Loading...
HomeMy WebLinkAboutContract 63429CSC No. 63429 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between Wilson Bauhaus Interiors, LLC ("Vendor"), an authorized reseller for Enwork, 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; OFFICIAL RECORD 2. Exhibit A — Price Matrix; CITY SECRETARY 3. Exhibit B — Cooperative Agency Contract: Omnia Partners R240103; and FT. WORTH, Tx 4. Exhibit C — Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this Cooperative Purchase Agreement shall control. City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement by City shall not exceed Eight Hundred Twenty -One Thousand, Six Hundred Seventy -Five Dollars with Zero Cents ($821,675.00) for the initial term, $944,926.00 for Renewal 1, $1,086,655.00 for Renewal 2, and $1,249,665.00 for Renewal 3. 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 expires March 31, 2026, with three (3) one-year renewal options. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 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: WILSON BAUHAUS INTERIORS, LLC Attn: Felicia Davila 1341 W. Mockingbird Lane, Suite 1100W Dallas, Texas 75247 Email: fdavila@wilsonbauhaus.com City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of law provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 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) The undersigned represents and warran hat he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT W TH: By: William hnson (Jun 10, 2025 13:13 CDT) Name: William Johnson Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By: Robert Alldre ge (Jun 6, 202511:22 CDT) Name: Robert A. Alldredge Jr. Title: Interim Police Chief FONt�!IId O By. V Ov8=d ��a Name: Jannette Goodall IIII�� p5.00- Title: City Secretary LTA I\111111A WILSON BAUHAUS INTERIORS, LLC By: C" DRV41(A1 Name: Felicia Davila Title: Principal / Owner Date: June 3,2025 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. Kathrynaee BY: Kathryn Agee (Jun 6, 20 11:10 CDT) Name: Kathryn Agee -Dow Title: Senior Management Analyst APPROVED AS TO FORM AND LEGALITY: By: Name: Jessika J. Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0932 Date Approved: 10/29/2024 1295 Form: 2024-1217858 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX L*AsI =1i_1 Pricing is available upon request. Quote inquiries or requests can be directed to your Enwork Sales Rep, or designteam@enwork.com Reference "products and pricing per OMNIA Partners (Contract #) ENNWORK Section A I Products/ Pricing i. Offerors shall provide pricing based on a discount from a manufacturer's price list or catalog, or fixed price, or a combination of both with indefinite quantities. Offeror may offer their complete product, and service offering as a balance of line. Prices listed will be used to establish the extent of a manufacturer's product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. The discount proposed shall remain the same throughout the term of the contract and at all renewal options. Enwork is submitting the full VI Commercial Pricelist, which includes all commercially available products. Our price list includes (45) product collections and is comprised of over (500) pages. ii. Include an electronic copy of the catalog from which a discount, or fixed price, is calculated. Electronic price lists must contain the following: (if applicable) • Manufacturer part # • Offeror's Part # (if different from manufacturer part #) • Description • Manufacturers Suggested List Price and Net Price • Net price to Region 4 ESC (including freight) Submitted price list must include the Offerors' company name, name of the solicitation, and date. All prices include freight when orders are over $1,500 net. Discounts are by order size, as follows: $0 - $30,000 list: 60% $30,001 - $60,000 list: 60% $60,001 - $120,000 list: 63% $120,001 +: 65% iii. List the category or categories you are offering. Systems Furniture a W 0 Freestanding Furniture x • Filing Systems, Storage and Equipment Q • Technology and Esports Support Furniture N • Library Furniture } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK • Cafeteria Furniture • Learning Spaces Furniture • Audio/ Visual Furniture • Educational Office Furniture • Career/ Technical Education Furniture • Related and Ancillary Products, Accessories, and Solutions (quick ship) iv. Is pricing available for all products and services? The provided discount tier applies to all products in the VA 9 commercial pricelist. v. Furniture Offerings: New, Used, Parts, Accessories, Service and Repair, Trade Ins, Leasing/Financing and provide pricing structure for each of these items. Enwork only offers new made to order products. vi. What is the ability to provide custom or special orders furniture products? Include catalogs and any fees related to customs or special orders. From show -stopping conference tables to desks with never -before -seen functionality, Enwork Studio exists to answer your specific needs. Whether you're interested in a fully custom design or want to explore innovative materials and technology, we're here for projects large and small. Enwork Studio is supported by talented designers, engineers, and materials experts. One of our most recent Studio success stories came through Del Mar College (OMNIA customer). They had multiple classrooms with custom Enwork furniture. This project was driven through the OMNIA contract. Please note there are no additional fees utilizing the Enwork Studio team and customer furniture procurement process. Enwork Studio Page: https://www.enwork.com/studio-services Example of an OMNIA project that went through the Enwork Studio Team: • Custom Zori Student Desk I Del Mar College - 2022 _r- P 1-800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK vii. Describe any minimums order quantities or fees. Orders less than $1500 net are assessed a $150 net freight fee viii. Describe ordering methods, tracking, and reporting. Ordering Methods/ Tracking All orders are entered into an ERP system. This system is used to track all information found on a purchase order, schedule production, management inventory, and generate invoices. The system is incredibly robust, and we take great pride in the accuracy of the information. Enwork's on time delivery rate for 2024 is over 97%. This has been a reliable % for Enwork for some time. Orders over $60,000 net receive extra attention through our Executive Sponsored Major Order team, which meets twice per week to ensure successful delivery of large/ or high -profile projects. Reporting Enwork has a contract team comprised of an Inside Sales Manager and Customer Care Lead in addition to the team members in our finance and accounting departments. These team members work together to ensure all orders are processed with accurate pricing / discounting information and align with any intricacies relative to the purchasing contract. All contract orders are processed with a Special Price Agreement (SPA) number, which is applied at time of order, and always associated with orders as they are processed. This also allows Enwork to search for all orders that are part of the contract, run sales reports, and pay the appropriate administrative fees. The SPA number is included on all contract summary documents and is something our sales reps and dealers are in the habit of using. Enwork accepts orders from only two ways, dealers, and end -users. ix. Describe any shipping charges. i. Describe delivery charges along with definitions for: RFP Page 13 1. Dock Delivery 2. Inside Delivery 3. Deliver and Install Pricing and discounting includes shipping and Dock Delivery. Inside Delivery and Installation is to be quoted by the servicing dealer. x. Provide pricing for warranties on all products and services. Exclusive 12 Year Limited Warranty Enwork warrants that the goods shall be free from defects in materials or workmanship for a period of twelve (12) years except as follows. Chairs are warranted for single shift, standard commercial usage, defined as a standard 8-hour work day, five days a week, when the product is used by a person weighing less than 250 Ibs, unless otherwise noted. Proxi Electric bases are warranted for a period of seven (7) years. Taper edge (contour laminate) worksurfaces, lighting, height -adjustable tables, monitor arms, electrical components, pneumatic cylinders, locks, drawer slides, and glides are warranted for a period of five (5) years. Casters are warranted for a period of one (1) year. There is no warranty for "self - edge" chipping or peeling, or on refrigerators. C3 Upholstery fabrics, vinyl, and polyurethanes are warranted from defects in material and workmanship for five (5) years a W except for Pixley, Milan, Capri, Ardi, Reko, and Monaco chairs which are warranted for three (3) years. Customer's own = materials (COM) are not covered by this warranty. Consult with upholstery materials suppliers for performance criteria a and suitability of individual materials. Textiles and laminates are sold subject to minor variations of color. Since textiles P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK vary in weave, thickness and memory, some creasing and/or gathering may occur during the upholstery application process. Because leather is a natural product, variations of texture are common and should be expected. This warranty excludes any type of misuse, abuse, as well as ordinary wear and tear. Pursuant to this warranty, if a product fails under ordinary use as a result of a defect in materials or workmanship, Enwork will, at its option, (a) repair the affected product at no charge, (b) replace the affected product at no charge with a new or refurbished product of comparable function, performance, and quality, or (c) refund the original purchase price for the affected product if repair or replacement is not commercially practicable or cannot be completed in a timely manner. This warranty applies solely to the original Buyer with the period starting on the date of shipment, and only for products shipped to and sold for use in the U.S. and Canada. This is Enwork's sole and exclusive warranty, and the Buyer waives all others. The foregoing warranty shall not apply to damage caused under the following circumstances: (a) damage caused during shipping (this will be handled under separate terms); (b) modifications or attachments to the product that are not Enwork approved; (c) products that were not installed, used or maintained in accordance with product instructions and normal industry practice; (d) products used for rental purpose; (e) damage caused by misapplication of cleaning product; (f) natural variations in wood grain, color, texture, figure, or the presence of character marks; or (g) changes in surface finishes due to aging or exposure to light; or (h) damage, marking, or staining of veneer surfaces due to contact with rubber or similar compounds, damage from sharp objects, or imprinting from writing instruments. If a damaged product is repairable, Enwork may, at its option, permit the Buyer to repair the item and Enwork will issue a credit to the Buyer in accordance with Enwork's repair allowance schedule. Warranty Disclaimer. Enwork expressly and unconditionally disclaims any and all warranties, express or implied, including but not limited to any warranties of fitness for a particular purpose or merchantability, or warranties based on oral representations from Enwork's personnel or agents, affirmations, models, drawings, samples, promotional literature whether in print, on the internet or in any other format or media. Limitation of Liability. Enwork's maximum cumulative liability to buyer shall not exceed the purchase price of the goods claimed defective. In no event shall Enwork be liable for any indirect, incidental, special or consequential damages of any type or kind, including but not limited to lost profits, lost business opportunities or lost goodwill, relating to the goods sold hereunder, their installation or use, whether in contract, tort pursuant to statute or otherwise, even if Enwork has been advised of the possibility of such damages. Indemnity. Buyer shall indemnify and save Enwork harmless from and against all claims of any type or kind for personal injury or property damage, including all costs and attorney's fees, made or alleged as a result of Buyer in any way or manner incorporating or installing any item purchased herein into another product manufactured, assembled, sold or marketed by Buyer. No Design or other services provided. This agreement involves the sale of goods only. Buyer does not hire Enwork to perform any design services or for the production of any drawing or other media relative to the goods sold pursuant to this Agreement or Buyer's end product. To the extent that Enwork offers any advice or produces any drawings or other media, Enwork does so as a courtesy to the Buyer and Buyer agrees that it will not rely on such advice, drawing or other media and Enwork shall not be liable for any matter arising from such advice, drawings or other media. Buyer shall have no recourse against Enwork for any services of any type or kind. Buyer shall be solely and exclusively responsible for use and/ or installation of all items purchased herein. The items sold herein are based on Buyer's descriptions and Buyer bears sole responsibility for ensuring that the products sold meet Buyer's needs and expectations and are suitable for Buyer's intended use. Enwork is not responsible for Buyer's inaccurate or inadequate design or Buyer's furnishing of incorrect information. Correction of Errors. Enwork shall have the right to correct any errors, whether clerical or mathematical, which are contained in this Agreement or any term sheet or invoice. a Disputes. All disputes of any type or kind, shall be determined by a court of competent jurisdiction which is situated in W Kent County, Michigan. Buyer irrevocably consents to such exclusive venue and jurisdiction. x a Miscellaneous. Buyer shall not assign any rights under this Agreement without the prior written consent of Seller. Failure to exercise any rights under this Agreement shall not constitute a waiver and a waiver on one occasion will not } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK constitute a waiver of the same item on any subsequent occasion. No waiver or amendment to this Agreement shall be effective unless it is in writing and signed by authorized representatives of both parties. Paragraph headings are for reference only and are of no legal force or effect. All notices shall be provided to the addresses set forth in this Agreement and if none is provided, to the party's resident agent in the state of incorporation or organization. This Agreement shall be governed by the law of the State of Michigan without regard to any conflicts of law principles. Wherever possible, all terms shall be interpreted consistently. In the event of a conflict with regard to price, payment terms or delivery, the typed provisions on a separate or attached term sheet shall control over the printed provisions on this Agreement. For any other conflict, these Terms and Conditions shall control. No usage in trade shall create a conflict with the terms of this Agreement. Seller reserves the right to correct any typographical errors anywhere in this Agreement. A facsimile signature or a legally valid electronic substitute for a signature shall bind Buyer. If any provisions are determined to be unenforceable, the remainder of the Agreement shall remain in full force and effect. Entire Agreement. This is the complete and exclusive statement of the terms and conditions relating to the subject matter of this Agreement and all negotiations and representations, if any, made prior to the execution of this Agreement are merged into this Agreement. Seller shall not be bound by any agent's or employee's representations, promises, or inducements not set forth in this writing unless such representation, promise or inducement is set forth in writing, dated subsequent to this Agreement, and signed by an authorized officer of Seller. A. Describe any return and restocking fees. Return Defective Products Enwork may request samples, photos, or videos demonstrating the defect. No merchandise shall be returned or scrapped without prior approval from Enwork. All unauthorized returns may be refused by Enwork and returned to the customer. Credit or reimbursement will be issued for the original purchase price or a replacement will be sent. Enwork reserves the right to request the return of any or all defective products. Enwork also reserves the right to repair defects in the field with an Enwork-provided repair team Credit for Returned Goods Credit will not be honored for returned merchandise until all returned goods have been checked by the Enwork Quality Control Division and confirmed to be defective Restocking Change or cancellation requests must be made in written form. Orders may not be changed or canceled without the written consent of Enwork. It's always best to contact Enwork immediately if a change or cancellation is being considered. Changes or cancellations are subject to the following fees. > Orders shipping within 7 business days that include built -to -order products, are subject to charges equal to 100% of each order line. > Orders shipping more than 7 business days: Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee. Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee xii. Describe any additional discounts, special offers, promotions, or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. Discounts are by order size, as follows: $0 - $30,000 list: 60% a $30,001 - $60,000 list: 60% a $60,001 - $120,000 list: 63% _ $120,001+:65% a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK For orders over $250,000 list, additional discounts are available. Discounting will be based on product mix, ship -to location, and overall project timing. Please contact Brandon Reame, VP Sales & Marketing or George Kudwa, Inside Sales Manager for more information. Brandon Reame: Mobile: 616.510.0578 1 breameaa enwork.com. George Kudwa: Mobile: 616.600.3083 1 okudwa0enwork.com xiii. Describe how customers verify they are receiving Contract pricing. Contract discounting is publicly available at httas://www.enwork.com/resources/contracts/omnia. Additionally, the Enwork Customer Care and Sales Teams are authorized to provide this information. Contract pricing will also be verified and reflected on purchase order acknowledgements. Enwork Sales Reps and Dealers have a summary document that clearly articulates these details. xiv. Describe payment terms and methods offered. Indicate if payment will be accepted via credit card. If so, may credit card payment(s) be made online? Also state the Convenience Fee, if allowable, per the Visa Operating Regulations. Enwork invoices orders once the product has shipped. Standard terms are NET 30. Payments are accepted via ACH, check and credit card. Enwork does not accept credit card payments online. There is a convenience fee of 3%. xv. Propose the frequency of updates to the Offeror's pricing structure. Describe any proposed indices to guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. Updates may no be more frequently than quarterly. Enwork reviews and adjusts list pricing every 12-18 months, or as economic conditions change. In order to offer consistently competitive pricing, Enwork adjusts list prices by model number, instead of a flat % increase. As such, a new commercial pricelist is launched to reflect these changes. While Enwork will not change the sales discount percent during the term of the contract, it is our intent that the most current commercial pricelist is always offered on contract. xvi. Describe how future product introductions will be priced and align with Contract pricing proposed. What is the proposed frequency for new product introductions? Future products will follow the same discount tiers. Enwork prides itself on rapid product development. Over the past three years Enwork has introduced 13 new product collections. 1. Cayman Private Office 2. Ligouri Private Office ❑ 3. Rogue Private Office a 4. Odyssey Conference Table = 5. Expanse Conference Table a 6. Foundation Tapered Drum N 7. Foundation Ex Conference Table } a J a P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENWORK 8. Kinsey Occasional Table 9. Oh Hey! Occasional Table 10. Universal Laptop Table 11. Tangent Occasional Table 12. Kinsey Occasional Table 13. VOU Conference Tables xvii. Are repurpose or end of life programs offered? If so, explain the process. Not available xviii. Are product loaner programs available? If so, explain the requirements. Not available xix. Describe experience with Prevailing Wage and Bacon -Davis. Enwork relies on dealers and local installers to manage prevailing wages and Davis/Bacon requirements at the local level. xx. Provide any additional information relevant to this section. Not to Exceed Pricina. Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. Special Offers/Promotions In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Contractor may conduct sales promotions involving price reductions for a specified lesser period. Contractor may offer Participating Agencies competitive pricing which is lower than the not -to -exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. Federal Fundina Pricing Due to products and services potentially being used in response to an emergency or disaster recovery situation in which federal funding may use, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contract exceeds at its own risk will be needed. Products and services provided in a situation where an agency is eligible for federal funding, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit. P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK Section D I Value Add i. Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. • Ease of Specification - Enwork's knowledgeable design team (14 members) quotes any product on contract, and provides a detailed product quote/specification, a rendering, and CAP symbols. Enwork products are found on MyResourceLibrary, CAP/GIZA, Project Matrix and CET. • Quick Lead times — Enwork offers a variety of tabletop materials from glass to quartz. Lead times are better than industry average. Overall, lead-times range from 10 days to 8 weeks. Every standard product is available at 8 weeks or less. • 10 — Day Quick Ship Program — Enwork offers a 10-day quick ship program. From conference, cafe, and training tables to lecterns, mobile peds, and power accessories, Enwork's Quick Ship Program ships popular products in 10-days or less. The comprehensive quick ship program includes all standard laminates and paint finishes, in table sizes up to 144". No sacrifices here, just the product you need when you need it • Environmental Consideration- All products pass SCS Indoor Advantage Gold for healthy indoor air quality. ii. Furniture and related products not noted in categories can be included as a Value Add, include any fees such as installation, delivery options, setup/cleaning, design/layout, custom, special orders, etc. 3. Competitive Range: It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. Enowrk is known to offer excellent design at incredibly competitive price points. In many cases dealers and end users come to Enwork to achieve a desired asthetic at a price point that is lower than many companies in the industry. Providing incredible value is one of the hallmarks to Enworks position in the marketplace. We are often half the price of the industries high end brands and typically 20% lower than many of the aligned brands in the industry. 4. Past Performance: An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. Enwork I OMNIA Sales Growth (2019 — 2024) — Please see chart below 0 2019 1 $589,259.12 0 2020 1 $601,974.78 0 2021 1 $1,025,046.46 0 2022 1 $3,348,168.12 a 0 2023 1 $3,157,009.92 a 0 2024 YTD (APRIL) 1 $860,829.02 W x a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 OMNIA Sales 2019-2024 YTD (APR) $4,000,000.00 $3,500,000.00 $3,348,168.12 $3,157,009.92 $3,000,000.00 $2,500,000.00 — $2,000,000.00 $1,500,000.00 $1,025,046.46 $1,000,000.00 $860,829.02� $589,259.12 $601,974.78 $500,000.00 $0.00 — 2019 2020 2021 2022 2023 2024 ■ Total xamples of OMNIA projects: �l Mar Co . Solution)Zori Training Tables I Zori Whiteboard I Zori Lecterns I Zori Media Center (Enwork Studiol Custom Product K' w+ r Rill 7. ,�,,.- `� AA;.��'� �� •rr: a R� ENNWORK Catholic University • Product: Disc Bases, Affinity, Apex Spokane Schools • Product: Apex, Zori, P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK Yearly Product Launches: 2022 Cayman Private Office a P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK Ligouri Collection �e P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ERNWORK Full Ligouri Statement of Line STATEMENT OF LINE I I Seated He4id Conference 11. 20' [}: 36", 82', 4B". 3d'• b0'. fiB, 72' w 72',aW.46.1ue`_In'.M'.W,156' 16B,M-,,19 ,2014',215•,22W.240- . $mbed Touchdown H:29- D. 24', 30 w 60'72-,e4:-, e.1us, 129-,1 r, 1d4`,i%-,169',106' 228'.24D' 4WHIe fieve,ageCorr Fi 84 b ?fi 5V: 36 1,enarEor Mast (Table sold s6fmrelel}", H 72' 0. a- w 54' Staading Height Conference H: 42' VAT -d8•, 54"15W W 72',84.w.,1aw,120` 6'r.14d',15a` Tfi8'. T8d',192', 204•.216', ZW, 240' Sts^dngTfflwm m H: 42 0 24'.86' wt .7a',3d'96',MYS,720',1H, 144-,156`,1b8',10{3', i42 ; 2A4', 210, 223 240" Freectaodhrg screen H. T2' i-4• VP W uu�1 ❑eeaslonal H 16' Revel 2d, 30"• 36•, 42. 48' actrngpl?: 261)) 3W W,, 24'D x 48" W. 30•101< 60•w X-Rane H`29':d2' Rcexd.30'. 36', 42' *%Lure:30'.36',d2r,43'54 60•,72'.84' LecWn H 49' LJ.?4' IN 215, Menace Moum H: 24' W:19' Picnic 8eimb& Dp 4onal Cushloo Sets H. I T D: 16' W. fi0'. 72'• i� 4-.1.iu Cmdense. FL' 21, �1 `, 86. 40' Ll: 1s.5`, 24- w W. 48', e6', 72-Ax. 95" 111mloub— OEM low 'oft4 2"Ing Rill k 40'. S6"; 72� 0:17, wP.W, aar Acoustle MwEw Mermt Sack trim P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK 2023 Big Tables Platform (Expanse, Odyssey, Foundation EX conference tables) me WINNOWS ON 911 -- --� r r .AL A, P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Oh Hey' Occasional Table NGINELI(Lu 'ic.; ; KACT SPFCI'FICdTtC�*41 H A ft Universal Laptop Table Tangent Occasional Table �' .ration �❑unga P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Kinsey Dining Table waim 1-1� Foundation Tapered Drum M P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK 2024 Quantum Training Tables Ligouri Private Office IWI. P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK VOU Conference Tables h90 Rogue Private Office P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK 5. Additional Investigations: Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 EXHIBIT B REGION 4 EDUCATION SERVICE CENTER (ESC) Contract # R240103 for FURNITURE, INSTALLATION, AND RELATED SERVICES with ENWORK Effective: December 17, 2024 The following documents comprise the executed contract effective: December 17, 2024 Vendor Contract and Signature Form II. Supplier's Response to the RFP III. Request for Proposal and Any Addenda, incorporated by reference APPENDIX A CONTRACT This Contract ("Contract') is made as of December 17, 2024 by and between Enwork ("Contractor') and Region 4 Education Service Center ("Region 4 ESC") for the purchase of FURNITURE, INSTALLATION, AND RELATED SERVICES ("the products and services"). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number RFP 24-01 for FURNITURE, INSTALLATION, AND RELATED SERVICES ("RFP"), to which Contractor provided a response ("Proposal"); and WHEREAS, Region 4 ESC selected Contractor's Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies") may purchase products and services at prices indicated in the Contract upon the Public Agency's registration with OMNIA Partners. 1) Term of agreement. The initial term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right in its sole discretion to renew the Contract for an additional term of up to two (2) years or for a lesser period of time as determined by Region 4 ESC by providing written notice to the Contractor of Region 4 ESC's intent to renew thirty (30) days prior to the expiration of the original term. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Contract. Notwithstanding the forgoing paragraph, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued under the Contract for a period of up to one year beyond the Contract term. CONTRACT 1 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. 3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror's Best and Final Offer iii. Offeror's proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Aareement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e., bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor's pricing. 11)TERM INATION OF CONTRACT a) Cancellation for Non -Performance or Contractor Deficiencv. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: CONTRACT 2 i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Deliverv/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. d) Force Maieure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. CONTRACT 3 e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor's license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract for a period of up to one year beyond the term of the Contract. Notwithstanding the foregoing, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued under the Contract for a period of up to one year beyond the Contract term. 14) Deliverv. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. Additional Delivery/Installation Charges: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Pavments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adiustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor's responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor's proposal. CONTRACT 4 Price reductions may be offered at any time during Contract. Special, time -limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time -limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Riahts. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor's pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor's pricing at Contractor's sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third - party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to CONTRACT 5 moving furniture, installing wiring for networks or power, and similar pre -installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC's discretion. Contractor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smokinq.. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Fundinq Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC's current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketinq.. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo CONTRACT 6 or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obliqations. It is Contractor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. CONTRACT 7 Docusign Envelope ID: 3058C82B-F5B5-4A64-A7E6-06D9120ED8F2 OFFER AND CONTRACT SIGNATURE FORI14 CS Initial The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict r,l, r compliance with the terms, specifications and conditions at the prices proposed within response Uf i1 unless noted in writing. Corrected to include: (ASSA Group dba Enwork) Company Name 5mw 0e I4 Address WOO Chvi fhIph er Dn v'-- City/State/Zip bewe�(I Mt �4 33 ) Telephone No. 400 - 9089 Email Address � 6dw0. Q-eKwom- Cew, Printed Name Gt o rfie- V'xdwaa Title Sot 1 C S K&A 4 1-er Authorized signature pg Initia€ Accepted by Region 4 ESC: r�tt r i_ ,?Contract No. R240103 Corrected to 12/31/2027 tom" ! -0 Initial Contract Term 12/17/2024 to . _.0-7 i rr/��(�inB.4i�Tf1 1 12/17/2024 \R'egi n 4 ESC Authorized Board Member Date Linda Tinnerman Print Narne 12/17/2024 Region 4 ES Authorized Board Me Date Victor E. White Print Name Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be submited, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. if a proposal is submitted with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) 0 Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror's proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Exception/Proposed Modification Accepted Specification (For Region 4 ESC's use) EDUCATION SERVICE CENTER 24-01 Addendum 6 Enwork ASSA Group Supplier Response Event Information Number: 24-01 Addendum 6 Title: Furniture, Installation, and Related Services Type: Request for Proposal Issue Date: 4/11 /2024 Deadline: 6/13/2024 02:00 PM (CT) Notes: Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. Only online proposals will be accepted. Proposals must be submitted via Region 4 ESC's online procurement system: reg ion4esc. ionwave. net. No manual, emailed, or faxed proposals will be accepted. NON -MANDATORY PRE -PROPOSAL CONFERENCE #2 Meeting to be held on Wednesday, May 1, 2024 at 10:00 am CST via ZOOM. Click here to join. Meeting to be held on Wednesday, April 24, 2024 at 10:00 am via ZOOM. Click here to join. Offerors are strongly encouraged, but not required to participate in a Page 1 of 36 pages Vendor: Enwork 24-01 Addendum 6 pre -proposal conference with the Procurement and Operations Specialist. Contact Information Address: Finance and Operations 7145 West Tidwell Road TX 77092 Email: questions@esc4.net Page 2 of 36 pages Vendor: Enwork 24-01 Addendum 6 OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, it awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. Company Name �1Wlrlk Address I Zg0'0 Chn*fhjher Deiv`c. City/State/Zip LC WO M i Va 131 Telephone No, �O t (p - 4 oo - �98 Email Address ��<LJWA, @-eKWot-K. Ca+%\ Printed Name l?te- k&4w^ Title Sat l t Z Authorized signature Accepted by Region 4 ESC: Contract No. Initial Contract Term Region 4 ESC Authorized Board Member Print Name Region 4 ESC Authorized Board Member Print Name to Date Date Enwork Information Contact: Brandon Reame Address: 12900 Christopher Dr Lowell, MI 49331 Phone: (616) 421-7710 Email: breame@enwork.com Web Address: www.enwork.com By submitting your response, you certify that you are authorized to represent and bind your company. George Kudwa gkudwa enwork.com Signature Email Submitted at 6/5/2024 09:22:32 AM (CT) Requested Attachments OFFER AND CONTRACT SIGNATURE FORM Signed Offer and Contract Signature Form_06_04.pdf Please complete the Offer and Contract Signature Form, located on the Attachments tab, and upload the completed document here. Appendix B - Terms & Conditions Acceptance Form Appendix B - Terms and Conditions_Final.pdf Please complete the Terms & Conditions Acceptance Form, located on the Attachments tab, and upload the completed document here. Acknowledgment and Acceptance of Region 4 ESC's Open Records Signed Acknowledgment and Policy Acceptance of Records Policy.pdf Please complete the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy, located on the Attachments tab, and upload the completed document here. OMNIA Partners - Exhibit F Federal Funds Certifications OMNIA Exhibit F Federal Funds_Final.pdf Please complete the OMNIA Partners - Exhibit F Federal Funds Certifications, located on the Attachments tab, and upload the completed documents here. Value Add D - Value Add (10 points).pdf Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. Furniture can be included as a Value -Add, include any fees such as installation, delivery options, setup/cleaning, classroom design/layout, special orders, etc. Antitrust Certification Statements Signed Antitrust Certification Statement.pdf Please complete the Antitrust Certification Statements, located on the Attachments tab, and upload the completed document here. Certificate of Interested Parties (Form 1295) 1295 Form _ 2024 Submission.pdf Must complete the form online at: https://www.ethics.state.tx.us/whatsnew/elf—info—form 1 295.htm Diversity Program Certifications No response If there are any diversity programs, provide a copy of their certification. Minority Women Business Enterprise Certification Please upload Minority Women Business Enterprise Certification if applicable. Submit FEIN and Dunn & Bradstreet report. Upload FEIN and Dunn & Brandstreet report here. No response Enwork Financial Letter.pdf Page 3 of 36 pages Vendor: Enwork 24-01 Addendum 6 Products and Pricing A - Products & Pricing (40 points).pdf Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. Small Business Enterprise (SBE) or Disadvantaged Business No response Enterprise (DBE) Certification Please upload Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Certification if applicable. Historically Underutilized Business (HUB) Certification No response Please upload Historically Underutilized Business (HUB) Certification if applicable. Texas Government Code 2270 Verification Form Signed Texas Government Code 2270 Verification. pdf Please complete the Texas Government Code 2270 Verification Form, located on the Attachments tab, and upload the completed document here. Additional Agreements Offeror will require Participating Agencies to No response sign. Upload any additional agreements offeror will require Participating Agencies here. Historically Underutilized Business Zone Enterprise (HUBZone) No response Please upload Historically Underutilized Business Zone Enterprise (HUBZone) if applicable. Other recognized diversity certificate holder No response Please upload other recognized diversity certificate holder if applicable. OMNIA Partners - Exhibit F Federal Funds Certifications OMNIA Exhibit F Federal Funds_Final.pdf Please complete the OMNIA Partners - Exhibit F Response for National Cooperative Contract located on the Attachments tab and upload the completed documents here. OMNIA Partners - Exhibit G New Jersey Business Compliance OMNIA Exhibit G NJ Business_Final.pdf Please complete the OMNIA Partners - Exhibit G New Jersey Business Compliance forms, located on the Attachments tab, and upload the completed documents here. Response Attachments Enwork_Zori_Col lection.pdf Enwork Zori Brochure E nwo rk_Ta b l es_B roc h u re . pdf Enwork Tables Brochure Enwork _ Quick _Ship_Program.pdf Enwork 10-day Quick Ship Program Warranty_5.21 (1).pdf Enwork Warranty Enwork_V19_Price_List_06_03_24. pdf Enwork V.19 Price List Appendix D _ Exhibit A _ 3.1 Company .pdf Performance Capability (Appendix D - Exhibit A_ 3.1) Appendix D _ Exhibit A _ 3.3 Marketing & Sales.pdf Performance Capability (Appendix D - Exhibit A_3.3) Page 4 of 36 pages Vendor: Enwork 24-01 Addendum 6 Appendix D_ Exhibit A_3.2 Distribution, Logistics.pdf Performance Capability (Appendix D - Exhibit A_3.2) C - Qualification and Experience (20 points).pdf C - Qualification and Experience (20 points) Full List Customer References.xls OMNIA Customer Reference List Authorized Dealers 06 04.xis Enwork's Authorized Dealers Enwork OMNIA Contract Info Sheet _ EXAMPLE.pdf Example OMNIA Info Sheet B - Performance Capability (30 points).pdf B - Performance and Capability (30 points) Bid Attributes 1 Oral Communication Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. 211 have read and agree. 2 Scope of Work Please download and thoroughly review the Scope of Work, located on the Attachments Tab. Indicate your review and acceptance below. 211 have read and agree. 3 Terms and Conditions Please download and thoroughly review the Terms and Conditions, located on the Attachments Tab. Indicate your review and acceptance below. 211 have read and agree. 4 Products/Pricing - Upload on Response Attachments Tab Offerors shall provide pricing based on a discount from a manufacturer's price list, or fixed price, or a combination of both with indefinite quantities. Offeror may offer their complete product, and service offering as a balance of line. Prices listed will be used to establish the extent of a manufacturer's product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apple, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. The discount proposed shall remain the same throughout the term of the contract and at all renewal options. Price lists must contain the following: (if applicable) • Manufacturer Part # • Offeror's Part # (if different from manufacturer part #) • Description • Manufacturers Suggested List Price and Net Price • Net price to Region 4 ESC (including freight) 5 Is pricing available for all products and services? 0 Yes ❑ No Page 5 of 36 pages Vendor: Enwork 24-01 Addendum 6 6 List the category or categories you are offering. • Systems Furniture • Freestanding Furniture • Filing Systems, Storage and Equipment • Technology and Esports Support Furniture • Library Furniture • Cafeteria Furniture • Learning Spaces Furniture • Audio/ Visual Furniture Educational Office Furniture • Career/ Technical Education Furniture • Related and Ancillary Products, Accessories, and Solutions (quick ship) 7 Furniture Offerings New, Used, Parts, Accessories, Service and Repair, Trade -Ins, Leasing/Financing and providing pricing structure for each of these items. Enwork only offers new made to order products. 8 Minimum Quantities Describe any minimums quantities. Orders less than $1500 net are assessed a $150 net freight fee 9 Custom or special orders What is the ability to provide custom or special order furniture products? Include catalogs and any fees related to custom or special orders. From show -stopping conference tables to desks with never -before -seen functionality, Enwork Studio exists to answer your specific needs. Whether you're interested in a fully custom design or want to explore innovative materials and technology, we're here for projects large and small. Enwork Studio is supported by talented designers, engineers, and materials experts. One of our most recent Studio success stories came through Del Mar College (OMNIA customer). They had multiple classrooms with custom Enwork furniture. This project was driven through the OMNIA contract. Please note there are no additional fees utilizing the Enwork Studio team and customer furniture procurement process. Enwork Studio Page: https://www.enwork.com/studio-services 1 Describe ordering methods, tracking, and reporting. 0 Ordering Methods/ Tracking All orders are entered into an ERP system. This system is used to track all information found on a purchase order, schedule production, management inventory, and generate invoices. The system is incredibly robust, and we take great pride in the accuracy of the information. Enwork's on time delivery rate for 2024 is over 97%. Orders over $60,000 net receive extra attention through our Executive Sponsored Major Order team, which meets twice per week to ensure successful delivery of large/ or high -profile projects. Reporting Enwork has a contract team comprised of an Inside Sales Manager and Customer Care Lead in addition to the team members in our finance and accounting departments. These team members work together to ensure all orders are processed with accurate pricing /discounting information and align with the purchasing contract. Please see our uploaded Section A (Products/Pricing) for full details 1 Shipping Costs 1 Describe any shipping charges. 1. Describe delivery charges along with definitions for: a. Dock Delivery b. Inside Delivery c. Deliver and Install Pricing and discounting include shipping and dock delivery. Inside delivery and installation is to be quoted by the servicing dealer. 1 Warranty Pricing 2 Provide pricing for warranties on all products and services. Please see our uploaded Section A (Products/Pricing) for full details. Enwork offers a 12-year limited warranty. Page 6 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Describe any return or restocking fees. 3 Change or cancellation requests must be made in written form. Orders may not be changed or canceled without the written consent of Enwork. It's always best to contact Enwork immediately if a change or cancellation is being considered. Changes or cancellations are subject to the following fees. > Orders shipping within 7 business days that include built -to -order products, are subject to charges equal to 100% of each order line. > Orders shipping more than 7 business days: Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee. Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee 1 Discounts or Rebates 4 Describe any additional discounts, special offers, promotions or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. Enwork will offer tiered discounting for larger projects. Discounts are by order size, as follows: $0 - $30,000 list: 60% $30,001 - $60,000 list: 60% $60,001 - $120,000 list: 63% $120,001+: 65% For orders over $250,000 list, additional discounts are available. Discounting will be based on product mix, ship -to location, and overall project timing. Please contact Brandon Reame, VP Sales & Marketing or George Kudwa, Inside Sales Manager for more information. Brandon Reame: Mobile: 616.510.0578 1 breame@enwork.com. George Kudwa: Mobile: 616.600.3083 1 gkudwa@enwork.com 1 Verification of Contract Pricing 5 Describe how customers verify they are receiving Contract pricing. Contract discounting is publicly available at https://www.enwork.com/resources/contracts/omnia. Additionally, the Enwork Customer Care and Sales Teams are authorized to provide this information. Contract pricing will also be verified and reflected on purchase order acknowledgements. Enwork Sales Reps and Dealers have a summary document that clearly articulates these details. 1 Payment Methods 6 Describe payment terms and methods offered. Indicate if payment will be accepted via credit card. If so, may credit card payment(s) be made online? Also state the Convenience Fee, if allowable, per the Visa Operating Regulations. Enwork invoices orders once the product has shipped. Standard terms are NET 30. Payments are accepted via ACH, check and credit card. Enwork does not accept credit card payments online. There is a convenience fee of 3%. 1 Frequency of Pricing Updates 7 Propose the frequency of updates to the Offeror's pricing structure. Describe an proposed indices to guide rice p q Y p p 9 Yp p g p adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. Updates may be no more frequently than quarterly. Enwork reviews and adjusts list pricing every 12-18 months, or as economic conditions change. In order to offer consistently competitive pricing, Enwork adjusts list prices by model number, instead of a flat % increase. As such, a new commercial pricelist is launched to reflect these changes. While Enwork will not change the sales discount percent during the term of the contract, it is our intent that the most current commercial pricelist is always offered on contract. 1 Future Product Introductions 8 Describe how future product introductions will be priced and align with Contract pricing proposed. What is the proposed frequency for new product introductions? Future products will follow the same discount tiers. Enwork prides itself on rapid product development. Over the past three years Enwork has introduced 13 new product collections. 1. Cayman Private Office 2. Ligouri Private Office 3. Rogue Private Office 4. Odyssey Conference Table 5. Expanse Conference Table 6. Foundation Taperec Drum 7. Foundation Ex Conference Table 8. Kinsey Occasional Table 9. Oh Hey! Occasional Table 10. Universal Laptop Table 11. Tangent Occasional Table 12. Kinsey Occasional Table 13. VOU Conference Tables These products are outlined in the uploaded Value Add document. Page 7 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Are repurpose or end of life programs offered? If so, explain the process. 9 Not available 2 Are product loaner programs available? If so, explain the requirements. 0 Not available 2 Describe experience with Prevailing Wage and Bacon -Davis. 1 Enwork relies on dealers and local installers to manage prevailing wages and Davis/Bacon requirements at the local level. 2 Not to Exceed Pricing 2 Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust 9 q p 9 p g� p 9, 1 submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary structure is not acceptable. 2 Special Offers/Promotions 3 In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Contractor may conduct sales promotions involving price reductions for a specified lesser period. Contractor may offer Participating Agencies competitive pricing which is lower than the no -to -exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. 2 Federal Funding Pricing 4 Due to products and services potentially being used in response to an emergency or disaster recovery situation in which federal funding may use, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contract exceeds at its own risk will be needed. Products and services provided in a situation where an agency is eligible for federal funding, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit. 0 Agree ❑ Disagree 2 Appendix D, Exhibit A, OMNIA Partners Response for National Contract 5 Include a detailed response to Appendix D, Exhibit A, OMNIA Partners Response for National Cooperative Contract. Responses should highlight experience, demonstrate a strong national presence, describe how Offeror will educate its national sales force about the Contract, describe how products and services will be distributed nationwide, include a plan for marketing the products and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners. 2 Appendix D, Exhibit B, OMNIA Partners Administration Agreement 6 The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA Partners Administration Agreement prior to Contract award. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror's response should include any proposed exceptions to OMNIA Partners Administration Agreement on Appendix B, Terms and Conditions Acceptance Form. 2 I Appendix D, Exhibits F and G 7 Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. New Jersey Business Compliance. Page 8 of 36 pages Vendor: Enwork 24-01 Addendum 6 2 8 Emergency Orders Describe how Offeror responds to emergency orders. Emergency orders will follow the same order entry and fulfillment process. If unusually fast lead-times or other special cases are required, Enwork's Executive Team will become involved immediately. It is Enwork's commitment to support these types of orders as best possible. Enwork's 10 day quick ship program supports this initiative. 2 What is Offeror's average Fill Rate? 9 12023 and 2024 average fill rate is 100% 3 0 What is Offeror's average on time delivery rate? Describe Offeror's history of meeting the shipping and delivery timelines. 2023 average on time delivery rate is over 97%. Enwork reliably ships within this range. Orders over $60,000 net receive special attention through the Executive Sponsored Major Order Team, which meets twice per week to ensure successful delivery of large and/or high -profile projects. 3 Describe Offeror's history of meeting the shipping and delivery timelines. 1 2023 average on time delivery rate is over 97%. Enwork reliably ships within this range. Orders over $60,000 net receive special attention through the Executive Sponsored Major Order Team, which meets twice per week to ensure successful delivery of large and/or high -profile projects. 3 2 Describe Offeror's return and restocking policy. Changes and Cancellations Change or cancellation requests must be made in written form. Orders may not be changed or canceled without the written consent of Enwork. It's always best to contact Enwork immediately if a change or cancellation is being considered. Changes or cancellations are subject to the following fees. > Orders shipping within 7 business days that include built -to -order products, are subject to charges equal to 100% of each order line. > Orders shipping more than 7 business days: Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee. Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee 3 Describe Offeror's ability to meet service and warranty needs. 3 Enwork's warranty is comprehensive, and on -par with most brands in the market. Enwork also covers labor, which is more unique. Warranty claims are often performed through the authorized dealer, or installation company. Alternatively, Enwork does send its own employees out to perform warranty work, if and when needed. 3 4 3 5 Describe Offeror's customer service/problem resolution process. Include hours of operation, number of services, etc. Problems and issues are sent directly to the Customer Care Expert for Contracts. This contact is well -versed in the OMNIA contract and will expeditiously resolve issues. Most issues can be resolved right away. Issues that may require management approval take 24-36 hours to resolve, maximum. Christina Shortsle (Customer Care Manager) is a knowledgeable contact for first point of escalation. Describe Offeror's invoicing process. Include payment terms and acceptable methods of payments. Offerors shall describe any associated fees pertaining to credit cards/p-cards. Enwork invoices orders once the product has shipped. Standard terms are NET 30 ACH, check and credit card. Enwork does not accept credit card payments online. 3%. . Payments are accepted via There is a convenience fee of Page 9 of 36 pages Vendor: Enwork 24-01 Addendum 6 3 Transition Plan 6 Describe Offeror's contract methodology/implementation/customer transition plan. At time of awardment, Enwork will begin transitioning all current Enwork/OMNIA customers on the current contract to the new one. An email will be sent to all Enwork sales reps and dealers. Sales reps will also be notified during upcoming sales training sessions. The updated information will be reflected on its own contract page on the Enwork.com website. 3 Describe the financial condition of Offeror. 7 Enwork is privately held and debt free. We are in a strong cash position and incredibly stable. For more information, we can connect you with our banks or CFO/ Ownership. 3 Provide a website link in order to review website ease of use, availability, and capabilities related to 8 ordering, returns and reporting. Describe the website's capabilities and functionality. https://www.enwork.com/ Enwork also has easy to use image browser, here: https://www.enwork.com/resources/images And a robust conference table configurator, here: https://enwork.dboxnow.com/#/ 3 Describe the Offeror's safety record. 9 Safety is incredibly important to Enwork. We have a safety committee, with Executive Sponsor, that meets monthly to review safety protocols and potential issues. There are no noteworthy items or issues of concern. Earlier this year, Enwork invited OSHA to visit our office, warehouse, and factories to ensure we are following industry guidelines. The meeting went exceptionally well. 4 0 Describe Offeror's green or sustainability program. What type of reporting or reviews are available to participating agencies? From the processes and materials used in our products to supply chain and waste stream management, Enwork is committed to environmental stewardship. Some of the ways we create more sustainable products include: - All product meets or exceeds SCS Indoor Advantage Gold for off -gassing and indoor air quality - Wood cores have ISO 140001 certification and are made from 98-100% post-industrial recycled contents - Wood cores have been granted Environmentally Preferable Product Certification by the CPA relating to their formaldehyde emissions, - which are less than 0.09 PPM (CARB phase 2) meeting the current California Air Resources (CARB) and EPA TSCA - Title VI requirements. - Maximize the use of recycled and FSC-compliant content - Optimize raw materials to reduce waste and recycling as much scrap as possible - Seek suppliers within a 45-mile radius of our manufacturing facilities to minimize impacts to the environment. Please see uploaded file "B - Performance Capability" for full details 4 Describe any social diversity initiatives. 1 Enwork regularly transacts with minority -owned dealers within local markets. Enwork is an equal opportunity employer with a public affirmative action policy. 4 Provide example(s) of general guidance on executing strategies for successful adoption of new 2 polices, processes and procedures. All sales transactions follow an 11 step order entry process that ensures accurate pricing, discounting, and product specifications. Audits are in place to review these steps and any changes to policies, processes or procedures would follow a similar system. Enwork's order entry process is very systems driven and audited regularly to ensure consistency. Page 10 of 36 pages Vendor: Enwork 24-01 Addendum 6 4 Provide a brief history of the Offeror, including year it was established and corporate office location. 3 In 2003, Kelli and David Powell had a concept for a company that could provide cost-effective work surfaces to furniture dealers, along with unmatched customer service. They mortgaged their family home to make it happen. Today, Enwork remains committed to evolving with our customers. We take pride in making custom solutions accessible to clients of all sizes, and many of those ideas go on to inspire improvements in our own product lines. In addition to being recognized as the market leader in tables, Enwork has made a name for ourselves with innovative benching environments, steel desks and storage, laminate and wood casegoods, support furniture, ergonomic products and accessories, and seating. Our history of outstanding value, rapid product development and unparalleled customer service has resulted in a fast-moving company that provides smart solutions for emerging and custom applications. The corporate office is located at 12900 Christopher Drive, Lowell, MI 49331. 4 Describe Offeror's reputation in the marketplace. 4 You can tell a lot about a company by the company it keeps. Here at Enwork, we work with clients that are leaders in productivity, innovation, intuitive design and creative thinking —clients like Spokane Schools, Walmart, Verkada, Space X, Blue Origin, Tesla and Amazon. These organizations want workspaces that not only meet their needs for agility and productivity, but also reflect their innovative values and culture. It's why they come to Enwork. In 2020 Enwork responded to the COVID-19 pandemic by shifting top production to acrylic screens. This was in the effort to create a safe work / learning environment for teams around the country. Please see uploaded file "C - Qualification and Experience" for full details 4 Describe Offeror's reputation of products and services in the marketplace. 5 Enwork is known for its breath of conference and training table offerings. For example, the Foundation conference table is the go -to by many dealers and end users around the country for an affordable table solution. The Zori collection includes over 34 different types of products and provides solutions for computer labs, classrooms, meeting spaces and cafes throughout a campus. At Enwork, we stay ahead of trends to anticipate how to best optimize spaces, and design with creative forethought into how things can adapt for the future. Our products are created using a variety of material choices that beautifully prove their long-term value. We understand that what our clients invest in today must work for tomorrow. We service our clients with the same focus on speed and agility. Our product development is rapid, our processes are adaptive and our teams are always on high alert. Please see uploaded file "C - Qualification and Experience" for full details 4 Describe the experience and qualifications of key employees. 6 Enwork is comprised of nearly 200 talented employees and team members. Annual employee turnover is extremely low, which can be attributed to careful hiring, competitive wages, and a healthy work culture. David Powell, Owner/CEO: An engineer by training, with an MBA, started Enwork in 2003 after 9 years at a major competitor. His passion for engineering excellence and design positions him as a capable leader within the contract furniture industry. Kelli Powell, Owner/CFO: Kelli was key member of the finance team at a $12 billion global company. Her expertise in accounting and finance is impressive, and is a reason that Enwork has had a strong financial foundation since its inception. Brandon Reame, VP Sales & Marketing: With a background in entrepreneurship and master's degree in design, Brandon leads many facets of Enwork's brand experience; including product design, sales processes, and overall brand experience. See uploaded file "C - Qualification and Experience" for full details 4 Authorized Distributors/Dealers Listing 7 Provide a current Authorized Distributors/Dealers Listing. Provide the names and addresses of each authorized distributor/dealer by geographical area. Do not include certification documents with response. Participating agencies may obtain certification documents upon request. 1. Propose the frequency of authorized distributor/dealer updates. 2. How are participating public agencies able to confirm who are the Authorized Distributors/Dealers for the contract offering? Enwork has over 1,600 dealer partnerships across the United States. Enwork has authorized dealer representation in every state. This list is updated regularly. Public agencies can contact Enwork's Inside Sales Manager, George Kudwa. His contact information is listed on Enwork's website under the dedicated OMNIA contract page. https://www.enwork.com/resources/contracts/omnia/ Full list of authorized dealers is uploaded in file "C - Qualification and Experience". Page 11 of 36 pages Vendor: Enwork 24-01 Addendum 6 4 Describe Offeror's experience working with the government sector. 8 GSA provider since 2008. TCPN/NIPA (OMNIA) supplier since 2015. Enwork has sold millions of dollars' worth of products to the government sector throughout the years. We have a dedicated Contracts Team that manages all contracts and ensures corporate compliance. Since 2019 Enwork has grown its OMNIA sales by over 400%. See invoiced sales history below: • 2019 1 $589,259.12 • 2020 1 $601,974.78 • 2021 1 $1,025,046.46 • 2022 $3,348,168.12 • 2023 1 $3,157,009.92 • 2024 YTD (APRIL) 1 $860,829.02 4 Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers 9 and directors. Not applicable. 5 References U Provide a minimum of 3 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. Three customer references listed below. Please note a full list of over 15 references is included in our value add file. SPOKANE SCHOOLS $200-$300k per year 02/08/2022 Product: Apex Storage, Solano 4-Post, Solano X bases The Creative Office Spokane, WA Gayle Belt 206-627-8816 gbelt@creativeof.com DELMAR STEM $50- 200k per year 02/21/2022 Product: "Custom" Zori Technology Tables Workplace Resource LLC dba Alfred Williams & Co. (Loc's TX & LA) Corpus Cristi, TX Fred Rodriguez 512-799-2132 fodriguez@skgtexas.com Catholic University of American $50-150k per year 08/21/2023 Product: "Custom" Value Style TT Flip Base Table Price Modern - Baltimore/DC/Lanham Washington, DC Steve Dragos 240-464-1757 steve.dragos@pricemodern.com 5 Value Add Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. • Ease of Specification - Enwork's knowledgeable design team (14 members) quotes any product on contract, and provides a detailed product quote/specification, a rendering, and CAP symbols. Enwork products are found on MyResourceLibrary, CAP/GIZA, Project Matrix and CET. • Quick Lead times — Enwork offers a variety of tabletop materials from glass to quartz. Lead times are better than industry average. Overall, lead-times range from 10 days to 8 weeks. Every standard product is available at 8 weeks or less. • 10 — Day Quick Ship Program — Enwork offers a 10-day quick ship program. From conference, cafe, and training tables to lecterns, mobile peds, and power accessories, Enwork's Quick Ship Program ships popular products in 10-days or less. The comprehensive quick ship program includes all standard laminates and paint finishes, in table sizes up to 144". No sacrifices here; just the product you need when you need it • Environmental Consideration- All products pass SCS Indoor Advantage 5 Value Add 2 Furniture and related products not noted in categories can be included as a Value Add, include any fees such as installation, delivery options, setup/cleaning, design/layout, custom, special orders, etc. 5 Competitive Range 3 It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. 5 Past Performance 4 An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. Page 12 of 36 pages Vendor: Enwork 24-01 Addendum 6 5 Additional Investigations 5 Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. 5 Supplier Response 6 Supplier must supply the following information for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 5 Brief history and description of Supplier to include experience providing similar products and 7 services. Enwork is a classic American small business success story. Much has changed since we were established in 2003 in our founders' basement office, but our dedication to service and value remains steadfastly in place. In 2003, Kelli and David Powell had a concept for a company that could provide cost-effective work surfaces to furniture dealers, along with unmatched customer service. They mortgaged their family home to make it happen. Today, Enwork remains committed to evolving with our customers. We take pride in making custom solutions accessible to clients of all sizes, and many of those ideas go on to inspire improvements in our own product lines. In addition to being recognized as the market leader in tables, Enwork has made a name for ourselves with innovative benching environments, steel desks and storage, laminate and wood casegoods, support furniture, ergonomic products and accessories, and seating. Our history of outstanding value, rapid product development and unparalleled customer service has resulted in a fast-moving company that provides smart solutions for emerging and custom applications. The corporate office is located at 12900 Christopher Drive, Lowell, MI 49331. Enwork is currently on the OMNIA contract. Since 2019 Enwork has grown its sales with OMNIA by over 400%. • 2019 1 $589,259.12 2020 1 $601,974.78 • 2021 1 $1,025,046.46 • 2022 1 $3,348,168.12 • 2023 1 $3,157,009.92 • 2024 YTD (APRIL) $860,829.02 5 Total number and location of salespersons employed by Supplier. 8 .Enwork leverages one of the best independent sales networks in the industry. This network includes 29 Sales Rep Organizations that employee 150+ individual Sales Reps across North America. These Sales Representatives call on authorized dealers, architect & design firms, as well as end -users and government agencies. Most Rep Organizations have a showroom and office within their market, as well as sales support and administrative staff. 5 Number and location of support centers (if applicable) and location of corporate office. 9 Enwork's main office and production facility is in West Michigan, at 12900 Christopher Drive, Lowell, MI 49331. A permanent showroom is located at the Merchandise Mart in Chicago, IL. Suite 11-118. Additionally, Enwork is featured at the showrooms of our Sales Reps, in the following cities: Boston, MA New York, NY Philadelphia, PA Washington, DC Charlotte, NC Atlanta, GA Minneapolis, MN Detroit, MI Dallas, TX Houston, TX Denver, CO Salt Lake City, UT Vancouver, British Columbia Lowell, MI 6 Annual sales for the three previous fiscal years. 0 $01 6 Annual sales for the three previous fiscal years. 1 $01 6 Annual sales for the three previous fiscal years. 2 $01 Page 13 of 36 pages Vendor: Enwork 24-01 Addendum 6 Describe any green or environmental initiatives or policies. 6 3 6 4 From the processes and materials used in our products to supply chain and waste stream management, Enwork is committed to environmental stewardship. Some of the ways we create more sustainable products include: - All product meets or exceeds SCS Indoor Advantage Gold for off -gassing and indoor air quality - Wood cores have ISO 140001 certification and are made from 98-100% post-industrial recycled contents - Wood cores have been granted Environmentally Preferable Product Certification by the CPA relating to their formaldehyde emissions, - which are less than 0.09 PPM (CARB phase 2) meeting the current California Air Resources (CARB) and EPA TSCA - Title VI requirements. - Maximize the use of recycled and FSC-compliant content - Optimize raw materials to reduce waste and recycling as much scrap as possible - Seek suppliers within a 45-mile radius of our manufacturing facilities to minimize impacts to the environment. Enwork also consolidates inbound shipments to reduce the number of trucks on the road, traffic, and overall carbon footprint. Diversity Programs Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. Enwork regularly transacts with minority -owned dealers within local markets. Enwork is an equal opportunity employer with a public affirmative action policy. 6 Minority Women Business Enterprise 5 ❑ Yes 1 No 6 If yes, list certifying agency: 6 N/A 6 Small Business Enterprise (SBE) or Disadvantaged Business Enterprise 7 ❑ Yes 0 No 6 I If yes, list certifying agency: 8 N/A 6 Historically Underutilized Business (HUB) 9 ❑ Yes 0 No 7 If yes, list certifying agency: U N/A 7 Historically Underutilized Business Zone Enterprise (HUBZone) 1 ❑ Yes 0 No 7 If yes, list certifying agency: 2 N/A Page 14 of 36 pages Vendor: Enwork 24-01 Addendum 6 7 Other recognized diversity certificate holder 3 ❑ Yes 0 No 7 If yes, list certifying agency: 4 1 N/A 7 Contractor Relationships 5 List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority -owned standards. If any, list which certifications subcontractors hold and certifying agency. N/A 7 Describe how supplier differentiates itself from its competitors. 6 Since its founding in 2003, Enwork has experienced double-digit growth, significantly outpacing most competitors in the industry. There are several factors that contribute to this success, including: - Market relevant products and price points. Enwork is focused on developing products that are needed in the marketplace, with excellent design and affordable price points. The overall value of Enwork products (price and performance) is outstanding compared to others - Sales support. A team of 14+ designers specify and quote products every day, taking the guesswork and risk out of selecting products and meeting codes. Enwork employs Inside Sales Managers and a Major Order team to ensure orders are executed flawlessly - Strategic Vertical Integration. Enwork produces most components and products itself, which allows for faster product development, faster lead times, and more competitive and controllable costs. We are able to pivot on a dime in order to accommodate customer requests. - 10 Day Quick Ship program: From conference, cafe, and training tables to lecterns, mobile peds, and power accessories, Enwork's Quick Ship Program ships popular products in 10-days or less. The comprehensive quick ship program includes all standard laminates and paint finishes, in table sizes up to 144". No sacrifices here; just the product you need when you need it. - Enwork Studio Team: From show -stopping conference tables to desking with never -before -seen functionality, Enwork Studio exists to answer your specific needs. Whether you're interested in a fully custom design or want to explore innovative materials and technology, we're here for projects large and small. Because we can draw upon strong relationships with a wide range of world -class providers, your custom solution may even be ready faster and more cost -efficiently than you expect. Collaborate with the talented designers, engineers, and materials experts at Enwork Studio to bring your vision to life. - Lead Times: Enwork offers a variety of tabletop materials from glass to quartz. Lead times are better than industry average. Overall, lead-times range from 10 days to 8 weeks. Every standard product is available at 8 weeks or less. - Project Quoting and Product specifying support: Enwork has a design team of over a dozen professionals that quote and specify products for our clients. This takes the guess work out specifying products and helps ensure the right products and application are suggested for a project. 7 Litigation, Bankruptcy or reorganization 7 Describe any present or past litigation, bankruptcy or reorganization involving supplier. Not applicable 7 Felony Conviction Notice 8 Indicate if the supplier: • is a publicly held corporation and this reporting requirement is not applicable; • is not owned or operated by anyone who has been convicted of a felony; or • is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. ❑ Yes 0 No Page 15 of 36 pages Vendor: Enwork 24-01 Addendum 6 7 Debarment or suspension actions 9 Describe any debarment or suspension actions taken against supplier. Not applicable. 8 Distribution, Logistics U Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. Enwork will offer its entire product collection. Enwork provides tables in the following categories: (Conference Wood & Metal bases, Training, Occasional, Height Adjustable). Enwork has also launched three new product series in the private office category. (Cayman, Ligouri Private Office, Rogue) Along with tables, and private office product Enwork offers metal/ laminate casegoods. We have included additional details around our most recent product additions in our value -add document. 8 Distribution Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Enwork leverages its 150+ Sales Reps and over 1,600 authorized dealers to bring products to market in nearly every city across North America. Enwork Sales Reps live in most primary and secondary markets throughout the country, and have personal relationships with nearly every dealer. Additionally, Enwork's CEO/Owner, President, VP Sales & Marketing, and Market Managers travel regularly to most markets in order to build and cultivate customer relationships. The OMNIA contract is incredibly important to Enwork is always a talking point with customers. We utilize a variety of shipping methods and carriers to transport product including, but not limited to USF Holland, UPS, Fed Ex, MDT, and Zip Xpress. Primary means of transportation is Full Truck Load and LTL, however air freight and overnight delivery services are utilized when needed to meet deadline requirements. Prior to shipping, product is packaged securely to minimize potential freight damage and contents are labeled so that easy identification can take place. We continue to pursue excellence in shipping standards and invest where needed to improve product labeling and packaging. Enwork will rely on its Dealer Network to provide ancillary services such as delivery and install for the tenure of this contract. Coordination of deliverables on an order would take place between an end -user and/or dealer, and the Enwork team (Enwork Customer Care and Sales Rep). International Shipping Enwork will drop ship to any US port of embarkation (excluding Alaska & Hawaii) and will not be responsible for any additional packaging required after that point. Products that come standard assembled can be shipped knock-down(KD) upon request. Enwork will provide estimated weight & cube, but the dealer or freight forwarder is responsible for all customs/shipping paperwork as well as marine insurance. Product title transfers at port of embarkation. 8 Distribution 2 Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. All orders are audited immediately upon receipt at Enwork. Discounting and pricing are the first aspects that are reviewed. All contract orders are processed with a Special Price Agreement (SPA) number, which is applied at time of order, and always associated with orders as they are processed. This also allows Enwork to search for all orders that are part of the contract, run sales reports, and pay the appropriate administrative fees. The SPA number is included on all contract summary documents, and is something our sales reps and dealers are in the habit of using. Enwork accepts orders from only two ways, dealers and end -users. 97% or more of our orders are from dealers, and the balance are from end -users and government agencies. Enwork has a contract team comprised of an Inside Sales Manager and Customer Care Lead in addition to the team members in our finance and accounting departments. These team members work together to ensure all orders are processed with accurate pricing / discounting information and align with any intricacies relative to the purchasing contract. Page 16 of 36 pages Vendor: Enwork 24-01 Addendum 6 8 Logistics 3 Identifyall other companies that will be involved in processing, handling or shipping the rod u cts/services to the p p g, 9 pp� g p end user. As the manufacturer, Enwork takes 100% responsibility for manufacturing and order fulfillment. Orders are shipped via full truck loads, pre -approved LTL carriers, and occasionally expedited/airfreight. In nearly every case, we rely on a local dealer partner for final delivery, installation, and ongoing service. 8 Logistics 4 Provide the number, size and location of Supplier's distribution facilities, warehouses and retail networks as applicable. Enwork is expanding its main headquarters and manufacturing facility, nearly tripling its total square footage. This multi -million -dollar investment will allow all warehouses and operations facilities to be consolidated to the one main location, based in Lowell, MI. Enwork primarily sells through authorized dealers, which are located throughout North America. A summary of number of dealers by state is below. Please see upload "Section B - Performance Capability - Section 3.2 Distribution, Logistics" 8 Marketing and Sales 5 Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: • Executive leadership endorsement and sponsorship of the award as the public sector go -to -market strategy within first 10 days. • Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days. First 10 Days: No purchasing contract is more important to the executives of Enwork than this one. Enwork only relies on OMNIA as it's go -to, national purchasing contract. Unlike other companies that leverage several national purchasing contracts, Enwork is fully committed to OMNIA. Within 24 hours of award, Enwork's VP of Sales & Marketing will alert all 150+ sales reps and 1,800+ dealers of the new contract details. We will proactively post on all social media accounts, which are followed by our top dealers and end -users, many of which take advantage of the OMNIA contract today. First 90 Days (Training): Enwork will provide a detailed contract summary PDF to its sales reps, which identifies the contract Special Price Agreement Number (SPA), discounting details, and other pertinent information. Our website has a specific OMNIA contract page, which will be updated immediately as well. Contract details will be communicated during an upcoming webinar for our Sales Reps and will be discussed in detail at our national sales meetings. Because Enwork is currently on contract, our dealers and reps are familiar with the contract, and we will use the new award to remind and reenergize our sales folks. Additionally, Enwork's VP Sales & Director of Business Development have scheduled market visits in every territory across the United States during the first 6-months of 2025. Enwork's participation in the OMNI contract is always a talking point, is featured in our presentations, and will continue to be a discussion priority. Enwork's sales team visits at least 30 cities across the United States annually. Visits are comprised of meetings with dealers, architect and design firms and end users. Most end users are already OMNIA customers. If they are not, we always provide information to sign up if qualified. Page 17 of 36 pages Vendor: Enwork 24-01 Addendum 6 8 90-day Plan 6 Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: • Creation and distribution of a co -branded press release to trade publications • Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days. • Design, publication and distribution of co -branded marketing materials within first 90 days • Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier -specific trade shows, conferences and meetings throughout the term of the Master Agreement • Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. • Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement • Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) • Dedicated OMNIA Partners internet web -based homepage on Supplier's website with: •OMNIA Partners standard logo; •Copy of original Request for Proposal; •Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; •Summary of Products and pricing; •Marketing Materials •Electronic link to OMNIA Partners' website including the online registration page; •A dedicated toll -free number and email address for OMNIA Partners Enwork will write a press release notifying the market of the new award. Enwork will highlight products that are available on contract, and ways to receive product quotes or see samples. Targeted trade publications will include Monday Morning Quarter Back, Business of Furniture, EDUCAUSE, SCUP, Associates of University Interior Designers and My Resource Library Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days. Enwork's website will be updated within 24 hours of the award. This link will be included in all communications. First 10 days: Enwork will design a PDF announcement that will be emailed to all sales reps, dealers, and applicable end -users. This announcement will become a banner add on My Resource Library as well. First 30 days: Enwork will print and mail a postcard reminder of the contract award to active dealer sales reps. Extra copies will be mailed to Sales Reps and key dealers for distribution among OMNIA purchasing agencies. First 60-90 days: Additional social media posts and emails will be sent. The contract details will also be included in all relevant corporate literature, such as printed brochures and product sell sheets. Examples provided in uploaded document "B - Performance and Capability, 3.3 Marketing & Sales" 8 Transition 7 Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. OMNIA is Enwork's favored national purchasing contract. It is in Enwork's best interest to focus on and support a competitive, nationally recognized contract, instead of smaller state/regionally held contracts. Relative to most companies Enwork's size, we are on very few contracts, and it is in our best interest to keep it that way, to reduce unnecessary or redundant administrative tasks. Page 18 of 36 pages Vendor: Enwork 24-01 Addendum 6 8 Logo 8 Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. ❑ Yes ❑ No 8 Sales 9 Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Supplier's sales initiatives should communicate: • Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency • Best government pricing • No cost to participate • Non-exclusive 0 Yes ❑ No 9 Training U Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: • Key features of Master Agreement • Working knowledge of the solicitation process • Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners • Knowledge of benefits of the use of cooperative contracts 0 Yes ❑ No 9 Responsibility Provide the name, title, email and phone number for the person(s), who will be responsible for: • Executive Support • Marketing • Sales • Sales Support • Financial Reporting • Accounts Payable • Contracts Brandon Reame - VP of Sales - breame@enwork.com - 616-510- 0578 1 George Kudwa - Inside Sales Manager - gkudwa@enwork.com - 616-600-3083 9 Sales Force 2 Describe in detail how Supplier's national sales force is structured, including contact information for the highest - level executive in charge of the sales team. Enwork has assembled one of the best sales organizations in the industry. The internal team is comprised of seasoned sales executives, licensed designers, and dedicated customer care contacts. The external team includes the best independent sales rep network in the country, who have relationships with over 1,800 Enwork dealers. This model has proven successful, with the main result being double-digit sales growth that has outpaced the industry, since Enwork's beginning in 2003. Below is a graphic representation of our sales force. "Section B - Performance Capability - Section 3.3 Marketing, Sales" Page 19 of 36 pages Vendor: Enwork 24-01 Addendum 6 9 Implementation 3 Explain in detail how the sales teams will work with the OM IA Partners team to implement, grow and service the national program. Current and new relationships will be formed with the OM IA Partners, Public Sector team starting with the Enwork Sales & Customer Support Team. Relationships will also be developed through the Independent Sales Teams, at a local level. Because this contract is so important to Enwork, its VP Sales & Director of Business Development will proactively identify and develop new opportunities to grow sales with the OM IA Partners, Public Sector team. Please note that Enwork is already a participating supplier of OM IA and over the past 4 years has increased its sales by over 400% (over $6,000,000 in OM IA sales over the past two years) 9 Program Management 4 Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. Enwork is already a participating supplier to OM IA. Any contract detailed updates will happen immediately at time of award. Because the Education and Non -Profit Sectors are the two most important markets for Enwork to grow, the OM IA contract will be positioned as the main contract to transact through. Several sales folks will attend/exhibit at relevant trade shows (NIGP) go increase brand awareness. 9 Supplier's Customer List 5 State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. The below list of top 10 public agency customers are OMNIA orders: SO23020647 Byron Center Public Schools $23,938.56 02/15/2023 Fast Crank Height Adjustable Tables Custer Inc. (Loc's in MI & IN) Michigan Emily Heilig 616-402-8499 SO23030385 City of Newport Beach $19,363.40 03/09/2023 Sensation Next T-leg tables, Impression Conference Pivot (ALL) California Khoi Nguyen 949-394-3737 SO23031257 South San Francisco Library $171,518.31 03/30/2023 Sawhorse Conference, "Custom" Foundation Conference, Disc Bases, Zori Flip Tables, Landing Team Tables One Workplace California Lori Darrah Jones 415-867-6491 SO23040015 Niles Township $19,053.90 03/31/2023 Lockers, Kinsey Occasional Tables, Zori Teacher Desk, Sawhorse Henricksen Illinois Ally Wojick 847-275-1693 SO23061055 Transylvania, U $32,343.68 06/20/2023 Zori Training Tables Furniture Solutions For The Workplace (formerly Furniture Solutions - OH) Kentucky David Ware 859-338-2952 SO23070710 INDIANA CHAMBER OF COM RCE $19,646.40 07/19/2023 Impression Training Tables, Foundation Drum Conference Table Commercial Office Environments Indiana Sean Worland 317-472-1318 SO23080855 Catholic University of American $34,806.24 08/21/2023 "Custom" Value Style TT Flip Base Table Price Modern - Baltimore/DC/Lanham Maryland Steve Dragos 240-464-1757 SO23080962 Montclair State University $68,971.32 08/23/2023 Landing Team Tables Montclair State University New Jersey Sarah Molnoski 973-960-8376 SO23120456 Texas State Technical College $31,017.92 12/12/2023 Foundation Lectern, Expanse Credenza, Ligouri Credenza McCoy -Rockford - AUSTIN Texas Teresa Smith 979-220-5242 SO23020898 University of Florida $77,802.20 07/20/2023 Equilibrium Conference Tables Business Interiors - Gainesville, Florida Judy Osbirn 352.224.5161 9 System Capabilities and Limitations 6 Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. All orders are entered into an ERP system. This system is used to track all information found on a purchase order, schedule production, management inventory, and generate invoices. The system is incredibly robust, and we take great pride in the accuracy of the information. Enwork invoices orders once the product has shipped. Standard terms are NET 30. Payments are accepted via ACH, check and credit card. Enwork does not accept credit card payments online. There is a convenience fee of 3%. All order information is stored in order specific folders and in a company intranet drive. Information from a quote or original order through shipping photos and audit sign off are included in these folders. Page 20 of 36 pages Vendor: Enwork 24-01 Addendum 6 9 Projected Sales Year One 7 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $01 9 Projected Sales Year Two 8 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $01 9 Projected Sales Year Three 9 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 col L001 Attribute deleted as part of an Addendum 1 General Terms and Conditions 0 1 Respondent agrees to comply with the General Terms and Conditions provided as an attachment to this online bid event. Any deviations to the General Terms and Conditions may be provided using the procedures set forth in the attribute pertaining to deviations. ❑ I certify compliance with this attribute. 1 Felony Conviction Notification 0 State of Texas Legislative Senate Bill No. 1 Section 44.034, Notification of Criminal History, Subsection (a), states "a 2 person or business entity that enters into an agreement with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony". Subsection (b) states "a school district may terminate the agreement with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a), or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract". Subsection (c) states "this section does not apply to a publicly held corporation". Use the checkbox associated with this item to identify your status as it relates to this legal requirement. ❑ Non -Felon - person/owner IS NOT a convicted felon ❑ Not Applicable -firm is a publicly held corporation ❑ Felon - person/owner IS a convicted felon Page 21 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Name of Felon and Nature of Felony, if applicable U If response to previous attribute was "Felon - person/owner IS a convicted felon", vendor shall give the name of the 3 felon and details of conviction. If you did not answer "Felon - person/owner IS a convicted felon" in the previous question, type "N/A" in the respective field. N/A 1 Criminal History Records Review of Certain Contract Employees U Texas Education Code Chapter §22.0834 requires that criminal history records be obtained regarding covered 4 employees of entities that contract with a school entity in Texas to provide services for that school entity ("Contractors") and entities that contract with school entity contractors ("Subcontractors"). Covered employees with disqualifying criminal histories are prohibited from serving at a school entity. Contractors/Subcontractors contracting with a school entity shall (1) maintain compliance with the requirements of Texas Education Code Chapter 22 to the school entity; and (2) require that each of their subcontractors complies with the requirements of Texas Education Code Chapter 22. Contractors performing work at a school entity in Texas must comply with these statutes. Covered emplovees: Employees of a Contractor/Subcontractor who have or will have continuing duties related to the service to be performed at a school entity and have or will have direct contact with students. The school entity will be the final arbiter of what constitutes continuing duties and direct contact with students at their school. 211 certify compliance with this attribute. 1 Historically Underutilized Business (HUB) Certification U Businesses that have been certified by the Texas Building and Procurement Commission (TBPC) or other qualified 5 agency as Historically Underutilized Business (HUB) entities are encouraged to indicate their HUB status when responding to this proposal invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Select one of the available options: OPTION A: My business has NOT been certified as HUB. OPTION B: I certify that my business has been certified as a Historically Underutilized Business (HUB), and I have/will upload the certification information into the "Response Attachments" Tab located in this online bidding event. 0 OPTION A 0 OPTION B Page 22 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Disclosure of Interested Parties U Texas state law requires the Disclosure of Interested Parties be filed with a public entity, including regional service 6 centers and school districts, for any contract which: (1) requires an action or vote by the governing body; or (2) has a value of $1 million or more; or (3) for any services provided that would require an individual to register as a lobbyist under TX Gov't Code Chapter 305. NOTE: This form is not required if the vendor is a publicly -traded business entity, including a wholly -owned subsidiary of the business entity (a company in which ownership is dispersed among the general public via shares of stock which are traded via at least one stock exchange or over-the-counter market). If you are required by law to submit this form, it must be completed online at the Texas Ethics Commission website. Obtain a numbered certificate and click the link below to access the instructions and to complete this required form. Upon completion, vendors required to submit the form must attach it to the proposal via the "Response Attachments" Tab. Click here to complete the form on the Texas Ethic Commission's 1295 Form webaaae. Please note: The District must verify receipt of all required 1295 forms received within 30 days on the Texas Ethics Commission website. This verification does not indicate a contract award. Contract awards will be issued via direct communication from the AISD Purchasing Department. A contract requiring a Disclosure of Interested Parties form is voidable at any time if: (1) the governmental entity or state agency submits to the business entity written notice of the business entity's failure to provide the required disclosure; and (2) the business entity fails to submit to the governmental entity or state agency the required disclosure on or before the 10th business day after the date the business entity receives the written notice. IF UNDER LAW YOU ARE EXEMPT FROM SUBMITTING THIS 1295 FORM, PROPOSERS MUST SUBMIT A DOCUMENT THAT SHOWS PROOF OF THIS EXEMPTION. ENTITY TYPES THAT ARE EXEMPT AND SHOULD ATTACH THIS PROOF ARE LISTED IN STATUE AS: • a sponsored research contract of an institution of higher education; • an interagency contract of a state agency or an institution of higher education; • a contract related to health and human services if: • the value of the contract cannot be determined at the time the contract is executed; and • any qualified vendor is eligible for the contract; • a contract with a publicly traded business entity, including a wholly owned subsidiary of the business entity; • a contract with an electric utility, as that term is defined by Section 31.002, Utilities Code; or • a contract with a gas utility, as that term is defined by Section 121.001, Utilities Code. 211 certify compliance with this attribute. Page 23 of 36 pages Vendor: Enwork 24-01 Addendum 6 Conflict of Interest Questionnaire 1 0 7 Region 4 Education Service Center (Region 4) is required to comply with Texas Local Government Code Chapter 176, Disclosure of Certain Relationships with Local Government Officers. House Bill 23 significantly changed Chapter 176 as well as the required disclosures and the corresponding forms. As of September 1, 2015, any vendor who does business with Region 4 or who seeks to do business with Region 4 must fill out the new Conflict of Interest Questionnaire (CIQ) if a conflict of interest exists. A conflict of interest exists in the following situations: 1) If the vendor has an employment or other business relationship with a local government officer of Region 4 or a family member of the officer, as described by section 176.003(a)(2)(A) of the Texas Local Government Code; or 2) If the vendor has given a local government officer of Region 4, or a family member of the officer, one or more gifts with the aggregate value of $100, excluding any gift accepted by the officer or a family member of the officer if the gift is: (a) a political contribution as defined by Title 15 of the Election Code; or (b) a gift of food accepted as a guest; or 3) If the vendor has a family relationship with a local government officer of Region 4. "Vendor" means a person who enters or seeks to enter into a contract with a local governmental entity. The term includes an agent of a vendor. The term includes an officer or employee of a state agency when that individual is acting in a private capacity to enter into a contract. The term does not include a state agency except for Texas Correctional Industries. Texas Local Government Code 176.001(7). "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Texas Local Government Code 176.001(3). "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Texas Local Government Code 176.001(2-a). "Local government officer" means: (A) a member of the governing body of a local governmental entity; (B) a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or (C) an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. Texas Local Government Code 176.001(4). Individuals serving as a Member of the Board of Directors, the Executive Director, Cabinet Members, and other local government officers may be found at: htti3s://www.esc4.net/about/about-reaion-4. For additional information on Conflict of Interest Questionnaire, and the statutes that mandate it, please visit the following links: Texas Local Government Code. Section 176 Texas House Bill 23 A blank Conflict of Interest Questionnaire is available by clicking: httos://www.ethics.state.tx.us/data/forms/conflict/CIQ.r)df. If your firm is required to return a completed Conflict of Interest Questionnaire with your proposal submission, use the "Response Attachments" Tab to upload the completed document. 