving dock.
Service is only provided by LTL carriers or our authorized dealers.
Does not include uncartoning, disposal of packaging or assembly.
Some limitations may apply based upon the size of the order; please
contact HON or the authorized dealer prior to shipment. Additional
charges for inside delivery apply.
3. Deliver and Install
On orders requesting delivery and installation, (open, set in place,
ready to use) HON’s authorized dealer, shall be responsible for
receipt, inspection and assembly of items delivered in the area
designated by the Participating Agency as well as prompt removal
of all debris which is a result of delivery. Additional charges for
installation apply.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 103 of 365
RFP Page 14
v. Provide pricing for warranties on all products and services.
HON products are backed by the industry-leading HON Full Lifetime Warranty. In
the unlikely event that any HON product or component covered by the HON Full
Lifetime Warranty should fail under normal workplace use as a result of defective
material or workmanship, HON will replace any product that can’t be repaired with
comparable product, or refund the purchase price. The complete terms of the
warranty are available at hon.com/warranty and printed versions are included in Tab
2, Products & Pricing section of our proposal.
vi. Describe any return and restocking fees.
HON’s dealer network works closely with customers to ensure product needs are
clearly identified and that the product selections meet these needs. Therefore, the
need to return is minimal. In the event a return is being considered, the dealer will
assist the customer in this process.
Most HON products are made-to-order, so restocking is not usually viable. Returns
for made-to-order products, if approved, that are not a result of damage, order entry
error, etc., may be subject to a return fee of up to 45% of the invoiced amount plus
the cost of return freight. Upon receipt of necessary information regarding the return,
HON will issue a return authorization to the customer outlining items to be returned
and where the items should be shipped. All returns must be made within 30 days
after the return authorization is issued. Merchandise must be returned in the original
shipping cartons with proper inner packing and is subject to inspection before
acceptance. Once the item has been accepted, a credit is issued immediately to the
customer.
HON products are backed by the industry-leading HON Full Lifetime Warranty. In
the unlikely event that any HON product or component covered by the HON Full
Lifetime Warranty should fail under normal workplace use as a result of defective
material or workmanship, HON will replace any product that can’t be repaired with
comparable product, or refund the purchase price. The complete terms of the
warranty are available at hon.com/warranty and printed versions are included in Tab
2, Products & Pricing section of our proposal.
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.
Not all needs are the same, from a single project to outfitting multiple buildings of
office furniture, HON is willing to work with our customers to create a tailored product
and pricing solution. Below are examples of some of the additional ways HON can
support our customer’s procurement requirements, these incentives are negotiated
on a per opportunity basis:
Additional pricing incentives for sole source agreements, committed
volume, product standardization and custom pricing
Negotiable pricing based on individual product list volume; additional
discounts may range from 1% to over 4%.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 104 of 365
RFP Page 15
viii. Describe how customers verify they are receiving Contract pricing.
Ensuring Participating Agencies feel confident they are receiving accurate pricing
under our Master Agreement is important to HON. There are multiple ways in which
we approach pricing compliance, below is an overview of how Participating Agencies
can confirm they are receiving Master Agreement pricing:
Through our authorized dealer partners:
Our Business Development Managers work one-on-one with each of our nationwide
network of authorized dealers to ensure they are properly trained on the products,
pricing, and requirements of the Region 4 OMNIA Partners contract. HON has
developed several tools our dealers can utilize to ensure eligible OMNIA Partners
customers receive accurate pricing, they include:
Compass - Compass is our online pricing tool made available to authorized
dealers. Compass provides exact net pricing for eligible OMNIA Partners
products, based upon order size, discounts, and list prices approved on the
OMNIA Partners contract. Compass allows dealers the ability to create quick
and accurate price quotes for OMNIA Partners customers. The Compass tool
ensures our dealers can provide agencies with accurate contract pricing and
reduces the need for agencies to issue pricing modifications. Participating
Agencies can request a copy of the Compass quote through our authorized
dealer partner or can contact HON directly.
Contract Summary Document - Our contract summary document provides our
dealers with an overview of the OMNIA Partners pricing and terms and
conditions requirements, including: how to sign up eligible OMNIA Partners
customers, products approved under our OMNIA Partners contract, list pricer in
effect, pricing for approved services, product discounts, and ordering
instructions.
Through our HON Government Customer Support Team:
Our Government Customer Support Representatives are trained on the
requirements of our Federal, State, Local, and Cooperative contract programs
and provide informed responses to both our end customers and our nationwide
network of OMNIA Partners dealers. Government Customer Support members
have been formally trained to answer product, warranty, ordering, pricing,
delivery, and other types of questions within an industry-leading response time.
HON’s Government Customer Support team is available between the hours of
8:00 a.m. – 5:00 p.m. Monday through Friday CST to answer phone and e-mail
inquiries. Our general customer service line is also available from 7:00 a.m. –
6:00 p.m. Monday through Friday CST.
Through our marketing materials:
OMNIA Partners Catalog - Our OMNIA Partners marketing catalog showcases
our approved products at OMNIA Partners net pricing. We offer this catalog to
our dealers and OMNIA end customers as a printed catalog or in an electronic
format. End customers can also utilize this catalog to confirm OMNIA Partners
net pricing.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 105 of 365
RFP Page 16
OMNIA Partners Dedicated Website – This website provides access to the
most current price list, discount matrix, and contract requirements to assist
Agencies in finding information quickly. For full details on the information
available to Agencies, we have provided the following link for evaluation of our
proposal response. https://www.hon.com/market/government/omnia-partners.
ix. Describe payment methods offered.
Payments can be made to The HON Company via Check, Credit Card, EFT, ACH,
or Wire Transfer. Details for each payment option are outlined below.
Payments by check for The HON Company should be sent to:
The HON Company
PO Box 404422
Atlanta, GA 30384-4422
Payments via EFT/ACH should be directed to the following bank information:
Depository Financial Institution: Bank of America
Routing Number: 111000012
Account Number: 37562-76567
Account Name: The HON Company
Payments by Wire Transfer should be sent with the following bank information:
Routing Number: 026009593
Account Number: 37562-76567
Account Name: The HON Company
For payments by Credit Card, please contact our HON Government Customer
Support Team at 800-466-8694. We accept all major credit cards except for
Discover. At this time, we do not have any surcharge fees associated with credit
card payments. If changes in economic factors should cause the need for an
additional fee, we will request that approval from Region 4 ESC prior to
implementation.
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.
Pricing adjustments are generally requested on an annual basis. Certain economic
factors could warrant the need for a more frequent request. HON will provide the
necessary information needed to support the request for a price adjustment.
Category discounts will remain unchanged over the term of the Contract.
xi. Describe how future product introductions will be priced and align with Contract
pricing proposed.
Our product development efforts create end-user solutions that are relevant,
differentiated and focused on quality, aesthetics, style, sustainable design, and
reducing manufacturing costs. We also continuously improve and enhance existing
products through ergonomic research, improved manufacturing processes,
alternative materials, and engineering support and training in each of our operating
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 106 of 365
RFP Page 17
units. Product enhancements or additions to existing product series will be
discounted within the category discounts provided in our discount matrix. Should
a new product be introduced that is not part of an existing category, our
Compliance Team will work with the OMNIA Partners/Region 4 ESC contract
manager to ensure the new product meets the pricing requirements presented in
our initial proposal response.
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.
The HON Company has proposed pricing which meets these requirements.
b) Performance Capability
i. Include a detailed response to Appendix D, Exhibit A, OMNIA Partners Response
for National Cooperative Contract. Responses should highlight experience,
demonstrate a strong national presence, describe how Offeror will educate its
national sales force about the Contract, describe how products and services will be
distributed nationwide, include a plan for marketing the products and services
nationwide, and describe how volume will be tracked and reported to OMNIA
Partners.
Please see Tab 3 for our full response to Appendix D, Exhibit A, OMNIA Partners
Response for National Cooperative Contract.
ii. The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA
Partners Administration Agreement prior to Contract award. Offerors should have
any reviews required to sign the document prior to submitting a response. Offeror’s
response should include any proposed exceptions to OMNIA Partners
Administration Agreement on Appendix B, Terms and Conditions Acceptance
Form.
Please see Tab 3 for our redlines within Appendix D, Exhibit B, OMNIA Partners
Administration Agreements as well as Appendix B, Terms and Conditions
Acceptance Form.
iii. Include completed Appendix D, Exhibits F. Federal Funds Certifications and G.
New Jersey Business Compliance.
Please see Tab 3 for completed and signed Appendix D, Exhibits F Federal Funds
Certifications and G. New Jersey Business Compliance.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 107 of 365
RFP Page 18
iv. Describe how Offeror responds to emergency orders.
At HON, we take pride in being HON Ready in everything we do, especially in the
case of an emergency. We make our best effort to meet the requested dates of our
customers within our standard lead times for the products being rush ordered.
There is a non-discountable 3.5% list up-charge if a date earlier than our standard
lead times is required. If the emergency or rush delivery is a result of a dealer error
or The HON Companys error such as shortage, damage, etc., The HON Company
will make every effort to expedite the product at no cost to the OMNIA Partner
member.
When you work with HON, you work with specialists in all areas, including customer
support, order management, and production scheduling. These individuals form a
tightly integrated team to ensure everything possible is done so that you receive your
complete order on time. The HON team will leverage our multiple production
facilities across the United States and extensive distribution network to provide the
best possible outcome for each emergency order.
v. What is Offerors average Fill Rate?
The HON Company is on target in 2019 to meet or exceed our 2018 fill rate. The
HON Company is dedicated to complete and on-time delivery by offering the most
reliable delivery experience in the industry.
vi. What is Offerors average on time delivery rate? Describe Offerors history of
meeting the shipping and delivery timelines.
The HON Company is dedicated to complete and on-time delivery by offering the
most reliable delivery experience in the industry. The HON Company has a strong
history of meeting shipping and delivery timelines. Over the past fiscal year, we have
successfully met over 96% of scheduled customer delivery dates. This calculation is
measured to the minute with no grace period.
vii. Describe Offerors return and restocking policy.
HONs dealer network works closely with customers to ensure product needs are
clearly identified and that the product selections meet these needs. Therefore, the
need to return is minimal. In the event a return is being considered, the dealer will
assist the customer in this process.
Most HON products are made-to-order so restocking is not usually viable. Returns
for made-to-order products, if approved, that are not a result of damage, order entry
error, etc., may be subject to a return fee of up to 45% of the invoiced amount plus
the cost of return freight. Upon receipt of necessary information regarding the return,
HON will issue a return authorization to the customer outlining items to be returned
and where the items should be shipped. All returns must be made within 30 days
after the return authorization is issued. Merchandise must be returned in the original
shipping cartons with proper inner packing and is subject to inspection before
acceptance. Once the item has been accepted, a credit is issued immediately to the
customer.
HON products are backed by the industry-leading HON Full Lifetime Warranty. In
the unlikely event that any HON product or component covered by the HON Full
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 108 of 365
RFP Page 19
Lifetime Warranty should fail under normal workplace use as a result of defective
material or workmanship, HON will replace any product that cant be repaired with
comparable product, or refund the purchase price. The complete terms of the
warranty are available at hon.com/warranty and printed versions are included at the
end of this section of our proposal.
viii. Describe Offerors ability to meet service and warranty needs.
In the event of a warranty issue, the process begins with the local Dealer and HON
Customer Service using the Quick Claim Tool available on the HON Ready Portal.
The dealer will enter the required information into the Quick Claim Tool which
creates a work order for the warranty issue at hand. Once this work order is
approved, HON Customer Service will work with the manufacturing and other
necessary teams to quickly find a resolution to the issue. After reviewing the
information, a decision will be made to resolve the issue by sending replacement
parts or full replacement of the product. HON Customer Service will notify the dealer
of the resolution plan and any additional information (including order numbers) will
be provided to the dealer.
ix. Describe Offerors customer service/problem resolution process. Include hours of
operation, number of services, etc.
The HON Company understands that our government, public sector, and non-profit
customers often have their own unique set of needs. To better serve these
customers, we have a dedicated Government Customer Support team.
Our dedicated Government Customer Support team is located at HON
headquarters in Muscatine, Iowa. The hours of operation are 8 a.m. 5 p.m. CST,
Monday-Friday. The team is available at (800) 466-8694 or e-mail
HONGSATeam@honcompany.com. Our general customer service line is also
available from 7 a.m. 6 p.m. Monday through Friday CST. In addition, access to
key information is also accessible 24/7 online at hon.com or the HON Ready Portal
for our trade partners to be able to assist our customers after hours.
If there is an urgent issue or an emergency outside of business hours, a HON
Business Development Manager or an authorized OMNIA Partner dealer is available
to address your needs.
In the event that you are unsatisfied with the performance of a product, a HON
member, or a member of the Authorized dealers staff, we ask that you promptly
report your concern to the HON Government Customer Support Team. This
dedicated team of Customer Support members are responsive and empowered,
resolving most issues on the first call.
The next level of contact is Lindsey Schuelke, Director of Public Sales, or Mike
Ghelfi, Region Vice President. Our Vice President & General Manager for Sales &
Service is Ric Andersen. If you have a concern Lindsey, Mike or Ric would be
pleased to ensure the issue is resolved to your satisfaction. Final decision-making
authority rests with our president, Brandon Bullock.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 109 of 365
RFP Page 20
Contact Information:
Lindsey Schuelke, Director of Public Sector Sales
Direct Line: (563) 272-8915
Email: schuelkel@honcompany.com
Mike Ghelfi, Region Vice President, West
Direct Line: (925) 989-6503
Email: ghelfi@honcompany.com
Ric Andersen, Vice President and General Manager, Sales and Service
Phone: (563) 506-4554
Email: andersenr@honcompany.com
In addition to above, The HON Company has dedicated numerous resources to
OMNIA Partners to manage your contract efficiently and effectively. Some of these
resources include 4 Regional Vice Presidents, 63 Business Development
Managers/Associates, 26 Sales Account Associates, 3 Solutions Account
Managers, 5 Government Customer Support Representatives, 1 Government
Customer Support Manager, 1 Dedicated Marketing Team Member and Authorized
Dealers nationwide.
x. Describe Offeror’s invoicing process. Include payment terms and acceptable
methods of payments. Offerors shall describe any associated fees pertaining to
credit cards/p-cards.
The HON Company continues to invest in systems which allow us to provide world
class capabilities to our dealers and our customers. In 2018 we invested millions of
dollars to ensure we were the industry leader for digital capabilities and underwent
an eight-year intensive preparation cycle to adapt these principles with Oracle.
Through Oracle, we can connect our systems directly with all major dealer operating
systems, allowing a seamless order flow.
