HomeMy WebLinkAboutContract 62884CITY 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 OFS Brands, Inc., through Sourcewell
Contract #091423-OFS, 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 – Link to Price List and Discount Structure;
3. Exhibit B – Cooperative Agency Contract Sourcewell Contract #091423-OFS; 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, and as updated under the underlying cooperative, 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,
$1,725,000.00 for Renewal 1, $1,983,750.00 for Renewal 2, $2,281,313.00 for Renewal 3, and
$2,623,509.00 for Renewal 4. The Vendor acknowledges that this is a non-exclusive agreement and there
is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount stated
above is the total amount of funds available, collectively, for any Vendor that enters into an agreement
with the City under the relevant M&C or cooperative agreement and that once the full amount has been
exhausted, whether individually or collectively, funds have therefore been exhausted under this
Agreement as well. Vendor shall not provide any additional items or services or bill for expenses
incurred for City not specified by this Agreement unless City requests and approves in writing the
additional costs for such services. City shall not be liable for any additional expenses of Vendor not
specified by this Agreement unless City first approves such expenses in writing.
The term of this Agreement is effective beginning on the date signed by the Assistant City
Manager ("Effective Date") and expiring on December 4, 2025, with four (4) one-year renewal options
by the written mutual agreement of the parties.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 1 of 117
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.
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.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 2 of 117
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that in accordance with Chapter 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.
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 Sourcewell#091423-OFS-OFS Brands Page 3 of 117
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: Marilyn 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: 2024-1222880
VENDOR:
FACILITECH, INC. DBA BUSINESS INTERIORS
By:
Name: Mary Arnett
Title: CFO
Date: ________________________
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 4 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 5 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 6 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 7 of 117
091423-OFS
Rev. 3/2022 1
Solicitation Number: RFP #091423
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and OFS Brands, Inc., 1204 E. 6th Street, Huntingburg, IN 47542 (Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
federal, state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Furniture Solutions with Related Accessories and
Services from which Supplier was awarded a contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewells cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
EXPIRATION DATE AND EXTENSION. This Contract expires December 4, 2027, unless it is
cancelled sooner pursuant to Article 22. This Contract allows up to three additional one-year
extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell
retains the right to consider additional extensions beyond seven years as required under
exceptional circumstances.
B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
other rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 8 of 117
091423-OFS
Rev. 3/2022 2
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Suppliers Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Suppliers product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entitys site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Suppliers dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturers warranty that extends
beyond the expiration of the Suppliers warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Suppliers authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Suppliers responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Suppliers Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entitys total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entitys requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 9 of 117
091423-OFS
Rev. 3/2022 3
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax-
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
Identify the applicable Sourcewell contract number;
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 10 of 117
091423-OFS
Rev. 3/2022 4
Clearly specify the requested change;
Provide sufficient detail to justify the requested change;
Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an
amendment to this Contract and will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewells cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entitys
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entitys use of this Contract is at the Participating Entitys sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Suppliers employees may be required to perform work at government-
owned facilities, including schools. Suppliers employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 11 of 117
091423-OFS
Rev. 3/2022 5
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Suppliers acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry-specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum, the terms of which will be negotiated directly between the
Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as
applicable. Any negotiated additional terms and conditions must never be less favorable to the
Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entitys requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entitys order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 12 of 117
091423-OFS
Rev. 3/2022 6
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
Maintenance and management of this Contract;
Timely response to all Sourcewell and Participating Entity inquiries; and
Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, performance issues, supply
issues, customer issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
Participating Entity Name (e.g., City of Staples Highway Department);
Participating Entity Physical Street Address;
Participating Entity City;
Participating Entity State/Province;
Participating Entity Zip/Postal Code;
Participating Entity Contact Name;
Participating Entity Contact Email Address;
Participating Entity Contact Telephone Number;
Sourcewell Assigned Entity/Participating Entity Number;
Item Purchased Description;
Item Purchased Price;
Sourcewell Administrative Fee Applied; and
Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 13 of 117
091423-OFS
Rev. 3/2022 7
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Suppliers name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above Attn: Accounts Receivable or remitted electronically to
Sourcewells banking institution per Sourcewells Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contracts expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Suppliers Authorized Representative is the person named in the Suppliers Proposal. If
Suppliers Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Contract are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 14 of 117
091423-OFS
Rev. 3/2022 8
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party. For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master-servant, or principal-agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys fees incurred by Sourcewell or its Participating Entities, arising out of any act or
omission in the performance of this Contract by the Supplier or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications. Sourcewells
responsibility will be governed by the State of Minnesotas Tort Liability Act (Minnesota
Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, maintained, or
disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and
license to use the trademark(s) provided to Supplier by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewells relationship with
Supplier.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 15 of 117
091423-OFS
Rev. 3/2022 9
b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and
license to use Suppliers trademarks in advertising and promotional materials for the
purpose of marketing Suppliers relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
resellers, marketing representatives, and agents (collectively Permitted Sublicensees) in
advertising and promotional materials for the purpose of marketing the Parties relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other partys trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other partys trademarks only in good faith and in a dignified manner consistent with
such partys use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other partys name or logo (excepting Sourcewells pre-printed
catalog of suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewells written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 16 of 117
091423-OFS
Rev. 3/2022 10
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that partys reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 17 of 117
091423-OFS
Rev. 3/2022 11
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non-defaulting
party may:
Exercise any remedy provided by law or equity, or
Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an AM BEST rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers Compensation and Employers Liability.
Workers Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office (ISO) Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products-completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for products liability-completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non-owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 18 of 117
091423-OFS
Rev. 3/2022 12
no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employers Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional
Liability. During the term of this Contract, Supplier will maintain coverage for all claims
the Supplier may become legally obligated to pay resulting from any actual or alleged
negligent act, error, or omission related to Suppliers professional services required
under this Contract.
Minimum Limits:
$2,000,000 per claim or event
$2,000,000 annual aggregate
6. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Suppliers
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 19 of 117
091423-OFS
Rev. 3/2022 13
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Suppliers commercial
general liability insurance policy with respect to liability arising out of activities, operations, or
work performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self-insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self-insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 20 of 117
091423-OFS
Rev. 3/2022 14
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to federal should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Suppliers Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of federally assisted construction contract in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, Equal Employment Opportunity (30 FR 12319,
12935, 3 C.F.R. §, 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 C.F.R. § 60, Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor. The equal opportunity clause is incorporated
herein by reference.