211 certify compliance with this attribute. Page 24 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Entities that Boycott Israel 0 8 Pursuant to Chapter 2271 of the Texas Government Code, the Respondent hereby certifies and verifies that neither the Respondent , nor any affiliate, subsidiary, or parent company of the Respondent , if any (the "Respondent Companies"), boycotts Israel, and the Respondent agrees that the Respondent and Respondent Companies will not boycott Israel during the term of this Agreement. For purposes of this Agreement, the term "boycott' shall mean and include refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. EXCEPTIONS: Clause only applies to contracts and contractors that meet the following criteria: (i) Respondent is not a sole proprietorship; (ii) with 10 or more full-time employees; and (iii) with a contract to be paid a value of $100,000 or more wholly or partially from public funds of the governmental entity. 211 certify compliance with this attribute. 1 Foreign Terrorist Organizations 0 9 Section 2252.152 of the Texas Government Code prohibits Region 4 ESC from awarding a contract to any person who does business with Iran, Sudan, or a foreign terrorist organization as defined in Section 2252.151 of the Texas Government Code. Respondent certifies that it not ineligible to receive the contract. 211 certify compliance with this attribute. 1 Firearm Entities and Trade Associations Discrimination 1 0 Respondent verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. APPLICABILITY: This clause applies only to a contract that: (1) is between a governmental entity and a company with at least 10 full-time employees; and (2) has a value of at least $100,000 that is paid wholly or partly from public funds of the governmental entity. EXCEPTIONS: This clause is not required when a state Agency: (1) contracts with a sole -source provider; or (2) does not receive any bids from a company that is able to provide the written verification required by Section 2274.002(b) of the Texas Government Code. 211 certify compliance with this attribute. Energy Company Boycott Prohibited Respondent represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. EXCEPTIONS: Clause only applies to contracts and contractors that meet the following criteria: (i) a "company" within the definitions of Section 2274.001(2) of the Tex. Gov't Code; (ii) with 10 or more full-time employees; and (iii) with a contract to be paid a value of $100, 000 or more wholly or partially from public funds of the governmental entity. 211 certify compliance with this attribute. 1 Critical Infrastructure Affirmation 1 Pursuant to Government Code Section 2274.0102, Respondent certifies that neither it nor its parent company, nor 2 any affiliate of Respondent or its parent company, is: (1) majority owned or controlled by citizens or governmental entities of China, Iran, North Korea, Russia, or any other country designated by the Governor under Government Code Section 2274.0103, or (2) headquartered in any of those countries. EXCEPTION: Clause only applies to solicitations and contracts in which the contractor would be granted direct or remote access to or control of critical infrastructure, as defined by Section 2274.0101 of the Texas Government Code, in this state, other than access specifically allowed for product warranty and support purposes. The Governor of the State of Texas may designate countries as a threat to critical infrastructure under Section 2274.0103 of the Texas Government Code. Agencies should promptly add any country that is designated by the Governor to this clause." 0 I certify compliance with this attribute. Page 25 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Open Records Policy 1 All proposals, information and documents submitted are subject to the Public Information Act requirements 3 governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: OPTION A: We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. OPTION B: We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act and these requested exemptions are uploaded into the "Response Attachments" Tab located in this online bidding event. (Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confidential and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) ❑ OPTION A - No proprietary information ❑ OPTION B - Proprietary information marked 1 Consent to Release Proposal Tabulation 1 Notwithstanding anything explicitly and properly declared as Confidential or Proprietary Information to the contrary, 4 g Y 9 p Y p p Y p Y Y by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the District may publicly release, including posting on the public Region 4 ESC and/or OMNIA Partners website(s), a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), unit price(s), hourly labor rate(s), or other specified pricing; and Vendor award notice information. 1 1 certify compliance with this attribute. Page 26 of 36 pages Vendor: Enwork 24-01 Addendum 6 Contracting Information 1 1 5 1 1 7 If Vendor is not a governmental body and (a) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC; or (b) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC in a fiscal year of REGION 4 ESC, the following certification shall apply; otherwise, this certification is not required. As required by Tex. Gov't Code § 552.374(b), the following statement is included in the RFP and the Agreement (unless the Agreement is (1) related to the purchase or underwriting of a public security; (2) is or may be used as collateral on a loan; or (3) proceeds from which are used to pay debt service of a public security of loan): "The requirements of Subchapter J, Chapter 552, Government Code, may apply to this RFP and Agreement and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter." Pursuant to Subchapter J, Chapter 552, Texas Government Code, the Vendor hereby certifies and agrees to (1) preserve all contracting information related to this Agreement as provided by the records retention requirements applicable to REGION 4 ESC for the duration of the Agreement; (2) promptly provide to REGION 4 ESC any contracting information related to the Agreement that is in the custody or possession of the Vendor on request of REGION 4 ESC; and (3) on completion of the Agreement, either (a) provide at no cost to AISD all contracting information related to the Agreement that is in the custody or possession of Vendor, or (b) preserve the contracting information related to the Agreement as provided by the records retention requirements applicable to REGION 4 ESC. 211 certify compliance with this attribute. Anti -Trust Certification Statement Vendor affirms under penalty of perjury of the laws of the State of Texas that: (1) 1 am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company have violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company have violated any federal antitrust law; and (4) Neither I nor any representative of the Company have directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. 211 certify compliance with this attribute. Federal Rule (A) - Contract Term Violations (A) Contracts for more than the simplified acquisition threshold currently set at $250,000 (2 CFR §200.320), which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when federal funds are expended by Region 4 ESC, Region 4 ESC reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. 211 certify compliance with this attribute. Page 27 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Federal Rule (B) - Termination Conditions 1 8 (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when federal funds are expended by REGION 4 ESC, REGION 4 ESC reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Vendor, in the event vendor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order, (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation; (4) to the greatest extent authorized by law, if an award no longer effectuates the program goals or priorities of the Federal awarding agency or REGION 4 ESC. REGION 4 ESC also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if REGION 4 ESC believes, in its sole discretion that it is in the best interest of REGION 4 ESC to do so. The vendor will be compensated for work performed and accepted and goods accepted by REGION 4 ESC as of the termination date if the contract is terminated for convenience of REGION 4 ESC. Any award under this procurement process is not exclusive and REGION 4 ESC reserves the right to purchase goods and services from other vendors when it is in the best interest of REGION 4 ESC. 211 certify compliance with this attribute. 1 Federal Rule (C) - Equal Employment Opportunity 1 9 (C) Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60- 1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." It is the policy of REGION 4 ESC not to discriminate on the basis of race, color, national origin, gender, limited English proficiency or disabling conditions in its programs. Vendor agrees not to discriminate against any employee or applicant for employment to be employed in the performance of this Contract, with respect to hire, tenure, terms, conditions and privileges of employment, or a matter directly or indirectly related to employment, because of age (except where based on a bona fide occupational qualification), sex (except where based on a bona fide occupational qualification) or race, color, religion, national origin, or ancestry. Vendor further agrees that every subcontract entered into for the performance of this Contract shall contain a provision requiring non-discrimination in employment herein specified binding upon each subcontractor. Breach of this covenant may be regarded as a material breach of the Contract. Pursuant to Federal Rule (C) and the requirements stated above, when federal funds are expended by REGION 4 ESC on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. 211 certify compliance with this attribute. Page 28 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 2 0 1 2 1 1 2 2 Federal Rule (D) - Davis Bacon Act/Copeland Act (D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when federal funds are expended by REGION4 ESC, during the term of an award for all contracts and subgrants for construction or repair, the vendor will be in compliance with all applicable Davis -Bacon Act provisions. 211 certify compliance with this attribute. Federal Rule (E) - Contract Work Hours and Safety Standards Act (E) (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act. 0 I certify compliance with this attribute. Federal Rule (F) - Rights to Inventions Made Under a Contract or Agreement (F)If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. 211 certify compliance with this attribute. Page 29 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Federal Rule (G) - Clean Air Act/Federal Water Pollution Control Act 3 (G) The Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- 1387), as amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the vendor certifies that the vendor will be in compliance with 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 (Pub. L. 94-163, 89 Stat. 871). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process in excess of $100,000, the vendor certifies that the vendor is in compliance with all applicable standards, orders, regulations, and/or requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15. Pursuant to Federal Rule (G) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. 211 certify compliance with this attribute. 1 Federal Rule (H) - Debarment and Suspension 2 4 (H) (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency or by the State of Texas. Vendor shall immediately provide written notice to REGION 4 ESC if at any time the vendor learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances. REGION 4 ESC may rely upon a certification of a vendor that the vendor is not debarred, suspended, ineligible, or voluntarily excluded from the covered contract, unless REGION 4 ESC knows the certification is erroneous. 1 1 certify compliance with this attribute Page 30 of 36 pages Vendor: Enwork 24-01 Addendum 6 Federal Rule (1) - Byrd Anti -Lobbying Amendment 1 2 5 1 2 6 (1) (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. Pursuant to Federal Rule (1) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term and after the awarded term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti - Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certificate is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 211 certify compliance with this attribute. Federal Rule (J) - Procurement of Recovered Materials (J) When federal funds are expended by REGION 4 ESC, REGION 4 ESC 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: (1) procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Pursuant to Federal Rule (J) above, when federal funds are expended REGION 4 ESC, as required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)), the vendor certifies, by signing this document, that the percentage of recovered materials content for EPA -designated items to be delivered or used in the performance of the contract will be at least the amount required by the applicable contract specifications or other contractual requirements. �!❑ I certify compliance with this attribute. Page 31 of 36 pages Vendor: Enwork 24-01 Addendum 6 Federal Rule (K) - Prohibition on certain Telecom and Surveillance Service and Equipment 1 2 7 1 2 8 1 2 9 (K) Region 4 ESC, as a non-federal entity, is prohibited from obligating or expending Federal financial assistance, to include loan or grant funds, to: (1) procure or obtain, (2) extend or renew a contract to procure or obtain, or (3) enter into a contract (or extend or renew a contract) to procure or obtain, equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system. Covered telecommunications equipment is telecommunications equipment produced Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) and physical security surveillance of critical infrastructure and other national security purposes, and video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) for the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes detailed in 2 CFR § 200.216. The Respondent certifies that it will not purchase equipment, services, or systems that use covered telecommunications, as defined herein, as a substantial or essential component of any system, or as critical technology as part of any system. 211 certify compliance with this attribute. Federal Rule (L) - Buy American Provisions (L) As appropriate and to the extent consistent with law, REGION 4 ESC has a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, including but not limited to iron, aluminum, steel, cement, and other manufactured products, when spending federal funds. Vendor agrees that the requirements of this section will be included in all subawards including all contracts and purchase orders for work or products under this award, to the greatest extent practicable under a Federal award. Purchases that are made with non-federal funds or grants are excluded from the Buy American Act. Vendor certifies that it is in compliance with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must still follow the applicable procurement rules calling for free and open competition. "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 0 I certify compliance with this attribute Federal Rule - Required Affirmative Steps for Small, Minority, And Women -Owned Firms for Contracts Paid for with Federal Funds When federal funds are expended by REGION 4 ESC, Vendor is required to take all affirmative steps set forth in 2 CFR 200.321 to solicit and reach out to small, minority and women owned firms for any subcontracting opportunities on the project, including: 1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. ❑ I certify compliance with this attribute. Page 32 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Federal Rule - Federal Record Retention 3 0 When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the vendor certifies that it will comply with the record retention requirements detailed in 2 CFR §200.334. The vendor further certifies that vendor will retain all records as required by 2 CFR §200.334 for a period of five (5) years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Vendor agrees that REGION 4 ESC, Inspector General, Department of Homeland Security, FEMA, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any books, documents, papers and records of Vendor, and its successors, transferees, assignees, and subcontractors that are directly pertinent to the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Vendor agrees to provide the FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Contract. 211 certify compliance with this attribute. 1 Federal Rule - Profit Negotiation 3 For purchases using Federal funds in excess of $250,000, REGION 4 ESC may be required to negotiate profit as a 1 separate element of the price. (See 2 CFR 200.324(b)). When required by REGION 4 ESC, Vendor agrees to provide information relating to profitability of the given transaction and itemize the profit margin as a separate element of the price. 211 certify compliance with this attribute. 1 Federal Rule - Solid Waste Disposal Act 3 A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must 2 comply with section 6002 of the Sold 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 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceed $10,000; procuring sold 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. (78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014.) Pursuant to this federal rule, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of all contracts resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in this paragraph. 211 certify compliance with this attribute. Page 33 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Federal Rule - Never Contract with the Enemy — 2 C.F.R. § 200.215 3 When federal funds are expended by REGION 4 ESC for grant and cooperative agreements, or any contract 3 resulting from this procurement process, that are expected to exceed $50,000 within the period of performance, and are performed outside of the United States, including U.S. territories, to a person or entity that is actively opposing United States or coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities, REGION 4 ESC will terminate any grant or cooperative agreement or contract resulting from this procurement process as a violation of Never Contract with the Enemy detailed in 2 CFR Part 183. The vendor certifies that it is neither an excluded entity under the System for Award Management (SAM) nor Federal Awardee Performance and Integrity Information System (FAPIIS) for any grant or cooperative agreement terminated due to Never Contract with the Enemy as a Termination for Material Failure to Comply. AISD has a responsibility to ensure no Federal award funds are provided directly or indirectly to the enemy, to terminate subawards in violation of Never Contract with the Enemy, and to allow the Federal Government access to records to ensure that no Federal award funds are provided to the enemy. 211 certify compliance with this attribute. 1 Applicability to Subcontractors 3 Vendor agrees that all contracts it awards pursuant to this procurement action shall be bound by the terms and 4 conditions of this procurement action. 211 certify compliance with this attribute. 1 Compliance with the Energy Policy and Conservation Act 3 5 When REGION 4 ESC expends federal funds for any contract resulting from this procurement process, Vendor certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). 211 certify compliance with this attribute. Page 34 of 36 pages Vendor: Enwork 24-01 Addendum 6 Indemnification 1 3 6 Acts or Omissions Vendor shall indemnify and hold harmless Region 4, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES arising out of, or resulting from any acts or omissions of the Vendor or its agents, employees, subcontractors, Order Fulfillers, or suppliers of subcontractors in the execution or performance of the Contract and any Purchase Orders issued under the Contract. Infrinaements a) Vendor shall indemnify and hold harmless Region 4 and Customers, AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES from any and all third party claims involving infringement of United States patents, copyrights, trade and service marks, and any other intellectual or intangible property rights in connection with the PERFORMANCES OR ACTIONS OF VENDOR PURSUANT TO THIS CONTRACT. VENDOR AND THE CUSTOMER AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. b) Vendor shall have no liability under this section if the alleged infringement is caused in whole or in part by: (i) use of the product or service for a purpose or in a manner for which the product or service was not designed, (ii) any modification made to the product without Vendor's written approval, (iii) any modifications made to the product by the Vendor pursuant to Customer's specific instructions, (iv) any intellectual property right owned by or licensed to Customer, or (v) any use of the product or service by Customer that is not in conformity with the terms of any applicable license agreement. c) If Vendor becomes aware of an actual or potential claim, or Customer provides Vendor with notice of an actual or potential claim, Vendor may (or in the case of an injunction against Customer, shall), at Vendor's sole option and expense; (i) procure for the Customer the right to continue to use the affected portion of the product or service, or (ii) modify or replace the affected portion of the product or service with functionally equivalent or superior product or service so that Customer's use is non -infringing. Taxes/Workers' Compensation/UnemDlovment Insurance — Includina Indemnitv a) VENDOR AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF THIS CONTRACT, VENDOR SHALL BE ENTIRELY RESPONSIBLE FOR THE LIABILITY AND PAYMENT OF VENDOR'S AND VENDOR'S EMPLOYEES' TAXES OF WHATEVER KIND, ARISING OUT OF THE PERFORMANCES IN THIS CONTRACT. VENDOR AGREES TO COMPLY WITH ALL STATE AND FEDERAL LAWS APPLICABLE TO ANY SUCH PERSONS, INCLUDING LAWS REGARDING WAGES, TAXES, INSURANCE, AND WORKERS' COMPENSATION. THE CUSTOMER AND/OR REGION 4 SHALL NOT BE LIABLE TO THE VENDOR, ITS EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION OR ANY BENEFIT AVAILABLE TO A STATE EMPLOYEE OR EMPLOYEE OF ANOTHER GOVERNMENTAL ENTITY CUSTOMER. b) VENDOR AGREES TO INDEMNIFY AND HOLD HARMLESS CUSTOMERS, REGION 4 AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, AND/OR ASSIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEYS' FEES, AND EXPENSES, RELATING TO TAX LIABILITY, UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION IN ITS PERFORMANCE UNDER THIS CONTRACT, VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. 211 certify compliance with this attribute. 1 Excess Obligations Prohibited 3 Proposer understands that all obligations of Region 4 ESC under the contract are subject to the availability of state 7 funds. If such funds are not appropriated or become unavailable, the contract may be terminated by Region 4 ESC. 211 certify compliance with this attribute. 1 Suspension and Debarment 3 8 Respondent certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared ineligible, or otherwise excluded from participation in the contract by any state or federal agency. 211 certify compliance with this attribute. Page 35 of 36 pages Vendor: Enwork 24-01 Addendum 6 1 Change in Law and Compliance with Laws 9 Proposer shall comply with all laws, regulations, requirements and guidelines applicable to a vendor providing 9 services and products required by the contract to the Region 4 ESC, as these laws, regulations, requirements and guidelines currently exist and as amended throughout the term of the contract. Region 4 ESC reserves the right, in its sole discretion, to unilaterally amend the contract prior to award and throughout the term of the contract to incorporate any modifications necessary for compliance with all applicable state and federal laws, regulations, requirements and guidelines. 211 certify compliance with this attribute. Page 36 of 36 pages Vendor: Enwork 24-01 Addendum 6 Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be submited, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is submitted with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: XOfferor takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: 1f none are listed below, it is understood that no exceptionslde►oiafions are taken.) a Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offerors proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Exception/Proposed Modification Accepted Specification (For Region 4 ESC's use) Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC's OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC's Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt. in addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) os-110 4 Date Authorized Signature & Title Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.005) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: f . I am duly authorized to execute this Contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; 2. In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; ;1. In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and 4. Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company Contact �/VWQ ��-__ I X°l O CkA,=,f PQ1ic#- Lo-tif f_ M_r K9 3�1 Address Phone Fax Official Authorizing Proposal r Signature Or! nted Name L,-" Pf 51`7 r&5 f �rr�cei[�n Position with Company Signature Printed Name Position with Company CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2024-1165172 ASSA Group, Inc. dba Enwork Lowell, MI United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/22/2024 being filed. Region 4 Education Service Center / OMNIA Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 24-01 Contract Furniture Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Powell, David Lowell, MI United States X Powell, Kelli Lowell, MI United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name is My address is (street) , and my date of birth is (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.d378aba( Appendix C, DOC # 4 Texas Government Code 2270 Verification Form House Bill 89 (85R Legislative Session). which adds Chapter 2270 to the Texas Government Code, provides that a governmental entity may not enter into a contract with a company without verification that the contracting vendor does not and will not boycott Israel during the term of the contract Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the Texas Comptroller. I, /r`g n C�cy - R rPc=, k," C_ as an authorized representative of & I WC7 Q k-- a contractor engaged by Insert Name of Company Reqion 4 Education Service Center, 7145 West Tidwell Road, Houston, TX 77092, verify by this writing that the above -named company affirms that it (1) does not boycott Israel, and (2) will not boycott Israel during the term of this contract, or any contract with the above -named Texas governmental entity in the future Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at httpSJlcomptroller.texas.gov/ourchasinci/docs/foreign-terronstpoL I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above -named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above -named Texas governmental entity. I swear and affirm that the above is true and correct. ,tz"6&Q-c� 6 /0 (112 , , Signature of Named Authorized_Company Representative bate OMNIA Sales/Gossamer Relerence5.2019-2024 Order Number End User Ober Biu Order Date 1, do lMix Dealer bcation s— Dealer co -in., Phone Number S021060307 Towson University $69.288.00 6/9/2021 Zon Ca Tables& Disc ease Tables MOI Mary an Chnstoo er Lobianco 410-6524192 S0210700% SG Mays Academy $65,299007/6/2021 Environments/ Oregon Corporate Env ents of Zon Teacher Desks/Le nns Oregon Inc Beth Not 612-803-5825 IS022020242 SPOKANE SCHOOLS $116,94078 2/8/2022 The Creadve Office Washingron S Acex roraae.5olano 4-Post. Solano%bases Gavle Belt 206-627-8816 SO22020657 DELMAR STEM $337,951 00 221/2022 Workplace Texas Resource LLC dba ARr.d Williams & Co. (Loc's TX & LA) Co. SO22031130 NWEJATC $64,796 AtV312022 Zon Teacher Desks/"Custom'Zori Technolo¢v Tables Total Office Washingron Rotlri¢uez 512-7991132 Concepts (3 WA IS023020647 Byron Center Public Schools $23,9385&Vl 52023 Imoression Conference. Acex Stora¢e locations) Custer Inc.(Loc's in Michigan Lisa Carlile 509-520-3356 Fast Crank Hm¢ht Atli obl,Tables MI&IN) Emdv Hedi¢ 616-402-8499 IS023030311 S023031257 CRy of Newood Beach South San Francisco Ubrsry $19.363.40319/2023 $171.518313130/2023 Sensation Ne T-Ie¢tab—Immessmn Confereno, Sawhorse Conference,••Custom" Foundabon Conkrence,Disc Ics ,Zor( Pi,.(ALL) One Workplace California California Khoi N¢uven Lon Darrah Jones 949-394-3]3] 415-86]-6491 Frio Tables, Iandme Team Tables IS023040015 Niles Townshio $19.053.903131/2023 Lockers. Kinsey Occasional Tablea Teacher Desk. Sawhorse Henricksen Illinois AIIVWoiick U-754693 SO23061055 Transylvania,U $32,34368620/2023 Furniture Soludons KenWcky For The Workplace (fon—dy Furniture Solutions -OH) Zon Trainin¢Tables ­e Ware 859-3381952 IS023070710 INDIANA CHAMBER OF COMMERCE $19,646 40 7/19/2023 Commercial Office Indiana SO23010855 Catholic University o1Amerkan $34,8062*8 1/2023 Imoression Trmmn¢Tables. Foundabon Drum Conference Table Environments Price Modern- Maryland Sean Worland 317-4724318 BaBinn, WDC/Lanha "Custom" Value Style TT Fbo Base Table Steve Dra¢os NO-4 -1]5] IS023080962 nlclair Slate University $68.971328/232023 Montclair Slate New Jersey Landin¢ Team Tables University Sarah MOlnoski 973-9604376 IS023120456 Texas State Technical College $31,0179212/12/2023 McCoy-ROckford- Texas Foundabon Lectern. Exoanse Credenza Li¢oun Credenza AUSTIN Teresa5miM 9]9-220-5242 S024011421 CITY OF TOLEDO $29.490.721/12/2024 Zon FloTable. landm¢ Team­Imoressoin Tie¢ table American lnreriors Ohio Carne Miller 419-345-8809 S024020133 Wichita State Univ $19.239902/5/2024 John A Marshall Co Kansas Exoanse Conference Table lennrer Drake 316-260-0121 WA ■ NH MEN VT ' MT NO ■ MN `M CR NY ID SD WI ■ MI%.R1 wy — 1 PA CT lA ■ ■ NJ ■ — — — NE IL IN OH R 1. DE NV U11 LOT 1 VVA ��MD CA CO ■ KS MO ■ KY ■ NC TN x OK - -- SC ■ AZ NM * AR MS AL GA FL ENNWORK June 4, 2024 To Whom It May Concern: ASSA Group, Inc. dba Enwork is a privately held company. We are 100% owned and operated by David and Kelli Powell, based in Lowell, Michigan. As a family - owned company, we do not publish our financials or share revenue data publicly. Since the company's inception over 20 years ago, Enwork has remained in a strong and reliable financial position. We are happy to provide banking references or vendor contacts upon request. You can also reach out to Kelli Powel, the Company's CFO and co-owner at kpowell@enwork.com. Best regards, Brandon Reame Vice President, Sales & Marketing breamena enwork.com m: 616.510.0578 P 1.80C}.815.7251 1 12900 ChFiskupher Urtve, Lowell, M1 44331 ENWORK Section A I Products/ Pricing i. Offerors shall provide pricing based on a discount from a manufacturer's price list or catalog, or fixed price, or a combination of both with indefinite quantities. Offeror may offer their complete product, and service offering as a balance of line. Prices listed will be used to establish the extent of a manufacturer's product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. The discount proposed shall remain the same throughout the term of the contract and at all renewal options. Enwork is submitting the full VI Commercial Pricelist, which includes all commercially available products. Our price list includes (45) product collections and is comprised of over (500) pages. ii. Include an electronic copy of the catalog from which a discount, or fixed price, is calculated. Electronic price lists must contain the following: (if applicable) • Manufacturer part # • Offeror's Part # (if different from manufacturer part #) • Description • Manufacturers Suggested List Price and Net Price • Net price to Region 4 ESC (including freight) Submitted price list must include the Offerors' company name, name of the solicitation, and date. All prices include freight when orders are over $1,500 net. Discounts are by order size, as follows: $0 - $30,000 list: 60% $30,001 - $60,000 list: 60% $60,001 - $120,000 list: 63% $120,001 +: 65% iii. List the category or categories you are offering. Systems Furniture W • Freestanding Furniture x • Filing Systems, Storage and Equipment a Technology and Esports Support Furniture N • Library Furniture } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK • Cafeteria Furniture • Learning Spaces Furniture • Audio/ Visual Furniture • Educational Office Furniture • Career/ Technical Education Furniture • Related and Ancillary Products, Accessories, and Solutions (quick ship) iv. Is pricing available for all products and services? The provided discount tier applies to all products in the VA 9 commercial pricelist. v. Furniture Offerings: New, Used, Parts, Accessories, Service and Repair, Trade Ins, Leasing/Financing and provide pricing structure for each of these items. Enwork only offers new made to order products. vi. What is the ability to provide custom or special orders furniture products? Include catalogs and any fees related to customs or special orders. From show -stopping conference tables to desks with never -before -seen functionality, Enwork Studio exists to answer your specific needs. Whether you're interested in a fully custom design or want to explore innovative materials and technology, we're here for projects large and small. Enwork Studio is supported by talented designers, engineers, and materials experts. One of our most recent Studio success stories came through Del Mar College (OMNIA customer). They had multiple classrooms with custom Enwork furniture. This project was driven through the OMNIA contract. Please note there are no additional fees utilizing the Enwork Studio team and customer furniture procurement process. Enwork Studio Page: https://www.enwork.com/studio-services Example of an OMNIA project that went through the Enwork Studio Team: • Custom Zori Student Desk I Del Mar College - 2022 _r- P 1-800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK vii. Describe any minimums order quantities or fees. Orders less than $1500 net are assessed a $150 net freight fee viii. Describe ordering methods, tracking, and reporting. Ordering Methods/ Tracking All orders are entered into an ERP system. This system is used to track all information found on a purchase order, schedule production, management inventory, and generate invoices. The system is incredibly robust, and we take great pride in the accuracy of the information. Enwork's on time delivery rate for 2024 is over 97%. This has been a reliable % for Enwork for some time. Orders over $60,000 net receive extra attention through our Executive Sponsored Major Order team, which meets twice per week to ensure successful delivery of large/ or high -profile projects. Reporting Enwork has a contract team comprised of an Inside Sales Manager and Customer Care Lead in addition to the team members in our finance and accounting departments. These team members work together to ensure all orders are processed with accurate pricing / discounting information and align with any intricacies relative to the purchasing contract. All contract orders are processed with a Special Price Agreement (SPA) number, which is applied at time of order, and always associated with orders as they are processed. This also allows Enwork to search for all orders that are part of the contract, run sales reports, and pay the appropriate administrative fees. The SPA number is included on all contract summary documents and is something our sales reps and dealers are in the habit of using. Enwork accepts orders from only two ways, dealers, and end -users. ix. Describe any shipping charges. i. Describe delivery charges along with definitions for: RFP Page 13 1. Dock Delivery 2. Inside Delivery 3. Deliver and Install Pricing and discounting includes shipping and Dock Delivery. Inside Delivery and Installation is to be quoted by the servicing dealer. x. Provide pricing for warranties on all products and services. Exclusive 12 Year Limited Warranty Enwork warrants that the goods shall be free from defects in materials or workmanship for a period of twelve (12) years except as follows. Chairs are warranted for single shift, standard commercial usage, defined as a standard 8-hour work day, five days a week, when the product is used by a person weighing less than 250 Ibs, unless otherwise noted. Proxi Electric bases are warranted for a period of seven (7) years. Taper edge (contour laminate) worksurfaces, lighting, height -adjustable tables, monitor arms, electrical components, pneumatic cylinders, locks, drawer slides, and glides are warranted for a period of five (5) years. Casters are warranted for a period of one (1) year. There is no warranty for "self - edge" chipping or peeling, or on refrigerators. C3 Upholstery fabrics, vinyl, and polyurethanes are warranted from defects in material and workmanship for five (5) years a W except for Pixley, Milan, Capri, Ardi, Reko, and Monaco chairs which are warranted for three (3) years. Customer's own = materials (COM) are not covered by this warranty. Consult with upholstery materials suppliers for performance criteria a and suitability of individual materials. Textiles and laminates are sold subject to minor variations of color. Since textiles P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK vary in weave, thickness and memory, some creasing and/or gathering may occur during the upholstery application process. Because leather is a natural product, variations of texture are common and should be expected. This warranty excludes any type of misuse, abuse, as well as ordinary wear and tear. Pursuant to this warranty, if a product fails under ordinary use as a result of a defect in materials or workmanship, Enwork will, at its option, (a) repair the affected product at no charge, (b) replace the affected product at no charge with a new or refurbished product of comparable function, performance, and quality, or (c) refund the original purchase price for the affected product if repair or replacement is not commercially practicable or cannot be completed in a timely manner. This warranty applies solely to the original Buyer with the period starting on the date of shipment, and only for products shipped to and sold for use in the U.S. and Canada. This is Enwork's sole and exclusive warranty, and the Buyer waives all others. The foregoing warranty shall not apply to damage caused under the following circumstances: (a) damage caused during shipping (this will be handled under separate terms); (b) modifications or attachments to the product that are not Enwork approved; (c) products that were not installed, used or maintained in accordance with product instructions and normal industry practice; (d) products used for rental purpose; (e) damage caused by misapplication of cleaning product; (f) natural variations in wood grain, color, texture, figure, or the presence of character marks; or (g) changes in surface finishes due to aging or exposure to light; or (h) damage, marking, or staining of veneer surfaces due to contact with rubber or similar compounds, damage from sharp objects, or imprinting from writing instruments. If a damaged product is repairable, Enwork may, at its option, permit the Buyer to repair the item and Enwork will issue a credit to the Buyer in accordance with Enwork's repair allowance schedule. Warranty Disclaimer. Enwork expressly and unconditionally disclaims any and all warranties, express or implied, including but not limited to any warranties of fitness for a particular purpose or merchantability, or warranties based on oral representations from Enwork's personnel or agents, affirmations, models, drawings, samples, promotional literature whether in print, on the internet or in any other format or media. Limitation of Liability. Enwork's maximum cumulative liability to buyer shall not exceed the purchase price of the goods claimed defective. In no event shall Enwork be liable for any indirect, incidental, special or consequential damages of any type or kind, including but not limited to lost profits, lost business opportunities or lost goodwill, relating to the goods sold hereunder, their installation or use, whether in contract, tort pursuant to statute or otherwise, even if Enwork has been advised of the possibility of such damages. Indemnity. Buyer shall indemnify and save Enwork harmless from and against all claims of any type or kind for personal injury or property damage, including all costs and attorney's fees, made or alleged as a result of Buyer in any way or manner incorporating or installing any item purchased herein into another product manufactured, assembled, sold or marketed by Buyer. No Design or other services provided. This agreement involves the sale of goods only. Buyer does not hire Enwork to perform any design services or for the production of any drawing or other media relative to the goods sold pursuant to this Agreement or Buyer's end product. To the extent that Enwork offers any advice or produces any drawings or other media, Enwork does so as a courtesy to the Buyer and Buyer agrees that it will not rely on such advice, drawing or other media and Enwork shall not be liable for any matter arising from such advice, drawings or other media. Buyer shall have no recourse against Enwork for any services of any type or kind. Buyer shall be solely and exclusively responsible for use and/ or installation of all items purchased herein. The items sold herein are based on Buyer's descriptions and Buyer bears sole responsibility for ensuring that the products sold meet Buyer's needs and expectations and are suitable for Buyer's intended use. Enwork is not responsible for Buyer's inaccurate or inadequate design or Buyer's furnishing of incorrect information. Correction of Errors. Enwork shall have the right to correct any errors, whether clerical or mathematical, which are contained in this Agreement or any term sheet or invoice. a Disputes. All disputes of any type or kind, shall be determined by a court of competent jurisdiction which is situated in W Kent County, Michigan. Buyer irrevocably consents to such exclusive venue and jurisdiction. x a Miscellaneous. Buyer shall not assign any rights under this Agreement without the prior written consent of Seller. Failure to exercise any rights under this Agreement shall not constitute a waiver and a waiver on one occasion will not } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK constitute a waiver of the same item on any subsequent occasion. No waiver or amendment to this Agreement shall be effective unless it is in writing and signed by authorized representatives of both parties. Paragraph headings are for reference only and are of no legal force or effect. All notices shall be provided to the addresses set forth in this Agreement and if none is provided, to the party's resident agent in the state of incorporation or organization. This Agreement shall be governed by the law of the State of Michigan without regard to any conflicts of law principles. Wherever possible, all terms shall be interpreted consistently. In the event of a conflict with regard to price, payment terms or delivery, the typed provisions on a separate or attached term sheet shall control over the printed provisions on this Agreement. For any other conflict, these Terms and Conditions shall control. No usage in trade shall create a conflict with the terms of this Agreement. Seller reserves the right to correct any typographical errors anywhere in this Agreement. A facsimile signature or a legally valid electronic substitute for a signature shall bind Buyer. If any provisions are determined to be unenforceable, the remainder of the Agreement shall remain in full force and effect. Entire Agreement. This is the complete and exclusive statement of the terms and conditions relating to the subject matter of this Agreement and all negotiations and representations, if any, made prior to the execution of this Agreement are merged into this Agreement. Seller shall not be bound by any agent's or employee's representations, promises, or inducements not set forth in this writing unless such representation, promise or inducement is set forth in writing, dated subsequent to this Agreement, and signed by an authorized officer of Seller. A. Describe any return and restocking fees. Return Defective Products Enwork may request samples, photos, or videos demonstrating the defect. No merchandise shall be returned or scrapped without prior approval from Enwork. All unauthorized returns may be refused by Enwork and returned to the customer. Credit or reimbursement will be issued for the original purchase price or a replacement will be sent. Enwork reserves the right to request the return of any or all defective products. Enwork also reserves the right to repair defects in the field with an Enwork-provided repair team Credit for Returned Goods Credit will not be honored for returned merchandise until all returned goods have been checked by the Enwork Quality Control Division and confirmed to be defective Restocking Change or cancellation requests must be made in written form. Orders may not be changed or canceled without the written consent of Enwork. It's always best to contact Enwork immediately if a change or cancellation is being considered. Changes or cancellations are subject to the following fees. > Orders shipping within 7 business days that include built -to -order products, are subject to charges equal to 100% of each order line. > Orders shipping more than 7 business days: Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee. Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee xii. Describe any additional discounts, special offers, promotions, or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. Discounts are by order size, as follows: $0 - $30,000 list: 60% a $30,001 - $60,000 list: 60% a $60,001 - $120,000 list: 63% _ $120,001+:65% a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK For orders over $250,000 list, additional discounts are available. Discounting will be based on product mix, ship -to location, and overall project timing. Please contact Brandon Reame, VP Sales & Marketing or George Kudwa, Inside Sales Manager for more information. Brandon Reame: Mobile: 616.510.0578 1 breameaa enwork.com. George Kudwa: Mobile: 616.600.3083 1 okudwa0enwork.com xiii. Describe how customers verify they are receiving Contract pricing. Contract discounting is publicly available at httas://www.enwork.com/resources/contracts/omnia. Additionally, the Enwork Customer Care and Sales Teams are authorized to provide this information. Contract pricing will also be verified and reflected on purchase order acknowledgements. Enwork Sales Reps and Dealers have a summary document that clearly articulates these details. xiv. Describe payment terms and methods offered. Indicate if payment will be accepted via credit card. If so, may credit card payment(s) be made online? Also state the Convenience Fee, if allowable, per the Visa Operating Regulations. Enwork invoices orders once the product has shipped. Standard terms are NET 30. Payments are accepted via ACH, check and credit card. Enwork does not accept credit card payments online. There is a convenience fee of 3%. xv. Propose the frequency of updates to the Offeror's pricing structure. Describe any proposed indices to guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. Updates may no be more frequently than quarterly. Enwork reviews and adjusts list pricing every 12-18 months, or as economic conditions change. In order to offer consistently competitive pricing, Enwork adjusts list prices by model number, instead of a flat % increase. As such, a new commercial pricelist is launched to reflect these changes. While Enwork will not change the sales discount percent during the term of the contract, it is our intent that the most current commercial pricelist is always offered on contract. xvi. Describe how future product introductions will be priced and align with Contract pricing proposed. What is the proposed frequency for new product introductions? Future products will follow the same discount tiers. Enwork prides itself on rapid product development. Over the past three years Enwork has introduced 13 new product collections. 