Eligible customers can submit their orders directly to HON, or our preferred method
is through our authorized dealers. Dealers will review customers’ orders to ensure
accurate pricing and product information is reflected prior to order. Dealers can place
an order directly through our HON Ready Portal, via email or EDI. Our HON Ready
portal is available to our dealers 24 hours a day, 7 days a week. The HON Company
has a fully integrated order entry platform which allows HON to receive and enter
purchase orders directly from the participating entity.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 110 of 365
RFP Page 21
The order execution process is automatic and allows us to acknowledge the order
for a ship date with integrated technology in the first 24 hours of receipt. A Delivery
Appointment Notification will be sent via email for the authorized dealer or customer
to confirm delivery details with HON’s Traffic Contact. Once the order is
acknowledged, dealers or customers can access the HON Ready Portal for real time
order status updates.
Invoices are created and released at the time of order shipment with payment terms
of net 30 days. Agencies and Dealers both have the capability to monitor and pay
invoices within HON’s Oracle system. The agency or dealer being invoiced will be
able to review and print invoices, monitor due dates, process ACH payments, and
dispute amounts all in one simple and functional online platform. In addition, a
dedicated Credit Analyst is available to assist with any issues or questions the
agency or authorized dealer may have about Oracle or invoices.
Payments can be made to The HON Company via Check, Credit Card, EFT, ACH,
or Wire Transfer. Details for each payment option are outlined below.
Payments by check for The HON Company should be sent to:
The HON Company
PO Box 404422
Atlanta, GA 30384-4422
Payments via EFT/ACH should be directed to the following bank information:
Depository Financial Institution: Bank of America
Routing Number: 111000012
Account Number: 37562-76567
Account Name: The HON Company
Payments by Wire Transfer should be sent with the following bank information:
Routing Number: 026009593
Account Number: 37562-76567
Account Name: The HON Company
For payments by Credit Card, please contact our HON Government Customer
Support Team at 800-466-8694. We accept all major credit cards except for
Discover. At this time, we do not have any surcharge fees associated with credit
card payments. If changes in economic factors should cause the need for an
additional fee, we will request that approval from Region 4 ESC prior to
implementation.
xi. Describe Offeror’s contract implementation/customer transition plan.
Within 30 days of the award, The HON Company will:
o Partner with OMNIA Partners to create and launch a co-branded press
release announcing the new contract award.
o Announce the award of the contract through any and all social channels, as
well as company website
o Design, publish, and distribute co-branded marketing materials
o Publish and maintain a dedicated OMNIA Partners internet-based web page
homepage on our website which may include: OMNIA Partners standard logo,
copy of original Request for Proposal, copy of contract and amendments
between Principal Procurement Agency and HON, summary of products and
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 111 of 365
RFP Page 22
pricing, marketing materials, and an electronic link to OMNIA Partners’
website including the online registration page, as well as a dedicated toll free
number and email address for OMNIA Partners questions and concerns.
Within 60 days of the award, The HON Company will:
o Commit and schedule attendance and participation in national (i.e. NIGP
Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter
Meetings, Regional Cooperative Summits, etc.) and company-specific trade
shows, conferences and meetings throughout the term of the Master
Agreement.
o Commit and schedule attendance with and exhibit at the NIGP Annual Forum
in an area reserved by OMNIA Partners for partner suppliers. Booth space
will be purchased and staffed by Company. In addition, Company commits to
provide reasonable assistance to the overall promotion and marketing efforts
for the NIGP Annual Forum, as directed by OMNIA Partners.
o Design and publish advertising pieces in national and regional trade
publications
o Meet with each authorized dealer within the first 60 days of the award date to
establish a written sales execution plan that will maximize potential sales
efforts with the OMNIA Partners contract. The business plan will include, but
is not limited to: Annual sales volume commitment for the OMNIA Partners
contract, Organization commitment outlining the number of sales
representatives the dealership will have accountable for their OMNIA Partners
sales goal, identify target OMNIA Partners for business development
planning, commitments outlining specific marketing initiatives that each
dealership will commit to use in order to engage OMNIA Partners, including:
e-mail campaigns, special events (open houses, showroom events, customer
appreciation events, etc.), OMNIA Partners catalog distribution plans, and
product presentations.
Within 90 days of the award, The HON Company will:
o Initiate and continue to publish, market, and promote material such as case
studies, collateral pieces, presentations and promotions to all members
o Conduct on-going OMNIA Partners contract training with the dealer sales
force, this training will continue throughout the life of the contract:
• Discuss authorized users of the contract, pricing and service
requirements, etc.
• Identify and schedule appointments with key OMNIA Partners to inform
them about HON's products and pricing on the OMNIA Partners contract
• Understand how we can help them meet or exceed their purchasing
requirements
• Schedule OMNIA Partners joint marketing events with HON Dealers and
OMNIA Partners.
Encourage our HON dealers to join and participate in professional associations and
organizations that include OMNIA Partners and volunteer to speak at various
organizations that have an interest in HON product, services and solutions.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 112 of 365
RFP Page 23
xii. Describe the financial condition of Offeror.
The HON Company is a wholly owned subsidiary of HNI Corporation and is our
policy not to disclose financial information by brand. HNI Corporation is publicly
traded on the New York Stock Exchange (NYSE: HNI) under the symbol HNI. HNI
Corporation has a financial rating of 5A1 with Dun & Bradstreet, which is the best
available rating.
HNI Corporation had the following revenues for the past 3 years:
2016 $2,203,489,000
2017 $2,175,882,000
2018 $2,257,895,000
In fiscal 2018, the Corporation had net sales of $2.2 billion, of which $1.7 billion or
seventy-six percent was attributable to office furniture products.
xiii. Provide a website link in order to review website ease of use, availability, and
capabilities related to ordering, returns and reporting. Describe the website’s
capabilities and functionality.
https://www.hon.com/market/government/omnia-partners
This website provides access to the most current price list, discount matrix, and
contract requirements to assist agencies in finding information quickly and is
accessible without a login or password. To better serve our OMNIA Partner
customers, we've also created a printed and digital catalog that highlights products
that work for our government, public sector and non-profit customers. The online
catalog is available in a flip-book technology that allows users to search for
keywords, crop any pages or images, save as a PDF or e-mail specific sections to
a colleague or customer.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 113 of 365
RFP Page 24
For more complex furniture needs and questions, our public facing website facilitates
direct access to our local dealer partners, who can then work with the buyer on a
customized office solution. At hon.com, agencies can access information regarding
HON products, obtain inspirational ideas to outfit a space, utilize our Chair Chooser
to design a customized office chair based upon HON’s assortment and available
options, find information about our warranty and learn about our organization. In
addition, at hon.com customers can contact us directly for questions related to
ordering, returns or other product/service related questions.
The HON Company creates best-in-class leading marketing materials including our
full-line catalog that showcases our extensive line of furniture solutions. Along with
a printed version, there is also a digital catalog available at hon.com that provides
an easy-to-use format for users to view the catalog online.
xiv. Describe the Offeror’s safety record.
Safety is a member responsibility from day one. Upon hiring, each new member
must complete safety training and then continue to achieve certification annually.
Before starting operations at new, modified, or existing workplaces, we apply our
Safe Workplace Design process and assessment to eliminate and safeguard against
risks and hazards. In tandem, our Job Safety Analysis process assesses all the task
requirements of a job.
When an incident or near miss does happen, we investigate immediately to identify
the cause and assign responsibility for corrective action. Through our Safety Appeal
Process, members provide feedback and report concerns, including the option to
report anonymously via our Safety Kiosks. Within five minutes of receiving a report,
we contact members (who provide their names) to start corrective action. We have
significantly decreased the severity of incidents with a “report small, report early”
mindset.
xv. Provide any additional information relevant to this section.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 114 of 365
RFP Page 25
c) Qualification and Experience
i. Provide a brief history of the Offeror, including year it was established and
corporate office location.
Guided by timeless values, a culture of membership, and a commitment to service,
The HON Company is a leading designer and manufacturer of workplace furniture
for the government, public sector, and non-profits. The HON Company began when
founder, C. Maxwell Stanley, foresaw a post-war housing boom at the end of WWII.
He had the idea to start a manufacturing company that would put returning GI's to
work. With the help of his brother-in-law; Clement T, Hanson began making steel
kitchen cabinets under the business called "Home-O-Nize". Home-O-Nize
incorporated in 1944.
Following a severe steel shortage after the war, the Home-O-Nize focus shifted from
the home market to the contract business. The company survived the steel shortage
by designing products that could be made from left over scrap metal. Because the
name Home-O-Nize no longer fit the company's business focus, we began using the
acronym H-O-N which later became HON.
We officially became HON Industries in the 1960's. After a few decades of steady
growth through profitable acquisitions, our shareholders approved a change from
HON Industries to HNI Corporation. Both HNI Corporation and The HON Company
are headquartered in Muscatine, Iowa. The HON Company also has manufacturing
facilities strategically located throughout the United States and markets our products
through a nationwide network of loyal distribution partners.
Today, HNI Corporation manages multiple office furniture brands- including HON,
the largest operating company under HNI. HON has a wide breadth of education
and workplace furniture including seating, storage, workstations, tables and
casegoods.
The 70-year success of HON and HNI has grown the corporation to over $2 billion
in annual sales and to become a leader in the office furniture industry.
HON Company has been an awarded vendor through the OMNIA Partner Contract
and lead agency Region 4 ESC since 2010.
ii. Describe Offeror’s reputation in the marketplace.
The HON Company is a trusted leader and the most recognized name in the office
furniture industry. Our name is synonymous with quality, reliability and value. The
power of HON is built from trusted relationships, solutions, performance and culture.
Trusted Relationships | Commitment to our Partners
Our partners tell us we are approachable and responsive - that is our report card.
We’ve earned not only the respect of our partners, customers, suppliers, and
community but also the recognition of several business and industry publications,
numerous design publications, manufacturing and distribution awards.
Trusted Solutions | Inspired Practicality
We build and distribute the broadest product line in office furniture. At the same time,
we enjoy functional and effective. We think practicality is exciting when it’s done well.
We’re inspired by what works and our products reflect a keen understanding of the
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 115 of 365
RFP Page 26
workplace. This is why product innovations for The HON Company are strongly
focused on responding to the needs of our customers. With this in mind, we created
a program to ensure our products were responding directly to those needs. We call
it Voice of the Customer. Voice of the Customer is an approach centered on turning
to those who use our furniture for their everyday needs and listening to them. The
process includes interviewing end customers and designers to understand how they
are using our furniture, what their needs are and how we can better meet them. With
this information, HON has been able to create products that truly have the end
customer in mind.
Trusted Performance | Proven Capabilities
At HON, we understand that having great products isn’t enough. That’s why we hold
our service capabilities to such a high standard. We have a team in place to listen
and understand our government end users’ specifications and create the very best
solution for them to be successful in their procurement processes. This team is
empowered to serve and understands the value of great customer service.
Our manufacturing production, distribution, and logistics network provides the
products people want, delivered when they want them. We strive for flawless
execution and have the capacity to support hundreds of truckloads daily, seven days
a week, shipped nationally and internationally. We have experience in coordinating
all types of projects from major projects as well as delivering a single piece of
furniture.
Trusted Culture | Innovation
For more than half a century, our core values of honesty, integrity, fairness and
respect have been foundational to our enduring relationships. Our culture of
continuous improvement drives us to reinvent all aspects of our business. Every
HON member (employee) takes personal ownership in their contribution because
they are all member-owners of the company. The HON Company has a strong
commitment to continuous improvement and innovation.
When our founders launched the new company in 1944, they devised an innovative
product line out of material that others may have considered scrap. Their philosophy
was formalized in 1992 when we introduced Rapid Continuous Improvement (RCI),
which empowers members to adopt more efficient processes and to eliminate waste.
RCI has contributed to HON’s ability to increase productivity, improve product quality
and enhance workplace safety.
iii. Describe Offeror’s reputation of products and services in the marketplace.
Inspired by practicality and invested in understanding the needs of our customers,
The HON Company strives to establish meaningful connections resulting in product
solutions and customer support that exceed market demands. As a leading designer
and manufacturer of workplace furniture including chairs, classroom, desks, storage,
tables, and workstations, our commitment to serving customers is rooted in reliable
performance and a member culture that is approachable, confident, smart, and
ready to serve. Below is an overview of our full line of products and services offered
by HON and our dealer partners:
Office Chairs
The HON Company's compelling seating assortment boasts 20 unique product
collections tailored for different applications and customer needs - conference,
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 116 of 365
RFP Page 27
executive, guest, individual, intensive use, lobby, lounge, multi-shift, nesting, public
space, specialty, stacking, stools, student, task, teacher, team, training and work
chairs. This extensive selection ensures there is a solution to meet every workplace
seating need.
Collaborative Seating
The HON Company is committed to supporting and harnessing the collaborative
chaos that happens throughout the day. This includes the following styles of seating
solutions: multi-purpose, guest, nesting, stacking, casual lounge, collaborative
work, power ready, on trend, stools, teaming and training. HON’s ready to support
collaboration no matter where the space.
Classroom
Our dedication to understanding 21st century learning environments established
The HON Company as an industry leader in the education market. By continuing to
listen to educators, we are able to respond with the solutions they need. We have
products to support both students’ and educators’ needs in the classroom. Our
furniture is able to support both collaborative learning and formal learning while
fitting the needs of evolving technology.
Desks
More than a work surface, well-designed desks provide the functional and aesthetic
center of any working or classroom environment. HON offers more than 10 desk
collections and can adapt to any work style or configuration – private or open,
individual or teaming. Product styles include traditional, executive, lobby, lounge,
managerial, collaborative, light-scale, student and teacher desks. Desk collections
also include coordinating storage solutions to create the perfect layout for any space.
Storage
The right mix of shared and personal storage can keep any government, non-profit
or public sector customer better organized. HON offers 9 storage and filing
collections with durable solutions that integrate effortlessly with desks, benching,
height adjustable solutions and workstations, while meeting all of your active,
anticipated, and archival storage needs. Products include bookcases, fire-resistant
files, lateral files, pedestals, storage cabinets, towers and vertical files.
Tables
Every workplace requires the basic functionality of a table. The HON Company goes
beyond basic with 15 table collections that provide an array of sizes, shapes,
finishes, and technology integration options for any setting. Styles include
adjustable-height training, coffee, conference, end, lobby, lounge, occasional,
training, and utility.
Workstations
Panel-based office solutions maximize space in shared work environments. HON
offers 4 workstation collections that are easy to specify and install, provide flexible
configuration options, and integrate seamlessly with other HON products.
HON products are also backed by the industry-leading HON Full Lifetime Warranty.
In the unlikely event that any HON product or component covered by the HON Full
Lifetime Warranty should fail under normal workplace use as a result of defective
material or workmanship, HON will replace any product that can’t be repaired with
comparable product, or refund the purchase price. The complete terms of the
warranty are available at hon.com/warranty.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 117 of 365
RFP Page 28
iv. Describe the experience and qualification of key employees.