B. 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 C.F.R. § 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
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 21 of 117
091423-OFS
Rev. 3/2022 15
the Copeland Anti-Kickback Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Supplier must be in
compliance with all applicable Davis-Bacon Act provisions.
C. 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 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award
meets the definition of funding agreement under 37 C.F.R. § 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 C.F.R. § 401, Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements, and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
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).
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 22 of 117
091423-OFS
Rev. 3/2022 16
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), Debarment and Suspension. SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have 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. Suppliers must 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. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must 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.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 23 of 117
091423-OFS
Rev. 3/2022 17
records of Supplier that are directly pertinent to Suppliers discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Suppliers personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to
this Contract or any purchase by a Participating Entity and is not subject to any obligations or
liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Contract or any purchase by an authorized user.
O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and
Statements) applies to the Suppliers actions pertaining to this Contract or any purchase by a
Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to
the anticipated work under this Contract raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 24 of 117
091423-OFS
Rev. 3/2022 18
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S.
Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources
and support to individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it
will comply with applicable requirements of 2 C.F.R. § 200.216.
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies
that during the term of this Contract will comply with applicable requirements of 2 C.F.R. §
200.322.
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Suppliers
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell OFS Brands, Inc.
By: __________________________ By: __________________________
Jeremy Schwartz Ryan Menke
Title: Chief Procurement Officer Title: SVP-Sales and Marketing
Date: ________________________
Date: ________________________
Approved:
By: __________________________
Chad Coauette
Title: Executive Director/CEO
Date: ________________________
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 25 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 26 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 27 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 28 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 29 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 30 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 31 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 32 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 33 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 34 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 35 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 36 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 37 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 38 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 39 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 40 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 41 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 42 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 43 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 44 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 45 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 46 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 47 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 48 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 49 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 50 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 51 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 52 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 53 of 117
Bid Number: RFP 091423 Vendor Name: OFS Brands Inc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 54 of 117
SOURCEWELL
STATE OF MINNESOTA
Member ____________ moved the adoption of the following Resolution:
RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES
6/20/2023
Resolution No. 2023_14
WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a
solicitation,for the categories listed on Appendix A, which is attached and incorporated.
WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement
Officer to administer Sourcewells cooperative purchasing and contracting program; and
WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above.
NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of
categories.
The motion for the adoption of the foregoing resolution was duly seconded by Member ______________
and the following voted in favor: (list names here)
and the following voted against: (list names here or NONE)
whereupon said resolution was declared duly passed and adopted.
ATTEST:
_________________________________
Clerk to the Board of Directors
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 55 of 117
APPENDIX A
SOURCEWELL PROCUREMENT DEPARTMENT
BOARD ITEMS June 2023
None
Requesting Board permission to Re Solicit the following categories:
NEW CONTRACTS
Supplier Name Contract Number Solicitation Title
Berven Industries dba New Deal Deicing 031423 NDD
"Salt, Brine, and Anti Icing or De Icing Agents and Brine Production
and Storage Systems"
Brine Masters 031423 BRM
"Salt, Brine, and Anti Icing or De Icing Agents and Brine Production
and Storage Systems"
Cargill 031423 CGI
"Salt, Brine, and Anti Icing or De Icing Agents and Brine Production
and Storage Systems"
Enduraplas 031423 EDP
"Salt, Brine, and Anti Icing or De Icing Agents and Brine Production
and Storage Systems"
Henderson Products 031423 HPI
"Salt, Brine, and Anti Icing or De Icing Agents and Brine Production
and Storage Systems"
VariTech Industries 031423 VAR
"Salt, Brine, and Anti Icing or De Icing Agents and Brine Production
and Storage Systems"
Clear Touch Interactive 030223 CLT
"Scoreboards, Digital Displays, and Video Boards with Related
Services"
Daktronics 030223 DAK
"Scoreboards, Digital Displays, and Video Boards with Related
Services"
Nevco Sports 030223 NVC
"Scoreboards, Digital Displays, and Video Boards with Related
Services"
Presidio Networked Solutions 030223 PSO
"Scoreboards, Digital Displays, and Video Boards with Related
Services"
Watchfire Signs 030223 WCH
"Scoreboards, Digital Displays, and Video Boards with Related
Services"
Arthur J. Gallagher & Co. 031623 GLG
"Employee Financial Wellness Programming and Related Employer
Sponsored Financial Solutions"
BMG Money 031623 BMG
"Employee Financial Wellness Programming and Related Employer
Sponsored Financial Solutions"
BrightPlan 031623 BRP
"Employee Financial Wellness Programming and Related Employer
Sponsored Financial Solutions"
Summer PBC 031623 SMR
"Employee Financial Wellness Programming and Related Employer
Sponsored Financial Solutions"
WEX Health 031623 WXH
