HomeMy WebLinkAboutContract 63433CSC No. 63433
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 Kimball International Brands, Inc., and
the City of Fort Worth ("City"), a Texas home -rule municipality, individually referred to as "Party" and
collectively as the "Parties."
The Cooperative Purchase Agreement includes the following documents which shall be construed in the
order of precedence in which they are listed:
OFFICIAL RECORD
CITY SECRETARY
1. This Cooperative Purchase Agreement; FT. WORTH, Tx
2. Exhibit A — Price Matrix;
3. Exhibit B — Cooperative Agency Contract: Omnia Partners R240108; and
4. Exhibit C — Conflict of Interest Questionnaire
Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. Vendor agrees to provide City with the services and goods included in
Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all
exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited
by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this
Cooperative Purchase Agreement shall control.
City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with
the provisions of this Agreement. Total payment made under this Agreement by City shall not
exceed 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 on 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 Anson (Jun 10, 202513:16 CDT)
Name: William Johnson
Title: Assistant City Manager
Date:
APPROVAL RECOMMENDED:
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
By: Kathryn A (Jun 6,6625 11:11 CDT)
Name: Kathryn Agee -Dow
Title: Senior Management Analyst
APPROVED AS TO FORM AND LEGALITY:
Svkn
By:
6, 2025 11:21 CDT)
Q�
Name:
Robert A. Alldredge
Jr.
By: O
Title:
Interim Police Chief
Fortr°na
Name: Jessika J. Williams
pro °9�p
Title: Assistant City Attorney
%a s
aan aeznsa4p
CONTRACT AUTHORIZATION:
By:
M&C: 24-0932
Name:
Jannette Goodall
Date Approved: 10/29/2024
Title:
City Secretary
1295 Form: 2024-1217842
MA\1111139
WILSON BAUHAUS INTERIORS, LLC
By:
Name: Felicia Davila
Title: Principal / Owner
Date: June 3.2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
EXHIBIT A
Products & Pricing
Proposed Discount Matrix
Omnia Partners - Region 4 ESC - TX
Kimball International Brands, Inc.
RFP 24-01 Furniture Installation and Related Services
Ancillary C:u--en; price list a. 0 11.1.2024
Brands:
Kimball
National
Etc.
Interwoven
David Edward
Systems Current price list as of 11.1.2024
Brands:
Kimball
Metal Filing Current price list as of 11.1.2024
Brands.
Kimball
Inside Delivery F Quoted on a per order basis -
Basic Installation - Normal Hours $60.00 - 595.00
Basic Installation - After Hours Wo.00-$150.00
Reconfiguration Services Quoted on a per order basisI Locally Negotiated
Design $65.00 - 595.00
Project Management $72.00 - $125.00
Systems Furniture, Freestanding Furniture, Seating/Chairs, Soft Seating, Filing Systems, Storage
and Equipment, Technology and Es ports Support Furniture, Library Furniture, Heaith and Science
Furniture, Cafeteria Furniture, Learning Spaces Furniture, Audio/Visual Furniture, Educational
Office Furniture, Privacy Pods, Phone, Sound Isolation Rooms and Furniture Booths, Related and
Ancillary Products, Accessories, and Solutions, Services and Support Solutions.
55.0% 55.5% 56.0% Negotiable
65.0% 65.0% 67.0% Negotiable
55.0% 55.5% 56.0% Negotiable
Kimball Internationa
49
■ - �
REGION 4 EDUCATION SERVICE CENTER (ESC)
Contract # R240108
for
FURNITURE, INSTALLATION, AND RELATED SERVICES
with
KIMBALL INTERNATIONAL BRANDS, INC.
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 Kimball International
Brands, Inc. ("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) Fundinci 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) Marketinci.. 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-F565-4A64-A7E6-0609120ED8F2
OFFER AND CONTRACT SIGNATURE FORM
The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict
compliance with the terms, specifications and conditions at the prices proposed within response
unless noted in writing.
Company Name Kimball International Brands, Inc.
Address 1600 Royal Street
CitylState/Zip Jasper, IN 47546
$ 00-482-1717
Telephone No.
Email Address dennis.gerbef@iamballintemational.com
Printed Name Dennis Gerber
Title VP Finance
Authorized signature
US Initial
Accepted by Region 4 ESC: � FBI
Corrected to 12I3112027
Contract No. R240108
Initial Contract Term 12/17/2024 to—
CILA ^ 1 .
R12/ 17/2024
y
e on d ESCh�Jize Board Dateg Linda Tinnerman
Print Name
!� 12117f2024
Region d ESC Autfilo4ired Board Membar 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 submitted, 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 exceptionsJdeviations
are taken.)
®Offeror takes the following exceptions to the RFP and draft Contract. All exceptions
must be clearly explained, reference the corresponding term to which Offeror is taking
exception and clearly state any proposed modified language, proposed additional
terms to the RFP and graft Contract must be included:
(!Vote: Unacceptable exceptions may remove Offeror's proposal from consideration for
award. Region 4 ESC shall be the safe 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.)
Kimball - 10/15/24 - Per Region 4 - all Region 4 exceptions approved 08112124_review
Section/Page
Term, Condition, or
Exception/Proposed
Accepted
Specification
Modification
(For Region 4
ESC's use)
Appendix A-
10. Adding Authorized
Additional distributors or dealers
New - OMNIA
Draft Contract,
Distributors/Dealers -
can be added by Contractor at any
Partners will not be
Section 10,
Contractor is prohibited from
time during the term of the Contract,
able to update
Page 2
authorizing additional
without notification and prior written
without lead agency
distributors or dealers, other
approval from Region 4 ESC. On a
acknowledge or
than those identified at the time
quarterly basis, Contractor will
changing their
of submitting their proposal, to
provide an updated authorized
process
sell under the Contract without
dealer list to OMNIA Partners which
notification and priorwritten
will be posted to OMNIA's website,
approval from Region 4 ESC.
under a microsite dedicated to the
Contractor must notify Region 4
Contractor. At Contractor's
ESC each time it wishes to add
discretion, purchase orders and
an authorized distributor or
payment may be made to Authorized
dealer. Purchase orders and
Distributor/Dealer. Pricing provided
payment can only be made to
to members by added distributors or
the Contractor unless otherwise
dealers must also be less than or
approved by Region 4 ESC.
equal to the Contractor's pricing.
Pricing provided to members by
added distributors or dealers
must also be less than or equal
to the Contractor's pricing.
Appendix A - 11) TERMINATION OF
Draft Contract, CONTRACT
Section 11,
Page 2
Appendix A - 11) TERMINATION OF
Draft Contract, CONTRACT
Section 11 c, c) Delivery/Service Failures
Page 3 Failure to deliver goods or
11) TERMINATION OF CONTRACT New language
a) Cancellation for Non -Performance or
Contractor Deficiency. Region 4 ESC
may terminate the Contract if purchase
volume is determined to be low volume
in any 12-month period. Region 4 ESC
reserves the right to cancel the whole or
any part of this Contract due to failure
by Contractor to carry out any
obligation, term or condition of the
contract. Region 4 ESC may issue a
written deficiency notice to Contractor
for acting or failing to act in any of the
following:
i. Providing material that does not meet
the specifications of the Contract;
ii. Providing work or material was not
awarded under the Contract;
iii. Failing to adequately perform the
services set forth in the scope of work
and specifications;
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. Contractor will
thereafter be allowed a reasonable time
to implement the response that
addresses the deficiency. 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.
11) TERMINATION OF CONTRACT New
c) Delivery/Service Failures
Failure to deliver goods or services
within the time specified, or
services within the time
within a reasonable time period as
specified, or
interpreted by the purchasing agent or
within a reasonable time period
failure to make replacements or
as interpreted by the purchasing
corrections of rejected articles/services
agent or failure to make
when so requested shall constitute
replacements or corrections of
grounds for the Contract to be
rejected articles/services when
terminated. In the event Region 4 ESC
so requested shall constitute
must purchase in an open market,
grounds for the Contract to be
Contractor agrees to reimburse Region
terminated. In the event Region
4 ESC, within a reasonable time period,
4 ESC must purchase in an open
for all expenses inetirred the actual
market, Contractor agrees to
cost of replacement products offering
reimburse Region 4 ESC, within
comparable functionality and quality.
a reasonable time period, for all
Contractor shall not be responsible for
expenses incurred.
any other expenses incurred, including
any consequential, incidental, or other
expenses.
Appendix A -
14. Delivery. Conforming
Our lead time to ship ranges from 2- 4
Draft Contract,
product shall be shipped within
weeks on standard product and 6-8
Section 15,
7 days of receipt of Purchase
weeks on custom product after receipt
Contract Page
Order. If delivery is not or cannot
of complete and correct purchase
4
be made within this time period,
order.
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.
Appendix A -
18. Audit Rights. Contractor
18) Audit Rights. Contractor shall, at
Draft Contract,
shall, at its sole expense,
its sole expense, maintain
Section 18,
maintain appropriate due
appropriate due diligence of all
Contract Page
diligence of all purchases made
purchases made by Region 4 ESC
5
by Region 4 ESC and any entity
and any entity that utilizes this
that utilizes this Contract.
Contract. Region 4 ESC reserves the
Region 4 ESC reserves the right
right to audit the accounting for a
to audit the accounting for a
period of three (3) years from the
Similar to currert
language
Similar languagc to
current contract
period of three (3) years from the time such purchases are made. This
time such purchases are made.
audit right shall survive termination
This audit right shall survive
of this Agreement for a period of one
termination of this Agreement
(1) year from the effective date of
for a period of one (1) year from
termination. Region 4 ESC shall have
the effective date of termination. the authority to conduct random
Region 4 ESC shall have the
audits of Contractor's pricing at
authority to conduct random
Region 4 ESC's sole cost and
audits of Contractor's pricing at
expense. Notwithstanding the
Region 4 ESC's sole cost and
foregoing, in the event that Region 4
expense. Notwithstanding the
ESC is made aware of any pricing
foregoing, in the event that
being offered on the same products,
Region 4 ESC is made aware of
on the same terms and at
any pricing being offered that is
substantially the same volume
materially inconsistent with the
levels, and that pricing is materially
pricing under this agreement,
inconsistent with the pricing under
Region 4 ESC shall have the
this agreement, Region 4 ESC shall
ability to conduct an extensive
then be authorized have the ability to
audit of Contractor's pricing at
conduct an extensive audit of
contractor's sole cost and
Contractor's pricing for similarly
expense. Region 4 ESC may
situated public sector customers,
conduct the audit internally or
and to the extent there are
may engage a third party
discrepancies found that are
auditing firm. In the event of an
disadvantageous to Region 4 ESC,
audit, the requested materials
then Contractor shall reimburse
shall be provided in the format
Region 4 ESC for the reasonable
and at the location designated
costs incurred in conducting such
by Region 4 ESC.
audit up to an amount not to exceed
the impact of the pricing differential
that is discovered-.--i�-0o„l-ractoF's
ri1ay 03Ji i)'
rftay �, ,sl�s� -
fiFm. In the event of an audit, the
requested materials shall be
provided in the format and at the
Location designated by Region 4
ESC.
Exhibit A,
2.1 Corporate Commitment
2.1 Corporate Commitment Similar to curreLt
Response for
Supplier commits that (1) the
Supplier commits that (1) the Master contract language
National
Master Agreement has received
Agreement has received all
Cooperative
all necessary corporate
necessary corporate authorizations
Contract,
authorizations and support of
and support of the Supplier's
Section 2.1,
the Supplier's executive
executive management, (2) the
Corporate
management, (2) the Master
Master Agreement is will be one of
Commitment
Agreement is Supplier's primary
Supplier's primary "go to market"
"go to market" strategy for
strategyies for Public Agencies, (3)
Public Agencies, (3) the Master
the Master Agreement will be
Agreement will be promoted to
promoted to all Public Agencies,
all Public Agencies, including
including any existing customers,
any existing customers, and
and Supplier will transition existing
Supplier will transition existing
customers, upon their request, to
customers, upon their request,
the Master Agreement, and (4) that
to the Master Agreement, and (4) the Supplier has read and agrees to
that the Supplier has read and the terms and conditions of the
agrees to the terms and Administration Agreement with
conditions of the Administration OMNIA Partners and will execute
Agreement with OMNIA Partners such agreement concurrent with
and will execute such and as a condition of its execution of
agreement concurrent with and the Master Agreement with the
as a condition of its execution of Principal Procurement Agency.
the Master Agreement with the Supplier will identify an executive
Principal Procurement Agency. corporate sponsor and a separate
Supplier will identify an national account manager within the
executive corporate sponsor RFP response that will be
and a separate national account responsible for the overall
manager within the RFP
response that will be
responsible for the overall
management of the Master
Agreement.
management of the Master
Agreement.
Exhibit A,
2.2 Pricing Commitment
Supplier (Kimball International)
Response for
Supplier commits the not -to-
agrees that, considering a
National
exceed pricing provided under
Representative Total Usage, the
Cooperative
the Master Agreement
pricing offered under the Master
Contract,
pricing is its lowest available
Agreement is less than or equal to
Section 2.2
(net to buyer) to Public Agencies
the overall available pricing for any
Pricing
nationwide and further commits
public sector national or
Commitment
that if a Participating Public
public sector multi -state
Agency is eligible for lower
cooperative or public sector group
pricing through a
purchasing agreement, excluding
national, state, regional or local
GSA and federal government sales
or cooperative contract, the
("Public Agency Cooperative", that
Supplier will match such
enters into a separate written
lower pricing to that
agreement directlywith Supplier, as
Participating Public Agency
further provided herein. A
under the Master Agreement.
Comparable Contract is a written
agreement entered into after the
Effective date of the Master
Agreement that contains similar
terms and conditions, concerns a
Public Agency Cooperative with the
same approximate spending pattern
and product mix, and provides for
similar
delivery and payment conditions.
Representative Total Usage" shall
mean the total purchase for a
consecutive six (6) month period
(inclusive of any fees, rebates, and
other charges and discounts and
exclusive of any restricted items) of
the top ten (10) OMNIA Partners
customers utilizing Supplier as their
primary vendor for the products and
services offered under the Master
Similar to current
contract langua;e
Exhibit A, 2.3 Sales Commitment
Response for Supplier commits to
National
aggressively market the Master
Cooperative
Agreement as its go to market
Contract,
strategy in this defined sector
Section 2.3
and that its sales force will be
Sales
trained, engaged and
Commitment
committed to offering the
Master Agreement to Public
Agencies through OMNIA
Partners nationwide. Supplier
commits that all Master
Agreement sales will be
accurately and timely reported
to OMNIA Partners in
accordance with the OMNIA
Partners Administration
Agreement. Supplier also
commits its sales force will be
compensated, including sales
incentives, for sales to Public
Agencies under the
Master Agreement in a
consistent or better manner
compared to sales to Public
Agencies if the Supplier were not
awarded the Master Agreement.
Agreement, as determined by
Supplier. If, during the term of this
Master Agreement, OMNIA Partners
becomes aware that its pricing may
be higher than a Comparable
Contract, as set forth above, OMNIA
Partners may request an aggregate
price comparison analysis of this
Master Agreement (using the
Representative Total Usage) against
the Comparable Contract. If such
aggregate price comparison analysis
indicates that the Comparable
Contract pricing is more favorable,
upon the request of OMNIA
Partners, Supplier will agree to
renegotiate in good faith the pricing
terms of this Master Agreement.
Supplier commits to aggressively Similar to current
market the Master Agreement as one contract languagc
of its go to market strategyies in this
defined sector and that its sales
force will be trained, engaged and
committed to offering the Master
Agreement to Public Agencies
through OMNIA
Partners nationwide. Supplier
commits that all Master Agreement
sales will be
accurately and timely reported to
OMNIA Partners in accordance with
the OMNIA
Partners Administration Agreement.
Supplier also commits its sales
force will be
compensated, including sales
incentives, for sales to Public
Agencies under the
Master Agreement in a consistent or
better manner compared to sales to
Public
Agencies if the Supplier were not
awarded the Master Agreement.
Exhibit
Provide a detailed ninety -day
Provide a detailed ninety -day plan
A, Response for plan beginning from award date
beginningfrom award date of the
National
of the Master
Master
Cooperative
Agreement describing the
Agreement describing the strategy to
Contract
strategy to immediately
immediately implement the Master
Section 3.3/B
implement the Master
Agreement as one of supplier's primary
Agreement as supplier's primary go to market strategyies for Public
Similar to currejit
contract language
go to market strategy for Public
Agencies to
Agencies to
supplier's teams nationwide, to
supplier's teams nationwide, to
include, but not limited to:
include, but not limited to:
i. Executive leadership endorsement
i. Executive leadership
and sponsorship of the award as the
endorsement and sponsorship
public sector go -to -market strategy
of the award as the
within first 10 days
public sector go -to -market
ii. Training and education of Supplier's
strategy within first 10 days
national sales force with participation
ii. Training and education of
from the Supplier's executive
Supplier's national sales force
leadership, along with the OMNIA
with participation
Partners
from the Supplier's executive
team within first 90 days
Leadership, along with the
OMNIA Partners
team within first 90 days
Exhibit A,
F. Confirm Supplier will be
F. Confirm Supplier will be proactive
Response for
proactive in direct sales of
in direct sales of Supplier's goods
National
Supplier's goods and services to
and services to Public Agencies
Cooperative
Public Agencies nationwide and
nationwide and the timely follow up
Contract
the timely follow up to leads
to leads established by OMNIA
Section 3.3
established by OMNIA Partners.
Partners. All sales materials are to
Marketing &
All sales materials are to use the
use the OMNIA Partners logo. At a
Sales, F. ii.
OMNIA Partners logo. At a
minimum, the Supplier's sales
minimum, the Supplier's sales
initiatives should communicate:
initiatives should communicate:
i. Master Agreement was
i. Master Agreement was
competitively solicited and publicly
competitively solicited and
awarded by a
publicly awarded by a
Principal Procurement Agency
Principal Procurement Agency
ii. Bt-st Competitive government
ii. Best government pricing
pricing
iii. No cost to participate
iii. No cost to participate
iv. Non-exclusive
iv. Non-exclusive
Exhibit A,
Provide the Contract Sales (as
While we have seen steady and
Response for
defined in Section 12 of the
consistent growth over the term of our
National
OMNIA Partners
current OMNIA/Region 4 ESC
Cooperative
Administration Agreement) that
agreement, we are declining to provide
Contract
Supplier will guarantee each
a volume guarantee at this time.
Section 3.3
year under the
Because of our past history and
Marketing &
Master Agreement for the initial
success with OMNIA Partners being our
Sales, M.
three years of the Master
public sector contract of choice, we are
Agreement
confident that growth will continue. We
("Guaranteed Contract Sales").
will be responsible for the
$ .00 in year one
administrative fees based upon actual
$ .00 in year two
contract sales.
$ .00 in year three
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
Similar to currer t
contract language
Acknowledged
Guaranteed Contract Sales.
Exhibit A,
N. Even though it is anticipated
N. Even though it is anticipated many Similar to curre:it
Response for
many Public Agencies will be
Public Agencies will be able to utilize contract lanuag.
National
able to utilize the
the Master Agreement without further
Cooperative
Master Agreement without
formal solicitation, there may be
Contract
further formal solicitation, there
circumstances where Public Agencies
Section 3.3
may be circumstances
will issue their own solicitations. The
Marketing &
where Public Agencies will issue
following options are available when
Sales, N.
their own solicitations. The
responding to a solicitation for Products
following options are
covered under the Master Agreement.
available when responding to a
Kimball International will lead with
solicitation for Products covered OMNIA Partners, however; to clarify that
under the Master
OMNIA Partners does not expect
Agreement.
Kimball International to walk away from
i. Respond with Master
sales opportunities when the end user
Agreement pricing (Contract
rejects use of OMNIA Partners, the
Sales reported to
following changes are requested. For
OMNIA Partners).
avoidance of doubt, OMNIA Partners
ii. If competitive conditions
does not expect to be paid an
require pricing lower than the
Administrative Fee on sales for which
standard
it's use is rejected by the end user and it
Master Agreement not -to-
performs no functions in relation to
exceed pricing, Supplier may
those sales.
respond with
i. Respond with Master Agreement
Lower pricing through the Master
pricing (Contract Sales reported to
Agreement. If Supplier is
OMNIA Partners).
awarded
ii. If competitive conditions require
the contract, the sales are
pricing lower than the standard Master
reported as Contract Sales to
Agreement not -to -exceed pricing,
OMNIA
Supplier may respond with lower pricing
Partners under the Master
through the Master Agreement. If
Agreement.
Supplier is awarded the contract, the
iii. Respond with pricing higher
sales are reported as Contract Sales to
than Master Agreement only in
OMNIA Partners under the Master
the
Agreement.
unlikely event that the Public
Kimball International will comply with
Agency refuses to utilize Master
this request. Lower pricing (as defined
Agreement (Contract Sales are
in 2.2 Pricing Commitment) given to
not reported to OMNIA
OMNIA Partners members due to
Partners).
competitive reasons will be reported to
iv. If alternative or multiple
OMNIA Partners under the Master
proposals are permitted,
Agreement unless they have an existing
respond with
standard agreement with Kimball
pricing higher than Master
International at time of award. Kimball
Agreement, and include Master
International will then review in detail
Agreement as the alternate or
when existing contract is up for
additional proposal.
renewal.
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).
In the event that the Public Agency acknowieged
refuses to utilize Master Agreement, the
Supplier may provide pricing under an
alternative agreement. It is considered
a refusal if the Public Agency utilizes a
bid/RFP/RFQ
process or otherwise chooses not to
utilize OMNIA Partners. Sales under this
section of refusal by Pubtic Agency are
not considered Contract Sales under
OMNIA Partners and Administration Fee
is not owed.
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.
Kimball International will lead with
OMNIA Partners contract, however; in
the event of an award of the higher,
nonOMNIA Partners Master Agreement
proposal, sales would not be
considered Contract Sales and no
Administrative Fee is owed.
Exhibit B -
12. An "Administrative Fee" shall 12. An "Administrative Fee" shall be
Discuss on
OMNIA
be defined and due to OMNIA
defined and due to OMNIA Partners
statement and
Administration
Partners from Supplier in the
from Supplier in the amount of _two to
need to know
Agreement, 12.
amount of percent L_%)
two and a half percent (_2 - 2.5_%)
the tiered volum.
Administrative
{"Administrative Fee
based upon a tiered volume structure
structure
Fee
Percentaee"} multiplied by the
("Administrative Fee Percentage")
total purchase amount paid to
mutitptied bythe total purchase
Supplier, less refunds and
amount paid to Supplier, less refunds
credits on returns, forthe sale of
and credits on returns, for the sale of
products and/or services to
products Q ,J/U.- �. --,-)to Principal
Principal Procurement Agency
Procurement Agency and Participating
and Participating Pubtic
Public Agencies pursuantto the Master
Agencies pursuantto the Master Agreement {as amended from time to
Agreement (as amended from
time and including any renewalthereof)
time to time and including any
("Contract Sates"). From time to time
renewal thereof}
the parties may mutually agree in
Sales").From time to time the
writingto a lower Administrative Fee
parties may mutuatly agree in
Percentage for a specifically identified
writing to a lower Administrative Participating Public Agency's Contract
Fee Percentage for a specificalty Sales.
identified Participating Pubtic
Agency's Contract Sales.
Exhibit B - 14. Administrative Fee Payments14. Adminstrative Fee Payments are to OK.
OMNIA
are to be paid by Supplierto
be paid by Supptierto OMNIA Partners
Administration
OMNIA Partners at the
within 30 days of the end of each
Agreement 14.
frequency and on the due date
calendar quarter ff. thr- fraqu✓nz-y FRe
Administrative
stated in Section 13, above, for
am-t4c .'uc Jan Xas� in C✓ti�yl 10,
Fee Payment
Supplier's submission of
above, for Supplier's submission of
corresponding Contract Sales
Reports. Administrative Fee
payments are to be made via
Automated Clearing House
(ACH) to the OMNIA Partners
designated financial institution
corresponding Contract Sales Reports.
Administrative Fee payments are to be
made via Automated Clearing House
(ACH) to the OMNIA Partners
designated financial institution
identified in Exhibit D. Failure to
identified in Exhibit D. Failure to provide a payment of the Administrative
provide a payment of the
Fee within the time and manner
Administrative Fee within the
specified herein shall constitute a
time and manner specified
material breach of this Agreement and if
herein shall constitute a
not cured within thiry (30) days of
material breach of this
written notice to Supplier shall be
Agreement and if not cured
deemed a cause for termination of the
within thirty (30) days of written
Master Agreement, at Principal
notice to Supplier shall be
Procurement Agency's sole discretion,
deemed a cause for termination
and/or this Agreement, at OMNIA
of the Master Agreement, at
Partners' sole discretion. All
Principal Procurement Agency's
Administrative Fees not paid when due
sole discretion, and/or this
shall bear interest at a rate equal to the
Agreement, at OMNIA Partners'
lesser of one and one-half percent (1-
sole discretion. All
1/2%) per month or the maximum rate
Administrative Fees not paid
permitted by law until paid in full.
when due shall bear interest at a
rate equal to the lesser of one
and one-half percent (1-1/2%)
per month or the maximum rate
permitted by law until paid in
full.
Exhibit F -
The following certifications and
The following certifications and OK, Exhibit F is
Federal Funds
provisions may be required and
provisions may be required and completed by
Certifications
apply when Participating Agency apply when Participating Agency Kimball.
(page 6 of 30),
expends federal funds for any
expends federal funds for any
second
purchase resulting from this
purchase resulting from this
paragraph
procurement process. Pursuant procurement process. Pursuant to 2
to 2 C.F.R § 200.326, all
C.F.R § 200.326, all contracts,
contracts, including small
purchases, awarded by the
Participating Agency and the
Participating Agency's
subcontracts shall contain the
procurement provisions of
Appendix II to Part 200, as
applicable.
including small purchases, awarded
by the Participating Agency and the
Participating Agency's subcontracts
shall contain the procurement
provisions of Appendix II to Part 200,
as applicable, when federal funds
are utilized on a project. It is the
responsibility of the authorized
Participating Agency to notify the
Vendor if federal funds will be
utilized to procure items under this
contract and/or purchase order prior
to Vendor's acceptance of the order.
EDUCATION SERVICE CENTER
24-01 Addendum 6
Kimball International
Kimball International Brands, Inc.
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 38 pages Vendor: Kimball International 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 38 pages Vendor: Kimball International 24-01 Addendum 6
OFFER AND CONTRACT SIGNATURE FORM
The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict
compliance with the terms, specifications and conditions at the prices proposed within response
unless noted in writing.
Company Name Kimball International Brands, Inc.
Address 1600 Royal Street
City/State/Zip
Telephone No.
Email Address
Printed Name
Title
Authorized signature
Accepted by Region 4 ESC:
Contract No.
Initial Contract Term
Jasper, IN 47546
800-482-1717
dennis.gerber@kimbaliintemational.com
Dennis Gerber
VP Finance
to
Region 4 ESC Authorized Board Member Date
Print Name
Region 4 ESC Authorized Board Member Date
Print Name
Kimball International Information
Contact:
Kelli Jenkins
Address:
1600 Royal St
Jasper, IN 47546
Phone:
(800) 482-1717
Email:
kelli.jenkins@kimballinternational.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Kelli Jenkins
Signature
Submitted at 6/13/2024 07:38:21 AM (CT)
Requested Attachments
OFFER AND CONTRACT SIGNATURE FORM
kelli.jenkins@kimballinternational.com
Email
OFFER AND CONTRACT
SIGNATURE FORM -
completed.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 & Conditions
Acceptance Form - Completed.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 Acknowledgment and Acceptance
Policy of Region 4 ESC Open Records
Policy - completed.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
OMNIA Partners - Exhibit F Federal Funds Certifications Federal Funds Certifications Form
- Completed.pdf
Please complete the OMNIA Partners - Exhibit F Federal Funds Certifications, located on the Attachments tab, and
upload the completed documents here.
Value Add
KII Value Add Standalone
Attachment.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
Antitrust Certification Statements -
completed.pdf
Please complete the Antitrust Certification Statements, located on the Attachments tab, and upload the completed
document here.
Certificate of Interested Parties (Form 1295)
Appendix C - Doc 3 - Form 1295
Certificate 101217397 -
Completed.pdf
Must complete the form online at: https://www.ethics.state.tx.us/whatsnew/elf—info—forml295.htm
Diversity Program Certifications No response
If there are any diversity programs, provide a copy of their certification.
Page 3 of 38 pages Vendor: Kimball International 24-01 Addendum 6
Minority Women Business Enterprise Certification
No response
Please upload Minority Women Business Enterprise Certification if applicable.
Submit FEIN and Dunn & Bradstreet report.
Kimball International Inc D and B
Report.pdf
Upload FEIN and Dunn & Brandstreet report here.
Products and Pricing
KII Products and Pricing
Standalone Attachment.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
Texas Government Code 2270
Verification Form - completed.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
OMNIA Partners - Exhibit F Federal Funds Certifications
Federal Funds Certifications Form
- Completed.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
OMNIA Partners - Exhibit G New Jersey Business Compliance
Jersey Compliance Form -
Completed.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
David Edward Price List.pdf
David Edward Price List
Etc. Price List.pdf
Etc. Price List
Interwoven Price List.pdf
Interwoven Price List
Kimball Accessory Solutions Price List.pdf
Kimball Accessory Solutions Pricelist
Page 4 of 38 pages Vendor: Kimball International 24-01 Addendum 6
Kimball Acoustics and Space Divider Solutions Price List.pdf
Kimball Acoustics and Space Divider Solutions Price List
Kimball Desks and Workstation Solutions Price List.pdf
Kimball Desks and Workstation Solutions Price List
Kimball Meeting and Collaboration Solutions Price List.pdf
Kimball Meeting and Collaboration Solutions Price List
Kimball Seating Solutions Price List.pdf
Kimball Seating Solutions Price List
Kimball Systems Solutions Price List.pdf
Kimball Systems Solutions Price List
National Casegoods 1 Price List.pdf
National Casegoods 1 Price List
National Casegoods 2 Price List.pdf
National Casegoods 2 Price List
National Pods Price List.pdf
National Pods Price List
National Seating Price List.pdf
National Seating Price List
National Tables Price List.pdf
National Tables Price List
KII OMNIA Region 4 2024 Response.pdf
Full response document
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.
Page 5 of 38 pages Vendor: Kimball International 24-01 Addendum 6
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?
❑ Yes
❑ No
6 List the category or categories you are offering.
Systems Furniture, Freestanding Furniture, Seating/Chairs, Soft Seating, Filing Systems, Storage and Equipment,
Technology and Esports Support Furniture, Library Furniture, Health and Science Furniture, Cafeteria Furniture,
Learning Spaces Furniture, Audio/Visual Furniture, Educational Office Furniture, Privacy Pods, Phone, Sound
Isolation Rooms and Furniture Booths, Related and Ancillary Products, Accessories, and Solutions, Services and
Support Solutions.
7 Furniture Offerings
New, Used, Parts, Accessories, Service and Repair, Trade -Ins, Leasing/Financing and providing pricing structure for
each of these items.
We specialize in new, made to order furniture and accessories with available service parts as needed. We offer a
financing program through PEAC Solutions. Please see KII Financing Guide on page 56 for more details.
8 Minimum Quantities
Describe any minimums quantities.
We do not have any minimum order requirements for standard product orders. In some instances for custom or
discontinued product, we may need to determine an order minimum, but the necessity is rare.
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.
End users are able to customize our standard product offering by submitting a By Design request to our product
engineering team by providing a reference standard model number. If feasible, product team will supply the custom
product order number, price, and lead time. The By Design request form is readily available on the Kimball
International website.
Page 6 of 38 pages Vendor: Kimball International 24-01 Addendum 6
1 Describe ordering methods, tracking, and reporting.
0
Participating Members may place orders directly from Seller and/or from Authorized Dealers. Orders placed
directly with Seller can be sent via email to orders@kimball.com or via fax at 866.418.8516 Some dealers use a
web -based service maintained by Kimball International to place orders electronically. The orders go through our
ERP (SAP) system and electronic acknowledgments are sent back to the dealers as their orders are confirmed
and processed. We also offer OrderXChange on our website as a way to electronically upload a .sif file and submit
an order. Order tracking information can be provided once an order ships with one of our third party shipping
partners. Our team of Strategic Sales Managers utilize robust sales reporting every day. They are able to
customize reporting based on End User needs and can provide reports with an established cadence or upon
request.
Shipping Costs
Describe any shipping charges.
1. Describe delivery charges along with definitions for:
a. Dock Delivery
b. Inside Delivery
c. Deliver and Install
A summary of delivery charges and definitions are below. Please reference RFP submission document and
discount matrix for full details. 1. Dock Delivery Definition: Products are priced and will be delivered FOB
Destination to 48 contiguous states, District of Columbia, or port of exit. Charge: Included in product pricing 2.