Executive Support
Ric Andersen - Vice President and General Manager, Sales and Service
Email: andersenr@honcompany.com
Phone: (563) 506-4554
As a Vice President and General Manager, Sales and Service, Ric directs all
nationwide commercial contract business for The HON Company, an Operating
company within the HNI Corporation. As the world's largest mid-market commercial
office furniture manufacturer, The HON Company designs, manufactures and
distributes quality, practical products with an inspired design, while providing
channel partners with unparalleled sales and marketing support. He leads this team
in developing and delivering profitable sales and marketing strategies to
independent, wholesale, and national supplies dealers located throughout the U.S.
In addition, he participates in top-to-top senior leadership meetings at the HON and
OMNIA Partners level to ensure cooperative relationships. He collaborates with C-
level executives of the largest dealer partners - including Fortune 500 corporations -
and oversees all channel development, sales, marketing, product strategy, and P&L
for The HON Company. Ric has held executive sales leadership roles within The
HON Company's parent and sister companies; led national, international, and
multinational teams in B2B and B2C environments. He holds a degree in Advanced
Executive Education from the University of Chicago's School of Business and the
Thunderbird School of Global Management; MBA and BA from the University of
Iowa. Ric is also a veteran of the U.S. Army.
Marketing
Michelle Mathis – Marketing Specialist
Email: mathismi@honcompany.com
Phone: (563) 299-0919
Michelle Mathis graduated from Iowa State University with a Bachelor of Science in
Marketing. Michelle’s current role is Marketing Specialist, Vertical Markets.
Specifically, to OMNIA Partners, Michelle is responsible to work with internal
members OMNIA Partner’s marketing team to develop and execute on marketing
campaigns which but are not limited to the following: emails, flyers, brochures,
animations and co-branded collateral. Michelle works to ensure HON and OMNIA
Partner’s sales team have the necessary resources to successfully sell the contract
and its benefits.
Sales
Lindsey Schuelke – Director of Public Sector Sales
Email: schuelkel@honcompany.com
Phone: (563) 299-8915
Lindsey Schuelke graduated from St. Ambrose University with a degree in Public
Relations and Marketing Communications. Lindsey started with The HON Company
in the Customer Support department over seven years ago where she learned the
ground roots of the organization. From there, she has been in many Project
Management and Sales roles. As the Director of Public Sector Sales, she is
responsible for managing the contract portfolio of HON held contracts. Upon award
of the contract, Lindsey works cross functionally with various departments in the
organization to ensure the contract sees sales growth. A few of the teams involved
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 118 of 365
RFP Page 29
in contract support that Lindsey will work with to ensure appropriate resources are
provided are: Training, Marketing, Internal and External Sales, Contract Compliance
and Dealer Partner relationships. OMNIA Partners, Public Sector relationship is a
critical part of her portfolio.
Sales Support
Nicholas Austin – Government Solutions Specialist
Email: HONGSACS@honcompany.com
Phone: (800) 466-8694
Nicholas helps identify win-win solutions to customer concerns, administer
government contract terms, coordinate warranty requests, provide technical
assistance of products, facilitate order changes, advise on terms and conditions,
serve as subject matter expert for the team, and supply tracking and delivery
information.
In addition to Nicholas, the Government Customer Service Team consists of the
following teams:
Government Solutions Team Managers - Oversee government and order
entry teams, assure high level of e-mail/call quality to ensure positive customer
experience, execute philosophy of being easy to do business with (ETDBW),
identify and implement strategic initiatives department-wide, assist in providing
solutions to escalated concerns, and maintain government knowledge and
relations.
Government Solutions Specialists - Identify win-win solutions to customer
concerns, administer government contract terms, coordinate warranty requests,
provide technical assistance of products, facilitate order changes, advise on
terms and conditions, serve as Subject Matter Experts for department, and
supply tracking and delivery information.
Government Project Coordinators - Manage government project orders by
facilitating truckloads, delivery, and shipment methods, serves as one point of
contact throughout entire ordering process from Order Entry through Punch list,
support specialty government processes to ensure successful project
completion.
Government Order Entry Members - Enter government orders, administer
government contract terms, maintain supportive government documentation,
promote accurate pricing, clean orders, and in the event an incomplete order
they are responsible for managing bad lines by working with the Agencies or
Dealer to resolve.
Financial Reporting
Jeff Cunningham – Financial Analyst
Email: Cunninghamj@hnicorp.com
Phone: (563) 272-4405
Jeff Cunningham has been a member of The HON Company, a leading office
furniture manufacturer, for eight years and is responsible for company wide sales
reporting and systems management. Prior to his current role, Jeff has held the
position of Risk Analyst at HNI Corporation.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 119 of 365
RFP Page 30
Accounts Payable
Jennifer Curry – Accountant, Accounts Payable
Email: generalledger@hnicorp.com
Phone: (866) 514-5882 Option 1
Jennifer and the Accounts payable team will be responsible for the admin fee
reporting and payment.
Contracts
Melissa Lincoln – Public Sector Contract Manager
Email: contractmanager@honcompany.com
Phone: (563) 506-9541
Melissa Lincoln has been a member of HNI for nine years serving in several roles
focused on customer and sales support, contract management and finance. As
Contract Manager, Melissa will oversee the compliance and administrative
requirements of the OMNIA Partners contract. Prior to this role, Melissa has held
various positions including Financial Analyst, Proposal Coordinator, and Contract &
Sales Administrator.
v. Describe Offeror’s experience working with the government sector.
The HON Company is a leading designer and manufacturer of workplace and
classroom furniture for the government, public sector and non-profits. Since 1982,
HON has been a leading federal contractor of office furniture.
We have an experienced and dedicated cross-functional Government team that
includes sales, service, marketing, finance, technology, and contract management.
We are member owners and are empowered to serve, which means our government
customers receive professional, dedicated and expert service that is customized to
meet their needs.
Our dedicated Government Customer Support team has a solid foundation of
government order knowledge and is available to both our Government end
customers and dealers.
Customer Support Project Coordinators are assigned to larger orders to assist our
dealer partners throughout the life of a project. Our nationwide network of dealers
works directly with The HON Company and our end customers to manage an order
from time of quote until delivery, inspection and acceptance.
Our commitment and our dealers’ commitment do not end when a project has
delivered. We are available throughout the life of the product to assist in the
unlikely event replacement parts are needed or warranty issues arise.
vi. Describe past litigation, bankruptcy, reorganization, state investigations of entity or
current officers and directors.
The HON Company is a wholly owned subsidiary of the HNI Corporation which is a
fortune 1,000 company. The Corporation is involved in various kinds of disputes and
legal proceedings that have arisen in the ordinary course of its business, including
pending litigation, environmental remediation, taxes and other claims. It is the
Corporation's opinion, after consultation with legal counsel, that liabilities, if any,
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 120 of 365
RFP Page 31
resulting from these matters are not expected to have a material adverse effect on
the Corporation's financial condition, although such matters could have a material
effect on the Corporation's quarterly or annual operating results and cash flows when
resolved in a future period.
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.
Cuesta Community College | San Luis Obispo, CA
Sarah Maloney, Bond Manager | (805) 305-4556
Multi-year relationship with multiple projects
We have a long-standing relationship with Cuesta College since 2005. We have
worked on several projects that include all types of furniture: Systems, Tables,
Storage, Freestanding Furniture and Seating. In conjunction with the local
dealer, we have provided on time delivery, project manager and installation dates
meeting customer expectations. Conservatively speaking, the four colleges
connected to Cuesta have spent in excess of $7M (net) on HON furniture through
various projects. Currently, there have been no issues or problems to resolve.
University of California | Irvine, CA
Anita Mathias | Senior Buyer | (949) 824-7018 | E: amathia1@uci.edu
School Facilities Room 301 and 302
Project planning began in February 2019 with order placement in March 2019.
Project scope was over $110,000 and encompassed the redesign of the area
with new workstations and additional areas for collaboration. Products used on
the project included: Voi Desking, Accelerate Workstations, Ignition Seating and
Flock Seating. This project was delivered and installed with no issues.
Health Equity | Draper, UT
Philip Dunn | Facilities Manager | (801) 979-2960
Corporate Headquarters
Health Equity has been working with The HON Company for their furniture needs
for their Headquarter location in Draper, Utah since 2015 when they had 550
employees in Utah alone. Over the past four years, The HON Company has
helped Health Equity scale to an additional 430 employees in Utah bringing their
total to 980 employees. Their HQ expansion was 50,000 square feet and in the
past two years, they have acquired and hired for another 25,000 square feet.
The HON Company provides office furniture for all major categories including
systems, desking, seating, storage and tables. HealthEquity services more than
1.5 million health savings accounts for 70 health plan partners and employees
at approximately 27,000 companies across the United States.
County of York | County of York Pennsylvania
Scott Cassel | Facilities Manager | (717) 771-4388 | E: scassel@yorkccd.org
Multiple County and City Projects
The HON Company has been a standard for the County of York for the past 18
years servicing nine of their county buildings for all furniture needs. County of
York services 440,000 people and is known for their big city amenities, with small
town charm. The HON Company has provided workstations, freestanding
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 121 of 365
RFP Page 32
furniture, seating, tables and storage. York County history runs deep, since 1794,
and has played a large part in American heritage. York is one of the fastest
growing counties in Pennsylvania.
Davis School District | Salt Lake City, UT
Joan Tuttle | (801) 402-7805 | E: jtuttle@dsdmail.net
Eight Schools in Davis County School District
Davis School District in Salt Lake City, Utah had a bond passed in 2015 to build
or renovate eight schools in Davis County. The HON Company has provided
furniture to many of these bond projects but most notable, Farmington High
School in 2018 resulting in $2.5 million award providing students with furniture
that meets the needs of 21st century learning. Davis School District has 59
elementary schools, 17 junior high schools and 8 high schools.
Soledad Unified School District | Soledad, Cal 93960
Tim Vanoli | Superintendent | (831) 678-3987 | E: tvanoli@soledad.k12.ca.us
Main Street Middle School | 441 Main Street
HON’s local authorized dealer, Palace furnished the entire school from the
ground up and completed the project on time on OMNIA Partners, Public Sector
Region 4 Contract. Palace has been servicing this customer for over 15 years.
The Main Street Middle School project was the largest HON project completed
at this school district. As a result of the successful completion of this project,
HON is the new standard for all future schools in this district.
Nelson County Board of Education | Bardstown, KY
Wes Bradley | Superintendent | (502) 349-7000 ext. 2326
E: wes.bradley@nelson.kyschools.us
Nelson County Board of Education has been purchasing HON products for over
20 years with an annual sales volume of approximately $172,450. HON has
provided furniture, design, and installation services for Nelson County High
School, County Board Office, New Haven School, Foster Heights Elementary
School, The Academy, & Thomas Nelson High School.
Reese Career Tech Center | Missouri City, TX
Kelly R. Kelly, CTSBO | (832) 221-2196 | E: kelly.kelly@fortbendisd.com
Fort Bend Independent School District | 2323 Texas Parkway
Our local authorized dealer, Carroll’s Office Furniture has provided HON furniture
to the district for over 4 years with sales volume of $250,000.
School District of Springfield R-12 | Springfield, MO
Michelle Bentley | Purchasing Specialist | (417) 523-0071
E: mbentley@spsmail.org
From late 2018 through early 2019, HON and its local authorized dealer partner
completed the updating of 5 High School training rooms for a total sales volume
of $399,717.00. In addition to these completed projects, HON has been selected
as the ongoing standards package for Springfield Public Schools (SPS) with
standardized pricing through a Blanket Purchasing Agreement (BPA) that uses
the OMNIA Partners contract as the pricing framework.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 122 of 365
RFP Page 33
Services provided by HON and our local authorized dealer partner include:
product solutioning and consultation for every project that extends beyond SPS
standards package, space measurement and planning, specification within Giza
and now CET software, management of shipments and coordination on delivery
and receipt into dealer warehouse unless shipment is full truck, provide key
product updates and continual evaluation for better, newer, potentially lower cost
alternatives available on BPA. We conduct quarterly meetings (average) with
purchasing and/or relevant managers of bond money following April bond vote,
and rapid punch response via Dealer Partner and HON Customer support team.
Prince Edwards Social Services | Farmville, Virginia
Wade Bartlett | County Administrator | (434) 547-8837
E:wbartlett@co.prince-edward.va.us
Prince Edwards Social Services has enjoyed HON products over the last 20
years with approximately $197,000 annual sales volume. In addition, to the
quality products, they are happy with HON’s lead times and are currently in the
process of specifying all HON in their new courthouse in 2020.
viii. Provide any additional information relevant to this section.
We are pleased to say that many of these end customers utilize an OMNIA Partners
Region IV contract to purchase HON products. We’re also excited to share our vast
diversity of customers in the commercial space, healthcare and multiple public
agencies including: K-12, cities, counties and higher education
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 123 of 365
RFP Page 34
d) Value Add
i. Provide any additional information related to products and services Offeror
proposes to enhance and add value to the Contract.
HON Integrated Design Solutions
The HON Company’s Integrated Design Solutions team is a group of expert design
professionals who assist our dealers in creating design packages to help offer our
customers the best overall solution.
Plan & Specify
The IDS team assists our dealers in creating professional design packages
including furniture plans using CET Designer, 3-4 line drawings and a complete
bill of materials/parts lists. These provide our customers a complete overview
of their furniture projects.
Audit
Auditing services are also available through our IDS team to help provide you
with the peace of mind, knowing that your drawings and parts lists are complete
and accurate. A HON Interior Designer will verify quantities, product
compatibility and structural integrity.
Value Engineering
To help our customers optimize their furniture layouts with cost saving product
suggestions, our IDS teams provide value engineering options and suggestions.
Rendering
To help our customer’s visualize their furniture including fabrics and finishes,
the IDS team will provide realistic renderings. These help customers see what
their furniture installation will look like, even before it’s ordered.
Tailored Solutions
The Tailor Solutions team at HON is available to assist our OMNIA Partners
members if the product solution they are looking for include structural and
dimensional modifications to existing standard product and requests for
discontinued HON product. Some of these modifications include:
Special Laminates
Special laminates include requests for laminates not available as part of HON’s
standard offering
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 124 of 365
RFP Page 35
Dual Fabric Applications
Use a dual fabric applications request when the product is to be produced with
more than two fabrics (e.g., fabric on the seat is different than the fabric on the
back for a chair).
Special Paints
If the product solution a OMNIA Partners member is looking for includes using
a competitor’s paint color, the Tailored Solutions team would be able to assist
with trying to accommodate this request.