"Employee Financial Wellness Programming and Related Employer
Sponsored Financial Solutions"
CONTRACT EXTENSIONS
Supplier Name Contract Number Solicitation Title
Grove US/Manitowoc 032119 GUS
"Heavy Construction Equipment with Related Accessories,
Attachments and Supplies"
Bentley Mills 080819 BPS "Flooring Materials with Related Supplies and Services"
Interface Americas 080819 IFA "Flooring Materials with Related Supplies and Services"
Mannington Commercial 080819 MMI "Flooring Materials with Related Supplies and Services"
Mohawk Carpet Distribution 080819 MCD "Flooring Materials with Related Supplies and Services"
Tarkett USA 080819 TFU "Flooring Materials with Related Supplies and Services"
Deere & Company 110719 JDC "Ag Tractors with Related Attachments, Accessories and Supplies"
NEW IDIQ CONTRACTS
Company Name Contract Number State Region Type of Work
IDIQ Contract Extensions
Company Name Contract Number
National Roofing Company, Inc. NM R2 R 040622 NRC
National Roofing Company, Inc. NM R5 R 040622 NRC
Ag Tractors with Related Attachments, Accessories, and Supplies
Furniture Solutions with Related Accessories and Services
Requesting Board permission to Solicit the following categories:
Paint with Related Supplies, Equipment, and Services
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 56 of 117
BOARD ITEMS June 2023
Furniture Solutions with Related Accessories and Services
APPENDIX A Continued
National Roofing Company, Inc. NM R1 R 060222 NRC
Consolidated Builders of NM NM R5 GC 060222 COB
DKG & Associates, Inc. NM R1 R 060222 DKG
Consolidated Builders of NM NM R2 GC 060222 COB
Consolidated Builders of NM NM R4 GC 060222 COB
CORE Construction Services of Texas, Inc. NM R5 GC 060222 CCT
Consolidated Builders of NM NM R3 GC 060222 COB
CORE Construction Services of Texas, Inc. NM R1 GC 060222 CCT
CORE Construction Services of Texas, Inc. NM R2 GC 060222 CCT
Dallago Corporation NM R1 HVAC 060222 DCO
DKG & Associates, Inc. NM R4 R 060222 DKG
DKG & Associates, Inc. NM R5 R 060222 DKG
Consolidated Builders of NM NM R1 GC 060222 COB
Dallago Corporation NM R1 P 060222 DCO
DKG & Associates, Inc. NM R2 R 060222 DKG
WWRC, Inc. NM R2 P 060222 WRI
WWRC, Inc. NM R2 R 060222 WRI
Ross Wes Electrical Services NM R1 E 060222 RWE
Mans Construction Company NM R4 R 060222 MCO
National Construction Inc NM R4 GC 060222 NCI
Mans Construction Company NM R5 E 060222 MCO
Junior Builders NM R3 GC 060222 JUB
Junior Builders NM R3 P 060222 JUB
GM Builders, Inc. NM R2 GC 060222 GMB
Mans Construction Company NM R4 E 060222 MCO
Mans Construction Company NM R5 R 060222 MCO
Ross Wes Electrical Services NM R2 E 060222 RWE
White Sands Construction, Inc NM R5 GC 060222 WSC
WWRC, Inc. NM R2 HVAC 060222 WRI
Jim Sena Construction Co., Inc. NM R4 R 060222 JSC
Ross Wes Electrical Services NM R5 E 060222 RWE
Jim Sena Construction Co., Inc. NM R3 GC 060222 JSC
GM Builders, Inc. NM R2 R 060222 GMB
GM Builders, Inc. NM R3 R 060222 GMB
Jim Sena Construction Co., Inc. NM R3 R 060222 JSC
WWRC, Inc. NM R3 R 060222 WRI
WWRC, Inc. NM R4 GC 060222 WRI
WWRC, Inc. NM R2 GC 060222 WRI
Mans Construction Company NM R2 E 060222 MCO
HB Construction, Inc. NM R5 GC 060222 HCO
Jim Sena Construction Co., Inc. NM R4 GC 060222 JSC
WWRC, Inc. NM R3 P 060222 WRI
WWRC, Inc. NM R4 P 060222 WRI
Mans Construction Company NM R1 E 060222 MCO
Junior Builders NM R4 GC 060222 JUB
Junior Builders NM R4 P 060222 JUB
Smith Roofing, Inc. NM R5 R 060222 SMR
WWRC, Inc. NM R4 R 060222 WRI
GM Builders, Inc. NM R1 R 060222 GMB
HB Construction, Inc. NM R1 GC 060222 HCO
WWRC, Inc. NM R3 HVAC 060222 WRI
GM Builders, Inc. NM R1 GC 060222 GMB
Mans Construction Company NM R1 GC 060222 MCO
GM Builders, Inc. NM R5 R 060222 GMB
GM Builders, Inc. NM R4 R 060222 GMB
HB Construction, Inc. NM R2 GC 060222 HCO
GM Builders, Inc. NM R5 GC 060222 GMB
Mans Construction Company NM R3 E 060222 MCO
WWRC, Inc. NM R4 HVAC 060222 WRI
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 57 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 58 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 59 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 60 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 61 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 62 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 63 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 64 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 65 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 66 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 67 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 68 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 69 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS BrandsPage 70 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 71 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 72 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 1
RFP #091423
REQUEST FOR PROPOSALS
for
Furniture Solutions with Related Accessories and Services
Proposal Due Date: September 14, 2023, 4:30 p.m., Central Time
Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting
proposals for Furniture Solutions with Related Accessories and Services to result in a contracting
solution for use by its Participating Entities. Sourcewell Participating Entities include thousands
of governmental, higher education, K-12 education, nonprofit, tribal government, and other
public agencies located in the United States and Canada. A full copy of the Request for Proposals
can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only
proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals
are due no later than September 14, 2023, at 4:30 p.m. Central Time, and late proposals will not
be considered.
SOLICITATION SCHEDULE
Public Notice of RFP Published: July 27, 2023
Pre-proposal Conference: August 18, 2023, 10:00 a.m., Central Time
Question Submission Deadline: September 6, 2023, 4:30 p.m., Central Time
Proposal Due Date: September 14, 2023, 4:30 p.m., Central Time
Late responses will not be considered.
Opening: September 14, 2023, 4:30 p.m., Central Time
See RFP Section V.G. “Opening”
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 73 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 2
I. ABOUT SOURCEWELL
A. SOURCEWELL
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates
a competitive public solicitation and contract award process for the benefit of its 50,000+
participating entities across the United States and Canada. Sourcewell’s solicitation process
complies with State of Minnesota law and policies, conforms to Canadian trade agreements
(including Canadian Free Trade Agreement, Ontario-Quebec Trade and Cooperation
Agreement, and Canada-European Union Comprehensive Economic and Trade Agreement, as
applicable), and results in cooperative purchasing solutions from which Sourcewell’s
Participating Entities procure equipment, products, and services.
Cooperative purchasing provides participating entities and suppliers increased administrative
efficiencies and the power of combined purchasing volume that result in overall cost savings. At
times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing
volume of their membership into a single solicitation and contract expanding the reach of
contracted suppliers’ potential pool of end users.
Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which
all proposals to this RFP must be submitted.
B. USE OF RESULTING CONTRACTS
In the United States, Sourcewell’s contracts are available for use by:
Federal and state government entities 1;
Cities, towns, and counties/parishes;
Education service cooperatives;
K-12 and higher education entities;
Tribal government entities;
Some nonprofit entities; and
Other public entities.