Inside Delivery Definition: Inside Delivery includes placing in -carton product inside the main level of a building.
Charge: Quoted on a per order basis 3. Deliver and Install Definition: Standard installation rates are based upon
the following terms and conditions: • Installation occurs during normal weekday business hours. • Adequate
facilities for delivery, unloading, moving, staging and storing the product shall be provided. • Installation area shall
be complete and free of debris. • Electricity, heat shall be furnished by the client at no charge. Charge: Quoted on
a per project basis.
1 Warranty Pricing
2 Provide pricing for warranties on all products and services.
Kimball International Brands (Kimball, National, Etc., Interwoven, and David Edward) warrants that its products are
free from defects in materials and workmanship given normal use and care for as long as the original customer
owns and uses the product subject to the following full warranty document included on page 50. Kimball
International, at its option, will repair or replace any product with a comparable product, part, or component, if the
claim is eligible under the conditions of this warranty. The costs associated with the delivery and labor to replace
products, parts, or components can also be approved on a case by case basis for reimbursement.
1 Describe any return or restocking fees.
3
Kimball International discourages product returns due to the likelihood of damage during the return
transportation. In the event a product return is necessary, Kimball International will make every attempt to help
keep the product in the field. Please contact customer service for assistance. If attempts to keep the product in the
field are unsuccessful, Kimball International will allow returns on stocked items only with the following stipulations:
50% restocking fee • Freight charge prepaid by dealer • Product was never removed from the original carton
Product must be returned within 30 days of RGA issue date • Credit will not be issued if product returned is
damaged Please note most models in the Quick Delivery programs are produced on demand and cannot be
returned.
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.
Kimball International has provided tiered discounting. Discounts off list price will increase as the volume increases
by product category. Please refer to the included discount sheet on page 49. Any single order over $250,000 list
will be negotiated on a per -project basis.
Page 7 of 38 pages Vendor: Kimball International 24-01 Addendum 6
1 Verification of Contract Pricing
5 Describe how customers verify they are receiving Contract pricing.
When a purchaser submits an order using a contract number, our system has the capability to flag pricing
discrepancies and pause the ordering process so correct contract pricing can be applied. We offer pricing
transparency with our OMNIA contract. Our member discounting is available on our website. End users are also
able to verify with our Strategic Contracts Manager.
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.
For direct bill orders, Kimball International will accept payment through wire transfer, ACH, and Visa/MasterCard
with signature; however, ACH or wire transfer are preferred. For government entities, no convenience fees will
apply on credit card orders. Kimball International has an online payment portal in which direct bill customers can
make payments via ACH or credit card (government only). If an authorized dealer is purchasing from Kimball
International and invoicing the Participating Agency, the dealer's invoice processes would apply. Any invoice
issued will reference a contract or purchase order number provided by or otherwise agreed to by the Participating
Agency.
1 Frequency of Pricing Updates
7 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 be no more
frequently than quarterly.
Member pricing will be discounted off Kimball International's identified list pricing. Discounts will remain in effect
through the life of the contract duration. Kimball International requests that new price lists may be submitted for
approval at any time upon a thirty (30) day written notification and agrees that price decreases shall be accepted
at any time during the term of the contract. Kimball International will continue to do their best to absorb the
increased costs from transportation vendors; however, if the price of fuel increases above the normal rates, tariff
tax increase, or other similar situation, it may require Kimball International to pass on the increased costs. Kimball
International may address this situation with a surcharge, rather than a price increase, so that it can be eliminated
when appropriate.
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?
We are continuously researching furniture applications, performance, materials, production, usability needs, and
much more to bring forth new ideas and solutions to the markets we serve. We average around 30 product
introductions/enhancements per year usually in the spring and/or fall. Product introductions/enhancements will be
submitted with the list price, at the same discounting on the awarded contract, unless it is a new product category
for Kimball International.
1 Are repurpose or end of life programs offered? If so, explain the process.
9
Kimball International collaborates with Green Standards to provide a sustainable solution for the redistribution of
surplus workplace furniture. We introduce dealers and end users to our contact at Green Standards and they will
work directly with each other to determine how best to proceed with responsible recycling of product. Please
reference the Green Standards overview beginning on page 51 for more information.
2 Are product loaner programs available? If so, explain the requirements.
0
While we do not offer our own product loaner program, this is a common service provided or organized through
our distribution partners.
Page 8 of 38 pages Vendor: Kimball International 24-01 Addendum 6
2 Describe experience with Prevailing Wage and Bacon -Davis.
1
We are familiar with the Davis -Bacon Act, however, we do not offer labor services directly. Labor and prevailing
wages will be applicable to services provided by our distribution partners.
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 9• 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 Appendix D, Exhibits F and G
7 Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. New Jersey Business Compliance.
2 Emergency Orders
8 Describe how Offeror responds to emergency orders.
Emergency orders are managed through Kimball International Customer Service utilizing a "hot rush" order
process, after receipt of order. When Customer Service is notified of an emergency order, Customer Service
immediately notifies Order Entry of receipt of order, and Order Entry locates emergency order and processes as
soon as possible.
2 What is Offeror's average Fill Rate?
9 1 Kimball International is performing 99.3% to Purchase Order Line Item.
Page 9 of 38 pages Vendor: Kimball International 24-01 Addendum 6
3 What is Offeror's average on time delivery rate?
U Describe Offeror's history of meeting the shipping and delivery timelines.
Kimball International provides ship dates because delivery time between carriers varies. Our success rate goal for
getting completed orders shipped from the warehouse on time is 97%. Currently we're, operating at 98.7% for on
time shipments. Each order that does miss a ship date is analyzed to determine the cause of the miss and
corrective action is taken. Processes are enhanced or changed in order to help us achieve our goals.
3 Describe Offeror's history of meeting the shipping and delivery timelines.
1
We live by the basic principle of "doing what we say we will do." We thrive on consistent reliability by delivering
great products that are on time and damage free. Our service teams at our headquarters and in the field are
genuinely passionate about what they do. We want Members to feel confident about their decision to purchase
from Kimball International. Our success rate goal for getting completed orders shipped from the warehouse on
time is 97%. Currently we're, operating at 98.7% for on time shipments.
3 Describe Offeror's return and restocking policy.
2
Kimball International discourages product returns due to the likelihood of damage during the return
transportation. In the event a product return is necessary, Kimball International will make every attempt to help
keep the product in the field. Please contact customer service for assistance. If attempts to keep the product in the
field are unsuccessful, Kimball International will allow returns on stocked items only with the following stipulations:
50% restocking fee • Freight charge prepaid by dealer • Product was never removed from the original carton
Product must be returned within 30 days of RGA issue date • Credit will not be issued if product returned is
damaged Please note most models in the Quick Delivery programs are produced on demand and cannot be
returned.
3 Describe Offeror's ability to meet service and warranty needs.
3
Kimball International Brands (Kimball, National, Etc., Interwoven, and David Edward) warrants that its products are
free from defects in materials and workmanship given normal use and care for as long as the original customer
owns and uses the product subject to conditions outlined in the full warranty document included on page 50.
3
4
Describe Offeror's customer service/problem resolution process. Include hours of operation, number
of services, etc.
Kimball International empowers our Customer Support Specialists to make decisions as needed to take care of the
customer. If a resolution cannot be reached with the Customer Support Specialist, they will engage the Customer
Service Manager and/or Director of Customer Service Excellence. It is very rare that issues reach this level or
beyond, but the next level of escalation would include the Senior Director of Customer Excellence and/or the Chief
Operating Officer. Kimball International has customer responsiveness metrics based on best -in -class industry
standards. Specific metrics we review include:lnquiry Resolution Within First Contact, Average Response Time,
Average Speed to Answer, and more. Kimball International's Customer Service is available between 8am to 6pm
Eastern Time, Monday thru Friday, except for holidays. They can be reached via toll free number at 800.482.1717,
fax at 866.418.8516, or through the chat feature at https://www.kimballinternational.com/home
3 Describe Offeror's invoicing process. Include payment terms and acceptable methods of payments.
5 Offerors shall describe any associated fees pertaining to credit cards/p-cards.
Invoicing Process: Upon product shipment, our SAP order management system automatically generates a copy of
the invoice which is then sent electronically to the designated contact. Any invoice issued will include references to
contract or purchase order numbers as originally provided at time of order entry. Payment Terms: Direct Bill
Orders - Net due thirty (30) days from the latter of receipt of invoice or receipt of product Dealer Bill Orders -
Terms to be negotiated between member and dealer Acceptable Methods of Payment: Direct Bill Orders - Wire
transfer, ACH, or Visa/Mastercard with signature. Wire transfer and ACH are preferred. Credit Card/P-Card Fees:
N/A
Page 10 of 38 pages Vendor: Kimball International 24-01 Addendum 6
3 Transition Plan
6 Describe Offeror's contract methodology/implementation/customer transition plan.
Although Kimball International has an existing OMNIA Region 4 contract, we are enthusiastic to continue our
partnership in offering this contract to our end users. We plan to market with the following actions: Within one
week of award: Kimball International's Strategic Contracts Manager, jointly with OMNIA Partners Leadership will
communicate a new OMNIA Partners, Region 4 contract through its website and direct communication to its selling
and leadership teams. Kimball International will partner with our OMNIA Partners Marketing Portfolio Manager to
create and launch press release announcing the new contract and award. Kimball International's marketing team
will announce the award on social media. Most importantly, we would notify our Regional Sales Directors and our
Vice President of A+D who would coordinate all training among our Market Sales Managers and dealer
distribution. Within 30 days of award Kimball International will: • Schedule a meeting with our OMNIA Partners
Director of Partner Development to review contract expectations • Develop a nationwide joint marketing/sales plan
with our Portfolio Marketing Manager and Director of Partner Development • Review, train, and present contract
changes with Kimball International Market Sales Managers, Strategic Sales Management team, and Customer
Service teams Within 90 days of award, Kimball International will: -Create PowerPoint and other types of
communication that highlight new award and its changes. • Create presentation and develop training schedule for
Kimball International's dealer distribution. • Review all existing opportunities and notify of new award and date.
Complete presentation and roll out to Kimball International's dealer distribution. • Develop tracking plan for new
contract progress. • Meet with OMNIA Partners and Region 4 to review progress and activity. • Design and
distribute a co -branded marketing pieces showing the benefits of the contract
3 Describe the financial condition of Offeror.
7
Kimball International is not currently involved, as a party, to any litigation that is likely to have any material impact
on the Company. The Company has never sought bankruptcy protection, nor has the Company otherwise pursued
any form of legal reorganization based on opportunities to reorganize to address financial issues that may be
afforded under any federal or state law. Kimball International is a wholly owned subsidiary of HNI Corporation which
is publicly traded on the New York Stock Exchange (NYSE: HNI)
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.
www.kimballinternational.com enables customers, dealers, A&D, investors, and job seekers to visit one streamlined
site encompassing all of our brands: Kimball, National, Interwoven, David Edward, and Etc. Users are able to view
and download product literature for all series, access price lists, download eTools files, read about our
sustainability and diversity initiatives, navigate a virtual showroom tour, listen to our Alternative Design podcast,
and so much more.
3 Describe the Offeror's safety record.
9
We strive for an injury -free working environment for our people. We have always had a deep commitment to the
health and safety of our people, and we continue to build on that commitment. From our guiding principles, we
know that 'our people are the company,' and our most valuable asset. The industry average safety rate is 4.31 %.
The Kimball International 2023 injury rate was 0.58%, and so far in 2024, our injury rate is 0.19%. The industry
average DART (Days Away, Restrict and Transferred) rate is 2.24%. The Kimball International 2023 DART rate
was 0.17%, and so far in 2024, our DART rate is 0.00%. This is measured in Lost Time Cases per 100 members.
We are very proud of our safety measures and we are continuously improving to create an even safer
environment for our most valuable asset.
Page 11 of 38 pages Vendor: Kimball International 24-01 Addendum 6
4 Describe Offeror's green or sustainability program. What type of reporting or reviews are available to
U participating agencies?
All Kimball International manufacturing and warehouse locations have implemented an Environmental Management
System (EMS) and nearly all of these locations have achieved third party ISO 14001 registration, the global
standard for environmental protection and commitment to continuous improvement. The ISO 14001 EMS requires
continuous improvement initiatives to reduce impacts on the environment. We report our progress to sustainability
and environmental goals in our annual ESG report (https://www.kimballinternational.com/kii-esg). Environmental
and testing certifications (SCS Indoor Advantage Gold, and ANSI/BIFMA) are available on our ecoChecker
(ecomedes) landing page (https://kimballinternational.ecomedes.com/). We also report to SBTi (Science Based
Targets Initiative) and CDP (Carbon Discloser Project). Our Environmental Policy and ESG report are included
beginning on page 64.
4 Describe any social diversity initiatives.
1
Kimball International promotes an environment where each employee is valued, respected, and treated with
dignity. We believe that diverse voices are essential in creating an organization where every person feels a sense
of belonging, and we are committed to creating equity and a sense of inclusion for all. This is our mission and
commitment. To change the world, we begin from within. We strive to be a great employer and, as a subsidiary of
HNI Corporation, are committed to being a safe, inclusive, and supportive environment. We extend this
commitment to partners in our supply chain and the communities where we live and work. ?Respecting People
Goals: - Invest 1 % of pre-tax profits, on average, in communities where HNI operates - Increase diversity in
leadership positions to 40% women leaders and 15% ethnically diverse leaders by 2026. To read more about our
efforts, please visit: https://www.kimballinternational.com/kii-esg
4 Provide example(s) of general guidance on executing strategies for successful adoption of new
2 polices, processes and procedures.
At Kimball International, we prioritize continuous improvement in all aspects of our operations. To ensure
successful adoption of new policies, processes, and procedures, we take the following approach: - Soliciting
feedback from Field Sales, distribution partners, architects, designers, contractors, suppliers, operations, and
more. - Utilizing root cause problem analysis. This means we strive to delve into the underlying issues to come up
with solutions that prevent recurrence and enhance overall efficiency. - Applying intentionality and measurability to
our goals, ensuring policy, process, and procedure changes are sustainable and achievable long term. In areas
such as climate change, waste management, and water use, defining clear objectives and regularly tracking
progress, as shown by our achievements in reducing emissions and obtaining Zero Waste certification, has
significantly enhanced implementation.
4 Provide a brief history of the Offeror, including year it was established and corporate office location.
3
Kimball International was founded in 1950 as an upstart company with a vision to be more. That vision became the
foundation that guides us today and inspires the culture we cultivate. Our corporate office is located in Jasper,
Indiana. For more information on our rich history, please visit: https://www.kimbalIinternational.com/our-
company/history.html
4 Describe Offeror's reputation in the marketplace.
4
At Kimball International, we strive to deliver an extraordinary purchasing process through our people and products.
We understand that furniture is about a personal experience. In an industry where there are literally thousands of
choices, the Kimball International experience is the differentiator. Our products and their performance regarding
quality, reliability, and sustainability are second -to -none, as evidenced by our on -time delivery rates, durability
testing results, and environmental certifications. However, nothing speaks more clearly to our commitment to
creating an extraordinary experience than our customers. We stand by our products and services. If our
customers aren't completely satisfied with the outcome of their purchases, we will work with them to make it right.
Page 12 of 38 pages Vendor: Kimball International 24-01 Addendum 6
4 Describe Offeror's reputation of products and services in the marketplace.
5
Our products are third -party certified. Most of our products earn SCS Indoor AdvantageTm Gold by meeting and
exceeding strict emission criteria to contribute to indoor air quality. Our facilities are ISO 14001 (Environmental
Management System) certified. Additionally, we have determined our annual greenhouse gas emissions and
established goals to lessen them to further reduce our impact to the environment. "We are more than pleased with
our solutions from Kimball International. It was a bold move introducing new furniture concepts, such as pods, to
our new campus but it's paying off! Hickory's success is already opening design potential across the University. My
goal is that this project reinforces the importance of thoughtful, intentional, and impactful design to the greater
university community." Jacki McGuire, University Interior Designer, Appalachian State University
4 Describe the experience and qualifications of key employees.
6
Please reference experience and qualifications of key employees beginning on page 173.
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?
Kimball International's Authorized Distributor listing is included beginning on page 174. i. Currently, Kimball
International provides quarterly updates, however, we can adjust as needed. ii. Participating Agencies would be
able to access a list of the current authorized dealers through the contract documentation section of our OMNIA
Microsite, or by contacting our customer service team at: Phone: 800.482.1717 Fax: 866.418.8516 Email:
customerservice@kimballinternational.com
4 Describe Offeror's experience working with the government sector.
8
For many years, Kimball International has held multiple contracts within the government/public sector segment.
Kimball Internationals holds 26 State Contracts, a GSA Schedule 71 contract, and multiple city and local
government contracts. Our commitment to safety -tested and fully -warranted product leads to our continued
success in this marketplace. In addition, we have a committed team both internally and externally to work with end
users to determine their needs, provide product and placement recommendations, and provide a national network
of authorized dealers to provide services like design, installation, and project management.
4 Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers
9 and directors.
On June 1st, 2023, HNI Corporation completed the acquisition of Kimball International (KII). HNI Corporation is a
publicly traded company (NYSE: HNI). Kimball International is involved in various kinds of disputes and legal
proceedings that have arisen in the ordinary course of its business, including pending litigation, environmental
remediation, taxes and other claims. It is the Corporation's opinion, after consultation with legal counsel, that
liabilities, if any, resulting from these matters are not expected to have a material adverse effect on the
Corporation's financial condition.
Page 13 of 38 pages Vendor: Kimball International 24-01 Addendum 6
References
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.
5 Value Add
1 Provide any additional information related to products and services Offeror proposes to enhance and add value to
the Contract.
Additional information related to products and services proposed to enhance and add value to the Contract can
be found in the Value Add attachment.
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.
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 ❑MNIA Partners.
Page 14 of 38 pages Vendor: Kimball International 24-01 Addendum 6
5
7
Brief history and description of Supplier to include experience providing similar products and
services.
Kimball International is a leading omnichannel commercial furnishings company with deep expertise in the
Workplace, Health, and Hospitality markets. We combine our bold entrepreneurial spirit, a history of craftsmanship,
and today's design -driven thinking alongside a commitment to our culture of caring and lasting connections with
our customers, shareholders, employees, and communities. For over 70 years, our brands have seized
opportunities to customize solutions into personalized experiences, turning ordinary spaces into meaningful
places. Our family of brands includes Kimball, National, Etc., Interwoven, David Edward, Kimball Hospitality, and
D'style. Our story started in 1950 as an upstart company with a vision to be more. That vision became the
foundation that guides us today and inspires the culture we cultivate. As humans, we relentlessly search for
meaning. And since long before the first Kimball -built cabinet rolled out of production, people have been finding
that meaning in the spaces we shape into places — places that build communities, form connections, and develop
a sense of belonging. But it's not enough. We have an itch to do more — to grow, learn, and seek something
new. While change requires embracing the unknown, we know that only by breaking out of our own worlds can we
make a better one. And at Kimball International, we bring this promise to life with every product we create. That's
why we build heart into everything we make and do. Why we give each other the room to discover our best and
bring out the best in others. From shop floor to showroom, we've always crafted with an eye to the future. Helping
every life our products touch to not just stage moments; but seize them. We believe that we can do more than just
search for meaning. We can empower people to unlock their potential and bring it to life. Because we Dare to Be
Makers of Possibility. For more information on our rich history, please visit:
https://www.kimballinternational.com/our-company/history.html
5 Total number and location of salespersons employed by Supplier.
8
The Kimball International field sales team covers all 50 states, the District of Columbia,Canada, and some U.S.
Territories. Our sales team is approximately 150 strong with a variety of roles including: Market Sales Managers,
Regional Sales Directors, Showroom Experience Managers, Design Strategists, A&D Representatives, Regional
Workplace Advisors, Health Sales Managers, and leadership within a variety of verticals.
5 Number and location of support centers (if applicable) and location of corporate office.
9
Kimball International distribution centers consists of over 750 dealers located throughout the United States.
Kimball International currently has 8 Showrooms located in: Atlanta, GA Boston, MA Chicago, IL Dallas, TX Jasper,
IN Los Angeles, CA New York City, NY Washington, DC We have approximately-3,000,000 Sq Ft. of manufacturing
space throughout Indiana and Kentucky . Our corporate headquarters are located at: Kimball International 1600
Royal Street Jasper, IN 47546
6 0 Annual sales for the three previous fiscal years.
1 $5300000001
6 Annual sales for the three previous fiscal years.
1
1 $6658770001
L6 Annual sales for the three previous fiscal years.
2
1 $5690080001
Page 15 of 38 pages Vendor: Kimball International 24-01 Addendum 6
6 Describe any green or environmental initiatives or policies.
3
In 2023, Kimball International was acquired by HNI Corporation. As we integrate together, we are steadfast in
upholding our responsibility to manage the impacts of our business upon people and the planet. We are grateful
to partner with a company that shares our commitment to this mission. Kimball International is dedicated to
continued excellence, leadership, and stewardship in protecting the environment, the health and safety of our
employees, and the members of the communities in which we work and live. We strive to eliminate pollution and
emissions generated at the source, to use renewable materials, and to maximize the reclamation and recycling of
materials. All Kimball International manufacturing and warehouse locations have implemented an Environmental
Management System (EMS) and nearly all of these locations have achieved third party ISO 14001 registration, the
global standard for environmental protection and commitment to continuous improvement. The ISO 14001 EMS
requires continuous improvement initiatives to reduce impacts on the environment. We will: • Comply with all
relevant environmental legislation regulations, customer specifications, and other requirements that apply to our
organization. • Review all pertinent changes to our business to determine how they impact the environment.
Measure and monitor our environmental performance and pursue pollution prevention by continuously striving to
minimize the negative impact on the environment, through a process of continual improvement in our
environmental performance that supports our sustainability strategy. • Integrate the consideration of environmental
concerns and impacts into our strategy and decision making. • Strive to promote environmental awareness among
our employees and encourage them to work in an environmentally responsible manner. • Communicate our
environmental commitment to key stakeholders and report on our environmental program and progress. Current
goals and achievements include: • 30.6% reduction in combined Scope 1 and location -based Scope 2 emissions
compared with a 2018 baseline. • 46.4% reduction in combined Scope 1 and market -based Scope 2 emissions
compared with a 2018 baseline. • Increased procurement of renewables. • Completion of first Scope 3 emissions
inventory. • Achieved Zero Waste certification for our Santa Claus, Indiana manufacturing facility. • Completed
water risk assessment for company owned facilities. • Company owned facilities are operating in low or low -medium
water -related risk areas. For more details about our initiatives, please visit
https://www.kimballinternational.com/kii-esg
6 Diversity Programs
4 Describe an diversity programs or partners supplier does business with and how Participating Agencies may use
Y Yp 9 P pP p 9 9 Y
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.
Kimball International's mission is to seek out and actively engage with a full range of diverse suppliers on a global
scale. We embrace the importance of supplier diversity and support building partnerships with small businesses.
We will continue to grow and expand on this important segment by focusing on Veteran, Minority, and Women
owned business enterprises (MWBEs) as a value-added strategy. We are dedicated and committed to supporting
innovation that flows from diversity in our supply chain strategy. Our focus will be on development and
engagement committed to empowering minority enterprises. Annually, we set goals with the intent to spread a
portion of spend among these businesses. The utilization of a diverse supplier does not impact the cost of Kimball
International products or services. For more details, please reference our Supplier Diversity Program outlined on
page 110. Our certified diverse distribution partners are noted on our included Authorized Dealer Listing
beginning on page 174.
6 Minority Women Business Enterprise
5 ❑ Yes
0 No
6 If yes, list certifying agency:
6 I N/A
6 Small Business Enterprise (SBE) or Disadvantaged Business Enterprise
7
❑ Yes
0 No
Page 16 of 38 pages Vendor: Kimball International 24-01 Addendum 6
6 If yes, list certifying agency:
8 1 N/A
6 Historically Underutilized Business (HUB)
9
❑ Yes
❑ No
7 If yes, list certifying agency:
U 1 N/A
7 Historically Underutilized Business Zone Enterprise (HUBZone)
1 ❑ Yes
1 No
7 If yes, list certifying agency:
2 1 N/A
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.
We recognize the impact diverse collaborations have on our internal and external ecosystems and continue to
seek ways to increase access and visibility for all categories of diverse suppliers, to include:? Small disadvantaged
business ? HUBZone small business concerns? Veteran owned small business concern? Service -disabled veteran -
owned small business concerns? Women -owned small business (WOSB) ? Alaska Native Corporation (ANC)?
7 Describe how supplier differentiates itself from its competitors.
6
Kimball International offers 5 distinct brands that work together seamlessly to create complete, human -centric
solutions. From products and accessories, to sustainable practices that protect the place we call home, we always
deliver on our promises. Because to us, it's not just our job — it's who we are. So, whether working with us or for
us, we're committed to building the relationships that help us all thrive. We don't just fill rooms — we create
research -driven opportunities to heal, learn, work, relax, discover, and connect. Regardless of project size, we
put in the same care and concern for each order. Kimball International values long-term partnership over short-
term gain. We believe no project is too small, and we are honored to deliver high -quality solutions to our end users
and distribution partners alike. At Kimball International, we continually strive to achieve industry leading
production dependability, with the majority of our Kimball, Interwoven, and David Edward products being at a 4-5
week lead-time or less, and most of our National and Etc. products being at a 2-3 week lead time. Kimball
International has customer responsiveness metrics based on best -in -class industry standards. Specific metrics we
review include: Inquiry Resolution Within First Contact, Average Response Time, Average Speed to Answer, and
more.
Page 17 of 38 pages Vendor: Kimball International 24-01 Addendum 6
7 Litigation, Bankruptcy or reorganization
7 Describe any present or past litigation, bankruptcy or reorganization involving supplier.
On June 1st, 2023, HNI Corporation completed the acquisition of Kimball International (KII). Kimball International is
involved in various kinds of disputes and legal proceedings that have arisen in the ordinary course of its business,
including pending litigation, environmental remediation, taxes and other claims. It is the Corporation's opinion, after
consultation with legal counsel, that liabilities, if any, resulting from these matters are not expected to have a
material adverse effect on the Corporation's financial condition, although such matters could have a material effect
on the Corporation's quarterly or annual operating results and cash flows when resolved in a future period. Kimball
International has no past or current bankruptcies to disclose.
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
1 No
7 Debarment or suspension actions
9 Describe any debarment or suspension actions taken against supplier.
None.
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.
The workplace is undergoing a transformative shift. At Kimball International, we're committed to helping businesses
embrace this evolution by recognizing the power that place has for nurturing a stronger sense of belonging —a
proven catalyst for organizational success. Our experienced sales, design, and project management teams will
work in conjunction with distribution partners and members to ensure project success from start to finish. Kimball
International is offering a comprehensive portfolio consisting of Systems Furniture, Freestanding Furniture,
Seating/Chairs, Soft Seating, Filing Systems, Storage and Equipment, Technology and Esports Support Furniture,
Library Furniture, Health and Science Furniture, Cafeteria Furniture, Learning Spaces Furniture, Audio/Visual
Furniture, Educational Office Furniture, Privacy Pods, Phone, Sound Isolation Rooms and Furniture Booths,
Related and Ancillary Products, Accessories, and Solutions, and Services and Support Solutions.
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.
Kimball International works with a robust network consisting of both regional and nationwide distribution partners.
Our field sales team is dedicated to small volume, day to day business and large scale projects alike. Our teams
are regional empowering them to provide comprehensive support in larger primary markets, smaller secondary
markets, and U.S. Territories and Outlying Areas with servicing dealers. In addition to local sales support, our
project team consists of strategic sales managers, customer support specialists, project managers, design
strategists, healthcare -specific advisors, A&D advisors, and more, all working toward the common goal; putting the
customer first in all we do.
Page 18 of 38 pages Vendor: Kimball International 24-01 Addendum 6
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.
Participating Agencies may submit orders directly with Kimball International or through any of our authorized dealer
partners. Both direct and distribution purchasers will be provided with a contract number and discounting for the
order. When an order with a contract number is submitted, our system assigns the correct discounting and terms
of the contract. This system also automatically flags any pricing discrepancies for correction prior to releasing an
order acknowledgment. This multi -point process is instantaneous and ensures compliance and accuracy for
customers. Participating Agencies are able to verify and audit pricing on our website and with our Strategic
Contracts Manager.
8 Logistics
3 Identifyall other companies that will be involved in processing, handling or shipping the roducts/services to the
p P g, g pp� g p
end user.
Orders are submitted to Kimball International by our distribution partners. Products are manufactured by Kimball
International -owned facilities. Our shipping is done by use of our own fleet of trucks, selected contracted carriers,
and our servicing dealers at the local level. We carefully select specific carriers for regional locations to provide
the expert and efficient service required to handle and deliver our furniture quickly, efficiently, and damage free.
Carriers who we have contracts with are outlined on page 76.
8 Logistics
4 Provide the number, size and location of Supplier's distribution facilities, warehouses and retail networks as
applicable.
We have (8) distribution/manufacturing locations, (4) warehouses, (7) retail locations, and (1) retail/administrative
location. The number, size, and location of our distribution facilities, warehouses, and retail locations are detailed
on page 76.
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.
Leadership Endorsement Plan, to be executed within the first 10 days: • VPs of Sales and Public Sector Sales
Managers will announce contract award within 10 days of notification to all sales leadership, field sales members,
and dealer partners. • There will be an announcement to reinforce the new OMNIA Contract to all field sales
members on Monthly Field Sales Call. • Supporting documentation will be sent out via email Education and
Training Plan, to be executed within the first 90 days: • Meeting will be scheduled with OMNIA Partners Director of
Partner Development to review contract expectations • An email blast will be sent to launch the new contract to
Field Sales which will also be reinforced on Monthly Field Sales Call • The benefits of OMNIA Region 4 will be
reiterated via training module to all Kimball International Sales Team including Customer Service and Sales
Operations • The Regional Sales Directors will work with Market Sales Managers and Public Sector Sales
Managers on market specific sales plans • Market Sales Managers, Public Sector Sales Managers, Customer
Service, and Sales Operations will be trained on contract specifics making the adoption of the new contract rollout
seamless • Market Sales Managers and Public Sector Sales Managers will train and educate dealers and end
users on the benefits of OMNIA • Kimball International will work with OMNIA Portfolio Marketing Manager and
Director of Partner Development to develop nationwide/joint marketing and sales plan
Page 19 of 38 pages Vendor: Kimball International 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
i. • Kimball International's marketing team, in conjunction with OMNIA Partners Portfolio Marketing Manager, will
develop a co -branded press release and distribute to various trade publications within the first 10 days of award.
Kimball International will announce the award through Kimball International's social media platforms. ii. • A
notification will be sent out within 30 days of award announcing award to Kimball International dealers. iii. • Kimball
International's marketing team will update and create new marketing materials, both print and digital, to promote
the new contract. iv. • Kimball International will continue to strategize and review trade shows with OMNIA Partners
to commercialize our contract. v. • Kimball International commits to attend and exhibit at the NIGP Annual Forum
near OMNIA Partners' designated space. Kimball International will work with OMNIA Partners to coordinate the NIGP
marketing plan and giveaways. vi. • Kimball International will continue to promote OMNIA Partners through
publications, website, and social media channels throughout the term of the contract. vii. • Kimball International will
continue to develop marketing materials, including case studies, post cards, training materials, presentations, and
continue bi-monthly syncs with the Portfolio Marketing Manager to keep the microsite up to date. viii. • Kimball
International commits to maintaining our OMNIA landing page on kimballinternational.com. This site includes the
OMNIA Partners logo, link to the Kimball International microsite on OMNIAPartners.com, which contains all the
contract documentations. Kimball International commits to supplying OMNIA Partners with all relevant marketing
materials to maintain and develop the OMNIA Partners Kimball International microsite.
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.
Kimball International will work to position OMNIA Partners as our public sector contract of choice. After thorough
training, Kimball International Sales Team, will then train our Dealer Distribution network on the benefits and
features of OMNIA Partners. Our Sales Team will be equipped with tools and resources to be successful in
promoting and commercializing this contract. Kimball International does not hold any additional cooperative
contracts.