1. Cayman Private Office 2. Ligouri Private Office ❑ 3. Rogue Private Office a 4. Odyssey Conference Table = 5. Expanse Conference Table a 6. Foundation Tapered Drum N 7. Foundation Ex Conference Table } a J a P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENWORK 8. Kinsey Occasional Table 9. Oh Hey! Occasional Table 10. Universal Laptop Table 11. Tangent Occasional Table 12. Kinsey Occasional Table 13. VOU Conference Tables xvii. Are repurpose or end of life programs offered? If so, explain the process. Not available xviii. Are product loaner programs available? If so, explain the requirements. Not available xix. Describe experience with Prevailing Wage and Bacon -Davis. Enwork relies on dealers and local installers to manage prevailing wages and Davis/Bacon requirements at the local level. xx. Provide any additional information relevant to this section. Not to Exceed Pricina. Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. Special Offers/Promotions In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Contractor may conduct sales promotions involving price reductions for a specified lesser period. Contractor may offer Participating Agencies competitive pricing which is lower than the not -to -exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. Federal Fundina Pricing Due to products and services potentially being used in response to an emergency or disaster recovery situation in which federal funding may use, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contract exceeds at its own risk will be needed. Products and services provided in a situation where an agency is eligible for federal funding, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit. P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK Section D I Value Add i. Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. • Ease of Specification - Enwork's knowledgeable design team (14 members) quotes any product on contract, and provides a detailed product quote/specification, a rendering, and CAP symbols. Enwork products are found on MyResourceLibrary, CAP/GIZA, Project Matrix and CET. • Quick Lead times — Enwork offers a variety of tabletop materials from glass to quartz. Lead times are better than industry average. Overall, lead-times range from 10 days to 8 weeks. Every standard product is available at 8 weeks or less. • 10 — Day Quick Ship Program — Enwork offers a 10-day quick ship program. From conference, cafe, and training tables to lecterns, mobile peds, and power accessories, Enwork's Quick Ship Program ships popular products in 10-days or less. The comprehensive quick ship program includes all standard laminates and paint finishes, in table sizes up to 144". No sacrifices here, just the product you need when you need it • Environmental Consideration- All products pass SCS Indoor Advantage Gold for healthy indoor air quality. ii. Furniture and related products not noted in categories can be included as a Value Add, include any fees such as installation, delivery options, setup/cleaning, design/layout, custom, special orders, etc. 3. Competitive Range: It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. Enowrk is known to offer excellent design at incredibly competitive price points. In many cases dealers and end users come to Enwork to achieve a desired asthetic at a price point that is lower than many companies in the industry. Providing incredible value is one of the hallmarks to Enworks position in the marketplace. We are often half the price of the industries high end brands and typically 20% lower than many of the aligned brands in the industry. 4. Past Performance: An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. Enwork I OMNIA Sales Growth (2019 — 2024) — Please see chart below 0 2019 1 $589,259.12 0 2020 1 $601,974.78 0 2021 1 $1,025,046.46 0 2022 1 $3,348,168.12 a 0 2023 1 $3,157,009.92 a 0 2024 YTD (APRIL) 1 $860,829.02 W x a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 OMNIA Sales 2019-2024 YTD (APR) $4,000,000.00 $3,500,000.00 $3,348,168.12 $3,157,009.92 $3,000,000.00 $2,500,000.00 — $2,000,000.00 $1,500,000.00 $1,025,046.46 $1,000,000.00 $860,829.02� $589,259.12 $601,974.78 $500,000.00 $0.00 — 2019 2020 2021 2022 2023 2024 ■ Total xamples of OMNIA projects: �l Mar Co . Solution)Zori Training Tables I Zori Whiteboard I Zori Lecterns I Zori Media Center (Enwork Studiol Custom Product K' w+ r Rill 7. ,�,,.- `� AA;.��'� �� •rr: a R� ENNWORK Catholic University • Product: Disc Bases, Affinity, Apex Spokane Schools • Product: Apex, Zori, P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK Yearly Product Launches: 2022 Cayman Private Office a P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK Ligouri Collection �e P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ERNWORK Full Ligouri Statement of Line STATEMENT OF LINE I I Seated He4id Conference 11. 20' [}: 36", 82', 4B". 3d'• b0'. fiB, 72' w 72',aW.46.1ue`_In'.M'.W,156' 16B,M-,,19 ,2014',215•,22W.240- . $mbed Touchdown H:29- D. 24', 30 w 60'72-,e4:-, e.1us, 129-,1 r, 1d4`,i%-,169',106' 228'.24D' 4WHIe fieve,ageCorr Fi 84 b ?fi 5V: 36 1,enarEor Mast (Table sold s6fmrelel}", H 72' 0. a- w 54' Staading Height Conference H: 42' VAT -d8•, 54"15W W 72',84.w.,1aw,120` 6'r.14d',15a` Tfi8'. T8d',192', 204•.216', ZW, 240' Sts^dngTfflwm m H: 42 0 24'.86' wt .7a',3d'96',MYS,720',1H, 144-,156`,1b8',10{3', i42 ; 2A4', 210, 223 240" Freectaodhrg screen H. T2' i-4• VP W uu�1 ❑eeaslonal H 16' Revel 2d, 30"• 36•, 42. 48' actrngpl?: 261)) 3W W,, 24'D x 48" W. 30•101< 60•w X-Rane H`29':d2' Rcexd.30'. 36', 42' *%Lure:30'.36',d2r,43'54 60•,72'.84' LecWn H 49' LJ.?4' IN 215, Menace Moum H: 24' W:19' Picnic 8eimb& Dp 4onal Cushloo Sets H. I T D: 16' W. fi0'. 72'• i� 4-.1.iu Cmdense. FL' 21, �1 `, 86. 40' Ll: 1s.5`, 24- w W. 48', e6', 72-Ax. 95" 111mloub— OEM low 'oft4 2"Ing Rill k 40'. S6"; 72� 0:17, wP.W, aar Acoustle MwEw Mermt Sack trim P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK 2023 Big Tables Platform (Expanse, Odyssey, Foundation EX conference tables) me WINNOWS ON 911 -- --� r r .AL A, P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Oh Hey' Occasional Table NGINELI(Lu 'ic.; ; KACT SPFCI'FICdTtC�*41 H A ft Universal Laptop Table Tangent Occasional Table �' .ration �❑unga P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Kinsey Dining Table waim 1-1� Foundation Tapered Drum M P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK 2024 Quantum Training Tables Ligouri Private Office IWI. P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENNWORK VOU Conference Tables h90 Rogue Private Office P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK 5. Additional Investigations: Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENWORK NATIONAL CONTRACT INFORMATION - EXAMPLE 101070111119C-XIMa0D1LLViRl:11d TBD TIME PERIOD OMNIA P A R T N E R S Initial contract period is from (X) - (x) with the option to renew for 2 additional 1 year periods upon mutual acceptance between Enwork and Region 4 ESC/OMNIA Partners. WHO IS ELIGIBLE TO UTILIZE OMNIA PARTNERS NATIONAL CONTRACT? OMNIA Partners National Contract (Formerly NIPA, TCPN, and US Communities) contracts are available for the use and benefit of governmental entities complying with state procurement laws and regulations. Examples of participating members are: K-12 Schools Private Schools Cities/Municipalities Charter Schools Counties Private Colleges and Universities State Colleges and Universities Non -Profits Religious Organizations Charitable Organizations *Public agencies must register at www.nationalipa.org to participate. Registration is free and agencies may begin using the OMNIA Partners National Contract contracts immediately after registering. PRICE LIST OR Quote inquiries or requests can be directed to designteam@enwork.com. Reference "products and pricing per OMNIA Partners *****." Electronic copies of the price list are available for download at www.enwork.com. OMNIA PARTNERS NATIONAL CONTRACT MEMBER DISCOUNTS Quote inquiries or requests can be directed to your local Enwork Sales Rep, or designteam@enwork.com. Reference "products and pricing per OMNIA Partners ****** ." Electronic copies of the price list are available for download at www.enwork.com. ORDER SIZE OMNIA PARTNER MEMBER $0 - $30,000 List 60% $30,001 - $60,000 List 60% $60,001 - $120,000 List 63% $120,001 List + 65% Projects over $250,000, discounts are negotiable. 1.800.815.7251 Note: Contract changes will be made known through email announcements and formal addendums. www.enwork.com ENNWORK NATIONAL CONTRACT INFORMATION FOB QMNIjk Product is FOB Enwork freight prepaid in the continental United States. Title passes to dealer when it leaves our dock. Standard delivery procedure includes transportation of the shipment to the destination loading dock to be unloaded by the consignee. Truck drivers are required only to bring merchandise to the tailgate of their vehicle. Consignee must be present to inspect and sign for the delivery. If the consignee is not available at time of delivery, additional delivery fees may be assessed. Orders less than $1500 net are assessed a $ 150 net freight fee. Exception - orders less than $100 net that can be sent FedEx Ground (e.g. small legs, brackets, etc.) have no freight fee. A $30 freight fee per chair or box applies to chair orders of 1-3 units. For orders of 4 or more chairs, a freight fee of $150 net is applied to orders less than $1500 net. LIFT GATE AND SPECIAL FREIGHT SERVICES Requests for lift gate service, inside delivery, or special services/equipment (e.g. box trucks in big cities) may require additional shipping fees. Fees for lift gate service on small orders that fit on a box truck are $200. Fees for lift gates on larger orders that require a full 53-foot truck will be higher and must be quoted on a case -by -case basis. Lift gate options on full -trucks only exist on a small percentage of trucks thus driving incremental shipping costs that will be billed on a per -order basis. ORDER PLACEMENT Dealers are authorized to accept orders and perform billing on our behalf for this contract. Orders submitted to Enwork by a Dealer should be at Dealer Sell Prices. Due to tax implications, Enwork can only accept direct orders from Omnia Partners members who are tax exempt. Members may use the following address format when placing direct or email to orders@enwork.com. Enwork c/o (name of Participating Dealer) 12900 Christopher Dr. Lowell, MI 49331-9420 Enwork will bill for any ancillary services and remit these amounts along with the product commission no later than 10 business days after receiving payment in full for an invoice/s. PAYMENT TERMS OMNIA Partner Members: Net 30 days CONTACT INFORMATION Contract Administrator: George Kudwa Direct: 616.421.7705 Email: gkudwa@enwork.com Customer Care/Contract Support: Sean Barber Direct: 616.421.7702 Email: sbarber@enwork.com VP of Sales and Marketing: Brandon Reame Direct: 616.510.0578 Email: breame@enwork.com 1.800.815.7251 Note: Contract changes will be made known through email announcements and formal addendums. www.enwork.com Price List V19 -411111111_ ENNWORK Conference Open Plan EFFECTIVE 0 6.01 .2 3 Private Office Cafe & Collaborative REVISED 0 2.2 8.2 4 Training & Education Specials & Customs m 7 O Quick Ship Program From conference, cafe, and training tables to lecterns, mobile peds, and power accessories, Enwork's Quick Ship Program ships popular products in 10-days or less. The comprehensive quick ship program includes all standard laminates and paint finishes, enwork.com in table sizes up to 144". No sacrifices here; just the product you need, when you need it. All your favorite Enwork products from order to out -the -door in 10 days or less. Order Details Includes all 15 standard laminates and 5 standard paints. Available on all standard top sizes up to 144". Ellora Power Units are only available in plug-in configurations. Hardwire or daisy -chain units are available at standard lead times. Customer PO must reference the quick ship program in order to receive expedited ship date. Quick Ship orders should only contain products included on the Quick Ship program. Quick Ship orders will ship within 10 days of a clean purchase order. 1 .` Quick Ship Program 2 m I .or ■ Disk Base Proxi Plus Ma Zori Conference Available Products Adventure Bases Mixed materials and adventuresome design touches inspire conversations in any space. Round, Square, and Rectangle tops for Adventure tables. Available in all 5 paint colors as well as a clear coated steel. i Disc & Square Bases Pair square or round cafe tops to stand out or blend in with your environment. Desk/Dining, bar, and penumatic height for Disc and Sqaure bases. For tops ranging from 24" to 60" round, and 24" to 48" square. Rectangle bases also avaialble, for use with rectangular tops. Quick Ship Program Kinsey Dining and Occasional Tables Sleek yet simple, Kinsey dining and coffee tables bring a quiet elegance to communal spaces everywhere. Available in 17" 29" 36", and 42" heights, Kinsey is ideal for maintaining a cohesive aesthetic throughout multiple applications. Ritz Complete Flip Tables Ritz provides world class flip -top stability. With a slim profile and high pressure laminate backer create clean design with incredible durability. Available in all 5 standard paint colors, flip tables with vertical cable managers and cable troughs. Quick Ship Program Proxi Plus & Proxi 2.0 Bases The answer to freestanding, height adjustability. Uncompromised quality ensures durable, whisper -quiet power at your fingertips. Complete table or a la carte, Proxi and Proxi Plus and accessories are available. Bases in silver, black or arctic white. i �� Sawhorse Conference Sawhorse's unbelievable value offers ultimate flexibility, mixing and matching finishes for both the base and top. Available in seated and standing heights. Management cables run vertically through the table leg. Quick Ship Program Zori Cafe Conference, Training Bases, & Lecterns Most models from Enwork's best-selling education and training product platform is now available on quickship. Zori flip top training tables, conference tables, and lecterns are included in the program. Quick Ship Program Additional Accessories on Program Power/Data \ II Ellora Power Units Ellora B Power Units Axil Node Convenience I - F Vb rkr � Acrylic Modesties Universal Ped 12"&15" Universal Cable Grippers Universal Cable Managers (PDGR) (PDUCMR, PDUCMS) Ellora Deep Well Power Units Supreme Destop Power 4=0 Ganging Brackets (GBT2) Universal Cable Manage J-Channel (PDJTRxx) Quick Ship Program a ENNWORK enwork.com 1.800.815.7251 Specifications are subject to change without prior notice. Rev 03.2024 WARRANTY INFORMATION Exclusive 12 Year Limited Warranty Exclusive 12 Year Limited Warranty Enwork warrants that the goods shall be free from defects in materials or workmanship for a period of twelve (12) years except as follows. Chairs are warranted for single shift, standard commercial usage, defined as a standard 8-hour work day, five days a week, when the product is used by a person weighing less than 250 Ibs, unless otherwise noted. Proxi Electric bases are warranted for a period of seven (7) years. Taper edge (contour laminate) worksurfaces, lighting, height -adjustable tables, monitor arms, electrical components, pneumatic cylinders, locks, drawer slides, and glides are warranted for a period of five (5) years. Casters are warranted for a period of one (1) year. There is no warranty for "self -edge" chipping or peeling, or on refrigerators. Upholstery fabrics, vinyl, and polyurethanes are warranted from defects in material and workmanship for five (5) years except for Pixley, Milan, Capri, Ardi, Reko, and Monaco chairs which are warranted for three (3) years. Customer's own materials (COM) are not covered by this warranty. Consult with upholstery materials suppliers for performance criteria and suitability of individual materials. Textiles and laminates are sold subject to minor variations of color. Since textiles vary in weave, thickness and memory, some creasing and/or gathering may occur during the upholstery application process. Because leather is a natural product, variations of texture are common and should be expected. This warranty excludes any type of misuse, abuse, as well as ordinary wear and tear. Pursuant to this warranty, if a product fails under ordinary use as a result of a defect in materials or workmanship, Enwork will, at its option, (a) repair the affected product at no charge, (b) replace the affected product at no charge with a new or refurbished product of comparable function, performance, and quality, or (c) refund the original purchase price for the affected product if repair or replacement is not commercially practicable or cannot be completed in a timely manner. This warranty applies solely to the original Buyer with the period starting on the date of shipment, and only for products shipped to and sold for use in the U.S. and Canada. This is Enwork's sole and exclusive warranty, and the Buyer waives all others. The foregoing warranty shall not apply to damage caused under the following circumstances: (a) damage caused during shipping (this will be handled under separate terms); (b) modifications or attachments to the product that are not Enwork approved; (c) products that were not installed, used or maintained in accordance with product instructions and normal industry practice; (d) products used for rental purpose; (e) damage caused by misapplication of cleaning product; (f) natural variations in wood grain, color, texture, figure, or the presence of character marks; or (g) changes in surface finishes due to aging or exposure to light; or (h) damage, marking, or staining of veneer surfaces due to contact with rubber or similar compounds, damage from sharp objects, or imprinting from writing instruments. If a damaged product is repairable, Enwork may, at its option, permit the Buyer to repair the item and Enwork will issue a credit to the Buyer in accordance with Enwork's repair allowance schedule. Warranty Disclaimer. Enwork expressly and unconditionally disclaims any and all warranties, express or implied, including but not limited to any warranties of fitness for a particular purpose or merchantability, or warranties based on oral representations from Enwork's personnel or agents, affirmations, models, drawings, samples, promotional literature whether in print, on the internet or in any other format or media. Limitation of Liability. Enwork's maximum cumulative liability to buyer shall not exceed the purchase price of the goods claimed defective. In no event shall Enwork be liable for any indirect, incidental, special or consequential damages of any type or kind, including but not limited to lost profits, lost business opportunities or lost goodwill, relating to the goods sold hereunder, their installation or use, whether in contract, tort pursuant to statute or otherwise, even if Enwork has been advised of the possibility of such damages. Indemnity. Buyer shall indemnify and save Enwork harmless from and against all claims of any type or kind for personal injury or property damage, including all costs and attorney's fees, made or alleged as a result of Buyer in any way or manner incorporating or installing any item purchased herein into another product manufactured, assembled, sold or marketed by Buyer. No Design or other services provided. This agreement involves the sale of goods only. Buyer does not hire Enwork to perform any design services or for the production of any drawing or other media relative to the goods sold pursuant to this Agreement or Buyer's end product. To the extent that Enwork offers any advice or produces any drawings or other media, Enwork does so as a courtesy to the Buyer and Buyer agrees that it will not rely on such advice, drawing or other media and Enwork shall not be liable for any matter arising from such advice, drawings or other media. Buyer shall have no recourse against Enwork for any services of any type or kind. Buyer shall be solely and exclusively responsible for use and/ or installation of all items purchased herein. The items sold herein are based on Buyer's descriptions and Buyer bears sole responsibility for ensuring that the products sold meet Buyer's needs and expectations and are suitable for Buyer's intended use. Enwork is not responsible for Buyer's inaccurate or inadequate design or Buyer's furnishing of incorrect information. ENWORK Correction of Errors. Enwork shall have the right to correct any errors, whether clerical or mathematical, which are contained in this Agreement or any term sheet or invoice. Disputes. All disputes of any type or kind, shall be determined by a court of competent jurisdiction which is situated in Kent County, Michigan. Buyer irrevocably consents to such exclusive venue and jurisdiction. Miscellaneous. Buyer shall not assign any rights under this Agreement without the prior written consent of Seller. Failure to exercise any rights under this Agreement shall not constitute a waiver and a waiver on one occasion will not constitute a waiver of the same item on any subsequent occasion. No waiver or amendment to this Agreement shall be effective unless it is in writing and signed by authorized representatives of both parties. Paragraph headings are for reference only and are of no legal force or effect. All notices shall be provided to the addresses set forth in this Agreement and if none is provided, to the party's resident agent in the state of incorporation or organization. This Agreement shall be governed by the law of the State of Michigan without regard to any conflicts of law principles. Wherever possible, all terms shall be interpreted consistently. In the event of a conflict with regard to price, payment terms or delivery, the typed provisions on a separate or attached term sheet shall control over the printed provisions on this Agreement. For any other conflict, these Terms and Conditions shall control. No usage in trade shall create a conflict with the terms of this Agreement. Seller reserves the right to correct any typographical errors anywhere in this Agreement. A facsimile signature or a legally valid electronic substitute for a signature shall bind Buyer. If any provisions are determined to be unenforceable, the remainder of the Agreement shall remain in full force and effect. Entire Agreement. This is the complete and exclusive statement of the terms and conditions relating to the subject matter of this Agreement and all negotiations and representations, if any, made prior to the execution of this Agreement are merged into this Agreement. Seller shall not be bound by any agent's or employee's representations, promises, or inducements not set forth in this writing unless such representation, promise or inducement is set forth in writing, dated subsequent to this Agreement, and signed by an authorized officer of Seller. Product Issue Instructions Shipping Damages and Claims Should you receive any portion of a shipment in damaged condition, either apparent or concealed, it is the duty of the customer to note any suspected damage on the carrier's delivery receipt, to accept the damaged goods, and to contact Enwork immediately to begin the freight claim process. Do not install damaged product. All damaged product and packaging must be retained until the freight claim is settled. Failure to retain damaged product and packaging will result in a transfer of liability from Enwork to the customer. Enwork will not warranty custom one-piece tops over 96" from freight damage. Concealed Damage: Freight damage must be reported to Enwork within 5 days of receipt. Failure to report freight damage within this timeframe will result in a transfer of liability from Enwork to the customer. Claims and questions can be submitted to info@enwork.com Defective Products Enwork may request samples, photos, or videos demonstrating the defect before further action. No merchandise shall be returned or scrapped without prior approval from Enwork. All unauthorized returns may be refused by Enwork and returned to the customer. Credit or reimbursement will be issued for the original purchase price or a replacement will be sent. Enwork reserves the right to request the return of any or all of the defective products. Enwork also reserves the right to repair defects in the field with an Enwork-provided repair team. Repair Authorization Requests for Enwork funded repairs by Enwork dealers must be submitted in writing prior to repair work. Repairs made without Enwork's consent will not be funded. Repair costs for warranty or defect issues must be reasonable. Credit for Returned Goods Credit will not be honored for returned merchandise until all returned goods have been checked by the Enwork Quality Control Division and confirmed to be defective. Pricing Prices in this Price List are United States list prices and include freight (subject to minimum order quantities) within the continental U.S. and to most of Canada. Canadian market orders can be invoiced and paid in U.S. or Canadian dollars. Enwork's USD:CAD conversion rate is posted on www.enwork. corn and typically updated quarterly. Canadian market orders must specify USD or CAD on the order. The Canadian Dollar price will be based on the conversion rate in effect at the time the order is received. For convenience, the exchange rate and GST will be included as separate line items on order acknowledgments and invoices. ENWORK ENWORK Section B I Performance Capability i. Include a detailed response to Appendix D, Exhibit A, OMNIA Partners Response for National Cooperative Contract. Responses should highlight experience, demonstrate a strong national presence, describe how Offeror will educate its national sales force about the Contract, describe how products and services will be distributed nationwide, include a plan for marketing the products and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners. We have uploaded our responses to Appendix D (Exhibit A) in the "other attachments" section of this response. ii. The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA Partners Administration Agreement prior to Contract award. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror's response should include any proposed exceptions to OMNIA Partners Administration Agreement on Appendix B, Terms and Conditions Acceptance Form. Acknowledged. iii. Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. New Jersey Business Compliance. This has been uploaded in our attachments. iv. Describe how Offeror responds to emergency orders. Emergency orders will follow the same order entry and fulfillment process. If unusually fast lead-times or other special cases are required, Enwork's Executive Team will become involved immediately. It is Enwork's commitment to support these types of orders as best possible. Enwork's 10-day quick ship program supports this initiative. v. What is the Offeror's average Fill Rate? 2023 and 2024 average fill rate is 100% vi. What is Offeror's average on time delivery rate? Describe Offeror's history of meeting the shipping and delivery timelines. 2023 average on time delivery rate is over 97%. Enwork reliably ships within this range. Orders over $60,000 net receive special attention through the Executive Sponsored Major Order Team, which meets twice per week to ensure successful delivery of large and/or high -profile projects. vii. Describe Offeror's return and restocking policy. Changes and Cancellations C3 Change or cancellation requests must be made in written form. Orders may not be changed or canceled without the a W written consent of Enwork. It's always best to contact Enwork immediately if a change or cancellation is being = considered. Changes or cancellations are subject to the following fees. a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK > Orders shipping within 7 business days that include built -to -order products, are subject to charges equal to 100% of each order line. > Orders shipping more than 7 business days: Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee. Dealer will be responsible for any manufacturing costs incurred as well as a $250 (net) change/restock fee viii. Describe the Offeror's ability to meet service and warranty needs. Enwork's warranty is comprehensive, and on -par with most brands in the market. Enwork also covers labor, which is more unique. Warranty claims are often performed through the authorized dealer, or installation company. Alternatively, Enwork does send its own employees out to perform warranty work, if and when needed. ix. Describe Offeror's customer service/problem resolution process. Include hours of operation, number of services, etc. Problems and issues are sent directly to the Customer Care Expert for Contracts. This contact is well -versed in the OMNIA contract and will expeditiously resolve issues. Most issues can be resolved right away. Issues that may require management approval take 24-36 hours to resolve, maximum. Christina Shortsle (Customer Care Manager) is a knowledgeable contact for first point of escalation. x. Describe the Offeror's invoicing process. Include payment terms and acceptable methods of payments. Offerors shall describe any associated fees pertaining to credit cards/p-cards. Enwork invoices orders once the product has shipped. Standard terms are NET 30. Payments are accepted via ACH, check and credit card. Enwork does not accept credit card payments online. There is a convenience fee of 3%. xi. Describe Offeror's contract implementation/customer transition plan. At time of awardment, Enwork will begin transitioning all current Enwork/OMNIA customers on the current contract to the new one. An email will be sent to all Enwork sales reps and dealers. Sales reps will also be notified during upcoming sales training sessions. The updated information will be reflected on its own contract page on the Enwork.com website. xii. Describe the financial condition of Offeror. Enwork is privately held and debt free. We are in a strong cash position and incredibly stable. For more information, we can connect you with our banks or CFO/ ownership. xiii. Provide a website link in order to review website ease of use, availability, and capabilities related to ordering, returns and reporting. Describe the website's capabilities and functionality. a = httpsWwww.enwork.com/ a Enwork also has easy to use image browser, here: https://www.enwork.com/resources/im P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK And a robust conference table configurator, here: httos://enwork.dboxnow.com/#/ xiv. Describe the Offeror's safety record. Safety is incredibly important to Enwork. We have a safety committee, with Executive Sponsor, that meets monthly to review safety protocols and potential issues. There are no noteworthy items or issues of concern. Earlier this year, Enwork invited OSHA to visit our office, warehouse, and factories to ensure we are following industry guidelines. The meeting went exceptionally well. xv. Describe Offeror's green or sustainability program. What type of reporting or reviews are available to participating agencies? From the processes and materials used in our products to supply chain and waste stream management, Enwork is committed to environmental stewardship. Some of the ways we create more sustainable products include: All product meets or exceeds SCS Indoor Advantage Gold for off -gassing and indoor air quality Wood cores have ISO 140001 certification and are made from 98-100% post-industrial recycled contents Wood cores have been granted Environmentally Preferable Product Certification by the CPA relating to their formaldehyde emissions, which are less than 0.09 PPM (CARB phase 2) meeting the current California Air Resources (CARB) and EPA TSCA Title VI requirements. Maximize the use of recycled and FSC-compliant content Optimize raw materials to reduce waste and recycling as much scrap as possible Seek suppliers within a 45-mile radius of our manufacturing facilities to minimize impacts to the environment. Enwork also consolidates inbound shipments to reduce the number of trucks on the road, traffic and overall carbon footprint. xvi. Describe any social diversity initiatives. Enwork regularly transacts with minority -owned dealers within local markets. Enwork is an equal opportunity employer with a public affirmative action policy. xvii. Provide any additional information relevant to this section P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 Section C I Qualification and Experience i. Provide a brief history of the Offeror, including year it was established and corporate office location. In 2003, Kelli and David Powell had a concept for a company that could provide cost-effective work surfaces to furniture dealers, along with unmatched customer service. They mortgaged their family home to make it happen Today, Enwork remains committed to evolving with our customers. We take pride in making custom solutions accessible to clients of all sizes, and many of those ideas go on to inspire improvements in our own product lines. In addition to being recognized as the market leader in tables, Enwork has made a name for ourselves with innovative benching environments, steel desks and storage, laminate and wood casegoods, support furniture, ergonomic products and accessories, and seating. Our history of outstanding value, rapid product development and unparalleled customer service has resulted in a fast- moving company that provides smart solutions for emerging and custom applications. The corporate office is located at 12900 Christopher Drive, Lowell, MI 49331. ii. Describe Offeror's reputation in the marketplace. You can tell a lot about a company by the company it keeps. Here at Enwork, we work with clients that are leaders in productivity, innovation, intuitive design and creative thinking —clients like Spokane Schools, Walmart, Verkada, Space X, Blue Origin, Tesla and Amazon. These organizations want workspaces that not only meet their needs for agility and productivity, but also reflect their innovative values and culture. It's why they come to Enwork. In 2020 Enwork responded to the COVID-19 pandemic by shifting top production to acrylic screens. This was in the effort to create a safe work / learning environment for teams around the country. Examples below: Amazon Fulfillment Centers South Carolina Public Schools i iii. Describe Offeror's reputation of products and services in the marketplace. RFP Page 15 Enwork is known for its breath of conference and training table offerings. For example, the Foundation conference table is the go -to by many dealers and end users around the country for an affordable table solution. The Zori collection includes over 34 different types of products and provides solutions for computer labs, classrooms, meeting spaces and cafes throughout a campus. At Enwork, we stay ahead of trends to anticipate how to best optimize spaces, and design with creative forethought into how things can adapt for the future. Our products are created using a variety of material choices that beautifully prove their long-term value. We understand that what our clients invest in today must work for tomorrow. We service our clients with the same focus on speed and agility. Our product development is rapid, our processes are adaptive and our teams are always on high alert. It's why we can count many fast-moving firms among our valued clients, and it's why we continue to grow at a record -breaking pace. iv. Describe the experience and qualifications of key employees. Enwork is comprised of nearly 200 talented employees and team members. Annual employee turnover is extremely low, which can be attributed to careful hiring, competitive wages, and a healthy work culture. David Powell, Owner/CEO: An engineer by training, with an MBA, started Enwork in 2003 after 9 years at a major competitor. His passion for engineering excellence and design positions him as a capable leader within the contract furniture industry. Kelli Powell, Owner/CFO: Kelli was key member of the finance team at a $12 billion global company. Her expertise in accounting and finance is impressive, and is a reason that Enwork has had a strong financial foundation since its inception. Brandon Reame, VP Sales & Marketing: With a background in entrepreneurship and master's degree in design, Brandon leads many facets of Enwork's brand experience; including product design, sales processes, and overall brand experience. Harvey Bush, VP Engineering & Design Services: Harvey was one of the first employees at Enwork in 2004. His has an intimate knowledge of the contract furniture industry, and is a capable engineering lead. Jason Riemersma, VP Operations: Jason's experience includes running successful global organizations with locations throughout the US, Europe, and Asia. His extensive experience in supply chain and plant management ensures Enwork can fulfill the needs of our customers, every time. George Kudwa, Inside Sales & Contract Manager: George manages and leads the cross -functional group at Enwork known as the Major Order Team over the past 10 years. This team tracks all large projects through production. He has managed the current Enwork/ OMNIA partnership over the past five years. v. Provide a current Authorized Distributors/Dealers Listing. Provide the names and addresses of each authorized distributor/dealer by geographical area. Do not include certification documents with response. Participating agencies may obtain certification documents upon request. • Propose the frequency of authorized distributors/dealer updates. • How are participating public agencies able to confirm who are the Authorized Distributor/Dealers for the contract offering? Enwork has over 1,663 dealer partnerships across the United States. Enwork has authorized dealer representation in every state. This list is updated regularly. Public agencies can contact Enwork's Inside Sales Manager, George Kudwa. His contact information is listed on Enwork's website under the dedicated OMNIA contract page. httos://www.enwork.com/resources/contracts/omnia/ Full list of authorized dealers listed below. United States — 1,663 total dealers Alaska 2 Louisiana 12 Ohio 84 Alabama 12 Massachusetts 35 Oklahoma 12 Arkansas 6 Maryland 48 Oregon 32 Arizona 30 Maine 3 Pennsylvania 64 California 245 Michigan 74 Rhode Island 4 Colorado 30 Minnesota 21 South Carolina 20 Connecticut 16 Missouri 30 South Dakota 5 Delaware 4 Mississippi 10 Tennessee 26 Florida 82 Montana 9 Texas 126 Georgia 65 North Carolina 40 Utah 32 Hawaii 10 North Dakota 2 Vermont 1 Iowa 15 Nebraska 8 Virgina 51 Idaho 10 Nevada 8 Washington DC 5 Illinois 53 New Hampshire 4 Washington 40 Indiana 47 New Jersey 28 Wisconsin 28 Kansas 16 New Mexico 7 West Virginia 3 Kentucky 30 New York 113 Wyoming 2 A complete list of authorized dealers, included below. Name City 180 Office Solutions Round Rock TX 2010 Office Furniture S El Monte CA 310 Procurement, LLC Raleigh NC 360 Business Solutions Billings MT 4orm Studio Chicago IL 4th & 1 Ventures LLC dba Office Concepts Cedar Falls IA 4With Company Cincinnati OH 5 Star Office Furniture Avondale Estates GA 8 x 8 Office Furniture And Design San Leandro CA 9 to 5 Office Furniture Bend OR A & W Supply Knoxville TN A. Hickman Design LLC Oakton VA A. Pomerantz & Co. Philadelphia PA A.C. Desk Co., Inc. Mineola NY A.D. Wynne Co., Inc. New Orleans LA A.I. Acquisitions Tustin CA A.J. Grack Erie PA A.R. Kropp Co. & Sons East Northport NY AAA Business Supplies & Interiors San Francisco CA ABE Office Furniture Outlet/Office Furniture Outlet Corona CA abi - American Business Interiors Melbourne FL Ables-Land, Inc. Tyler TX ABM Office Solutions, Inc Rancho Cucamonga CA Absolute Procurement, LLC Portland OR Accent Commercial Furniture Albany NY Accessories by Design Richmond VA ACI - Atlantic Corporate Interiors Columbia MD Acisco, Inc Jericho NY Action Office Interiors Saskatoon SK Action Systems Louisville KY ADA Business Supplies dba Score Spaces Brooklyn NY Adaptable Office Fairborn OH Admiral Express LLC (multiple loc's) Broken Arrow OK Advanced Office Logistics Greenfield IN Advanced Systems Consulting / ASC Westminister CA Advantage Office Solutions (Advantage Office Products, Villa Rica GA Inc) Advent Business Interiors Leesburg GA Aegis Business Solutions, LLC. Lenexa KS AFD Contract Furniture Inc. New York NY Affordable Business Interiors Phoenix AZ StateProvCode Affordable Office Furniture and Supplies (Loc's in CA Reno NV and NV) Affordable Office Interiors LLC dba Warehouse of St. Louis MO Fixtures AFI - Atrium Facilities & Interiors, LLC Vienna VA AFS Brands Southlake TX Agile Interiors Houston TX Al Corporate Interiors, Inc (loc's in AL & TN) Birmingham AL Alabaster Water Board Wright Patterson AFB AL Aladina Marketing Internatinal LLC Cutler Bay FL Alan Desk Business Interiors Los Angeles CA Alberta Office Furniture Calgary AB Alexander Brothers, Ltd Honolulu HI Alfred Williams (All Locations) Raleigh NC Alianza Services LLC Nyack NY Alicia Weaver Designs of Florida LLC Fort Lauderdale FL Align 1 Solutions, LLC Fort Lauderdale FL All Makes (4 NE Loc's, 1 IA loc) Omaha NE All Office Design LLC Buford GA All Solutions Inc. (ASI) La Mesa CA All Systems Go Office Furniture Escondido CA Allan Shaivitz Associates Lakewood Ranch FL All -Business Systems & Design Inc. Chantilly VA Allegrone Companies Lenox MA Alliance Corporate Services, Inc. Plantation FL Alliance Enterprises IV, Inc. dba Alliance Transfer Brooklyn NY Allspace Office Solutions Inc. Saskatoon SK Allstar Business Concepts (2 TX loc's, 1 NM) Amarillo TX Allstate Office Interiors Robbinsville NJ Allsteel Inc. Muscatine IA Allwest Furnishings Ltd Edmonton AB Alternative Business Furniture Eden Prairie MN Alzar Studio Hamilton OH Ambience Dore Burbank CA AMC Transfer, Inc. Oceanside NY American & International Designs, Inc. Staten Island NY American Design Associates Towson MD American Interiors Toledo OH American Office Products (MN) Minneapolis MN American Office Products, Inc (CA) Chatsworth CA American Sustainable, Inc. Providence RI Amerisys, Inc. Newington VA Ammons Commercial Interiors Holland OH AMO Office Furniture LLC Fort Wayne IN Anderson & Worth Office Furniture, LLC Coppell TX Anderson Interiors, Inc. Verona PA Anderson's Office Furniture & Designs Tucson AZ Anton Group, LLC Minneapolis MN ACE of Florida, Inc. (dba BOS Orlando) Lake Mary FL AOI (2 Locations in NE) Omaha NE AOI dba BOS of Illinois (Loc's IL, WI, FL) Roselle IL AOLI Atlanta GA Apex Facility Resources, Inc Kent WA APG - Cleveland Cleveland OH APG - JPEO APG MD APG Office Furnishings Cincinnati OH Applica Solutions Inc. Manassas VA Arbee Associates -MD & NJ Gaithersburg MD ARC Ergonomics San Diego CA Architects Plus Cincinnati OH Architectural Marketing Inc. Milton DE Arco Murray Downers Grove IL Arenson New York NY Arizona Office Liquidators Phoenix AZ Arnold & Associates Interiors, Inc. Baton Rouge LA Art of Interiors, Inc. Raleigh NC Arthur P. O'Hara, Inc. Downers Grove IL Artistic Designs for Living San Francisco CA Artworks Big Rapids MI Associated Office Systems (AOS) New Orleans LA Associates Purchasing (2 LOCATIONS IN CA) Los Angeles CA Atlanta Business Products Inc. Brookhaven GA Atlanta Office Center Atlanta GA Atlanta Office Furniture (2 Loc's in GA) Atlanta GA Atlantic Group NY, The New York City NY Atlas Office Systems, Inc. Louisville KY Atmosphere Commercial Interiors (MN, WI, AZ, IL, TX, Minneapolis MN NM) Aura Office Environments Inc. Langley BC Austin Business Furniture, Furniture For Business, CRG Austin TX Avatar Design Studio LLC Salt Lake City UT Avens Group, The Westminster CO Aviar Commercial Space Planning and Design, Inc. Tucson AZ AWE Corporate Interiors Phoenix AZ Awesome Office Interiors, Inc. Lake Hopatcong NJ Axios Office Solutions, Inc. Joliet IL A-Z Office Resource, Inc. Columbia TN B & H Office Solutions Haslet TX B & L Office Furniture Kenosha WI B + C Office Interiors Bonsall CA B.G. Consolidated Inc. dba Supply Solutions Paducah KY BA Designs Topeka KS Back Care Basics, Inc. Medfield MA Baker Street Office Furnishings Fort Wayne IN Baldwin Design Group,LLC dba 45 Design Tulsa OK Ball Office Products Richmond VA BAM Office Interiors Vancouver WA Bamboo Revolution Portland OR Barbara Morrissey Essex CT Barefield dba Workplace Solutions (4 MS, 1 LA loc) Jackson MS Barriohaus, LLC / STROM San Diego CA Barrows Roanoke VA Barth Associates Kennesaw GA BASI Collective, LLC Independence OH BASK Irvine CA Bassett Office Supply Bassett VA Baxter Consulting Services Havertown PA BBI - Beau Bureaux Interiors Irvine CA BC Interiors Boulder CO Beasley & Henley Interior Design (2 FL locs) Winter Park FL Beatties Stationery Ltd. (6 ON Ioc's) St. Catharines ON BEC (Business Equipment Co) Springfield OH Beck Total Office Interiors (NM, CO, WY) Chicago NM Beckley Office Equipment Kokomo IN Beehive LLC Charleston SC Bellia Office Furniture Woodbury NJ Belso Design & Build Waterbury CT Benhar New York NY Benjamin Roberts Ltd. Lancaster PA Benson Method, LLC Overland Park KS Bern Office Systems Milwaukee WI Better Source Campbell CA BFI/Business Furniture Inc. (Loc's NJ & NY) Elizabeth NJ bfworkplace Winnipeg MB BHC Office Solutions, Inc. Chicago TX Bialek Environments Rockville MD B-I-L Office Furniture, Inc. Middle Village NY Birdseye Office Port Moody BC Bissell's Inc. Corbin KY BKH Design Group LLC Carlsbad CA BKM Office Environments - Ventura, CA Camarillo CA BKM Officeworks, LLC (4 CA loc's) San Diego CA BKM Total Office of Texas Dallas TX Blackburn Office Furniture & Design LLC Bellingham WA Blackburn Young Office Solutions Vancouver BC BLAIR'S atWork Office Furniture Woodbridge ON blaisdell's Business Products Oakland CA Blankenship Associates, Inc. Raleigh NC Blu Salmon Pensacola FL Blue Skies Furniture LLC Colorado Springs CO Bluefin Office Group Orem UT BNB Systems Shreveport LA BNP - Bar Napkin Production Phoenix AZ Board of Regents Atlanta GA Boca Office Furniture Boca Raton FL BOCES2 Rochester NY Boomerang USA Inc. Pennsauken NJ Brad Butler & Associates New Albany OH Brad Richardson, LLC dba Office Furniture Team Farmers Branch TX Brennan's Office Interiors (LOC'S IN PA & DE) West Chester PA Brenner Design Incorporated Indianapolis IN BriMar Wood Innovations, Inc. Goshen IN Britt Design Group Austin TX Broadway Furniture Group New York NY Brodwill, LLC Cincinnati OH Brontman's Corporate Dimensions Rochester NY Brooks Corning Company Ltd. Vancouver BC Brothers Business Interiors Milwaukee WI Broussard Group San Antonio TX Brown & Saenger Sioux Falls SD Brutzman's Office Solutions Kennewick WA BSC (Business Systems & Consultants, Inc) Birmingham AL Buffalo Office Interiors Buffalo NY Building Block Interiors, Inc. Fremont CA Building Service Inc. - bsi Waukesha WI Built for Dreams dba BFD Interiors Lubbock TX Bulldog Office Products (Officeplan) Pittsburgh PA Burgess Interiors Birmingham AL Burke & Michael, Inc. Pittsburgh PA Burke Design Group Coeur D' Alene ID Burovision (Loc's in Ontario & Quebec) Ottawa ON Business Environments - IN Evansville IN Business Environments - NM Chicago NM Business Environments by Ras Div. of FM Office Albany NY Express Inc. Business Environments, LLC Atlanta GA Business Furnishings & Design West Des Moines IA Business Furnishings, LLC South Bend IN Business Furniture Services LLC Biloxi MS Business Furniture Solutions, Inc. dba The Collective (4 San Jose CA CA loc's) Business Furniture, LLC Indianapolis IN Business Interiors Irving TX Business Interiors - CA Tracy CA Business Interiors & Design, Inc. Damascus MD Business Interiors & Equipment Moses Lake WA Business Interiors Ltd (Division of TotalOffice) Kingston 6 JAM Business Interiors of Idaho dba Freeform (ID & WA) Boise ID Business Interiors, Inc - MS Ridgeland MS Business Interiors, Inc. (AL and FL loc's) Birmingham AL Business Office Outfitters San Diego CA Business Transition 360 Dacula GA Buxton -Kubik -Dodd Retail, Inc. dba Elements Springfield MO Buy Rite Office Furnishings Vancouver BC byrdwaters Design Dallas TX C.E.D. Solutions Orange CA C.S. Office Interiors Huntington Beach CA Cal Bennetts / All Ways Moving Visalia CA California Office Furniture West Sacramento CA Caltron Richmond BC Campbell Creative / dba 360 Degrees / dba Grain Gloss Delray Beach FL Campbell Keller Environments at Work Sacramento CA Canfield Business Interiors, LLC Sioux Falls SD CAN-med Healthcare Halifax NS Capital Area Development Authority Sacramento CA Capital Office (3 AK loc's) Anchorage AK Capital Office Furniture Inc. Orlando FL Capitol Business Interiors Charleston WV Capstone Development Partners LLC dba Capstone Birmingham AL Interiors Carol Schaper Interiors, Inc. Hamburg NY Carolina Furnishing + Design West End NC Carolina Office Xchange LLC Morrisville NC Carroll's Office Furniture Houston TX Carrollton Office Equipment Carrollton GA Carte Partners San Diego CA Carter Design Group Chicago CA Carver & Associates Atlanta GA Casa Metta Design LLC Austin TX Catalyst Workplace Activation Bellevue WA CBD Group Inc. dba Interior Landscapes Kansas City MO CBI - Atlanta, GA Atlanta GA CBI (Loc's NC, TN, FL, SC) Charlotte NC CCG Salt Lake City UT CCY Contract Interior Consulting, LLC San Diego CA CDA - Washington Spokane WA CDI Spaces Inc.