In Canada, Sourcewell’s contracts are available for use by:
Provincial and territorial government departments, ministries, agencies, boards,
councils, committees, commissions, and similar agencies;
Indigenous self-governing bodies;
Regional, local, district, and other forms of municipal government, municipal
organizations, school boards, and publicly funded academic, health, and social service
1 Pursuant to HAR §3-128-2, the State of Hawaii, Department of Accounting and General Services, State Procurement Office, on behalf of the
State of Hawaii and participating jurisdictions, has provided notice of its Intent to Participate in the solicitation as a participating entity.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 74 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 3
entities referred to as MASH sector (this should be construed to include but not be
limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as
any corporation or entity owned or controlled by one or more of the preceding entities;
Crown corporations, government enterprises, and other entities that are owned or
controlled by these entities through ownership interest; and
Members of the Canoe procurement group of Canada, and their partner associations:
Canoe members are regional, local, district or other forms of municipal government,
school boards, publicly-funded academic, health and social service entities in Alberta
and across Canada, as well as any corporation or entity owned or controlled by one or
more of the preceding entities – as well as partner associations, including Saskatchewan
Association of Rural Municipalities, Association of Manitoba Municipalities, Local
Authorities Services/Association of Municipalities Ontario, Nova Scotia Federation of
Municipalities, Federation of Prince Edward Island Municipalities, Municipalities
Newfoundland Labrador, Union of New Brunswick Municipalities, North West
Territories Association of Communities, CivicInfo BC, and their members.
For a listing of current United States and Canadian Participating Entities visit Sourcewell’s
website (note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for-
vendors/agency-locator.
Participating Entities typically access contracted equipment, products, or services through a
purchase order issued directly to the contracted supplier. A Participating Entity may request
additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary
and Participating Entities retain the right to obtain similar equipment, products, or services
from other sources.
To meet Participating Entities’ needs, Sourcewell broadly publishes public notice of all
solicitation opportunities, including this RFP. In addition, where applicable, other purchasing
cooperatives and procurement officials receive notice and are encouraged to re-post the
solicitation opportunity.
Proof of publication will be available at the conclusion of the solicitation process.
II. SOLICITATION DETAILS
A. SOLUTIONS-BASED SOLICITATION
This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell
is seeking equipment, products, or services that meet the general requirements of the scope of
this RFP and that are commonly desired or are required by law or industry standards.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 75 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 4
B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES
It is expected that proposers will offer a wide array of equipment, products, or services at lower
prices and with better value than what they would ordinarily offer to a single government
entity, a school district, or a regional cooperative.
1. Sourcewell is seeking proposals for Furniture Solutions with Related Accessories and
Services for spaces such as: office, remote office, conference, reception, lounge, commons,
collaboration, education, public spaces, multi-purpose, e-sports, command centers, food
service or dining areas, and residence halls. Comprehensive solutions are sought for furniture
types to include but not be limited to:
a. Desks and workstations;
i. Stationary, sit-to-stand, control and dispatch consoles, charging stations;
b. Chairs;
c. Tables;
d. Modular and demountable walls;
e. Cubicles;
f. Seating;
i. Benches, fixed stools, ottomans, integrated power systems;
g. Patio or outdoor;
h. Casegoods;
i. Residential hall furnishings;
j. Related services including rental, design, space planning, installation, assembly, safety
inspection, repair, renovation, refurbishment, re-manufacture, retrofit or recycling
services to the offering above; and;
k. Proposers may also include related storage and technology integrated furniture
solutions, ergonomic solutions and accessories, workspace systems and accessories to
the extent that the offering is ancillary or complementary to an offering of Furniture
Solutions as described in Section II. B. 1. a.-j. above.
A Proposer may elect to offer a materials-only solution, a turn-key solution, or an alternative
solution. Generally, a turn-key solution is most desirable to Sourcewell and its Members,
however, it is not mandatory or required.
2. The primary focus of this solicitation is on Furniture Solutions with Related Accessories
and Services. This solicitation should NOT be construed to include services-only solutions.
3. This solicitation does not include those equipment, products, or services covered under
categories included in pending or planned Sourcewell solicitations, or in contracts currently
maintained by Sourcewell, identified below:
a. Technology Catalog Solutions (RFP #081419);
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 76 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 5
b. Industrial and Workplace Storage Systems with Related Accessories (RFP
#010920);
c. STEM Curriculum Solutions and Equipment with Related Accessories, Supplies,
and Services (RFP #040121);
d. Laboratory and Science Equipment, Supplies, and Related Technology and
Services (RFP #020723);
e. Flooring Materials, with Related Supplies and Services (RFP #061323); and
f. Event Seating and Staging Solutions with Related Accessories and Services (RFP
#081523).
Generally, the solutions for Participating Entities are turn-key solutions, providing a
combination of equipment, products and services, delivery, and installation to a properly
operating status. However, equipment-only or products-only solutions may be appropriate for
situations where Participating Entities possess the ability, either in-house or through local third-
party contractors, to properly install and bring to operation the equipment or products being
proposed.
Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment,
products, and services provided under a resulting contract. If proposer is including the
equipment, products, and services of its subsidiary entities, the proposer must also identify all
included subsidiaries in its proposal. If proposer requires the use of distributors, dealers,
resellers, or subcontractors to provide the equipment, products, or services, the proposal must
address how the equipment, products or services will be provided to Participating Entities, and
describe the network of distributors, dealers, resellers, and/or subcontractors that will be
available to serve Participating Entities under a resulting contract.
Sourcewell encourages suppliers to offer the broadest possible selection of equipment,
products, and services being proposed over the largest possible geographic area and to the
largest possible cross-section of Sourcewell current and future Participating Entities.
C. REQUIREMENTS
It is expected that proposers have knowledge of all applicable industry standards, laws, and
regulations and possess an ability to market and distribute the equipment, products, or services
to Participating Entities.
1. Safety Requirements. All items proposed must comply with current applicable safety or
regulatory standards or codes.
2. Deviation from Industry Standard. Deviations from industry standards must be
identified with an explanation of how the equipment, products, and services will provide
equivalent function, coverage, performance, and/or related services.