OMNIA Partners Dedicated Webpage
To help provide OMNIA Partners members with easy access to ordering and
contracting information, a dedicated OMNIA Partners webpage on hon.com was
created. This dedicated page includes terms of the contract, information on how to
place an order with HON, and easy access to all our HON OMNIA Partners dealers.
Visit www.hon.com/market/government/omnia-partners to check out all of these
tools.
HON Chair Chooser Tool
The HON Chair Chooser tool makes it even easier to select the right HON seating
solution for you. Based off a few simple questions, the tool will help identify the
best HON solution that fits your needs. The tool is available on hon.com and can be
accessed through multiple channels such as web browsers, tablets, Smartphone’s,
iPad’s and iPhones. The Chair Chooser tool also gives users the ability to download
an informative PDF, email their selection, or share their chair on social media. Use
the Chair Chooser as a selection tool or as a guide for yourself. The possibilities are
endless.
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.
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 & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 125 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 126 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 127 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 128 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 129 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 130 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 131 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 132 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 133 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 134 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 135 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 136 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 137 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 138 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 139 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 140 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 141 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 142 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 143 of 365
References
Cuesta Community College | San Luis Obispo, CA
Sarah Maloney, Bond Manager | (805) 305-4556
Multi-year relationship with multiple projects
We have a long-standing relationship with Cuesta College since 2005. We have worked on
several projects that include all types of furniture: Systems, Tables, Storage, Freestanding
Furniture and Seating. In conjunction with the local dealer, we have provided on time delivery,
project manager and installation dates meeting customer expectations. Conservatively
speaking, the four colleges connected to Cuesta have spent in excess of $7M (net) on HON
furniture through various projects. Currently, there have been no issues or problems to
resolve.
University of California | Irvine, CA
Anita Mathias | Senior Buyer | (949) 824-7018 | E: amathia1@uci.edu
School Facilities Room 301 and 302
Project planning began in February 2019 with order placement in March 2019. Project scope
was over $110,000 and encompassed the redesign of the area with new workstations and
additional areas for collaboration. Products used on the project included: Voi Desking,
Accelerate Workstations, Ignition Seating and Flock Seating. This project was delivered and
installed with no issues.
Health Equity | Draper, UT
Philip Dunn | Facilities Manager | (801) 979-2960
Corporate Headquarters
Health Equity has been working with The HON Company for their furniture needs for their
Headquarter location in Draper, Utah since 2015 when they had 550 employees in Utah alone.
Over the past four years, The HON Company has helped Health Equity scale to an additional
430 employees in Utah bringing their total to 980 employees. Their HQ expansion was 50,000
square feet and in the past two years, they have acquired and hired for another 25,000 square
feet. The HON Company provides office furniture for all major categories including systems,
desking, seating, storage and tables. HealthEquity services more than 1.5 million health
savings accounts for 70 health plan partners and employees at approximately 27,000
companies across the United States.
County of York | County of York Pennsylvania
Scott Cassel | Facilities Manager | (717) 771-4388 | E: scassel@yorkccd.org
Multiple County and City Projects
The HON Company has been a standard for the County of York for the past 18 years servicing
nine of their county buildings for all furniture needs. County of York services 440,000 people
and is known for their big city amenities, with small town charm. The HON Company has
provided workstations, freestanding furniture, seating, tables and storage. York County history
runs deep, since 1794, and has played a large part in American heritage. York is one of the
fastest growing counties in Pennsylvania.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 144 of 365
Davis School District | Salt Lake City, UT
Joan Tuttle | (801) 402-7805 | E: jtuttle@dsdmail.net
Eight Schools in Davis County School District
Davis School District in Salt Lake City, Utah had a bond passed in 2015 to build or renovate
eight schools in Davis County. The HON Company has provided furniture to many of these
bond projects but most notable, Farmington High School in 2018 resulting in $2.5 million
award providing students with furniture that meets the needs of 21st century learning. Davis
School District has 59 elementary schools, 17 junior high schools and 8 high schools.
Soledad Unified School District | Soledad, Cal 93960
Tim Vanoli | Superintendent | (831) 678-3987 | E: tvanoli@soledad.k12.ca.us
Main Street Middle School | 441 Main Street
HON’s local authorized dealer, Palace furnished the entire school from the ground up and
completed the project on time on OMNIA Partners, Public Sector Region 4 Contract. Palace
has been servicing this customer for over 15 years. The Main Street Middle School project
was the largest HON project completed at this school district. As a result of the successful
completion of this project, HON is the new standard for all future schools in this district.
Nelson County Board of Education | Bardstown, KY
Wes Bradley | Superintendent | (502) 349-7000 ext. 2326
E: wes.bradley@nelson.kyschools.us
Nelson County Board of Education has been purchasing HON products for over 20 years with
an annual sales volume of approximately $172,450. HON has provided furniture, design, and
installation services for Nelson County High School, County Board Office, New Haven School,
Foster Heights Elementary School, The Academy, & Thomas Nelson High School.
Reese Career Tech Center | Missouri City, TX
Kelly R. Kelly, CTSBO | (832) 221-2196 | E: kelly.kelly@fortbendisd.com
Fort Bend Independent School District | 2323 Texas Parkway
Our local authorized dealer, Carroll’s Office Furniture has provided HON furniture to the district
for over 4 years with sales volume of $250,000.
School District of Springfield R-12 | Springfield, MO
Michelle Bentley | Purchasing Specialist | (417) 523-0071
E: mbentley@spsmail.org
From late 2018 through early 2019, HON and its local authorized dealer partner completed
the updating of 5 High School training rooms for a total sales volume of $399,717.00. In
addition to these completed projects, HON has been selected as the ongoing standards
package for Springfield Public Schools (SPS) with standardized pricing through a Blanket
Purchasing Agreement (BPA) that uses the OMNIA Partners contract as the pricing
framework.
Services provided by HON and our local authorized dealer partner include: product solutioning
and consultation for every project that extends beyond SPS standards package, space
measurement and planning, specification within Giza and now CET software, management of
shipments and coordination on delivery and receipt into dealer warehouse unless shipment is
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 145 of 365
full truck, provide key product updates and continual evaluation for better, newer, potentially
lower cost alternatives available on BPA. We conduct quarterly meetings (average) with
purchasing and/or relevant managers of bond money following April bond vote, and rapid
punch response via Dealer Partner and HON Customer support team.
Prince Edwards Social Services | Farmville, Virginia
Wade Bartlett | County Administrator | (434) 547-8837
E:wbartlett@co.prince-edward.va.us
Prince Edwards Social Services has enjoyed HON products over the last 20 years with
approximately $197,000 annual sales volume. In addition, to the quality products, they are
happy with HON’s lead times and are currently in the process of specifying all HON in their
new courthouse in 2020.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 146 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 147 of 365
Value-Add Services
HON Integrated Design Solutions
The HON Company’s Integrated Design Solutions team is a group of expert design professionals
who assist our dealers in creating design packages to help offer our customers the best overall
solution.
Plan & Specify
The IDS team assists our dealers in creating professional design packages including
furniture plans using CET Designer, 3-4 line drawings and a complete bill of materials/parts
lists. These provide our customers a complete overview of their furniture projects.
Audit
Auditing services are also available through our IDS team to help provide you with the peace
of mind, knowing that your drawings and parts lists are complete and accurate. A HON
Interior Designer will verify quantities, product compatibility and structural integrity.
Value Engineering
To help our customers optimize their furniture layouts with cost saving product suggestions,
our IDS teams provide value engineering options and suggestions.
Rendering
To help our customer’s visualize their furniture including fabrics and finishes, the IDS team
will provide realistic renderings. These help customers see what their furniture installation
will look like, even before it’s ordered.
Tailored Solutions
The Tailor Solutions team at HON is available to assist our OMNIA Partners members if the
product solution they are looking for include structural and dimensional modifications to existing
standard product and requests for discontinued HON product. Some of these modifications
include:
Special Laminates
Special laminates include requests for laminates not available as part of HON’s standard
offering
Dual Fabric Applications
Use a dual fabric applications request when the product is to be produced with more than
two fabrics (e.g., fabric on the seat is different than the fabric on the back for a chair).
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 148 of 365
Special Paints
If the product solution a OMNIA Partners member is looking for includes using a competitor’s
paint color, the Tailored Solutions team would be able to assist with trying to accommodate
this request.
OMNIA Partners Dedicated Webpage
To help provide OMNIA Partners members with easy access to ordering and contracting
information, a dedicated OMNIA Partners webpage on hon.com was created. This dedicated
page includes terms of the contract, information on how to place an order with HON, and easy
access to all our HON OMNIA Partners dealers.
Visit www.hon.com/market/government/omnia-partners to check out all of these tools.
HON Chair Chooser Tool
The HON Chair Chooser tool makes it even easier to select the right HON seating solution for
you. Based off a few simple questions, the tool will help identify the best HON solution that fits
your needs. The tool is available on hon.com and can be accessed through multiple channels
such as web browsers, tablets, Smartphone’s, iPad’s and iPhones. The Chair Chooser tool also
gives users the ability to download an informative PDF, email their selection, or share their chair
on social media. Use the Chair Chooser as a selection tool or as a guide for yourself. The
possibilities are endless.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 149 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 150 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 151 of 365
CONFIDENTIAL
Proprietary/Confidential Information
Public Information Act
Page 3 of Tab 2, Products Pricing, Lines 1-43 of our proposal response includes proprietary
information on how HON is changing our go-to-market strategy as it relates to our lead public
sector contract; this strategy includes but is not limited to anticipated sales volumes, dealer
incentives including not yet announced compensation packages, pricing strategies, etc. These
strategies remain strictly company confidential and have not yet been announced to the
marketplace; if this information was provided publicly it would cause significant harm and an
undue competitive disadvantage in the marketplace. We are requesting to keep this information
as confidential.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 152 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 153 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 154 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 155 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 156 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 157 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 158 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 159 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 160 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 161 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 162 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 163 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 164 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 165 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 166 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 167 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 168 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 169 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 170 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 171 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 172 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 173 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 174 of 365
Request for Vendor Contract Update
Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region
4/OMNIA 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.
hereby provides notice of the following update to
(Vendor Name)
Contractnumber: _ for _on this date .
Contract Title
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
New Addition
Update Only
Supporting Documentation
States/Territories
Supporting Documentation
Price Update
Supporting Documentation
Discontinued Products/Services
Supporting Documentation
Other
Supporting Documentation
Submitted By:
Title:
Approved Date
Denied Date
Contact Number:
Email Address: Region 4 ESC:
Signature
Region 4 ESC 1st Review:______
Initials
Notes: Vendor may include other notes regarding the contract update here: (attach another page if
necessary).
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 175 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 176 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 177 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 178 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 179 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 180 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 181 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 182 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 183 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 184 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 185 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 186 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 187 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 188 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 189 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 190 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 191 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 192 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 193 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 194 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 195 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 196 of 365
Request for Vendor Contract Update
Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region
4/OMNIA 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.
hereby provides notice of the following update to
(Vendor Name)
Contractnumber: _ for _on this date .
Contract Title
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
New Addition
Update Only
Supporting Documentation
States/Territories
Supporting Documentation
Price Update
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).
Submitted By:
Title:
Approved Date
Denied Date
Contact Number:
Email Address: Region 4 ESC:
Signature
Region 4 ESC 1st Review:______
Initials
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 197 of 365
November 6, 2024
Ms. Jorgannie Carter,
Re: Contract Update for HON OMNIA Region 4 Contract R191804
Dear Ms. Carter,
Due to sustained inflationary pressures and increased labor costs, HON will be making a
modest adjustment to our prices. You have the commitment of The HON Company that we
will continue to mitigate these disruptions as much as possible.
Effective February 1, 2025, The HON Company will be implementing a price adjustment; the
average net price adjustment is 2%.
Please accept this letter as our formal request to update contract pricing February
1, 2025 list prices under contract R191804 effective February 1, 2025.
Digital pricers will be available shortly after January 1st; please confirm you would like a
copy and I would be happy to email you the web links once available.
Thank you for your partnership and continued commitment supporting The HON Company.
Please contact me with any questions you may have at contractmanager@honcompany.com.
Sincerely,
Christine McCormick
Public Sector Contract Analyst
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 198 of 365
Request for Vendor Contract Update
Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region
4/OMNIA 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.
hereby provides notice of the following update to
(Vendor Name)
Contractnumber: _ for _on this date .
Contract Title
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
New Addition
Update Only
Supporting Documentation
States/Territories
Supporting Documentation
Price Update
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).
Submitted By:
Title:
Approved Date
Denied Date
Contact Number:
Email Address: Region 4 ESC:
Signature
Region 4 ESC 1st Review:______
Initials
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 199 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 200 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 201 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 202 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 203 of 365
To: Board of Directors
From: Robert Zingelmann
Date: April 28, 2020
Subject: Recommendation of Contract Award
Region 4 ESC held a RFP opening on November 7, 2019 for RFP #19-18 for
Furniture, Installation and Related Services.There were (44) proposals
submitted:
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
MeTEOR 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 FurnitureLab
RT London
Safco Products Co.
School Specialty, Inc.
SICO America, Inc.
Spec Furniture Inc
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 204 of 365
Special-T, LLC
Teknion LLC
Trendway Corporation
VS America, Inc.
WB Manufacturing
After careful review of all proposals, the Evaluation Team has determined that eighteen (18)
companies demonstrated the ability to provide the products and services outlined in the
solicitation while offering competitive pricing to the members.
CONSIDERATION
Award of annual contract in compliance with the bid laws of the State of Texas is
recommended.
RECOMMENDATION
The Evaluation Team recommends the following companies for award based on their
response:
Contract Vendor Term of Contract
Furniture, Installation and
Related Services
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.
MeTEOR 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.
Three (3) years with option of
two (2) one year renewals
Support documentation has been attached for your reference.
Enclosure: Bid Tab Summary
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 205 of 365
To: Dr. Pam Wells
Executive Director
From: Robert Zingelmann
Chief Financial Officer, Finance and Operations Services
Date: April 28, 2020
Re: Furniture, Installation and Related Services; RFP #19-18
The Evaluation Committee has reviewed the responses and recommend that the following
companies be awarded:
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
MeTEOR 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 206 of 365
Paragon Furniture, Inc.
PS Furniture Inc.
Rapp Productions, Inc dba FurnitureLab
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 recommended vendors submitted offers that were determined to be most
advantageous to OMNIA Partners, Public Sector members, based upon the bid tabulation.
All the recommended respondents were determined to be competitively priced and strong
for the specified services outlined in the RFP.
We believe all recommended vendors demonstrate the ability to provide and perform the
services requested in the proposal. We will monitor their performance and determine at the
end of each year if they are eligible for renewal with each new term.
This multiple award is recommended as most advantageous as it limits contract awards to
the least number of suppliers necessary to meet the requirements of OMNIA Partners,
Public Sector members. In order to serve the entire nation, a multiple award is
recommended to provide any governmental agency with complete coverage of
commodities, services and any other offering within the scope of proposal.