Page 20 of 38 pages Vendor: Kimball International 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
Executive Support: Name: Michael Roch Title: Chief Customer Officer, Workplace & Health Email & Phone:
Michael.Roch@kimballinternational.com / 312-753-9428 Marketing: Name: Lacey Fischer Title: Public Sector
Marketing Manager Email & Phone: Lacey.Fischer@kimballinternational.com / 812-639-1443 Sales: Name: Andy
Wilson Title: Division Vice President Email & Phone: Andy.Wilson@kimballinternational.com / 303-319-9778 Sales
Support: Name: Haley Huther Title: Senior Sales Operations Manager Email & Phone:
Haley.Huther@kimballinternational.com / 812-481-6468 Financial Reporting: Name: Andrea King Title: Director of
Commercial Finance, Workplace & Health Email & Phone: Andrea.King@kimballinternational.com / 812-634-3084
Accounts Payable: Name: Shari Hamby Title: Accounts Payable Coordinator Email & Phone:
shari.hamby@kimballinternational.com / 812-482-8111 Contracts: Name: Kelli Jenkins Title: Strategic Contracts
Manager Email & Phone: Kelli.Jenkins@kimbalIinational.com / 812-482-8322
Page 21 of 38 pages Vendor: Kimball International 24-01 Addendum 6
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.
Our Chief Customer Officer, Michael Roch (michael.roch@kimballinternational.com / 312-753-9428) oversees our
sales organization. Our sales organization is divided into (3) Divisions each led by (1) Division VP of Sales. Each
Division is comprised of (3) Regions which are each led by (1) Regional Sales Director. In total, we have 9
Regional Sales Directors. Finally, our Regional Sales Directors oversee our Market Sales Managers. Also in our
sales organization are Public Sector Marketing Managers, Health Sales Managers, Regional Health Advisors, and
Federal Health Sales Managers.
9 Implementation
3 Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the
national program.
Kimball International will continue to work with the Portfolio Marketing Manager to keep all marketing materials up
to date and partner on new materials. These materials include, but are not limited to, a landing page on Kimball
International's website dedicated to OMNIA Partners featuring a link to our OMNIA Partners microsite, post cards,
sales sheets, and brochures promoting OMNIA Partners. All new field sales members are trained on OMNIA
Partners, both in person with OMNIA's Vice President of Workspace Solutions and Kimball International's Public
Sector Marketing Manager, and virtually through prerecorded training modules at various skill levels. Kimball
International begins with the initial education of any new hires throughout the organization that will directly or
indirectly influence our success with the OMNIA Partners program, primarily our Customer Service Team and Sales
Team. We continue to nourish that training with continued refresher trainings and updates, as well as provide a
primary point of contact within the organization for individuals to go to for questions throughout the year. Kimball
International continues the education process to increase sales through our dealer distribution through dealer
presentations both at our headquarters, showroom experience centers, as well as on site. OMNIA Partners is
routinely referred to in general communications to keep it top of mind and all new agencies to OMNIA are added to
our internal database.
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.
Kimball International has developed an effective strategy to market, promote, and maintain a successful program
through OMNIA Partners. Kimball International begins with the initial education of any new hires throughout the
organization that will directly or indirectly influence our success with the OMNIA Partners program, primarily Kimball
International's Customer Service Team, Sales Team, and IT Department. Kimball International continues to nourish
that education with continued refresher trainings and updates, as well as provide a primary point of contact within
the organization for individuals to go to for questions throughout the year. OMNIA Partners is routinely referred to
in general communications to keep it top of mind. The new agency list is routinely distributed to the appropriate
parties encouraging communication, welcoming them to the OMNIA Partners program, and introducing them to
Kimball International. Kimball International's marketing and sales efforts include: - A landing page on our website
dedicated to OMNIA Partners with a link to OMNIA Partners' website. - Assisting agencies registering for OMNIA
Partners and answering questions regarding the program. - Co -branded flyers, email templates, and print ads
available on our websites promoting OMNIA Partners. - Reports specifically run for OMNIA Partners available to
Kimball International's field sales team to review and discuss with our dealer distribution Consistent awareness
throughout our organization
Page 22 of 38 pages Vendor: Kimball International 24-01 Addendum 6
Supplier's Customer List
9
6
9
7
9
8
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.
System Capabilities and Limitations
Describe Supplier's information systems capabilities and limitations regarding order management through receipt of
Dayment, including description of multiple platforms that may be used for any of these functions.
Our authorized dealers use a web -based service maintained by Kimball international to place orders electronically.
The orders go through our ERP (SAP) system and electronic acknowledgments are sent back to the dealers as
their orders are processed. We support various ED1 (electronic data interchange) options with our dealer partners,
depending on the ❑6OS (dealer business operating systems) they are using. Some EDI options connect directly
between their system and our SAP operating system. We also offer OrderXChange on our website as a way to
electronically upload a .sif file and submit an order. All pricing is updated through those files, to ensure accuracy,
and is audited both internally and independently. Orders are also accepted via email (orders@kimball.com). Due
to the complexity of product specification and overwhelming number of options available, we do not currently
accept web -based orders from end users.
Projected Sales Year One
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.
Projected Safes Year Two
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
Projected Sales Year Three
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.
I $a I
I I Attribute deleted as part of an Addendum
0
Page 23 of 38 pages Vendor: Kimball Intemational 24-01 Addendum 6
1 General Terms and Conditions
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.
211 certify compliance with this attribute.
1 Felony Conviction Notification
U 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
0 Not Applicable -firm is a publicly held corporation
❑ Felon - person/owner IS a convicted felon
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 emolovees: 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.
Page 24 of 38 pages Vendor: Kimball International 24-01 Addendum 6
Historically Underutilized Business (HUB) Certification
1
0
5
1
0
6
Businesses that have been certified by the Texas Building and Procurement Commission (TBPC) or other qualified
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.
❑ OPTION A
0 OPTION B
Disclosure of Interested Parties
Texas state law requires the Disclosure of Interested Parties be filed with a public entity, including regional service
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 weboaae.
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 25 of 38 pages Vendor: Kimball International 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 26 of 38 pages Vendor: Kimball International 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 27 of 38 pages Vendor: Kimball International 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 28 of 38 pages Vendor: Kimball International 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 29 of 38 pages Vendor: Kimball International 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 30 of 38 pages Vendor: Kimball International 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 31 of 38 pages Vendor: Kimball International 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 32 of 38 pages Vendor: Kimball International 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 33 of 38 pages Vendor: Kimball International 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 34 of 38 pages Vendor: Kimball International 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.
0 I 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 35 of 38 pages Vendor: Kimball International 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 4 Vendor agrees that all contracts it awards pursuant to this procurement action shall be bound by the terms and
conditions of this procurement action.
0 I 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 36 of 38 pages Vendor: Kimball International 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' Comoensation/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 37 of 38 pages Vendor: Kimball International 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 38 of 38 pages Vendor: Kimball International 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 submitted, 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.)
x❑Offeror takes the following exceptions to the RFP and draft Contract. All exceptions
must be clearly explained, reference the corresponding term to which Offeror is taking
exception and clearly state any proposed modified language, proposed additional
terms to the RFP and draft Contract must be included:
(Note: Unacceptable exceptions may remove Offeror's proposal from consideration for
award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and
modifications and the decision shall be final.
If an offer is made with modifications to the contract provisions that are not expressly
approved in writing, the contract provisions contained in the RFP shall prevail.)
Section/Page
Term, Condition, or
Exception/Proposed Accepted
Specification
Modification (For Region 4
ESC's use)
Appendix A -
10. Adding Authorized
Additional distributors or dealers
Draft Contract,
Distributors/Dealers -
can be added by Contractor at any
Section 10,
Contractor is prohibited from
time during the term of the Contract,
Page 2
authorizing additional
without notification and prior written
distributors or dealers, other
approval from Region 4 ESC. On a
than those identified at the time
quarterly basis, Contractor will
of submitting their proposal, to
provide an updated authorized
sell under the Contract without
dealer list to OMNIA Partners which
notification and prior written
will be posted to OMNIA's website,
approval from Region 4 ESC.
under a microsite dedicated to the
Contractor must notify Region 4
Contractor. At Contractor's
ESC each time it wishes to add
discretion, purchase orders and
an authorized distributor or
payment may be made to Authorized
dealer. Purchase orders and
Distributor/Dealer. Pricing provided
payment can only be made to
to members by added distributors or
the Contractor unless otherwise
dealers must also be less than or
approved by Region 4 ESC.
equal to the Contractor's pricing.
Pricing provided to members by
added distributors or dealers
must also be less than or equal
to the Contractor's pricing.
Appendix A - 11) TERMINATION OF
11) TERMINATION OF CONTRACT
Draft Contract, CONTRACT
a) Cancellation for Non -Performance or
Section 11,
Contractor Deficiency. Region 4 ESC
Page 2
may terminate the Contract if purchase
volume is determined to be low volume
in any 12-month period. Region 4 ESC
reserves the right to cancel the whole or
any part of this Contract due to failure
by Contractor to carry out any
obligation, term or condition of the
contract. Region 4 ESC may issue a
written deficiency notice to Contractor
for acting or failing to act in any of the
following:
i. Providing material that does not meet
the specifications of the Contract;
ii. Providing work or material was not
awarded under the Contract;
iii. Failing to adequately perform the
services set forth in the scope of work
and specifications;
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. Contractor will
thereafter be allowed a reasonable time
to implement the response that
addresses the deficiency. 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.
Appendix A - 11) TERMINATION OF
11) TERMINATION OF CONTRACT
Draft Contract, CONTRACT
c) Delivery/Service Failures
Section 11 c, c) Delivery/Service Failures
Failure to deliver goods or services
Page 3 Failure to deliver goods or
within the time specified, or
services within the time
within a reasonable time period as
specified, or
interpreted by the purchasing agent or
within a reasonable time period
failure to make replacements or
as interpreted by the purchasing
corrections of rejected articles/services
agent or failure to make
when so requested shall constitute
replacements or corrections of
grounds for the Contract to be
rejected articles/services when
terminated. In the event Region 4 ESC
so requested shall constitute
must purchase in an open market,
grounds for the Contract to be
Contractor agrees to reimburse Region
terminated. In the event Region
4 ESC, within a reasonable time period,
4 ESC must purchase in an open
for all expenses inetirred the actual
market, Contractor agrees to
cost of replacement products offering
reimburse Region 4 ESC, within
comparable functionality and quality.
a reasonable time period, for all
Contractor shall not be responsible for
expenses incurred.
any other expenses incurred, including
any consequential, incidental, or other
expenses.
Appendix A -
14. Delivery. Conforming
Our lead time to ship ranges from 2- 4
Draft Contract,
product shall be shipped within
weeks on standard product and 6-8
Section 15,
7 days of receipt of Purchase
weeks on custom product after receipt
Contract Page
Order. If delivery is not or cannot
of complete and correct purchase
4
be made within this time period,
order.
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.
Appendix A -
18. Audit Rights. Contractor
18) Audit Rights. Contractor shall, at
Draft Contract,
shall, at its sole expense,
its sole expense, maintain
Section 18,
maintain appropriate due
appropriate due diligence of all
Contract Page
diligence of all purchases made
purchases made by Region 4 ESC
5
by Region 4 ESC and any entity
and any entity that utilizes this
that utilizes this Contract.
Contract. Region 4 ESC reserves the
Region 4 ESC reserves the right
right to audit the accounting for a
to audit the accounting for a
period of three (3) years from the
period of three (3) years from the time such purchases are made. This
time such purchases are made.
audit right shall survive termination
This audit right shall survive
of this Agreement for a period of one
termination of this Agreement
(1) year from the effective date of
for a period of one (1) year from
termination. Region 4 ESC shall have
the effective date of termination. the authority to conduct random
Region 4 ESC shall have the
audits of Contractor's pricing at
authority to conduct random
Region 4 ESC's sole cost and
audits of Contractor's pricing at
expense. Notwithstanding the
Region 4 ESC's sole cost and
foregoing, in the event that Region 4
expense. Notwithstanding the
ESC is made aware of any pricing
foregoing, in the event that
being offered on the same products,
Region 4 ESC is made aware of
on the same terms and at
any pricing being offered that is
substantially the same volume
materially inconsistent with the
levels, and that pricing is materially
pricing under this agreement,
inconsistent with the pricing under
Region 4 ESC shall have the
this agreement, Region 4 ESC shall
ability to conduct an extensive
then be authorized have the ability to
audit of Contractor's pricing at
conduct an extensive audit of
contractor's sole cost and
Contractor's pricing for similarly
expense. Region 4 ESC may
situated public sector customers,
conduct the audit internally or
and to the extent there are
may engage a third party
discrepancies found that are
auditing firm. In the event of an
disadvantageous to Region 4 ESC,
audit, the requested materials
then Contractor shall reimburse
shall be provided in the format
Region 4 ESC for the reasonable
and at the location designated
costs incurred in conducting such
by Region 4 ESC.
audit up to an amount not to exceed
the impact of the pricing differential
that is discovered-.--i�-0oi,l-ractoF's
i,i1ay" 03iii)'
rftay �, ,sl�s� -
fiFm. In the event of an audit, the
requested materials shall be
provided in the format and at the
Location designated by Region 4
ESC.
Exhibit A,
2.1 Corporate Commitment
2.1 Corporate Commitment
Response for
Supplier commits that (1) the
Supplier commits that (1) the Master
National
Master Agreement has received
Agreement has received all
Cooperative
all necessary corporate
necessary corporate authorizations
Contract,
authorizations and support of
and support of the Supplier's
Section 2.1,
the Supplier's executive
executive management, (2) the
Corporate
management, (2) the Master
Master Agreement is will be one of
Commitment
Agreement is Supplier's primary
Supplier's primary "go to market"
"go to market" strategy for
strategyies for Public Agencies, (3)
Public Agencies, (3) the Master
the Master Agreement will be
Agreement will be promoted to
promoted to all Public Agencies,
all Public Agencies, including
including any existing customers,
any existing customers, and
and Supplier will transition existing
Supplier will transition existing
customers, upon their request, to
customers, upon their request,
the Master Agreement, and (4) that
to the Master Agreement, and (4) the Supplier has read and agrees to
that the Supplier has read and the terms and conditions of the
agrees to the terms and Administration Agreement with
conditions of the Administration OMNIA Partners and will execute
Agreement with OMNIA Partners such agreement concurrent with
and will execute such and as a condition of its execution of
agreement concurrent with and the Master Agreement with the
as a condition of its execution of Principal Procurement Agency.
the Master Agreement with the Supplier will identify an executive
Principal Procurement Agency. corporate sponsor and a separate
Supplier will identify an national account manager within the
executive corporate sponsor RFP response that will be
and a separate national account responsible for the overall
manager within the RFP
response that will be
responsible for the overall
management of the Master
Agreement.
management of the Master
Agreement.
Exhibit A,
2.2 Pricing Commitment
Supplier (Kimball International)
Response for
Supplier commits the not -to-
agrees that, considering a
National
exceed pricing provided under
Representative Total Usage, the
Cooperative
the Master Agreement
pricing offered under the Master
Contract,
pricing is its lowest available
Agreement is less than or equal to
Section 2.2
(net to buyer) to Public Agencies
the overall available pricing for any
Pricing
nationwide and further commits
public sector national or
Commitment
that if a Participating Public
public sector multi -state
Agency is eligible for lower
cooperative or public sector group
pricing through a
purchasing agreement, excluding
national, state, regional or local
GSA and federal government sales
or cooperative contract, the
("Public Agency Cooperative", that
Supplier will match such
enters into a separate written
lower pricing to that
agreement directlywith Supplier, as
Participating Public Agency
further provided herein. A
under the Master Agreement.
Comparable Contract is a written
agreement entered into after the
Effective date of the Master
Agreement that contains similar
terms and conditions, concerns a
Public Agency Cooperative with the
same approximate spending pattern
and product mix, and provides for
similar
delivery and payment conditions.
Representative Total Usage" shall
mean the total purchase for a
consecutive six (6) month period
(inclusive of any fees, rebates, and
other charges and discounts and
exclusive of any restricted items) of
the top ten (10) OMNIA Partners
customers utilizing Supplier as their
primary vendor for the products and
services offered under the Master
Exhibit A,
Responsefor
National
Cooperative
Contract,
Section 2.3
Sales
Commitment
2.3 Sales Commitment
Supplier commits to
aggressively market the Master
Agreement as its go to market
strategy in this defined sector
and that its sales force will be
trained, engaged and
committed to offering the
Master Agreement to Public
Agencies through OMNIA
Partners nationwide. Supplier
commits that all Master
Agreement sales will be
accurately and timely reported
to OMNIA Partners in
accordance with the OMNIA
Partners Administration
Agreement. Supplier also
commits its sales force will be
compensated, including sales
incentives, for sales to Public
Agencies under the
Master Agreement in a
consistent or better manner
compared to sales to Public
Agencies if the Supplier were not
awarded the Master Agreement.
Agreement, as determined by
Supplier. If, during the term of this
Master Agreement, OMNIA Partners
becomes aware that its pricing may
be higher than a Comparable
Contract, as set forth above, OMNIA
Partners may request an aggregate
price comparison analysis of this
Master Agreement (using the
Representative Total Usage) against
the Comparable Contract. If such
aggregate price comparison analysis
indicates that the Comparable
Contract pricing is more favorable,
upon the request of OMNIA
Partners, Supplier will agree to
renegotiate in good faith the pricing
terms of this Master Agreement.
Supplier commits to aggressively
market the Master Agreement as one
of its go to market strategyies in this
defined sector and that its sales
force will be trained, engaged and
committed to offering the Master
Agreement to Public Agencies
through OMNIA
Partners nationwide. Supplier
commits that all Master Agreement
sales will be
accurately and timely reported to
OMNIA Partners in accordance with
the OMNIA
Partners Administration Agreement.
Supplier also commits its sales
force will be
compensated, including sales
incentives, for sales to Public
Agencies under the
Master Agreement in a consistent or
better manner compared to sales to
Public
Agencies if the Supplier were not
awarded the Master Agreement.
Exhibit
Provide a detailed ninety -day
Provide a detailed ninety -day plan
A, Response for plan beginning from award date
beginningfrom award date of the
National
of the Master
Master
Cooperative
Agreement describing the
Agreement describing the strategy to
Contract
strategy to immediately
immediately implement the Master
Section 3.3/B
implement the Master
Agreement as one of supplier's primary
Agreement as supplier's primary go to market strategyies for Public
Exhibit A,
Responsefor
National
Cooperative
Contract
Section 3.3
Marketing &
Sales, F. ii.
Exhibit A,
Responsefor
National
Cooperative
Contract
Section 3.3
Marketing &
Sales, M.
go to market strategy for Public
Agencies to
Agencies to
supplier's teams nationwide, to
supplier's teams nationwide, to
include, but not limited to:
include, but not limited to:
i. Executive leadership endorsement
i. Executive leadership
and sponsorship of the award as the
endorsement and sponsorship
public sector go -to -market strategy
of the award as the
within first 10 days
public sector go -to -market
ii. Training and education of Supplier's
strategy within first 10 days
national sales force with participation
ii. Training and education of
from the Supplier's executive
Supplier's national sales force
leadership, along with the OMNIA
with participation
Partners
from the Supplier's executive
team within first 90 days
Leadership, along with the
OMNIA Partners
team within first 90 days
F. Confirm Supplier will be
F. Confirm Supplier will be proactive
proactive in direct sales of
in direct sales of Supplier's goods
Supplier's goods and services to
and services to Public Agencies
Public Agencies nationwide and
nationwide and the timely follow up
the timely follow up to leads
to leads established by OMNIA
established by OMNIA Partners.
Partners. All sales materials are to
All sales materials are to use the
use the OMNIA Partners logo. At a
OMNIA Partners logo. At a
minimum, the Supplier's sales
minimum, the Supplier's sales
initiatives should communicate:
initiatives should communicate:
i. Master Agreement was
i. Master Agreement was
competitively solicited and publicly
competitively solicited and
awarded by a
publicly awarded by a
Principal Procurement Agency
Principal Procurement Agency
ii. Bt-st Competitive government
ii. Best government pricing
pricing
iii. No cost to participate
iii. No cost to participate
iv. Non-exclusive
iv. Non-exclusive
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
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
While we have seen steady and
consistent growth over the term of our
current OMNIA/Region 4 ESC
agreement, we are declining to provide
a volume guarantee at this time.
Because of our past history and
success with OMNIA Partners being our
public sector contract of choice, we are
confident that growth will continue. We
will be responsible for the
administrative fees based upon actual
contract sales.
Guaranteed Contract Sales.
Exhibit A, N. Even though it is anticipated N. Even though it is anticipated many
Response for many Public Agencies will be Public Agencies will be able to utilize
National
able to utilize the the Master Agreement without further
Cooperative
Master Agreement without formal solicitation, there may be
Contract
further formal solicitation, there circumstances where Public Agencies
Section 3.3
may be circumstances will issue their own solicitations. The
Marketing &
where Public Agencies will issue following options are available when
Sales, N.
their own solicitations. The responding to a solicitation for Products
following options are covered under the Master Agreement.
available when responding to a Kimball International will lead with
solicitation for Products covered OMNIA Partners, however; to clarify that
under the Master
Agreement.
i. Respond with Master
Agreement pricing (Contract
Sales reported to
OMNIA Partners).
ii. If competitive conditions
require pricing lower than the
standard
OMNIA Partners does not expect
Kimball International to walk away from
sales opportunities when the end user
rejects use of OMNIA Partners, the
following changes are requested. For
avoidance of doubt, OMNIA Partners
does not expect to be paid an
Administrative Fee on sales for which
it's use is rejected by the end user and it
Master Agreement not -to- performs no functions in relation to
exceed pricing, Supplier may those sales.
respond with i. Respond with Master Agreement
lower pricing through the Master pricing (Contract Sales reported to
Agreement. If Supplier is OMNIA Partners).
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.
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.
Kimball International will comply with
this request. Lower pricing (as defined
in 2.2 Pricing Commitment) given to
OMNIA Partners members due to
competitive reasons will be reported to
OMNIA Partners under the Master
Agreement unless they have an existing
standard agreement with Kimball
International at time of award. Kimball
International will then review in detail
when existing contract is up for
renewal.
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).
In the event that the Public Agency
refuses to utilize Master Agreement, the
Supplier may provide pricing under an
alternative agreement. It is considered
a refusal if the Public Agency utilizes a
bid/RFP/RFQ
process or otherwise chooses not to
utilize OMNIA Partners. Sales under this
section of refusal by Public Agency are
not considered Contract Sales under
OMNIA Partners and Administration Fee
is not owed.
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.
Kimball International will lead with
OMNIA Partners contract, however; in
the event of an award of the higher,
nonOMNIA Partners Master Agreement
proposal, sales would not be
considered Contract Sales and no
Administrative Fee is owed.
Exhibit B -
12. An "Administrative Fee" shall 12. An "Administrative Fee" shall be
OMNIA
be defined and due to OMNIA
defined and due to OMNIA Partners
Administration
Partners from Supplier in the
from Supplier in the amount of _two to
Agreement, 12.
amount of percent (_%)
two and a half percent (_2 - 2.5%)
Administrative
("Administrative Fee
based upon a tiered volume structure
Fee
Percentage") multiplied by the
("Administrative Fee Percentage")
total purchase amount paid to
mulitplied by the total purchase
Supplier, less refunds and
amount paid to Supplier, less refunds
credits on returns, for the sale of
and credits on returns, for the sale of
products and/or services to
products to Principal
Principal Procurement Agency
Procurement Agency and Participating
and Participating Public
Public Agencies pursuant to the Master
Agencies pursuant to the Master
Agreement (as amended from time to
Agreement (as amended from
time and including any renewal thereof)
time to time and including any
("Contract Sales"). From time to time
renewal thereof) ("Contract
the parties may mutually agree in
Sales"). From time to time the
writing to a lower Administrative Fee
parties may mutually agree in
Percentage for a specifically identified
writing to a lower Administrative Participating Public Agency's Contract
Fee Percentage for a specifically Sales.
identified Participating Public
Agency's Contract Sales.
Exhibit B -
14. Administrative Fee Payments 14. Adminstrative Fee Payments are to
OMNIA
are to be paid by Supplier to
be paid bySupplierto OMNIA Partners
Administration
OMNIA Partners at the
within 30 days of the end of each
Agreement 14.
frequency and on the due date
calendar quarter
Administrative
stated in Section 13, above, for
om the due date state in Cccticn 10,
Fee Payment
Supplier's submission of
above, for Supplier's submission of
corresponding Contract Sales
Reports. Administrative Fee
payments are to be made via
Automated Clearing House
(ACH) to the OMNIA Partners
designated financial institution
corresponding Contract Sales Reports.
Administrative Fee payments are to be
made via Automated Clearing House
(ACH) to the OMNIA Partners
designated financial institution
identified in Exhibit D. Failure to
identified in Exhibit D. Failure to provide a payment of the Administrative
provide a payment of the
Fee within the time and manner
Administrative Fee within the
specified herein shall constitute a
time and manner specified
material breach of this Agreement and if
herein shall constitute a
not cured within thiry (30) days of
material breach of this
written notice to Supplier shall be
Agreement and if not cured
deemed a cause for termination of the
within thirty (30) days of written
Master Agreement, at Principal
notice to Supplier shall be
Procurement Agency's sole discretion,
deemed a cause for termination
and/or this Agreement, at OMNIA
of the Master Agreement, at
Partners' sole discretion. All
Principal Procurement Agency's
Administrative Fees not paid when due
sole discretion, and/or this
shall bear interest at a rate equal to the
Agreement, at OMNIA Partners'
lesser of one and one-half percent (1-
sole discretion. All
1/2%) per month or the maximum rate
Administrative Fees not paid
permitted by law until paid in full.
when due shall bear interest at a
rate equal to the lesser of one
and one-half percent (1-1/2%)
per month or the maximum rate
permitted by law until paid in
full.
Exhibit F -
The following certifications and
The following certifications and
Federal Funds
provisions may be required and
provisions may be required and
Certifications
apply when Participating Agency apply when Participating Agency
(page 6 of 30),
expends federal funds for any
expends federal funds for any
second
purchase resulting from this
purchase resulting from this
paragraph procurement process. Pursuant procurement process. Pursuant to 2
to 2 C.F.R § 200.326, all C.F.R § 200.326, all contracts,
contracts, including small
purchases, awarded by the
Participating Agency and the
Participating Agency's
subcontracts shall contain the
procurement provisions of
Appendix II to Part 200, as
applicable.
including small purchases, awarded
by the Participating Agency and the
Participating Agency's subcontracts
shall contain the procurement
provisions of Appendix II to Part 200,
as applicable, when federal funds
are utilized on a project. It is the
responsibility of the authorized
Participating Agency to notify the
Vendor if federal funds will be
utilized to procure items under this
contract and/or purchase order prior
to Vendor's acceptance of the order.
.A.Zhk Kimball"International
Kimball NATIONAL. 60. intP-rn"(n ('ll DAV I D E D WA R D.
a �
sz
OMNIA Region 4
Furniture, Installation, and Related Services
RFP# 24-01
2 INW
Kii mball I'l nter national
Kimball NATIONAL_ cat[:. hAV-1-11-01-PlY DAV I D E D WA R D.
June 131", 2024
Region 4 Education Service Center
OMNIA Partners
7145 West Tidwell Road
Houston, Texas 77092
RE: RFP for Furniture, Installation, and Related Services, Solicitation # 24-01
We are pleased to submit our proposal in response to Region 4 Education Service Center's (Region 4 ESC)
Request for Proposals for Furniture, Installation, and Related Services (RFP24-01) Kimball International is
eagerto continue our partnership with Region 4 ESC and OMNIA Partners to provide high -quality,
comprehensive solutions that will support the diverse needs of educational institutions and public
agencies across the nation.
For over 70 years, Kimball International and our family of brands - Kimball, National, Interwoven, David
Edward, and Etc. have demonstrated our expertise in the Workplace, Health, and Hospitality markets. We
pride ourselves on combining a bold entrepreneurial spirit with a history of craftsmanship and today's
design -driven thinking.
Our detailed proposal, enclosed with this letter, addresses all requirements and criteria outlined in the RFP,
and includes comprehensive information on our capabilities, experience, and proposed solutions.
Thankyou for considering our proposal. We are excited about the opportunity to workwith Region 4 ESC
and OM NIA Partners to deliver exceptional furniture, installation, and related services. Please feel free to
contact me at 812-639-4196 or kelli.ienkins()kimballinternational.com if you require any additional
information or have any questions regarding our submission.
Thank you,
Kelli Jenkins
Trade Manager- Strategic Contracts
Kimball International
11 Kimball'International
Table of Contents
4 Appendix A: Draft Contract Offer and Contract Signature Form
13 Appendix B: Terms and Conditions Acceptance Form
24 Products & Pricing
57 Performance Capability
68 Appendix D, Exhibit A: Response for National Cooperative Contract
111 Appendix D, Exhibit B: Administration Agreement
118 Appendix D, Exhibit F: Federal Funds Certifications
149 Appendix D, Exhibit G: NewJersey Business Compliance Documents
170 Qualification & Experience
196 References
198 Value Add
209 Appendix C, Doc #1: Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy
212 Appendix C, Doc #2: Antitrust Certification Statements
214 Appendix C, Doc #3: Implementation of House Bill 1295 Certificate of Interested Parties
216 Appendix C, Doc #4: Texas Government Code 2270 Verification Form
AW
Kimball Internationa
AppendixA: Draft
Contract Offer and
Contract Signature
Form
Kimball'lnterna ional
APPENDIX A
DRAFT CONTRACT
This Contract ("Contract') is made as of , 202X by and between
Kimball hiTetnational Brands. hoc. ("Contractor') and Region 4 Education Service Center
("Region 4 ESC') for the purchase of Ftuiiittue. MstallatioiL and Related ("the
products and services').
Finifi tue.
RECITALS Installation.
and Related
WHEREAS, Region 4 ESC issued Request for Proposals Number R 24-01 for 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 -prof it 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 aqreement. 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.
2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this
agreement, and described in the RFP, incorporated herein by reference as though fully set
forth herein.
CONTRACT
1
3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and
Final Offer(s).
4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted
by Region 4 ESC, the following order of precedence shall prevail:
i. This Contract
ii. Offeror's Best and Final Offer
iii. Offeror's proposal
iv. RFP and any addenda
5) Commencement of Work. The Contractor is cautioned not to commence any billable work or
provide any material or service under this Contract until Contractor receives a purchase order
for such work or is otherwise directed to do so in writing by Region 4 ESC.
6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final
written expression of agreement. All agreements are contained herein and no other
agreements or representations that materially alter it are acceptable.
7) Assignment of Contract. No assignment of Contract may be made without the prior written
approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material
change in operations is made (i.e., bankruptcy, change of ownership, merger, etc.).
8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to
perform this Contract, a successor in interest must guarantee to perform all obligations under
this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of
name agreement will not change the contractual obligations of Contractor.
9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding
unless authorized and signed by Region 4 ESC.
10) Addinq 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.
See Appendix B T&C Acceptance form for requested exception
11) TERMINATION OF CONTRACT
a) Cancellation for Non -Performance or Contractor Deficiency. Region 4 ESC may terminate
the Contract if purchase volume is determined to be low volume in any 12-month period.
Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to
failure by Contractor to carry out any obligation, term or condition of the contract. Region
4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any
of the following:
i. Providing material that does not meet the specifications of the Contract;
ii. Providing work or material was not awarded under the Contract;
iii. Failing to adequately perform the services set forth in the scope of work and
specifications;
CONTRACT
2
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. See Appendix B T&C Acceptance form for requested exception
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 effectivedate 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. see Appendix B T&c Acceptance form for requested exception
d) Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable
wholly or in part to carry out its obligations under this Agreement then such party shall
give notice and full particulars of Force Majeure in writing to the other party within a
reasonable time after occurrence of the event or cause relied upon, and the obligation of
the party giving such notice, so far as it is affected by such Force Majeure, shall be
suspended during the continuance of the inability then claimed, except as hereinafter
provided, but for no longer period, and such party shall endeavor to remove or overcome
such inability with all reasonable dispatch.
The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or
other industrial disturbances, act of public enemy, orders of any kind of government of the
United States or the State of Texas or any civil or military authority; insurrections; riots;
epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts;
droughts; arrests; restraint of government and people; civil disturbances; explosions,
breakage or accidents to machinery, pipelines or canals, or other causes not reasonably
within the control of the party claiming such inability. It is understood and agreed that the
settlement of strikes and lockouts shall be entirely within the discretion of the party having
the difficulty, and that the above requirement that any Force Majeure shall be remedied
with all reasonable dispatch shall not require the settlement of strikes and lockouts by
acceding to the demands of the opposing party or parties when such settlement is
unfavorable in the judgment of the party having the difficulty.
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.
CONTRACT
3
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 compliancewith 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.
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.
See Appendix B T&C Acceptance farm for requested exception
Additional ❑elivery/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) Payments. Payment shall be made after satisfactory performance, in accordance with all
provisions thereof, and upon receipt of a properly completed invoice.