3. New Equipment and Products. Proposed equipment and products must be for new,
current model; however, proposer may offer certain close-out equipment or products if
it is specifically noted in the Pricing proposal.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 77 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 6
4. Delivered and operational. Unless clearly noted in the proposal, equipment and
products must be delivered to the Participating Entity as operational.
5. Warranty. All equipment, products, supplies, and services must be covered by a
warranty that is the industry standard or better.
D. PROSPECTIVE CONTRACT TERM
The term of any resulting contract(s) awarded by Sourcewell under this solicitation will be four
years. Sourcewell and supplier may agree to up to three additional one-year extensions based
on the best interests of Sourcewell and its Participating Entities. Sourcewell retains the right to
consider additional extensions beyond seven years as required under exceptional
circumstances.
E. ESTIMATED CONTRACT VALUE AND USAGE
Based on past volume of similar contracts, the estimated annual value of all transactions from
contracts resulting from this RFP are anticipated to be USD $400 Million; therefore, proposers
are expected to propose volume pricing. Sourcewell anticipates considerable activity under the
contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract
are not guaranteed.
F. MARKETING PLAN
Proposer’s sales force will be the primary source of communication with Participating Entities.
The proposer’s Marketing Plan should demonstrate proposer’s ability to deploy a sales force or
dealer network to Participating Entities, as well as proposer’s sales and service capabilities. It is
expected that proposer will promote and market any contract award.
G. ADDITIONAL CONSIDERATIONS
1. Contracts will be awarded to proposers able to best meet the need of Participating
Entities. Proposers should submit their complete line of equipment, products, or
services that are applicable to the scope of this RFP.
2. A proposer may submit only one proposal. If related, affiliated, or subsidiary entities
elect to submit separate proposals, rather than a single parent-entity proposal, each
such proposal must be prepared independently and without cooperation, collaboration,
or collusion.
3. If a proposer works with a consultant on its proposal, the consultant (an individual or
company) may not assist any other entity with a proposal for this solicitation.
4. Proposers should include all relevant information in its proposal, since Sourcewell
cannot consider information that is not included in the proposal. Sourcewell reserves
the right to verify proposer’s information and may request clarification from a proposer,
including samples of the proposed equipment or products.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 78 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 7
5. Depending upon the responses received in a given category, Sourcewell may need to
organize responses into subcategories in order to provide the broadest coverage of the
requested equipment, products, or services to Participating Entities. Awards may be
based on a subcategory.
6. A proposer’s documented negative past performance with Sourcewell or its
Participating Entities occurring under a previously awarded Sourcewell contract may be
considered in the evaluation of a proposal.
III. PRICING
A. REQUIREMENTS
All proposed pricing must be:
1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of
these:
a.Line-item Pricing is pricing based on eachindividual product or services. Each line must
indicate the proposer’s published “List Price,” as well as the “Contract Price.”
b. Percentage Discount from Catalog or Category is based on a percentage discount from
a catalog or list price, defined as a published Manufacturer’s Suggested Retail Price
(MSRP) for the products or services. Individualized percentage discounts can be
applied to any number of defined product groupings. Proposers will be responsible
for providing and maintaining current published MSRP with Sourcewell, and this
pricing must be included in its proposal and provided throughout the term of any
contract resulting from this RFP.
2. The proposer’s not to exceed price. A not to exceed price is the highest price for which
equipment, products, or services may be billed to a Participating Entity. However, it is
permissible for suppliers to sell at a price that is lower than the contracted price.
3. Stated in U.S. and Canadian dollars (as applicable).
4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g., the
cost of the proposed equipment, products, and services delivered and operational for its
intended purpose in the Participating Entity’s location).
Proposers should clearly identify any costs that are NOT included in the proposed product or
service pricing. This may include items such as installation, set up, mandatory training, or initial
inspection. Include identification of any parties that impose such costs and their relationship to
the proposer. Additionally, proposers should clearly describe any unique distribution and/or
delivery methods or options offered in the proposal.
B. ADMINISTRATIVE FEES
Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in
exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally
calculated as a percentage of the total sales to Participating Entities for all contracted equipment,
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 79 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 8
products, or services made during a calendar quarter, and is typically one percent (1%) to two
percent (2%). In some categories, a flat fee may be an acceptable alternative.
IV. CONTRACT
Proposers awarded a contract will be required to execute a contract with Sourcewell (see
attached template). Only those modifications the proposer indicates in its proposal will be
available for discussion. Much of the language in the Contract reflects Minnesota legal
requirements and cannot be altered. Numerous and/or onerous exceptions that contradict
Minnesota law may result in the proposal being disqualified from further review and
evaluation.
To request a modification to the template Contract, a proposer must submit the Exceptions to
Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the
time of the proposal submission will be considered.
Exceptions must:
1. Clearly identify the affected article and section.
2. Clearly note the requested modification; and as applicable, provide requested
alternative language.
Unclear requests will be automatically denied.
Only those exceptions that have been accepted by Sourcewell will be included in the contract
document provided to the awarded supplier for signature.
If a proposer receives a contract award resulting from this solicitation it will have up to 30 days
to sign and return the contract. After that time, at Sourcewell’s sole discretion, the contract
award may be revoked.
V. RFP PROCESS
A. PRE-PROPOSAL CONFERENCE
Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the
date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell
Procurement Portal. The purpose of this conference is to allow potential proposers to ask
questions regarding this RFP and Sourcewell’s competitive contracting process. Information
about the webcast will be sent to all entities that have registered for this solicitation
opportunity through their Sourcewell Procurement Portal Vendor Account. Pre-proposal
conference attendance is optional.
B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 80 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 9
All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal.
The deadline for submission of questions is found in the Solicitation Schedule and on the
Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to
this RFP. Repetitive questions will be summarized into a single answer and identifying
information will be removed from the submitted questions.
All questions, whether specific to a proposer or generally related to the RFP, must be submitted
using this process. Do not contact individual Sourcewell staff to ask questions or request
information as this may disqualify the proposer from responding to this RFP. Sourcewell will not
respond to questions submitted after the deadline.
C. ADDENDA
Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an
addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to
potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability
in connection with the delivery of any addenda.
Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if
any, must be acknowledged by the proposer by checking the box for each addendum. It is the
responsibility of the proposer to check for any addenda that may have been issued up to the
solicitation due date and time.
If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement
Portal will WITHDRAW the submission and change the proposer’s proposal status to
INCOMPLETE. The proposer can view this status change in the “MY BIDS” section of the
Sourcewell Procurement Portal Vendor Account. The proposer is solely responsible to check the
“MY BIDS” section of the Sourcewell Procurement Portal Vendor Account periodically after
submitting its proposal (and up to the Proposal Due Date). If the proposer’s proposal status has
changed to INCOMPLETE, the proposer is solely responsible to:
i) make any required adjustments to its proposal;
ii) acknowledge the addenda; and
iii) ensure the re-submitted proposal is received through the Sourcewell Procurement Portal
no later than the Proposal Due Date and time shown in the Solicitation Schedule above.
D. PROPOSAL SUBMISSION
Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal
no later than the date and time specified in the Solicitation Schedule. Any other form of
proposal submission, whether electronic, paper, or otherwise, will not be considered by
Sourcewell. Late proposals will not be considered. It is the proposer’s sole responsibility to
ensure that the proposal is received on time.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 81 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 10
It is recommended that proposers allow sufficient time to upload the proposal and to resolve
any issues that may arise. The time and date that a proposal is received by Sourcewell is solely
determined by the Sourcewell Procurement Portal web clock.
In the event of problems with the Sourcewell Procurement Portal, follow the instructions for
technical support posted in the portal. It may take up to 24 hours to respond to certain issues.
Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically
generate a confirmation email to the proposer. If the proposer does not receive a confirmation
email, contact Sourcewell’s support provider at support@bidsandtenders.ca.
To ensure receipt of the latest information and updates via email regarding this solicitation, or
if the proposer has obtained this solicitation document from a third party, the onus is on the
proposer to create a Sourcewell Procurement Portal Vendor Account and register for this
solicitation opportunity.
Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an
authorized representative of the proposer attesting that the information contained in in the
proposal is true and accurate. By submitting a proposal, proposer warrants that the information
provided is true, correct, and reliable for purposes of evaluation for potential contract award.
The submission of inaccurate, misleading, or false information is grounds for disqualification
from a contract award and may subject the proposer to remedies available by law.
E. GENERAL PROPOSAL REQUIREMENTS
Proposals must be:
In substantial compliance with the requirements of this RFP or it will be considered
nonresponsive and be rejected.
Complete. A proposal will be rejected if it is conditional or incomplete.
Submitted in English.
Valid and irrevocable for 90 days following the Proposal Due Date.
Any and all costs incurred in responding to this RFP will be borne by the proposer.
F. PROPOSAL WITHDRAWAL
Prior to the proposal deadline, a proposer may withdraw its proposal.
G. OPENING
The Opening of proposals will be conducted in the Sourcewell Procurement Portal immediately
following the proposal due date and time. To view the list of proposers resulting from the
opening, verify that the Sourcewell Procurement Portal opportunities list search is set to “All”
or “Closed.”
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 82 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 11
Members of the public may attend the Opening at Sourcewell’s office located at 202 12th
Street NE, Staples, MN to hear the results.
VI. EVALUATION AND AWARD
A. EVALUATION
It is the intent of Sourcewell to award one or more contracts to responsive and responsible
proposers offering the best overall quality, selection of equipment, products, and services, and
price that meet the commonly requested specifications of Sourcewell and its Participating
Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is
necessary to meet the needs of its Participating Entities.
Factors to be considered in determining the number of contracts to be awarded in any category
may include the following:
Total evaluation scores (giving consideration to natural breaks in the scoring of
responsive proposals);
The number and geographic location of highest-scoring proposers that offer:
o A comprehensive selection of the requested equipment, products, or services;
o A sales and service network ensuring availability and coverage for Participating
Entities’ use; and
o Other attributes of the proposer or contents of its proposal that assist Participating
Entities in achieving environmental and social requirements, and goals.
Information submitted as part of a proposal should be as specific as possible when responding
to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product.
B. AWARD(S)
Award(s) will be made to the highest-scoring proposer(s) whose proposal conforms to all
conditions and requirements of the RFP, and consistent with the award criteria defined in this
RFP.
Sourcewell may request written clarification of a proposal at any time during the evaluation
process.
Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator
Scoring Guide (a copy is available in the Sourcewell Procurement Portal):
Conformance to RFP Requirements 50
Financial Viability and Marketplace Success 75
Ability to Sell and Deliver Service 100
Marketing Plan 50
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 83 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 12
Value Added Attributes 75
Warranty 50
Depth and Breadth of Offered Equipment, Products, or Services 200
Pricing 400
TOTAL POINTS 1000
C. PROTESTS OF AWARDS
Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell’s
Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O.
Box 219, Staples, MN 56479. All documents that comprise the complete protest package must
be received, and time stamped at the Sourcewell office by 4:30 p.m., Central Time, no later
than 10 calendar days following Sourcewell’s notice of contract award(s) or non-award. A
protest must allege a procedural, technical, or legal defect, with supporting documentation. A
protest that merely requests a re-evaluation of a proposal’s content will not be entertained
A protest must include the following items:
The name, address, and telephone number of the protester;
Identification of the solicitation by RFP number;
A precise statement of the relevant facts;
Identification of the alleged procedural, technical, or legal defect;
Analysis of the basis for the protest;
Any additional supporting documentation;
The original signature of the protester or its representative; and
Protest bond in the amount of $20,000 (except where prohibited by law or treaty).
Protests that do not address these elements will not be reviewed.
D. RIGHTS RESERVED
This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if
it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain
false statements or do not support an attribute or condition stated by the proposer may be
rejected.