Please let me know if you have any questions.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 207 of 365
April 28, 2020
Mr. David Bizak
hnigovcontracts@hnicorp.com
Vice President, Finance
The HON Company LLC
200 Oak Street
Muscatine, IA 52761
Re: Award of Contract #R191804
Dear Mr. Bizak:
Per official action taken by the Board of Directors of Region 4 Education Service Center on April
28, 2020,we are pleased to announce that after successful negotiated terms and conditions, The
HON Company LLC 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 The HON Company LLC
This contract is effective May 1, 2020 and will expire on April 30, 2023. As indicated above, your
contract # is R191804. 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 The HON Company
LLC.
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@omniapartners.com.
Sincerely,
Robert Zingelmann
Chief Financial Officer, Finance and Operations Services
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 208 of 365
October 28, 2022
Mr. David Bizak
hnigovcontracts@hnicorp.com
Vice President, Finance
The HON Company LLC
200 Oak Street
Muscatine, IA 52761
Re: Renewal Award of Contract #R191804
Dear Mr. Bizak:
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 The HON Company LLC 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.dorantes@omniapartners.com .
The partnership between The HON Company LLC, 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,
Robert Zingelmann
Chief Financial Officer, Finance and Operations Services
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 209 of 365
October 26, 2023
Mr. David Bizak
hnigovcontracts@hnicorp.com
Vice President, Finance
The HON Company LLC
200 Oak Street
Muscatine, IA 52761
Re: Renewal Award of Contract #R191804
Dear Mr. Bizak:
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 The HON Company LLC 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.dorantes@omniapartners.com .
The partnership between The HON Company LLC, 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,
Robert Zingelmann
Chief Financial Officer, Finance and Operations Services
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 210 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 211 of 365
Request for Contract Update
Pursuant to the terms of contract number for Contractor must notify and receive
approval from Region 4 ESC when there is an update in the contract. No request will be officially approved
without the prior authorization of Region 4 ESC. Region 4 ESC reserves the right to accept or reject any
request.
hereby provides notice of the following update on
(Contractor)
this date .
Instructions: Contractor must check all that may apply and shall provide supporting documentation. Requests received
without supporting documentation will be returned. This form is not intended for use if there is a material change in
operations, such as assignment, bankruptcy, change of ownership, merger, etc. Material changes must be submitted
Authorized Distributors/Dealers
Addition
Deletion
Supporting Documentation
Products/Services
New Addition
Update Only
Supporting Documentation
States/Territories
Supporting Documentation
Price Update
Supporting Documentation
Discontinued Products/Services
Supporting Documentation
Other
Supporting Documentation
Submitted By:
Title:
Approved by Email: Date
Denied by Email: Date
Email Address: Region 4 ESC:
Notes: Contractor may include other notes regarding the contract update here: (attach another page if necessary).
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 212 of 365
Request for Contract Update
Pursuant to the terms of contract number for Contractor must notify and receive
approval from Region 4 ESC when there is an update in the contract. No request will be officially approved
without the prior authorization of Region 4 ESC. Region 4 ESC reserves the right to accept or reject any
request.
hereby provides notice of the following update on
(Contractor)
this date .
Instructions: Contractor must check all that may apply and shall provide supporting documentation. Requests received
without supporting documentation will be returned. This form is not intended for use if there is a material change in
operations, such as assignment, bankruptcy, change of ownership, merger, etc. Material changes must be submitted
Authorized Distributors/Dealers
Addition
Deletion
Supporting Documentation
Products/Services
New Addition
Update Only
Supporting Documentation
States/Territories
Supporting Documentation
Price Update
Supporting Documentation
Discontinued Products/Services
Supporting Documentation
Other
Supporting Documentation
Submitted By:
Title:
Approved by Email: Date
Denied by Email: Date
Email Address: Region 4 ESC:
Notes: Contractor may include other notes regarding the contract update here: (attach another page if necessary).
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 213 of 365
hereby provides notice of the following update on
(Contractor)
this date .
Instructions: Contractor must check all that may apply and shall provide supporting documentation. Requests received
without supporting documentation will be returned. This form is not intended for use if there is a material change in
operations, such as assignment, bankruptcy, change of ownership, merger, etc. Material changes must be submitted
Authorized Distributors/Dealers
Addition
Deletion
Supporting Documentation
Products/Services
New Addition
Update Only
Supporting Documentation
States/Territories
Supporting Documentation
Price Update
Supporting Documentation
Discontinued Products/Services
Supporting Documentation
Other
Supporting Documentation
Submitted By:
Title:
Approved by Email: Date
Denied by Email: Date
Email Address: Region 4 ESC:
Request for Contract Update
Pursuant to the terms of contract number________________ for _________________________ Contractor must
notify and receive approval from Region 4 ESC when there is an update in the contract. No request will be
officially approved without the prior authorization of Region 4 ESC. Region 4 ESC reserves the right to accept or
re
Notes: Contractor may include other notes regarding the contract update here: (attach another page if necessary)
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 214 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 215 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 216 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 217 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 218 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 219 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 220 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 221 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 222 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 223 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 224 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 225 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 226 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 227 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 228 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 229 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 230 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 231 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 232 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 233 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 234 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 235 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 236 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 237 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 238 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 239 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 240 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON CompanyPage 241 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 242 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 243 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 244 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 245 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 246 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 247 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 248 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 249 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 250 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 251 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 252 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 253 of 365
SAN BERNARDINO COUNTY SUN
473 E CARNEGIE DR #200, SAN BERNARDINO, CA 92408
(909) 889-9666 (909) 884-2536
SB 3311896
SYDNEY RUBIN
PHASE 3 MARKETING & COMMUNICATIONS/NIPA
109 WESTPARK DRIVE SUITE 360
BRENTWOOD, TN - 37027
RFP - REQUEST FOR PROPOSALS
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
11/08/2019
SAN BERNARDINO
!A000005272936!
Email COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 254 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 255 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 256 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 257 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 258 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 259 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 260 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 261 of 365
Ad Number:Insertion Number:Size:Color Type:USA0052230-01N/A0.263BWAdvertiser:Agency:Section-Page-Zone(s):Description:USA TodayN/AB-3-AllMkpl Today cls Nov07Thursday, November 7, 2019COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 262 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 263 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 264 of 365
7145 West Tidwell Road ~ Houston, Texas 77092
(713)-462-7708
www.esc4.net
NOTICE TO OFFEROR
Solicitation Number 19-18
Request for Proposal (“RFP”)
by
Region 4 Education Service Center (“ESC”)
for
Furniture, Installation, and Related Services
SUBMITTAL DEADLINE: Wednesday, December 11, 2019, 2:00 PM
CENTRAL TIME
Questions regarding this RFP must be submitted in writing to Crystal Wallace, Business Operations Specialist,
at questions@esc4.net no later than December 2, 2019. All questions and answers will be posted to
https://www.esc4.net/services/purchasing/region-4-omnia-solicitations. Offerors are responsible for viewing the
website to review all questions and answers prior to submitting proposals. Oral communications concerning this
RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal.
Proposals must be sealed, prominently marked with the RFP solicitation number, RFP title, RFP opening
time/date and name of Offeror. Submissions must be received by the Region 4 ESC office at: 7145 West Tidwell
Road, Houston, TX 77092 no later than 2:00 p.m. central time. Proposals received prior to the submittal deadline
will be time-stamped upon receipt and kept secure and unopened. At the submittal deadline, Region 4 ESC will
collect all proposals received before the deadline in the room designated for the proposal opening. Proposals will
be opened and recorded publicly. Any proposal received later than the specified time, whether delivered in
person, courier or mailed, will not be considered. Late proposals will be returned to sender unopened.
NON-MANDATORY PRE-PROPOSAL CONFERENCE
Offerors are strongly encouraged, but not required to participate in a pre-proposal conference with the Business
Operations Specialist, which will be held on Thursday, November 21, 2019 at 10:00 am in the Region 4 ESC
offices located at 7145 West Tidwell Road, Houston Texas 77092. To attend the conference, potential Offeror
must notify Crystal Wallace, Business Operations Specialist, at cwallace@esc4.net, by Friday, November 15,
2019. Offeror’s who are unable to attend in person but would like to call in must also send an email to request
call in instructions. The purpose of this conference is to clarify the contents of this RFP in order to prevent any
misunderstanding of Region 4 ESC’s position. Any doubt as to the requirements of this RFP or any apparent
omission or discrepancy should be presented to Region 4 ESC at this conference. Region 4 ESC will then
determine the appropriate action necessary, if any, and may issue a written addendum to the RFP. Oral
statements or instructions will not constitute an addendum to this RFP.
Publication Date: Thursday, November 7, 2019
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 265 of 365
RFP Page 2
I. SCOPE OF WORK
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. Region 4 ESC is seeking a provider that has the depth, breadth and quality of
resources necessary to complete all phases of the Contract. Awarded Offeror(s) shall deliver
products and services under the terms of this agreement. While this solicitation specifically
covers Furniture, Installation, and Related Services, each awarded Offeror may offer their
complete product and service offering, or balance of line. Region 4 ESC reserves the right to
accept or reject any or all balance of line items offered.
Region 4 ESC is an education service center established by the Texas Legislature in 1967 to
assist school districts and charter schools in improving efficiencies. Region 4 ESC directly
serves a seven-county area comprised of 48 public school districts and 39 open-enrollment
charter schools, representing more than 1.2 million students, 99,000 educators and 1,500
campuses. Through cooperative contracts Region 4 ESC extends the opportunity to operate
more efficiently and economically to agencies nationwide through OMNIA Partners (see
below).
The Contract is based on the need to provide the economic benefits of volume purchasing and
reduction in administrative costs through cooperative purchasing to schools and other
members. Although the awarded Offeror(s) may restrict sales to certain public units (for
example, state agencies or local government units), any proposal that prohibits sales from
being made to public school districts may not be considered. Sales without restriction are
preferred. These types of contracts are commonly referred to as being “piggybackable.”
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.
OMNIA Partners is the largest and most experienced purchasing organization for public and
private sector procurement. Through the economies of scale created by OMNIA Partners
public sector subsidiaries, National IPA and U.S. Communities, our participants now have
access to more competitively solicited and publicly awarded cooperative agreements. The lead
agency contracting process continues to be the foundation on which we are founded. OMNIA
Partners is proud to offer more value and resources to state and local government, higher
education, K-12 education and non-profits.
OMNIA Partners provides shared services and supply chain optimization to government,
education and the private sector. As a channel partner with Vizient (formally, Novation),
OMNIA Partners leverages over $100 billion in annual supply spend to command the best
prices for products and services. With corporate, pricing and sales commitments from the
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 266 of 365
RFP Page 3
Offeror, OMNIA Partners provides marketing and administrative support for the Offeror that
directly promotes the Offeror’s products and services to Participating Public Agencies though
multiple channels, each designed to promote specific products and services to Public Agencies
on a national basis. Public Agencies benefit from pricing based on aggregate spend and the
convenience of a contract that has already been advertised and publicly competed. The
Offeror benefits from a contract that allows Participating Public Agencies to directly purchase
goods and services without the Offeror’s need to respond to additional competitive solicitations.
As such, the Offeror must be able to accommodate a nationwide demand for services and to
fulfill obligations as a nationwide Offeror and respond to the OMNIA Partners documents
(Appendix D).
While no minimum volume is guaranteed to the Contractor, the estimated annual volume of
Furniture, Installation, and Related Services purchased under the Master Agreement through
OMNIA Partners is approximately $275 million. This projection is based on the current annual
volumes among Region 4 ESC, other Participating Public Agencies anticipated to utilize the
resulting Master Agreement to be made available to them through OMNIA Partners, and
volume growth into other Public Agencies through a coordinated marketing approach between
the Contractor and OMNIA Partners.
Customer Support
Contractor shall provide timely and accurate technical advice and sales support to Region 4
ESC staff and Participating Agencies. Contractor shall respond to such requests within one (1)
working day after receipt of the request.
SCOPE OF GOODS AND SERVICES
It is the intention of Region 4 ESC to establish a contract with Offeror(s) for a complete and
comprehensive line of Furniture and Installation Services. Offerors are encouraged to propose
their complete catalog of products and services including, but not limited to, the following
categories:
Systems Furniture:A complete and comprehensive catalog of all systems
furniture, lines, and accessories available from the Company;
Freestanding Furniture:A complete and comprehensive catalog of all case
goods, furniture, (including folding and mobile) desks, tables, and accessories not
limited to pre-school items available from the Company;
Seating/Chairs:A complete and comprehensive catalog of office and classroom
chairs, tandem seating and other general seating not limited to pre-school items
available from the Company;
Soft Seating: A complete and comprehensive catalog selection of soft seating for
areas such as commons, libraries, waiting areas and open learning spaces.
Products include, but are not limited to, lounge seating, modular linear seating,
tables, and accessories.
Filing Systems, Storage and Equipment:A complete and comprehensive
catalog of filing systems including vertical and lateral files, freestanding file
cabinets, bookcases, and equipment and accessories available from the
Company;
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 267 of 365
RFP Page 4
Technology Support Furniture: A complete and comprehensive catalog
selection of technology support furniture to support technology-based learning
environments.
Library Furniture: A complete and comprehensive catalog selection of library
furniture including shelving.
Science Laboratory Furniture: A complete and comprehensive catalog selection
of science laboratory furniture.
Cafeteria Furniture: A complete and comprehensive catalog selection of cafeteria
furniture.
Early Childhood Furniture: A complete and comprehensive catalog selection of
early childhood furniture.
Audio/Visual Furniture: A complete and comprehensive catalog selection of
audio/visual furniture.
Art Instructional Furniture: A complete and comprehensive catalog selection of
art instructional furniture.
Educational Office Furniture: A complete and comprehensive catalog selection
of educational office furniture.
Career/Technical Education Furniture: A complete and comprehensive catalog
selection of career/technical education furniture.
Auditorium/Theater Fixed Seating: A complete and comprehensive catalog
selection of auditorium/theater fixed seating and related furniture.
Modular Walls: A complete and comprehensive catalog selection of modular wall
systems.
Related Products, Support Services and Solutions:Related office interior
products and design, “Quick Ship”, design and layout, fabric and color design
services, installation, systems furniture reconfiguration, assessment tools,
professional development, furniture leasing, asset management services, storage,
buyback programs, furniture refurb and any other related products and services or
solutions offered by the Company.
Although this section reflects the needs and requirements of Region 4 ESC, OMNIA Partners
Participating Agencies may have different requirements. The awarded vendor will have the
ability to offer their comprehensive program, as it pertains to Furniture, Installation, or Related
Services, nationally. Furniture, Installation, or Related Services may include products and
services associated with items which OMNIA Partners Participating Agencies may elect to use.