17) Price Aftstments. 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
notif led 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 manufacturerdocumentation,
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 Contractors responsibility
to Keep all pricing up to date and on file with Region 4 ESC. All price changes must be
provided to Region 4 ESC, using the same format as was provided and accepted in the
Contractor's proposal.
Price reductions may be offered at any time during Contract. Special, time -limited reductions
are permissible under the following conditions: 1) reduction is available to all users equally; 2)
reduction is fora specific period, normally not less than thirty (30) days; and 3) original price
CONTRACT
4
is not exceeded after the time -limit. Contractor shall offer Region 4 ESC any published price
reduction during the Contract term.
18) Audit Riqhts. 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 conductthe 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. see Appendix B T&C Acceptance form for requested exception
19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor
may substitute a new product or model if the replacement product meets or exceeds the
specifications and performance of the discontinued model and if the discount is the same or
greater than the discontinued model.
20) New Products/Services. New products and/or services that meet the scope of work may be
added to the Contract. Pricing shall be equivalent to the percentage discount for other
products. Contractor may replace or add product lines if the line is replacing or supplementing
products, is equal or superior to the original products, is discounted similarly or greater than
the original discount, and if the products meet the requirements of the Contract. No products
and/or services may be added to avoid competitive procurement requirements. Region 4 ESC
may require additions to be submitted with documentation from Members demonstrating an
interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject
any additions without cause.
21) Options. Optional equipment for products under Contract may be added to the Contract at
the time they become available under the following conditions: 1) the option is priced at a
discount similar to other options; 2) the option is an enhancement to the unit that improves
performance or reliability.
22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's
minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in
writing.
23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their
work as required or directed. Upon completion of the work, the premises shall be left in good
repair and an orderly, neat, clean, safe and unobstructed condition.
24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared,
unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the
cost of site preparation in a purchase order. Site preparation includes, but is not limited to
moving furniture, installing wiring for networks or power, and similar pre -installation
requirements.
CONTRACT
5
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. Contractorshall take all reasonable precautions forthe 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
or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must
have prior approval from Region 4 ESC.
CONTRACT
6
10
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
I
OFFER AND CONTRACT SIGNATURE FORM
The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict
compliance with the terms, specifications and conditions at the prices proposed within response
unless noted in writing.
Company Name Kimball International Brands, Inc.
Address 1600 Royal Street
City/State/Zip
Telephone No.
Email Address
Printed Name
Title
Authorized signature
Accepted by Region 4 ESC:
Contract No.
Initial Contract Term
Jasper, IN 47546
800-482-1717
dennis.gerber@kimbaliintemational.com
Dennis Gerber
VP Finance
to
Region 4 ESC Authorized Board Member Date
Print Name
Region 4 ESC Authorized Board Member Date
Print Name
I
Appendix B: Term
and Conditions
Acceptance Forr
............
Kimbail'lnternatianal
13
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 submitted, 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.)
x❑Offeror takes the following exceptions to the RFP and draft Contract. All exceptions
must be clearly explained, reference the corresponding term to which Offeror is taking
exception and clearly state any proposed modified language, proposed additional
terms to the RFP and draft Contract must be included:
(Note: Unacceptable exceptions may remove Offeror's proposal from consideration for
award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and
modifications and the decision shall be final.
If an offer is made with modifications to the contract provisions that are not expressly
approved in writing, the contract provisions contained in the RFP shall prevail.)
Section/Page
Term, Condition, or
Exception/Proposed Accepted
Specification
Modification (For Region 4
ESC's use)
Appendix A -
10. Adding Authorized
Additional distributors or dealers
Draft Contract,
Distributors/Dealers -
can be added by Contractor at any
Section 10,
Contractor is prohibited from
time during the term of the Contract,
Page 2
authorizing additional
without notification and prior written
distributors or dealers, other
approval from Region 4 ESC. On a
than those identified at the time
quarterly basis, Contractor will
of submitting their proposal, to
provide an updated authorized
sell under the Contract without
dealer list to OMNIA Partners which
notification and prior written
will be posted to OMNIA's website,
approval from Region 4 ESC.
under a microsite dedicated to the
Contractor must notify Region 4
Contractor. At Contractor's
ESC each time it wishes to add
discretion, purchase orders and
an authorized distributor or
payment may be made to Authorized
dealer. Purchase orders and
Distributor/Dealer. Pricing provided
payment can only be made to
to members by added distributors or
the Contractor unless otherwise
dealers must also be less than or
approved by Region 4 ESC.
equal to the Contractor's pricing.
Pricing provided to members by
added distributors or dealers
must also be less than or equal
14
to the Contractor's pricing.
Appendix A - 11) TERMINATION OF
11) TERMINATION OF CONTRACT
Draft Contract, CONTRACT
a) Cancellation for Non -Performance or
Section 11,
Contractor Deficiency. Region 4 ESC
Page 2
may terminate the Contract if purchase
volume is determined to be low volume
in any 12-month period. Region 4 ESC
reserves the right to cancel the whole or
any part of this Contract due to failure
by Contractor to carry out any
obligation, term or condition of the
contract. Region 4 ESC may issue a
written deficiency notice to Contractor
for acting or failing to act in any of the
following:
i. Providing material that does not meet
the specifications of the Contract;
ii. Providing work or material was not
awarded under the Contract;
iii. Failing to adequately perform the
services set forth in the scope of work
and specifications;
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. Contractor will
thereafter be allowed a reasonable time
to implement the response that
addresses the deficiency. 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.
Appendix A - 11) TERMINATION OF 11) TERMINATION OF CONTRACT
Draft Contract, CONTRACT c) Delivery/Service Failures
Section 11 c, c) Delivery/Service Failures Failure to deliver goods or services
Page 3 Failure to deliver goods or within the time specified, or
15
services within the time
within a reasonable time period as
specified, or
interpreted by the purchasing agent or
within a reasonable time period
failure to make replacements or
as interpreted by the purchasing
corrections of rejected articles/services
agent or failure to make
when so requested shall constitute
replacements or corrections of
grounds for the Contract to be
rejected articles/services when
terminated. In the event Region 4 ESC
so requested shall constitute
must purchase in an open market,
grounds for the Contract to be
Contractor agrees to reimburse Region
terminated. In the event Region
4 ESC, within a reasonable time period,
4 ESC must purchase in an open
for all expenses inetirred the actual
market, Contractor agrees to
cost of replacement products offering
reimburse Region 4 ESC, within
comparable functionality and quality.
a reasonable time period, for all
Contractor shall not be responsible for
expenses incurred.
any other expenses incurred, including
any consequential, incidental, or other
expenses.
Appendix A -
14. Delivery. Conforming
Our lead time to ship ranges from 2- 4
Draft Contract,
product shall be shipped within
weeks on standard product and 6-8
Section 15,
7 days of receipt of Purchase
weeks on custom product after receipt
Contract Page
Order. If delivery is not or cannot
of complete and correct purchase
4
be made within this time period,
order.
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.
Appendix A -
18. Audit Rights. Contractor
18) Audit Rights. Contractor shall, at
Draft Contract,
shall, at its sole expense,
its sole expense, maintain
Section 18,
maintain appropriate due
appropriate due diligence of all
Contract Page
diligence of all purchases made
purchases made by Region 4 ESC
5
by Region 4 ESC and any entity
and any entity that utilizes this
that utilizes this Contract.
Contract. Region 4 ESC reserves the
Region 4 ESC reserves the right
right to audit the accounting for a
to audit the accounting for a
period of three (3) years from the
16
period of three (3) years from the time such purchases are made. This
time such purchases are made.
audit right shall survive termination
This audit right shall survive
of this Agreement for a period of one
termination of this Agreement
(1) year from the effective date of
for a period of one (1) year from
termination. Region 4 ESC shall have
the effective date of termination. the authority to conduct random
Region 4 ESC shall have the
audits of Contractor's pricing at
authority to conduct random
Region 4 ESC's sole cost and
audits of Contractor's pricing at
expense. Notwithstanding the
Region 4 ESC's sole cost and
foregoing, in the event that Region 4
expense. Notwithstanding the
ESC is made aware of any pricing
foregoing, in the event that
being offered on the same products,
Region 4 ESC is made aware of
on the same terms and at
any pricing being offered that is
substantially the same volume
materially inconsistent with the
levels, and that pricing is materially
pricing under this agreement,
inconsistent with the pricing under
Region 4 ESC shall have the
this agreement, Region 4 ESC shall
ability to conduct an extensive
then be authorized have the ability to
audit of Contractor's pricing at
conduct an extensive audit of
contractor's sole cost and
Contractor's pricing for similarly
expense. Region 4 ESC may
situated public sector customers,
conduct the audit internally or
and to the extent there are
may engage a third party
discrepancies found that are
auditing firm. In the event of an
disadvantageous to Region 4 ESC,
audit, the requested materials
then Contractor shall reimburse
shall be provided in the format
Region 4 ESC for the reasonable
and at the location designated
costs incurred in conducting such
by Region 4 ESC.
audit up to an amount not to exceed
the impact of the pricing differential
that is discovered-.--i�-0oi,l-ractoF's
i'i1ay"03Ji i)'
rftay �, ,sl�s� -
fiFm. In the event of an audit, the
requested materials shall be
provided in the format and at the
Location designated by Region 4
ESC.
Exhibit A,
2.1 Corporate Commitment
2.1 Corporate Commitment
Response for
Supplier commits that (1) the
Supplier commits that (1) the Master
National
Master Agreement has received
Agreement has received all
Cooperative
all necessary corporate
necessary corporate authorizations
Contract,
authorizations and support of
and support of the Supplier's
Section 2.1,
the Supplier's executive
executive management, (2) the
Corporate
management, (2) the Master
Master Agreement is will be one of
Commitment
Agreement is Supplier's primary
Supplier's primary "go to market"
"go to market" strategy for
strategyies for Public Agencies, (3)
Public Agencies, (3) the Master
the Master Agreement will be
Agreement will be promoted to
promoted to all Public Agencies,
all Public Agencies, including
including any existing customers,
any existing customers, and
and Supplier will transition existing
Supplier will transition existing
customers, upon their request, to
customers, upon their request,
the Master Agreement, and (4) that
17
to the Master Agreement, and (4) the Supplier has read and agrees to
that the Supplier has read and the terms and conditions of the
agrees to the terms and Administration Agreement with
conditions of the Administration OMNIA Partners and will execute
Agreement with OMNIA Partners such agreement concurrent with
and will execute such and as a condition of its execution of
agreement concurrent with and the Master Agreement with the
as a condition of its execution of Principal Procurement Agency.
the Master Agreement with the Supplier will identify an executive
Principal Procurement Agency. corporate sponsor and a separate
Supplier will identify an national account manager within the
executive corporate sponsor RFP response that will be
and a separate national account responsible for the overall
manager within the RFP
response that will be
responsible for the overall
management of the Master
Agreement.
management of the Master
Agreement.
Exhibit A,
2.2 Pricing Commitment
Supplier (Kimball International)
Response for
Supplier commits the not -to-
agrees that, considering a
National
exceed pricing provided under
Representative Total Usage, the
Cooperative
the Master Agreement
pricing offered under the Master
Contract,
pricing is its lowest available
Agreement is less than or equal to
Section 2.2
(net to buyer) to Public Agencies
the overall available pricing for any
Pricing
nationwide and further commits
public sector national or
Commitment
that if a Participating Public
public sector multi -state
Agency is eligible for lower
cooperative or public sector group
pricing through a
purchasing agreement, excluding
national, state, regional or local
GSA and federal government sales
or cooperative contract, the
("Public Agency Cooperative", that
Supplier will match such
enters into a separate written
lower pricing to that
agreement directlywith Supplier, as
Participating Public Agency
further provided herein. A
under the Master Agreement.
Comparable Contract is a written
agreement entered into after the
Effective date of the Master
Agreement that contains similar
terms and conditions, concerns a
Public Agency Cooperative with the
same approximate spending pattern
and product mix, and provides for
similar
delivery and payment conditions.
Representative Total Usage" shall
mean the total purchase for a
consecutive six (6) month period
(inclusive of any fees, rebates, and
other charges and discounts and
exclusive of any restricted items) of
the top ten (10) OMNIA Partners
customers utilizing Supplier as their
primary vendor for the products and
services offered under the Master
18
Exhibit A,
Responsefor
National
Cooperative
Contract,
Section 2.3
Sales
Commitment
2.3 Sales Commitment
Supplier commits to
aggressively market the Master
Agreement as its go to market
strategy in this defined sector
and that its sales force will be
trained, engaged and
committed to offering the
Master Agreement to Public
Agencies through OMNIA
Partners nationwide. Supplier
commits that all Master
Agreement sales will be
accurately and timely reported
to OMNIA Partners in
accordance with the OMNIA
Partners Administration
Agreement. Supplier also
commits its sales force will be
compensated, including sales
incentives, for sales to Public
Agencies under the
Master Agreement in a
consistent or better manner
compared to sales to Public
Agencies if the Supplier were not
awarded the Master Agreement.
Agreement, as determined by
Supplier. If, during the term of this
Master Agreement, OMNIA Partners
becomes aware that its pricing may
be higher than a Comparable
Contract, as set forth above, OMNIA
Partners may request an aggregate
price comparison analysis of this
Master Agreement (using the
Representative Total Usage) against
the Comparable Contract. If such
aggregate price comparison analysis
indicates that the Comparable
Contract pricing is more favorable,
upon the request of OMNIA
Partners, Supplier will agree to
renegotiate in good faith the pricing
terms of this Master Agreement.
Supplier commits to aggressively
market the Master Agreement as one
of its go to market strategyies in this
defined sector and that its sales
force will be trained, engaged and
committed to offering the Master
Agreement to Public Agencies
through OMNIA
Partners nationwide. Supplier
commits that all Master Agreement
sales will be
accurately and timely reported to
OMNIA Partners in accordance with
the OMNIA
Partners Administration Agreement.
Supplier also commits its sales
force will be
compensated, including sales
incentives, for sales to Public
Agencies under the
Master Agreement in a consistent or
better manner compared to sales to
Public
Agencies if the Supplier were not
awarded the Master Agreement.
Exhibit Provide a detailed ninety -day Provide a detailed ninety -day plan
A, Response for plan beginning from award date beginningfrom award date of the
National of the Master Master
Cooperative Agreement describing the Agreement describing the strategy to
Contract strategy to immediately immediately implement the Master
Section 3.3/B implement the Master Agreement as one of supplier's primary
Agreement as supplier's primary go to market strategyies for Public
19
Exhibit A,
Responsefor
National
Cooperative
Contract
Section 3.3
Marketing &
Sales, F. ii.
Exhibit A,
Responsefor
National
Cooperative
Contract
Section 3.3
Marketing &
Sales, M.
go to market strategy for Public
Agencies to
Agencies to
supplier's teams nationwide, to
supplier's teams nationwide, to
include, but not limited to:
include, but not limited to:
i. Executive leadership endorsement
i. Executive leadership
and sponsorship of the award as the
endorsement and sponsorship
public sector go -to -market strategy
of the award as the
within first 10 days
public sector go -to -market
ii. Training and education of Supplier's
strategy within first 10 days
national sales force with participation
ii. Training and education of
from the Supplier's executive
Supplier's national sales force
leadership, along with the OMNIA
with participation
Partners
from the Supplier's executive
team within first 90 days
Leadership, along with the
OMNIA Partners
team within first 90 days
F. Confirm Supplier will be
F. Confirm Supplier will be proactive
proactive in direct sales of
in direct sales of Supplier's goods
Supplier's goods and services to
and services to Public Agencies
Public Agencies nationwide and
nationwide and the timely follow up
the timely follow up to leads
to leads established by OMNIA
established by OMNIA Partners.
Partners. All sales materials are to
All sales materials are to use the
use the OMNIA Partners logo. At a
OMNIA Partners logo. At a
minimum, the Supplier's sales
minimum, the Supplier's sales
initiatives should communicate:
initiatives should communicate:
i. Master Agreement was
i. Master Agreement was
competitively solicited and publicly
competitively solicited and
awarded by a
publicly awarded by a
Principal Procurement Agency
Principal Procurement Agency
ii. Bt-st Competitive government
ii. Best government pricing
pricing
iii. No cost to participate
iii. No cost to participate
iv. Non-exclusive
iv. Non-exclusive
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
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
While we have seen steady and
consistent growth over the term of our
current OMNIA/Region 4 ESC
agreement, we are declining to provide
a volume guarantee at this time.
Because of our past history and
success with OMNIA Partners being our
public sector contract of choice, we are
confident that growth will continue. We
will be responsible for the
administrative fees based upon actual
contract sales.
20
Guaranteed Contract Sales.
Exhibit A, N. Even though it is anticipated N. Even though it is anticipated many
Response for many Public Agencies will be Public Agencies will be able to utilize
National
able to utilize the
the Master Agreement without further
Cooperative
Master Agreement without
formal solicitation, there may be
Contract
further formal solicitation, there
circumstances where Public Agencies
Section 3.3
may be circumstances
will issue their own solicitations. The
Marketing &
where Public Agencies will issue
following options are available when
Sales, N.
their own solicitations. The
responding to a solicitation for Products
following options are
covered under the Master Agreement.
available when responding to a
Kimball International will lead with
solicitation for Products covered OMNIA Partners, however; to clarify that
under the Master
OMNIA Partners does not expect
Agreement.
Kimball International to walk away from
i. Respond with Master
sales opportunities when the end user
Agreement pricing (Contract
rejects use of OMNIA Partners, the
Sales reported to
following changes are requested. For
OMNIA Partners).
avoidance of doubt, OMNIA Partners
ii. If competitive conditions
does not expect to be paid an
require pricing lower than the
Administrative Fee on sales for which
standard
it's use is rejected by the end user and it
Master Agreement not -to-
performs no functions in relation to
exceed pricing, Supplier may
those sales.
respond with
i. Respond with Master Agreement
Lower pricing through the Master
pricing (Contract Sales reported to
Agreement. If Supplier is
OMNIA Partners).
awarded
ii. If competitive conditions require
the contract, the sales are
pricing lower than the standard Master
reported as Contract Sales to
Agreement not -to -exceed pricing,
OMNIA
Supplier may respond with lower pricing
Partners under the Master
through the Master Agreement. If
Agreement.
Supplier is awarded the contract, the
iii. Respond with pricing higher
sales are reported as Contract Sales to
than Master Agreement only in
OMNIA Partners under the Master
the
Agreement.
unlikely event that the Public
Kimball International will comply with
Agency refuses to utilize Master
this request. Lower pricing (as defined
Agreement (Contract Sales are
in 2.2 Pricing Commitment) given to
not reported to OMNIA
OMNIA Partners members due to
Partners).
competitive reasons will be reported to
iv. If alternative or multiple
OMNIA Partners under the Master
proposals are permitted,
Agreement unless they have an existing
respond with
standard agreement with Kimball
pricing higher than Master
International at time of award. Kimball
Agreement, and include Master
International will then review in detail
Agreement as the alternate or
when existing contract is up for
additional proposal.
renewal.
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).
21
In the event that the Public Agency
refuses to utilize Master Agreement, the
Supplier may provide pricing under an
alternative agreement. It is considered
a refusal if the Public Agency utilizes a
bid/RFP/RFQ
process or otherwise chooses not to
utilize OMNIA Partners. Sales under this
section of refusal by Public Agency are
not considered Contract Sales under
OMNIA Partners and Administration Fee
is not owed.
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.
Kimball International will lead with
OMNIA Partners contract, however; in
the event of an award of the higher,
nonOMNIA Partners Master Agreement
proposal, sales would not be
considered Contract Sales and no
Administrative Fee is owed.
Exhibit B -
12. An "Administrative Fee" shall 12. An "Administrative Fee" shall be
OMNIA
be defined and due to OMNIA
defined and due to OMNIA Partners
Administration
Partners from Supplier in the
from Supplier in the amount of _two to
Agreement, 12.
amount of percent (_%)
two and a half percent (_2 - 2.5%)
Administrative
("Administrative Fee
based upon a tiered volume structure
Fee
Percentage") multiplied by the
("Administrative Fee Percentage")
total purchase amount paid to
mulitplied by the total purchase
Supplier, less refunds and
amount paid to Supplier, less refunds
credits on returns, for the sale of
and credits on returns, for the sale of
products and/or services to
products to Principal
Principal Procurement Agency
Procurement Agency and Participating
and Participating Public
Public Agencies pursuant to the Master
Agencies pursuant to the Master
Agreement (as amended from time to
Agreement (as amended from
time and including any renewal thereof)
time to time and including any
("Contract Sales"). From time to time
renewal thereof) ("Contract
the parties may mutually agree in
Sales"). From time to time the
writing to a lower Administrative Fee
parties may mutually agree in
Percentage for a specifically identified
writing to a lower Administrative Participating Public Agency's Contract
Fee Percentage for a specifically Sales.
identified Participating Public
Agency's Contract Sales.
Exhibit B -
14. Administrative Fee Payments 14. Adminstrative Fee Payments are to
OMNIA
are to be paid by Supplier to
be paid bySupplierto OMNIA Partners
Administration
OMNIA Partners at the
within 30 days of the end of each
Agreement 14.
frequency and on the due date
calendar quarter
Administrative
stated in Section 13, above, for
am the due date state in Cccticn 10,
Fee Payment
Supplier's submission of
above, for Supplier's submission of
22
corresponding Contract Sales
Reports. Administrative Fee
payments are to be made via
Automated Clearing House
(ACH) to the OMNIA Partners
designated financial institution
corresponding Contract Sales Reports.
Administrative Fee payments are to be
made via Automated Clearing House
(ACH) to the OMNIA Partners
designated financial institution
identified in Exhibit D. Failure to
identified in Exhibit D. Failure to provide a payment of the Administrative
provide a payment of the
Fee within the time and manner
Administrative Fee within the
specified herein shall constitute a
time and manner specified
material breach of this Agreement and if
herein shall constitute a
not cured within thiry (30) days of
material breach of this
written notice to Supplier shall be
Agreement and if not cured
deemed a cause for termination of the
within thirty (30) days of written
Master Agreement, at Principal
notice to Supplier shall be
Procurement Agency's sole discretion,
deemed a cause for termination
and/or this Agreement, at OMNIA
of the Master Agreement, at
Partners' sole discretion. All
Principal Procurement Agency's
Administrative Fees not paid when due
sole discretion, and/or this
shall bear interest at a rate equal to the
Agreement, at OMNIA Partners'
lesser of one and one-half percent (1-
sole discretion. All
1/2%) per month or the maximum rate
Administrative Fees not paid
permitted by law until paid in full.
when due shall bear interest at a
rate equal to the lesser of one
and one-half percent (1-1/2%)
per month or the maximum rate
permitted by law until paid in
full.
Exhibit F -
The following certifications and
The following certifications and
Federal Funds
provisions may be required and
provisions may be required and
Certifications
apply when Participating Agency apply when Participating Agency
(page 6 of 30),
expends federal funds for any
expends federal funds for any
second
purchase resulting from this
purchase resulting from this
paragraph procurement process. Pursuant procurement process. Pursuant to 2
to 2 C.F.R § 200.326, all C.F.R § 200.326, all contracts,
contracts, including small
purchases, awarded by the
Participating Agency and the
Participating Agency's
subcontracts shall contain the
procurement provisions of
Appendix II to Part 200, as
applicable.
including small purchases, awarded
by the Participating Agency and the
Participating Agency's subcontracts
shall contain the procurement
provisions of Appendix II to Part 200,
as applicable, when federal funds
are utilized on a project. It is the
responsibility of the authorized
Participating Agency to notify the
Vendor if federal funds will be
utilized to procure items under this
contract and/or purchase order prior
to Vendor's acceptance of the order.
23
:•.it
►
r.&: lob:
Products & Pricing
0
Kimballlnternatianal
24
Products & Pricing
About Kimball Internationa
Kimball International is a leading omnichannel commercial furnishings company with deep expertise in
the Workplace, Health, and Hospitality markets. We combine our bold entrepreneurial spirit, a history of
craftsmanship, and today's design -driven thinking alongside a commitment to our culture of caring and
lasting connections with our customers, shareholders, employees, and communities.
For over 70 years, our brands have seized opportunities to customize solutions into personalized
experiences, turning ordinary spaces into meaningful places. Our Workplace & Health family of brands
includes Kimball, National, Etc., Interwoven, and David Edward
I �I
KIMBALL'O NATIONAL"D ETC.n" fNTERWOVEN DAVID EDWARDD
Our story started in 1950 as an upstart company with a vision to be more. That vision became the
foundation that guides us today and inspires the culture we cultivate.
As humans, we relentlessly search for meaning. And since long before the first Kimball -built cabinet rolled
out of production, people have been finding that meaning in the spaces we shape into places — places
that build communities, form connections, and develop a sense of belonging. But it's not enough.
We have an itch to do more — to grow, learn, and seek something new. While change requires embracing
the unknown, we know that only by breaking out of our own worlds can we make a better one. And at
Kimball International, we bring this promise to life with every product we create.
That's why we build heart into everything we make and do. Why we give each other the room to discover
our best and bring out the best in others.
From shop floor to showroom, we've always crafted with an eye to the future. Helping every life our
products touch to not just stage moments; but seize them. We believe that we can do more than just
search for meaning. We can empower people to unlock their potential and bring it to life. Because we
Dare to Be Makers of Possibility.
We exist to enhance where people work, live and gather.
We will
- Create long-term value for shareholders and stakeholders
- Be a great place to work
- Be a responsible global citizen
We are fueled by a passionate winning spirit. Our success depends on living our core beliefs every day
Kimball International
25
Products & Pricing
Our Products by Brand I Kimbal
Trends may come and go, but quality design and craftsmanship stand the test of time. At Kimball, our
mission is to change the way work is done by turning the spaces you envision into the places you love.
With our rich history of crafting thoughtfully -designed, quality products, we're a partner that will elevate
the experience of creating places that support the work you do today — and tomorrow.
We understand that the place we work is more than just windows, walls, and an area to sit, which is why we
find great meaning and identity in helping turn ordinary spaces into distinctive places.
AbbWt KIM13ALL
Boyd' KIM13.ALL
Contemporary/Transitioria I
Tables KIMBALL
-A All
own
Accent Pillows KIMBALL Aussie KIMBALL
COW KIMBALL Ciro" KIM13ALL
Cubeand Cylinder F.IMIJALL Daymora" KIr•e�.:L
Definition F'IML'ALL
Be0 KIMBALL
-CGt
0�
"db
Divider$Creen5 KIMBALL
BIOQFT E'f C.
Configuration Tables KIMBALL
Kimball Internationa
26
Products & Pricing
Our Products by Brand I Kimbal
Dock Meeting KIMBALL
Eager' KIMeAL_
Footprint I
HeliO KIMBALL
W1 `
Etarran- KIMBALL
—ARM
L• S
yj t A.
Dock'Fraining KIMBALL
EwerySpace KIMBALL
Fundamental' Files KIMBALL
Independence Hillsborough Independence" Suffolk
KIMbAl L KIMBALL
Dock' WorkTables KIViB.S LL
Fi%t' KIMBALL
Gen' KIMBALL
Jelsen- KIMB.A'_L
*11
Joelle •L=-L_
Kimball Internationa
27
Products & Pricing
Our Products by Brand I Kimbal
C
Jaya_ KIMBALL
LF Series I' !'-; L Lusso- 1(lMI3ALL
Kure - , 'L--
Hash - KIMBALL Nate& Natty KIMBALL
pairings' KIM8ALL
*T
Kare'WorkCart KIW
T-
Melora Klll;-LL' Narrate' KIMBALL
I A J
L
Niles KIMBALL
Perks
Kimball Internationa
28
Products & Pricing
Our Products by Brand I Kimbal
Poly' KIMBALL Pose KIMBALL
R{ijel' Klr-t3r1LL SerlatOf ICIMBALL
Stow KIMBALL
Trax,L m k V$ KihiBA-
Smile KIMBALL
tJ
—17 . ... - I
-
--
Ii
Priority" KIMBALL Priority- Height AdjuSt KIMBALL
J
Trf KIME!,LL
AI' .']1.... - )- L -..-.
Tucker KIMBALL
Tybd KIMULL
Kimball'International
29
Products & Pricing
Our Products by Brand I Kimbal
Me KIMBALL
I II
X!S6de' KIMBALL
AitE KIMBALL
Whittaker' KIMBALL
Xsede' Height Adj u st KIMBALL
r
Y ■
Wish- KIMBALL WOrklAble' 1U4BALL
Xsede Media Cart KIM13ALL Xted@ Power Beam KIMBALL
Kimball Internationa
30
Products & Pricing
Our Products by Brand I National
In 1980, National Office Furniture joined the contract office furniture market with a goal to be a standout.
Determined to offer customers a better value with shorter lead times, National created a brand by
successfully delivering products that were on budget and on time. Customers were drawn to our ability to
design and develop innovative products, while offering personal support and extraordinary experiences.
Today, that foundation still holds true. Our exceptional value, combined with design -driven products, on -
time delivery, and our dedication to customer experiences have made us a standout in the furniture
industry.
AccE55ories NATIONAL
Alloy Storage NA;K3RA.L
it
,
Acquaint NATIONAL
Arlington- NATIONAL
Admre NAIIUNAL Alloy NATIONAL
Arrowaod- NATIONAL
Trl �n r� 17
d Stomps Nf.IIUNAL Arrowood Tables W. !CN1,L
e
u
. 7Jf T * t
Aurora' NA: U N A L
Kimball'International
31
Products & Pricing
Our Products by Brand I National
Bar6ngton' NAUGNAL
Chaddq' NATIONAL
Confide' NATIONAL
❑elga&o NArIONAL
Cinch NATIDNAL
Barrington Storage NAIIC]N?.L
Collette' NATIONAL
0
Connolly r... •L ❑avari NATIONAL
Barringtnn'Tables r�ATIONAL
Ek and NA-1014AL
EiOgUenCC NA-10r, .AL
Kimball Internationa
32
Products & Pricing
Our Products by Brand I National
Epic' NATIONAL
Escalade' NANONAL
Essay' NA110NAL
Fold Tables NArIONA.L
arm
Epic' Storage NATIONAL
Escalade'Storage NA-10NAL
Exhibit NATIONAL Farrah' NATIONAL
Footings' NATIONAL
a
Er
Epic Tables NATrON AL
I'Alll III, ��
Escalade'Tahles 14.1 .;._
FIeICe' NATIONAL
of
Fringe NAlliirr._
Kimball Internationa
33
Products & Pricing
Our Products by Brand I National
Grin' ;AA-ICNAL
1)
Mare' NATIONAL
� I
iSL l
Gdr�Tablda nATIdNAL
1 i y o_4. li 1--
a , -
1
Hobsen' NATIONAL
JeWLI- NATIONAL Jimirk]' NATIONAL
Orid- kATIONAL Kolo Pod Kozmic-Collaborative Collection NAIICNAL
7
;
Lavor4 WON; _
LocHy, . -
IOv31le' NAIIC]NAL
Laud10 NAFICNAL
Mabel NATIONAL
I
E
Kimball Internationa
34
Products & Pricing
Our Products by Brand I National
-.!�! W111-JJ
i
Maneuver Collaborative Collection NATIONAL
MIO" NATIONAL
Myriad- NATIONAL
Marihen NA-ION?.L
Marnia' NA-1UPo. _
r
-N
Mix -it' %UIONAL Monterrey' NATIONAL
NaViyd' NA"IONAL
7
Power&Technology NATIONAL Rails rvAI-Q I-:
7
r
Om Pod NATIONAL PlcadO' NA"ZONAL
Renegade' NAIICNAL
Kimball Internationa
35
Products & Pricing
Our Products by Brand I National
Renegade' Storage NATIONAL
7
RiZOM NAIIUNAL
; -0 1
Twil
Roosevelt- Tables NATIONAL
w0-x�, -i -
.......
Tag NAFIUNAL Tarver' NVIONAL
Reno' NATIONAL
ROOSeVelt" NA71ONAL
}t
Screens NANONAL
Respect' nATIONA>_
Roosevelt' Storage NATIONAL
pmp - _
Strassa' Collaborative Tables SWift" NAILINAL
NA11IDNAL
Tessera' NATIONAL
Kimball Internationa
36
Products & Pricing
Our Products by Brand I National
.L
Tessera'Benches NAHONA.L Tessera'StOrage NA'!_'NAL
Ihelle' NAHUNAL
WaveWorks' NA-If_I.i•._
TOSS NAIIONAL
i
k, nor
WeUr NATIONAL Weil' NATIONAL
P. I\
Tessera'Tahles NA?ICNAL
� � r
y
UF)iversalTahles NAIIONAL VOlute' NAIIUNAL
Vora NATIONAL
{
f
r
N
WaveWarks'StOrage NA-IGNAL WaveWorks'Tahles
t
WhiMSY' NATIONAL
Wlxler' NATIONAL
1)
Tamberlane tiAIW-:IJ:.
r
Kimball Internationa
37
Products & Pricing
Our Products by Brand I Etc.