Sourcewell reserves the right to:
Modify or cancel this RFP at any time;
Reject any and all proposals received;
Reject proposals that do not comply with the provisions of this RFP;
Select, for contracts or for discussion, a proposal other than that with the lowest cost;
Independently verify any information provided in a proposal;
Disqualify any proposer that does not meet the requirements of this RFP, is debarred or
suspended by the United States or Canada, State of Minnesota, Participating Entity’s
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 84 of 117
Rev. 3/2022 Sourcewell RFP #091423
Furniture Solutions with Related Accessories and Services
Page 13
state or province; has an officer, or other key personnel, who have been charged with a
serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a
reasonable prospect;
Waive or modify any informalities, irregularities, or inconsistencies in the proposals
received;
Clarify any part of a proposal and discuss any aspect of the proposal with any proposer;
and negotiate with more than one proposer;
Award a contract if only one responsive proposal is received if it is in the best interest of
Participating Entities; and
Award a contract to one or more proposers if it is in the best interest of Participating
Entities.
E. DISPOSITION OF PROPOSALS
All materials submitted in response to this RFP will become property of Sourcewell and will
become public record in accordance with Minnesota Statutes Section 13.591, after negotiations
are complete. Sourcewell considers that negotiations are complete upon execution of a
resulting contract. It is the proposer’s responsibility to clearly identify any data submitted that
it considers to be protected. Proposer must also include a justification for the classification
citing the applicable Minnesota law. Sourcewell may reject proposals that are marked
confidential or nonpublic, either substantially or in their entirety.
Sourcewell will not consider the prices submitted by the proposer to be confidential,
proprietary, or trade secret materials. Financial information, including financial statements,
provided by a proposer is not considered trade secret under the statutory definition.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 85 of 117
08/18/2023
Addendum No. 1
Solicitation Number: RFP 091423
Solicitation Name: Furniture Solutions with Related Accessories and Services
Consider the following Questions and Answers to be part of the above-titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
It appears that full line manufacturers are usually awarded these contracts. Might a
group of smaller factories present as a consortium to allow for the submission of a more
complete, full breadth of line offering in an attempt to be more competitive with the full
line factories on this bid?
Answer 1:
The RFP text on page 5 reads, “Sourcewell prefers suppliers that provide a sole source of
responsibility for the equipment, products, and services provided under a resulting
contract. If proposer is including the equipment, products, and services of its subsidiary
entities, the proposer must also identify all included subsidiaries in its proposal. If
proposer requires the use of distributors, dealers, resellers, or subcontractors to provide
the equipment, products, or services, the proposal must address how the equipment,
products or services will be provided to Participating Entities, and describe the network
of distributors, dealers, resellers, and/or subcontractors that will be available to serve
Participating Entities under a resulting contract.”
Question 2:
Is there a pricing template you would like suppliers to use?
Answer 2:
It is left to the discretion of each proposer to determine the method it deems best
suited to submit its relevant information in a timely fashion through the Sourcewell
Procurement Portal.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 86 of 117
End of Addendum
Acknowledgement of this Addendum to RFP 091423 posted to the Sourcewell
Procurement Portal on 08/18/2023, is required at the time of proposal submittal.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 87 of 117
08/29/2023
Addendum No. 2
Solicitation Number: RFP 091423
Solicitation Name: Furniture Solutions with Related Accessories and Services
Consider the following Questions and Answers to be part of the above-titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
By definition, furniture can include other accessory categories than those listed. IE:
Artwork, signage, acoustical products, supplements. How do we secure preapproval for
categories that technically are furniture but not named.
Answer 1:
In the competitive process, Sourcewell will not pre-evaluate a proposer’s equipment,
product, or services offering or advise a proposer on the content of the proposal. Each
proposer, in its discretion, will propose the equipment, products, and services that it
deems to fall within Sourcewell’s requested equipment, products, and services as
described in RFP Section II. B. - Requested Equipment, Products or Services. However,
only those products within the scope of the RFP will be included in any contract
awarded by Sourcewell as a result of this solicitation.
Question 2:
During the pre-proposal conference, a question was asked about rebates to members -
the response was that members in Minnesota receive a rebate, but other states do not.
Please provide full clarity on this question and answer. Is the rebate something that
needs to be factored in to our pricing and/or admin fees? Are we to provide separate
pricing for State of MN vs other states as a result? How do potential suppliers handle
the difference in process for State of MN vs other states?
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 88 of 117
Answer 2:
Sourcewell will provide a rebate to participating entities in the five-county region that
we serve within the state of Minnesota who make purchases from cooperative
contracts.
If you choose to offer rebates to participating entities as part of your pricing structure,
you may outline that in Table 11, Question 60.
Question 3:
For Table 2 line items 13/14, please provide further clarification. Are you looking for a
dollar value or percentage? Also, are you looking for a response that is specific to the
vertical markets eligible for this contract (state/local government, higher education,
non-profits) or are you looking for a total across all sectors?
Answer 3:
It is left to the discretion of each proposer to determine the information necessary to
best demonstrate their ability to serve Sourcewell members and that they are willing to
include. The solicitation is a competitive process and proposals are evaluated on the
content submitted.
Question 4:
For Table 3 line item 20, please clarify definition of government. Should our response
only include state/local government, or should we also include federal government?
Answer 4:
Refer to RFP Section I. B. – Use of Resulting Contracts.
Question 5:
For Table 6 line item 31/32, please clarify what exactly you are looking for in this
response and how it differs from the other responses on this table and others in the
RFP.
Answer 5:
Demonstrate if you are willing and able to serve Sourcewell participating entities in the
United States and Canada.
Question 6:
For table 9 line item 53, please provide an example of what you mean by a service
contract?
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 89 of 117
Answer 6:
Table 9, Question 53 is asking for additional information on potential extended
warranties or service options beyond the standard warranty.
End of Addendum
Acknowledgement of this Addendum to RFP 091423 posted to the Sourcewell
Procurement Portal on 08/29/2023, is required at the time of proposal submittal.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 90 of 117
08/31/2023
Addendum No. 3
Solicitation Number: RFP 091423
Solicitation Name: Furniture Solutions with Related Accessories and Services
Consider the following Questions and Answers to be part of the above-titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Would a range of hourly rates be preferred for services? Since this is a nationwide
contract, providing a range would be advantageous to Sourcewell customer's they aren't
locked into the highest rates.
Answer 1:
Each proposer, in its discretion, will determine and propose the pricing approach that
aligns with its business methods and satisfies all the requirements of the RFP Article on
Pricing. In the competitive process, Sourcewell will not advise a proposer on the format
of its proposal. However, a pricing document with the content selected by the proposer
must be uploaded to successfully submit a proposal within the Portal.