(have 2 locations - Edmonton, Calgary) Edmonton AB CDS (Commercial Design Services - Multiple Loc's) Tampa FL CDS Office Products Costa Mesa CA Center for Instruction, Technology & Innovation Mexico NY Center Line Associates Fort Walton Beach FL CFI - Corporate Facilities Inc. (Multiple Div - PA, NJ, DE) Pennsauken NJ CFI / Contract Furniture, Inc. Tampa FL CFO - Corporate Furniture Options Palm City FL CFO Inc. - Contract Furniture Options Bethesda MD cfr (Corporate Furniture Resource) New York NY Ch411 Furniture Cary IL Chairlines Ltd Vancouver BC Challenge Office Products, Inc. Houston TX Chameleon Business Interiors Ltd. Toronto O Chapman Workspace Inc. Kennesaw GA Charlene Neal Purestyle Lakewood Ranch FL Charleston Bay Interiors, LLC O dsmar FL Charleston Commercial Interiors Mt. Pleasant SC Charlie's Office Furniture Inc. Queensbury NY Charlotte Supply Company Euclid O Chase Associates, LLC dba Chase Design Group West Valley City UT Chase Office Interiors Chilliwack BC Cheryl Manbeck & Associates Newport Beach CA Chez-Del Akron O CHL Business Interiors, Inc. Washington DC Cl Group / Corporate Interiors, Inc. - (5) FL locations, (1) St. Petersburg FL LA, (1) SC CIBI (Clara I. Brown Interiors, Inc.) Columbus OH CID Design Group Naples FL Circuit Executives Office Philadelphia PA CIS (Contract Interior Services, Inc.) Annapolis MD CJ & Associates, Inc. New Berlin WI Classic Office Interiors Norcross GA Clubhouse Interiors, Inc. Ponte Vedra Beach FL CM Designs, LLC Reidsville NC CMax Designs San Diego CA CME Corp. Warwick RI Coastal Office Solutions, Inc. Victoria TX coDesign / 3 CA locations: Emeryville, San Francisco, Emeryville CA Los Angeles COFCO/Commercial Office Furniture Co. (PA & DC) Philadelphia PA Color Art St. Louis MO Columbia Commercial Interiors, Inc. Lisbon MD Columbia Group, The Washington DC Commercial Business Furniture Salem OR Commercial Environments, Inc. Knoxville TN Commercial Furniture Company, Inc. Scottsdale AZ Commercial Furniture Interiors (Loc's in NJ & NY) Mountainside NJ Commercial Furniture Services St. Louis MN Commercial Interior Services of St. Louis St. Peters MO Commercial Office Environments Indianapolis IN Commercial Office Interiors / COI San Jose CA Commercial Office Resource Environments Tucson AZ Commercial Works -OH Columbus OH Common Sense Office Furniture Orlando FL Commonwealth of Pennsylvania Harrisburg PA Community Products, LLC / dba Community Playthings / Ulster Park NY dba Rifton Equipment Compass Group LLC dba 16 Points Solutions Cincinnati OH Compass Office Solutions Hollywood FL Complete Furniture Solutions, LLC Tinton Falls NJ Complete Interiors & Design / CID London ON Complete Office Furniture - WA Seattle WA Complete Office of Wisconsin dba Emmons Business Germantown WI Interiors (EBI) Complete Office Products (Loc's NY & NJ) Brooklyn NY Complete Office Supply, Inc. dba Offisource Indianapolis IN Compton Counts, Inc. dba PC&A Business Norfolk VA Environments (2 VA, 1 IN loc's) Concentric Spaces Snohomish WA Concept Metals Group Spring Lake MI Conceptos Corporativas de Mexico Col. Santa Fe DF Concepts Office Furnishings, Inc. Saddle Brook NJ Conference Technologies, Inc Maryland Heights MO Conklin Office Furniture Holyoke MA Connecting Elements, Inc. Columbia SC Connors Contract Furniture Milton MA Consultants and Builders, Inc. Norcross GA Consumer Office Furniture dba Pinnacle Designs Saginaw MI Contemporary Business Interiors, LLC Belcamp MD Contemporary Office Interiors/COI (Multiple Locations) Calgary AB Continental Office (All Divisions - (2) OH, (1) PA) Columbus O Continuum Office Environments, LLC Spokane Valley WA Contract Associates Chicago NM Contract Business Solutions, Inc. Winston Salem NC Contract Furnishers of Hawaii dba Office Pavilion Honolulu HI Contract Furnishings Kansas City MO Contract Furnish ings-DENVER ONLY Denver CO Contract Furniture Group, LLC St. Rose LA Contract Interior Consultants O ange CA Contract Resource Group, Inc. dba FreeForm Interiors - Spokane WA WA Contract Source, Inc Broadview Heights O Contract Workspace Newbury Park CA Copelin Contract LLC Norman O CORE Interiors Fresno CA Core Office Interiors (2 TX loc's) Austin TX Corner Office San Rafael CA Cornerstone Interiors Inc Frisco TX Coronado Distribution Company San Diego CA Corporate Business Interiors - Newport Beach Newport Beach CA Corporate Concepts Lombard IL Corporate Concepts - SC Columbia SC Corporate Design Choice Miami FL Corporate Design Interiors Waukesha WI Corporate Environments - GA Atlanta GA Corporate Environments (Office Liquidators) Lakewood CO Corporate Environments International Honolulu HI Corporate Environments, a Premier Company Bethlehem PA Corporate Environments, Inc. Downers Grove IL Corporate Furniture Solutions San Jose CA Corporate Interior Concepts Columbus OH Corporate Interior Systems —CIS (2 AZ loc's) Phoenix AZ Corporate Interiors - TN (formerly C-Brands) Nashville TN Corporate Interiors (1 loc DE, 2 loc's PA) New Castle DE Corporate Interiors dba Cl Select St. Louis MO Corporate Interiors Inc. Frisco TX Corporate Outfitters, Ltd. Houston TX Corporate Source of Colorado, Inc. Denver CO Corry Contract Corry PA COS Business Products & Interiors Chattanooga TN COS -Corporate Office Specialists, LLC West Hartford CT Costigan & Sons Wright Patterson AFB OH Court Street Office Supplies Brooklyn NY COV Office Furniture dba COV Workplace Poway CA CPM One Source, Inc. Calabasas CA CPS Office Products Erlanger KY Craftwood Industries -Customer Holland MI Create Your Space with Class, LLC (Formerly Class Marana AZ Commercial Furnishings and Interiors) Creative Business Interiors (2 locations) Milwaukee WI Creative Business Interiors -NC Raleigh NC Creative Commercial Interiors Roseville CA Creative Environments LLC Erlanger KY Creative Furnishings & Design Houston TX Creative Interiors Inc. Santa Fe NM Creative License International Phoenix AZ Creative Office Environments Ashland VA Creative Office Furniture Inc Houston TX Creative Office Interiors - CT Hartford CT Creative Office Interiors, Inc. - MI St. Clair Shores MI Creative Office Pavilion (Multiple Divisions) Boston MA Creative Office Resources (Multiple Loc's) Boston MA Creative Office Solutions Medina OH Creative Office Solutions & more North Miami FL Creative Office Solutions, Inc. Cape Girardeau MO Creative Supports San Ramon CA CREI / Capstone Real Estate Investments, LLC Birmingham AL CRI San Francisco CA Crosley Resource Group Bakersfield CA Crossover Consultants dba COC Interiors New York NY CSI Fullmer Pasadena CA CTI Working Environments Mississauga ON Cubicles Pomona NY Cubicles.net LLC McKiney TX Cueva Contract Inc. dba Interior Innovations Syracuse NY Cultura San Diego CA Culver - Newlin/McMahan Business Interior Corona CA Custer Inc. (Loc's in MI & IN) Grand Rapids MI Custom Office Interiors, LLC Bowling Green KY CV Design Interiors, Inc. dba Green Office Furnishings Fresno CA CWC (GA & TN) Atlanta GA D & B Company, Inc. dba Design+guild Portland OR D & R Office Works, Inc. El Monte CA D R Consultants Brattleboro VT d.Kode Studio Irvine CA D2 Office Furniture + Design New York NY Dahlin Group, Inc. (5 CA loc's, WA, UT, MT) Pleasanton CA Daizu Inc. Torrance CA Dallas Desk Invalid TX Dancker Loc's in MD & NJ Somerville NJ Daubman Corporate Interiors Poughkeepsie NY dba Design Directions (The Inside Story) Lewiston ID DBI..... WE DO OFFICE Lansing MI DCI Lisbon NH DCPC Holdings, Inc / dba OFS Dallas Frisco TX De Clercq Office Group (4 CT Ioc's) Hamden CT Debi Carson Road Town VG Debi L. Dube Interior Design Groton CT Debner & Company Workspace Solutions Houston TX DEI Cincinnati OH DEI Acquisition LLC dba Design Environments Marietta GA Dekalb Office Alpharetta GA Del Gavio Group Woodside CA Delaney & Associates, Inc. Cranberry Township PA Delano Design LLC Beverly Hills MI Delve Interiors Greensboro NC DePiano Interiors Wayne PA Desert Business Interiors Palm Desert CA Design & Supply Co., Inc. Chalfont PA Design Central LLC Salina KS Design Focus San Clemente CA Design House, Inc. Houston TX Design Management Associates Kennesaw GA Design Resource Center NE, LLC Springfield MA Design Resource Group, Inc (CO) Denver CO Design Services Inc. Potomac MD Design Source - WA Spokane WA Design Source / WES RUS LLC Salt Lake City UT Design Space Studios Fairport NY Design Specialists, Inc. East Syracuse NY design TECH Interior Design Services, Inc. Sacremento CA Design Works Unlimited, LLC Jerome MI DesignersWest Interiors Orlando FL DesignWorkPlace, Inc. dba Workplace Purchasing Rancho Cascades CA Associates Desks Inc. of Utah Salt Lake City UT Details Cumming GA Dew -El Corporation Holland MI Direct Commerce Group / dba Office Designs Northbrook IL Direct Office Solutions Inc. Fort Lauderdale FL Diversified Services Bermuda LTD Hamilton NA Dixon Architecture National City MI DK Workspaces Richmond VA DKI Office Solutions / Data K Inc. New Orleans LA DNI Ventures Inc. dba Dayton Business Interiors (DBI) Dayton OH Donna LaForge Interiors West Monroe LA Doubleday Office Products Benton Harbor MI Douron, Inc. Owings Mills MD Downs Design Group, Inc. San Francisco CA Dozar Office Furnishings Culver City CA dPOP! dba Pophouse Detroit MI DR Design Group LLC dba Decker Ross Interiors Clearwater FL drb Business Interiors Saratoga Springs NY Drechsel Business Interiors Toronto ON DRG - Diversified Resource Group Peachtree Corners GA Driscoll Office Interiors Hamilton MA DSO Furniture Wilmington DE Duet Resource Group (Loc's in WI, NE, & IA) Milwaukee WI Duluth Type & Business Furniture, Inc. Duluth MN Dynamic Office Services, Inc. Morrisville NC E Tu HQ St. Paul MN Eakes, Inc. dba Eakes Office Solutions (multiple Ioc's) Grand Island NE Easley & Rivers Monroeville PA Eaton Office Supply Co. Amherst NY EcoGreen Furniture Pleasanton CA Economically Correct Brooklyn Park MN Edge Office Products Longview TX Edgeid / Edge Interior Design LLC Holladay UT EdgeQuarters Paradise Valley AZ Edith Snell Interiors, LLC Jonesboro AR Edmarco, Inc Tempe AZ Edson -Neil Inc. Flower Mound TX Educational Furniture Muncie IN Edutek Corporation Salt Lake City UT Edwards & Hill Office Furniture Annapolis MD EFC - Enterprise Furniture Consultants Baltimore MD EFS Norristown PA efurnitureMax, LLC dba American Commercial Furniture Indianapolis IN LLC Eight Twenty 8 Design, LLC Austin TX Eikenhout Grand Rapids MI Elantech Systems Chantilly VA ELB Inc. (Multiple Locs) Pleasanton CA Elements IV Interiors Dayton OH Elevating Sales Corp Brea CA Elevation Office Concepts Inc. Wilmington DE Elite Foodservice Equipment Co. dba Elite Studio E Farmingdale NY Elontec Phoenix AZ EM & N Marketing dba Quality Office Environments Geneseo NY Emblemax Corporation Chantilly VA Empire Office, Inc. New York NY En4orm Office Interiors Costa Mesa CA Encompas (Locs in MO, KS, NE) Kansas City MO Encore Office Interiors Surrey BC Enriching Spaces Cincinnati OH Entrada Design, Inc. Pleasonton CA Environments / Corporate Environments of Oregon Inc. Portland OR Environments 4 Business Akron OH Environments at Work (MA & RI loc's) Boston MA Environments dba The Samuels Group Inc. Wausau WI Envision Engineering Lowell MI EOE Furniture Cincinnati OH EON Denver CO Epic Spaces Inc. Vancouver BC Ergo Revolution Los Angeles CA Ergonomic Seating & Products, Inc. Danville CA Ethosource Morgantown PA EuroMod LLC dba ReModern Living San Diego CA EvensonBest LLC New York NY Evergreen Office Spaces Ltd. Delta BC Everything Division 12, Inc. Northbrook IL Evo Business Environments Little Rock AR Evolution Interiors Barrington IL Evoque Group LLC dba CBI Group San Antonio TX Executive Business Products Fresno CA Executive Furnishings, Inc. Stratham NH Executive Office Furniture, Inc. Tallahassee FL Executive OfficeLinx dba OfficeLinx Monroe LA Expect Solutions / Solutions Office Interiors San Jose CA Express Modular Systems Huntington Beach CA Exterus Business Furniture (Loc's ME, VT, NY) Portland ME F&M Design Enterprises Inc. Burbank CA F.A. O'Toole Office Systems Inc. Hunt Valley MD F2 Design San Francisco CA F3 Space Concepts (2 SC loc's) Irmo SC Facilitec Corporate Furnishings St. Louis MO Facilitech Solutions Farmington Hills MI Faciliteq - NV & AZ Las Vegas NV Faciliteq Business Interiors Las Vegas NV Facilities Resource Inc. Cedar Park TX Facility Designs Inc. Fresno CA Facility Interiors (Multiple loc's) Plano TX Facility Planners, Inc. Nashville TN Facility Services Newport Beach CA Facility Services - MD Annapolis MD Facility Transition Services, LLC / FTS Raleigh NC Falkbuilt New England / FBNE, LLC Boston MA Farrell Flynne LLC Westfield NJ Faulkner Design Group Dallas TX Fayetteville Manlius School District Manlius NY FBS Corporate Solutions Dayton OH FBX (Furniture Basix, LLP) Houston TX FCI & Design (Fusch Commercial Interiors & Design) Las Vegas NV Federal Supply LLC Erlanger KY Feigus Inc. Wall NJ Feltus Hawkins Design Nashville TN FENS ASSOCIATES, LLC Groveland MA Ferris Officesmart, LLC Shreveport LA FIBERTEK, Inc. Herndon VA Fineline Furniture Indianapolis IN Fireside Office Products Inc. Bismarck ND First American Equipment Finance Fairport NY First Continental Library Equipment Denver CO Fisher Hawaii Honolulu HI Flammer Office Furniture & Supplies LLC Nibley UT Flatwater Solutions Bellevue NE Florida Business Interiors - KB Business Enterprises, Tampa FL Inc. Flowmotion LLC Sandy UT Fluid Interiors, LLC Minneapolis MN FM Office Products East Rochester NY FMC (Facility Management Consultants) Boston MA FMG/Furniture Marketing Group (Multiple loc's) Plano TX Focus Design Interiors, Inc. Atlanta GA Focus Interior Products LLC Berkeley Heights NJ Focus Office Furniture Oklahoma City OK Form & Function Bay City MI Formcraft Philadelphia PA Forward Space Wood Dale IL Forward Tilt Scottsdale AZ Four-U Office Supplies Celina OH FPS dba Office Furniture Connection Houston TX Frank Cooney Co, Inc. dba Educational Environments Elk Grove Village IL Franklin Interiors Pittsburgh PA Freedom Interiors (2 MO loc's) Kansas City MO Freedom Office Furniture dba GCS Group Kennesaw GA FRG (Facilities Resource Group, Inc.) Spanish Fort AL Friends Office Findlay OH Front Desk Inc. dba Front Desk Office Furniture Farmers Branch TX Frost -Barber Baton Rouge LA FSI Office Charlotte NC Furngully LLC Marshfield MA Furnish LLC Houston TX Furniture Consultants - FCI - Loc's: MA, NJ, FL, NY New York NY Furniture Environments San Diego CA Furniture Flair Ltd. Pembroke NA Furniture Plus Inc., dba Furniture Plus Design Honolulu HI Furniture Purchasing Network Long Beach CA Furniture Solutions For The Workplace (formerly Cincinnati OH Furniture Solutions - OH) Furniture Solutions Group (Locations in Maryland & Annapolis MD Colorado) Furniture Solutions Now, Ltd. (dba Corporate Source, Dallas TX Ltd.) Furniture Solutions Plus Winston Salem NC Furniture Solutions, Inc. Lake Worth FL Furniture Soup Reading PA Furniture Speak Fairfax VA Furniture Wholesalers, LLC Twinsburg OH FurnitureLab / Rapp Productions, Inc. Carrboro NC Furnitureland South, Inc. Jamestown NC FurnLeaf Interiors, LLC Denver MA Fuse Studio Minneapolis MN G.A. Blanco & Sons, Inc. Great Barrington MA G.L. Seaman & Company (Carrollton & Fort Worth) Carrollton TX G/M Business Interiors Riverside CA GA Institute of Technology Atlanta GA Gainer D Interiors, Ilc Wright Patterson AFB OH Gardner Builders Minneapolis MN Garrison Hullinger Interior Design Portland OR Gateway Printing & Office Supply San Antonio TX Gazor Group, Inc. San Francisco CA GBI (Guy Brown Interiors, LLC) Brentwood TN GDC/Women's Detention Center Claxton GA GDLJ Enterprises dba Executive Furniture Leasing Greensboro NC General Office Products Co. dba Acre St. Louis Park MN Genesee Office Interiors, Inc. Rochester NY George + Associates New York NY Gerry Smith Office Products dba Capitol Office Furniture Rockville MD Inc. Gilmore Grand Rapids MI Give Something Back, Inc Oakland CA Glenwood Office Furniture II Hillside NJ Global Commercial Furnishings, LLC - GCF Naples FL GLT Total Office (George L Tyler Office Supplies Inc.) Lakeland FL GM Office Interiors dba Total Office Interiors Franklin Lakes NJ GMK Associates Inc. Columbia SC Goodmans (Loc's in AZ & NM) Phoenix AZ Government Business Interiors, LLC Redlands CA GovSolutions, Inc. Virginia Beach VA Grace Christian Fellowship Cortland NY Gracie Turner Design Sausalito CA Graham Interiors Cincinnati OH Grand & Toy (Multiple locations) Vaughan ON Grand River Office LLC Muskegon MI Graphic Office Interiors Ltd. Saanichton BC Grassroots Contract Interiors Buffalo NY Gray Office Furnishings (1993) Ltd. Edmonton AB Great Impressions Interiors, LLC Marion OH Great Lakes Interiors & Design Haslett MI Green Furniture Solutions LLC Portland OR Greenway Enterprises, Inc. Helena MT Gregory Lyon, Inc. Minato-ku TYO Grooms Office Environments Springfield MO Gulf Coast Office Products Pensacola FL Gunnar Pacific Agencies Inc. Vancouver BC GWS - Global Workplace Solutions FFE, LLC West Chester OH H.D.W. Commercial Interiors Merrillville IN Hampton Office Products Greensburg PA Happy's Madisonville KY Harris Office Equipment Inc. Yakima WA Harris Office Furniture Co., Inc Roanoke VA Harris Office Products Van Nuys CA Harris WorkSystems Tigard OR Hawden Group USA Corona CA Haylie Read Design LLC Downers Grove IL HB Workplaces, LLC Draper UT HBI / Heritage Business Interiors, Inc. Calgary AB HBI Office Plus Regina SK HBI Office Solutions, Inc. Huntsville TX HCG, LLC Fort Walton Beach FL HDD-Hill Devine Design Milwaukie OR Heart of America Washington DC HeiLu Inc. LaVerne CA Henderson Kelly, Inc. Seattle WA Henricksen Itasca IL Henricksen TN (3 TN loc's) Nashville TN Herald Office Solutions Dillon SC Heritage Office Furnishings Ltd. (3 loc's in BC) Vancouver BC HFS Concepts 4 Long Beach CA HG HDFC Rochester NY Highmark Capital LLC dba Spaces (ID & NV) Boise ID HLW Workspace Solutions Inc. El Dorado Hills CA Holitna (South Carolina & Alaska) Mount Pleasant SC Holmes & Brakel (4 Canada loc's, 2 FL loc's) Vancouver BC Home Resource, Inc. Sarasota FL Homespun Furniture, Inc. Riverview MI Hoovers Interiors dba Be.Workplace Design Concord CA Hospitality Furnishings and Design, Inc. Zelienople PA HPA Design Group, LP (Locations in TX, CA, FL, CO, IL) Dallas TX HPS LLC Middleville MI HST Interior Elements Nashville TN Hub Office Furniture Inc. Kelowna BC Hudson Office Solutions, Inc. Washington IN Hudson Valley Office Furniture (2 locations in NY) Wappingers Falls NY Hue Design Dallas TX Hummel's Office Plus Herkimer NY Huntington Business Interiors Ontario CA Hutchinson and Bloodgood LLP San Diego CA ibSpaces / Industries for the Blind West Allis WI ICAN Inc. Utica NY ICE - Innovative Commercial Environments San Diego CA ICI - Innovative Commercial Interiors West Trenton NJ Icon Modern, Inc. Highland Park IL ID&A (3 KY, IN, TN) Louisville KY Ideal Office Solutions Methuen MA IDI Workspaces Lafayette LA IDS (Division of Dekalb Office) Alpharetta GA idX Ontario CA ifb (Interiors for Business, Inc.) Batavia IL Image Business Interiors (2 VA loc's) Virginia Beach VA IMG South Olive Branch MS Impact Interiors Kansas City KS Impact Office Furnishings Limited Vancouver BC Impact Office Group Beltsville MD Impact Office Interiors Griffin GA Independence Business Supply Cleveland OH Indoff - MULTIPLE DIVISIONS St. Louis MO Industrial Assemblies, Inc. Fruitport MI Infinity Real Estate Advisors Atlanta GA Infinium Interiors, Inc. Honolulu HI Info-Com Business Products (Margaret C Pett Inc) Altadena CA InfoPro Concepts Inc. Jacksonville FL Inline Design Office Solutions Chicago IL Inner Design Purchasing (Inner Design Studio) Brentwood TN Innerplan N. Little Rock AR Innerspace Design, Inc. Ann Arbor MI Innerspace Studio San Jose CA Innerspace Systems, Inc. Valencia CA Innerspaces Business Furnishings Inc. Edmonton AB Innerspaice Architectural Interiors, LLC (Multiple Fort Walton Beach FL Locations) Innovare Lansing MI Innovate Commercial Interiors Fort Wayne IN Innovative Business Furniture, Inc. Springdale AR Innovative Office Solutions (CA) Anaheim CA Innovative Office Solutions / IOS (OH) Maria Stein OH Innovative Office Solutions, LLC Burnsville MN InnSpace Kalispell MT Inside Out -UT Salt Lake City UT Inside Source (3 CA Ioc's) San Carlos CA Inside Source Northeast (Loc's CT & NY) Norwalk CT Inside Source Washington Inc. Seattle WA Insight Chicago Chicago IL Inspire Business Interiors Johnson City TN Installers Plus Inc. Lexington KY Institutional Interiors Inc. Raleigh NC Integrated Services Union City CA Integrated Spaces Downers Grove IL Integrity Business Solutions Grand Rapids MI Integrity Interior Solutions LLC Kent WA Intellicom, Inc. Durham NC Intelligent Interiors Inc. Chicago TX Interactive Solutions, Inc. (Locations in Memphis & Memphis TN Franklin TN) Intereum, Inc. Plymouth MN Interior Alliance Centerville UT Interior Concepts Denver CO Interior Dimension, Inc. Ballwin MO Interior Elements, LLC - Loc's AL,SC,MS Charlotte NC Interior Environments - CO Denver CO Interior Environments - MI Novi MI Interior Environments Atlanta Atlanta GA Interior Focus Cleveland OH Interior Fusion LLC (3 FL Ioc's, AL, LA, TX) Pinellas Park FL Interior Image Group Crown Point IN Interior Investments - IL (Multiple Loc's) Lincolnshire IL Interior Investments - MO (Multiple Loc's) St. Louis MO Interior Investments, LLC (WI) Milwaukee WI Interior Motions Emeryville CA Interior Office Solutions dba Peoplespace (CA, WA, OR Irvine CA loc's) Interior Office Solutions, LLC (NM) Chicago NM Interior Showplace Ltd. Honolulu HI Interior Solutions (LIT, AZ, & ID Loc's) South Salt Lake City LIT Interior Solutions SC, LLC Conway SC Interior Spaces Corp Sacramento CA Interior Systems, Inc. West End NC Interior Workplace Solutions Allentown PA Interiors By Design LLC Mount Laurel MD Interiors by Guernsey, LLC Chantilly VA Interiors for Business, Inc - Rust's Interiors for Business Oklahoma City OK Inc. Interiors Incorporated Santa Rosa CA International Interior Systems Englishtown NJ InterOffice Fargo ND Interphase (2 MI loc's) Grand Rapids MI Interscape Commercial Environments (Loc's in CT & Farmington CT MA) Interspace Limited LLC Lexington KY Interspace Solutions, Inc. Santa Fe Springs CA Interstate Office Interiors (Triad Furniture Group Inc.) Portage MI Interstate Office Products Sioux Falls SD InterWork Office Solutions Cherry Hill NJ Intivity, Inc. (3 NY loc's) East Rochester NY Intra Design Cincinnati OH Inunison Design Minneapolis MN Iowa Office Supply, Inc. dba Office Elements Sioux City IA IP Consulting, Inc Kentwood MI ISCG Royal Oak MI iSpace Environments, Inc. (3 MN loc's) Eden Prairie MN Italmoda Design Royal Oak MI IWS - Integrated WorkSpace Solutions Cincinnati OH J Goldshmidt Associate - CA Sausalito CA J L Business Interiors, Inc. West Bend WI J Miller Design Lexington KY J Witzel Interior Design Dunwoody GA J. McCrystal Design LLC dba Branch & Field Owensboro KY J. Morgan Stile Design Burlingame CA J. P. Jay Associates, Inc. Allentown PA J. Thayer Company (Loc's in OR & CA) Lake Oswego OR J. Tristan Co. Staten Island NY J. Tyler Houston TX J.A. Lindberg Interiors San Diego CA J.A. Spinale & Co, LLC dba Concept + Design Locust Valley NY J.C. White Office Furniture Miami Gardens FL Jackson Design Company, Inc. Jacksonville FL Jamesville Office Furnishings Rancho Cordova CA Jaque Bethke Design Scottsdale AZ JC Office Consultants Somerville NJ JD Office Products Chatsworth CA JDTI - customer Holland MI Jefferson Group, LLC (Loc's in CT & NY) Stamford CT Jennings Commercial Interiors Fishers IN Jey Furniture LLC Lakewood NJ JH Interior Design Omaha NE JH Miller - Customer Nunica MI Jill Duzan LLC McCordsville IN JKaiser Workspaces Tucson AZ JKL Design Group Inc. Sarasota FL JMA Office Solutions Eatonton GA JMJ Workplace Interiors Richmond VA John A Marshall Co Lenexa KS John Watts Associates Hartford CT Johnson Cherry Creek dba Broadway Business Interiors Centennial CO Johnson Simon Resources Houston TX Jonathan Morgan & Company Limited Surrey BC Jones Group Interiors, Inc. Wright Patterson AFB OH Jonna Associates, Inc. Bloomfield Hills MI Joyce Contract Interiors, Inc. Westford MA Just Ergonomics, Inc. (CA) Mountain View CA Just the Right Stuff Syracuse NY K & M Office Products (dba Office Products Alliance) Kansas City MO K Offices, LLC Woodbridge NJ K4 Architecture & Design Cincinnati OH Kahl Commercial Interiors Reno NV Kaleida Health Buffalo NY Kansas City Office Design LLC Kansas City MO Karen Renee Interior Design Severna Park MD Kam Custom Woodwork, Inc. Richmond VA Kay Collins Planning and Design Riverside CA Kay Davis Associates Houston TX Kayhan International Schaumburg IL Kay -Twelve (Martin Public, LLC) Worthington O KBM-HO E GU San Jose CA KDA Furniture & Interiors Huntertown IN KDA Office Furniture Solutions Lexington KY KDI Design, Inc. St. Charles IL Keeney's Office Plus Redmond WA Kelly Architects Los Angeles CA Kentwood Office Furniture (MI & IL loc's) Grand Rapids MI Kerr Albert Port Huron MI Kerr Workplace Solutions Elizabethtown KY Kershaw's Inc. Spokane WA Kershner Office Furniture King of Prussia PA Key Interiors Lombard IL Key International New York NY Key Office Interiors Boston MA Khalvati Associates Seal Beach CA Kid Gloves, Inc. Coppell TX King Columbus O Kirk Gross Waterloo IA Kirk Office Cayman Islands NY Kirksey & Co. (CA & TN) Irvine CA KJ Designs Salt Lake City UT Knoll, Inc. East Greenville PA KONTEK Systems, Inc. Durham NC kor, Inc. Cedar Rapids IA KPC Architectural Products Lexington KY KR Office Interiors (2 MT loc's) Helena MT Kramer & Leonard / McShane's Chesterton IN Kuchar Chicago IL L & M Office Furniture (2 loc's) Tulsa O L.R. Construction dba The Atlas Companies Louisville KY Lafayette Materials Management Co., Inc. (LAMMCO) Lafayette IN Lakeshore Business Interiors, Inc Manitowoc WI Lakeshore Furniture LLC Muskegon MI LAN Office Furnishings Barrington IL Lancaster Central School District Lancaster NY Landis Office Center, Inc. Cumberland MD Lane Office New York NY Lanza Design Copley O Lauren Tilley Interiors Greensboro NC LBJ Flooring LLC Newark NJ Lee Company Inc. Terre Haute IN Legacy Group Renton WA Legacy Office Solutions Franklin MA Legacy Office Solutions dba Peck's Office Plus Brooklyn NY Lenae Design LLC Sioux Falls SD Lerdahl Business Int, Inc Middleton WI Letourneau Interests, Inc. Houston TX Leukemia & Lynphoma Society Rye Brook NY Level 3 Audiovisual Mesa AZ Level 5, LLC Atlanta GA LEVY Purchasing LP (2 TX loc's) Austin TX Lewis Stevenson Office Solutions New York NY Lexington Group, Inc. West Springfield MA Library Design Associates, Inc. (Multi. Locs.) Powell O Library Furniture International Wheeling IL Library Interiors of Texas, LLC Lakeway TX Libra -Tech Corporation Argyle TX Lincoln Office Peoria IL Lincoln Office Solutions Taylor MI Linda Hartman Interiors Severna Park MD Lindsey's Office Furniture Houston TX Lines Furniture Vienna VA Link Interiors Morgantown PA Lisman Studio Salt Lake City LIT LJ Duffy, Inc. New York NY LL&A Interior Design / Leslie Lewis & Assoc. Jeffersonville IN Logical Office Furniture Austin TX Lone Star Furnishings, LLC Carrollton TX Lord Aeck Sargent Atlanta GA Lorenz & Associates Fresno CA Loth - Cincinnati Cincinnati O Loth - Columbus, OH Columbus O Louer Facility Planning, Inc. Collinsville IL Louisville Office Furniture Louisville KY Lowery Design Group LLC Mission KS LRNC Office Products, Inc. Greensboro NC Lucas Business Solutions, Inc. Memphis TN Luckett & Farley / L&F Procurement LLC Louisville KY Luma MD / Standard Tile & Associates Sarasota FL Luminaut Cincinnati 0 Lunar & Planetary Institute Houston TX M & M Office Interiors, Inc. Pewaukee WI M&E Business Furnishings (Locs Surrey & Port Port Coquitlam BC Coquitlam) M. Hanson & Company, Inc. Boca Raton FL M2 Creative Design / Nancy Marchetta Wright Patterson AFB OH M3 Inc. South Pasadena CA M80 Systems Inc. Barrigada Machabee Office Environments Sparks NV Magnus United dba Magnus San Jose CA MAHLA Office Furniture Pittsburgh PA Main Solutions Atlanta GA Make Cayke River Forest IL Malone Office Environments Columbus GA Mammoth Office Furniture LLC Herndon VA Manchette Studio San Diego CA Marc Office Ltd / dba Office Furniture Heaven New York NY Mark Downs Office Furniture Towson MD Marketec Burbank CA Marlin Leasing Corporation Mt. Laurel NJ Marsha Jurasin & Associates Burlingame CA Martin Public Seating LLC (MPS Acquistion LLC) Chardon OH Martin's Office Supply, Inc. Granbury TX Marxmoda Detroit MI Mason Inc. Savannah GA Matlock Associates Inc. Ontario CA Mavis Duluth MN Maxon Computer Canada Inc. Montreal QC Mayhew Inc. Richmond Hill ON Mayotte Group Architects Lansing MI MB Division Spring Lake MI MBI Business Designs LLC Salt Lake City UT MBI -Seattle Seattle WA MC Office Furniture Maplewood NJ McCartney's Inc. Altoona PA McCoy -Rockford - AUSTIN Austin TX McCoy -Rockford - HOUSTON Houston TX McCrum's Office Furnishings Calgary AB McGarity's Business Products Gainesville GA McGowans Brantford ON MCI Workplace Solutions (M.A. McGregor, LLC) Hayward CA McNerney & Son, Inc. Toledo OH McWaters Columbia SC MDR Associates Burlington ON Mecca Design Group, LLC Cottonwood Heights LIT Merchants Office Furniture Denver CO Merge Inc. Las Vegas NV Merrifield Office & School Supply Inc. (Multiple OK loc's) Enid OK McTEOR Education LLC (formerly Contrax Furnishings Gainesville FL LLC) Metro Business Interiors, Inc. Benton Harbor MI Metro Contract Group, Inc. San Jose CA Metro Office Environments Warren MI Metropolis Design Group Minneapolis MN Metropolitan Contract Furniture of New York, Inc. Hudson NY Metroservices Culpeper GA MFS-Metropoex Facility Services Dallas TX MG West San Francisco CA Micheline Laberge, ASID, LLC Sarasota FL Michigan Office Design, Inc. dba MOD Design Southfield MI MidCity Office Equipment, Inc. Buffalo NY Mid -Market Concepts LP. dba Heights Office Product & San Antonio TX Interiors Midwest Commercial Interiors Salt Lake City LIT Mill Distributors, Inc. Aurora OH Miller Huggins Anderson IN Miller's of Columbia Columbia SC Miller's Supplies At Work Newington VA Millington Lockwood Business Interiors Buffalo NY Mills Office Productivity Vancouver BC Missco Interior Concepts (Mississippi & Arkansas) Ridgeland MS Mission Support Alliance, LLC Richland WA Mitsch Design Charlotte IN Mod House Interiors Sioux City IA Modern Business Interiors / MBI (multi. Iocs.) St. Charles MO Modern Business Systems, Inc. Augusta GA Modern Office Interiors Coopersville MI Modifi Workspace, LLC Wolcottville IN Modular Office Environments Inc Oakland Park FL Modular Technology (Redwood City & Menlo Park) Menlo Park CA MOE (Michigan Office Environments) Kalamazoo MI Momentum Procurement Group, Inc. (MPG) Gladstone OR Monarch Office Furniture, LLC Coppell TX Monarch Office Supply, Inc. Windsor ON Monk Office Victoria BC Montanio Design Group, Inc. Simi Valley CA Moran Interiors Inc. Canton OH MOS - McKinney Office Supply McKinney TX Mount Markham CSD West Winfield NY Mover Services, Inc. Rancho Dominquez CA Moxie Mod, LLC Paducah KY MS Metal Solutions Grand Haven MI MSI Office Furniture Santa Ana CA MT ErgoFit Inc Missoula MT Mt. Lebanon Office Interiors Pittsburgh PA MTA Inspired Workspaces Sacremento CA Mudge Rhoades LLC dba CFS Group Lenexa KS Munson Business Interiors, Inc. Louisville KY My Office Design Dayton OH MyOffice Products Lavergne TN N. I. Systems, Inc. Bronxville NY NADAP - National Assoc. on Drug Abuse Problems, Inc. New York NY NASA LRC - Elizabeth Tanner Hampton VA National Business Furniture Milwaukee WI National Office Cleveland OH National Office Suppliers Lexington KY National Office Systems, Inc. Savannah GA National Premier Company Granbury TX National Premier Partners Boston MA Navarro Design Associates Markleton PA Navrats Office Products Emporia KS N BS Troy MI Nelson Interiors, LLC San Antonio TX Neurilink LLC (2 Ioc's, ID & WA) Boise ID New Day Office Products Suffolk VA New Jee, LLC dba Hyphn Portland OR NewGround (Loc's MO, IL, HI) Chesterfield MO NewGround Canada Corporation (Loc's MO, IL, HI) Waterloo ON Nichols School Buffalo NY NIST Gaithersburg MD Nittany Office Equipment Inc. State College PA NOI/Nashville Office Interiors (3 TN loc's) Nashville TN Nordon Business Environments Appleton WI North Sound Interiors Woodinville WA Northwest Refinishing Tigard OR Nowak Office Solutions Canton GA NRS (National Relocation Services) Pomona CA Nua Office Inc. Vaudreuil-Dorion QC Nulook Office Solutions Inc. Baie D'Urfe QC nuSPACE Corporate Interiors Campbell CA NW Office Interiors Milwaukie OR NYCSCA Long Island City NY NYSTEC Rome NY OAI Haymarket VA Obayashi Design Group Inc Honolulu HI OBC Office Furniture (Multiple Loc's in FL) Pompano Beach FL Objects LLC Jackson MS OBJEKTS Seattle WA OCD - Office Collaborative Design Windsor CA OCi Office Concepts, Inc. Beverly MA odg - Office Design Group Irvine CA OE&S (Office Environments & Services Jacksonville FL OEC Louisville KY OEC - ID Boise ID OEC Business Interiors (2 FL Ioc's) Gainesville FL OES - Office & Ergonomic Solutions, Inc. Rancho Cucamonga CA OFC Group, Inc Celina TX OFD (Office Furniture Direct) Farmingdale NY OFDC Commercial Interiors (Ft. Myers & Sarasota Ioc's) Fort Meyers FL Office & Industrial Specialists Inc. Louisville KY Office Barn, Inc Tyler TX Office Basics, Inc. Boothwyn PA Office Concepts Incorporated Calgary AB Office Coordinators, Inc. (OCI) Chattanooga TN Office Creations Norcross GA Office Design & Furnishings, LLC Jackson MI Office Design & Interiors - Redwood Redwood City CA Office Dimensions, Inc. Miami FL Office Environments - NC Charlotte NC Office Environments International Arlington VA Office Environments, Inc. - PA Bristol PA Office Environments, Inc. (Mutt Loc's in AL & FL) Birmingham AL Office Equipment Co. / dba OEC Mobile AL Office Express (OEX) Troy MI Office Express U.P., Inc. Houghton MI Office Furnishings, Inc. Lake Grove NY Office Furniture + Related Services Nashville TN Office Furniture 4 Less Ocala FL Office Furniture 911 Tampa FL Office Furniture Brokers dba Sumner Furniture & Design Sterling VA Office Furniture Center Chicago IL Office Furniture Concepts Fountain Valley CA Office Furniture Concepts (LV-NV) Las Vegas NV Office Furniture Connection -MD Millersville MD Office Furniture Expo Doraville GA Office Furniture Express San Antonio TX Office Furniture Group (CA) Irvine CA Office Furniture Group (MO) St Louis MO Office Furniture Now Austin TX Office Furniture Outfitters, LLC Knoxville TN Office Furniture Outlet (CA) San Diego CA Office Furniture Outlet, Inc. Norfolk VA Office Furniture Solutions (3 FL loc's) Tampa FL Office Furniture Solutions dba Castell Commerce Township MI Office Furniture Source Cincinnati OH Office Furniture Source LLC - TX Farmers Branch TX Office Furniture Specialist, The Keller TX Office Furniture that Works, Ltd. Keller TX Office Furniture Warehouse Inc. (2 locations: Miami & Pompano Beach FL Pompano Beach) Office Images (GA & TN) Roswell GA Office Images, Inc. - MD Rockville MD Office Innovations Ridgeland MS Office Interior Concepts (formerly Office Products Portland OR Northwest) Office Interiors Granger IN Office Interiors - ATL (Facilitec) Atlanta GA Office Interiors & Design Lincoln NE Office Interiors Group, Inc. Grapevine TX Office Interiors LLC Westminster CO Office Interiors Ltd. Dover NH Office Interiors of Memphis Collierville TN Office Interiors of South Carolina, LLC Greer SC Office Interiors, LLC Oklahoma Clty OK Office of Acquisition Management (A/LM/AQM) Arlington VA Office of Commissioner of Insurance Atlanta GA Office One Furniture and Services, Inc. Valley View OH Office One, LLC Kalamazoo MI Office Outfitters Grand Junction CO Office Pavilion - Houston Houston TX Office Peeps, Inc. Watertown SD Office Relief San Leandro CA Office Resource Group Carrollton TX Office Revolution (Loc's in IL, OH, NC) Bannockburn IL Office Scapes Inc. Bartlett TN Office Sekkei American Inc. (LOC'S CA, NY & IL) Torrance CA Office Service Co. Reading PA Office Services, Inc. Savannah GA Office Solutions & Services Missoula MT Office Solutions LLC (MS) Raymond MS Office Solutions LLC dba Bluespace Interiors (2 CA Yorba Linda CA locations) Office Space Oak Park IL Office Techs LLC (Multiple FL Locations) Orlando FL Office Trends, Inc. Portland OR Office World, Inc Eugene OR Office.11 Fallbrook CA Office360 Indianapolis IN Offices Unlimited Cape Girardeau MO OfficeScapes of Denver, LLC dba Slate Denver CO OfficeSight dba AAA Office World Brooklyn NY OfficeSource Ltd San Antonio TX Officewise Commercial Interiors, LLC (3 TX loc's) Amarillo TX OfficeWorks Montgomery AL OfficeWorks (IN) Fishers IN Officeworks New England York ME Officeworks, Inc. (MA, PA, NY, VA, NJ, GA) Burlington MA Officeworx Hauppauge NY Offix Systems Allentown PA OFI (Office Furniture Inc.) Newington CT OFR Group San Mateo CA OFR-Inc. (Office Furniture Resources) Milwaukee WI OFS Furniture dbs Office Furniture Solutions (2 IL loc's) Naperville IL OFS Interiors (UT) Holladay UT OFS Solutions / Office Furniture Service (Location in NY New York NY & NJ) OFW - Office Furniture Warehouse - PA Pittsburgh PA OFW / Office Furniture Warehouse (4 WI & 1 MN loc's) Muskego WI OFW / Office Furniture Warehouse (NY) Islandia NY OHIO Design San Francisco CA Ohio Desk Cleveland OH OLI (Offices LTD Inc) New York NY OLI Furniture, LLC (Office Liquidation) Orlando FL Omega Commercial Interiors LLC (2 WV loc's) Morgantown WV Omnifics Brighton VA One Eleven Design Fort Wayne IN One Maple / One Nine Architecture Fullerton CA One Workplace Santa Clara CA One Workplace Washington (2 WA loc's) Seattle WA Onesource Furniture Distributors, Inc. Fairlawn OH OneSource Office Interiors, Inc. Portland OR OPACS, Inc. Mesa AZ Open Plan, LLC (formerly H2 Office Design) Kent WA Orca Furniture Services LLC Monroe WA O'Reilly Office Columbus OH Organic Interiors, LLC Livermore CA ORI Office Resources Inc. (Multiple Locations) Louisville KY Orlando Office Furniture Orlando FL Ortega Company dba Gabet Company (Location in Phoenix AZ Laveen, AZ) Osborne & Associates LLC Richmond VA OstermanCron Cincinnati OH OxPros - Office Xpress Inc. Canoga Park CA P Four Brighton VA PACE Interiors Salt Lake City UT Pacific Architecture San Luis Obispo CA Pacific Custom Interiors, Inc. Seattle WA Pacific Ergonomics Escondido CA Pacific Office Designs San Jose CA Pacific Office Interiors Aqoura Hills CA PacificWRO (3 OR loc's) Portland OR Palace Business Solutions Santa Cruz CA Panel Systems Unlimited Tucker GA Pannello Systems Bristol RI Paradigm Office Interiors Temecula CA Paradigm Shift Ottawa ON Paragon Commercial Interiors, Inc. Davenport IA Parameters Ltd Minneapolis MN Paramount Facility Management Solutions / ARD Branchburg NJ Parlor City Furniture Vestal NY Parron Hall Office Interiors San Diego CA Partnr Haus Birmingham MI Patrick & Co. San Francisco CA Patrick Thompson Design Detroit MI Paxton Place Design (Locations in Fort Worth & Dallas) Fort Worth TX Pazzi Inc. Birmingham MI PBI (Professional Business Interiors) Silver Spring MD PBI, Inc. Annapolis MD PBS Supply Company, Inc. Kent WA PCI (One Source Contracting) Oak Park MI Peabody Office (MA & DC) Boston MA Pear Workplace Solutions Denver CO People, Places & Spaces LLC Hartford CT Perdue Office Furniture Jacksonville FL Peterson Quality Office Billings MT Pferred LLC San Clemente CA Phelan's Inc. Cedar Rapids IA Phillips Consulting Firm, Inc. Staten Island NY Phillips Workplace Interiors Harrisburg PA Phoenician Interiors Fountain Hills AZ Piedmont Office Suppliers Greensboro NC Pigott, Inc. Des Moines IA Pioneer Contract Services Houston TX Pittsford Fire District Pittsford NY Pivot (ALL) Santa Clara CA PMC Commercial Interiors Inc. Raleigh NC PNP Office Furniture Inc. Ontario CA Pod Office San Francisco CA POE - Professional Office Environments, Inc. Maryland Heights MO POI Business Interiors North York ON Portland Commcercial Furniture LLC Portland OR Portland Commercial Funiture LLC Portland OR PPG Los Angeles CA Pradere Office Products Hialeah FL Precizion Installations Tampa FL Preferred Office Products dba Preferred Business Irving TX Solutions Premier Entertainment Biloxi dba Hard Rock Hotel & Biloxi MS Casin Biloxi Premier Ergonomic Services Concord CA Premier Furnishing Solutions Newburgh IN Premier Office Solutions, Inc. Willow Grove PA Premier Project Management Dallas TX Prentice Office Environments Buffalo NY Prevolv, Inc. St. Paul MN Price Modern - Baltimore/DC/Lanham Baltimore MD Procurement Management LLC dba JDavis Architechts Raleigh NC Productive Business Interiors (PBI) Fort Wayne IN Professional Business Interiors dba PBI, Inc. Asheville NC Professional Contract Resources / PCR Omaha NE Professional Sales Associates Inc / PSA W nston Salem NC Professional Systems Installations, Inc. Fort Wayne IN Project Ergonomics San Jose CA Projex, Inc. (Loc's CO & WA) Denver CO ProSpace Interiors, Inc. (2 CO loc's) Delta CO ProSystems Installation, Inc. dba PSI-NESP W Icott CT Pulver Cove Associates Inc. Fort Wayne IN Purchasing Management International L.P. Dallas TX Pure Office Environments Peachtree Corners GA Pure Workplace Solutions (Loc's in MO and KS) Kansas City MO Purgistics Baltimore MD Purple Cherry Architects Annapolis MD PVI Office Furniture Plus+ Frederick MD Quality Contract (ISSI) Livermore CA Quality Office Furnishings, Inc. Yorba Linda CA Quality Office Liquidations dba FLIP Office Furnishings Stockton CA Quantum Solutions, LLC Spokane W Quick Config Lowell MI QuickTurn Concepts Inc. Salt Lake City LT QWRK Collective Environments, LLC Baltimore MD R&A Office Supplies, LLC Brooklyn NY R. C. Taylor, Inc. (dba Southwest Partitions & Office Phoenix AZ Interiors) R.V. Leonard Co, Inc. W ymouth MA R1 Furnishings/Resource One/The Blind Company Richmond VA Raven Studio Inc. London ON Ray Hess Business Interiors, Inc. New York NY RBA Furniture Solutions Seattle W RCF Group - River City Furniture, LLC (Multiple loc's) W st Chester OH RCS Systems Inc. dba RCS Commercial Interiors Milwaukee W RDC Procurement Long Beach CA RDG Planning & Design - Multiple locations St. Louis MO RDI (Resource Design Interiors) San Francisco CA RDM Architecture PA Davidson NC RDS & Associates Indianapolis IN re/District - VA Brighton VA re/District (formerly Supply Source - Not Affiliated with Williamsport PA VA Lcoation) Ready2Go Office Furniture, Inc. dba iSpace Office Indianapolis IN Interiors Red Thread Boston MA Reed Associates, Inc. Hatfield PA Regalmark Inc. Baltimore MD Reimagine Office Furnishings (ROF - Refurbished Office Tampa FL Furniture Inc.) Reliant Group Inc. Des Moines WA Reno Business Interiors Reno NV Rensselaer Polytechnic Institute Scranton PA Re -Source Office Furniture Seabrook NH Resource Office Interiors LLC Novi MI Resource One Springfield IL Resources of Kansas City North Kansas City MO Reston Business Interiors Myrtle Beach SC Restyle, LLC Baltimore MD Retailworks, Inc. Milwaukee WI Reuter & Reuter Inc. Torrance CA Revere Electric Supply Co. West Allis WI Rework LLC Chicago IL REX Electric and Technologies, LLC Chicago IL RGO Office Products Edmonton Ltd. Edmonton AB RGO PRODUCTS LTD. (Calgary Location Only) Calgary AB Richard Group LLC Glenview IL Richmark Enterprises, LLC West Linn OR Right Price Companies, Inc. Cicero NY Rightsize Chicago IL Rio Grande Contract Furnishings dba BPSI El Paso TX Rite Quality Office Supplies, Inc. Kokomo IN RJCross Architectural Products Ltd Langley BC RJE Business Interiors - 2 Indiana Loc's Indianapolis IN RJE Business Interiors - Multiple Loc's Louisville KY RJE Business Interiors - Ohio Cincinnati OH RLJ HGN Emeryville Lessee, LP c/o HPG International Walnut Creek CA Robert Wenk dba Allied Office Furniture Irvine CA Roberts Office Furniture Concepts Liverpool NY Robin Chell Design Seattle WA Robins AFB Robins AFB GA Rochester School for the Deaf Rochester NY Rockford Powder Coating Comstock Park MI Rocky Point Holding, LLC c/o WB Development Clermont FL Services / PHM ROI (Rieke Office Interiors) Elgin IL ROI Office Interiors Rome NY Rose City Office Furnishings Portland OR Rosser Design Management, Inc. West Bloomfield MI Royer & Schutts, Inc. Fort Worth TX RSFi Worthington OH Rudolph's Office & Computer Supply Baltimore MD Russell Contract Furnishings Ltd. Atlanta GA Russell Ventures Brentwood GA S Rose Company Cleveland OH Saguaro Furniture Mesa AZ Salt Studio Salt Lake City UT Sam Clar Concord CA San Diego Office Interiors San Diego CA Sandys Office Supply Aspen CO Sante Fe Office Interiors Overland Park KS SaveitNow! Indianapolis IN Saxton Bradley Kent WA Saxton Inc. (Des Moines & Cedar Rapids) Cedar Rapids IA SBD Commercial Jackson MI SBM Business Equipment Center Sterling IL SC Creative Solutions Inc. Houston TX SC Custom Display dba StudioCraft Kentwood MI Schmidt Goodman Office Products Inc. Rochester MN Schneider Contract Associates Fairfax VA School Outfitters LLC Cincinnati OH School Specialty Inc. Appleton WI School's In dba SCHOOLSin Cincinnati OH Schroeder Solutions New Berlin WI Schwerdt Contract Interiors (KS & OK) Topeka KS SCI (Standard Commercial Interiors) Albany NY SCI Corporation - IL Streator IL Scopos Hospitality Group Ephrata PA Scott Rice Office Interiors of Wichita Park City KS Scott Rice Office Works (2 KS loc's /2 MO loc's) Lenexa KS SCS Integrated Support Solutions, LLC Winchester VA SDG (Spectrum Design Group - New York) Pittsford NY SDV Office Systems Skyland NC Sea Coast Design Group Huntington Beach CA Seaats Chicago IL Seagate Holland OH Seal San Diego CA Seats and Stations Roseville CA Seattle Modern Office Woodinville WA Sedgwick Business Interiors - Rochester Rochester NY Sedgwick Business Interiors - Syracuse Syracuse NY Seely Office Solutions, Inc. Fort Wayne IN Senetics Honolulu HI Sensyst Mississauga ON Sharp Office Interiors Modesto CA Sharp School Services, Inc. Hobart IN Sheehans Office Products, Inc. Portsmouth RI Sheppard's Business Interiors - SBI Omaha NE Sheridan Group, The Los Angeles CA SHIFT Interiors Windsor ON Sho-Me Power Marshfield MO Shore Total Office San Diego CA Shuck Construction Company, LLC Fairmont WV Sierra Office Systems & Products, Inc (Multiple CA Sacramento CA locations) Sierra School Equipment Company Bakersfield CA Signature Marketing Oakland CA Simplova St. Albert AB Simply Grande Forest Hill MD Single Source Office Solutions, Inc. Englewood CO Sitbetter.com / Chairhero.com San Diego CA SK Consulting Group, LLC Portland OR SKB Procurements Washington DC SKC Communication Products LLC (Multiple locations) Shawnee Mission KS SKG / Shelton Keller Group Austin TX Sliauter Associates Ltd Bolingbrook IL Smart Business Source Troy MI Smart Interiors Inc. (Locs in Spring Hill & Lecanto FL) Spring Hill FL Smart Office Environments Bellevue WA Smart Office Interiors Santa Barbara CA Smart Office Solutions (2013) Inc. West Vancouver BC Smarter Interiors Richmond VA Smith & Schaefer Cincinnati OH SmithWorx, LLC Fredericksburg VA Snow Commerical Interiors Pleasanton CA SOF (Stamford Office Furniture) Stamford CT Solutions Business Furniture, Inc. Grass Valley CA Solutions Business Interiors Edmonton AB Sorensen Office Solutions Melbourne FL Sound Office Solutions Kirkland WA Source (Loc's OR, WA, AZ, IL, NY,HI) Portland OR Source 1 Ergonomics Redwood City CA Source Creative Office Interiors (Corporate Office Irvine CA Interiors) Source Interiors Simpsonville SC Source Office Furniture & Systems Ltd. (Locations in Burnaby BC British Columbia, Alberta, Ontario & Saskatchewan) Source Office Products -Atlanta Office Wheat Ridge CO South Country Central School District East Patchogue NY South East Office Supply dba Arrow/SameDay Centennial CO Southeast Company LLC c/o Benjamin West Louisville CO Southern Accents Too! Flower Mound TX Southern Furniture Direct, LLC dba Southern Interior Covington LA Solutions Southern Places, Inc. Columbia SC Southwest Office Supply (Multiple Loc's & dba's) Portland OR Space Care Interiors, Inc. Berkley MI Space Makers - PGH Oakdale PA Spaces Design & Planning Reno NV Spaces Group LLC Cordova TN Spaces, Inc.(KS) Lenexa KS Spaces, Inc.