The Etc. brand bridges the gap between work and home with products that reflect the latest in design
allowing users to crush on evolving trends and update their space as quickly as styles change. Etc. is
fashion -inspired brand forever searching the world to keep a pulse on the newest styles in silhouette,
color, and material to make sure Etc.'s portfolio reflects the latest in design while ensuring optimal
function.
e
Amos' ]=Tc
A
Chet" t
goo
Deker EIC.
Hock � ._
Avey' L'c
Dnra ETC.
Behl E'
�H
Bernadette E,c
Clarette" t _ II
�Ir
L .-ML-6.
AW&
BrUtU5 E!C.
Cohen t C
k
Dnshti ' Eliza L-c. Elliott t•c:
� F
a
}
Holden Hoopla r
1
Cynthia =
Kimball Internationa
38
Products & Pricing
Our Products by Brand I Etc.
Kellen- t-c
Marjo , ..
R idella
Kitner' e-c.
Oscar Oser _ _
.ey�t rl
Romilda Li
Laverick- trc.
Lixanne' E-c
Osrick- _ ._
r i
Seraphina = _ Shawn =. _
Kimball Internationa
39
Products & Pricing
Our Products by Brand I Etc.
�7
64F7.-- �-
�J 77..
=_irt T._oll Tolliver L _
Vivian" E r_
T _
+,�,
Vora' ti:: Willow =!C
Vernita - -
Xarrthe _ ...
Kimball'International
40
Products & Pricing
Our Products by Brand I Interwoven
At Interwoven, our passion lies in challenging the status quo. We think about the design of space
differently and believe that by putting people at the heart of everything we do, we can help to deliver the
best results.
By providing thoughtful and purposeful solutions, we enable our clients to safely care for their patients,
families, staff, and community. It is our goal to be a true partner in providing the best experiences —from
supporting design, specification, and installation, to the way our products improve the delivery of care.
\� {
Aidirl INTER WOVE N
Cricket INTERWOVEN
. � 1iGie
Emerl iN�ERVYOVEN Greer INTERWOVEN)
i
1�
Alterna' IWER'.NO'VEN
w
I
I �
Embra' INTERWOVEN
Behnti .. _ ..--_.
Emhre' Sleep Sofa INTERWOVEN
7oelle Behavioral Wellness INIERWOVVEN
I�
ML'adOW INTUMOVEN
i
Kimball Internationa
41
Sig
OverbedTables INIERWCVEN
SpruCe' INIEW01i'VEN
-)
Products & Pricing
Our Products by Brand I Interwoven
f LAW
1
Pairings'Health wER'A•C" L,j
WM
Physician/Exam Stool
IN.•kRWOVEN
Spruce BehariWalWellness INTERWOVEN
_- � ems.
i-
Villa-Health INIERI"ICVEN
Wilder INTERWOVEN
RoIIC :N EI�.I.J`:_r.
SanctuaryINTERWOVEN
V00- "M
Share' iWERWCVEN
SyCarllOM Metal INIERWaVEN SyCaMOM"Wood INIEkWOVEN Tucker'Health IrN-ER'h'OVEN
Villa- Health Sleep Sofa INTERWOVEN
Whittaker'• Health INTERWOVEN
Awl
Kimball Internationa
42
Products & Pricing
Our Products by Brand I David Edward
For over 60 years, David Edward has been a recognized design leader with a reputation for high -end
designs, exceptional craftsmanship, and integrity of product. But what most may not know is that David
Edward started as a small company that few had ever heard of. It was the dream of Edward Pitts, an
entrepreneurial spirit with a bright mind and unwavering work ethic who wanted to make his best
contribution to society and provide for both his customers and his employees. A vision similar to that of
Kimball International founder, Arnold Habig.
Kimball International acquired David Edward in 2018. Through this partnership, Kimball and David
Edward have been able to leverage unique strengths from both businesses to create a united path for the
future. Leaning on Kimball's decades of refining and perfecting manufacturing processes, the David
Edward portfolio is able to fixate on what David Edward has always done best: delivering interior
designers and architects with original, quality pieces designed to inspire sensational interactions in
unexpected places. Craftsmanship still reigns supreme, with the best of the founders' ideologies guiding
the brand to the next exciting era.
Iconic style meets sensible craftsmanship in this culmination of 125 years of quality and experience. It's
time to expect a new unexpected.
FC it hdn3 DAVJD EDWAR❑
1�
Lollta- DAV ID ED'AARD
7 fj
Anora" DAVID EDWARD
!-doper" DAVIDEDWARD
Aspen KIMBALL HIDSPIWALI IY
LSM DAVIDEDWARD
s
Entourage' DAVIDEDWARD
Otto DAVIDEDWARD
Flo- DAVIDEDWARD
.--i
Frill DAVIDEDWARD
1') 0
tl,Lt 61
Portata- DAVIDEDWARD Superkool' DAVIDEDWARD
Thatcher' DAVIDEDWARD
Kimball'International
43
Products & Pricing
Questions
i. Offerors shall provide pricing based on a discount from a manufacturer's price list or catalog, or
fixed price, or 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 maybe
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.
Kimball International is proposing a range of discounts off of manufacturer list price to Region 4 ESC,
varying by product category, including tiered discounting for larger orders. The discounts that have been
provided are based on delivery to an Authorized Dealer for redelivery to the customer. Pricing per
category offered is outlined on the discount matrix on page 49.
ii. Include an electronic copy of the catalog from which discount, or fixed price, is calculated.
Electronic price lists must contain the following: (if applicable)
• Manufacturer part #
• Offeror's Part # (if different from manufacturer part #)
• Description
• Manufacturers Suggested List Price and Net Price
• Net price to Region 4 ESC (including freight)
Submitted price list must include the Offerors'companyname, name of the solicitation, and date.
We have attached electronic copies of catalogs for all brands and product series from which our proposed
discounts are calculated. Our price lists include part numbers, product descriptions, and list pricing. Due
to the overwhelming number of SKUs available across all five brands, we are unable to efficiently provide a
comprehensive list of net pricing for our offering. Current price lists do not reflect any potential price
adjustments made between RFP submission date and contract award/effective dates. Any price
adjustments will not impact proposed discounting off list pricing. Final net pricing to be based on price
lists as of contract effective date. Proposed discounting by product category may be found on our
discount matrix on page 49.
Electronic price lists can also be referenced here: Kimball International Commercial Price Lists.
iii. List the category or categories you are offering.
Systems Furniture, Freestanding Furniture, Seating/Chairs, Soft Seating, Filing Systems, Storage and
Equipment, Technology and Esports Support Furniture, Library Furniture, Health and Science Furniture,
Cafeteria Furniture, Learning Spaces Furniture, Audio/Visual Furniture, Educational Office Furniture,
Privacy Pods, Phone, Sound Isolation Rooms and Furniture Booths, Related and Ancillary Products,
Accessories, and Solutions, Services and Support Solutions.
Kimball Internationa
44
Products & Pricing
Questions
iv. Is pricing available for all products and services?
Pricing is available for all products and services offered by Kimball International.
v Furniture Offerings: New, Used, Parts, Accessories, Service and Repair, Trade- Ins,
Leasing/Financing and provide pricing structure for each of these items.
We specialize in new, made to order furniture and accessories with available service parts as needed. We
offer a financing program through PEAC Solutions. Please see KII Financing Guide on page 56 for more
details.
vi. What is the ability to provide custom orspecial orders furniture products? Include
catalogs and any fees related to custom orspecial orders.
End users are able to customize our standard product offering by submitting a By Design request to our
product engineering team by providing a reference standard model number. If feasible, product team will
supply the custom product order number, price, and lead time. The By Design request form is readily
available on the Kimball International website.
vii. Describe any minimums order quantities or fees.
We do not have any minimum order requirements for standard product orders. In some instances for
custom or discontinued product, we may need to determine an order minimum, but the necessity is rare.
viii. Describe ordering methods, tracking, and reporting.
Participating Members may place orders directly from Seller and/or from Authorized Dealers. Orders
placed directlywith Seller can be sent via email to orders@kimbaII.com orvia fax at 866.418.8516
Some dealers use a web -based service maintained by Kimball International to place orders electronically.
The orders go through our ERP (SAP) system and electronic acknowledgments are sent back to the
dealers as their orders are confirmed and processed. We also offer OrderXChange on our website as a
way to electronically upload a .sif file and submit an order.
Order tracking information can be provided once an order ships with one of our third -party shipping
partners.
Our team of Strategic Sales Managers utilize robust sales reporting every day. They are able to customize
reporting based on End User needs and can provide reports with an established cadence or upon request.
Kimball Internationa
45
Products & Pricing
Questions
ix. Describe any shipping charges.
i. Describe delivery charges along with definitions fora
I. Dock Delivery
2. Inside Delivery
3. Deliver and Install
1. Dock Delivery
Definition: Products are priced and will be delivered FOB Destination to 48 contiguous states, District of
Columbia, or port of exit. Kimball International reserves the right to select the most appropriate shipping
terms. Pricing is based on standard dock delivery between 8am and 3pm Monday through Friday. No
additional charge would be incurred for a standard dock delivery. A standard dock delivery entails delivery
to a dock with personnel available to unload the truck.
Charge: Included in product pricing
2. Inside Delivery
Definition: Inside Delivery includes placing in -carton product inside the main level of a building. This
service does not typically include stairs or elevators. Quote is based on answers to the criteria below:
• Is this location a residential area?
• Can this location accept a 53' trailer/truck combination at potentially 76'?
• Is there a 42" receiving height dock available?
• Can this location accept skidded product?
Charge: Quoted on a per order basis
3. Deliver and Install
Definition: Standard installation rates are based upon the following terms and conditions:
• Installation occurs during normal weekday business hours, Monday thru Fridayfrom 7:00 AM to 5:00
PM local time, excluding holidays.
• Adequate facilities for delivery, unloading, moving, staging and storing the product during the
installation process shall be provided.
• The immediate installation area shall be complete and free of debris, including the carpet/flooring
during the installation time frame.
• Electricity, heat and adequate elevator service shall be furnished by the client at no charge.
Charge: Quoted on a per project basis. Minimum charge of up to $200. Standard installation (non -union,
normal business hours): $60.00 - $95.00 per hour. Pricing for Deliverand Install is outlined on page 49.
x. Provide pricing for warranties on aII products and services.
Kimball International Brands (Kimball, National, Etc., Interwoven, and David Edward) warrants that its
products are free from defects in materials and workmanship given normal use and care for as long as the
original customer owns and uses the product subject to the following full warranty document included on
page 50. Kimball International, at its option, will repair or replace any product with a comparable product,
part, or component, if the claim is eligible under the conditions of this warranty. The costs associated with
the delivery and labor to replace products, parts, or components can also be approved on a case -by -case
basis for reimbursement.
Kimball Internationa
46
Products & Pricing
Questions
xi. Describe any return and restocking fees.
Kimball International discourages product returns due to the likelihood of damage during the return
transportation. In the event a product return is necessary, Kimball International will make every attempt to
help keep the product in the field. Please contact customer service for assistance.
If attempts to keep the product in the field are unsuccessful, Kimball International will allow returns on
stocked items only with the following stipulations:
• 50% restocking fee
• Freight charge prepaid by dealer
• Product was never removed from the original carton
• Product must be returned within 30 days of RGA issue date
• Credit will not be issued if product returned is damaged
Please note most models in the Quick Delivery programs are produced on demand and cannot be
returned.
xii. Describe anyadditional discounts, special offers, promotions, orrebates available. Additional
discounts orrebates maybe offered forlarge quantity orders, single ship to location, growth, annual
spend, guaranteed quantity, etc.
Kimball International has provided tiered discounting. Discounts off list price will increase as the volume
increases by product category. Please refer to the included discount sheet on page 49. Any single order
over $250,000 list will be negotiated on a per -project basis.
xiii. Describe how customers verify they are receiving Contract pricing.
When a purchaser submits an order using a contract number, our system has the capability to flag pricing
discrepancies and pause the ordering process so correct contract pricing can be applied. We offer pricing
transparency with our OMNIA contract. Our member discounting is available on ourwebsite. End users
are also able to verifywith our Strategic Contracts Manager.
xis Describe payment terms and methods offered. Indicate if payment will be accepted via credit
card. If so, may credit card payments) be made online?Also state the Convenience Fee, if
allowable, per the Visa Operating Regulations.
For direct bill orders, Kimball International will accept payment through wire transfer, ACH, and
Visa/MasterCard with signature; however, ACH orwire transfer are preferred. For government entities, no
convenience fees will apply on credit card orders. Kimball International has an online payment portal in
which direct bill customers can make payments via ACH or credit card (government only). If an
authorized dealer is purchasing from Kimball International and invoicing the Participating Agency, the
dealer's invoice processes would apply. Any invoice issued will reference a contract or purchase order
number provided by or otherwise agreed to by the Participating Agency.
Kimball Internationa
47
Products & Pricing
Questions
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.
Member pricing will be discounted off Kimball International's identified list pricing. Discounts will remain
in effect through the life of the contract duration. Kimball International requests that new price lists may
be submitted for approval at anytime upon a thirty (30) daywritten notification and agrees that price
decreases shall be accepted at any time during the term of the contract. Kimball International will
continue to do their best to absorb the increased costs from transportation vendors; however, if the price
of fuel increases above the normal rates, tariff tax increase, or other similar situation, it may require Kimball
International to pass on the increased costs. Kimball International may address this situation with a
surcharge, rather than a price increase, so that it can be eliminated when appropriate.
xvi. Describe how future product introductions will be priced and align with Contract pricing
proposed. What is the proposed frequency for newproduct introductions?
We are continuously researching furniture applications, performance, materials, production, usability
needs, and much more to bring forth new ideas and solutions to the markets we serve. We average
around 30 product introductions/enhancements peryear usually in the spring and/or fall. Product
introductions/enhancements will be submitted with the list price, at the same discounting on the awarded
contract, unless it is a new product category for Kimball International.
xvii. Are repurpose or end of life programs offered? if so, explain the process.
Kimball International collaborates with Green Standards to provide a sustainable solution for the
redistribution of surplus workplace furniture. We introduce dealers and end users to our contact at Green
Standards and theywill work directlywith each other to determine how best to proceed with responsible
recycling of product. Please reference the Green Standards overview beginning on page 51 for more
information.
xviii. Are product loanerprograms available? If so, explain the requirements.
While we do not offer our own product loaner program, this is a common service provided or organized
through our distribution partners.
xix. Describe experience with Prevailing Wage and Bacon -Davis.
We are familiarwith the Davis -Bacon Act, however, we do not offer labor services directly. Labor and
prevailing wages will be applicable to services provided by our distribution partners.
xx. Provide any additional information relevant to this section.
We have no additional information to provide at this time.
Kimball Internationa
48
Products & Pricing
Proposed Discount Matrix
Omnia Partners - Region 4 ESC - TX
Kimball International Brands, Inc.
RFP 24-01 Furniture Installation and Related Services
Ancillary C:u--en; price list a. 0 11.1.2024
Brands:
Kimball
National
Etc.
Interwoven
David Edward
Systems Current price list as of 11.1.2024
Brands:
Kimball
Metal Filing Current price list as of 11.1.2024
Brands.
Kimball
Inside Delivery F Quoted on a per order basis -
Basic Installation - Normal Hours $60.00 - 595.00
Basic Installation - After Hours Wo.00-$150.00
Reconfiguration Services Quoted on a per order basisI Locally Negotiated
Design $65.00 - 595.00
Project Management $72.00 - $125.00
Systems Furniture, Freestanding Furniture, Seating/Chairs, Soft Seating, Filing Systems, Storage
and Equipment, Technology and Es ports Support Furniture, Library Furniture, Heaith and Science
Furniture, Cafeteria Furniture, Learning Spaces Furniture, Audio/Visual Furniture, Educational
Office Furniture, Privacy Pods, Phone, Sound Isolation Rooms and Furniture Booths, Related and
Ancillary Products, Accessories, and Solutions, Services and Support Solutions.
55.0% 55.5%
65.0% 65.0%
55.0% 55.5%
56.0% Negotiable
67.0% Negotiable
56.0% Negotiable
Kimball Internationa
49
LIFETIME WARRANTY General Information Revision Date 12.15.23
Kimball International Brands (Kimball,
National, Etc., Interwoven, and David
Edward) warrants that its products are
free from defects in materials and
workmanship given normal use and
care for as long as the original cus-
tomer owns and uses the product
subject to the conditions below.
This warranty is valid only if the prod-
uct is given proper care and mainte-
nance. Normal use is defined as the
equivalent of a single shift, forty -hour
work week. Products used in a multi -
shift have a 12-year warranty unless
noted with exceptions. Certain prod-
ucts are warranted for three -shift
24/7 service as shown in the applica-
ble price list at the time of order
acceptance.
The Company, at its option, will repair
or replace any product with a compa-
rable product, part, or component, if
the claim is eligible under the condi-
tions of this warranty, however, if a
product has been discontinued prior
to the Company's receipt of the war-
ranty claim, the Company reserves
the right to replace with a comparable
product in our current portfolio, as
determined by the Company in its
sole discretion.
Some products and parts may have
limited warranty periods (warranty
periods run from original date of pur-
chase), may be excluded from this
warranty, or may be subject to differ-
ent terms, as shown in the following
exceptions:
12-Year Warranty
• Wood chair frames/legs
10-Year Warranty
• Wood veneers and laminates
• Solid surface and EOS
5-Year Warranty
• All Etc. products except outdoor
products
• Mechanical & high -wear parts (such
as casters, glides, drawer slides,
moving chair arms, pneumatic lifts,
door seals)
• Height adjustable tables
• Electrical/power products
• Inflatable lumbar supports
• Lighting
• Monitor arms
• Keyboard kits
• Sinks/faucets
• Keyless locking
• Trendelenburg mechanism
• Central locking caster systems
• Recliner mechanism
• Covering materials (such as foam,
most textiles, 3D laminate, marker -
board, decorative trim)
3-Year Warranty
• Wool felt
• Mesh
2-Year Warranty
• Etc. outdoor products
1-Year Warranty
• Bean bags and poufs with EPS
(Expanded Polystyrene) fill
Exclusions:
This warranty does not apply to:
• Damage caused by a carrier
• Normal wear and tear that is
expected during the period of own-
ership
• The substitution of non -Company
components for use in place of
Company components
• Appearance, durability, quality,
behavior, colorfastness, or any other
attribute of C.O.M. (Customer's Own
Materials) or any other non-standard
material specified by the customer
• Color, grain, or texture of wood,
laminate, and other covering materi-
als, including but not limited to, nat-
urally occurring variations and
differences in grain character and
color between and within wood
species, and natural variations in
marble and leather, and industry
dye -lot variations in fabric color
• Alliance program fabrics
• Fabric, leather, and felt fading and
wear, discoloration from contact
with liquids, or change in color or
texture caused by the application of
finishes (flame proofing, stain resist-
ance)
• Products considered to be consum-
able (bulbs, light ballast, and certain
electronic products)
• Non-compliance with installation
and maintenance instructions
• Damages or failures resulting from
modifications, alterations, misuse,
abuse, negligence, or improper care
and maintenance of our products
EXCEPT AS EXPRESSLY SET FORTH
ABOVE, THERE ARE NO OTHER WAR-
RANTIES EITHER EXPRESS OR
IMPLIED, INCLUDING BUT NOT LIM-
ITED TO, ANY WARRANTY OF MER-
CHANTABILITY OR FITNESS FOR ANY
PARTICULAR PURPOSE. TO THE
EXTENT PERMITTED BY LAW, WE
EXCLUDE AND WILL NOT PAY CONSE-
QUENTIAL, PUNITIVE, OR INCIDENTAL
DAMAGES UNDER THIS WARRANTY.
Notes:
Kimball International's family of brands
includes Kimball, National, Etc.,
Interwoven, and David Edward.
References to the "Company" in this
warranty refer to the relevant brand
whose product is at issue. Facility
managers and users are urged to
make periodic inspections to look for
signs of structural fatigue, damage,
and potential failure that may occur as
a result of daily handling and use.
Inspections should include the struc-
tural joints, corner blocks, screws or
fasteners, welds, and any other points
of stress. If any problems are found,
the product should be taken out of
service and Customer Service should
be contacted promptly at
800.482.1717.
This warranty is made to the original
customer for as long as the original
customer owns and uses the product.
This warranty is only valid if the prod-
ucts are given normal and proper use,
as well as installed, used, and main-
tained in accordance with the Com-
pany's installation and/or application
guidelines and installed by an author-
ized dealer or agent. The Company
assumes no responsibility for repairs
to products sustaining damages
resulting from user modification,
attachments to a product, misuse,
abuse, alteration, or negligent use of
our products.
Wood Finish Color Matching
Each piece of natural wood offers
unique texture and grain. Minor varia-
tions in finish color and value may
occur due to the natural characteris-
tics of wood. The Company carefully
selects all materials used in every
product ensuring a commercially
acceptable color and finish. Factors
such as aging and exposure to light
alter finishes.
Fabric Color Matching
The Company will always ship a satis-
factory commercial match on fabric.
Because of industry dye -lot variation,
colors may not match exactly.
Process for Warranty Issues:
(D Contact Customer Service
(800.482.1717) and provide them
with the serial number from the
product in question and the pur-
chase order number or acknowl-
edgement number and a detailed
description of the warranty issue.
Serial numbers are mandatory
before the claim can be
processed.
Customer Service will determine
and pre -approve all resolutions to
the claim such as replacement
units, service parts, labor, and
repair charges. Upon approval,
resolutions will be assigned an
authorization number.
The authorization number must
be included on all invoices for
reimbursement. Any unauthorized
charges will not be the
responsibility of the Company.
50
Kimball International
. •� J Jj 7 j i ,+J
Y/'f�tf �.. L��iIC�; � Y T�f'+ � ���,. . S•:. �! -G�Zi� �F . �. i � S - � - '/ "�, .l�•
Kimball International is dedicated to
building a more sustainable future and
making a difference.
In an average office renovation, more than 80%of the furniture, fixtures, and
equipment is sent to landfill. Kimball International collaborates with Green
Standards to provide a sustainable decommission solution. This strategic
partnership diverts products from landfills and donates products to non-
profits, schools, and charitable organizations.
Green Standards offers a cost -competitive office decommissioning platform
that keeps more than 98%of your FF&E out of the landfill while maximizing the
value of these resources. With an extensive network of non -profits, resellers,
recyclers, and commercial movers, Green Standards can deliver results on
enterprise -level projects anywhere in the world.
Through industry -leading expertise, proprietary technology, innovative
strategies and diligent planning, project costs are equal or less than
conventional landfill disposal.
QGreen I & Kimbalf
Standards International
About Green Standards
CAPTURING VALUE IN WORKPLACE CHANGE
Green Standards is a specialized environmental firm that has helped large organizations around
the world divert 100,000 tons of surplus office, hospitality, and health furniture, equipment,
and supplies from landfill (a 98.6% landfill diversion rate), As a result, clients have generated
$40M+of in -kind donations cumulatively to 5,000+ non -profits, schools, and charitable
organizations in their communities_
LAN DFi LL
DIVERSION
RATE
(avwEIGHT)
Client Story
NEW HQ PROVIDES DONATIONSTO COMMUNITY
Summit, an insurance and holdings company, recently relocated their headquarters from a
12-building campus to a new 130,000-square-foot building in downtown Lakeland, Florida.
This meant that many floors worth of furniture, equipment, and supplies would no longer be
needed. Summit partnered with Green Standards to arrange charitable donations, resale, and
specialized recycling to keep these items out of landfills while helping the community.
IPA
�i'X�C Zvi' .Mn �4 si�.i"� - •�3 yvl.'
Community Engagement
through charitable organization testimonials that receive furniture,
helping to demonstrate the power of community investment.
Environmental Impact
is measured by the amount of furniture diverted from landfill by
"In
f.
2 j A 4
__ __.-...�•'•.y' �_-fix
}
Quick Response
• No financials up to $250,000
• Easier and quicker than a traditional bank loan
• Same -day credit approval
Conserve working capital
• Keep your cash on hand
• Grow your business without a large cash outlay
Custom tailored, flexible solutions
• Financing is custom -fit to meet your company goals
• 24 to 72 month terms
• Various purchase options
APPLY NOW OR GET A QUICK QUOTE
Contact us:
80 0.606.0049
FinanceWithKimball
kimbal I@horizonkeystone.com
cbeyer@peacsolutions.com
Convenient tax benefits
• Your purchase could be 100% tax deductable
• Finance most any type of business equipment
including A[V, software, HVAC, and technology
Bundled financing solutions for a total project
. $10,000 up to $1,000,000
• Bundle yourtotal project under one affordable
payment with your furniture: walls, sound masking,
installation, art, accessories and any other soft costs
with your furniture
GET STARTED TODAY
Request a quote at:
FinanceWith Kimball
h-Ltps://apply-marlinr-apitalsolutions.com/authfHKF/Ftimiture
800-606-0049
C beye r@ peat s o l u ti on s-com
2 Complete a credit application:
Apply Now
3 Sign and return the documents.
4 We place your order
5 You take delivery and installation
9 Kim balflnternational
56
/L PFAC'
Performance Capability
Questions
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
howproducts andservices will be distributed nationwide, include a plan formarketing the products
and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners.
Our detailed response to Appendix D, Exhibit A can be found beginning on page 68.
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. Offerorss response should include anyproposed
exceptions to OMNIA Partners Administration Agreement on Appendix B, Terms and Conditions
Acceptance Form.
Kimball International's signed response to Appendix D, Exhibit B can be found on page 111.
iii. Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. NewJersey
Business Compliance.
Kimball International's completed Appendix D, Exhibit F can be found beginning on page 118. Our
completed Appendix D, Exhibit G can be found beginning on page 149.
iv. Describe how Offeror responds to emergency orders.
Emergency orders are managed through Kimball International Customer Service utilizing a "hot rush"
order process, after receipt of order. When Customer Service is notified of an emergency order, Customer
Service immediately notifies Order Entry of receipt of order, and Order Entry locates emergency order
and processes ASAP.
v What is Offeror's average Fill Rate?
Kimball International is performing 99.3% to Purchase Order Line Item.
vi. What is Offerorss average on time delivery rate? Describe Offerorss history of meeting the
shipping and delivery timelines.
Kimball International provides ship dates because delivery time between carriers varies. Fulfilling our
orders on time according to the ship dates we acknowledge to our customers is a top priority. We have a
goal of 98% for on time shipping performance. All parts of our business, from manufacturing to customer
service to logistics, is highly involved and committed to achieving this goal. Each order that does miss a
ship date is analyzed to determine the cause of the miss and corrective action is taken. Processes are
enhanced or changed in order to help us achieve our goals.
Kimball Internationa
58
Performance Capability
Questions
vii. Describe Offeror's return and restocking policy.
Kimball International discourages product returns due to the likelihood of damage during the return
transportation. In the event a product return is necessary, Kimball International will make every attempt to
help keep the product in the field. Please contact customer service for assistance.
If attempts to keep the product in the field are unsuccessful, Kimball International will allow returns on
stocked items only with the following stipulations:
• 50% restocking fee
• Freight charge prepaid by dealer
• Product was never removed from the original carton
• Product must be returned within 30 days of RGA issue date
• edit will not be issued if product returned is damaged
Please note most models in the Quick Delivery programs are produced on
demand and cannot be returned.
viii. Describe Offeror's ability to meet service and warranty needs.
Kimball International Brands (Kimball, National, Etc., Interwoven, and David Edward) warrants that its
products are free from defects in materials and workmanship given normal use and care for as long as the
original customer owns and uses the product subject to conditions outlined in the full warranty document
included on page 50.
ix. Describe Offeror's customer service/problem resolution process. Include hours of operation,
number of services, etc.
Kimball International empowers our Customer Support Specialists -the first point of contact for our
customers - to make decisions as needed to take care of the customer. This allows issues to be resolved
quickly, so our customers can get back to doing what's important to their business. If a resolution cannot
be reached with the Customer Support Specialist, they will engage the Customer Service Manager and/or
Director of Customer Service Excellence. It is very rare that issues reach this level or beyond, but the next
level of escalation would include the Senior Director of Customer Excellence and/or the Chief Operating
Officer.
Kimball International has customer responsiveness metrics based on best -in -class industry standards.
Specific metrics we review include Inquiry Resolution Within First Contact, Average Response Time,
Average Speed to Answer, and more.
Kimball International's Customer Service is available between 8am to 6pm Eastern Time, Monday thru
Friday, except for holidays. They can be reached via toll free number at 800.482.1717, fax at 866.418.8516,
or through the chat feature on the website at httr)s://www.kimballinternational.com/home.
Kimball Internationa
59
Performance Capability
Questions
x. Describe Offerorss invoicing process. Include payment terms and acceptable methods of
payments. Offerors shall describe any associated fees pertaining to credit cards/p-cards.
Invoicing Process: Upon product shipment, our SAP order management system automatically generates a
copy of the invoice which is then sent electronically to the designated contact. Any invoice issued will
include references to contract or purchase order numbers as originally provided at time of order entry.
Payment Terms:
Direct Bill Orders - Net due thirty (30) days from the latter of receipt of invoice or receipt of product
Dealer Bill Orders - Terms to be negotiated between member and dealer
Acceptable Methods of Payment:
Direct Bill Orders - Wire transfer, ACH, or Visa/Mastercard with signature. Wire transfer and ACH are
preferred.
Credit Card/P-Card Fees: N/A
Kimball Internationa
60
Performance Capability
Questions
xi. Describe Offeror's contract implementation/customer transition plan.
Although Kimball International has an existing OMNIA Region 4 contract, we are enthusiastic to continue
our partnership in offering this contract to our end users. We plan to market with the following actions:
Within one week of award:
Kimball International's Strategic Contracts Manager, jointly with OMNIA Partners Leadership will
communicate a new OMNIA Partners, Region 4 contract through its website and direct communication to
its selling and leadership teams. Kimball International will partnerwith our OMNIA Partners Marketing
Portfolio Manager to create and launch press release announcing the new contract and award. Kimball
International's marketing team will announce the award on social media. Most importantly, we would
notify our Regional Sales Directors and our Vice President of A+D who would coordinate all training
among our Market Sales Managers and dealer distribution.
Within 30 days of award, Kimball International will:
• Schedule a meeting with our OMNIA Partners Directorof Partner Development to reviewcontract
expectations
• Develop a nationwide joint marketing/sales plan with our Portfolio Marketing Manager and Director of
Partner Development
• Review, train, and present contract changes with Kimball International Market Sales Managers, Strategic
Sales Management team, and Customer Service teams
Within 90 days of award, Kimball International will:
•Create PowerPoint and other types of communication that highlight new award and its changes.
• Create presentation and develop training schedule for Kimball International's dealer distribution.
• Review all existing opportunities and notify of new award and date.
• Complete presentation and roll out to Kimball International's dealer distribution.
• Develop tracking plan for new contract progress.
• Meet with OM NIA Partners and Region 4 to review progress and activity.
• Design and distribute a co -branded marketing pieces showing the benefits of the contract
xii. Describe the financial condition of Offeror.
Kimball International is not currently involved, as a party, to any litigation that is likely to have any material
impact on the Company. The Company has never sought bankruptcy protection, nor has the Company
otherwise pursued any form of legal reorganization based on opportunities to reorganize to address
financial issues that may be afforded under any federal or state law.
Kimball International is a wholly owned subsidiary of HNI Corporation which is publicly traded on the New
York Stock Exchange (NYSE: HNI)
Kimball Internationa
61
Performance Capability
Questions
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.
www.kimballinternational.com enables customers, dealers, A&D, investors, and job seekers to visit one
streamlined site encompassing all of our brands: Kimball, National, Interwoven, David Edward, and Etc.
Users are able to view and download product literature for all series, access price lists, download eTools
files, read about our sustainability and diversity initiatives, navigate a virtual showroom tour, listen to our
Alternative Design podcast, and so much more.
xiv. Describe the Offeror's safety record.
We strive for an injury -free working environment for our people. We have always had a deep commitment
to the health and safety of our people, and we continue to build on that commitment. From our guiding
principles, we know that'our people are the company,' and our most valuable asset.
The industry average safety rate is 4.31%. The Kimball International 2023 injury rate was 0.58%, and so far
in 2024, our injury rate is 0.19%. The industry average DART (Days Away, Restrict and Transferred) rate is
2.24%. The Kimball International 2023 DART rate was 0.17%, and so far in 2024, our DART rate is 0.00%.
This is measured in Lost Time Cases per100 members.
We are very proud of our safety measures and we are continuously improving to create an even safer
environment for all employees.
xv. Describe Offeror'sgreen or sustainability program. What type of reporting or re views are
available to participating agencies?