Question 2:
Please clarify that as a furniture manufacturer, the admin fees apply to product only.
A network of authorized dealers provides services, such as install, with which rates vary
based upon location, size, and scope of project.
Answer 2:
It is left to the discretion of each proposer to determine and propose an administrative
fee that is consistent with its business and industry. Refer to RFP Section III. B. –
Administrative Fees and Section 8. B. of the contract template for further information
on administrative fees.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 91 of 117
Question 3:
Please provide additional clarification on the evaluation process and how the points are
allocated to the scoring of the response.
Answer 3:
Additional guidance can be found in RFP Section VI. Evaluation and Award and the
“Sourcewell Evaluator Scoring Guide” found on the “Bids Homepage” in the Resource
Materials section of the Sourcewell Procurement Portal.
Question 4:
Please define: other public entities.
Answer 4:
Some examples of other public entities could include, water districts, port and
transportation authorities, charter schools and rural power cooperatives, to name a
few.
Question 5:
Please clarify if other states consider adopting Sourcewell as a state contract?
Answer 5:
Sourcewell contracts have been adopted by other states.
Question 6:
Hawaii is referenced in the Footnote. Please clarify if Hawaii intends to adopt this
agreement as a State Purchasing Option.
Answer 6:
The State of Hawaii, Department of Accounting and General Services, State
Procurement Office, on behalf of the State of Hawaii and participating jurisdictions, has
provided notice to Sourcewell of the intent to participate in the contract(s) to be
awarded under this solicitation.
Question 7:
Please clarify if pricing must be in an Excel file? Most manufacturer Price Lists are PDF,
but justification can be provided through letters, PPI Index, sampling of items, etc.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 92 of 117
Answer 7:
It is left to the discretion of each proposer to articulate and propose the pricing
approach that aligns with their business methods and satisfies the requirements of RFP
Section III. - Pricing. Proposers may use the upload fields in Step 2 of the proposal
submission process to attach documents that the proposer chooses to include with the
proposal. Proposals are evaluated based on the criteria stated in the RFP.
Question 8:
Please confirm that current commercial price lists may always apply, so long as the
contractor provides the appropriate information to submit the pricing and product
updates.
Answer 8:
Section 4, Product and Pricing Change Requests of the Contract Template is applicable
once a vendor has a contract and needs to change pricing or add or subtract products
from the initial proposed offering. It is left to the discretion of each proposer to
determine and propose the pricing approach that aligns with their business methods
and satisfies all the requirements of RFP Article III - Pricing.
Question 9:
In addition to a tiered discount structure, would Sourcewell find it advantageous for
respondents to provide both a dock delivery and delivered and installed discount
structure?
Answer 9:
It is left to the discretion of each proposer to propose a method for freight or delivery
charges that aligns to its business practices and meets all applicable industry standards,
laws, and regulations. A proposer should include all relevant information and fully
describe the total cost of acquisition for a participating entity in its proposal.
Question 10:
With regard to the Financial Viability request for information, is a letter from a bank
acceptable to verify our good standing and fiscal responsibility.
Answer 10:
Refer to Table 2, Question 12 of the Sourcewell questionnaire tables.
Question 11:
Please confirm when Contractors are permitted to add additional authorized dealers to
the contract.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 93 of 117
Answer 11:
Proposers may add new dealers as needed. Refer to template contract Section 2. C. –
Dealers, Distributors, and/or Resellers, for the manner in which an awarded supplier
provides sales or service provider updates during the contract term.
Question 12:
Please clarify what is the process is to add a dealer.
Answer 12:
Refer to Answer 11 above.
Question 13:
Please clarify what information (per dealer) is needed for the dealer list.
Answer 13:
See Answer 11 above.
Question 14:
Please clarify if Sourcewell and/or its members require small business utilization. If so,
would it be advantageous to include this detail with our dealer list submission?
Answer 14:
Proposers may include and elaborate on small business information in Table 8, Question
45 of the questionnaire.
Question 15:
Although separate legal entities, we have an extension of our company in Canada, which
has different product offerings, uses Canadian dollars, and different pricing structures.
Would they submit their own proposal for the Canadian members? Would we submit
one proposal in entirety, naming them as an authorized agent under our contract?
If yes, may we provide reporting separately based upon the different currencies and
discount structures?
Answer 15:
In the competitive process, Sourcewell will not advise a proposer on the content of the
proposal. It is left to the discretion of each proposer to articulate its capabilities in the
manner that best aligns with their business methods.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 94 of 117
End of Addendum
Acknowledgement of this Addendum to RFP 091423 posted to the Sourcewell
Procurement Portal on 08/31/2023, is required at the time of proposal submittal.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 95 of 117
09/05/2023
Addendum No. 4
Solicitation Number: RFP 091423
Solicitation Name: Furniture Solutions with Related Accessories and Services
Consider the following Questions and Answers to be part of the above-titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Is it acceptable for a Supplier to propose installation to be negotiated between
Authorized Dealer and the participating entity? If not, can we provide a not to exceed
hourly rate for these services?
Answer 1:
In the competitive process, Sourcewell will not advise a proposer on the content of the
proposal. It is left to the discretion of each proposer to determine and propose the
pricing approach that aligns with their business methods and satisfies all the
requirements of RFP Article III - Pricing. Proposals are evaluated based on the criteria
stated in the RFP.
Question 2:
Please provide additional clarification regarding the required Standard Transaction
Document Samples.
Answer 2:
As stated in the Sourcewell questionnaire, Table 10, Question 56, standard transaction
documents are those that that would be used in connection with an awarded contract
(order forms, terms and conditions, service level
agreements, etc.).
End of Addendum
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 96 of 117
Acknowledgement of this Addendum to RFP 091423 posted to the Sourcewell
Procurement Portal on 09/05/2023, is required at the time of proposal submittal.
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 97 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 98 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 99 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 100 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 101 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 102 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 103 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 104 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 105 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 106 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 107 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 108 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 109 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS BrandsPage 110 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 111 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 112 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 113 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 114 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 115 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 116 of 117
COOP City of Fort Worth & Facilitech Inc. dba Business Interiors Sourcewell#091423-OFS-OFS Brands Page 117 of 117