(OK) Edmond OK Spacesaver Interiors Kensington MD SPAWAR PAC San Diego CA Spear Office Furniture / Spear Enterprises Inc. Westlake Village CA Specialized Marketing Annapolis MD Spectrum - PA Phoenixville PA Spectrum Design Salt Lake City UT Spellman Brady & Company St. Louis MO Spencer+Company Dallas TX Sprague Solutions Boise ID Springhaus Interiors and Designs Timnath CO Standard Business Furniture/Mdm Office System Inc. Washington DC Staples Business Advantage - Canada (Multiple Vancouver BC Locations) Staples Business Advantage / HiTouch Business Columbia SC Services Staprans Design Portola Valley CA Starlight Designs LLC Palmyra IN State Office Furniture Eastonton GA Statton Design Group Dallas TX Step Up Inc. Matthews NC Stephens Office Systems, Inc. Charlotte NC Steven Kofsky East Longmeadow MA Stor Office Furniture Calgary AB StoreStream LLC (Stand Modern (New Owners)) Meridian ID Storey Kenworthy Des Moines IA Storr Office Environments Raleigh NC Strategic Spaces (MA & CT) Boston MA Strativia (Locations in Atlanta & Denver) Largo MD Streamline Resource Group London ON Strickland Paper Company Birmingham AL Strong Project ElSegundo CA Studio 5 Bloomfield Hills MI Studio A Design Group Palmyra PA Studio Blue + Interior Design, Inc. Versailles KY Studio Lux Milwaukee WI Studio Office Solutions / SOS (Loc's NY & FL) New York NY Studio Six 5, Inc. Austin TX Studley & Associates San Jose CA Suddath Office Solutions Jacksonville FL Sullivan's Office Supply Starkville MS SUMMA International (Loc's CA, NY, HI, GA, NV) Los Angeles CA Superior Office Services, Inc. Antioch TN Superior Spaces Chicago IL Supply Post (Formerly PS Group) Cincinnati OH Supply Source (multiple locations in PA) Williamsport PA Surplus Office Sales Ontario CA Susan B. Bozeman Design, Inc. Atlanta GA Susan Marinello Interiors Seattle WA SWC Office Furniture Stamford CT Syracuse Business Center, Inc. Syracuse NY Syracuse Office Environments Syracuse NY System Supply Stationery dba 3S Corp. Carson CA Systems Furniture DePere WI Systems Plus Office Service, Inc. Steelton PA Systems Source Newport Beach CA T. Mark Interiors Inc. Danville CA TAB Office Systems Kennebunk ME Tables International Corp. Morton Grove IL Tactical Office Solutions Hampton VA Tactical Office Solutions, LLC Groveland MA Talimar Systems Santa Ana CA Tallgrass Business Resources / Frohwein Office Supply Coralville IA Inc. Talu, LLC Herndon VA Tamaya Enterprises, Inc. dba Santa Ana Star Casino c/o Bernalillo NM Siri Procurement Tangram Santa Fe Springs CA Tangram Studio LLC dba Studio Other Santa Fe Springs CA Tanner Furniture (3 PA loc's) Harrisburg PA Tascosa Office Machines (4 locations in TX, 3 in New Lubbock TX Mexico, 1 in Colorado) Taylor Design San Juan Capistrano CA TBI Inc. -Tucson Business Interiors, Inc. (2 Loc's in AZ) Tucson AZ TDXi, LLC Buford GA Team Pikes Peak, LLC dba OS Offices/OS Schools Colorado Springs CO Teammates Commercial Interiors Denver CO Technology Providers Inc. Gilbert AZ TekWorks Poway CA Temple Square Interiors Akron OH Terrell's Office Machines Bozeman MT Tesla Palo Alto CA Texas Interior Resources LLC, dba Interior Resources Dallas TX Group Texas Interiors LLC Houston TX Texas Office Products and Supply (TOPS) (3 TX LOC'S) Austin TX Texas Wilson (3 TX loc's) San Antonio TX TFG / The Forehand Group Saint Simons Island GA THE BOWA GROUP INC Chicago IL The Office City (6 loc's in CA) Hayward CA The Office Point Los Angeles CA The Office Products Dealer Salt Lake City UT The Office Professionals Pompano Beach FL The Office Source Inc. Mississauga ON The Outlet Center Of Florida, Inc. dba Hialeah FL OfficeFurniture4Sale.com The ProMedia Group of Tampa Corp. Tampa FL The Supply Room Ashland VA The Systemcenter, Inc. Honolulu HI The Telcar Group Holbrook NY The Whalen Berez Group LLC Colts Neck NJ The Workplace Group Syosset NY The WorkPlace, Inc. Suwanee GA Thiel & Thiel, Inc. Southlake TX Think Office Interiors San Diego CA Think Office, LLC Anchorage AK Thomas Interiors Bloomingdale IL Three Rivers Business Interiors Fort Wayne IN Thrifty Office Furniture Durham NC TI Source LLC Fort Wayne IN Times Herald Printing & Office Products Foreest City AR TMG CONSTRUCTION Purcellville VA Today's Cleveland OH Today's HR Burbank CA Today's Office (Locations in Springdale & Little Rock) Springdale AR Today's Systems Corporation Bala Cynwyd PA Tom's Discount Office Furniture / MrDesk.com Santa Clara CA Top Dawg Modular Service Fremont CA Top Office Products (2 WY loc's) Sheridan WY Top To Bottom Interiors, Inc./T2B Commercial Interiors Altoona PA TOPS Total Office Products Ltd. - BC Kelowna BC Total Corporate Solutions Torrance CA Total Health Environment, LLC Orange CA Total Office Concepts (3 WA locations) Walla Walla WA Total Office Interiors Boston MA Total Office Interiors - AZ Phoenix AZ Total Office Interiors (PA) Glenside PA Total Office Interiors dba The Desk Dealer Salem OR Total Office Products & Services Louisville KY Total Office Solutions - FL Jacksonville FL Total Office Solutions - OH Alliance OH Total Office Solutions - TX Waco TX TotalOffice (Barbados) Warrens TotalOffice (Caribbean) Ltd Bridgetown TotalOffice (Guyana) Inc. East Coast Demerara TotalOffice Trinidad LaVentille TT Totalplan Inc. Vancouver BC TotalPlan, Inc. Riverside CA Townsend Interiors Bend OR Trade Products Corporation Fairfax VA Trader Boys Los Angeles CA Transact Commercial Interiors Phoenix AZ Transaction Test Company Anytown MI TransAmerican Office Furniture, Inc. Philadelphia PA Transitions Mississauga ON Transitions, Managing Change Hayward CA Trax International Greenbelt MD Trellis LLC Grand Rapids MI Tri State Office Interiors New York NY Triad Office Interiors Burlington ON Trilogie LLC Kansas City MO TriMark SS Kemp Cleveland OH Trinity Properties & Development Kuna ID Triplett Companies (3 IA loc's) Urbandale IA Tri-State Office Furniture, Inc McKees Rocks PA TROP Architecture Sarasota FL Trope Group Santa Rosa CA Tryco Incorporated Mclean VA TU Studio Salt Lake City UT Tucson Business Interiors Tucson AZ Turf Office LLC Brooklyn NY Turner Walters, LLC dba Stir Denver CO Turnerboone Contract Atlanta GA Turnkey Project Services, LLC Ft. Worth TX U P Office Furnishings, Inc. Iron Mountain MI Union Office Interiors Wilmington MA Unique Interiors, Inc. New York NY Uniques Unlimited Dayton OH Unisource Solutions Pico Rivera CA Unispace - (Multiple locations in U.S.) San Francisco CA Unispace (Ohio) Gahanna OH United Corporate Furnishings, Inc (UCF) Sacramento CA United Interiors Woodland Hills CA United Office Products Olathe KS Unity Hospital of Rochester Rochester NY Upper Cumberland Commercial Cookeville TN UpRight Interiors for Business LLC Itasca IL Upstate Office Furniture Johnson City NY Urban Office Design Sandy UT V&R Design Wright Patterson AFB OH Valley Designs Inc. HarLingen TX Valley Office Solutions McMinnville OR Vanerum Stelter Acquisition LLC Grand Rapids MI Vanguard Environments Houston TX Vantage Commerce, LLC North Los Vegas NV Velociti Facilities Services Atlantic City NJ Velocity Business Products Houston TX VerHalen Commercial Interiors (2 locations in WI) Green Bay WI Verkpleys Palm Springs CA Vertex Business Interiors - Tustin, CA Tustin CA Vertex Business Interiors, J.V. Baltimore MD Vertex Business Interiors, LLC (LOC'S IN MD & WA) Baltimore MD Vertical Office Solutions Fort Worth TX Vertical Spaces, Inc. Toronto ON Veteran Office Design LLC Charlotte NC Veterans Interiors Solutions, Inc. San Jose CA Vetrina Way Investments dba Interior Contract Services Orlando FL Veyer, LLC (formerly Workspace Interiors by Office El Paso TX Depot) Virginia Business Interiors, Inc. Charlottesville VA Vision Business Products Carnegie PA Vision Office Interiors Longwood FL Vocon Design Inc. (Locations in OH & NY) Cleveland OH Vucina Design, LLC Greensburg PA W. B. Mason Brockton MA W.J. Office Boone NC W.S. Goff Company, Inc. Mays Landing NJ W3W, LLC Farmers Branch TX Waldner's Farmingdale NY Warehouse Direct dba Stocks Office Furniture Champaign IL Warehouse Direct Office Interiors dba Midwest Office Woodridge IL Interiors Warren Commercial Interiors Oklahoma City OK Washington Design Group Chevy Chase MD Washington Office Interiors Garrett Park MD Washington Workplace Arlington VA Wassers Furniture Hallandale FL WB Wood (Locations in NY & NJ) New York NY WDH Design LLC, dba O.H. Jones Interiors Richmond VA Weeks Lerman Maspeth NY Weinberger's Furniture Augusta GA Weissman Furniture Wholesalers Inc. New York NY Wellesley Design Consultants, Inc. Haverhill MA Wells & Kimich Houston TX Wells Group, The Houston TX West Coast Office Solutions Santa Clara CA West Coast Office Supplies Langley BC West Michigan Office Interiors, Inc. / WMOI Holland MI Western Contract Sacramento CA Western Interior Services Salt Lake City UT Western Kentucky Univerity Bowling Green KY Western Office Equipment Great Falls MT Western Office Interiors Los Angeles CA Westfall Commercial Furniture Los Angeles CA Westlink Interiors Salt Lake City UT White Howard Brands Atlanta GA White Office Furniture Rockhill SC White's Chapel UMC Southlake TX WHL Spaces Houston TX Wholesale Office Furniture Draper UT Widmer Peoria IL Wightman & Associates Benton Harbor MI Wilcox Office Mar[ Florence SC Wildwood House Portland OR William Morris Office Solutions Inc. Calgary AB Wilson Bauhaus Interiors LLC (TX & OK) Dallas TX Wittigs Office Interiors San Antonio TX Witt's Tehachapi CA WJ Office Boone NC Wolverine Commercial Furnishings Ann Arbor MI Woodlake Technologies, Inc. Chicago IL WorkCenter Solutions, Inc. Bridgeville PA Workflow Interiors, Inc. Boston MA Workframe Inc. New York NY Working Environments, Inc. Atlanta GA Working Spaces Pacific Inc. dba Working Spaces Kirkland WA Project Working Spaces, Inc. (Multiple loc's) St. Louis MO Workplace Emporium San Jose CA Workplace Environments Ltd. Grand Cayman Workplace Furniture Memphis TN Workplace Interiors (2 NY loc's) Rochester NY Workplace Res. - Orlando Orlando FL Workplace Resource - CO Denver CO Workplace Resource - Jacksonville Jacksonville FL Workplace Resource - MA Worcester MA Workplace Resource Group - WRG Carrollton TX Workplace Resource LLC dba Alfred Williams & Co. San Antonio TX (Loc's TX & LA) Workplace Resource Toronto Toronto ON Workplace Solutions, Inc. Virginia Beach VA Workpointe, Inc. Seattle WA Workscape Designs LLC Round Rock TX Workscape- OH Bath OH Workscape- PA Pittsburgh PA Workscapes, Inc.- FL (Tampa, Orlando, Jacksonville & Tampa FL Ft. Myers) WorkSource Montgomery Inc. Rockville MD Workspace (formerly Interior Office Concepts, Inc.) Medford OR Workspace Concepts, LLC Nampa ID Workspace Connexions San Jose CA Workspace Consulting Group Stamford CT Workspace Designs Salt Lake City LIT Workspace Dynamics Chicago NM Workspace Elements (Inside Elements) Salt Lake City LIT Workspace Innovation Belmont CA Workspace Interiors (3 TN loc's) Kingsport TN Workspace Ohio LLC dba Dupler Office Columbus OH Workspace Resource- TX Conroe TX Workspace Resource, Inc. - OK Tulsa OK Workspace Resources Inc. Lafayette CA Workspace Solutions - IN Fort Wayne IN WorkSpace Solutions (PA) Carnegie PA Workspace Solutions LLC dba Scott Rice (2 OK Ioc's) Oklahoma City OK Workspace Solutions, Inc. San Antonio TX WorkSpace, Inc. / Business Furniture Warehouse Des Moines IA Workspace, LLC Philadelphia PA Workspace2 Palm Harbor FL Workspaces Baltimore LLC. Baltimore MD Workspaces, Inc - Haltner H.A.I., LLC Houston TX Workwell Partners New York NY Worrall Design Studio Phoenix AZ Worthington Contract Furniture Austin TX WPS Workplace Solutions (Multiple Locations) Dallas TX WRK Lab, Inc. Doral FL WSI Interiors Fort Collins CO Wulbern-Koval Company Inc. Charleston SC Wyoming Office Products & Interiors Casper WY X Technologies, Inc San Antonio TX XLR8 Office Furniture Hayward CA Xotive Facility Solutions Media PA Yeager & Main Inc. dba Mainsource Toronto ON Young Office Environments Greenville SC Young Office Solutions San Francisco CA Your Office Connection Westtown PA Your Office, Inc. Wilton Manors FL Z & Z Group LLC Miami FL ze-co, LLC, dba Rhodes Office Furniture Dallas TX Zimmerman School Equipment I Blacklick I OH ZOOM4ME LLC I San Jose I CA ENWORK vi. Describe Offeror's experience working with the government sector. GSA provider since 2008. TCPN/NIPA (OMNIA) supplier since 2015. Enwork has sold millions of dollars' worth of products to the government sector throughout the years. We have a dedicated Contracts Team that manages all contracts and ensures corporate compliance. Since 2019 Enwork has grown its OMNIA sales by over 400%. See invoiced sales history below: • 2019 1 $589,259.12 • 2020 1 $601,974.78 0 2021 1 $1,025,046.46 • 2022 1 $3,348,168.12 0 2023 1 $3,157,009.92 • 2024YTD (APR IL) 1 $860,829.02 vii. Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors. Not applicable. viii. Provide a minimum of 3 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. craernemner - Ena user craer — I -pp woe -' proaucr mi. pealerlsoaoe I- carmso/ Email/ ptAae - 5022�2C'242 SPOKANESCHODLS 5116,94077f02/1182022 The Creative 07— Gayle Bel[ Washington gheR@aeativeof com ripe: norege, solaaoaro:c, soiaaax nesea 206627-8816 IIMI 0657 HLMAR STEM $337.351 W 02/212022 Workplace Resource LLC dba Fred Rodriguez Alfred Williams & Co 1LpcN TX fmdnguc,,@,kgtesas com xan reaeneroe:r:/^caamm^Znn TernnologyTablea &LA -Texas 512-799-2132 5023089855 Catholic University of Pmencan sm.wl; 24bs212U23 Price odern- Steve Dragos B.kmora/DC/Lanham- st— dragos@pncemodem com Maryland 2404641757 'tusmm"Value Sryle TT Fli p 6ase Table ix. Provide any additional information relevant to this section. Enwork is laser focused in becoming the best tables company in the industry. We are focused on offering compelling conference, training, and worktables to the market. This now includes bringing our innovative designs to the private office space. While other companies become distracted with the latest fad or a new product category, our mission is to provide products with excellent design, price points, and value. Examples include: Expanse: a a W Odyssey: x a P 1-800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Foundation Ex: The Big Tables Platform which allows for tables to span up to 36' in length with only two bases. Cayman Private Office: The Cayman Collection's cutting -edge aesthetics and dedicated creature comforts redefine user experience and modern design in private office and small conferencing spaces. Orderable by the inch, with fast installation and modern conveniences, Cayman delivers best -in -class innovation. Equilibrium: a w 2 a P 1-800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 ENWORK Equilibrium provides the perfect balance of form and function to turn any conference environment into an impressive design statement. Its patent -pending, revolutionary design leverages a single base to create the illusion of a floating surface up to 20 feet. Emerson The Enwork Emerson Table provides a classic solution at a great price point. Comprised of steel legs and a sleek top in your choice of laminate, veneer, or hardwood plank Emerson is an ideal fit for classrooms, cafes, collaboration areas, and maker spaces. Kinsey MIA Sim Z, ERA 4WM ON Umb E WROM - Sleek yet simple, Kinsey dining and coffee tables bring a quiet elegance to communal spaces everywhere. Available in 17", 29", 36", and 42" heights, Kinsey is ideal for maintaining a cohesive aesthetic throughout multiple applications. P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 3.0 Supplier Response 3.1 Company A. Brief history and description of Supplier to include experience providing similar products and services. A. Brief history and description of Supplier. Enwork is a classic American small business success story. Much has changed since we were established in 2003 in our founders' basement office, but our dedication to service and value remains steadfastly in place. In 2003, Kelli and David Powell had a concept for a company that could provide cost-effective work surfaces to furniture dealers, along with unmatched customer service. They mortgaged their family home to make it happen. Today, Enwork remains committed to evolving with our customers. We take pride in making custom solutions accessible to clients of all sizes, and many of those ideas go on to inspire improvements in our own product lines. In addition to being recognized as the market leader in tables, Enwork has made a name for ourselves with innovative benching environments, steel desks and storage, laminate and wood casegoods, support furniture, ergonomic products and accessories, and seating. Our history of outstanding value, rapid product development and unparalleled customer service has resulted in a fast- moving company that provides smart solutions for emerging and custom applications. The corporate office is located at 12900 Christopher Drive, Lowell, MI 49331. B. Total number and location of salespersons employed by Supplier Enwork leverages one of the best independent sales networks in the industry. This network includes 29 Sales Rep Organizations that employee 150+ individual Sales Reps across North America. These Sales Representatives call on authorized dealers, architect & design firms, as well as end -users and government agencies. Most Rep Organizations have a showroom and office within their market, as well as sales support and administrative staff. C. Number and location of support centers (if applicable) and location of corporate office. Enwork's main office and production facility is in West Michigan, at 12900 Christopher Drive, Lowell, MI 49331. A permanent showroom is located at the Merchandise Martin Chicago, IL. Suite 11-118. Additionally, Enwork is featured at the showrooms of our Sales Reps, in the following cities: ENNWORK 3.0 Supplier Response 3.2 Distribution, Logistics A. Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. Enwork will offer its entire product collection. Enwork provides tables in the following categories: (Conference I Wood & Metal bases, Training, Occasional, Height Adjustable). Enwork has also launched three new product series in the private office category. (Cayman, Ligouri Private Office, Rogue) Along with tables, and private office product Enwork offers metal/ laminate casegoods. We have included additional details around our most recent product additions in our value - add document. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Enwork leverages its 150+ Sales Reps and over 1,800 authorized dealers to bring products to market in nearly every city across North America. Enwork Sales Reps live in most primary and secondary markets throughout the country and have personal relationships with nearly every dealer. Additionally, Enwork's CEO/Owner, President, VP Sales & Marketing, and Market Managers travel regularly to most markets to build and cultivate customer relationships. The OMNIA contract is incredibly important to Enwork and is always a talking point with customers. We utilize a variety of shipping methods and carriers to transport products including, but not limited to USF Holland, UPS, FedEx, MDT, and Zip Xpress. Primary means of transportation is Full Truck Load and LTL, however air freight and overnight delivery services are utilized when needed to meet deadline requirements. Prior to shipping, the product is packaged securely to minimize potential freight damage and contents are labeled so that easy identification can take place. We continue to pursue excellence in shipping standards and invest where needed to improve product labeling and packaging. C. Describe how Participating Agencies ensure they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. All orders are audited immediately upon receipt at Enwork. Discounting and pricing are the first aspects that are reviewed. All contract orders are processed with a Special Price Agreement (SPA) number, which is applied at time of order, and always associated with orders as they are processed. This also allows Enwork to search for all orders that are part of the contract, run sales reports, and pay the appropriate administrative fees. The SPA number is included on all contract summary documents and is something our sales reps and dealers are in the habit of using. Enwork accepts orders from only two ways, dealers, and end -users. 97% or more of our orders are from dealers, and the balance are from end -users and government agencies. Enwork has a contract team comprised of an Inside Sales Manager and Customer Care Lead in addition to the team members in our finance and accounting departments. These team members work together to ensure all orders are processed with accurate pricing / discounting information and align with any intricacies relative to the purchasing contract. D. Identify all other companies that will be involved in processing, handling, or shipping the products/service to the end user. Version March 19, 2024 0 As the manufacturer, Enwork takes 100% responsibility for manufacturing and order fulfillment. Orders are shipped via a full truck loads, pre -approved LTL carriers, and occasionally expedited/airfreight. In nearly every case, we rely on a local W = dealer partner for final delivery, installation, and ongoing service. a E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as } applicable. a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Enwork is expanding its main headquarters and manufacturing facility, nearly tripling its total square footage. This multi -million -dollar investment will allow all warehouses and operations facilities to be consolidated to the one main location, based in Lowell, MI. Enwork primarily sells through authorized dealers, which are located throughout North America. A summary of number of dealers by state is below. Enwork Headquarters: 12900 Christopher Dr, Lowell, MI 49331 Enwork Top Factory (Ionia): 510 Apple Tree Dr, Ionia MI 48846 United States — 1,663 total dealers Alaska 2 Louisiana 12 Ohio 84 Alabama 12 Massachusetts 35 Oklahoma 12 Arkansas 6 Maryland 48 Oregon 32 Arizona 30 Maine 3 Pennsylvania 64 California 245 Michigan 74 Rhode Island 4 Colorado 30 Minnesota 21 South Carolina 20 Connecticut 16 Missouri 30 South Dakota 5 Delaware 4 Mississippi 10 Tennessee 26 Florida 82 Montana 9 Texas 126 Georgia 65 North Carolina 40 Utah 32 Hawaii 10 North Dakota 2 Vermont 1 Iowa 15 Nebraska 8 Virgina 51 Idaho 10 Nevada 8 Washington DC 5 Illinois 53 New Hampshire 4 Washington 40 Indiana 47 New Jersey 28 Wisconsin 28 Kansas 16 New Mexico 7 West Virginia 3 Kentucky 30 New York 113 Wyoming 2 P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK Boston, MA New York, NY Philadelphia, PA Washington, DC Charlotte, NC Atlanta, GA Minneapolis, MN Detroit, MI Dallas, TX Houston, TX Denver, CO Salt Lake City, UT Vancouver, British Columbia Lowell, MI D. Annual sales for the three previous fiscal years. Enwork is privately held and does not publish financial information. Enwork is debt free and in a strong cash position / incredibly stable. For more information, we can connect you with our banks or CFO/ Ownership. a. Submit FEIN and Dunn & Bradstreet report. �1 1 5 5 IM1I1701 DUN Code: 166580121. We do not subscribe to D&B and do not have a report to share. However — we have provided a statement of financial strength. Question For Response Attachments #10 -We do not subscribe to =. May we upload a statement of financial strength in lieu of a report"? Answer Yes Submitted 5/9/2024 01:02:14 PM (ET) E. Describe any green or environmental initiatives or policies. From the processes and materials used in our products to supply chain and waste stream management, Enwork is committed to environmental stewardship. Some of the ways we create more sustainable products include: All product meets or exceeds SCS Indoor Advantage Gold for off -gassing and indoor air quality Wood cores have ISO 140001 certification and are made from 98-100% post-industrial recycled contents Wood cores have been granted Environmentally Preferable Product Certification by the CPA relating to their a formaldehyde emissions, W _ which are less than 0.09 PPM (CARB phase 2) meeting the current California Air Resources (CARB) and EPA a TSCA Title VI requirements. } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Maximize the use of recycled and FSC-compliant content Optimize raw materials to reduce waste and recycling as much scrap as possible Seek suppliers within a 45-mile radius of our manufacturing facilities to minimize impacts to the environment. Enwork also consolidates inbound shipments to reduce the number of trucks on the road, traffic, and overall carbon footprint. F. Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. Enwork regularly transacts with minority -owned dealers within local markets. Enwork is an equal opportunity employer with a public affirmative action policy. G. Indicate if supplier holds any of the below certifications in any classified areas and include proof of such certification in the response: a. Minority Women Business Enterprise Yes No If yes, list certifying agency: N/A b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Yes No If yes, list certifying agency: N/A Version March 19, 2024 c. Historically Underutilized Business (HUB) Yes No If yes, list certifying agency: N/A d. Historically Underutilized Business Zone Enterprise (HUBZone) Yes No If yes, list certifying agency: N/A e. Other recognized diversity certificate holder Yes No If yes, list certifying agency: N/A H. List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority -owned standards. If any, list which certifications subcontractors hold and certifying agency. 0 a N/A W = I. Describe how supplier differentiates itself from its competitors. a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK Since its founding in 2003, Enwork has experienced double-digit growth, significantly outpacing most competitors in the industry. There are several factors that contribute to this success, including: - Market relevant products and price points. Enwork is focused on developing products that are needed in the marketplace, with excellent design and affordable price points. The overall value of Enwork products (price and performance) is outstanding compared to others - Sales support. A team of 14+ designers specify and quote products every day, taking the guesswork and risk out of selecting products and meeting codes. Enwork employs Inside Sales Managers and a Major Order team to ensure orders are executed flawlessly - Strategic Vertical Integration. Enwork produces most components and products itself, which allows for faster product development, faster lead times, and more competitive and controllable costs. We are able to pivot on a dime in order to accommodate customer requests. - 10 Day Quick Ship program: From conference, cafe, and training tables to lecterns, mobile peds, and power accessories, Enwork's Quick Ship Program ships popular products in 10-days or less. The comprehensive quick ship program includes all standard laminates and paint finishes, in table sizes up to 144". No sacrifices here; just the product you need when you need it. - Enwork Studio Team: From show -stopping conference tables to desking with never -before -seen functionality, Enwork Studio exists to answer your specific needs. Whether you're interested in a fully custom design or want to explore innovative materials and technology, we're here for projects large and small. Because we can draw upon strong relationships with a wide range of world -class providers, your custom solution may even be ready faster and more cost - efficiently than you expect. Collaborate with the talented designers, engineers, and materials experts at Enwork Studio to bring your vision to life. - Lead Times: Enwork offers a variety of tabletop materials from glass to quartz. Lead times are better than industry average. Overall, lead-times range from 10 days to 8 weeks. Every standard product is available at 8 weeks or less. - Project Quoting and Product specifying support: Enwork has a design team of over a dozen professionals that quote and specify products for our clients. This takes the guess work out specifying products and helps ensure the right products and application are suggested for a project. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. Not applicable. K. Felony Conviction Notice: Indicate if the supplier a. is a publicly held corporation and this reporting requirement is not applicable; b. is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. Not applicable. 0 a L. Describe any debarment or suspension actions taken against supplier W = Not applicable a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK 3.0 Supplier Response 3.3 Marketing and Sales A. Given the public nature of the solicitation and contract, OMNIA Partners makes solicitation and contract documentation, including pricing documents, available on its website so Participating Public Agencies may easily conduct their due diligence. Describe any portions of the response that should not be available on the website and why those portions should not be available. N/A B. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go -to -market strategy within first 10 days First 10 Days: No purchasing contract is more important to the executives of Enwork than this one. Enwork only relies on OMNIA as it's go -to, national purchasing contract. Unlike other companies that leverage several national purchasing contracts, Enwork is fully committed to OMNIA. Within 24 hours of award, Enwork's VP of Sales & Marketing will alert all 150+ sales reps and 1,800+ dealers of the new contract details. We will proactively post on all social media accounts, which are followed by our top dealers and end -users, many of which take advantage of the OMNIA contract today. ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days First 90 Days (Training): Enwork will provide a detailed contract summary PDF to its sales reps, which identifies the contract Special Price Agreement Number (SPA), discounting details, and other pertinent information. Our website has a specific OMNIA contract page, which will be updated immediately as well. Contract details will be communicated during an upcoming webinar for our Sales Reps and will be discussed in detail at our national sales meetings. Because Enwork is currently on contract, our dealers and reps are familiar with the contract, and we will use the new award to remind and reenergize our sales folks. Additionally, Enwork's VP Sales & Director of Business Development have scheduled market visits in every territory across the United States during the first 6-months of 2025. Enwork's participation in the OMNI contract is always a talking point, is featured in our presentations, and will continue to be a discussion priority. Enwork's sales team visits at least 30 cities across the United States annually. Visits are comprised of meetings with dealers, architect and design firms and end users. Most end users are already OMNIA customers. If they are not, we always provide information to sign up if qualified. C. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of o Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited a to: W x a N L Creation and distribution of a co -branded press release to trade publications } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Enwork will write a press release notifying the market of the new award. Enwork will highlight products that are available on contract, and ways to receive product quotes or see samples. Targeted trade publications will include Monday Morning Quarter Back, Business of Furniture, EDUCAUSE, SCUP, Associates of University Interior Designers and My Resource Library Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days ii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days Enwork's website will be updated within 24 hours of the award. This link will be included in all communications. iii. Design, publication, and distribution of co -branded marketing materials within first 90 days First 10 days: Enwork will design a PDF announcement that will be emailed to all sales reps, dealers, and applicable end -users. This announcement will become a banner add on My Resource Library as well. First 30 days: Enwork will print and mail a postcard reminder of the contract award to active dealer sales reps. Extra copies will be mailed to Sales Reps and key dealers for distribution among OMNIA purchasing agencies. First 60-90 days: Additional social media posts and emails will be sent. The contract details will also be included in all relevant corporate literature, such as printed brochures and product sell sheets. Examples Below: Email Template (Example): E fC i W 0P? K P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK OMNIA Enwork Product Flyers (Examples): -ONE 1 76� OM N I A SALES S PPORTU N IT I E3 Adventure- Team Tables Pradid DBtAs A.Thitemj!21 such a2 :-r7 a IVE4dEZ eXpSar, gi,: 1 S , -ate -he industrial yea a8Sth.EtiC(fi7­-_ CaNeTrmg VaragerneqKz,ce-s weaya&bt-7, --w eii�i Tabkr,are mailable 30-6U'ceep and 50-,ZAO' wide in smzet rounbeT, or standing Kqg"tg Speqffywhl eit-,r kavEk,s a, ca sm-s fD, in-crea sed rnGbillidy Sirgl- and double Fact Pad Kits are available. Sir.gl,,F,-Dt RA Kfta rckxfe twnbuckleathat prvare exua --able suppcf-t and svurta.ral appeal but —i,— P 1800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK OMNIA SALES OPPORTUNITIES Emerson Team Tables Product Details Comvhoc _` _:eel leys artd a does -:c in your mice of larn ra:= a—t%:r tlardwtlCL plank Emerson is an Ideal fiI for classroorns, cafes, cdIaborabon areas. and r!+aks` sca CE S. Emerson spans up to 1Cr wide with four bases, which achieve aa-ar-al :-air :Aa:e—el ar: le; state. I mum Sanding height oonfigurabons wi-.h a foot-r nar and storage shelf create ideal fat arn7 maljer lades. 1 `! le0ing car&q. are ir,".�S*nal 3'•+^ ^y'^ a -a all:-r, spaces to flex as nm*d. Cable managerrient accesstx►es reduce clutter for a clear, wire -free P -1.800 8151251 1 12900 Christopher Drive, Lowell, Ml 49331 ENNWORK OMNIA SALES OPPORTUNITIES Zori- Training Tables Prodvn Details Avarm'jcluckwoYi "a':si:.escremk0k.1 versaali �, e^caurages :ollaacram:^. and "&:An near sr,.^t Vim, :crl `7.1.^ c::3::e5 o:e-e jesi--o: wRh su Wtj. in mind. Engine- ed with ERwarv's c"torn 1Yp mechanism, these taNes newer sacrifice standi y tof flertbdrty. :Crl U:Ie bed- 3::X.:rea:lrg a z*r *;T scl,.tiz- ft' • all ages ant' apClicat&s. Starairg meigrn :wales eraole mew _cs_ es w-de ntr irgwor saa:ec:,ivac,:er:w'-- aaO-shstace * m either fixed Cs pt ting modesty gads in :;brie, lamira;e, or ac•jlir. m..rs. L - 4cc N P -1.800 8151251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier -specific trade shows, conferences, and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. Enwork is committed to attending and participating at the NIGP Annual Forum. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement Enwork regularly advertises on My Resource Library, Business of Furniture, and Monday Morning Quarterback. We are open to advertising with additional publications that are read by OMNIA audiences. vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) Version March 19, 2024 The Education and Non -Profit sectors are Enwork's top areas of focus for the next 5+ years. Nearly introduced product collections such as the Expanse conference table series and Zori Training Table collection are platforms to grow awareness and sales within these markets. Enwork is committed to continually growing these markets through proactive marketing and awareness. The alignment with OMNIA is incredibly strong, due to this focus. viii. Dedicated OMNIA Partners internet web -based homepage on Supplier's website with: • OMNIA Partners standard logo; • Copy of original Request for Proposal; • Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners' webs ite including the online registration page; • A dedicated toll -free number and email address for OMNIA Partners Enwork will update its current OMNIA page (https://www.enwork.com/resources/contracts/omnia/)to include the pertinent information, as outlined above. Web hosting and development is completed in-house, to ensure timely and accurate contract page updates. D. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. o OMNIA is Enwork's favored national purchasing contract. It is in Enwork's best interest to focus on and support a a competitive, nationally recognized contract, instead of smaller state/regionally held contracts. Relative to most W companies Enwork's size, we are on very few contracts, and it is in our best interest to keep it that way, to reduce x a unnecessary or redundant administrative tasks. P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK E. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. Acknowledged and agreed to, as stated above F. Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow-up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Supplier's sales initiatives should communicate: Absolutely, confirmed. Enwork has a robust e-marketing system, and disciplined inside sales team, which will proactively develop and follow up on leads or other opportunities generated through OMNIA Partiers. This team will include: Brandon Reame, VP Sales & Marketing: Ensure accurate and timely follow up and customer conversion. Direct marketing & awareness efforts Jason Wender, Director of Dealer Development: In market sales support traveling throughout the country 50% of the year. George Kudwa, Market Manager: Manage and track sales leads. Administer contract details. Active training and awareness with Sales Reps and dealers. Connor Stratton, Graphic Designer & Marketing Associate: Create promotional content, manage e-communications platform and website. Enwork Sales Reps: Enwork's 29 sales rep organizations are well trained on OMNIA business opportunity and will follow up on leads and other sales opportunities immediately. Enwork sales organization understands the importance of developing sales opportunity through the OMNIA contract. i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive G. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: L Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts Version March 19, 2024 Confirmed. H. Provide the name, title, email, and phone number for the person(s), who will be responsible for: L Executive Support Brandon Reame, VP Sales & Marketing: breame(@enwork.com. Mobile: 616.510.0578 Jason Wender, Director of Dealer Development: iwenderaenwork.com. Mobile: 616-485-1870 a - w = ii. Marketing a Brandon Reame, VP Sales & Marketing: breameaenwork.com. Mobile: 616.510.0578 } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK iii. Sales Brandon Reame, VP Sales & Marketing: breamena enwork.com. Mobile: 616.510.0578 Jason Wender, Director of Dealer Develop ment:;iwenderGenwork.com. Mobile: 616-485-1870 George Kudwa, Inside Sales Manager: akudwana enwork.com. Mobile: 616.600.3083 iv. Sales Support George Kudwa, Inside Sales Manager: akudwa(@enwork.com. Mobile: 616.600.3083 v. Financial Reporting Erik Nyberg, Accountant: envberana enwork.com. Office: 616.987.7102 vi. Accounts Payable Erik Nyberg, Accountant: env_ berana enwork.com. Office: 616.987.7102 Amanda Cook, Accountant: acookna enwork.com. Office: 616.421.7701 vii. Contracts George Kudwa, Inside Sales Manager: akudwaaa enwork.com. Mobile: 616.600.3083 Sean Barber, Customer Care Expert (Contracts): sbarber(@enwork.com. Office: 616.421.7702 I. Describe in detail how Supplier's national sales force is structured, including contact information for the highest - level executive in charge of the sales team. Enwork has assembled one of the best sales organizations in the industry. The internal team is comprised of seasoned sales executives, licensed designers, and dedicated customer care contacts. The external team includes the best independent sales rep network in the country, who have relationships with over 1,800 Enwork dealers. This model has proven successful, with the main result being double-digit sales growth that has outpaced the industry, since Enwork's beginning in 2003. Below is a graphic representation of our sales force. Enwork Sales & Customer Support Team Brandon Reame, VP Sales & Marketing Harvey Bush, VP Engineering and Design Services Jason Wender, Director of Dealer Development George Kudwa, Inside Sales Manger/ Contract Manager 15 Interior Designers 1 Dedicated Contracts Customer Care Expert Independent Sales Teams - 29 organizations 150+individual sales reps Authorized Dealers Higher Education and Non -Profit Architect I End Users /Agencies Design Firms a Enwork's list of Independent Reps is below, for reference a w 2 a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ERNWQRK Enwork Master Reo List x-une Group &aa M4gtle1 ft—'Dad KSfNG KS. KmpYeast ta5allot"d Mq maR>�a-IYI Pw.rnm Mlne frpup Klm Alnlseet rssP 1— 9L 14O 11.5 kL--cM —t to Spmgl dMO brnL-a4WWWP.— IAu.rO—P YeR All. prl-[ ad NI 402M M6eirpn Ie1l�Nl[✓youp.tan A11.r O—p R" All. A--w. MI 482M P4.tw pn nq�B�alWlgmuP-PPm Crnu6 Nknib, url Nenp/r MI mzxa Mc mm [Y�dv�a�PrgpAp.[am IZN1u' ka: araup MpnAy $WK , Oal(e Mg MI 49Z15 b!n p. mar.W�a4P 1 P 9 cam m-1—g"I"Grwsp Krep 5'rme Arpe:tpal OH 4571W OH: CiPew"I ml*Pb✓Tje 5 Krug. L-V-an—.mp rl—YNMfI Asse -TM OH dSw K--JI'WSnra NWlra ftanWUgAm� INur. L"Ill' ea—'P Kpe 0a11m1P AM Kr Aawl KWNWOV -W $W-r— WW4 kAW4PDglept.rn Iu:.lpr onmeGrow SC KWm Asm wa-IM am "321 NadIl OH:CWwIdm.CWW =OGWA1.pFLa- NuceL-VM13wp lrm L@ t L16w lSuPW Cn da2m AA6PCIaWLIrxAn u jmnallt1lg.11i[m IBd [l La pnaaG oup km , W.lpe1 AdO off A5249 MDSo.el (V o pmf"Dwft w Brune lAnpilne Group 1l mcmar Salm,AM OH V226 C"'AOH WWetiplelgt pi m BnA[e V pJnne Group RFM yw-ng F V ikei *1 462m hWiana rf-vmg*pa 1nAarla usnmer lucre lon�lnp 6rprlp imllr 5mlln SLPPI OH 452W Anmu O%imM1 d Hrrlty&gb�p%D IKr.ce W �lnacroup sapvcu.+-am As13 W 4E(W AyG Indiana -49btgrepp=. prure Lenpm.p crav lenrce umg AW KY AQZm WAwky la Qmm-cm ptyre WOW*- raw Carve Srm AA➢ C41 Mill MONaThem C111p cwneabigmps.eam Iru[•tAaCWnaro.p 1l.pntilt,yltt CWP rS.ppa1 OH C7-m AgWW-C'mmN11 i .'r mgmpsxum N4cP l9a�Mvaropp CM 0'V . &k&n T'm1W ON 4570 Areo[lmaclmlr tl GrAwGtblgr�aA.Lprll lKrueels [n.Group pNl[laGeratlo k..nwDmp,S.Lm w A5m* Inman- phiHda�a>Rlepseom WIe5 A4ip[I.tls mA Basf15 Prot" MO 92119 1109 l.— 9. CKy mpllf SptlAlkl�dpl.Lo✓ri Ieakemrk SEME" Cm i luper PrVI[" VA 9B7% N464ero WAJAKIOR con uk space Cr.16S1r gy OpeaLond Ufr br WA 992% WmNrtgtw Ican.earrk spaces Ga13"W.0 W—g Sams a .pN WA 9a296 Alas" gpE 1e1 agFe v.vw.n _ es [Pm [ eetrk Spacer jw Hu eU $ales&be%n$p-..t wA 9R'�b WO—WAJAK10R tvnc.mrlc:paLch krlsn colwnrel Sans a deW r 5u pPad - waean tbt [M9gon 1mtalnaNa}careHKnnPaceA.mni Caaee.b145prPes ie"Rfte! �t Site55 DM- WA FepyBSPneenrKspaces.[[.rn ICaKPa1 c$p.ee. Gen -fa vap3 p gE5anlPP Or. WA WA WO-n HM ,pap[ W. ceauct Swore Mark Callxr Armcppw t MEW C,e"rrela Sauhw sc,,iy-Typa amowrlm A Fl marrc�cs+tonaaxorn Cadlrazt5auoe tury Cale[ AffiPCtaie fi �� D.sy/i Fims•C- NdyMlw EFL4Wnpp, lony�[sltuitla[pni OKAnap A FF. mpws Ice Dun, saw" M C SralA GdOam Unlce FL 3ALS-1 mCS+YiAVmJ&W1 DmWn Fdmi Zwo F1-Kn1L ft. Lwdff aIP_ CPPBa[t—r[e Laura OPP11a AssP[Iffie Fi M1aa VA PphNBoah. FI.sneM Wea[�csllaltla[Axn Cnndact-.r- O-rld P—W A Wle. FL 32266 Nar*n Fl-Jp[.[SadNle. iateaa55[e. dap�td[s1�.16a rnln 6i1dYWIB..UiApni80K11. M&!e?1me Conhatr Fyrmching; py KePy Ca�aoeAra ge�[giW I,s= AY. NK rm. la1 Vegas K catcmrA.a ti[[WrnllhirlFihy oawr4eKe Ac[n S1e53ieP m WU2;L Az' NM, C.re I,a4.egas da.nlel[eWalta@narep.mm IArr. Com ut F.Innhl-p by 1 GuNert/p 0-4rv.r &411m+ ,AZ Ssfiz AZ Nit, Greer US Vegas IesI�M[N[aleiraRy2am Cek.I.dA Cant(W Fummi1v#y tket]awwsiP Sales Aep AS B5m A2: NH_G.—Up L-egas d..W"-lW—p.MM C,l"al FrinfminK. ay S40MOOMAOORESS Samplesluuatu. AI Sam showroom CalltdfeFlA P 1.800 8151251 1 12900 Christopher Drive, Lowell, MI 49331 ERNWQRK LrT. Ns Oda l Ne�smv'e tcwrter or Gesrpn source Donna koN Ca sales D7 "In Dept Fp a1,--41. DFsign Source AN UnBc Mn PmV&L&FkAm UT 041:0 U" NlyJ Sml e• ! corner at 0 W � eAk cwn le i0 Put ul. Ne aU le.[W Faeaak $eplrleasl r rmt W 1 Deslkn Souris IIII Lxyyan %j l]rllpe Mp 07 W1..1 10 LrP IO Pnta.Mln La Ogddl"'tlulap Lcc m Canada j5d§utcnawm and West Intl udei Excalldnr+ar^�Y 5omurden plrnaNr, 5aler dC w3S 3Y7 Ydmnnnvij ur,eeeaNta�elw�rncY.cwm an Cada lsaskawheean aft WPSLtnrsud2s ExcUnw ArMV Liwja Leyden pnm"L 9C Y353y2 Y.InnfN" 11eYdan�@lenta136inape yPnm IEncapbwo*m Saran imubaln sa1N $C V3S7y2 MUISJW ICPn W and YRit_ trlcWdMYukWVN feranZa ca E4rayenc r-[Pm IEACutWAOM General Pipiarles BC V353y2 f5nsWe O� and West imWdes Ylum" 1nraF?8hCd11C1afagefCY-cpm IMCIMM Iraq SIOWN Mark@4TSJnagaf CA 907G3 rracy0ep9crrepd3.rM IEPW,Tmnds rem 6WO)an P Mmal CA 907Q3 5sn DIWW' 4MOMat COLMMS Tef!ki+gpicv arltl'illFt[ Ces mer Service Manage, frA%fky.rnene4 m! EP1CitMds Mec Renter c3 r g, rrlqulfies CA 907M sou[T .Gk and HE EPSCT1Mds bell WiRIV "AR&IMX' CA 90703 Ofmge Cmtmy PSVOTpietreCRi,. MWkMMazw �&1 VICTrend9 Peter Tre % spe WI154 CA W703 Ken. YB lwA LA Caur[IY Mx.mLsauLeratrae EPIC hands Male � EPIOLCd LJEromm CA 907M MLA, MbNMM, Fresco a0rdn [a'EplcTfe[NS.nR ]EPICTIMdi ScMBuM3mr 'WAMON PSDdlylYMS CA 99703 140A LLIX OIe11fFLrrC[ ICPICTIenda w rgmw Deerl!Ifei GILL AHEAD-SCDtt CA 90703 NIA sec LW Medyk and C'mW EP1CTfendi Lean C71[mm� Mona d 9Q]63 uCOWay IdCMCrrta+RgmaE Cpm A6D Hafk[[ lNaRlgBfl 1FPICTmeds saonnn Eery ws EdwauMspemwm CA 90703 uCudn" £P1CY»edf faropl M[Greal Haslxeulry MJ[keTMWhltff ❑t 90709 LACn OV k�ep4c uer'd5-npr ]EPICTiMtlS Feecra LM OMR Marko Manwff G 9Q7M Li VQgdS fEYtld$ZBp1CSf E9365.nd[ In-Agellty lee APne Miller PrMhpal ON YW&wm Onwand iibwun:a. NOTE J iu TlpYyagerKy.ca IIefanr Fiwt ACEncY MnVlne Hotlw fa ON konaarwm aw HEIR lS a HOUM ACGOUN T. cmuurN�WdgeRCY ]Grosmr rntmwr Premrclr Ke Gown P—VA KV LLKMF New Yore pry IoanWtrgoPAMM1 Om Gmsert Intur Prgattcls Anabelle Haeten SNPyrp Manager nY LOWI Nee. York Gty ana�opltrianvlrece.cann IGICean Irderor Prour m L—tr ftsan SEE NatEs NY LOOpk New V-k CJty taaea pspnpeuCe.CurM GIus9e InTettet Piuuvr[s *"Came INOW 144.WM N7 LOOO1 New Yak Gty �canler�gNosaw7llee-com JGLft n Intern: Prauoets 0"Sityer Shnaroom IT—Wr NY LOW -4— Yore CJiy fya.eyl�gl CEO Grown lrtenPl Prodorts Dwg"k precry m5akee-N+ NeWIVM n�ce-crm Olre[.wrof SdLes- GL13 d Rtem PrdpJLLS "B" LI-CT-N'eritLue+l[tr New Yefk❑[Y ., I',..- :- ZW GIEsuO lrkTeflpr PtWakis Kash Wadlprg NY LDWI NMYWICILy kdtle$fetrs9rDTKB.cmRi 0v: t 1ni6t rPI PrPdyt I Ci WWn aaun9ulaT sakft- i'I M" Yort City Cd01yn TnSpr.P'T.f;P C9m ]cr'�lnle Pro KN [Puce C9raw Nt ywk ,lty nR[�yyre@cglnsprermee [nm I Grown lnlwr PrWxts AmandaliaWer SFuwo Mwuwer New Yak OILY arnandat�apsoranrke.trtn ]Gffl elnler Pmtlects Oarey$pyer"n Sr---Maneper NY 19C01 Nm Yefkc" D=VR41%s—7Kerom Glnupa Joey 7N PrInno rx 75207 Naft 7&A 4 IBllas, Ft. V&ft 1J WNP.-'bp-d nH IGteupa Prek 6M W nssnaare iz 7957W NWTe;U ID018LPL OM 'sc'&gram4.rZ IGt9up4 skM nEffar ASCA6s wte NuD11Tesra i"La.F.W9nn] anamr.Y}Wups.rrel IM G se W N C?M swnen AR ACaaniag chm @:myaoutn.com IM 0 S.A% F6CUM iwwnes AR AfYJnA dtlferdLaa11g3LUTpunm ]Ina —Arc.. Mrke Ram Prinupal NY 13206 Newypt$:are rnb9lydln—JC.o-com ]IM.E&Ca Pence Pawith SaleslOnSlgn Suppdn NY r3204 East![n NYTtrnllry Manager r$pawufEa M[ M �Intlne LCP. ° 'er Yrane Imp l� NY L1206 NmYa Saw 5�I1111r�tinticumn+ iiiiii Sunpon ]Inane&Co. Wnfr.Y NY NIA vgmj.04nlOeindco ram ID[H epI-Suummail=mi.P•T.EasienlYVA 11IMIILelelBRSsocla[e5[LC Se�PC PSL1E A55Pna4 10 $79M 51eQ&!Ix[g5.[pm Ill1 LMn&Asnd Ua LLC. 1111 lyK ft HlalaOel ASSL i" ID Maa Ld MpruJna [ynlepe-Lw3trdet�{J7WJ.Com IDreaapt SCUMwT opnwl. KT. EJCIem WA lelf LeklLAikxutek LLC. C11n7y LHR Prin[rpal ID :A IsodkF ) Clt#y(tFareps.Com f 1hR leisid Assn YteJ Lk.C- Cara Chtmler ID am.4 HA tarapJLMOs.edm ]LfYHReps Cary latwstr PMEOMI IL C0305 lwn CpyfiAlW9Lleps.imn SawnGWlpan 5hO cmRMana®pr IL 603DS 1Wn t Mwtmwekroys.o 1]LWNNew latrtprrMahxTB. 1CeYHNepS Mewmareka vAa Wn IYr SIT WlSeaMt eKgan�fyeVWs.cam LeVMRe� kviliARy— Tnrdory Manage, m 53122 Wlslwrtin .argeL�lkle.�lreps-Cefn iiiiii PIN Wwn ]LFNPeps AMIMMCM Sales IL EP3D5 IMP" a-,�et irapi.c Pm ILNrARM ASNey❑elenp VP Ot Adil aM CAE IL 603D5 IWfm :STLEH�Ieletlape-[DID ILWatpeps Llu Cdn CPT End L]+rpFa° auil IL E03p5 IWrKA ;IL44 RPKS.N V=PTeiiddnkWsofas. ILe'aei Relq 11VIIi rtp85 sRapland Dealer Channel R 60305 iluR msgalewetep -cC ]Leyra Repo RMenr Madne AW Markeln M.W IL 003DS 1plr4K mlamon}geydMM-cum cus[arrwJ Exptrleriee LeYel Repo FIQn MBmp NJndlter IL 60105 1Wnd6 'In14@Leflk*2ps.iam P 1.800 815L7251 1 12900 Christopher Drive, Lowell, MI 49331 ERNWQRK LW 2 Ln r kaln Saiulloln LLC. l ELM PareaKn Sales GA 393311 Geartita toan:sich�rna,r�svllnlonsYc.vvm kain Sia lvtlnna LLC- loon 661iny salts SA 30319 r,-,l>: [rypW $malnyplri[ionAICCOm (Hale SeeVllenS LLC- FWk mM. iP. Preop lGA iJ ,Va% C; o' : rw0ralga,W nnWt—U— M Pn>gg t { H aln SGlullaes LLC- Tun-Ae Ford Sa lee-AVFis AL 35i23 Makik" FLPan !wrdle�Miksieelpai Cwd A4r uiWUk wk-com {Man Sa LAln 4LLC- Tun Budef Sales - TN TN 37221 TeM im SwNdlsiTialr6dNYN3stl[-Wnl {Nafn EOfuiIoM LLC- m0taa sh bli g 01P. la1 or LAstrokes WAmxnt•1HIng�'rldl nS0lJr]oMll[.LDm {Halo SatA am LLe- Myskagg6 "a!]alralel Nlll d5iq,'g�1(IIaInSoWtiR:IS11LIW/r �NDt Nil Denney PIMCAGd 1% non 5oum ierla I'!Ik'e.tanldl. C24g 114DI mm"Man pre ioi or AsiaiA 77aU Salmltraa ilia,gaFYP,dtue ylyrn �HDI Amon iCamgm SwInf AdisAmoclift 1X 77=4 UU11ITeiaf ar,kandargnm.oe5r@n IHDI Lail Fimm SRdArodm CdefdMraldr lx 7702A salm Tula lGd@emdl.demlpr Mor LAIKae15rlowdan U 56PallID L&oRM*rMid grl IMDI Nazism Nava Norse[ DeAwlel TX 7713M Sactn rmmna deraanb@"l.dMVn IMDI Lrm Ydon Deslgn Team Lead YN 77WA Sdr niexae Onna �r ul.deS gn IMDI SWAN&AMA Erada Diriifwu" T% wm1 a SauthTeavo la A�lmdt.deYgn IMDI Aft Msae( Pegnnat Aiwa" TA SmEh feral allyy mar oee49n IHDr Tre]acmcs Puma deu$nre Sdutn Terel rata9a$efadl.dH�f IMDI alfemdn 5ClrrdedM Due[mr RL Leslgn Sd nTi m sll]nnunpi/idtAeil�l INDI Sar'~Gresham PM*Cl de ugnel SWINTe swamnhpme-desipl IHDr M¢nelliim A m An mT LA 7DA6L 5oUrIlaintMuffle RadlNlapnW60a51g0 IMira untract K2ry RWM. Plelcoal CA 8411a Nwt"rn lZ"rarnla KaDjpn faCvr [ aCLNm INNa Cmarmr Tanlera fiche it se rorselesseeelalfae CA 94118 Nwmem caerornla lima ap n rdCW GiCCGam Im a cantract LA& Nmdx A6O Salesslip""Id CA 72118 NorNem Z.Hrainla leleT pl n dCOn: x .Col IMtfacentir"k AIRAeNolnwit 5i9es SPaG6likL CA imila NNIZeracARrarrllu akra@LWMRaC0R KLL101F1 IPatadldn RA Randy Wan Pnncipll ON K2J2Y6 Ea ontano d Ool m Woadp, ... :. .. i.. _. Can IParadtgmShm AytlwlyrlWftVAc MakeraV6SAH QN KM2" EmwriDntanodQhrlefa an21ony9,. IProTe5-Mal cnntran � PrvrCfp� rieafaSMaaM sows melt•1'�G+mePY4rra14'adraCrrewW[ mm Rincwwe �ProresslanalCon[rael Reeewres Orran Oollcy Pfmipal Ne slch and lows Cryan@plot]eidiuLcarKra[rteaalliLes.