All Kimball International manufacturing and warehouse locations have implemented an Environmental
Management System (EMS) and nearly all of these locations have achieved third party ISO 14001
registration, the global standard for environmental protection and commitment to continuous
improvement. The ISO 14001 EMS requires continuous improvement initiatives to reduce impacts on the
environment. We report our progress to sustainability and environmental goals in our annual ESG report
(https://www.kimballinternational.com/kii-esg). Environmental and testing certifications (SCS Indoor
Advantage Gold, and ANSI/BI FMA) are available on our ecoChecker (ecomedes) landing page
(httr)s://kimballinternational.ecomedes.com/). We also report to SBTi (Science Based Targets Initiative)
and CDP (Carbon Discloser Project). Our Environmental Policy and ESG report are included beginning on
page 64.
Kimball Internationa
62
Performance Capability
Questions
xvi. Describe any social diversity initiatives.
Kimball International promotes an environment where each employee is valued, respected, and treated
with dignity. We believe that diverse voices are essential in creating an organization where every person
feels a sense of belonging, and we are committed to creating equity and a sense of inclusion for all. This is
our mission and commitment.
To change the world, we begin from within. We strive to be a great employer and, as a subsidiary of HNI
Corporation, are committed to being a safe, inclusive, and supportive environment. We extend this
commitment to partners in our supply chain and the communities where we live and work.
Respecting People Goals:
• Invest 1% of pre-tax profits, on average, in communities where HNI operates
• Increase diversity in leadership positions to 40% women leaders and 15% ethnically diverse leaders by
2026.
To read more about our efforts, please visit: httr)s://www.kimballinternational.com/kii-esa
xvii. Provide any additional information relevant to this section.
We have no additional information to provide at this time.
Kimball Internationa
63
Environmental Policy
The Environment is Our Home
We will be leaders in not only protecting, but enhancing our world.
Kimball International is dedicated to continued excellence, leadership, and
stewardship in protecting the environment, the health and safety of our employees,
and the members of the communities in which we work and live. We strive to
eliminate pollution and emissions generated at the source, to use renewable
materials, and to maximize the reclamation and recycling of materials.
All Kimball International manufacturing and warehouse locations have implemented
an Environmental Management System (EMS) and nearly all of these locations have
achieved third party ISO 14001 registration, the global standard for environmental
protection and commitment to continuous improvement. The ISO 14001 EMS
requires continuous improvement initiatives to reduce impacts on the environment.
We will:
• Comply with all relevant environmental legislation regulations, customer
specifications, and other requirements that apply to our organization.
• Review all pertinent changes to our business to determine how they impact
the environment.
• Measure and monitor our environmental performance and pursue pollution
prevention by continuously striving to minimize the negative impact on the
environment, through a process of continual improvement in our environmental
performance that supports our sustainability strategy.
• Integrate the consideration of environmental concerns and impacts into our
strategyand decision making.
• Strive to promote environmental awareness among our employees and
encourage them to work in an environmentally responsible manner.
• Communicate our environmental commitment to key stakeholders and report
on our environmental program and progress.
Kimball'Internatienal
64
cm
O
N
�V
O
Rs
�
O
V
�
O
N
i
�
W
U}
IN�I1
A Message from Our CEO
From Jeffrey Loreng er
CEO of HNI Corporation
Since HNI's founding, we have been committed to being a
great placate work and always striving to do better in our
manufacturing operations and with the products we build
for our customers.
As we lookto the future, we will continue to build on our
successes and achievements helping improve the lives of our members, supporting ourcustomers
and trade partners, contributing to our communities, becoming ever more sustainable in our
operations and products, and being a powerful, positive force for good.
We welcome Kimball International to the HNI family and celebrate the progress they have made as
outlined in this report.
Kimball International / 2022 Environmental, Social, and Governance Summary
A Message from Our COO
From Kourtney Smith
COO of Kimball International
Kimball International's manufacturing journey began over 70 years ago by
hand -crafting furniture and pianos in rural Indiana. Since the beginning, it's been
a priority to build communities, form connections, develop a sense of belonging,
and be engaged in creating a sustainable future.
As we have grown, ourstrong values have guided our belief in doing what's right, not
onlyforthe communities we serve, but to make a positive impact on the world. We continue ourdedication to
advance our ESG goals and lead the way as a socially responsible company, and our our latest results showcase
those commitments and successes.
This year, in 2023, Kimball International is transitioning our ESG goals and commitments intothe collective HNI family
of brands. We are proud to contribute our dedication and passion as we work each day to make a difference in the
communities we serve.
Corporate responsibility has always been embedded in Kimball International's purpose and howwe do business and we
are excited to provide our final report. As one of our long-standing Guiding Principles states, "The environment is our
home. We will be leaders in not only protecting but enhancing our world.- The Kimball International family will continue
to dare to make a difference so that we not only lead by example, but we leave a legacy of lasting impact.
66
OurApproach
to Sustainability
2022 Kimball International ESG Performance
In 2021, our ESG Leadership Council developed a suite of
ESG goals to drive our performance and accountability in
areas of significant impact for our business. Aligned with our
ambition to "lead by example," as well as our Comm fitment to
transparency, we are publishing this 2022 ESG Summaryto
showcase how we performed againsttheze 'S_ guatsand
the promiseswe made to ourstakeholders at the outset of
this journey. The following table highlights ourperformance
toward achieving each goal.
In 2023, Kimball International was acquired by HNI
Corporation.Aswe integrate together, we are steadfast in
upholding our responsibility to manage the impacts of our
business upon people and the planet. We are grateful to
partnerwith a companythat shares ol., to
this mission.
Forfurther detail on our ESG Strategy and related initiatives,
see our ESG webs to
1 Climate Change and Reduce Combined Scope 1 and Scope 30.6% reduction in combined Scope 1 and location -based Scope 2
Energy Management 2 Greenhouse Gas Emissions 50% by emissions compared with a 2018 baseline.
the end of fiscal year 2030 from a 2018 46.4% reduction in combined Scope 1 and market -based Scope 2
Baseline. emissions compared with a 2018 baseline.
Increased procurement of renewables-
Completion of first Scope 3 emissions inventory.
2 Waste Management
3 Water Use
4 Supplier Management
5 Employee Safety
6 Workforce Diversity
7 Ethics and Compliance
Training Completion
Kimball International / 2022 Environmental, Social, and Governance Summary
Obtain Zero Waste certifi� j)Rnp .f r
facilities by the end of fisca yeah A -
Use a context -based approach to identify
operations in stressed water catchments
by end of fiscal year 2023.
Achieve 90%of strategic suppliers signing
the Kimball International Business Partner
Code of Conduct by the end of fiscal
year2023.
Maintain our Total Recordable Incident
Rate (TRI R) well below industry average,
targeting 1.5 or lower.
We seek to hire diverse talent enabling
us to meet or exceed racial/ethnic
representation in the communities in
which we serve.
Achieve a completion rate of 95% in
Ethics and Compliance training for
enrolled employees year -over -year.
67
Achieved Zero Waste certification for our Santa Claus, Indiana
manufacturing facility.
Completed water risk assessment for company owned facilities.
Company owned facilities are operating in low or low -medium
water related risk areas.
98%of strategic suppliers signed Business Code of Conduct.
Ended 2022 with a TRIR of 1.04, the lowest in our company's history.
Refined our talent acquisition strategy to attract more diverse candidates.
Increased minority representation of professional new hires.
Empidyee retention positively impacted by DEIB education and
programs.
99% of employees completed Ethics & Compliance training
Appendix D, Exhibit A:
Response for National
Cooperative Contract
',.. Kimball lrite rn��f onal
60
Appendix D, Exhibit A
3.1 Company Response
A. Brief history and description of Supplier to include experience providing similar products and
services.
Kimball International is a leading omnichannel commercial furnishings company with deep expertise in
the Workplace, Health, and Hospitality markets. We combine our bold entrepreneurial spirit, a history of
craftsmanship, and today's design -driven thinking alongside a commitment to our culture of caring and
lasting connections with our customers, shareholders, employees, and communities.
For over 70 years, our brands have seized opportunities to customize solutions into personalized
experiences, turning ordinary spaces into meaningful places. Our family of brands includes Kimball,
National, Etc., Interwoven, David Edward, Kimball Hospitality, and D'style.
Our story started in 1950 as an upstart company with a vision to be more. That vision became the
foundation that guides us today and inspires the culture we cultivate.
As humans, we relentlessly search for meaning. And since long before the first Kimball -built cabinet rolled
out of production, people have been finding that meaning in the spaces we shape into places — places
that build communities, form connections, and develop a sense of belonging. But it's not enough.
We have an itch to do more — to grow, learn, and seek something new. While change requires embracing
the unknown, we know that only by breaking out of our own worlds can we make a better one. And at
Kimball International, we bring this promise to life with every product we create.
That's why we build heart into everything we make and do. Why we give each other the room to discover
our best and bring out the best in others.
From shop floor to showroom, we've always crafted with an eye to the future. Helping every life our
products touch to not just stage moments; but seize them. We believe that we can do more than just
search for meaning. We can empower people to unlock their potential and bring it to life. Because we
Dare to Be Makers of Possibility.
For more information on our rich history, please visit: https://www.kimballinternational.com/our-
comoanv/history.html
v 'ZIN "s
T
Kimball Internationa
69
Appendix D. Exhibit A
3.1 Company Response
B. Total number and location of salespersons employed by Supplier.
The Kimball International field sales team covers all 50 states, the District of Columbia, Canada, and some
U.S. Territories. Our sales team is approximately 150 strong with a variety of roles including: Market Sales
Managers, Regional Sales Directors, Showroom Experience Managers, Design Strategists, A&D
Representatives, Regional Workplace Advisors, Health Sales Managers, and leadership within a variety of
verticals.
C. Number and location of support centers (if applicable) and location of corporate office.
Kimball International distribution centers consists of over 750 dealers located throughout the United
States. Kimball International currently has 8 Showrooms located in:
Atlanta, GA
Boston, MA
Chicago, IL
Dallas, TX
Jasper, IN
Los Angeles, CA
New York City, NY
Washington, DC.
We have approximately-3,000,000 Sq Ft. of manufacturing space throughout Indiana and Kentucky.
Our corporate headquarters are located at:
Kimball International
1600 Royal Street
Jasper, IN 47546
Kimball Internationa
70
Appendix D, Exhibit A
3.1 Company Response
D. Annual sales for the three previous fiscal years.
a. Submit FEIN and Dunn & Bradstreet report.
Our FEIN # is 35-1688210 and our Dun & Bradstreet summary report is available beginning on page 86.
E. Describe anygreen or environmental initiatives orpolicies.
In 2023, Kimball International was acquired by HNI Corporation. As we integrate, we are steadfast in
upholding our responsibility to manage the impacts of our business upon people and the planet. We are
grateful to partner with a company that shares our commitment to this mission. Kimball International is
dedicated to continued excellence, leadership, and stewardship in protecting the environment, the health
and safety of our employees, and the members of the communities in which we work and live. We strive to
eliminate pollution and emissions generated at the source, to use renewable materials, and to maximize
the reclamation and recycling of materials.
All Kimball International manufacturing and warehouse locations have implemented an Environmental
Management System (EMS) and nearly all of these locations have achieved third party ISO 14001
registration, the global standard for environmental protection and commitment to continuous
improvement. The ISO 14001 EMS requires continuous improvement initiatives to reduce impacts on the
environment.
We will:
• Comply with all relevant environmental legislation regulations, customer specifications, and other
requirements that apply to our organization.
• Review all pertinent changes to our business to determine how they impact the environment.
• Measure and monitor our environmental performance and pursue pollution prevention by continuously
striving to minimize the negative impact on the environment, through a process of continual
improvement in our environmental performance that supports our sustainability strategy.
• Integrate the consideration of environmental concerns and impacts into our strategy and decision
making.
• Strive to promote environmental awareness among our employees and encourage them to work in an
environmentally responsible manner.
• Communicate our environmental commitment to key stakeholders and report on our environmental
program and progress.
Kimball'International
71
Appendix D, Exhibit A
3.1 Company Response
Current goals and achievements include:
• 30.6% reduction in combined Scope 1 and location -based Scope 2 emissions compared with a 2018
baseline.
• 46.4% reduction in combined Scope 1 and market -based Scope 2 emissions compared with a 2018
baseline.
• Increased procurement of renewables.
• Completion of first Scope 3 emissions inventory.
• Achieved Zero Waste certification for our Santa Claus, Indiana manufacturing facility.
• Completed water risk assessment for company owned facilities.
• Company owned facilities are operating in low or low -medium water -related risk areas.
For more details about our initiatives, please visit httiDs:://www.kimballinternational.com./kii-eso-
F Describe any diversity programs or partners supplier does business with and how Participating
Agencies may use diverse partners through the MasterAgreement. 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.
Kimball International's mission is to seek out and actively engage with a full range of diverse suppliers on a
global scale. We embrace the importance of supplier diversity and support building partnerships with
small businesses. We will continue to grow and expand on this important segment by focusing on Veteran,
Minority, and Women owned business enterprises (MWBEs) as a value-added strategy. We are dedicated
and committed to supporting innovation that flows from diversity in our supply chain strategy. Our focus
will be on development and engagement committed to empowering minority enterprises. Annually, we
set goals with the intent to spread a portion of spend among these businesses. The utilization of a diverse
supplier does not impact the cost of Kimball International products or services.
For more details, please reference our Supplier Diversity Program outlined on page 110.
Our certified diverse distribution partners are noted on our included Authorized Dealer Listing beginning
on page 174.
Kimball Internationa
72
Appendix D. Exhibit A
3.1 Company Response
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 x No
If yes, list certifying agency:
b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE)
_ Yes x No
If yes, list certifying agency:
c. Historically Underutilized Business (HUB)
_ Yes x No
If yes, list certifying agency:
d. Historically Underutilized Business Zone Enterprise (HUBZone)
_ Yes x No
If yes, list certifying agency:
e. Other recognized diversity certificate holder
_ Yes x No
If yes, list certifying agency:
While we do not qualify as a diverse supplier as a publicly traded company, it is still very important to us to
work with suppliers and distribution partners who are certified diverse suppliers. We strive to not only
source materials from diverse suppliers, but also work with dealer distribution partners within each region
who qualify as diverse suppliers.
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.
We recognize the impact diverse collaborations have on our internal and external ecosystems and
continue to seek ways to increase access and visibility for all categories of diverse suppliers, to include:
• Small disadvantaged business
• HUBZone small business concerns
• Veteran owned small business concern
• Service -disabled veteran -owned small business concerns
• Women -owned small business (WOSB)
• Alaska Native Corporation (AN C)
Kimball Internationa
73
Appendix D. Exhibit A
3.1 Company Response
1. Describe how supplier differentiates itself from its competitors.
Kimball International offers 5 distinct brands that work together seamlessly to create complete, human -
centric solutions. From products and accessories, to sustainable practices that protect the place we call
home, we always deliver on our promises. Because to us, it's notjust ourjob — it's who we are. So, whether
working with us or for us, we're committed to building the relationships that help us all thrive. We don't
just fill rooms — we create research -driven opportunities to heal, learn, work, relax, discover, and connect.
Regardless of project size, we put in the same care and concern for each order. Kimball International
values long-term partnership over short-term gain. We believe no project is too small, and we are
honored to deliver high -quality solutions to our end users and distribution partners alike.
At Kimball International, we continually strive to achieve industry leading production dependability, with
the majority of our Kimball, Interwoven, and David Edward products being at a 4-5 week lead-time or less,
and most of our National and Etc. products being at a 2-3 week lead time.
Kimball International has customer responsiveness metrics based on best -in -class industry standards.
Specific metrics we review include: Inquiry Resolution Within First Contact, Average Response Time,
Average Speed to Answer, and more.
J. Describe any present or past litigation, bankruptcy or reorganization involving supplier.
On June 1st, 2023, HNI Corporation completed the acquisition of Kimball International (KII). Kimball
International is involved in various kinds of disputes and legal proceedings that have arisen in the ordinary
course of its business, including pending litigation, environmental remediation, taxes and other claims. It
is the Corporation's opinion, after consultation with legal counsel, that liabilities, if any, resulting from
these matters are not expected to have a material adverse effect on the Corporation's financial condition,
although such matters could have a material effect on the Corporation's quarterly or annual operating
results and cash flows when resolved in a future period. Kimball International has no past or current
bankruptcies to disclose.
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 individuals) who has been convicted of a felony and
provide the names and convictions.
Kimball International is a wholly owned subsidiary of H N I Corporation, which is a publicly held company,
therefore this reporting requirement is not applicable.
L. Describe any debarment or suspension actions taken against supplier
None
Kimball Internationa
74
Appendix D. Exhibit A
3.2 Distribution, Logistics Response
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.
The workplace is undergoing a transformative shift. At Kimball International, we're committed to helping
businesses embrace this evolution by recognizing the power that place has for nurturing a stronger sense
of belonging —a proven catalyst for organizational success. Our experienced sales, design, and project
management teams will work in conjunction with distribution partners and members to ensure project
success from start to finish.
Kimball International is offering a comprehensive portfolio consisting of Systems Furniture, Freestanding
Furniture, Seating/Chairs, Soft Seating, Filing Systems, Storage and Equipment, Technology and Esports
Support Furniture, Library Furniture, Health and Science Furniture, Cafeteria Furniture, Learning Spaces
Furniture, Audio/Visual Furniture, Educational Office Furniture, Privacy Pods, Phone, Sound Isolation
Rooms and Furniture Booths, Related and Ancillary Products, Accessories, and Solutions, and Services
and Support Solutions.
B. Describe ho w supplier proposes to distribute the products/service nationwide. Include any states
where products and services will not be offered under the Mas ter Agreem en t, including U.S.
Territories and Outlying Areas.
Kimball International works with a robust network consisting of both regional and nationwide distribution
partners.
Our field sales team is dedicated to small volume, day to day business and large-scale projects alike. Our
teams are regional empowering them to provide comprehensive support in both larger primary markets
and smaller secondary markets. In addition to local sales support, our project team consists of strategic
sales managers, customer support specialists, project managers, design strategists, healthcare -specific
advisors, A&D advisors, and more, all working toward the common goal; putting the customer first in all we
do.
C. Describe how Participating Agencies are ensured they will receive the MasterAgreement
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.
Participating Agencies may submit orders directly with Kimball International or through any of our
authorized dealer partners. Both direct and distribution purchasers will be provided with a contract
number and discounting for the order. When an order with a contract number is submitted, our system
assigns the correct discounting and terms of the contract. This system also automatically flags any pricing
discrepancies for correction prior to releasing an order acknowledgment. This multi -point process is
instantaneous and ensures compliance and accuracy for customers. Participating Agencies are able to
verify and audit pricing on our website and with our Strategic Contracts Manager.
Kimball Internationa
75
Appendix D,
3.2 Distribution,
Exhibit A
Logistics Response
D. Identify all other companies that will be involved in processing, handling or shipping the
products/service to the end user.
Orders are submitted to Kimball International by our distribution partners. Products are manufactured by
Kimball International -owned facilities. Our shipping is done by use of our own fleet of trucks, selected
contracted carriers, and our servicing dealers at the local level. We carefully select specific carriers for
regional locations to provide the expert and efficient service required to handle and deliver our furniture
quickly, efficiently, and damage free. Carriers who we have contracts with are:
ALTL Inc
American Trans Freiqht
American West Worldwide Express
AT Transportation
Averitt Express
AWG Logistics (ATLAS)
Belmont Freiqht Corp.
BNSF Loqistics
Bohren Loqistics (JPH Aqencv)
Buchanan Haulinq
CH Robinson
Circle Loqistics
Commercial Furniture Transport
Dallas & Mavis
Dayton Freiqht Lines
E.H. Hamilton Truckinq
Echo Global
Edwards Distribution Services
Federal Express
Hammer Down Haulin
Interstate Express Messenger Service
Kroach Enterprises
Landstar Ranqer
Mackie Group
Meyer Loqistics
Nancv Baer Truckinq
Nation's Express
North American Van Lines (STI)
Panther II
Pilot Freiqht Services
Reddawav Truckinq
RT&T Loqistics
Southeastern Freiqht Lines
Summit Express
Total Qualitv Loqistics (TQL)
Tradewinds Loqistics
Trailiner
Transportation Solutions Group (Redwood
Loqistics)
TW Transport
United Parcel Service
US Xpress
USF Holland
Watco Supply Chain Solutions
WDS Trans
Wisewav Motor Freiqht
XPo
YRC (Formerly Roadway & Yellow)
Zenith Freiqht Lines
E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail
network as applicable.
Location
Jasper, Indiana Roval Avenue
Atlanta, Georqia
Boston, Massachusetts
Chicaqo, Illinois
Dallas, Texas
Los Anqeles, California
New York Citv, New York
Washington D.C.
Danville, Kentuckv
Danville, KY
Jasper, Indiana 11th Avenue
Santa Claus, Indiana
Fordsville, Kentuckv
Salem, Indiana
Jasper, Indiana 16th Street
Jasper, Indiana 15th Street
Jasper, Indiana Cherry Street
Santa Claus, Indiana XRD - CFC2
Jasper, Indiana CFC3
Garland, Texas TRDC
Approximate Square Footaqe
Description
190,000
Headquarters
6,490
Showroom
11,740
Showroom
12,960
Showroom
6,660
Showroom
7,650
Showroom
9,250
Showroom
6,440
Showroom
158,000
Manufacturinq
20,000
Warehouse
282,000
Manufacturinq
324,000
Manufacturinq
198,000
Manufacturinq
347,000
Manufacturinq
204,000
Manufacturinq
253,000
Manufacturinq
177,000
Manufacturinq
363,000
Warehouse
370,000
Warehouse
60,000
Warehouse
In addition to our distribution facilities, warehouses, and showroom experience centers, our dealer
network often showcases Kimball International product on their showroom floors. They utilize their own
warehousing facilities. Combined, our distribution partners have millions of square feet of space available
to members.
Kimball International
76
Appendix D, Exhibit A
3.3 Marketing & Sales Response
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.
Kimball International kindly requests that our Top 10 Public Agencies (page 83) and our References (page
197) are not made available on the website. We do not wish to disclose current customers to our
competitors.
B. Provide a detailed ninety-dayplan beginning from award date of the MasterAgreement
describing the strategy to immediately implement the MasterAgreement 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
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
Leadership Endorsement Plan, to be executed within the first 10 days:
• VPs of Sales and Public Sector Sales Managers will announce contract award within 10 days of
notification to all sales leadership, field sales members, and dealer partners.
• There will be an announcement to reinforce the new OM NIA Contract to all field sales members on
Monthly Field Sales Call.
• Supporting documentation will be sent out via email
Education and Training Plan, to be executed within the first 90 days:
• Meeting will be scheduled with OM N IA Partners Director of Partner Development to review contract
expectations
• An email blast will be sent to launch the new contract to Field Sales which will also be reinforced on
Monthly Field Sales Call
• The benefits of OMNIA Region 4will be reiterated via training module to all Kimball International Sales
Team including Customer Service and Sales Operations
• The Regional Sales Directors will workwith Market Sales Managers and Public Sector Sales Managers on
market specific sales plans
• Market Sales Managers, Public Sector Sales Managers, Customer Service, and Sales Operations will be
trained on contract specifics making the adoption of the new contract rollout seamless
• Market Sales Managers and Public Sector Sales Managers will train and educate dealers and end users
on the benefits of OMNIA
• Kimball International will workwith OMNIA Portfolio Marketing Manager and Director of Partner
Development to develop nationwide/joint marketing and sales plan
Kimball Internationa
77
Appendix D. Exhibit A
3.3 Marketing & Sales Response
C. Provide a detailed ninety -day plan beginning from award date of the MasterAgreement
describing the strategy to market the MasterAgreement 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 co -branded press release to trade publications
Kimball International's marketing team, in conjunction with OMNIA Partners Portfolio Marketing
Manager, will develop a co -branded press release and distribute to various trade publications within
the first 10 days of award.
Kimball International will announce the award through Kimball International's social media platforms.
ii. Announcement, MasterAgreement details and contact information published on
the Supplier's website within first 90 days
A notification will be sent out within 30 days of award announcing award to Kimball International dealers.
iii. Design, publication and distribution of co -branded marketing materials within first
90 days
Kimball International's marketing team will update and create new marketing materials, both print and
digital, to promote the new contract.
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 MasterAgreement
Kimball International will continue to strategize and review trade shows with OMNIA Partners to
commercialize our contract.
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 NIGPAnnual
Forum, as directed by OMNIA Partners.
Kimball International commits to attend and exhibit at the NIGP Annual Forum near OMNIA Partners'
designated space. Kimball International will work with OMNIA Partners to coordinate the NIGP
marketing plan and giveaways.
Kimball Internationa
78
Appendix D. Exhibit A
3.3 Marketing & Sales Response
vi. Design and publication of national and regional advertising in trade publications
throughout the term of the MasterAgreement
Kimball International will continue to promote OMNIA Partners through publications, website, and social
media channels throughout the term of the contract.
vii. Ongoing marketing and promotion of the MasterAgreement throughout its term
(case studies, collateral pieces, presentations, promotions, etc.)
Kimball International will continue to develop marketing materials, including case studies, post cards,
training materials, presentations, and continue bi-monthly syncs with the Portfolio Marketing Manager to
keep the microsite up to date.
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 MasterAgreement 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
Kimball International commits to maintaining our OMNIA landing page on kimballinternational.com. This
site includes the OMNIA Partners logo, link to the Kimball International microsite on
OMNIAPartners.com, which contains all the contract documentations. Kimball International commits to
supplying OMNIA Partners with all relevant marketing materials to maintain and develop the OMNIA
Partners Kimball International microsite.
D. Describe how Supplier will transition any existing Public Agency customers' accounts to the
MasterAgreement 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.
Kimball International will work to position OMNIA Partners as our public sector contract of choice. After
thorough training, Kimball International Sales Team, will then train our Dealer Distribution network on the
benefits and features of OMNIA Partners. Our Sales Team will be equipped with tools and resources to be
successful in promoting and commercializing this contract. Kimball International does not hold any
additional cooperative contracts.
Kimball Internationa
79
Appendix D. Exhibit A
3.3 Marketing & Sales Response
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.
Kimball International will provide OMNIA Partners with a logo for use in marketing communications and
promotions. Kimball International authorizes OMNIA Partners to reproduce such logos in marketing
communications and promotions. Kimball International will work with OMNIA Partners Marketing
Portfolio manager to ensure the logos and use meet Kimball International's marketing requirements.
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:
Master Agreement was competitively solicited and publicly a warded by a Principal
Procurement Agency
ii.Bes Competitive government pricing
iii. No cost to participate
iv. Non-exclusive
Kimball International agrees to develop a marketing plan to reach public agencies nationwide who
participate in the OMNIA Partners program. Kimball International will develop a direct marketing
approach, with input from Portfolio Marketing Manager. Kimball International will continue to follow up
on any leads established by OMNIA Partners in a timely manner and will continue to take a proactive
approach to public agencies nationwide.
G. Confirm Supplier will train its national sales force on the MasterAgreement. At a minimum, sales
training should include:
i. Key features of Master Agreement
ii. Working knowledge of the solicitation process
iii. Awareness of the range of Public Agencies that can utilize the Master Agreement
through OMNIA Partners
iv. Knowledge of benefits of the use of cooperative contracts
Kimball International agrees to train our Market Sales Managers, Public Sector Sales Managers, Customer
Service, and our entire selling organization. Many members of our Sales Team have relationships with
their OMNIA Partners Regional Managers and will continue to nurture and develop those relationships.
Our Sales Team will be trained on the key features of the contract through our Monthly Field Sales Calls,
training modules, and email communications.
Kimball Internationa
80
Appendix D. Exhibit A
3.3 Marketing & Sales Response
H. Provide the name, title, email and phone number for the person(s), who will be responsible fora
i. Executive Support
ii. Marketing
iii. Sales
iv. Sales Support
v. Financial Reporting
vi. Accounts Payable
vii. Contracts
i. Executive Support
Name: Michael Roch
Title: Chief Customer Officer, Workplace & Health
Email & Phone: Michael.Roch@kimballinternational.com /312-753-9428
ii. Marketing
Name: Lacey Fischer
Title: Public Sector Marketing Manager
Email & Phone: Lacey.Fischer@kimballinternational.com / 812-639-1443
iii. Sales
Name: Andy Wilson
Title: Division Vice President, Sales
Email & Phone: Andy.Wilson@kimballinternational.com / 303-319-9778
iv. Sales Support
Name: Haley Huther
Title: Senior Sales Operations Manager
Email & Phone: Haley.Huther@kimballinternational.com / 812-481-6468
v. Financial Reporting
Name: Andrea King
Title: Director of Commercial Finance, Workplace & Health
Email & Phone: Andrea.King@kimballinternational.com / 812-634-3084
vi. Accounts Payable
Name: Shari Hamby
Title: Accounts Payable Coordinator
Email & Phone: shari.hamby@kimballinternational.com / 812-482-8111
vii. Contracts
Name: Kelli Jenkins
Title: Strategic Contracts Manager
Email & Phone: Kelli.Jenkins@kimballinternational.com / 812-482-8322
Kimball Internationa
81
Appendix D. Exhibit A
3.3 Marketing & Sales Response
Describe in detail how Supplier's national sales force is structured, including contact information
for the highest -level executive in charge of the sales team.
Our Chief Customer Officer, Michael Roch (michael.roch@kimballinternational.com / 312-753-9428)
oversees our sales organization. Our sales organization is divided into (3) Divisions each led by (1) Division
VP of Sales. Each Division is comprised of (3) Regions which are each led by (1) Regional Sales Director. In
total, we have 9 Regional Sales Directors. Finally, our Regional Sales Directors oversee our Market Sales
Managers. Also in our sales organization are Public Sector Marketing Managers, Health Sales Managers,
Regional Health Advisors, and Federal Health Sales Managers.
l (sic). Explain in detail how the sales teams will work with the OMNIA Partners team to implement,
grow and service the national program.
Kimball International will build upon our past success in leveraging the OMNIA Partners contract within
the marketplace. Our Kimball International sales team recognizes the importance of our OMNIA Partners
contract and will market, promote, and provide training to our dealer partners. Our sales team will
continue to partner with OM N IA Partners Regional Managers to strategize on target accounts and
leverage existing relationships. Additionally, our Public Sector Sales Managers focus on strengthening
and commercializing our OMNIA Partners contract.
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.
Kimball International will continue to work with the Portfolio Marketing Manager to keep all marketing
materials up to date and partner on new materials. These materials include, but are not limited to, a
landing page on Kimball International's website dedicated to OM N IA Partners featuring a link to our
OMNIA Partners microsite, post cards, sales sheets, and brochures promoting OMNIA Partners. All new
field sales members are trained on OMNIA Partners, both in person with OMNIA's Vice President of
Workspace Solutions and Kimball International's Public Sector Marketing Manager, and virtually through
prerecorded training modules at various skill levels. Kimball International begins with the initial education
of any new hires throughout the organization that will directly or indirectly influence our success with the
OMNIA Partners program, primarily our Customer Service Team and Sales Team. We continue to nourish
that training with continued refresher trainings and updates, as well as provide a primary point of contact
within the organization for individuals to go to for questions throughout the year. Kimball International
continues the education process to increase sales through our dealer distribution through dealer
presentations both at our headquarters, showroom experience centers, as well as on site. OMNIA
Partners is routinely referred to in general communications to keep it top of mind and all new agencies to
OMNIA are added to our internal database.
Kimball Internationa
82
Appendix D, Exhibit A
3.3 Marketing & Sales Response
K State the amount of Suppliers 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 fiscalyear
along with a key con tact for each.
Kimball International's previous fiscal year Public Agency sales is $86,971,629.54. Our top 10 Public
Agency customers are as follows:
Kim bali'Internatiana
03
Appendix D. Exhibit A
3.3 Marketing & Sales Response
L. Describe Supplier's information systems capabilities and limitations regarding order
management through receipt ofpayment, including description of multiple platforms that maybe
used for any of these functions.
Our authorized dealers use a web -based service maintained by Kimball International to place orders
electronically. The orders go through our ERP (SAP) system and electronic acknowledgments are sent
back to the dealers as their orders are processed. We support various EDI (electronic data interchange)
options with our dealer partners, depending on the DBOS (dealer business operating systems) they are
using. Some EDI options connect directly between their system and our SAP operating system. We also
offer OrderXChange on our website as a way to electronically upload a .sif file and submit an order. All
pricing is updated through those files, to ensure accuracy, and is audited both internally and
independently. Orders are also accepted via email (orders@kimbaII.com). Due to the complexity of
product specification and overwhelming number of options available, we do not currently accept web -
based orders from end users.