OMNIA Partners Participants will sign a supplemental or usage agreement with the awarded
vendor substantially based on the terms and conditions of the Region 4 ESC contract.
Participants may elect to negotiate certain terms to conform to their purchasing and contracting
requirements.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 268 of 365
RFP Page 5
II. CALENDAR OF EVENTS (ALL DATES ARE TENTATIVE AND SUBJECT TO CHANGE):
Event
Issue RFP
Pre-proposal Conference
Deadline for questions via email
Issue Addenda (if required)
Proposal Due Date
Approval from Region 4 ESC
Contract Effective Date
Date
November 7, 2019
November 21, 2019
December 2, 2019
December 4, 2019
December 11, 2019
February 25, 2020
March 1, 2020
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 269 of 365
RFP Page 6
III. INSTRUCTIONS TO OFFERORS
1. Key Definitions
Contract:The legal agreement executed between Region 4 ESC and the awarded Offeror.
A draft of the Contract is provided as Appendix A.
Contractor: Any provider or seller of goods or services who, as a result of the competitive
solicitation process, is awarded a Contract by Region 4 ESC.
Days:calendar days
Offeror:A supplier submitting a proposal in response to a solicitation.
2. Inquiries and Discrepancies: Questions regarding this solicitation must be submitted in
writing to Crystal Wallace, Business Operations Specialist, at questions@esc4.net no later
than Monday, December 2, 2019.All questions and answers will be posted to
https://www.esc4.net/services/purchasing/region-4-omnia-solicitations . Offerors are
responsible for viewing the website to review all questions and answers prior to submitting
proposals. Oral communications concerning this RFP shall not be binding and shall in no
way excuse an Offeror of the obligations set forth in this proposal.
3. Restricted and Prohibited Communications with Region 4 ESC: During the period between the date
Region 4 ESC issues this RFP and the selection of the Contractor by Region 4 ESC, if any, Offerors
shall restrict all contact with Region 4 ESC and direct all questions regarding this RFP, including
questions regarding terms and conditions, only to the individual identified above in section “Inquiries
and Discrepancies” in the specified manner. Do not contact members of the Board of Directors,
other employees of Region 4 ESC or any of Region 4 ESC’s agents or administrators.
Contact with any of these prohibited individuals after issuance of this RFP and before
selection is made, may result in disqualification of the Offeror.
The communications prohibition shall terminate when the Contract is recommended by the
administration, considered by the Board of Directors at a noticed public meeting, and the
Contract has been awarded. In the event the Board of Directors refers the recommendation
back to staff for reconsideration, the communications prohibition shall continue. Additionally,
during the time period between the award of the Contract by the Board of Directors and the
execution of the Contract, Offerors shall not engage in any prohibited communications as
described in this section.
Prohibited communications includes direct contact, discussion, or promotion of any Offeror’s
response with any member of Region 4 ESC’s Board of Directors or employees except for
communications with Region 4 ESC’s designated representative as set forth in this RFP and
only in the course of inquiries, briefings, interviews, or presentations. This prohibition is
intended to create a level playing field for all potential Offerors, assure that decisions are made
in public, and to protect the integrity of the RFP process. Except as provided in the above
stated exceptions, the following communications regarding this RFP are prohibited:
Communications between a potential Offeror, Offeror, their lobbyist or consultant and
any member of Region 4 ESC’s Board of Directors;
Communications between any Region 4 ESC Director and any member of a selection
or evaluation committee; and
Communications between any Region 4 ESC Director and administrator or employee.
The communications prohibition shall not apply to the following:
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 270 of 365
RFP Page 7
Communications with Region 4 ESC’s purchasing staff specifically named and
authorized to conduct and receive such communications under this RFP or upon the
request of Region 4 ESC, with Region 4 ESC’s legal counsel; and
Presentations made to the Board of Directors during any duly noticed public meeting.
Nothing contained herein shall prohibit any person or entity from publicly addressing Region 4
ESC’s Board of Directors during any duly noticed public meeting, in accordance with applicable
Board policies, on a matter other than this RFP or in connection with a presentation requested
by Region 4 ESC’s representatives.
4. Current products: Proposals shall be for new materials and equipment in current production
and marketed to the general public, education and government agencies at the time the
proposal is submitted.
5. Proposal Format: Proposals must contain two (2) bound and signed original copies of the
solicitation, and two (2) electronic copies on flash drives shall be provided. Offeror must also
submit two (2) electronic proposals free of propriety information to be posted, if awarded a
Contract.
Only sealed responses will be accepted. Faxed or electronically transmitted responses will
not be accepted. Sealed responses may be submitted on any or all items, unless stated
otherwise.
Responses must be provided in a three-ring binder or report cover using 8.5 x 11 paper clearly
identified with the name of the Offeror’s company and the solicitation name and number on
both the outside front cover and vertical spine.
Tabs should be used to separate the proposal into sections. The following items identified
must be included behind the tabs listed below. Each section should contain both the section
of the RFP referenced and the Offeror’s response to that section. Offerors failing to organize
in the manner listed may be considered non-responsive and may not be evaluated.
6.Binder Tabs:
Tab 1 – Draft Contract and Offer and Contract Signature Form (Appendix A)
a. Terms and Conditions Acceptance Form (Appendix B)
Tab 2 – Products/Pricing
Tab 3 – Performance Capability
a. OMNIA Partners documents (Appendix D)
Tab 4 – Qualification and Experience
a. References
Tab 5 – Value Add
Tab 6 – Additional Required Documents (Appendix C)
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 271 of 365
RFP Page 8
a. Acknowledgment and Acceptance of Region 4 ESC’s Open Records Policy (Appendix
C, Doc #1)
b. Antitrust Certification Statement (Tex. Government Code § 2155.005) (Appendix C,
Doc #2)
c. Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295)
(Appendix C, Doc #3)
d. Texas Government Code 2270 Verification Form (Appendix C, Doc #4)
e. Any additional agreements Offeror will require Participating Agencies to sign
7. Additional Agreements: If an Offeror requires additional agreements, a copy of the proposed
agreement must be included with the proposal.
8. Open Records Policy: Proposals submitted in response to this RFP become a matter of public
record subject to release after Contracts are executed. If an Offeror believes its response, or
parts of its response, may be exempt from disclosure, the Offeror must specify page-by-page
and line-by-line the parts of the response, which it believes, are exempt. In addition, the
Offeror must specify which exception(s) are applicable and provide detailed reasons to
substantiate the exception(s). Offeror must provide this information on the “Acknowledgement
and Acceptance of Region 4 ESC’s Open Records Policy” (Appendix C, Doc #1). Any
unmarked information will be considered public information and released, if requested under
the Public Information Act. Price is not confidential and will not be withheld.
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 or Contractor. 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. After completion of award, these
documents will be available for public inspection.
9. Disclosures: By signing the Offer and Contract Signature Form, Offeror affirms:
a) Offeror has not given, offered to give, nor intends to give at any time hereafter any
economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor
or service to a public servant in connection with this proposal and any subsequent Contract.
Offerors must include a complete description of any and all relationships that might be
considered a conflict of interest in doing business with Region 4 ESC.
b) To the best of Offeror’s knowledge, the proposal has been arrived at independently, and is
submitted without collusion with anyone to obtain information or gain any favoritism that
would in any way limit competition or give an unfair advantage over other Offerors or
potential Offerors in the award of a Contract resulting from this RFP.
c) Offeror is not currently delinquent in the payment of any franchise taxes.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 272 of 365
RFP Page 9
d) The individual signing the submittal is an authorized agent for the Offeror and has the
authority to bind the Offeror to the Contract.
10. Waiver: By submitting a proposal, Offeror expressly agrees to waive any claim it has or may
have against Region 4 ESC, its directors, officers, its trustees, or agents arising out of or in
connection with (1) the administration, evaluation, recommendation of any proposal; (2) any
requirements under the solicitation, proposal package, or related documents; (3) the rejection
of any proposal or any part of any proposal; and/or (4) the award of a Contract, if any.
Region 4 ESC shall not be responsible or liable for any costs incurred by Offerors or the
successful Offeror in connection with responding to the RFP, preparing for oral presentations,
preparing and submitting a proposal, entering or negotiating the terms of a Contract, or any
other expenses incurred by an Offeror. The Offeror is wholly responsible for any such costs
and expenses and shall not be reimbursed in any manner by Region 4 ESC.
11. Conditions of Submitting Proposal: Submission of a proposal confers no right on an Offeror to
an award or Contract. Region 4 ESC, in its sole discretion and for any reason or no reason,
reserves the rights to reject any or all proposals, accept only a part of any proposal, accept
the proposal deemed most advantageous to Region 4 ESC, and waive any technicalities. The
issuance of this RFP does not obligate Region 4 ESC to make an award or negotiate or execute
a Contract. Prior to submission due date and time, Region 4 ESC reserves the right to amend
the terms and provisions of the RFP, extend the deadline for submission of proposals, or withdraw
the RFP entirely for any reason solely at Region 4 ESC’s discretion. A proposal may be rejected
if it fails to meet any requirement of this RFP.
12. Mailing of Proposals: All proposals submitted in response to the solicitation must be clearly
identified as listed below with the solicitation number, title, name and address of the company
responding. All packages must be clearly identified as listed below, sealed and delivered to
the Region 4 ESC office no later than the submittal deadline assigned for this solicitation.
From_____________________________________________________
Company__________________________________________________
Address___________________________________________________
City, State, Zip _____________________________________________
Solicitation Name and Number ___________Due Date and Time______
13. Amendment of Proposal: A proposal may be amended prior to the time of opening by
submitting a sealed letter to the location indicated on the front page of this solicitation.
14. Withdrawal of Proposals: Withdrawal of proposals prior to the opening date will be permitted
by a written letter or electronic mail from the Offeror. Telephonic or oral withdrawals shall not
be considered. After the opening date consideration may be given in cases where Offeror
advises that it made a clerical error that is substantially lower than it intended. In such case,
Offeror must provide written notice of their desire to withdraw, along with supporting
documents, within 3 business days of receiving the acceptance letter or of being requested
by Region 4 ESC for clarification of the proposal, whichever is later. Any Contract entered into
prior to Region 4 ESC receiving notice must be honored. No Offeror should assume their
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 273 of 365
RFP Page 10
withdrawal request has been accepted unless, and until, they receive written acknowledgment
and acceptance of their proposal withdrawal.
15. Offer and Acceptance Period: In order to allow for an adequate evaluation, Region 4 ESC
requires a proposal in response to this RFP to be valid and irrevocable for one-hundred twenty
(120) days after the proposal due date and time.
16. Non-Responsive Proposals: All proposals will be reviewed for responsiveness to the material
requirements of the solicitation. A proposal that is not materially responsive shall not be
eligible for further consideration for award of the Contract, and the Offeror shall receive notice
of the non-award of its proposal.
17. Discussions: Region 4 ESC reserves the right to conduct discussion with Offerors for the
purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the
proposal in order to clarify a proposal and assure full understanding of, and responsiveness
to, the RFP requirements.
18. Negotiations: In the event Region 4 ESC decides to conduct negotiations, exclusive or
concurrent negotiations may be conducted with Offerors reasonably susceptible for award.
During the course of negotiations, no Offeror’s proposal, including pricing, shall be revealed
to any other Offeror or to any other person who is not involved with the evaluation process.
Exclusive or concurrent negotiations shall not constitute a Contract award, nor shall it confer
any property rights to the successful Offeror. In the event Region 4 ESC deems negotiations
are not progressing, Region 4 ESC may formally terminate these negotiations and may enter
into subsequent exclusive or concurrent negotiations with the next most qualified Offeror(s).
19. Best and Final Offer: Region 4 ESC, in its sole discretion, may request Offerors reasonably
susceptible for award to submit a Best and Final Offer. Offerors must submit their Best and
Final Offers in writing. If an Offeror does not respond to the request for a Best and Final Offer,
that Offeror’s most recent prior submission will be considered its Best and Final Offer.
20. Specifications: When a solicitation contains a specification that states no substitutions, no
deviation from this requirement will be permitted. Offeror must comply with the true intent of
the specifications and drawings and not take advantage of any unintentional error or omission.
In cases where no type and kind of product is specified, specifications have been developed
to indicate minimal standards as to the usage, materials, and contents based on the needs of
the members. References to manufacturer’s specifications (“Design Guides”), when used by
Region 4 ESC, are to be considered informative to give the Offeror information as to the
general style, type and kind requested. Responses proposing goods, materials or equipment
regularly produced by a reputable manufacturer shall be evaluated by Region 4 ESC which
will, in its sole discretion, determine whether such proposed goods, materials or equipment
are substantially equivalent to the Design Guides, considering quality, workmanship, economy
of operation, and suitability for the purpose intended. Offerors should include all
documentation required to evaluate whether or not their proposed goods, materials or
equipment are substantially equivalent to the Design Guides.
21. Quality of Materials or Services: Offeror shall state the brand name and number of the
materials being provided. If none is indicated, it is understood that the Offeror is proposing the
exact brand name and number specified or mentioned in the solicitation. However, unless
specifically stated otherwise, comparable substitutions will be permitted in cases where the
material is equal to that specified, considering quality, workmanship, economy of operation
and suitability for the purpose intended.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 274 of 365
RFP Page 11
22. Samples: Upon request, samples shall be furnished, free of cost, within seven (7) days after
receiving notice of such request. By submitting the proposal Offeror certifies that all materials
conform to all applicable requirements of this solicitation and of those required by law. Offeror
agrees to bear the costs for laboratory testing, if results show the sample does not comply
with solicitation requirements. Submissions may no longer be considered for failing to submit
samples as requested.
23. Formation of Contract: A response to this solicitation is an offer to contract with Region 4 ESC
based upon the terms, conditions, scope of work, and specifications contained in this request.
A solicitation does not become a Contract until it is awarded by Region 4 ESC. A Contract is
formed when Region 4 ESC’s board signs the Offer and Contract Signature Form. The signed
Offer and Contract Signature Form provided with the RFP response eliminates the need for a
formal signing process.
24. Multiple Awards: Region 4 ESC reserves the right to award Contract(s) to multiple Offerors.
The decision to award multiple Contracts, award only one Contract, or to make no awards
rests solely with Region 4 ESC.
25. Non-Exclusive: Any Contract resulting from this solicitation shall be awarded with the
understanding and agreement it is for the sole convenience and benefit of Region 4 ESC.
Region 4 ESC reserves the right to obtain like goods and services from other sources.