[om I P:MWV TWaitot Resource Warm Cimrak PlexiPA MN 55401 MN,N0,5O 11tlWribppdfeAGlfcv.[oe'I MAr I P11QealpiReeource PeCRr'AarmLLaen swim MN 58A01 HN, N0, so MadfriYSxn�]ldreyLYlQe.Cml IPrlmary]Teeign Rtweree Karl PelPnldn iR5ide Saws MN 5501 kN,HD,SD eiltl�rymesawcemm p5R aril YPnm UQ05A1 HKWCU NC 71265 NcMI; WW Pwepsarg PSA camue Yam}Win ftrallCB Nc 27YB5 ric;sc �llleq.PWepr.ag P5A ]Wlnflwa Tenrt"A Haragt:r sc SartncaraPna jonpkipS V&0% $-A Ienw8kin➢ T2 Kun:,F6AkW NC K—apRP".P.0% PSA t3Uro Rogers oP. V,( .lopurt NC 27M ryCySC WrappS3(1!95 WE pits Akliotwi f HIy9 ",icOonald Pre51rN1nt MIS 0221] HA. NM. V1. ni mifcag'"nccvm RA2 AnwgatC Mn3w fY¢ co-O%W MA am] HA. NH. VT. HE ams0easnulnG.mm 9kU lneCWtee Magrr Wa liv Sorest weurne MA 92211 MA. NH, VT. MP Hagw@KU nG.ean Rite Amiximn Uernlis Vona Sales Ewow RI 0287E D7. oaf veml5@rritdee.Gnari prC A""lRIn Henke PkmrdPR UmpifSalea Sullii ] MA 0Q311 NA, MII, VI, ME nlay anaPmrincswn RM A"Mam a t+a]tHaire SaIESEw ny MA W21J MA, NH. 91. PH niatl�bfum_cm1 Hou Anedatn SiepnnkMakewrkl DeWpV5ibtea Suppm] CT, id al&POI112-M.a m Ritz Aakedmes Ilmod PNUa Db5gn ktA ami MA. NM. VT. W 40S1101 .eolrl AItr.Ano[lun 1,1 WAn w1ords Soles [welurP.e HA D2211 MA. N11. VT. W Tea�dMIW [am Rrt2Anada/al 11tYl&t HA =1 Rye ANQUM l C]]erna foils ➢mwC WA Gd-2_Ll MA. NH, VT. la Cheinag111rtr eIC.[om RRe AIsmaek Chala &GWusm DNSoen MA 022U MA, NM, VT. 14 CTaft% f@ I Ift ram Rlu AeaeUAa Dfln Cfoedey oearArl MA D2211 Kk WH. VT. ME e7rn@nah[-mtn kni*lder Goduam ICcy Rhlleldir PrWipal VA 22CM2 DC, MO, VA keYlnyCreteldLepyerQdn.nM 5[nneWer Cb ncr F1Icn0N WWdWnBU 6saA[idie VA 20105 DC, MO. VA MWODISnlALLMIN n7011AN SenrreWer C—Uaer Wade Petty A� VA 113W KalaRm VA wadepllfy@Yln7m.nH SchnMtler Dn nct X&MCme Asso[ia]e VA 22099 08111 re keY1rt[orye-xa9»grnaltwm Sehnelder Coniracl shoeeodn VA 22102 N!A s[hneWer Donumel Mlcmal roomer ASad[iaie VA 20187 WA mknaette[anln[mlrNolremall[eong[om Welt VdWu and nnsh lgl MSA. Walern PA, Space FTapers-PGM 1pnnlPpf LlnliHnVin PMiLWdI PR lGLvl Yooffing Auuvra, Stays cvRaga, a EirePA P 1.800.8151251 1 12900 Christopher Drive, Lowell, MI 49331 ENWORK Std llCxdHanU Assoc Wes MlchaeLstari Aas.Il PA 19429 Ea steal PA, DE, Southern New Jersey a IIiviaphltlyrapXaM Sta lrtxak and Anoc later Whelle&xns Sales suppat PA i9429 Eastem PA, DE, SaAhem N,wJErsey n1ltae"L."11.1ii M �(AF. Sta MZZIE mur AMBEIAtes Int. KeLLy Khmer Ailsxk7te PA 19425 EaGtPm PA, DE, 5authem NewMraq kWWphiiiia .apm StaaCxdkia11O A59aClates Inc. Scott Gleeae Ai iate PA 19429 Emlem Can traL PA 5Cat".PhIlLyrep Carl Sta muk and Assoclates Leah Golddng Sales Eastern PA, DE, S.Al rn New krsey 1.I,%phlLtyrep.ianl 1RF. 5tancxakand Associates Inc Karen Stanciak Princi"L PA 194ZB Ea stem PA, DE,*IXMern NewJarsay karen�h9lyreP_eom ITT Tina turner pnneto W BUM it WN g1t�ii liJ er_WM S7rR S124e Wait— Rini-p"d OperatltiM9 eO W2D2 CO, Pry 5dP.'2�9tlrderMeC.corn STIR Emag Kappa Sales and Marketing M 902132 CO, WT emll}$stlsdersrer.00m STIR JalieWlnje SpK1aU"KtSjPartTInl CO E02132 CC,1Fn' I.Wig 1iadEmle c— STIR Renaa11 Kimater Librarian {Part TMel 09 80202 CD, W7 KBndall�9iOdeaYer.iam ST1R Nina E,N hi.a Saks CD 110zW CO, Wry Fl Fl 9artlarlVer.Com STIR Anianda WMA,,, Spies DD W2O2 Co. YLY anion a�sllrtlenver.Com STIR suppo Sopp.t DD ROZO2 eo, WN 9upPM99 1tIrdenvu.."M I. Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the national program. Current and new relationships will be formed with the OMNIA Partners, Public Sector team starting with the Enwork Sales & Customer Support Team. Relationships will also be developed through the Independent Sales Teams, at a local level. Because this contract is so important to Enwork, its VP Sales & Director of Business Development will proactively identify and develop new opportunities to grow sales with the OMNIA Partners, Public Sector team. Please note that Enwork is already a participating supplier of OMNIA and over the past 4 years has increased its sales by over 400% (over $6,000,000 in OMNIA sales over the past two years) J. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. Enwork is already a participating supplier to OMNIA. Any contract detailed updates will happen immediately at time of award. Because the Education and Non -Profit Sectors are the two most important markets for Enwork to grow, the OMNIA contract will be positioned as the main contract to transact through. Several sales folks will attend/exhibit at relevant trade shows (NIGP) go increase brand awareness. K. State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. Byron Center Public Schools 423.93351102/15/2023 ..~.�.�..W .c.c.�. Custer Inc nc (Loc',3 in Michigan Fast Cra n I, Height Pdt urea bla is bias MIh N Emily Heilig 616 2319 �! City of Newpoit Beach $19.3634r1 O3/O9/21123 Sensation NestT-IegW bles,ImpressionCOMerercc Pivot LL) Cd".. Khoi Nguyen 949-3943]3] South San Francisco Literary $17151331 O3/3O/2O23 sawhorsecnnrere ,^custom^—ndavon Confarenta, Dist One Workplace Cal'iFomia nines 41s-s67-91 �t bases. bon Fhi,Ta bias. Landire i 7.bl— NilesTownship $19.05396 O3✓312O23 Lockers, Kinseyaacasmna l Ta bias, Dori T char Desk, Sawhorse Henn ksen Illinois Aly Wolick 84]-2]13L1693 Transylvania, U $32.343 GB W/2O12O23 Furniture Solutions K5hl For The Workplace formerly Furniture Solutions -OH) bon Trai TabI— David Ware 859-33&2952 INDIANA CHAMBER OFCOMMERCE f19.13C 4d O7/19/2O23 Cro-mmercial Office Indiana Imprenion Training Tables, FouMation Drum Conference Table Ervimnment9 Sean Worland 3]]-0]2-1318 Catholic University of Jvnedcan $34.30624 OW212O23 Price Modem- Maryland Bahino /DC/Lanh W.W. Value Style Tr Flip base Table Steve Dragon 24 1642757 Montclair State University W.9713IM&rZY2023 Mortclair State New Jersey La rdn�Teamia tiles iyyo Sarah Mnlnoskl 973-96 3]6 Texas Stale Technical College f31,0179'L12/122O23 ct � ckford - Texas FnundatwnLectern, EspanseCredenza, Ligouri Credenza AUSTIN Teresa Smith 979-22M242 CITY OF TOLEDO $29,49071111122O24 eon nipTahle,Landm Te in Tahle,lmpressoin T-LeRtable Amedcan Interiors Ohio earn -Miner 41A34s-saov P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. All orders are entered into an ERP system. This system is used to track all information found on a purchase order, schedule production, management inventory, and generate invoices. The system is incredibly robust, and we take great pride in the accuracy of the information. Enwork invoices orders once the product has shipped. Standard terms are NET 30. Payments are accepted via ACH, check and credit card. Enwork does not accept credit card payments online. There is a convenience fee of 3%. All order information is stored in order specific folders and in a company intranet drive. Information from a quote or original order through shipping photos and audit sign off are included in these folders. M. Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). $ .00 in year one $ .00 in year two $ .00 in year three Per the clarifications: 4ueWe tFycadlx 4 t:rhlhll n - a.--�nr._e ra nerlwej —,-8ae conned Ry-ti 1..24 W- I n_ ry,sermd [antee[ mica Fl— �Na If we ere rewlred m..k m e'r.,.r.... l r ye I -a. will ll b he part vF ehe c�aliutlon wrcria for anaN� e�a.er lhtffi Wit repdree M Ml IHE ra k IIs0.d on Me tiraNa3[lee Arpr .I oseer d_w In Ne'AV I%_rkv p6. `Jhmined 41S,J x{o .ar MS_l Enwork is not able to guarantee sales on this contract, however our current sales pace on R191819, in addition to the relevant new products that have been introduced, indicate that Enwork should easily achieve $1,500,00 to $2,500,000 annually in contract sales. To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. N. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. Version March 19, 2024 i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not -to -exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. 0 a w = Detail Supplier's strategies under these options when responding to a solicitation. a N Option 1: This is our preferred option for conducting business } a J a P 1.800.815.7251 1 12900 Christopher Drive, Lowell, MI 49331 ENNWORK Option Z When competitive conditions arise Enwork is happy to offer pricing lower than the master agreement if necessary. Option 3: This is our least preferred method Option 4: Enwork only offers the OMNIA contract when utilizing a purchasing contract is preferred by the end user. If the end user is not willing to use this purchasing vehicle, then they will be forced to process an order with typical commercial pricing. Enwork is on a few state contracts and that would be the only alternative available to the end user. P 1.800.815.7251 1 12900 Christopher ❑rive, Lowell, MI 49331 Exhibit F Federal Funds Certifications FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non —Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federa award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass - through entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federa awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federa government or pass -through entitys direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federa awarding agency or pass -through entity and the non —Federal entity in carrying out the activity contemplated by the Federal award, (c) The term does not include: (1) A cooperative research and development agreement as defined in 15 U.S.C. 371Oa; or (2) An agreement that provides only, (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity as described n § 200,101 App cability_ or (2) The cost -reimbursement contract under the Federa Acquisition Regulations that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity, as descr bed in § 200.101 Applicability (b The instrument setting forth the terms and conditions. The nstrument is the grant agreement, cooperative agreement other agreement for assistance covered in paragraph (b) of § 200 40 Federal financial assistance or the cost -reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Version March 19, 2024 Non -Federal entity means a stale, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or su b recipient. Nonprof#torganizatton means any corporation, trust, association, cooperative, or other organization, not including IHEs, that (a) Is operated primarily for scientific, educational, service, cha►itable, or similar purposes in the public interest; (b) Is not organized primariy for profit; and (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non -Federal entitys utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non -Federal entity during the same or a future period. Pass -through entity means a non -Federal entity that provides a subaward to a subreciIient to carry out part of a Federal program. Recipient means a non -Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non. -Federal entity may purchase property or services using small purchase methods. Non --Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold Is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition t hreshoId is $250,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro -purchase.) Subaward means an award provided by a pass -through en#ity to a subrecipient for the subredpient to carry out part of a Federal award received by the pass- through entity. It does not indude payments to a contractor or payments to an individual that Is a beneficiary of a Federal program. A subaward may be provided through any form of "at agreement, including an agreement that the pass -through entity considers a oontrad. Subreclpisnt means a non -Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal program; but does not include an individual I h a I is a beneficiary of such program. A sobreclplent may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The Kowing provisions may be required and apply when Padicipaling Agency expends federa funds for any purchase resulting from this procurement process. Per FAR 52.204-24 and FAR 52.204-25, solicitations and resultant contracts shall contain the following provisions. 52.204.24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) The Offeror shal not complete the representation at paragraph (d)(1) of this provision if IheOfferor has represented that it "does not provide covered teleeommuncations equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at Covered Telecommuntcations Equipment cr 5ervioes--Representation, or in paragraph (v)(2)(i) of the provision at'.. Offeror Representations and Certifications -Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 5 .2 4.26, or in paragraph (v)(2)(1) of the provision at 52_21223, Version March 19, 2024 (a) DeFrnrhons. As used in this provision— Backhaul, cowered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204.25, Prohibition on Contracting for Certain Telecommunications and Video Surve'Hance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National defense Authorization Act for Fiscal Year 2019 (Pub. L. 115.232) prohibits the tread of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial a essential component of any system, or as critical lechnology as part of any system. Nothing in the prohibition shah be construed to-- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a th rd-party such as backhaul, roaming, or interconnection arrangements; or (n) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National defense Authorization Act for Fiscal Year 2019 (Pub. L. 115- 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical lechno ogy as part of any system. This prohibition applies to the use of covered teleoommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third -party, such as backhau , roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (hhos. www cam,aov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation. The Offeror represents that— (1) It o will, u w&: not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other con tractuat instrument resulting from this solicitation The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will' in paragraph (d)(1) of this section; and '2} After conduct'ng a reasonable 'nquiry for purposes of this representation the Offeror represents that — It ❑ does, ❑ does not use covered telecommunications equipment or services or use any equipment, system or service that uses covered telecommunications equ pment or services, The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded 'will' in the representation in paragraph (d)(1) of this provision the Offeror shal: provide the following information as part of the offer. (iq For covered equipment— jA)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code. and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known;; (B)A description of at. covered telecommunications equipment offered (include brand model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be perm'ssible under the prohibition in paragraph (b)(1) of this provision (ii) For covered services - (A) if the service is related to item main tenarce: A description of all covered telecommunications services offered (include on the item being mainta.ned: Brand. model number such as OEM number, manufacturer part number, or who'esater number and item description, as applicabe;, or Version March 19, 2024 (B) If not associated with maintenance. the Product Service Code (PSG) of the service being provided; and explanation of the propased use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b);1) of th s provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)12) of this provision, the Offeror shall provide the fo Pow ing information as part of the offer (i) For covered equipment — (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered ;include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as app!zabte); and (C) Explanation of the proposed use of covered telecommunications equ pment and any factors relevant to determining if such use would be permissible under the prohibit,on in paragraph (b)(2) of this provision. (ii) For covered services — (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand. model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicab.a), or [B) If not associated with maintenance the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. 52.204.25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020), (a) Defin6ons. As used in this dause— Dackhauf means intermediate Links between the core network: or backbone network and the small subnetworks atthe edge of the network (e.g., con necling cell pho n e sliewers to the care telephone network), BackhauI can be wireless {e g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet';. Covered foreign country means The People's Republic of China. Covered telecommunications equipment or services means— (1) Telecommunications equipment produced by Huawe i Technologies Campanyor ZTE Corporation (or any subsidiary or affiliate of such entities]; (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affWe of such entities); (3) T e: ecom m u n ica tion s or video surveillance services provided by such entities a using such equipment; or (4) Teleoommurucations or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of investigation, reasonably believes to be an entity owned or controfted by, or otherwise connected to, the government of acove red foretgnoountry. Critical technology means— (1) Defense articles a defense services included a the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items included on the Commerce Control List set forth in Supplement No. t to part 774 of the Export Administration Regulations under subchapter C of chapter Vll of title 15, Code of Federal Regulations, and controlled- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation. nudear nonproliferation, or missile technology; or (ii) F n r reasons relating to regional stability a surreptitious listening; ;3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4) Nuclear fad lities, equipment, and material covered by part 110 of title 10, Cade of Federal Regulations (relating to export and impart of nuclear equipment and material); (5) Se'ect agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Cade, or part 73 of title 42 of such Cade; or Version March 19, 2024 (6) Emerging and foundationa technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). Interconnection arrangements means arrangements governing the physical connection of two or mare networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. Reasonable inquiry means an inqu ry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to indude an internal or third•parly audit. Roamjng means cellular communications services (e.g.. voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. (b) Prohibition. (1)Seciion 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115.232) prohibits the head of an executive agency on or after August 13, 2019 from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system The Contractor is prohib led from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or servioe s as a substantial or essential component of any system, or as critical technology as part of any system. unless an exception at paragraph (0) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. (2) Section 889ja)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019;Pub. L. 115- 232) prohibits the head of an executive agency on or after Au gust 13, 2020, from enlering into a contract. or extending or renewing a contract, with an enffty that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. This prohibition applies to the use of covered telecommunications equipment or services regardless of whether that use is in performance of work under a Federal contract. (c) Exceptions. This clause does not prohibit contractors from providing— (1) A service that connects to the facilities of a third -party, such as backhaul, roaming. or interconnection arrangements, or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (d) Reporting requirement. (1) In the event the Contractor identities covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance. or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of th s clause to the Contracting [Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at httns:fldibnet.dod.mil. For indefinite delivery contracts, the Contractor shall re port to the Contracting Officer for the Indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at httos: lid bnet.dod.mi. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause (i) Within one business day from the date of such identification or notification. the contract number; the order number(s), if applicable; supplier name; supplier unique entity identtfier (if known): supplier Commercial and Government Entity (CAGE) code (if known): brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); Rem description; and any readily available information about mitigation actions undertaken or recommended. (ii( Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigalion actions undertaken or recommended. In addition, the Contractor shall describe the efforts 6 undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that wi l be incorporated to prevent future use or submission of covered telecommunications equipment or services. Version March 19, 2024 (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Padid pating Agency and the Participating Agencys subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX 0 TO 2 CF R PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Counciland the Defense Acquisition Regulations Council (CDunclisl as authorized by 41 U.5.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and prVeges under the applicable laws and regulations wilh respect to this procurement in the event of breach of contract by either part(YE; Does offeror agree? _T--) �Ll Initials of Authorized Representative of offeror (B) Termination For cause andfor convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10.000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminale any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the a9reeeemeq by Offeror as detailed in the terms of the contract. Does offeror agree? OY 9-1 Initials of Authorized Representative of offeror (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1,4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319, 12935, 3 CFR Part, 1964.1965 Camp., p, 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulationsat 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construclion contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YF / `&__ Initials of Authorized Representative of offeror (D) Davis -Bacon Act, as amended (40 U.S.C. 3141.3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages notless 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 Versian March 19, 2024 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 compfiance with the Copeland "Anti - Kickback" Act (40 U,S,C. 3145), as supplemented by department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or In Part by Loans or Grants from the United States"), The Act provides that each contractor a subrecip lent 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 corn pen sat ion to which he or she is otherwise entitled. The nun -Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants far construction ❑r repair, offeror will be in compliance with all applicable Davis -Bacon Act provisions. Does offeror agree? ES Initials of Authorized Representative of offeror (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701.3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by department of Labor regulations(29 CFR Part 5). Under4o U.S.C. 3702 oftheAct, each contractormust berequiredto computethewages 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 hoursin the work week. The requirements of40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundingsor under working con ditionswhich 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 transportatio n o r tran smission of intelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that Offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Art during the term of an award for all contracts by Participatingncy resulting from this procurement process. Does offeror agree YEy- Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performanceof experimental, developmental, or research work under that "funding agreement," the recipient or subreciplent must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicab e r ents as referenced in Federal Rule (F,. above. Does offeror agree? � � Initials of Authorized Representative of offeror (G) Clean Air Act (42 U.S.C. 7401.7671q.) and the Federal Water Pollution Control Act (33 U.S.C, 1251-1387), as amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non - Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean AirAct 142 U.S.G. 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) In the event Federal Transit Administration (FTA) or 0epartmentof Transportation (DOT) funding is used by Participating Public Agency, Offeror also agrees to in dude Clean Air and Clean Water requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. Version March 19. 2024 Pursuant to Federal Rule (G) above. when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all ppliceble requirements as referenced in Federal Rule (G) above. Does offeror agree? YE Initials o€Authorized Representative of offeror (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the Executive Office of the President Office of Management and Budget {OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Camp., p. 199) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension," SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatoryauthorityother than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal de�p]arttment or agency, the offeror will notify the Participating Agency. Does offer or agree Yt '� yS L Initials ofAuthorized Representative of offeror (1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,0t10 must file the required certification. Each tier certifies to the tier above that it Will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. Pursuant to Federal Rule (I) above. when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or wilt be paid to any person for infiuendng or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its .nstructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31. U.S. Code. Any person who fails to file the required certification shah be subject to a civil penalty of not less than $10,000 and not more than $100,000 far each such failure. (3) The prospective participant also agrees by submitting his or her bid or proposal that he or she shalt require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such su brecipie n ts shall certify and disclose accordingly. Version March 19.2024 Does offeror agree? Inilials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offerorfurther certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are dosed. Does offeror agreeffE� a& Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agre "YE _ Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made wdh Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Additionally: (1) The Contractor agrees to comply with 49 USC 53230) and 49 CFR Part 661, which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver, General waivers are listed in 49 CFR 1361.7.A general public interest waiver from the Buy America requirements applies to microprocessors, computers, microcomputers, software or other such devices, which are used solely for the purpose of processing or storing data. This general waiver does not extend to a product or device that merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Separate requirements for rolling stack are set out at 53230)(2)(C) and 49 CFR 661.11. (2) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA- funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. The following certificates titled FTA and DOT Buy America Certification should be completed and returned with the response as part of FTA and DOT requirements. FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT} - BUY AM ERICA: CERTIFICATION REQUIREMENT FOR PROCUREM ENTOF ROLLING STOCK CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §53230) The proposer hereby oMifles that it will comply with the requirements of 49 U.S.C. 5323(j), and the applicable regulations of 49 CFR 661.11. Version March 19, 2024 Check for YES: OR Certificate of Non-Comnliancewith 49 USC 153230) The proposer hereby certifies that it cannot comply with the requirements oi49 U S.C. 53230), but may qualify for an exception to the requirement consistent with 49 U S G. 5323{)(2)(C), and the app !cable regulations n 49 CFR 661.7. Check for YES: FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL OR MANUFACTURED PRODUCTS CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §5323(j)(1) The proposer hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(1), and the applicable regulations in 49 CFR part 661. Check for YES: �( OR Certificate of Nan -Compliance with 49 USC §53230)(1) The proposer hereby certifies that h cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 CFR 661.7. Check for YES: Does offeror jagree�YE! Initialsof Authorized Representative of offeror Dfferor's Name:of t� jZPa khe Address, City, State and Zip Code: + r� q 4 0 C �'l (rJ�hd D2 . [ d+` c [ (, On- V Ci.5!?/ Phone Number: _ L-$P00 e) - % �J Fax Number: f G % 7 c/ 5,6 Printed Name and Title of Authorized Representative: �J'u/►r��rt t2eq Ole Email Address: b pen rrn e C!, P N WOlrc • c D Signature of Authorized Representative: Date: 01160 /v y /90;,9 CERTIFICATION OF COMPLIANCE WITH BUY AMERICAN PROVISIONS 7 CFR Part 210.21 School lunch Procurement. The school food authority must include the following provisions in a cast reimbursable contracts including contracts with cast reimbursable provisions, and in solicitation documents prepared to obtain offers for such contracts. (i) Allowable costs will be paid from the nonprofit school food service account to the contractor net of all discounts, rebates and other applicable credits accruing to or received by the contractor or any assignee under the contract, to the extent those credits are allocable to the allowable portion of the costs billed to the school food authority; Version March 19. 2024 (A) The contractor must separately identify for each cost submitted for payment to the school food authorty the amount of that cost that is allowable (can be paid from the nonprofit school food service account) and the amount that is unallowable (cannot be paid from the nonprofit school food service account); or (8) The contractor must exclude all unallowable costs from its billing documents and certify that only allowable costs are submitted for payment and records have been established that maintain the visibiifity of unallowable costs, including directly associated casts in a manner suitable for contract cost determination and verification; (ill) The contractor's determination of its allowable costs must be made in compliance with the applicable Departmental and Program regulations and Office of Management and Budget cost circulars; (iv) The contractor must identify the amount of each discount, rebate and other applicable credit on bills and invoices presented to the school food authority for payment and individually identify the amount as a discount, rebate, or in the case of other applicable credits, the nature of the credit. If approved by the State agency, the school food authorily may permit the contractor to report this information on a less frequent basis than monthly, but no less frequently than annually; (v) The contractor must identify the method by which if will report discounts, rebates and other applicable credits allocable to the contract that are not reported prior to conclusion of the contract; and (vi) The contractor must maintain documentation of costs and discounts, rebates and other applicable credits, and must furnish such documentation upon request to the school food authority, the State agency, or the Department. Unless Suppler is exempt (See FAR 25.103), when authorized by statute or expifdtfy indicated by Participating Public Agency, Buy American requirements wA apply where only unmanufaetured construction material mined or produced in the United Slates shall be used (see Subpart 25.6 - American Recovery and Reinvestment Act -Buy American statute for addlWria! detads). CERTIFICATION OF ACCESS TO RECORDS - 2 C.F.R. § 200.336 Offeror agrees that the inspector General of the Agericy or any of their duly authorized representatives shall have aooess to any documents, papers, or other records of offeror that are pertinent to offeror's discharge of As obligations under the Contract for the purpose of malting audits, examinations, excerpts, and Iranscriptiens. The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussion relating to such documents. Does offeror agree YES,) _ Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agree that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree?6 rESrInitials of Authorized Representative of offeror COMMUNITY DEVELOPMENT BLOCK GRANTS Purchases made under this contract may be partially a fully funded with federal grant funds. Funding for this work may include Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Depaftment of Housing and urban Development. When such funding is provided, Offeror shal comply with all terns, conditions and requirements enumerated by the grant funding source, as well as requirements of the State statutes for which the contract is utilized. whichever is the more restrictive requirement. When using Federal Funding, Offeror shall comply with all wage and latest reporting provisions of the Federal Davis -Bacon Act. HUD-4010 tabor Provisions also applies to this contract. Version March 19, 2024 Does offeror agree? 0 A e Initials of Authorized Represenlative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provislons, laws, acts, regulations, etc. as specifically noted above. Offeror's Name: q t d 6 rL I?Pq M e Address, City State, and Zip Code: 19 cr0;� Phone Number: 'Oa — FI S - ?,,-25 Fax Number 6'/6 - '7 P;7- 1, G1 `r 6 Pnnted Nam and Title of Authorized Represenlatve. [31 avpADel l"2 r`a s-77 e U1. S q /�— S C( e- Email Address rre q P e -7 W Signature of Authorized Representative I L Date: o6la1/41o.;i. Y Version March 19, 2024 FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS Awarded Suppliers) (also referred to as Contractors) may need Io respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, andfor wind damage during a disaster or emergency situation. By submitting a proposal, the Supplier is accepted these FEMA and Additional Federal Funding Special Conditions required by the Federal Emergency Management Agency (FEMA) and other federal entities. "Contract" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as the "Master Agreement "Contractor" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as "Supplier" or "Awarded Supplier'. Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, oragent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in ora tangible personal benefit from afirm considered for award. 2 C.F.R. § 200.318(e)(1); See also Standard Form 424D, � 7; Standard Form 424B, 4 3. i. FEMA considers a "financial interest" to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an "apparent" conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of the Participating Public Agency nor the Participating Public Agency ("NFE") must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE's may set standards forsituations in which the financial interest is de minimus, not substantial, or the gif t is an unsolicited item of nominal value. 2 C.F.R. § 200.31E(c)(1). d. Violations. The NFE's written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, amp loyees, or agents of the NFE. 2 C.F.R. § 200,318(c)(1). Far example, the penalty fora NFE's employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended, as described in and subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non -procurement Debarment and Suspension), must be rejected and cannot receive contract awards at any level. Notice of Legal Matters Affecting the Federal Government In the event FTA or DOT funding is used by Participating Public Agency, Contractor agrees to: 1) The Contractor agrees that if a current or prospective legal matter that may affect the Federal Government emerges, the Contractor shall promptly notify the Participating Public Agency of the legal matter in accordance with 2 C.F.R. §§ 180.220 and 1200.220, Version March 19, 2024 2) The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default. litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. 3) The Contractor further agrees to include the above clause in each subcontract, at every tier, financed in whole or in part with Federal assistance provided by the FTA. Public Policv A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R. § 200.321(b) for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page W- T c. Applicable prevailing wage lavers, regulations, and executive orders Affirmative Steps For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1 Placing qualified small and minority businesses and women's business enterprises on solicitation 'fists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses and wornen's business enterprises; and S. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Did Guarani" For proposals that are to include construcWnlreconstructjpn(renovation and_related services. bids must be accompanied by Certified or Cashier's Check or an approved Bid Bond in the amount of not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid band documents and bind the surety to the bid bond conditions. The bid band shall have a corporate Surety that is licensed to conduct business in the state of the lead agency and authorized to underwrite bonds in the amount of the bid bond. Prevailina Wane Renuirements When applicable, the awarded Contractor (s) and any and all subcontraatogs) agree to comply with all laws regard ing prevailing wage rates including the Davis -Bacon Act, applicable to this solicitation andfor Participating Public Agencies. The Participating Public Agency shO notify the Contractor of the applicable pricing/prevailing wage rates and must apply any Pocalwage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency.. Version March 19. 2024 Federal Reauiremenis if products and services are issued in response to an emergency or disaster recovery the items below, located in this FEMA Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. 6 200.326 and 2 C.F.R. Part 200. Aooendix It. Reauired Contract Clauses 1. CONTRACT REMEDIES Contracts formore than the federal simplified acquisition threshold (SAT), the dollaramount below which an NFE may purchase property or services using small purchase methods, currently set at $250,000 for procurements made on or after June 20, 2018,4 must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms and must provide for sanctions and penalties as appropriate. 1.1 Applicability This contract provision is required for contracts over the SAT, currently set at $250,000 for procurements made on orafterJune 20, 2018, Although not required for contracts at orbelowthe SAT, FEMA suggests including a remedies provision. 1.2 Additional Considerations For FEMA's Assistance to Firefighters Grant (AFG) Program, recipients must include a penalty clause in all contracts for any AFG-funded vehicle, regardless of dollar amount. In that situation, the contract must include a clause addressing that non -delivery by the contract's specified date or other vendor nonperformance will require a penalty of no less than $100 per day until such time that the vehicle, compliant with the terms of the contract, has been accepted by the recipient. This penalty clause should, however, account forforce majeure or acts of God. AFG recipients should refer to the applicable year's Notice of Funding Opportunity (NOFO) for additional information, which can be accessed at FEMA.gov. 2. TERMINATION FOR CAUSE AND CONVENIENCE a Standard. All contracts in excess of $10.000 must address termination for cause and for convenience by the non -Federal entity, including the manner by which it will be effected and the basis for settlement. a0_2 C.F.R. Part 200, Appendix ll(B). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. EQUAL EMPLOYMENT OPPORTUNITY When applicable: a Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal o p portunity clause p rov ided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246, Equat Employment Opportunity (30 Fed. Reg, 12319. 12935, 3 C.F.I. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Carder 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Version Marctt 19, 2024 Opportunity, Department of Labor). wee 7 G.F.R. Dart 200, Appendix II(C). b. Kev Definitions, Federally Assisted Construction Contract. The regulation at 41 C.FR, § 60- 1.3 defines a "federally assisted construction contract" as any agreement or modification thereof between any applicant and a person for construction work which Is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modif ication thereof approved by the Government fora grant, contract loan, insurance, or guarantee under which the applicant itself participates in the construction wort(. ii. Construction Wort. The regulation at 41 C,F.R. § 60-1.3 defines "construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, Inspection, and other onsite functions incidental to the actual construction. c, Aoolicabiiity. This requirement applies to all FEMA grant and cooperative agreement programs. d Required Lanauane. The regulation at 41 G.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. purino the oerformance of this contract. the contractor agrees as follows; (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractorwill, in all solicitations or advertisements foremployees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration foremployment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant foremployment because such employee or applicant has inquired about, discussed, ordisclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a Version March 19, 2024 part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who d❑ not otherwise have access to such information, unless such disclosure is in response to a Formal complaint or charge, in furtherance of an investigation, proceeding, hearing, ❑raction, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furn ish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (S) The contractorwilI comply with all provisionsof Exec utive Ord er 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will fumish all €nformation and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractorwill take such action with respect to any subcontract orpurchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractorbecomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant s❑ participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on a under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant Version March 19, 2024 orders of the Secretary of Labor, that it will fumish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it wi1I refrain f rom entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Govemment contracts and federally assisted constructionContracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part It, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any arall of the following actions: Cancel, terminate, or suspend in whole ❑r in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of futurecomp Iiance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4. DAVIS-BACON ACT a Standard. All prime construction contracts in excess of $2,000 awarded by non- Federal entities must include a pro visionfor compliancewith the Davis -Bacon Act (40 U.S.C. §§ 3141- 3144 and 3146-3148) as supplemented by Department of Lab o r reg ulatio ns at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Constructio n). See 2 C. F. R. Part 200, Ap p end ix II(D). In accord ance 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. b Aonlicabitity The Davis -Bacon Act applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, No npro f it Sec urity Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. G Reouirements. If applicable, the non-federal entity must do thefollowing: i. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Laborin each solicitation. The decision to award a contract a 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. ii. Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to the Davis -Baron Act, must also include a provision for co mpliance with the Copefand "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, orrepair of public work, to give up any Version March 19, 2024 part of the compensation to which he or she is otherwise entitled. The non - Federal entity roust report all suspected or reported violations to FEMA, iii. Include a provision for compliance with the Davis -Bacon Act (40 U.S.C, 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). Suaaested Lanauaae. The following provides a sample contract clause: Compliance with the Davis -Bacon Act. a. All transactions regarding this contract shall be done in compliancewith the Davis-BaconAct(40 U,S.C. 3141- 3144, and 3145-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141- 3144, and 3146-3148 and the requirements of 29 C. F. R. pL 5 as applicable. h Contractors are 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. C. Additionally, contractors are required to pay wages not less than once a week. 5. COPEL.AN© ANTI -KICKBACK ACT a Standard. Recipient and sub recipient contracts must include a provision f or comp Hance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplementers by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States'). Anolicabiiity. This requirement applies to all contracts f or constructio n or repair work above $2,000 in situations where the Davis -Bacon Act also applies. It 00ES NOT apply to the FEMA Public Assistance Program. G Reauirements. If applicable, the non-federal entity must include a p rovisio n f or co mp liance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants f rom the United States). Each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, orrep air 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 FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must fumish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti -Kickback Act and the ❑avis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building ❑rwork. Samole Lana uaae. The fallowing provides a sample contact clause: Version March 19, 2024 Compliance with the Copeland "Anti -Kickback" Act. a. Contractor. The co ntracto r shal I comply with 18 U.S.C. §874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. h Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible far the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. C. Breach, A breach of the contract clauses above may be grounds for termination of the contract, and fordebarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12." Ca CONTRACT WORK HOURS AND SAFETY STANDARDS ACT a Standard. Where applicable see 40 U.S.C. §§ 3701-3708), 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 Lab o r reg ulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E), Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of everymechanic and laborer on the basis of a standard workweek 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. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b. ADDlicabilitv.. This requirement applies to all FEMA contracts awarded by the non- federal entity in excess of $100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers. It is applicable to construction work. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. G Suaaested Lanauaae. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safety Standards Act. {1 j Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work towork in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay forall hours worked in excess of forty hours in suchworkweek. Version Mareh 19, 2024 (2) Violation, liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liableforthe unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract forthe District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violationof theclause setforth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required orpermitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Federal agency or toanigrant recipient shall upon its own action ❑r upon written request of an authorized representative of the Department of Labor withhold ❑r cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. 7. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT ORAGREEMENT a Standard. If the FEMA award meets the definitionof "funding agreement" under 37C.F.R. §401.2(a) and the non -Federal entity washes to enter into a contractwith a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the non- Federal entity must comply with the requirements of 37 C.F.R. Part 441 jR;ghits to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F). h Aoolicability. This requirement applies to "funding agreements," but it DOES NOT apply to the Pub IicAssistance, Hazard M itig atio n Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Ass istanceand Training Grant Program, ❑is aster Case Management Grant Program, and Federa Assistance to Individuals and Households - ❑ther Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." G Fund ina Agreements Definition. The regulation at 37 C F.R. § 401.2(a) defines 'funding agreement" as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any co ntractor f o r the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, Version March 19.2024 developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. a GLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT a Standard. If applicable, contracts must contain a provision that requires the contractorto agree to complywith all applicable standards, ❑rders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. §§ 7401-7671q.) and the Federal Water PollutionControI Act as amended (33 U.S.C. §§ 1251-1387), Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II{G). h AgY]iicability. This requrrement applies to contracts awarded by a non-federal entity of amounts in excess of $150,000 under a federal grant. Suaaested Lanauaoe, The following provides a sample contract clause. Clean Air Act 1. The contractoragroes to compry with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 at seq . 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, rep art each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office, 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided byFEMA. Federal Water Pollution Control Act I. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 at seq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropnate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole a in par# with Federal assistance provided byFEMA. Version March 19, 2024 9 DEBARMENT AND SUSPENSION a Standard. Non -Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non -procurement Debarment and Suspension). Fa Annlicability. This requirement applies to all FEMA grant and cooperative agreement programs. a Requirements. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for parlicipation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix Il(H); and 2 C.F.R. § 200,213. A contract award must not be made -to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory orregulatory authority other than Executive Order 12549, SAM exclusions can be accessed at www.sam.00v. See.2 G.F.R. § 180.530. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and sub recipients. The key to the exclusion is whether there is a "covered transaction," which is any non -procurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the non -procurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipients. m. Specifically, a covered transaction includes the Fallowing contracts for goods or services: 1. The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. 2. The contract requires the approval of FEMA, regardlessof amount. 3. The contract is for federally -required auditservices. 4. A subcontract is also a covered transaction if it is awarded by the contractorof a recipient orsubrecipient and requires either the approval of FEMA ❑r is in excess of $25,000. d Suooested Language. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified. Version March 19. 2024 Suspension and Debarment (1 ) This contractos a covered transaction forpurposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractoris required to verify that none of the contractors principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the Participating Public Agency. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart Cand 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Participating Public Agency, the Federal Government may pursue available remedies, including but not limited to suspension and tor debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise f rom this offer, The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BYRD ANTI -LOBBYING AMENDMENT a Standard. Each t er certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person ❑r 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. FEMA's regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Federal awarding agency. h ADralicability. This requirement applies to all FEMA grant and cooperative agreement programs. Contractors that apply or bid Fora contract of $100.000 or more undera federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix II(l]; 31 U.S.C. § 1352; and 44 C.F.R. Part 18. c Suaaested Lanauaae. Bvrd Anti-Lobbvina Amendment 31 U.S.C. S 1352 !as amended), Contractors who apply or bid For an award of $100,000 a more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, ❑fficer a Version March 19, 2024 employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the reciplent who in turn will forward the certifications) to the awarding agency. d Rea uired Certification. If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A. 44 C.F.R. PART 18 — CERTIFICATION RUGARUING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an ofIFiceror employee of an agency, a Member of Congress, an off iceror employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid orwill be paid to any person forinfluencing or attempting to influence an officer or employee of any agency, a Member of Congress, an off icerorempioyeeof Congress, or an employee of a Member of Congress in connection with this Federal contract, grant. loan, or cooperative agreement, the undersigned shall completeand submitstandard Form- LI_L, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements).and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 foreach such failure. Version March 19 2024 The Contractor, jcSA CxDK PAI, t-�Ilh/19 ertifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official �n Name and Title of Contractor's Authorized official !' 6�C/-/,�� Date VeWon March 19, 2024 ill PROCUREMENT OF RECOVERED MATERIALS a Standard. A non -Federal entity that is a state agency or agency of apolitical 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. See 2 C.F.R. Part 200, Appendix II(J); and 2 C.F.R. § 200.322. b. Aoolicabilily. This requirement applies to all contracts awarded bye non-federal entity under FEMA grant and cooperative agreement programs. a Reoulrementj. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d %toested Lanouace. i. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired---- 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA- designated items, is available at ETA's Comprehensive Procurement Guidelines web sits, httos�llwww.eoa.aovlsmmlcomnrehensive-nrnctirement-ouidelinP-caa-croaram. The Contractor also agrees to comply with all other applicable requlrements of Section 6002 of the Solid Waste ❑isposalAct." 12. DOMESTIC PREFERENCES FOR PROCUREMENTS As appropriate, and to the extent consistent with law, CONTRACTOR should, to the greatest extent practicable under a federal award, provide a preference forthe purchase, acquisition, or use of goods, products or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. Artolicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients are required to include in all contracts and purchase orders for work or products a contract provision encouraging domestic preference for procurements. Domestic Preference for Procurements As appropriate, and to the extent consistent with law, the contractor should, tothe greatest extent practicable, providea preference forthe purchase, acquisition, oruse of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manuf actured products. Forpurposes of this clause: Prod uced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete, glass, including optical fiber; and lumber." 13, ACCESS TO RECORDS a. Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, in€armatioin, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicablelaws or program guidance. See DHS Standard 'Terms and Conditions: Version 8.1 (2018). Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profitfor activities made pursuant to a contractthat purports to prohibit audits or internal reviews by the FEMA administrator or ComptrollerGeneral. Access in Records. The following access to records requirements apply to this contract: !.The Contractoragrees to provide Participating Public Agency, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractorwhich are directly pertinent to this contract forthe purposes of making audits, examinations, excerpts, and transcriptions. ii.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. iii. The Contractor agrees to provide the FEMA Ad ministrato r o r his authorized representatives access to construction or other work sites pertaining to the work being completed under the co ntract. iv.ln compliance with the Disaster Recovery Act of 2018, the Participating Public Agency and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 14. CHANGES a. Standard. To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grantor cooperative agreement, and reasonable forthe completion of project scope. b. Annlicabilit . FEMA recommends. therefore, that a non -Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end -item procured. IS. DHS SEAL, LOGO, AND FLAGS a. Standard. Recipients must obtain permission prior to using the DHS seal[s], logos, crests, or reproductions of fags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1 (2018). b. Applicability. FEMA recommends that all non -Federal entities place In their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DNS agency officials without specific FEMA pre -approval. c. 'The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. Version March 19, 2024 16. COMPLIANCE NTH FEDERAL LAIN, REGULATIONS, AND EXECUTIVE ORDERS a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. b. Applicability. FEMA recommends that all non -Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor Y411 comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures, and directives. c. "This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives," 17. NO OBLIGATION BY FEDERAL GOVERNMENT a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. b. Anolicability. FEMA recommends that the non -Federal entity include aprovision in its contract that states that the Federal Government is not a party to the contract and Is not subject to any obligations or liabilities to the non -Fed eral entity, contractor, orany ether party pertaining to any matter resulting from the contract. c. "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." I& PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS a. Standard. Reciplents must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729- 3733) which proh€hits the submission of false or fraudulent claims For payment to the federal government. See DHS Standard Terms and Conditions. Version 8.1 (2018); and 31 U.S.C. §§ 3891-3812, which details the administrative remedies far false claims and statements made. The non -Federal entity must include a provision in its contract that the contractor acknowled g es that 31 U.S.C. Chap. 38 (Admin€strative Remedies for False Claims and Statements) applies to its actions pertaining to the contract, b. Aoolicability. FEMA recommends that the non -Federal entity include a provision in its contract that the co ntractor acknowled 9 es that 31 U.S.C. Chap. 38 (Administrative Remedies forFalse Claims and Statements) applies to its actions pertaining to the contract. c. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies forFalse Claims and Statements) applies to the Contractor's actions pertaining to this contract." d. In the event FTA or DDT funding is used by a participating Public Agency, Contractor further acknowledges U.S. DOT regulations, "Program Fraud Civil Remedies." 49 CFR Part 31. and apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work is being performed. Version March 19, 2024 In addition to other penalties that maybe appIicab+e: Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Govemment deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Govemment under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.G. § 1001 and 49 U.S.C. § 5307 (n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. Itis further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions section of this sollcitation. Offero(s Name: A�;W 61o,,4 ,P, c . ;(, �n G✓oA_- Address, City, State, and Zip Code: Phone Number: 1-170C-7 i ,.� Fax Number: IG ' ''�?7 ' Pnnted ame and Tine of Authorized Representative: Email Address: &eto* M np e,el Wafk Signature of Authorized Representative, Date: 06 I p G/ /off o aZ ``/ Version March 19, 2024 Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non -Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Disclosure of Investment Activities in Iran DOC #7 Certification of Non -Involvement in Prohibited Activities in Russia or Belarus DOC #8 New Jersey Business Registration Certificate DOC #9 EEOAA Evidence DOC #10 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti -discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and Bid and Performance Security, as required by the applicable municipal or state statutes. Version March 19, 2024 DOG #1 STATE NT OF �WNERSHIP DISCLOSURE N.J,S.A. 52:25- 4. p L. 197 , c.'O, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information Is cause for automatic rejection of the bid or proposal. Name of Organization: *;sA fyvuitot^ dux Organization Address: I Z 4 Do Ck 's, v b�w- 'Dr. Lot►wL_ , t -A I q9 3 31 Part I Check the box that represents the type of business organization: 135ole Proprietorship (skip Parts II and ill, execute certification in Part IV) 13Non-Profit Corporation (skip Parts II and III, execute certification in Part IV) aFor-Profit Corporation (any type) DUrnited Liability Company (LLC) 0 Partnership 0 Limited Partnership Other (be specific): Part II 0 Limited Liability Partnership (LLP) The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COM PLETE TH E LIST BELOW IN THIS SECTION) OR 0 No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity I'e.t ► Paws.[ Version March 19, 2024 Home Address (for Individuals) or Business Address tZaaa C r".bjPLf ?fir, L4wekkj M[ 1-fg?31 I-Lri�ra C MvkV�,r Dr. La,r�, tAl ` i?ll Pali III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website (URL) containing the last annual SEC (or foreign equivalent) filing Page # 5 Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part tl other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52.25-24.2 has been listed. Attach additional sheets if more space is needed. StockholderlPartner/Member and Corresponding Entity Listed In PartII we V Part IV Certification Home Address (for Individuals) or Business Address lay�a C-h�,�(1J� f�'I't r' pc� C�ii'=t� ti�hPf f]C r L 0+ (I/ of I, being duly swam upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf of the bidderlproposer; that the <name of contracting unit} is relying on the information contained herein and that I am under a continuing obligation From the date of this certification through the completion of any contracts with atype of contracting unity to notify the Oype ofcontractfng unity in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation inthis certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreements) with the, permitting the stype of contracting units to declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Version March 19, 2024 1�0ti cr A �V to (�(—cr !/he Title: IVe, .gym i(,, �°rP�� P Signature: I If �'� / U W `"e_ 1 Date: DOC #2 NON -COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form: NON -COLLUSION AFFIDAVIT Statutory Reference: No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 Instructions Reference: Statutory and Other Requirements VII-H The Owner's use of this form is optional. It is used to ensure that the bidder has not participated in any collusion Description: with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive biddinq. Version March 19. 2024 NON -COLLUSION AFFIDAVIT State of New Jersey County of ss: I, 3roiic!o n Pe P►le I residing in 6f m / k I' .`dry (name of afriant) (name of municipality) 1 in the County of P "-1 and State of L4A ; C r qcf f"\ full age, being duly sworn according to law on my oath depose and say that: I am .4tPs crfrl VKof-e �, Gf of the firm of As94- W rtr -,x- (fig e or position y (name of firm) Of >~ V1 W o f(-_ the bidder malting this Proposal for the bid entitled fZ FP 91-1.O 1 rA. V u r� � � f r• ry r-kd an hat I executed the said proposal with (title of bid proposal) full authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the R¢j:ar. q �S L relies upon the truth of the statements contained in said Proposal name of contracting unit) and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by I_ >'^ Subscribed and sworn to before me this day . q , 2aa4 ype or print name of affiant under signature) Notary public of Ir My Commission expires (Seal) Version March 19, 2024 CX1 4 Signature �SARALYN M. VEZ1No NoU" Publlo, State of Michigan County of Keni My Commissian ices Jim• 241 2024 ybi- -- „_ DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: (;Cove 600t, tn)Uio(y Street: �2q 61) "r (�r City, State, Zip Code: Lowt.<<r M l qj;; I Proposal Certification: Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's proposal will be accepted even if com parry is not in corn pliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Reauired Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: A photocopy of a valid letter that the contractor is operating under an existing Federally approved or sanctioned affirmative action program (good for one year from the date of the letter); IQ 2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with N.J.A.C. 17.274; 0� OR 3. A photocopy of an Employee Information Report (Form AA302) provided by the Division of Contract Compliance and Equal Employment Opportunity in Public Contracts and distributed to the public agency to be completed by the contractor in accordance with N.J.A.C. 17:27-4. Public Work — Over $50,000 Total Proiect Cost; A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201. A project contract ID number will be assigned to your firm upon receipt of the completed Initial Project Workforce Report (AA201) for this contract. B. Approved Federal or New Jersey Plan — certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. off[ �l [late Aufhoriz Signature and Title Version March 19, 2024 Certification 72365 CERTIFICATE OF EMPLOYEE INFORMATION REPORT INITIAL This is to certify that the contractor listed below has submitted an Employee Information Report pursuant to N.J.A.C. 17:27-1.1 et. seq. and the State Treasurer has approved said report. This approval will remain in effect for the period of IS-Dec-2023 to 15-Dec-2026 ASSA GROUP DBA ENWORK 12900 CHRISTOPHER DR LOWELL MI 49331 ELIZABETH MAHER MtJCNQ State Treasurer ❑OC #3, continued P.L. 1995, c.127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT. ESSIONALAND SERVICE V RACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractorwill take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay orotherforms of compensation; and selection fortraining, including apprenticeship. The contractor ag rees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where appiicablewil1, in all solicitations or advertisement for employees placed by or on behalf of the contractor, stale that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contractor understanding, a notice, to be provided by the agency contracting off!car advising the labor union or workers' representative of the contractor's commitments under this act and shalt post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or s ub co ntractor ag rees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The co ntracto r o r s ub contracto r agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national ❑ rig in, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The conIractororsubcantractoragrees to review all procedures relating totransfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national orig in, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractorand its subcontractors shall famish such reports orother documentsto the AffirmativeActionOffiee as may be requested by the ❑fficefram timeto time in order to carry out the purposes of these regulations, and public agencies shall f umish such information as may be requested by the Aff irmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Adminigr tive Code lNJAC 17:U), Signature of Procurement Agent Version March 19, 2024 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public ageneics entering into co ntra c ts with business entities that are required to file Political Contnbution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N•J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, 0). Additional information on the process is avaita.ble in local Finance Notice 2006-1 fhttD://www.ni.gov/dca/division,VdW/n sour.ccOfns 006.htm l}. Please refer hack to these instructions forthe appropriate links, as the Local Finance Notices include links that are no longer operational. l . The disclosure is required for all contracts in excess of S 17,500 that are not awarded pursuant to a "fair and open" process fN.JL" 19:44A-20.7). 2. Due to the potentia l length o£snm a contractorsubmissions, the public agency should consider allowing data to be submitted in electronic farm {i.e., spreadsheet, p d f file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 daysprior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list ❑£ the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure Corms for each county. They can be downloa tied from the "County PCD Farms" link on the Pay -to -Flay web site at httn://www nJ.&ov/dca/divisionsldIS&12ro�ms/lncl.html41Z. They will be updated from trine -to -time as necessary. b. A public agency using these fomms should edit them to properly reflect the correct legislative district(s). As the forms are county -based, they list all legislative districts in each county. Districts that do not represent the public agency should he removed from the lists. c. Some contractorsmay find it easier to provide a single list that covers a U contributions, rega rdless of the county. These submissions are appropriate and should be accepted. d. The form may be used "as -is", subject to edits as described herein. e. The "Contractor instructions" sheet is intended to be provided with the form. It is recommended that the instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form; where that is not the case, the text should be edited accordingly, f. The form is a Word document and can be edited to meet loca I needs, and posted fordownload on web sites, used asan e-ma it attachment, or provided as a printed document. 5. 1t is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractordid not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certi%cation in the 12 months prior to the contract [See Local Finance Notice 2006-7 far additional information on this obligation at httD://www.ni.gov/dca/divisions/dlgs/resourcc.s/Ifns2006.html}. A sample Certification form is pa rt of this package a nd the instruction to complete it is included in the Contractorinuructions. NOTE: This section is not applicable to Boards of Education, Version March 19, 2024 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a publw agency that are NOT awarded pursuant to a "fair and open" process (defined at S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. l 9:44A-20.2b). This law provides that lb days prior to the award of such a contract, the contra ctorshalldisc lose contributions to: ■ any State, county, or municipa l committee of a political party ■ any legislative leadership committee' • any continuing politica l committee (a .k.a„ political action committee) ■ any candidate committee of a candidate ror, orholder of, an elective office: ❑ of the public entity awarding the contract a of that county in which that public entity is located ❑ of another public entity within that county ❑ or of a legislative district in which that pub he entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J•S•A• 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S•A. 19,44A-20.25 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an"interest" ownership orcontrol of more than 10%oftheprofrls orassetsof a business entityor 10% of the stock in the case of a business cntity that is a corporation for profit • all principals, partners, officers, or directors of the business entity or their spouses • any subsidiaries directly orindirecily controlled by the business entity ■ IRS Code Section 52 7 New Jersey based organuations,direcdy or indirectly controlled by the business entity and filing as continuing pahtica 1 committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouseor child, residing therewith, shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall besubject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of ag encies is provided to assist the contractor in id entifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosableto the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations underthe law. NOTE: This section does not apply to Board of Education contracts. N..I.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate, the Minority Leader of the senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-1OJ 1) for the purpose of receiving contributions and making expenditures." Version March 19, 2024 DCC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I - Vendor Information _ Vendor Name: I AS I 1 bl' &Iwfac Address: 1 l2- } i s% p C►tv: I LovW07 I f fate: I A I I Zip: 4Egt31 The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20,26 and as represented by the Instructions accompanying this form. V,)*,- �u G 4d., SA [I-) �QAJ'0 7me Signature Printed Title Part II - Contribution disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name Recipient fume Date NCI, ❑ Check here if the information is continued on subsequent page(s) Version March 19, 2024 Dollar Amount DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N .J . S.A.19 :44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative ❑istrict #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WESSITE A COUNTY -BASED, CUSTOMIZABLE FORM. Version March 19, 2024 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: 13 1 certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR 0 1 certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: 0 Partnership 10 Corporation 13Sole Proprietorship 0 Limited Partnership 13Limited Liability Corporation 13Limited Liability Partnership Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: � ,� V I J (?o c i i Home Address: Lilco Cht;-'4d�v� f�r,.� LO w-c I I, wr,),— t f 9 3 3 1 Name:,,,.,,,, Home Address: I acl C9L9 tw h Name: Home Address: Subscribed and sworn before me this4+hday of .rt 9 2Li q (Notary Public) My Commission expires: Version March 19, 2024 Name: Home Address: Name: Home Address: Name: Home Address: � �'- k 1,0e- ff d) (Affiant) Ke i r PDwe'! M (Print name & the of affiant) (Corporate Seal) DOC #6 n DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY -DrMOH OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY WV-W230 BID SOLICITATIO # AND TITLE: QF P 234- of ni�twc y �n l r► ion Gad iLR.L4 sous) VENDOR NAME: (A5SA1 (aaxA h 6a Fnm 1 urK) Pursuantto N.J.S.A 5232-57, etseq. (P.L 2012,c.25and P.1.2021, c.4) anyperson or enlitythatsubmits a bid orproposat or otherwiseproposes to enter into or renew a contractmustcertify thatneither the person nor entity, nor any of its parer s, subsidaries, or affiliates, is ideni fiedon the New Jersey Depar Went of the Treasury's Chapter25 List as a person or entity engaged in investment activities in Iran. The Chapter 25 list is found on the Division's website at hIto s:ltwww. state, ni.usAreasury/DurchaWDdVChaDteOSListndf. Vendors/Bidders must review this list prior to completing the below certification. If the Dire clor of the Division of Purchase a nd Property finds a person orentity to be in violation of She law, s/he shall take action as maybe appropriate and provided by law, rule or contract, includin 9but not limited to, imposing Sal rrctions,see kin g compliance, recovering damages, dadaringthe party in defy Aand see" debarment orsusperlsion of the party. 0 1 certify, pursuant toN.J.SA.5232.57. et seq. (P.L.2012,a.25 and P.L 2021, c.4),that neither the Vendor)Bidde(listed above nor any of its parents, subsidiaries, oraffiliales is listed on the New Jersey DepartmentoftheTrea sury's Chapter 25l-ist of enfities determined to be engaged in prohibited activities in Iran. DR ❑ I am unable tocertfy as abovebecausetheVendorSdder and/or one or more of its parents, subsidiaries, or affiliates is fisted on the New Jersey Department of the Treasury's Chapier 25 List.I will provide a detailed, accurate and precise description of the activkiesofthe Vendor/RWder, or one of its parents, subsidiaries or affiliates, has engaged -n regarding investment activities in Iran by completing the information requested below. Entity Engaged in Investment Activities Relationship to Vendor Bidder Description of Activities Duration of Engagement Anticipated Cessation Date `Attach Additional 5heefs If Norossary CERTIFICATION I: the undersigned, certify that I am a uI horized to execute th is certification on behalf of the Vendor, that tha foregoing information and any attadlmenis hereb, to the best of myknowledgearetrue andcomplete.I acknowledge1)atthe State of N e w J ersey is relying on the inb rmationcontainedherein, andthat theVendoris and a r a con brun9 ob ligation from the date of INS cer115cat on through the complela of any corl(Wis) with the State to notify the State in writing of anychainges b the i nformation contained herein; that I am aware that it is a cnminal offensoto makea false statamentormisnapresenlationin Ihis certiication.If I do so, I may be su bjeclto criminal prosecution u riderthe my, and it wiu constlule a maierial breach of my contrad(s) with the State, permitting the Stath to declare a ny contra* resultin mthis certification void and unenforceable Sign ure Date Print Name end Tit]e I DOC #7 Version March 19, 2024 DPP Rev 12.13.2021 CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS Pursuant to U.S.A. 52:32f0.1,et seq. (L. 2022. c. 3)any personor entity (hen�nafter"Vendoh that seeks to enter into or renew acontract wih a Stain agencyforthe provision of goods or services, orthe purchase of bonds or otherobligations, must complete the certification below indicating whetherornot the Vendor is identified on the Office of Foreign Assets Control {QFAC} Specially Designated Nationals and Blocked Persons list, available here: ttLti3s:llsarr,tionsse=h.ofac.LntLsxLovt, If the Departntentof the Treasury finds that a Vendor has made a certification in violation of the law, itshal We any action as maybe appropriate and provided bylaw, rule or contract, including but notlimited to, imposing sancions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, certify that I have read the definition of "Vendor" below, and have reviewed the Office of Fore* Assets Control (QFAC) Specially Designated Nationals and Blocked Persons list, and having done so certfy: (Check the Appmprfato Box) Thai the Vendor is not identified on the QFAC Specially Designated Nationals and Blocked Personslist on accauntof activity related to A. Russia andlor Belarus. OR B. Thai I am unable to certify as to 'A' above, because the Vendor is identified on the QFAC Specialhr pe Rated Nationals and Blocked Persons list on account of activity related to Russia and)or Belarus. OR That I am unable to certify as to'A'above, because the Vendor is identified onthe QFAC Sneoially Designated Nafonalsand Blodaad Persons list However, the Vendor is engaged in activity relandto Russia andlorBelarus consistent with federal law, regulation, license (�,'1J C. or exemption. A detailed description of how the Vendor's activity related to Russia andlor Be larus is consistent with federal law is set forth below. 5" nature of Ve dons A tharized epresentative { 'dw4— ass HAV\OL�e ir n1 and le of Vendor's Authorized epresan ative d64. s4\,a (O - Vendors Name 17 l bo cl> s-h •r Or Vendoes Address (Street Address) Lowe lk r PAI L4 1931 Vendor's Address (CdylStatelZip Code) (Attach Addifioriaf Sheets if Necessary.) 0q,jq I-Lq Date 4L ?Doc. Vendor's FEIN __(0tG- Gcam-�063 Vendor's Phone Number l-6l11r-1�_ M�Vendor's Fax Nu 4,.>@&cA�ur. (AWS does Email Address Vendor means: (1) A natural person corporation company, mited partnership limited liabii ty partnership, limited ftab''ity company, business association, sob propnelorship, joint venture, parinershrp soa*. lruA or any other nongovernmental entity. organizattort or group; (2) Any gwernmental entity or instrumentally, of a government, including a multilateral development nslildio r, as defined in Section 1701ic)p) of the International Financial IretlubonsAct, 22 U.S.C. 252r(c)(3); or (3) Any parent, successor, subur.t, direct or indeectsubsidiary, or any entity under oomrnon ownersh p or contra: w1h, any entity described in paragraph ( 1 ) ar (2). Nu Rev. 1.222024 DOC #8 Version March 19, 2024 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. https:llwww.nipartal.com/DOR/BusinessRegistrationl > Stc 0L4,t-kCVALA ( I1ixi- py) Version March 19, 2024 1 ■ II 1 IE 11 11 STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE Taxpayer Name: Trade Name: Address: Certificate Number: Effective Date: Date of Issuance: For Office Use Only: 20240604133514053 ASSA GROUP INC. ENWORK 12900 CHRISTOPHER DR LOW ELL, MI 49331 1939699 March 19, 2015 June 04, 2024 b• . EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services &. General Service Projects Vendors are required to submit evidence of compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 in order to be considered a responsible vendor. One of the following must be included with submission: • Copy of Letter of Federal Approval + Certificate of Employee Information Report • Fully Executed Form AA302 Sit Cldtlkt�tA nfti eflA) • Fully Executed EEO-1 Report See the guidelines at: https:llwww.state.ni.usltreasurvlcontract compliance/documentsodf/quidelineslDa.Dd f for further information. I certify that my bid package includes the requited evidence per the above list and State website. Name: �Zo�t tu&- Title: Sa&JR Signature:9-0, � Date: 0� (� Certification 72366 CERTIFICATE OF EMPLOYEE INFORMATION REPORT INITIAL This is to certify that the contractor listed below has subm;tted an Employee Information Report pursuant to N.J.A.C. 17:27-1.1 et. seq. and the State Treasurer has approved said report. This approval will remain in effect For the period of 15-Dec-2023 to 15-Dec-2026 ASSA GROUP DBA ENWORIC 12900 CHRISTOPHER DR irrl:IAN MI 49331 �� ELIZABETH MAHER MUOIO State Treasurer DOC #10 MACBRIDE-PRINCIPLES E STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY -DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.Q. BOX 230 TRENTON, NEW JERSEY 08625-0230 BID SOLICITATION # AND TITLE: RF 1- VA-0 l C FiA&1-�ln�'Q- , .L��'kkUAiiaN 4L^A lZe�oc l er✓i LEj� VENDOR NAME: Ai}; Gvbk� d lih t��w0 t Pursuant to Public Law 1995, c.134, a resp o nsible Vend orl Bid der is required to provide a certification in complia nce with the MaclMde Princon and Northern Ireland Act of1989. PursuanttoN.J.S.A.52:34-12.2,VendodBiddermust complelethecodification below bychecking oneofthe two options listed below and signing where indicated. If a Vendor/Bidder that would otherwise be awarded purchase, contract oragreem nt does not complete thecertification, then the Director may determine, in accordancewith applicable lawand rules, that it is in the best interest of the Stale to award the purchase, contract oragreernent to anotherVendorl Bidderthathascompleted the certification and has submitteda bid within five (5)perceni of the most advantageous bid. If the Directorfrnds contractors to be in violalion of the principles that arethe subjectof this law, he/she shall take such action as may be appropriateand provided by law, rule orcontract, including but not limited to, impasingsanct>ans, seeking oompfiance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, on behalf the VendorlBidder, certify pursuant to N.J.S.A. 52:34-12.2 that: CHECK THE APPROPRIATE BOX The VandorlBidder has no business operations in Northern Ireland: or OR ❑The Vendor/13idderW11 take lawful stepsin good faith to conduct anybusiness operations it has in Northern Ireland in ar cordance with the MacBride principles of nondiscrimination in emplaymentas setforth in section 2 of P.L 1987,c.111 fN,J,SA. 5218Aa.5j and in conformance with the United Kingdom's Fair Employment(Northem Ireland) Actof 1989, and perrntl independentmonitoft of its compliance with those principles. CERTIFICATION I, the u ndersigned, cedifythat I a m authorized to execute this cedikation on behalf of the Vendor, that the foregoing information and a nyaltadvaertts hereto, toth a best of my knowledge are true and complete. I acknowledge that the Stale of New Jerseyis relying on the information contained herein, a nd thatthe Vendor is under a cordnuing obligation Fran thedate of this certification thro gh the completion of any con ct(s) with the Sta*to no* the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false stale ment or misrepresentation in this certfKation. If I do so, I may be subject to dminat prosecution under the law, and it 9II consGtule a material breads of my contrac s wth the State, permitting the State to declare any contract(s) resulting from this certification void and unenforceable. "41n kwa,me Da e 4�F WL and mme-(_� Version March 19.2024 M&C Review Page 1 of 4 A CITY COUNCIL AGEND Create New From This M&C DATE: 10/29/2024 REFERENCE **M&C 24- NO.: 0932 Official site of the City of Fort Worth, Texas FORT WORTII 13PCOOP WILSON LOG NAME: BAUHAUS INTERIORS MC CITYWIDE CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Agreements with Wilson Bahaus Interiors, LLC Using Various Cooperative Agreements as an Authorized Dealer for Various Manufacturers for the Purchase, Design, and Installation of Furniture for All City Departments for a Collective Amount Up to $2,090,857.00 for the Initial Term and Authorize Four Consecutive One -Year Renewal Options for Up to $821,675.00 for Year 1, $944,926.00 for Year 2, $1,086,655.00 for Year 3, and $1,249,665.00 for Year 4 RECOMMENDATION: It is recommended that the City Council authorize agreements with Wilson Bahaus Interiors, LLC, using various cooperative agreements as an authorized dealer for various manufacturers for the purchase, design, and installation of furniture for all City Departments for a collective amount up to $2,090,857.00 for the initial term and authorize four consecutive one-year renewal options for up to $821,675.00 for year 1, $944,926.00 for year 2, $1,086,655.00 for year 3, and $1,249,665.00 for year 4. DISCUSSION: The Purchasing Division was approached by the following departments to procure agreements for furniture and installation and design services: Communications & Public Engagement, Development Services, Economic Development, Property Management, Police, Fire, Municipal Courts, Aviation and the Library. Staff recommends contracting with Wilson Bahaus Interiors, LLC as an authorized dealer of various manufacturers for the purchase of furniture and installation and design services using the following cooperative contracts: Manufacturer Allsteel, Inc. Allsteel, Inc. Egan Visual Corporation ENWORK - ASSA GROUP DBA Enwork Magnuson Group Cooperative Cooperative Name Reference OMNIA Partners R191802 OMNIA Partners 07-76 Cooperative Cooperative Current Final Expiration Expiration Date Date 4/30/2025 4/30/2025 9/30/2025 9/30/2030 OMNIA Partners 07-86 9/30/2025 9/30/2030 OMNIA Partners R191819 4/30/2025 4/30/2025 OMNIA Partners 07-104 9/30/2025 9/30/2030 National Office Furniture (Kimball International) OMNIA Partners R191811 4/30/2025 4/30/2025 (National Office Furniture (Kimball International) OMNIA Partners 2019.001896 5/30/2027 4/30/2029 Special T OMNIA Partners 07-122 9/30/2025 9/30/2030 The HON Company LLC. BuyBoard 667-22 3/31/2025 3/31/2025 The HON Company LLC. OMNIA Partners R191804 4/30/2025 4/30/2025 Via Inc. OMNIA Partners 07-128 9/30/2025 9/30/2030 During the initial term, the Police Department (PD) will utilize $1,376,357.23 to furnish multiple new construction and planned renovations funded through Crime Control Prevention District Capital Projects, 2018 Bond Program, Tax Notes Series 2020, 2022 Bond Program and Tax Notes Series 2024, for its different facilities as shown on the table below: Project http://apps.cfwnet.org/council_packet/mc review.asp?ID=32638&councildate=10/29/2024 12/18/2024 M&C Review Page 2 of 4 IID (Project Name (Amount 1 101661 ISouth Police Station 1 $35,000.001 1 105488 I Fiscal Year (FY) 24 PD Fiscal Storage Room I $35,000.001 1 101919 PD Northwest Patrol Division j $900,000.001 105455 PD Bob Bolen Training Shell $400,000.001 105489 FY24 PD Reg Office Reconfiguration $2,582.981 105317 PD Weapon Lobby Renovation $3,774.251 1 Total 11 $1,376,357.231 Other participating departments' annual allocation for the agreements are as follows: Department Amount Development Services $ 26,500.001 Communication & Public Engagement $ 5,000.001 Economic Development $ 3,000.001 (Property Management $ 10,000.001 (Fire $ 100,000.001 Municipal Courts $ 20,000.001 Aviation $ 50,000.001 Library 11 $ 100,000.001 RENEWAL OPTIONS: The agreements may be renewed up to four (4) consecutive one-year renewal options for up to $821,675.00 for year 1, $944,926.00 for year 2, $1,086,655.00 for year 3, and $1,249,665.00 for year 4. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. CURRENT AGREEMENTS: On December 4, 2023, the City entered into an agreement with Wilson Bahaus Interiors, LLC as an authorized dealer of manufacturer Special T, LLC under OMNIA Contract 07-122 for an amount up to $1,200.00 (City Secretary No. 60553) (CSC) and executed an amendment on December 14, 2023 increasing the annual amount up to $100,000.00. On December 13, 2023, the City entered into an agreement with Wilson Bahaus Interiors, LLC as an authorized dealer of manufacturer Via, Inc under OMNIA Contract 07-128 for an amount up to $100,000.00 (CSC No. 60601) and executed an amendment on February 2, 2024 authorized by Mayor & Council Communication (M&C) 24-0013 increasing the annual amount up to $200,000.00. On July 2, 2024, the City entered into an agreement with Wilson Bahaus Interiors, LLC as an authorized dealer of manufacturer The HON Company LLC under OMNIA Contract R191804 for an amount up to $100,000.00 (CSC No. 61627). For administrative ease and tracking, this M&C supersedes all prior M&Cs with Wilson Bahaus Interiors, LLC and is intended to control authorized spending authority moving forward. SUCCESSOR CONTRACTS: The City will initially use the listed BuyBoard and OMNIA Partners contracts to make purchases authorized by this M&C. In the event a BuyBoard or OMNIA Partners cooperative contract is not renewed, staff would cease purchasing at the end of the last purchase agreement coinciding with a valid cooperative contract. If the City Council were to not appropriate funds for a future year, staff would stop making purchases when the last appropriation expires, regardless of whether the then -current purchase agreement has expired. In the event a BuyBoard or OMNIA Partners cooperative agreement is not extended, but BuyBoard or OMNIA Partners executes new cooperative agreement(s) with substantially similar terms, this M&C authorizes the City to purchase the furniture and services under the new BuyBoard or OMNIA Partners contract(s). If this occurs, in no event will the City continue to purchase goods and services under the new agreement(s) for more than four (4) years without seeking Council approval. COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a cooperative purchasing agreement satisfies any state law requiring that the local government seek competitive bids for the purchase of items. BuyBoard and OMNIA contracts are competitively bid to increase and simplify the purchasing power of government entities across the State of Texas. Information of publication of all cooperative purchasing agreements have been provided per the table below. Cooperative Name BuyBoard Solicitation Cooperative Number Reference Dates of Public Notices Bid Opened RFP 667-22 667-22 7/21 /2021, 7/22/2021, 7/28/2021, 7/29/2021 10/28/2021 http://apps.cfwnet.org/council_packet/mc review.asp?ID=32638&councildate=10/29/2024 12/18/2024 M&C Review Page 3 of 4 7/15/2019, 7/17/2019, 7/19/2019, OMNIA Partners RFP 001218 2019.001896 7/21/2019, 7/22/2019, 7/23/2019, 8/21/2019 7/24/2019, 7/25/2019, 8/6/2019 �OMNIA Partners RFP 19-18 R191802 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019 12/11/2019 �OMNIA Partners RFP 19-18 R191804 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019 12/11/2019 �OMNIA Partners RFP 19-18 R191811 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019 12/11/2019 �OMNIA Partners RFP 19-18 I R191819 11/7/2019, 11/8/2019, 11/14/2019, 11/20/2019 12/11/2019 �OMNIA Partners RFP 24-22 07-76 6/14/2022, 6/21/2022 7/21/2022 OMNIA Partners RFP 24-22 07-86 6/14/2022, 6/21/2022 7/21/2022 �OMNIA Partners RFP 24-22 07-104 6/14/2022, 6/21/2022 7/21/2022 1OMNIA Partners RFP 24-22 07-122 6/14/2022, 6/21/2022 7/21/2022 1OMNIA Partners RFP 24-22 07-128 6/14/2022, 6/21/2022 7/21/2022 BUSINESS EQUITY: A business equity goal is not assigned when purchasing from an approved purchasing cooperative or public entity. This project will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budgets, as previously appropriated, in the participating departments' Operating Funds to support approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project Program I Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Reginald Zeno (8517) Submitted for Citv Manager's Office bv: William Johnson (5806) Reginald Zeno (8517) Originating Department Head: Neil Noakes (4212) Additional Information Contact: Jo Ann Gunn (8525) Maria Canoura (2526) ATTACHMENTS Form 1295 - Wilson Bauhaus.odf (CFW Internal) FW006-FID TABLE .xlsx (CFW Internal) FW007-FID TABLE for Wilson.xlsx (CFW Internal) FW017-FID Table for Furniture RFS.xlsx (CFW Internal) FW021-FID TABLE for Wilson Bauhaus (Furniture).xlsx (CFW Internal) FW035-FID Table Wilson Bauhaus COOP 8-26-2024.XLSX (CFW Internal) FW036-FID TABLE FIRE WILSON BAHAUS.xlsx (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=32638&councildate=10/29/2024 12/18/2024 M&C Review Page 4 of 4 FW038-Furniture FID TABLE.xlsx (CFW Internal) FW055-FID TABLE BLANK WITH INSTRUCTIONS V2.xlsx (CFW Internal) FW084-FID Table Wilson Bauhaus.xlsx (CFW Internal) SAMs - Wilson Bauhaus Entitvinfo 20240923-112328.Ddf (CFW Internal) TX SOS - Wilson Bauhaus Interiors. LLC.Ddf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=32638&councildate=10/29/2024 12/18/2024 EXHIBIT C CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. J ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? 71 Yes F1 No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. J J Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). Pedicial bavila Signature of vendor doing business with the governmental entity Form provided by Texas Ethics Commission www.ethics.state.tx.us June 3,2025 Date Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.0010-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021