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').
$ 0.00 in year one
$ 0. 00 in year two
$ 0.00 in year three
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.
While we have seen steady and consistent growth over the term of our current OMNIA/Region 4 ESC
agreement, we are declining to provide a volume guarantee at this time. Because of our past history and
success with OM N IA Partners being our public sector contract of choice, we are confident that growth
will continue. We will be responsible for the administrative fees based upon actual contract sales.
Kimball Internationa
84
Appendix D. Exhibit A
3.3 Marketing & Sales Response
N. Even though it is anticipated many Public Agencies will be able to utilize the MasterAgreement
without further formal solicitation, there maybe circumstances where Public Agencies will issue
their own solicitations. The following options are available when responding to a solicitation for
Products covered under the MasterAgreement.
Kimball International will lead with O A Partners, however, to clarify that O A Partners does not
expect Kimball International to walk away from sales opportunities when the end user rejects use of
O A Partners, the following changes are requested. For avoidance of doubt, O A Partners does
not expect to be paid an Administrative Fee on sales for which its use is rejected by the end user and it
performs no functions in relation to those sales.
i. Respond with MasterAgreement pricing (Contract Sales reported to OMNIA
Partners).
ii. If competitive conditions require pricing lower than the standard MasterAgreement
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 MasterAgreement.
iii. Respond with pricing higher than MasterAgreement onlyin the unlikely event that
the Public Agency refuses to utilize MasterAgreement (Contract Sales are not
reported to OMNIA Partners).
iv. If alternative or multiple proposals are permitted, respond with pricing higher than
MasterAgreement, and include MasterAgreement as the alternate or additional
proposal.
Detail Supplier's strategies under these options when responding to a solicitation.
Kimball International will comply with this request. Lower pricing (as defined in 2.2 Pricing
Commitment) given to O A Partners members due to competitive reasons will be reported to O A
Partners under the Master Agreement unless they have an existing standard agreement with Kimball
International at time of award. Kimball International will then review in detail when existing contract is up
for renewal.
In the event that the Public Agency refuses to utilize Master Agreement, the Supplier may provide
pricing under an alternative agreement. It is considered a refusal if the Public Agency utilizes a
bid/RFP/RFQ process or otherwise chooses not to utilize O A Partners. Sales under this section of
refusal by Public Agency are not considered Contract Sales under O A Partners and Administration
Fee is not owed.
Kimball International will lead with O A Partners contract, however; in the event of an award of the
higher, non-0 IA Partners Master Agreement proposal, sales would not be considered Contract Sales
and no Administrative Fee is owed.
Kimball Internationa
85
D&B Finance Analytics
LIVE REPORT
KIMBALL INTERNATIONAL, INC.
Tradestyle(s]: (SUBSIDIARY OF HNl CORPORATION, MUSCAUNE, IA) 1
cm
D-U-N-S Number: 00-636-5803
Phone: +1 812 482 1600
Summary
KEY DATA ELEMENTS Vo-rly: SCORE BAR]
KDE Name
PAYDEX®
fi
Delinquency Score y
Failure Score
D&B Viability Rating
Bankruptcy Found
D&B Rating
Printed By:Mark Nanney
Date Printed:02/21/2024
Address: 1600 Royal St, Jasper, IN, 47546, United States
Of America
Web: www.kimball.com
Endorsement: mark.nanney@kimballinternational.com
Current Status
Details
76
6 Days Beyond Terms
84
Low to Moderate Risk of
severe payment delinquency.
73
Low to Moderate Risk of
severe financial stress.
View More Details
N
5A2
US$ 50,000,000 and over in
Net Worth or Equity, Low Risk
ALLACCOUNTS
Totals Total Outstanding Approved Credit Limit Credit Limit Utilization Total Past Due
Account Level Detail
Account Name Total Outstanding Approved Credit Limit Credit Limit Utilization Total Past Due
rm
There are currently no account associated with this D-U-N-S.
Upload account or create an account to view summary.
COMPANY PROFILE 8
D-U-N-S
Mailing Address
Annual Sales
.� :...
UNITED STATES
—a ,67 i,uui) o. -...
Legal Form
Telephone
Employees
Corporation (US)
+1 812 482 1600
2,410
History Record
website
Age (Year Started)
Clear
www.klmball.com
84Years(19'.1ii
Date Incorporated
Present Control Succeeded
Named Principal
Currency: USD
08/24/1939 2023
Kristine L Juster, CEO
State of Incorporation
Line ofBusiness
INDIANA
Mfg wood household furniture
Ownership
sic
Not publicly traded
2511
NAICS
337122
e y SKYLINE
1
Culver's
CROOKED CREEK
�.
Jasper Parklands Q
/ E 15th St
��
�
I'1FFR (IPFFK ..
OVERALL BUSINESS RISK
Dun & Bradstreet thinks..,
Overall assessment of this organization over the next 12 months:
Based on the predicted risk of business discontinuation:
Based on the predicted risk of severely.: � i ii;. elri._;-.¢yments:
D&B MAX CREDIT RECOMMENDATION O
MAXIMUM CREDIT RECOMMENDATION
The recommended limit is based on a low probability of severe delinquency.
FAILURE SCORE 0 (Formerly Financial Stress Score)
Company's Risk Level
High Risk (1)
Past 12 Months
Low Risk
High Risk
DELINQUENCY SCORE (0 (Formerly Commercia] Credit Score)
Company's Risk Level
r
�., Street Address:
1600 Royal St,
Jasper, IN, 47546,
y _ United States Of America
Sultan's Run
1 1
Stabte Condition
High Likelihood Of Continued Operations
Low Potential For Severely Delinquent Payments
Probability of failure over the next 12 months
0.12 %
Law Risk (100)
Probability of delinquency over the next 12 months
2.13 %
High Risk (1)
87
Low Risk (100)
Past 12 Months
Law Risk
High Risk
VIABILITY RATING SUMMARY(
Viability Score
High Risk(9)
Data Depth Indicator
Descriptive (G)
Portfolio Comparison
High Risk(9)
Financial Data Unavailable
Trade Payments
Company Size
Years in Business -
D&B PAYDEXO
High Risk (1)
6 days beyond terms
Past 24 Months
Low Risk
High Risk
D&B PAYDEX - 3 MONTHS
High Risk (1)
6 days beyond terms
PAYDEX® TREND CHART
SBRI ORIGINATION
D&B SBFE SCORE
D]
No SBRI Origination Score data is currently available.
Low Risk (100)
Low Risk (100)
Low Risk (1)
Predictive (A)
Low Risk (1)
88
No D&B SBFE Score data is currently available.
D&B RATING
Financial Strength
Risk Indicator
5A : 50,000,000 (USD) () and over in Net
Worth or Equity
2 : Low Risk
Current Rating as of 0911212023
LEGAL EVENTS
Events
Occurrences
Last Filed
Bankruptcies
0
-
Judgements
0
-
Liens
1
12/2012022
Suits
1
12/0312013
UCc
10
12/1112019
DETAILED TRADE RISK INSIGHT'
Days Beyond Terms
3 Months
3 Days
From Dec-23 to Feb-24
High Risk (120+)
Days Beyond Terms Past 3 months : 3
Low Risk:O ; High Risk:120+
Dollar weighted average of 36 payment experiences reported from 32 companies.
DETAILED TRADE RISK INSIGHT' 13 MONTH TREND
Total Amount Current and Past Due -
FINANCIAL OVERVIEW - BALANCE SHEET
Low Risk (0)
Balance Sheet Ill
Amount 121
Last 2 Years
Total Current Assets
173,650 (USD)
�Mm
Total Assets
382,799 (USD)
mmm
Total Current Liabilities
122,845 (USD)
Working Capital/Net Current Assets
50,805 (USD)
1. Interim 03131P023
2. (In Single Units)
sou—: D&B
89
TRADE PAYMENTS
Highest Past Due:
7,500
Highest Now O Total Trade Ex Largest High C
wing periences redit
100,000 87 400.000
FINANCIAL OVERVIEW - PROFIT AND LOSS
Profit & Loss (1) Amount E21 Last 2 Years
Sales 665,877,000 (USD)
1. Interim 03/3112023
2. (In Single Units)
Source: D&6
OWNERSHIP
Subsidiaries Branches Total Members
6 2 179
This company is a Headquarters, Parent, Subsidiary.
Global Ultimate Immediate Parent Domestic Ultimate
Name
HNI Corporation HNI Corporation
HNI Corporation
Country
United States United States
United States
D-U-N-S
00-526-9709 00-526-9709
00-526-9709
Others
- -
-
FINANCIAL OVERVIEW - KEY BUSINESS RATIOS
Key Business Ratios
Business Ratio
Sales to Net Working Capital
13.8
Quick Ratio
0.6
Current Ratio
14
Current Liabilities! Net Worth
68.4
Source: 0&5
ALERTS p
There are no alerts for this D-U-N-S Number.
NEWS
90
GENERALINDUSTRY
Home Decor Market to Reflect Growth Potential with a Highest CAGR of 3.9%by 2032 ;Shaw Industries Group, Inc., Herman Miller, Inc.,
Ashley Furniture Industries Ltd., Kimball International Open PR 02/21/2024
EARNINGS RELEASE, GENERAL INDUSTRY, FINANCIAL NEWS
3 Home Improvement Stocks to Buy Before March Stock News - Stories 02120121124
GENERAL INDUSTRY, NEW ALLIANCE, EXPANSION
Kimball International Announces New NYC Showroom Location Office Insight - Officenewswire 01/27/2024
GENERALINDUSTRY
Charles Schwab Investment Management Inc. Raises Position in HNI Co. (NYSE:HNI) MarketBeat 02/21/2024
EARNINGS RELEASE, GENERAL INDUSTRY, FINANCIAL NEWS
3 Home Improvement Stocks to Buy Before March' Stock News - Stories 02/2012024
GENERALINDUSTRY
Commonwealth of Pennsylvania Public School Empls Retrmt SYS Sells 21,345 Shares of HNI Co. (NYSE:HNI) Defense World - Companies
02/20/2024
MANAGEMENT CHANGE, NEW PRODUCT, EXPANSION
Office Furniture Market is Likely to Increase at a Significantly High CAGR during Forecast Period 20311 Okamura Corp., HNI Corp., Herman
Miller Inc., Haworth Inc. Open PR 02120/2024
GENERALINDUSTRY
Vanguard Personalized Indexing Management LLC Takes $269,000 Position in HNI Co. (NYSE:HNI) Defense World - Companies 02/19/2024
GENERALINDUSTRY
As small caps soar, HNIs ape VC funds with 'spray -and -pray' bets via warrants route Dailyhunt - Pwa 02/18/2024
GENERALINDUSTRY
Amalgamated Bank Sells 563 Shares of HNI Co. (NYSE:HNI) Defense World -Companies 0211812024
COUNTRY/REGIONAL INSIGHT
ill United States Of America Risk Category
A solid close to 2023, followed by yet another bumper jobs report and
still robust consumer confidence, underpins a strong sense of economic
optimism for the US errtering 2024. High Risk Low Risk
Available Reports
Courrtry Insight Report (CIR) 0) Courrtry Insight Snapshot (CIS) OD
Current Publication Date: 02Mr2024 Current Publication Date: 0210a(2029
STOCK PERFORMANCE
No stock performance data is available for this D-U-N-S Number.
The scares and ratings included in this report are designed as a tool to assist the user in making their own credit related decisions, and should
be used as part of a balanced and complete assessment relying on the knowledge and expertise of the reader, and where appropriate on other
information sources. The score and rating models are developed using statistical analysis in order to generate a prediction of future events.
Dun & Bradstreet monitors the performance of thousands of businesses in order to identify characteristics common to specific business
events. These characteristics are weighted by significance to farm rules within its models that identify other businesses with similar
characteristics in order to provide a score or rating.
Dun & Bradstreet's scores and ratings are not a statement of what will happen, but an indication of what is more likely to happen based on
previous experience. Though Dun & Bradstreet uses extensive procedures to maintain the quality of its information, Dun & Bradstreet cannot
guarantee that it is accurate, complete or timely, and this may affect the included scores and ratings. Your use of this report is subject to
applicable law, and to the terms of your agreement with Dun & Bradstreet.
91
Risk Assessment
D&B RISK ASSESSMENT
OVERALL BUSINESS RISK
MAXIMUM CREDIT RECOMMENDATION
Dun & Bradstreet thinks... The recommended limit is based on a low
• Overall assessment of this organization over the next 12 months: STABLE CONDITION probability of severe delinquency.
• Based an the predicted risk of business discontinuation: HIGH LIKELIHOOD OF CONTINUED
OPERATIONS
• Based an the predicted risk of severely delinquent payments: LOW POTENTIAL FOR SEVERELY
DELINQUENT PAYMENTS
D&B VIABILITY RATING SUMMARY
The D&B Viability Rating uses D&B's proprietary analytics to compare the most predictive business risk indicators and
deliver a highly reliable assessment of the probability that a company will go out of business, become dormant/inactive,
or file for bankruptcy/insolvency within the next 12 months. The D&B Viability Rating is made up of 4 components:
Viability Score
Compared to All US Businesses within the D&B
Database:
• Level of Risk:Low Risk
• Businesses ranked 1 have a probability of becoming
no longer viable: 0.2 %
• Percentage of businesses ranked 1: 0.3 %
• Across all US businesses, the average probability of
becoming no longer viable:14 %
Data Depth Indicator
Data Depth Indicator:
Rich Firmographics
v Extensive Commercial Trading Activity
Comprehensive Financial Attributes
Greater data depth can increase the precision of the D&B
Viability Rating assessment.
To help improve the current data depth of this company,
you can ask D&B to make a personalized request to this
company on your behalf to obtain its latest financial
information. To make the request, click the link below.
Note, the company must be saved to a folder before the
request can be made.
Request Financial Statements
Reference the FINANCIALS tab for this company to
monitor the status of your request.
FAILURE SCORE FORMERLY FINANOAL STRESS SCORE
Portfolio Comparison
Compared to All US Businesses within the same
MODEL SEGMENT:
• Model Segment :Available Financial Data
• Level of Risk:Low Risk
• Businesses ranked 3 within this model segment have
a probability of becoming no longer viable: 0.2 %
• Percentage of businesses ranked 3 with this model
segment: 15 %
• Within this model segment, the average probability of
becoming no longer viable:0.6 %
Company Profile:
Company Profile Details:
• Financial Data: False
• Trade Payments:
• Company Size:
• Years in Business:
Subsidiary
® Low proportion of satisfactory payment experiences to total payment
experiences
High Risk (1) Low Risk (100)
• Negative change in net worth
UCC Filings reported
• High proportion of slow payment experiences to total number of
payment experiences
• limited time under present management control
92
Level of Risk Raw Score
Low -Moderate 1518
Business and Industry Trends
BUSINESS AND INDUSTRY COMPARISON
Norms
This Business
Region:(EAST NORTH
CENTRAL)
Industry. MANUFACTURING
Employee range (500-2300000)
Years in Business:(1-2)
Probability of Failure Average Probability of Failure Class
0.12 % for Businesses in D&B Database 2
0.48
Selected Segments of Business Attributes
National %
73
26
36
53
33
DELINQUENCY SCORE FORMERIY COMMERCIAL CREDIT SCORE
• Higher risk industry based on delinquency rates for this industry
. limited time under present management control
High Risk (1) Low Risk (100) , Evidence of open suits and liens
Proportion of slow payments in recent months
Level of Risk Raw Score Probability of Delinquency Compared to Businesses in D&B Class
Aerate 561 2.13 % Database 2
10.2
Business and Industry Trends
BUSINESS AND INDUSTRY COMPARISON
Selected Segments of Business Attributes
Norms
National %
This Business
84
Region:(EAST NORTH
37
CENTRAL)
Industry.MANUFACTURING
51
Employee range:(500-2768806)
75
Years in Business:(1-2)
24
D&B PAYDEX
High Risk (1) Low Risk (100)
When weighted by amount, Payments to suppliers average 6 Days
Beyond Terms
❑ High risk of late payment (Average 30 to 120 days beyond terms)
Medium risk of late payment(Average 30 days or less beyond
terms)
❑ Low risk of late payment (Average prompt to 30+ days sooner)
Industry Median: 79
Equals 2 Days Beyond Terms
Business and Industry Trends
D&B RATING
D&B 3 MONTH PAYDEX
M
High Risk (1) Low Risk (100)
Based on payments collected 3 months ago.
When weighted by amount, Payments to suppliers average 6 days
beyond terms
❑ High riskof late payment(Average 30 to 120 days beyond terms)
_! Medium risk of late payment (Average 30 days or less beyond
terms)
❑ Law risk of late payment (Average prompt to 30+ days sooner)
Industry Median: 79
Equals 2 Days Beyond Terms
2511 - Mfg wood househdd furniture
93
Current Rating as of 09/12/2023
Financial Strength
Risk Indicator
5A : 50,000,000 (USD) and over
2 : Low Risk
in Net Worth or Equity
Previous Rating
Financial Strength
Risk Indicator
5A : 50,000,000 (USD) and over
3 : Moderate Risk
in Net Worth or Equity
Trade Payments
TRADE PAYMENTS SUMMARY (Based
on 24 months of data)
Overall Payment Behaviour
%of Trade Within Terms
6
78%
Days Beyond Terms
Highest Now Owing :
Total Trade Experiences:
100,000 (USD)
87
Largest High Credit:
(USD)
400,00011
Aveg0
31953 (USoj Credit:
D&B PAYDEX
High Risk (1)
M
Low Risk (100)
When weighted by amount: Paymentsto suppliers average 6 Days
Beyond Terms
❑ High risk of late payment (Average 30 to 120 days beyond terms)
C Medium risk of late payment (Average 30 days or less beyond
terms)
❑ Low risk of late payment (Average prompt to 30+ days sooner)
Industry Median: 79
Equals 2 Days Beyond Terms
History since 01/01/1991
Date Applied
D&B Rating
11/26(2020
5A3
0B/04/2015
5A2
02/09/2015
5A3
12/09/2011
5A2
08/31/2011
5A3
Currency: All figures shown in USD unless otherwise stated
Highest Pdst Due
7,500 (USD)
Total Unfavorable Comments:
0
Largest High Credit:
0 (USD)
Total Placed in Collections:
1
Largest High Credit:
0 (USD)
D&B 3 MONTH PAYDEX
High Risk (1)
M
Low Risk (100)
Based on payments collected 3 months ago.
When weighted by amount, Payments to suppliers average 6 days
beyond terms
❑ High riskof late payment(Average 30 to 120 days beyond terms)
J Medium risk of late payment (Average 30 days or less beyond
terms)
❑ Law risk of late payment (Average prompt to 30+ days sooner)
Industry Median: 79
Equals 2 Days Beyond Terms
BUSINESS AND INDUSTRY TRENDS
Jn:anIsdJ-
2511 - Mfg wood household furniture
current
322 4122 522 622 7122 822 9122 10122 1122 12122 123 2/23 3123 4123
5123 6123
7123 9123 9123 10123 1123 12123 1/24 2024
This 13usiness72 72 72 72 72 71
71 72
72 72
72 73 74 76
75 74
74 75 75
72 74 73 74 76
Industry
Quartile
Upper 80 - - 80 - -
8o -
- 8o
- - 80 -
- 8o
- - so
- - 80 - -
Median 79 - - 79 - -
19 -
- 79
- - 79 -
- 79
- - 79
- - 79 - -
Lower 70 - - 70 - -
70 -
- 70
- - 71 -
- 72
- - 72
- - 71 - -
TRADE PAYMENTS BY CREDIT EXTENDED (Based on 12 months of data)
Number of Payment
Range of Credit Extended (US$)
Experiences Total Value
% Within Terms
100,000 & over
7
1,450,000 [USD)
90
50,000 - 99,999
6
355,000 (USD)
65
15,000 - 49,999
12
365,000 (USD)
73
5,000 - 14,999
13
100,000 [USD)
86
94
Number of Payment
Range of Credit Extended (US$) Experiences Total Value % Within Terms
1,000 - 4,999 14 26,000 (USD) 87
Less than 1,000 20 6,800 (USD) 80
TRADE PAYMENTS BY INDUSTRY (BASED ON 24 MONTHS OF DATA(
Collapse All I Expand All
Industry Category.
Number of Payment
Largest High Credit
% Within Terms
1 - 30
31 - 60
61 - 90
91 +
Experiences
(US$)
(Expand to View)
Days
Days
Days
Days
Late (%)
Late (%)
Late (%)
Late (%)
-15 - Building
1
500
100
0
0
0
0
Construction -
General Contractors
and Operative
Builders
1542-
1
500
100
0
O
O
O
Nonresident
builders
-17 - Construction -
1
250
0
100
O
O
O
Special Trade
Contractors
1752 - Flooring
1
250
0
100
0
0
0
contractor
-24 - Lumber and
1
100,000
100
0
0
0
0
Wood Products,
Except Furniture
2436 - Mfg sfwd
1
100.000
100
0
0
0
0
veneer/ply
-25 - Furniture and
1
50
100
0
0
0
0
Fixtures
2541 - Mfg wood
1
50
100
0
0
0
0
fixtures
-26 - Paper and
4
100,000
88
0
0
0
13
Allied Products
2621 - Paper mill
1
100,000
100
0
0
0
0
2676 - Mfg
1
25,000
100
0
O
O
O
sanitary paper
2671 - Mfg
1
15,000
50
0
0
0
50
packaging paper
2631 -
1
10,000
100
0
0
0
0
Paperboard mill
-27 - Printing,
1
250
100
0
O
O
O
Publishing and
Allied Industries
2741 - Misc
1
250
100
0
0
0
0
publishing
-28 - Chemicals and
1
200,000
100
0
0
0
0
Allied Products
2851 - Mfg
1
200,000
100
0
0
0
0
paintlallied prdt
-34-Fabricated
1
750
100
0
0
0
0
Metal Products
except Machinery
and Transportation
Equipment
3429 - Mfg
1
750
100
0
0
0
0
hardware
95
-35 - Industrial and
5
300,000
Be
13
0
0 0
Commercial
Machinery and
Computer
Equipment
3572 - Mfg
2
300,000
50
50
0
0 0
computer storage
3563 - Mfg airfgas
1
5,000
l0O
0
0
0 0
compress
3585 - Mfg
1
2,500
100
0
O
O 0
refrig/heat equip
3534 - Mfg
1
2,500
l0O
0
0
0 0
elevator/escaltrs
-38 - Measuring
1
1,000
50
50
0
0 0
Analyzing and
Controlling
Instruments;
Photographic
Medical and Optical
Goods; Watches and
Clocks
3825 - Mfg
1
1,000
50
50
O
O 0
electric test prd
-42 - Motor Freight
3
40,000
100
0
0
0 0
Transportation and
Warehousing
4213 -Trucking
3
40,000
100
0
0
0 0
non -local
-47 - Transportation
3
100,000
96
0
0
4 0
Services
4731 - Arrange
3
100.000
96
0
0
4 0
cargo transpt
-48 -
7
65,000
100
0
0
0 0
Communications
4813 - Telephone
6
65,000
100
0
0
0 0
communictns
4812 -
1
30,000
100
0
0
0 0
Radiotelephone
commun
-50 - Wholesale
12
400,000
77
11
0
0 12
Trade - Durable
Goods
5045 - Whal
2
400,000
100
0
0
0 0
computerslsoftwr
5051 - Whol
2
250,000
l0O
0
0
0 0
metal
5064 - Whol
2
500
92
0
0
0 8
industrial equip
5085 - Whol
1
25,000
100
0
0
0 0
industrial suppl
5032 - Whol
1
25,000
0
100
0
0 0
brick/stone
5082 - Whol
1
10,000
100
0
0
0 0
consGmine equip
5065 - Whal
1
7,500
100
0
0
0 0
electronic parts
5049 - Whal misc
1
750
100
0
0
0 0
profsn eqpt
96
5072 - Whol
1
50
0
0
0
0
100
hardware
-51 - Wholesale
6
7,500
40
23
37
O
0
Trade - Nondurable
Goods
5113 - Whol
3
7,500
70
30
0
0
0
service paper
5131 - Whol piece
2
1,000
50
40
30
O
O
goods
5112 - Whol
1
100
0
0
100
O
O
office supplies
-57 - Home
1
1,000
l0O
0
0
0
0
Furniture
Furnishings and
Equipment Stores
5712 - Ret
1
1,000
100
0
0
0
0
furniture
-59 - Miscellaneous
1
50
100
0
0
0
0
Retail
5943 - Rat
1
50
100
0
0
0
0
stationery
-60 - Depository
1
35,000
100
0
0
0
0
Institutions
6021 - Natnl
1
35,000
100
0
0
0
0
commercial bank
-61 - Nondepository
4
25,000
26
50
25
0
0
Credit Institutions
6153 - Short-trm
3
25,000
1
99
0
0
0
busn credit
6159 - Misc
1
1,000
50
0
50
0
0
business credit
-73 - Business
7
70,000
34
66
0
0
0
Services
7374 - Data
5
70,000
51
49
0
0
0
processing svcs
7361 -
1
35,000
50
50
O
O
O
Employment
agency
7363 - Help
1
750
0
100
0
0
0
supply service
-75 - Automotive
3
5,000
29
21
50
0
0
Repair, Services and
Parking
7514- Passenger
2
2,500
58
42
O
0
O
car rental
7513 - Truck
1
5,000
0
0
100
0
0
rentallleasing
-87 - Engineering
4
65,000
100
0
0
0
0
Accounting
Research
Management and
Related Services
8711 -
1
65,000
100
0
0
0
0
Engineering
services
8734 - Testing
1
7,500
100
0
O
O
O
laboratory
97
8742-
1
2,500
100
0
0
0 0
Management
consulting
8741 -
1
O
100
0
0
0 0
Management
services
-93 - Public Finance
2
2,500
100
0
0
0 0
Taxation and
Monetary Policy
9311 - Public
2
2,500
100
0
0
0 0
finance
-99 - Nonclassifiable
2
2,500
86
14
0
0 0
Establishments
9999-
2
2,500
86
14
0
0 0
Nonclassified
TRADE LINES
Date of
selling
High Credit
Now Owes
Past Due
Months Since Last
Experience
Payment Status
Terms
(US$)
(US$)
(US$)
Sale
Between 6 and 12
02124
Pays Promptly
N30
500
0
0
Months
01124
payment -status -discount
-
250,000
45,000
0
-
Pays Promptly Secured
01/24
account
0
10,000
0
-
01124
Pays Promptly
-
0
40,000
0
1
01/24
Pays Promptly
N30
400,000
60,000
0
1
01/24
Pays Promptly
-
200,000
85,000
0
1
01/24
Pays Promptly
-
100.000
100,000
0
1
01/24
Pays Promptly
-
65,000
0
0
1
Between fi and 12
01/24
Pays Promptly
-
50,000
0
0
Months
Months
01/24
Pays Promptly
-
40,000
5,000
0
1
01124
Pays Promptly
N45
25,000
10,000
250
1
01124
Pays Promptly
-
25,000
D
0
Between 2 and 3
Months
01/24
Pays Promptly
-
25,000
25,000
0
1
01124
Pays Promptly
N30
10,000
0
0
1
01124
Pays Promptly
-
10.000
2,500
0
1
01124
Pays Promptly
-
7,500
250
0
1
01124
Pays Promptly
-
7,500
0
0
Between 6 and 12
Months
01124
Pays Promptly
-
5,000
500
0
1
Between 2 and 3
01124
Pays Promptly
-
5,000
D
0
Months
01124
Pays Promptly
-
5.000
5,000
2,500
1
01124
Pays Promptly
-
2,500
2,500
0
1
01124
Pays Promptly
-
2,500
0
0
1
01/24
Pays Promptly
-
2,500
0
0
Between 4 and 5
Months
01/24
Pays Promptly
-
2,500
0
0
1
01/24
Pays Promptly
-
1.000
1,000
250
1
01/24
Pays Promptly
-
750
0
0
Between 6 and 12
Months
01124
Pays Promptly
-
750
0
0
1
01/24
Pays Promptly
-
750
0
0
Between fi and 12
Months
Months
Between 4 and 5
01124
Pays Promptly
-
Soo
0
0
Months
98
Date of Selling High Credit Now Owes Past Due Months Since Last
Experience Payment Status Terms (US$) (US$) (US$) Sale
O1124
Pays Promptly
-
25D
D
0
1
01/24
Pays Promptly
N30
50
0
❑
Between 2 and 3
Months
01/24
Pays Prompt to Slow 30+
-
300,000
7,500
0
1
01/24
Pays Prompt to Slow 30+
-
55,000
0
0
1
01/24
Pays Prompt to Slow 30+
-
50,000
0
0
Between 2 and 3
Mantles
Between fi and 12
01/24
Pays Prompt to Slow 30+
-
45,000
0
0
Months
Months
01124
Pays Prompt to Slow 30+
-
35,000
15,000
0
1
01/24
Pays Prompt to Slow 30+
-
7,500
500
0
1
Between 2 and 3
01124
Pays Prompt to Slow 30+
-
2,500
0
0
Months
01/24
Pays Prompt to Slow 30+
-
1,000
0
0
Between 6 and 12
Months
O1124
Pays Prompt to Slow 60+
N30
250
100
100
1
01/24
Pays Prompt to Slow
_
15,000
7,500
7,50❑
Between 2 and 3
120+
Months
Between 6 and 12
O1124
Pays Slow 3D+
-
70,000
D
0
Months
01/24
Pays Slow 30+
-
25,000
0
0
Between 2 and 3
Months
01/24
Placed for collection
-
0
250
250
-
O1124
-
Cash account
2,500
0
0
1
01/24
-
Cash account
1,000
0
0
1
Between 6 and 12
O1124
-
Cash account
0
D
0
Months
12/23
Pays Promptly
-
100.000
30,000
1,000
1
12/23
Pays Promptly
-
65.000
10,000
❑
1
12/23
Pays Promptly
-
30,000
20,000
0
1
12/23
Pays Promptly
-
10,000
5,000
0
1
12/23
Pays Promptly
-
7,500
7,500
0
1
12/23
Pays Promptly
-
2,500
0
0
1
12/23
Pays Promptly
-
250
0
0
1
12/23
Pays Promptly
-
0
0
0
1
12/23
Pays Promptly
-
0
0
0
1
12/23
Pays Prompt to Slow 60+
-
1,000
1,000
1,000
Between 2 and 3
Months
12/23
Pays Slow 15+
-
100
100
0
1
12/23
Pays Slow 30+
-
25,000
7,500
7,500
1
Between fi and 12
12/23
Pays Slow 60+
-
5,000
0
0
Months
Months
12/23
-
Cash account
100
0
❑
1
11/23
Pays Prompt to Slow 90+
-
10,000
0
0
Between 6 and 12
Months
Between fi and 12
10/23
Pays Prompt to Slow 15+
N30
1,000
0
0
Months
Months
Between fi and 12
09/23
Pays Slow 30+
-
250
0
0
Months
Months
09/23
-
Cash account
100
0
0
1
09/23
-
-
50
0
0
1
09/23
-
-
50
0
0
1
Between fi and 12
08/23
Pays Promptly
-
100
0
0
Months
Months
08/23
Pays Prompt to Slow
_
100
0
0
Between 6 and 12
180+
Months
Between 6 and 12
O8/23
Pays Slow 3D+
-
750
D
0
Months
99
Date of
Selling High Credit
Now Owes
Past Due
Months Since Last
Experience
Payment Status
Terms (US$)
(US$)
(US$)
Sale
05123
-
Cash account 100
0
0
1
03123
Pays Promptly
- 2,500
0
0
1
03123
Pays Promptly
- 1,000
0
0
Between 6 and 12
Months
03123 Pays Promptly - 500 0 0 Between 6 and 12
Months
03123 - Cash account 50 0 0 1
02123 Pays Promptly - 250 0 0 1
12
02I23 Pays Promptly - 50 0 0 Between fi and Months
Months
02123 Pays Slow 120+ - 50 0 0 Between 6 and 12
Months
02I23 - Cash account 50 0 0 Between 4 and 5
Months
12122 Pays Promptly -
500
0 0 Between 6 and 12
Months
OTHER PAYMENT CATEGORIES
Other Payment Categories
Experience
Total Amount
Cash experiences
10
4,200 (USD)
Payment record unknown
3
10,100 (USD)
Unfavorable comments
0
0 (USD)
Placed for collections
1
0 (USD)
Total in D&B's file
87
2,307,100 (USD)
Accounts are sometimes placed for collection even though the existence or amount of the debt is disputed. Payment
experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can
be the result of disputes over merchandise, skipped invoices etc. Each experience shown represents a separate
account reported by a supplier. Updated trade experiences replace those previously reported.
Legal Events
Currency: All figures shown in USD unless otherwise stated
The following Public Filing data is for information purposes only and is not the official record. Certified copies can only
be obtained from the official source.