26. Protest Procedure: Any protest of an award or proposed award must be filed in writing within
ten (10) days from the date of the official award notification and must be received by 5:00 pm
Central Time. No protest shall lie for a claim that the selected Offeror is not a responsible
Offeror. Protests shall be filed with Robert Zingelmann, Chief Financial Officer, Finance and
Operations Services, and sent to the Region 4 ESC office at: 7145 West Tidwell Road,
Houston, TX 77092. Protests shall include the following:
a) Name, address and telephone number of protester;
b) Original signature of protester or its representative;
c) Identification of the solicitation by RFP number;
d) Detailed statement of legal and factual grounds including copies of relevant documents;
and
e) the form of relief requested.
Any protest review and action shall be considered final with no further formalities being
considered.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 275 of 365
RFP Page 12
IV. EVALUATION PROCESS AND CRITERIA
1. A committee will review and evaluate all responses and make a recommendation for award
of Contract(s). The recommendation for Contract awards will be based on the predetermined
criteria factors outlined in this section, where each factor is assigned a point value based on
its importance. In evaluating the responses, the following predetermined criteria is considered:
a) Products/Pricing (40 Points)
b) Performance Capability (30 Points)
c) Qualification and Experience (20 Points)
d) Value Add (10 Points)
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.
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 #)
Description
Manufacturers Suggested List Price and Net Price
Net price to Region 4 ESC (including freight)
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.
iv. Describe any shipping charges.
i. Describe delivery charges along with definitions for:
1. Dock Delivery
2. Inside Delivery
3. Deliver and Install
v. Provide pricing for warranties on all products and services.
vi. Describe any return and restocking fees.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 276 of 365
RFP Page 13
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.
viii. Describe how customers verify they are receiving Contract pricing.
ix. Describe payment methods offered.
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.
xi. Describe how future product introductions will be priced and align with Contract
pricing proposed.
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.
b) Performance Capability
i. Include a detailed response to Appendix D, Exhibit A, OMNIA Partners Response
for National Cooperative Contract. Responses should highlight experience,
demonstrate a strong national presence, describe how Offeror will educate its
national sales force about the Contract, describe how products and services will
be distributed nationwide, include a plan for marketing the products and services
nationwide, and describe how volume will be tracked and reported to OMNIA
Partners.
ii. The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA
Partners Administration Agreement prior to Contract award. Offerors should have
any reviews required to sign the document prior to submitting a response.
Offeror’s response should include any proposed exceptions to OMNIA Partners
Administration Agreement on Appendix B, Terms and Conditions Acceptance
Form.
iii. Include completed Appendix D, Exhibits F. Federal Funds Certifications and G.
New Jersey Business Compliance.
iv. Describe how Offeror responds to emergency orders.
v. What is Offeror’s average Fill Rate?
vi. What is Offeror’s average on time delivery rate? Describe Offeror’s history of
meeting the shipping and delivery timelines.
vii. Describe Offeror’s return and restocking policy.
viii. Describe Offeror’s ability to meet service and warranty needs.
ix. Describe Offeror’s customer service/problem resolution process. Include hours of
operation, number of services, etc.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 277 of 365
RFP Page 14
x. Describe Offeror’s invoicing process. Include payment terms and acceptable
methods of payments. Offerors shall describe any associated fees pertaining to
credit cards/p-cards.
xi. Describe Offeror’s contract implementation/customer transition plan.
xii. Describe the financial condition of Offeror.
xiii. Provide a website link in order to review website ease of use, availability, and
capabilities related to ordering, returns and reporting. Describe the website’s
capabilities and functionality.
xiv. Describe the Offeror’s safety record.
xv. Provide any additional information relevant to this section.
c) Qualification and Experience
i. Provide a brief history of the Offeror, including year it was established and
corporate office location.
ii. Describe Offeror’s reputation in the marketplace.
iii. Describe Offeror’s reputation of products and services in the marketplace.
iv. Describe the experience and qualification of key employees.
v. Describe Offeror’s experience working with the government sector.
vi. Describe past litigation, bankruptcy, reorganization, state investigations of entity or
current officers and directors.
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.
viii. Provide any additional information relevant to this section.
d) Value Add
i. Provide any additional information related to products and services Offeror
proposes to enhance and add value to the Contract.
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.
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 & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 278 of 365
CONTRACT
1
APPENDIX A
DRAFT CONTRACT
This Contract (“Contract”) is made as of __________, 2020 by and between
(“Contractor”) and Region 4 Education Service Center
(“Region 4 ESC”) for the purchase of ___________________________________________(“the
products and services”).
RECITALS
WHEREAS, Region 4 ESC issued Request for Proposals Number R______ for _______ (“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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 279 of 365
CONTRACT
2
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 Agreement (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 Deficiency. 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;
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 280 of 365
CONTRACT
3
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 Delivery/Installation Charges: 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 Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable
wholly or in part to carry out its obligations under this Agreement then such party shall
give notice and full particulars of Force Majeure in writing to the other party within a
reasonable time after occurrence of the event or cause relied upon, and the obligation of
the party giving such notice, so far as it is affected by such Force Majeure, shall be
suspended during the continuance of the inability then claimed, except as hereinafter
provided, but for no longer period, and such party shall endeavor to remove or overcome
such inability with all reasonable dispatch.
The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or
other industrial disturbances, act of public enemy, orders of any kind of government of the
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 281 of 365
CONTRACT
4
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)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)Payments. 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 282 of 365
CONTRACT
5
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 283 of 365
CONTRACT
6
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)Smoking. 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)Funding 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 284 of 365
CONTRACT
7
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 285 of 365
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
Address
City/State/Zip
Telephone No.
Email Address
Printed Name
Title
Authorized signature
Accepted by Region 4 ESC:
Contract No. ______________
Initial Contract Term to
Region 4 ESC Authorized Board Member Date
Print Name
Region 4 ESC Authorized Board Member Date
Print Name
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 286 of 365
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.)
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
Specification
Exception/Proposed Modification Accepted
(For Region 4
ESC’s use)
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 287 of 365
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 288 of 365
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:
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.)
Date Authorized Signature & Title
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 289 of 365
Appendix C, Doc #2
ANTITRUST CERTIFICATION STATEMENTS
(Tex. Government Code § 2155.005)
Attorney General Form
I affirm under penalty of perjury of the laws of the State of Texas that:
1. I am duly authorized to execute this Contract on my own behalf or on behalf of the company,
corporation, firm, partnership or individual (Company) listed below;
2. In connection with this 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
Signature
Printed Name
Address Position with Company
Official
Authorizing
Proposal
Signature
Phone
Printed Name
Fax
Position with Company
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 290 of 365
Appendix C, DOC # 3
Implementation of House Bill 1295
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:
https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm
Frequently Asked Questions:
https://www.ethics.state.tx.us/resources/FAQs/FAQ_Form1295.php
Changes to Form 1295:https://www.ethics.state.tx.us/data/filinginfo/1295Changes.pdf
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 291 of 365
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, ___________________________________________________, as an authorized
representative of
_____________________________________________________________, a contractor
engaged by
Insert Name of Company
Region 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 https://comptroller.texas.gov/purchasing/docs/foreign-terrorist.pdf .
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 Date
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 292 of 365
Appendix D
REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT
TO BE ADMINISTERED BY
OMNIAPARTNERS,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 & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 293 of 365
Requirements for National Cooperative Contract
Page 16 of 55
EXHIBIT A
RESPONSEFOR 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.,
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 294 of 365
Requirements for National Cooperative Contract
Page 17 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 295 of 365
Requirements for National Cooperative Contract
Page 18 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 296 of 365
Requirements for National Cooperative Contract
Page 19 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 297 of 365
Requirements for National Cooperative Contract
Page 20 of 55
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 298 of 365
Requirements for National Cooperative Contract
Page 21 of 55
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
a. is a publicly held corporation and this reporting requirement is not
applicable;
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.
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:
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 & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 299 of 365
Requirements for National Cooperative Contract
Page 22 of 55
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:
i. 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 300 of 365
Requirements for National Cooperative Contract
Page 23 of 55
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 301 of 365
Requirements for National Cooperative Contract
Page 24 of 55
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 302 of 365
Requirements for National Cooperative Contract
Page 25 of 55
EXHIBITB
ADMINISTRATIONAGREEMENT, 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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 303 of 365
Requirements for National Cooperative Contract
Page 26 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 304 of 365
Requirements for National Cooperative Contract
Page 27 of 55
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.omniapartners.com/publicsector),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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 305 of 365
Requirements for National Cooperative Contract
Page 28 of 55
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’sreasonable 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 306 of 365
Requirements for National Cooperative Contract
Page 29 of 55
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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 307 of 365
Requirements for National Cooperative Contract
Page 30 of 55
[INSERT SUPPLIER ENTITY NAME] NATIONAL
INTERGOVERNMENTAL
PURCHASING ALLIANCE
COMPANY, A DELAWARE
CORPORATION D/B/A OMNIA
PARTNERS, PUBLIC SECTOR
Signature Signature
Sarah Vavra
Name Name
Sr. Vice President, Public Sector
Contracting
Title Title
Date Date
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 308 of 365
Requirements for National Cooperative Contract
Page 31 of 45
EXHIBIT C
MASTER INTERGOVERNMENTALCOOPERATIVE PURCHASING AGREEMENT,
EXAMPLE
MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT
This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) 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, “OMNIA Partners, Public Sector”) to be
appended and made a part hereof and such other public agencies (“Participating Public
Agencies”) who register to participate in the cooperative purchasing programs administered by
OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA
Partners Parties”) by either registering on the OMNIA Partners, Public Sector website
(www.omniapartners.com/publicsector 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 Agreements” (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 sameterms, 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:
1. 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.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 309 of 365
Requirements for National Cooperative Contract
Page 32 of 55
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 (“GPO”) 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 “Procuring Party”) 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 310 of 365
Requirements for National Cooperative Contract
Page 33 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 311 of 365
Requirements for National Cooperative Contract
Page 34 of 45
EXHIBIT D
PRINCIPALPROCUREMENT 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 312 of 365
Requirements for National Cooperative Contract
Page 35 of 45
EXHIBIT E
CONTRACT SALES REPORTING TEMPLATE
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 313 of 365
Requirements for National Cooperative Contract
Page 36 of 45
EXHIBITF
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 higher education (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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 314 of 365
Requirements for National Cooperative Contract
Page 37 of 55
(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
AppendixII 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 applicablelaws and regulations with respect to thisprocurementin the event of breach of contract
by either party.
Does offeror agree? YES Initials of AuthorizedRepresentative 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.
Does offeror agree? YES 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 315 of 365
Requirements for National Cooperative Contract
Page 38 of 55
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 CompliancePrograms, 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 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 Federalawarding 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 applicableDavis-Bacon Act provisions.
Does offeror agree? YES Initials of AuthorizedRepresentative 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
Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible
provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all
hours worked in excessof 40 hours in the work week. Therequirements 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 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 CooperativeAgreements,” 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 requirementsas referenced in Federal Rule (F) above.
Does offeror agree? YES Initials of AuthorizedRepresentative of offeror
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 316 of 365
Requirements for National Cooperative Contract
Page 39 of 55
(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 requirementsas referenced in FederalRule (G) above.
Does offeror agree? YES Initials of AuthorizedRepresentative 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 orregulatory authority otherthan Executive
Order 12549.
Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during
the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals
becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any
federal department or agency, the offeror will notify the Participating Agency.
Does offeror agree? YES Initials of AuthorizedRepresentative of offeror
(I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000
must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee
of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must
also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.
Such disclosures are forwarded from tier to tier up to the non-Federal award.
Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during
the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement
process, the offeror certifies that it is in 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.
Does offeror agree? YES Initials of AuthorizedRepresentative 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 317 of 365
Requirements for National Cooperative Contract
Page 40 of 55
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 quarterlyor annual financial reports, as applicable, and all other pending matters are closed.
Does offeror agree? YES 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 AuthorizedRepresentative 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 complywith 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 Initials of AuthorizedRepresentative 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 representativesshall 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 interview and discussion relating to such documents.
Does offeror agree? YES Initials of AuthorizedRepresentative 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 acknowledgedthat offeror certifies compliance with all provisions,laws, acts, regulations, etc. as
specifically noted above.
Offeror’s Name: ____________________________________________________________________________________________
Address, City, State, and Zip Code: _____________________________________________________________________________
Phone Number:___________________________________ Fax Number:
______________________________________
Printed Name and Title of Authorized
Representative:______________________________________________________________________
Email Address: ____________________________________________________________________________________________
Signature of Authorized Representative: ____________________________________Date: _____________________________
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 318 of 365
Requirements for National Cooperative Contract
Page 41 of 55
EXHIBIT G
NEW JERSEY BUSINESS COMPLIANCE
NEW JERSEY BUSINESS COMPLIANCE
Suppliers intending to do business in the State of New Jersey must comply with policies and
procedures required under New Jersey statues. All offerors submitting proposals must
complete the following forms specific to the State of New Jersey. Completed forms should be
submitted with the offeror’s response to the RFP. Failure to complete the New Jersey packet
will impact OMNIA Partners, Public Sector’s ability to promote the Master Agreement in the
State of New Jersey.
DOC #1 Ownership Disclosure Form
DOC #2 Non-Collusion Affidavit
DOC #3 Affirmative Action Affidavit
DOC #4 Political Contribution Disclosure Form
DOC #5 Stockholder Disclosure Certification
DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran
DOC #7 New Jersey Business Registration Certificate
New Jersey suppliers are required to comply with the following New Jersey statutes when
applicable:
all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A.
10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38;
Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the
Act;
Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and
Bid and Performance Security, as required by the applicable municipal or state statutes.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 319 of 365
Requirements for National Cooperative Contract
Page 42 of 55
DOC #1
OWNERSHIP DISCLOSURE FORM
(N.J.S. 52:25-24.2)
Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public
Contracts Law), the offeror shall complete the form attached to these specifications listing the
persons owning 10 percent (10%) or more of the firm presenting the proposal.
Company Name:
Street:
City, State, Zip Code:
Complete as appropriate:
I _______________________________________, certify that I am the sole owner of
____________________________________, that there are no partners and the business is not
incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply.
OR:
I _______________________________________, a partner
in___________________________, do hereby certify that the following is a list of all individual
partners who own a 10% or greater interest therein. I further certify that if one (1) or more of the
partners is itself a corporation or partnership, there is also set forth the names and addresses of
the stockholders holding 10% or more of that corporation’s stock or the individual partners
owning 10% or greater interest in that partnership.
OR:
I _______________________________________, an authorized representative of
______________________, a corporation, do hereby certify that the following is a list of the
names and addresses of all stockholders in the corporation who own 10% or more of its stock of
any class. I further certify that if one (1) or more of such stockholders is itself a corporation or
partnership, that there is also set forth the names and addresses of the stockholders holding
10% or more of the corporation’s stock or the individual partners owning a 10% or greater
interest in that partnership.
(Note: If there are no partners or stockholders owning 10% or more interest, indicate none.)
Name Address Interest
I further certify that the statements and information contained herein, are complete and correct to
the best of my knowledge and belief.
Date Authorized Signature and Title
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 320 of 365
Requirements for National Cooperative Contract
Page 43 of 45
DOC #2
NON-COLLUSION AFFIDAVIT
Company Name: ________________________________________
Street: ________________________________________________
City, State, Zip Code:____________________________________
State of ________________________________________________
County of ______________________________________________
I, of
the_______________________________________________
Name City
in the County of ____________________________, State of
_______________________________
of full age, being duly sworn according to law on my oath depose and say that:
I am the _________________________of the firm of
_____________________________________
Title Company Name
the Offeror making the Proposal for the goods, services or public work specified under the
attached proposal, and that I executed the said proposal with full authority to do so; that said
Offeror has not directly or indirectly entered into any agreement, participated in any collusion, or
otherwise taken any action in restraint of free, competitive bidding in connection with the above
proposal, and that all statements contained in said proposal and in this affidavit are true and
correct, and made with full knowledge that relies upon the truth of the statements contained in
said proposal and in the statements contained in this affidavit in awarding the contract for the said
goods, services or public work.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage,
brokerage or contingent fee, except bona fide employees or bona fide established commercial or
selling agencies maintained by
Company Name Authorized Signature & Title
Subscribed and sworn before me
this ______ day of ______________, 20____
__________________________________________
Notary Public of ______________________
My commission expires ______________ , 20____
SEAL
DOC #3
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 321 of 365
Requirements for National Cooperative Contract
Page 44 of 55
AFFIRMATIVE ACTION AFFIDAVIT
(P.L. 1975, C.127)
Company Name:
Street:
City, State, Zip Code:
Proposal Certification:
Indicate below company’s compliance with New Jersey Affirmative Action regulations. Company’s
proposal will be accepted even if company is not in compliance at this time. No contract and/or
purchase order may be issued, however, until all Affirmative Action requirements are met.
Required Affirmative Action Evidence:
Procurement, Professional & Service Contracts (Exhibit A)
Vendors must submit with proposal:
1. A photo copy of their Federal Letter of Affirmative Action Plan Approval
OR
2. A photo copy of their Certificate of Employee Information Report
OR
3. A complete Affirmative Action Employee Information Report (AA302) __________
Public Work – Over $50,000 Total Project Cost:
A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form
AA201-A upon receipt from the
B. Approved Federal or New Jersey Plan – certificate enclosed
I further certify that the statements and information contained herein, are complete and correct to
the best of my knowledge and belief.
____________________
_________________________________
Date Authorized Signature and Title
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 322 of 365
Requirements for National Cooperative Contract
Page 45 of 55
DOC #3, continued
P.L. 1995, c. 127 (N.J.A.C. 17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT, PROFESSIONAL AND SERVICE
CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant
for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional
or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited
and employed, and that employees are treated during employment, without regard to their age, race, creed,
color, national origin, ancestry, marital status, sex, affectional or sexual orientation. 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 by the Public Agency Compliance Officer
setting forth provisions of this non-discrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees
placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation.
The contractor or subcontractor, where applicable, 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 this act and shall post copies of the notice in conspicuous places available
to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by
the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the
Americans with Disabilities Act.
The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade
consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by
the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in
accordance with a binding determination of the applicable county employment goals determined by the
Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L.
1975, C.127, as amended and supplemented from time to time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area,
including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not
discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or
indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that
all personnel testing conforms with the principles of job-related testing, as established by the statutes and
court decisions of the state of New Jersey and as established by applicable Federal law and applicable
Federal court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the
applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey,
and applicable Federal law and applicable Federal court decisions.
The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action
Office as may be requested by the office from time to time in order to carry out the purposes of these
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 323 of 365
Requirements for National Cooperative Contract
Page 46 of 55
regulations, and public agencies shall furnish such information as may be requested by the Affirmative
Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code (NJAC 17:27).
________________________________________________
Signature of Procurement Agent
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 324 of 365
Requirements for National Cooperative Contract
Page 47 of 55
DOC #4
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Public Agency Instructions
This page provides guidance to public agencies entering into contracts with business entities that are required to file
Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows
are instructions on the use of form local units can provide to contractors that are required to disclose political contributions
pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local
Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). Please refer back to these
instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational.
1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a “fair and open”
process (N.J.S.A. 19:44A-20.7).
2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be
submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents
or in an appropriate computer file and be available for public access. The form is worded to accept this alternate
submission.The text should be amended if electronic submission will not be allowed.
3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract.
Resolutions of award should reflect that the disclosure has been received and is on file.
4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public
agencies, including all public agencies that have elected officials in the county of the public agency, state legislative
positions, and various state entities. The Division of Local Government Services recommends that contractors be
provided a list of the affected agencies. This will assist contractors in determining the campaign and political
committees of the officials and candidates affected by the disclosure.
a. The Division has prepared model disclosure forms for each county. They can be downloaded from the “County
PCD Forms” link on the Pay-to-Play web site at http://www.nj.gov/dca/divisions/dlgs/programs/lpcl.html#12.
They will be updated from time-to-time as necessary.
b. A public agency using these forms should edit them to properly reflect the correct legislative district(s). As
the forms are county-based, they list all legislative districts in each county. Districts that do not represent
the public agency should be removed from the lists.
c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county.
These submissions are appropriate and should be accepted.
d. The form may be used “as-is”, subject to edits as described herein.
e. The “Contractor Instructions” sheet is intended to be provided with the form. It is recommended that the
Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed
on the back of the form; where that is not the case, the text should be edited accordingly.
f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used
as an e-mail attachment, or provided as a printed document.
5. It is recommended that the contractor also complete a “Stockholder Disclosure Certification.” This will assist the
local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed
on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice
2006-7 for additional information on this obligation at
http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). A sample Certification form is part of this package
and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to
Boards of Education.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 325 of 365
Requirements for National Cooperative Contract
Page 48 of 55
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Contractor Instructions
Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a “fair and
open” process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A-
20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions
to:
any State, county, or municipal committee of a political party
any legislative leadership committee*
any continuing political committee (a.k.a., political action committee)
any candidate committee of a candidate for, or holder of, an elective office:
o of the public entity awarding the contract
o of that county in which that public entity is located
o of another public entity within that county
o or of a legislative district in which that public entity is located or, when the public entity is a county, of
any legislative district which includes all or part of the county
The disclosure must list reportable contributions to any of the committees that exceed $300 per election
cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and
19:44A-16 for more details on reportable contributions.
N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business
entity is not a natural person. This includes the following:
individuals with an “interest” ownership or control of more than 10% of the profits or assets of a business entity
or 10% of the stock in the case of a business entity that is a corporation for profit
all principals, partners, officers, or directors of the business entity or their spouses
any subsidiaries directly or indirectly controlled by the business entity
IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity
and filing as continuing political committees, (PACs).
When the business entity is a natural person, “a contribution by that person’s spouse or child, residing
therewith, shall be deemed to be a contribution by the business entity.” [N.J.S.A. 19:44A-20.26(b)] The
contributor must be listed on the disclosure.
Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by
ELEC in an amount to be determined by the Commission which may be based upon the amount that the
business entity failed to report.
The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose
elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the
contractor’s responsibility to identify the specific committees to which contributions may have been made
and need to be disclosed. The disclosed information may exceed the minimum requirement.
The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details
(along with a signed cover sheet) may be used as the contractor’s submission and is disclosable to the
public under the Open Public Records Act.
The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the
agency in meeting its obligations under the law.NOTE: This section does not apply to Board of
Education contracts.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 326 of 365
Requirements for National Cooperative Contract
Page 49 of 55
*N.J.S.A. 19:44A-3(s): “The term "legislative leadership committee" means a committee established,
authorized to be established, or designated by the President of the Senate, the Minority Leader of the
Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to
section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the purpose of receiving contributions and making
expenditures.”
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 327 of 365
Requirements for National Cooperative Contract
Page 50 of 55
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Required Pursuant to N.J.S.A. 19:44A-20.26
This form or its permitted facsimile must be submitted to the local unit
no later than 10 days prior to the award of the contract.
Part I – Vendor Information
Vendor Name:
Address:
City: State: Zip:
The undersigned being authorized to certify, hereby certifies that the submission provided herein
represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the
Instructions accompanying this form.
_______________________ _______________________ ________________________
Signature Printed Name Title
Part II – Contribution Disclosure
Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all
reportable political contributions (more than $300 per election cycle) over the 12 months prior to
submission to the committees of the government entities listed on the form provided by the local
unit.
Check here if disclosure is provided in electronic form
Contributor Name Recipient Name Date Dollar Amount
$
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 328 of 365
Requirements for National Cooperative Contract
Page 51 of 55
Check here if the information is continued on subsequent page(s)
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 329 of 365
Requirements for National Cooperative Contract
Page 52 of 55
DOC #4, continued
List of Agencies with Elected Officials Required for Political Contribution Disclosure
N.J.S.A. 19:44A-20.26
County Name:
State: Governor, and Legislative Leadership Committees
Legislative District #s:
State Senator and two members of the General Assembly per district.
County:
Freeholders County Clerk Sheriff
{County Executive} Surrogate
Municipalities (Mayor and members of governing body, regardless of title):
USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM
THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-
BASED, CUSTOMIZABLE FORM.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 330 of 365
Requirements for National Cooperative Contract
Page 53 of 55
DOC #5
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business:
I certify that the list below contains the names and home addresses of all stockholders
holding 10% or more of the issued and outstanding stock of the undersigned.
OR
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of
the undersigned.
Check the box that represents the type of business organization:
Partnership Corporation Sole Proprietorship
Limited Partnership Limited Liability Corporation Limited Liability Partnership
Subchapter S Corporation
Sign and notarize the form below, and, if necessary, complete the stockholder list below.
Stockholders:
Name: Name:
Home Address: Home Address:
Name: Name:
Home Address: Home Address:
Name: Name:
Home Address: Home Address:
Subscribed and sworn before me this ___ day of
___________, 2__.
(Notary Public)
My Commission expires:
_________________________________
(Affiant)
________________________________
(Print name & title of affiant)
(Corporate Seal)
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 331 of 365
Requirements for National Cooperative Contract
Page 54 of 55
DOC #6
Certification of Non-Involvement in Prohibited Activities in Iran
Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its
parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 – 56(e) (3)), is listed on the
Department of the Treasury’s List of Persons or Entities Engaging in Prohibited Investment
Activities in Iran and that neither is involved in any of the investment activities set forth in
N.J.S.A. 52:32 – 56(f).
Offerors wishing to do business in New Jersey through this contract must fill out the Certification
of Non-Involvement in Prohibited Activities in Iran here:
http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure_investmentact.pdf .
Offerors should submit the above form completed with their proposal.
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 332 of 365
Requirements for National Cooperative Contract
Page 55 of 55
DOC #7
NEW JERSEY BUSINESS REGISTRATION CERTIFICATE
(N.J.S.A. 52:32-44)
Offerors wishing to do business in New Jersey must submit their State Division of Revenue
issued Business Registration Certificate with their proposal here. Failure to do so will disqualify
the Offeror from offering products or services in New Jersey through any resulting contract.
http://www.state.nj.us/treasury/revenue/forms/njreg.pdf
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 333 of 365
Requirements for National Cooperative Contract
Page 56 of 45
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
Massachusetts
State of New Mexico State of South
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
Carolina
State of Texas
State of
Arkansas
State of Indiana State of Mississippi State of North
Dakota
State of Utah
State of
California
State of Iowa State of Missouri State of Ohio State of
Vermont
State of Colorado State of Kansas State of Montana State of Oklahoma State of Virginia
State of
Connecticut
State of
Kentucky
State of Nebraska State of Oregon State of
Washington
State of
Delaware
State of
Louisiana
State of Nevada State of
Pennsylvania
State of West
Virginia
State of Florida State of Maine State of New
Hampshire
State of Rhode
Island
State of
Wisconsin
State of Georgia State of
Maryland
State of New
Jersey
State of South
Carolina
State of
Wyoming
District of
Columbia
Lists of political subdivisions and local governments in the above referenced states / districts may be found at
http://www.usa.gov/Agencies/State_and_Territories.shtml and https://www.usa.gov/local-governments.
Certain Public Agencies and Political Subdivisions:
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 334 of 365
Requirements for National Cooperative Contract
Page 57 of 45
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 335 of 365
Requirements for National Cooperative Contract
Page 58 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 336 of 365
Requirements for National Cooperative Contract
Page 59 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 337 of 365
Requirements for National Cooperative Contract
Page 60 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 338 of 365
Requirements for National Cooperative Contract
Page 61 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 339 of 365
Requirements for National Cooperative Contract
Page 62 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 340 of 365
Requirements for National Cooperative Contract
Page 63 of 55
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.P.D., 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 341 of 365
Requirements for National Cooperative Contract
Page 64 of 55
BAKER VALLEY VECTOR CONTROL DISTRICT, OR
BANDON CRANBERRY WATER CONTROL DISTRICT, OR
BANDON R.F.P.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.C.D., 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 342 of 365
Requirements for National Cooperative Contract
Page 65 of 55
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.U.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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 343 of 365
Requirements for National Cooperative Contract
Page 66 of 55
COLUMBIA S.W.C.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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 344 of 365
Requirements for National Cooperative Contract
Page 67 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 345 of 365
Requirements for National Cooperative Contract
Page 68 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 346 of 365
Requirements for National Cooperative Contract
Page 69 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 347 of 365
Requirements for National Cooperative Contract
Page 70 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 348 of 365
Requirements for National Cooperative Contract
Page 71 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 349 of 365
Requirements for National Cooperative Contract
Page 72 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 350 of 365
Requirements for National Cooperative Contract
Page 73 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 351 of 365
Requirements for National Cooperative Contract
Page 74 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 352 of 365
Requirements for National Cooperative Contract
Page 75 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 353 of 365
Requirements for National Cooperative Contract
Page 76 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 354 of 365
Requirements for National Cooperative Contract
Page 77 of 55
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. #7-405, 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 355 of 365
Requirements for National Cooperative Contract
Page 78 of 55
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
WY'EAST 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 356 of 365
Requirements for National Cooperative Contract
Page 79 of 55
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 NO.1J
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 357 of 365
Requirements for National Cooperative Contract
Page 80 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 358 of 365
Requirements for National Cooperative Contract
Page 81 of 55
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 UT ACAD 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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 359 of 365
Requirements for National Cooperative Contract
Page 82 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 360 of 365
Requirements for National Cooperative Contract
Page 83 of 55
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
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 361 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 362 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 363 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 364 of 365
COOP City of Fort Worth & Facilitech, Inc dba Business Interiors-#R191804-The HON Company Page 365 of 365