Bankruptcies
No
EVENTS
Lien - Tax Lien
Filing Date
Filing Number
Status
Date Status Attained
Judgements
0
Latest Fling: -
Liens
1
Latest Filing: 12202022
Suits
1
Latest Filing: 1210312013
12/20/2022
202212200170271
Open
12/20/2022
UCCs
10
Latest Filing: 121112D19
10D
Received Date
0210212023
Amount
494 (USD)
Debtors
KIMBALL INTERNATIONAL INC
Creditors
STATE OF OHIO
Court
FRANKLIN COUNTY RECORDER OF DEEDS, COLUMB US, OH
Suit
Filing Date
12/01/2013
Filing Number
13L 604
Status
Pending
Date Status Attained
12/03/2013
Received Date
12/17/2013
Amount
50.000 (USD)
Plaintiffs
FLOYD SUSAN
Defendant
KIMBALL INTERNATIONAL INC
Defendant
AND OTHERS
Court
KANE COUNTY CIRCUIT COURT, BATAVIA, IL
UCC Filing -Original
Filing Date
12/11/2019
Filing Number
20191211041312
Received Date
12/17/2019
Collateral
Equipment
Secured Party
BIESSE AMERICA INC, CHARLOTTE, NC
Debtors
KIMBALL INTERNATIONAL, INC.
Filing Office
SECRETARY OF STATE/UCC DIVISION, INDIANAPOLIS, IN
UCC Filing -Original
Filing Date
01/0512012
Filing Number
1200000152083
Received Date
01242012
Collateral
Leased Equipment
Secured Party
TOYOTA MATERIAL HANDLING MIDWEST, INC., EVANSVILLE, IN
Secured Party
TOYOTA MOTOR CREDIT CORPORATION, TORRANCE, CA
Debtors
KIMBALL INTERNATIONAL, INC.
Filing Office
SECRETARY OF STATE/UCC DIVISION, INDIANAPOLIS, IN
UCC Filing -Original
Filing Date 02/18/2009
101
Filing Number
0900001358977
Received Date
02/24/2009
Secured Party
BLACK EQUIPMENT CO., INC, EVANSVILLE, IN
Debtors
KIMBALL INTERNATIONAL TRANSIT INC
Filing Office
SECRETARY OF STATE/UCC DIVISION, INDIANAPOLIS, IN
UCC Filing -Original
Filing Date
02/18/2009
Filing Number
0900001357178
Received Date
02/24/2009
Secured Party
BLACK EQUIPMENT CO., INC, EVANSVILLE, IN
Debtors
KIMBALL INTERNATIONAL TRANSIT INC
Filing Office
SECRETARY OF STATEAICC DIVISION, INDIANAPOLIS, IN
UCC Filing -Original
Filing Date
02/17/2009
Filing Number
0900001328388
Received Date
02124/2009
Secured Party
BLACK EQUIPMENT CO., INC, EVANSVILLE, IN
Debtors
KIMBALL INTERNATIONAL TRANSIT INC
Filing Office
SECRETARY OF STATFIUCC DIVISION, INDIANAPOLIS, IN
UCC Filing -Original
Filing Date
09/15/2008
Filing Number
0800008274495
Received Date
09/260008
Collateral
Equipment
Secured Party
ORBOTECH, INC., BILLERICA, MA
Debtors
KIMBALL INTERNATIONAL, INC.
Filing Office
SECRETARY OF STATE/UCC DIVISION. INDIANAPOLIS. IN
UCC Filing -Original
Filing Date
06/100008
Filing Number
0800005459598
Received Date
06/24/2008
Collateral
Equipment
Secured Party
ORBOTECH, INC., BILLERICA, MA
Debtors
KIMBALL INTERNATIONAL, INC.
Filing Office
SECRETARY OF STATLIUCC DIVISION, INDIANAPOLIS. IN
102
UCC Filing -Original
Filing Date
03/25/2008
Filing Number
0800002742914
Received Date
04/08/2008
Collateral
Equipment
Secured Party
ORBOTECH, INC., BILLERICA, MA
Debtors
KIMBALL INTERNATIONAL, INC.
Filing Office
SECRETARY OF STATElUCC DIVISION, INDIANAPOLIS. IN
UCC Filing -Original
Filing Date
02/262008
Filing Number
0800001BO5387
Received Date
03/11/2008
Collateral
Leased Equipment
Secured Party
WHAYNE SUPPLY COMPANY, LOUISVILLE. KY
Debtors
IOMBALL INTERNATIONAL, INC.
Filing Office
SECRETARY OF STATElUCC DIVISION, INDIANAPOLIS, IN
UCC Filing -Original
Filing Date
10/02/2007
Filing Number
0700009096063
Received Date
10/162007
Collateral
Equipment
Secured Party
ORBOTECH, INC., BILLERICA, MA
Debtors
KIMBALL INTERNATIONAL, INC.
Filing Office
SECRETARY OF STATElUCC DIVISION, INDIANAPOLIS, IN
The public record items contained in this report may have been paid, terminated, vacated or released priorm the date this report was printed. This
informatan may not be reproduced in whole or in part by any means of reproduction.
IThere may be additional UCC Filings in D&Bs file on this company available by contacting 1-800-234-3867.
There may be additional suits, liens, orjudgments in D&B's file on this company available in the U.S. Public Records Database, also covered under your
contract If you would like more information on this database, please contact the Customer Resource Center at 1-800-234-3867.
If it is indicated that there are defendants other than the report subject, the lawsuit may be an action to clear title to property and does not necessarily imply a
claim for money againstthe subject
A lien holdercan file the same lien in more than one filing location. The appearance of multiple liens filed by the same lien holder against a debtor may be
indicative of such an occurrence.
Special Events
Currency: All figures shown in USD unless otherwise stated
103
SPECIAL EVENTS
Date Event Description
CONTROL CHANGE: On September 12, 2023, sources stated that HNI Corporation, Muscatine, IA, has completed the
acquisition of Kimball International, Inc., Jasper, IN, on June 1, 2023. With the acquisition, Kimball International, Inc. will
09/1212023 now operate as a wholly -owned subsidiary of HNI Corporation. Employees and management were retained. Kimball
International, Inc. shareholders are receiving $9.00 in cash and 0.1301 shares of HNI Corporation common stock for each
share of Kimball International stack they owned immediately prior to the closing of the transaction. Further details are
unavailable.
Financials - D&B
Financials
FINANCIAL STATEMENT COMPARISON
Currency: All figures shown in USD unless otherwise stated
■Current Assets Ill Total Current Liabilities ■ Sales • Current Ratio
6619 C 0
532.7
c
399.5
f
c
2664
133.2
0 ■■ ■ ■
2021 2022
Interim Fiscal Fiscal Last 3 years
Consolidated Consolidated Consolidated
0913012022 06/30/2022 06/30/2023.
Current Assets 212,175,000 219,141.000 159,347.000
Current Liabilities 146,964,000 151,482,000 115,242,000
Tangible Net Worth 217,371,000 213,536,000 239,670,000
Sales - 665,877,000 569,008,000
Net Income - (15,714,000) 7,416.000 -
Current Ratio 1.44 1.45 1.38
Working Capital 65,211,000 67,659,000 44,105,000 =Mm
Other Assets 242,185,000 242,137,000 2B5,248,000
Long Term Liabilities 90,025,000 96,260,000 89,683,000
Accounts receivable shown net less $911,000 allowance. Fixed assets shown net less $192,129,000 depreciation.
Explanations: The net worth of this company includes intangibles. Other Assets consists of deferred tax assets and
other assets.
Financials
BALANCE SHEET
Balance Sheet
Assets
Current Assets
Prepaid Expenses 6 Other
Assets
Currency: All figures shown in USD unless otherwise stated
Interim
03/3112023
USD 15,706,000
1134
Interim
Current Assets
03/31/2023
Accounts Receivable
USD 49,543,000
Cash
USD 18,768,000
Inventory
USD 89,633,000
Total Current Assets
USD 173,650,000
Interim
Long Tom Assets
03/31/2023
Right OfUseOperating
USD 17,338,000
Lease
Property, Plant. Fixtures &
USD 96,740,000
Equipment
Goodwill
USD 11,160,000
Other Intangible Assets -Net
USD 51,250,000
Other long term wets
USD 32,661,000
Total Assets
USD 382,799,000
Liabilities
Interim
Total Current Liabilities
03/3112023
Customer Deposits
USD 27.011.000
Accruals
USD 39,525,000
Operating Lease Liability
USD 5,768,000
Dividends Payable
USD 3,786,000
Accounts Payable
USD 46,755,000
Total Current Liabilities
USD 122,845,000
Interim
Long Tenn Liabilities
0313112023
TREASURY STOCK
I USD 71,30a,o0o I
Common Stock
USD 2,151,000
Other Long Term Liabilities
USD 14,163,000
Long Term Debt
USD 50,000,000
Retained Earnings
USD 235,891,000
Operating Lease Liability
USD 16,235,000
Additional Paid In Capital I
USD 8,839,000
Capital Surplus
ACCUM OTHER
USD 3,883,000
COMPREHENSIVE INCOME
Total Liabilities & Net
USD 382,799,000
Worth
PROFIT AND LOSS INFORMATION
105
Date Description
03/31/2023 From JUL 012022 to MAR 312023 sales $526,942,000; cc L ..l y.-✓ :. -ff/1 $338,712,000. Gross profit $183.230,000; operating expenses
$204,076,000. Operating income $(15,846,.w.1, over h. icu,,,a $1,159,000, other expenses $2,045,00; net Income before raxes ytlo, rsz,000);
Federal income tax $7,084,000. (net loss) $23,816,000.
D&B currently has no financial information Currency. All figures shown in USD unless otherwise stateclCurrency All figures shown in USD unless otherwise stated
on file for this company.
ID&B currently has no financial information on file for this company
D&B currently has no financial information on fiie for this company
r
Company vronie
COMPANY OVERVIEW
D-U-N-S
G i �-c:36-550.
Legal Farm
Corporation (USi
History Record
Cl
Da..: � —,d
U a12,i i"J"
Business Commenced On
State of Incorporation
Ownership
Nct puOliC;y traded
Currency: All agures snown in uau unless otherwise stated
Currency: All figures shown in USD unless otherwise stated
Currency All figures shown in USD unless otherwise stated
Mailing Address
Annual Sales
UNITED STATES
665,877,000 (USD)
Telephone
Employees
+1 812 482 1600
2,410
Website
Age (Year Started)
www.ldmball.com
84 Years(1939)
Present Control Succeeded
Named Principal
Kristine Luster, CEO
SIC
Line of Business
Mfg wood household turnihoe
NAICS
a
Street Address:
40 s SKYLINE
1600Royal St,
a
jasper, IN, 47546,
Culvers
United States Of America
_. CROOKED CREEK e
Jasper Parklands Q
Sultan's Run
v
— - -
,.
E 15th St
r
56 �
DEER CREEK
BUSINESS REGISTRATION
Corporate and business registra Lions reported by the secretary of state or other official source as of: 2024-02-01
This data is for informational purposes only, certificou%,, —i. be obtained through the Office of the Secretary of State.
Registered Name KIMBALL INTERNATIONAL, INC.
Corporation Type Corporation (US)
State of Incorporation INDIANA
Date Incorporated 08/24/1939
106
Registration ID 194023-053
Registration Status ACTIVE
Filing Date 08/24/1939
Where Filed SECRETARY OF STATE/CORPORATIONS DIVISION
Registered Agent
Name CORPORATION SERVICE COMPANY
Address 135 North Pennsylvania Street;Suite 1610, Indianapolis, IN, 462040000
Registered Principal
Name
Jack D. Herring
Title
Treasurer
Address
600 EAST SECOND STREET„ Muscatine, IA, 527610000
Name
Jefferey D. Lorenger
Title
Address
600 East Second Street, Muscatine, IA, 527610000
Name
Marshall H. Bridges
Title
Address
600 East Second Street, Muscatine, IA, 527610000
Name
Steven M. Bradford
Title
Address
600 EAST SECOND STREET. Muscatine, IA, 527610000
PRINCIPALS
Officers
KRISTINE LJUSTER, CEO
KOURTNEY L SMITH, EXEC V PRES-COO WORKPLACE & HEALTH
GREGORY MEUNIER, EXEC V PRIES
LONNIE P NICHOLSON, EXEC V PRES-CHRO
MICHAEL ROCH, CCO
Directors
DIRECTOR(S): THE OFFICERS)
COMPANY EVENTS
The following information was reported on: 0911412023
The Indiana Secretary of State's business registrations file showed that Kimball International, Inc. was registered as a Corporation on August 24, 1939, underfile
registration number 194023-053.
Business started 1939.
The company's common stack was previously traded on the Nasdaq Capital Market under the symbol "KBAU.
Business started 1939. Presentcontrol succeeded June 2023.
CONTROL CHANGE:.
On September 12, 2023, sources stated that HNI Corporation, Muscatine, IA, has completed the acquisition of Kimball International, Inc., Jasper, IN, on June 1,
2023. With the acquisition, Kimball International, Inc. will now operate as a wholly -owned subsidiary of HNI Corporation. Employees and management were
retained. Kimball International, Inc. shareholders are receiving $9.00 in cash and 0.1301 shares of HNI Corporation common shuck for each share of Kimball
International stock they owned immediately prior to the closing of the transaction. Further details are unavailable.
SPIN-OFF:.
107
On October 31, 2014 (the Distribution Date), the company completed the spin-off of its Electronic Manufacturing Services (EMS) segment by distributing the
related shares of Kimball Electronics, Inc. (Wmball Electronics), on a pro rats basis, to the company's shareholders of record as of October 22, 2014. After the
Distribution Date, the company no longer beneficially owns any Kimball Electronics shares, and Kimball Electronics is an independent publicly traded company.
There is no established public trading market for the company's Class A common shock.
KRISTINE L JUSTER. Director since 2016. She serves as the CEO of the company since November 2018. She has held several positions with Newell Brands from
1995 until she retired in April 2018 as the Resident of Global Writing Segment.
KOURTNEY L SMTFH. She was appointed COO, Workplace and Health in November 2021 after serving in other various roles with the company since 2015.
Previously, she served as Vice President, Marketing for National Office Furniture, a position she assumed in 2010.
GREGORY MEUNIER. Antecedents not available.
LONNIE P NICHOLSON. He was appointed Executive Vice President, Chief Human Resources Officer (CHRO) in January 2020 and previously served as Vice
President, Chief Administrative Officer, since February 2015.
MICHAEL ROCH. Antecedents not available.
BUSINESS ACTIVITIES AND EMPLOYEES
The following information was reported on: 09114/2023
Business Information
Trade Names (SUBSIDIARY OF HNI CORPORATION, MUSCATINE. IA); KIMBALL INTERNATIONAL
Description Subsidiary of HNI Corporation, Muscatine. IA started 1944 which operates as manufacturer and distributor of
workplace furnishings and residential building products.
As noted, this company is a subsidiary of HNI Corporation, D-U-N-S Number 00-526-9109, and reference is
made to that reportfar background information on the parent and its management
The company engages in the manufacture and sale of furniture products. Rollers desks workstations,
benching, seating, lounge, storage, tables, and casegoods for col labora Live and open workspaces, conference
and meeting/huddle roams, training rooms, private offices, leaming areas, classrooms, lobby/reception
areas, and di ning/caf areas; and headboards, tables, seating, vanities, casegoods, lighting, and other
products for hotel properties, and mixed use commercial and residential developments_
The company also provides desks and benching, adjustable height desks, office chairs and scoots, file
cabinets, tables, lounge seating. PoppinSpaces, and PoppinPods for workspace, including worktrom home and
schools.
TRADEMARK(S): Kimball, National, D'style, David Edward, Etc. (pending), Poppin, Interwoven (pending),
EverySpace, Fringe, Waveworks, Xsite, Narrate, Pairings, Respitality, Work Happy, and Allan Copley Designs.
Term are cash and on contract basis. Sells to commercial concerns. Territory: International.
Employees 2,410 which includes officer(s). Undetermined employed here.
Financing Status Unsecured
Financial Condition Good
Facilities Occupies premises in a building.
Related Concerns
SIUNAICS Information
Industry Code
Description Percentage of Business
2512
Mfg wood -
household
furniture
25120000
Wood -
household
furniture
25120000
Upholstered -
household
furniture
25220000
Wood office -
furniture
10B
Industry Code
Description Percentage of Business
25220000
Office -
furniture,
except woad
25179904
Stereo -
cabinets,
wood
25179905
Television -
cabinets,
wood
NAILS Codes
337122
337121
337211
337214
321999
321999
GOVERNMENT ACTIVITY
Activity Summary
Borrower(Dir/Guar)
No
Administrative Debt
No
Contractor
Yes
Grantee
No
Party excluded from federal program(s)
No
Your Information
NAILS Description
Nonupholstered Wood Household Furniture Manufacturing
Upholstered Household Furniture Manufacturing
Wood Office Furniture Manufacturing
Office Furniture (except Wood) Manufacturing
All Other Miscellaneous Wood Product Manufacturing
All Other Miscellaneous Wood Product Manufacturing
Record additional information about this company to supplementthe D&B information.
Note: Information entered in this section will not be added to D&B's central repository and will be kept private
under your user ID. Only you will be able to view the information.
In Folders: View
Account Number
Credit Limit
Endorsement/Billing Reference * Sales Representatives
Total Outstanding
Your Information Currency
US Dollar (USD)
Last Login : 02105fZ02,1 10:26:21 AM
®Dun & Bradstreet, Inc. 2005-2024. All rights reserved
Privacy Policy I Terms of Use I US Govemment Employee Disclaimer
109
Kim oall'Internationa
Supplier Diversitv Program
Kimball International is a leading omnichannel commercial furnishings company with deep expertise in
the Workplace, Health, and Hospitality markets, with a focus on the customer and broad channels of
distribution. We combine our bold entrepreneurial spirit, a history of craftsmanship, and today's design -
driven thinking alongside a commitment to our culture of caring and lasting connections with our
customers, shareholders, employees, and communities. For over 70 years, our brands have seized
opportunities to customize solutions into personalized experiences, turning ordinary spaces into
meaningful places.
As a reflection of our Diversity, Equity, Inclusion, and Belonging (DEIB) commitment coupled with our
dedicated Environmental, Social and Governance (ESG) and federal contracting subcontractor diversity
efforts, Kimball International continues to expand its reach to support, develop and empower small
businesses that positively impact the collective communities we serve. We recognize the impact diverse
collaborations have on our internal and external ecosystems and continue to seek ways to increase
access and visibility for all categories of diverse suppliers, to include:
Small disadvantaged business
HUBZone small business concerns
Veteran owned small business concern
Service -disabled veteran -owned small business concerns
Women -owned small business (WOSB)
Alaska Native Corporation (ANC)
As part of our procurement processes and DEIB core strategies, business will be awarded to the highest
performing suppliers that add value to our organization with competitive cost, high quality, superior
innovation, diversitv and risk mitigation.
Identification of small business is developed utilizing many resources, including the following:
• Kimball International website
• Participation in trade fairs and industry meetings
• Advertisements in industry and local publications
• Local and national associations such as Mid -States Minority Supplier Development Council and
the Great Lakes Women's Business Council
• Small Business Administration website
• Competitive bid process
• Feedback from our customer base
• Leveraging existing suppliers and their networks
If you are a supplier with a diverse certification (or who meets the definitions of these categories
whether or not certified) and wish to seek future opportunities, please contact
SupplierDiversity@kimballinternational.com to register and receive additional information.
E
Appendix D., Exhibit B:
_ Administration
Agreement
'... Kimball -International
11i
Exhibit B
Administration Agreement, Example
ADMINISTRATION AGREEMENT
THIS ADMINISTRATION AGREEMENT (this "Agreement") is made this day of
20_, between OMNIA Partners, Public Sector, Inc., a Delaware corporation ("OMNIA
Partners"), and Kimball International ("Supplier").
Brands, Inc.
RECITALS
WHEREAS, the (the "Principal Procurement Agency") has
entered into a Master Agreement effective , Agreement No , by and
between the Principal Procurement Agency and Supplier, (as maybe amended from time to time
in accordance with the terms thereof, the "Master Agreement"), as attached hereto as Exhibit A
and incorporated herein by reference as though fully set forth herein, for the purchase of
(the "Product");
WHEREAS, said Master Agreement provides that any or all public agencies, including state
and local governmental entities, public and private primary, secondary and higher education
entities, non-profit entities, and agencies for the public benefit (collectively, "Public Agencies"),
that register (either via registration on the OMNIA Partners website or execution of a Master
Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each,
hereinafter referred to as a "Participating Public Agency") may purchase Product at prices
stated in the Master Agreement;
WHEREAS, Participating Public Agencies may access the Master Agreement which is
offered through OMNIA Partners to Public Agencies;
WHEREAS, OMNIA Partners serves as the cooperative contract administrator of the Master
Agreement on behalf of Principal Procurement Agency;
WHEREAS, Principal Procurement Agency desires OMNIA Partners to proceed with
administration of the Master Agreement; and
WHEREAS, OMNIA Partners and Supplier desire to enter into this Agreement to make
available the Master Agreement to Participating Public Agencies and to set forth certain terms
and conditions governing the relationship between OMNIA Partners and Supplier.
NOW, THEREFORE, inconsideration of the payments to be made hereunder and the mutual
covenants contained in this Agreement, OMNIA Partners and Supplier hereby agree as follows:
DEFINITIONS
1. Capitalized terms used in this Agreement and not otherwise defined herein shall have
the meanings given to them in the Master Agreement.
TERMS AND CONDITIONS
2. The Master Agreement and the terms and conditions contained therein shall apply to
this Agreement except as expressly changed or modified by this Agreement. Supplier
Version March 19. 2024
112
acknowledges and agrees that the covenants and agreements of Supplier set forth in the
solicitation and Supplier's response thereto resulting in the Master Agreement are incorporated
herein and are an integral part hereof.
3. OMNIA Partners shall be afforded all of the rights, privileges and indemnifications
afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and
such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA
Partners, its agents, employees, directors, and representatives under this Agreement including,
but not limited to, Supplier's obligation to obtain appropriate insurance.
4. OMNIA Partners shall perform all of its duties, responsibilities and obligations as the
cooperative contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set
forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will
be undertaken by OMNIA Partners solely in its capacity as the cooperative contract administrator under the
Master Agreement.
5. With respect to any purchases by Principal Procurement Agency or any Participating
Public Agency pursuant to the Master Agreement, OMNIA Partners shall not be: (i) construed as
a dealer, re -marketer, representative, partner or agent of any type of the Supplier, Principal
Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for
any order for Product made by Principal Procurement Agency or any Participating Public Agency
or any employee thereof under the Master Agreement or for any payment required to be made
with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by
Principal Procurement Agency or any Participating Public Agency to comply with procedures or
requirements of applicable law or the Master Agreement or to obtain the due authorization and
approval necessary to purchase under the Master Agreement. OMNIA Partners makes no
representation or guaranty with respect to any minimum purchases by Principal Procurement
Agency or any Participating Public Agency or any employee thereof under this Agreement or the
Master Agreement.
6. OMNIA Partners shall not be responsible forSupplier's performance under the Master
Agreement, and Supplier shall hold OMNIA Partners harmless from any liability that may arise
from the acts or omissions of Supplier in connection with the Master Agreement.
7. Supplier acknowledges that, in connection with its access to OMNIA Partners
confidential information and/or supply of data to OMNIA Partners, when applicable, it has
complied with and shall continue to complywith all laws, regulations and standards that may apply
to Supplier, including, without limitation: (a) United States federal and state information security
and privacy statutes, regulations and/or best practices, including, without limitation, the Gramm -
Leach -Bliley Act, the Massachusetts Data Security Regulations (201 C.M.R. 17.00 et. seq.), the
Nevada encryption statute (N.R.S. § 603A), the California data security law (Cal. Civil Code §
1798.80 et. seq.) and California Consumer Privacy Act (Cal. Civil Code § 1798.100 et. seq.); and
(b) applicable industry and regulatory standards and best practices (collectively, "Data
Requlations").
With regard to Personal Information that Supplier collects, receives, or otherwise
processes under the Agreement or otherwise in connection with performance of the Agreement,
Supplier agrees that it will not: (i) sell, rent, release, disclose, disseminate, make available,
transfer, or otherwise communicate orally, in writing, or by electronic or other means, such
Personal Information to another business or third party for monetary or other valuable
consideration; or (ii) retain, use, or disclose such Personal Information outside of the direct
business relationship between Supplier and OMNIA Partners or for any purpose other than for
the specific purpose of performance of the Agreement, including retaining, using, or disclosing
such Personal Information for a commercial purpose other than for performance of the
Agreement. By entering into the Agreement, Supplier certifies that it understands the specific
Version March 19. 2024
113
restrictions contained in this Section 7 and will comply with them. For purposes hereof, "Personal
Information" means information that identifies, relates to, describes, is reasonably capable of
being associated with, or could reasonably be linked, directly or indirectly, with a particular
consumer or household, and includes the specific elements of "personal information" as defined
under Data Regulations, as defined herein. Supplier will reasonably assist OMNIA Partners in
timely responding to any third party "request to know" or "request to delete" (as defined pursuant
to Data Regulations) and will promptly provide OMNIA Partners with information reasonably
necessary for OM NIA Partners to respond to such requests. Where Supplier collects Personal
Information directly from Public Agencies or others on OMNIA Partners' behalf, Supplier will
maintain records and the means necessary to enable OMNIA Partners to respond to such
requests to know and requests to delete.
8. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA
PARTNERS EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND
WARRANTIES REGARDING OMNIA PARTNERS' PERFORMANCE AS A COOPERATIVE
CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS SHALL
NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT,
CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA
PARTNERS IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES.
TERM OF AGREEMENT; TERMINATION
9. This Agreement shall be in effect so long as the Master Agreement remains in effect,
provided, however, that the provisions of Sections 3 — 8 and 11 — 22, hereof and the
indemnifications afforded by the Supplier to OMNIA Partners in the Master Agreement, to the
extent such provisions survive any expiration or termination of the Master Agreement, shall
survive the expiration or termination of this Agreement.
NATIONAL PROMOTION
10. OMNIA Partners and Supplier shall publicize and promote the availability of the
Master Agreement's products and services to Public Agencies and such agencies' employees.
Supplier shall require each Public Agency to register its participation in the OMNIA Partners
program by either registering on the OMNIA Partners website
(www.omniar)artners.com/iDublicsector) or executing a Master Intergovernmental Cooperative
Purchasing Agreement prior to processing the Participating Public Agency's first sales order.
Upon request, Supplier shall make available to interested Public Agencies a copy of the Master
Agreement and such price lists or quotes as may be necessary for such Public Agencies to
evaluate potential purchases.
11. Supplier shall provide such marketing and administrative support as set forth in the
solicitation resulting in the Master Agreement, including assisting in development of marketing
materials as reasonably requested by Principal Procurement Agency and OMNIA Partners.
Supplier shall be responsible for obtaining permission or license of use and payment of any
license fees for all content and images Supplier provides to OMNIA Partners or posts on the
OMNIA Partners website. Supplier shall indemnify, defend and hold harmless OMNIA Partners
for use of all such content and images including copyright infringement claims. Supplier and
OMNIA Partners each hereby grant to the other party a limited, revocable, non -transferable, non-
sublicensable right to use such party's logo (each, the "Logo") solely for use in marketing the
Master Agreement. Each party shall provide the other party with the standard terms of use of such
party's Logo, and such party shall comply with such terms in all material respects. Both parties
shall obtain approval from the other party prior to use of such party's Logo. Notwithstanding the
foregoing, the parties understand and agree that except as provided herein neither party shall
have any right, title or interest in the other party's Logo. Upon termination of this Agreement,
each party shall immediately cease use of the other party's Logo.
Version March 19. 2024
114
ADMINISTRATIVE FEE, REPORTING & PAYMENT
two to two and a half percent (_2 - 2.5_%) based upon a tiered volume structure
12. An "Administrative Fee" shall be defined and due to OMNIA Partners from Supplier in the
amount of percent (_%) ("Administrative Fee Percentage") multiplied by the total purchase amountpaid
to Supplier, less refunds and credits on returns, for the sale ofproducts and/orservices to Principal Procurement
Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time
and including any renewal thereof) ("Contract Sales"). From time to time the parties may mutually agree in
writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency's
Contract Sales.
13. Supplier shall provide OMNIA Partners with an electronic accounting report monthly, in the
format prescribed by OMNIA Partners, summarizing all Contract Sales for each calendar month. The Contract
Sales reporting format is provided as Exhibit C ("Contract Sales Report"), attached hereto and incorporated
herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA
Partners by the 1011 day of the following month. Failure to provide a Contract Sales Report within the time
and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty
(30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at
Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners' sole discretion.
14. Administrative Fee payments are to be paid by Supplierto OMNIA Partners , t_ .1. K--y
�1 C_„ I— 1.111 . ,/11111J1 C1,J'..... '.:', above, for Supplier's submission of corresponding Contract Sales
Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA
Partners designated financial institution identified in Exhibit D. Failure to provide a payment of the
Administrative Fee within the time and manner specified herein shall constitute a material breach of this
Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for
termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this
Agreement, at OMNIA Partners' sole discretion. All Administrative Fees not paid when due shall bear interest
at a rate equal to the lesser of one and one-half percent (1 1 /2%) per month or the maximum rate permitted by
law until paid in full. Adminstrative Fee Payments are to be paid by Supplier to OMNIA Partners
within 30 days of each calendar quarter end.
15. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies
under the Master Agreement. OMNIA Partners, or its designee, in OMNIA Partners' sole discretion, reserves
the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier
for a period of four (4) years fromthe date OMNIA Partners receives such report. In addition, OMNIA Partners
may engage a third party to conduct an independent audit of Supplier's monthly reports. In the event of such
an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners
at the location designatedby OMNIA Partners. In the event an underreporting of Contract Sales and a resulting
material underpayment ofAdministrative Fees is revealed, OMNIAPartners will notify the Supplier in writing.
Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners'
reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest
thereon in accordance with Section 13, and reimbursement of OMNIA Partners' costs and expenses related to
such audit.
GENERAL PROVISIONS
16. This Agreement, the Master Agreement and the exhibits referenced herein supersede
any and all other agreements, either oral or in writing, between the parties hereto with respect to
the subject matter hereto and no other agreement, statement, or promise relating to the subject
matter of this Agreement which is not contained or incorporated herein shall be valid or binding.
In the event of any conflict between the provisions of this Agreement and the Master Agreement,
as between OMNIA Partners and Supplier, the provisions of this Agreement shall prevail.
17. If any action at law or in equity is brought to enforce or interpret the provisions of this
Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall
Version March 19. 2024
115
be entitled to reasonable attorney's fees and costs in addition to any other relief to which it may
be entitled.
18. This Agreement and OMNIA Partners' rights and obligations hereunder may be
assigned at OMNIA Partners' sole discretion to an affiliate of OMNIA Partners, any purchaser of
any or all or substantially all of the assets of OMNIA Partners, or the successor entity as a result
of a merger, reorganization, consolidation, conversion or change of control, whether by operation
of law or otherwise. Supplier may not assign its obligations hereunder without the prior written
consent of OMNIA Partners.
19. All written communications given hereunder shall be delivered by first-class mail, postage
prepaid, or overnight delivery on receipt to the addresses as set forth below.
A. OMNIA Partners:
OMNIA Partners
5001 Aspen Grove
Franklin, TN 37067
Attention: Legal Department - Public Sector Contracting
B. Supplier:
Kimball International Brands, Inc.
1600 Royal Street
Jasper, IN 47546
Attn: Legal Department
20. If any provision of this Agreement shall be deemed to be, or shall in fact be,
illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein
contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this
Agreement will be construed by limiting or invalidating such provision to the minimum extent
necessary to make such provision valid, legal and enforceable.
21. This Agreement may not be amended, changed, modified, or altered without
the prior written consent of the parties hereto, and no provision of this Agreement may be discharged
or waived, except by a writing signed by the parties. A waiver of any particular provision will not be
deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply
to any other occasion.
22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA
Partners, the Supplier and any respective successor and assign thereto; subject, however, to the
limitations contained herein.
23. This Agreement will be construed under and governed by the laws of the State of
Delaware, excluding its conflicts of law provisions and any action arising out of or related to this
Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson
County Tennessee.
24. This Agreement may be executed in counterparts, each of which is an original but all
of which, together, shall constitute but one and the same instrument. The exchange of copies of
this Agreement and of signature pages by facsimile, or by .pdf or similar electronic
transmission, will constitute effective execution and delivery of this Agreement as to the
parties and may be used in lieu of the original Agreement for all purposes. Signatures of the
Version March 19. 2024
116
parties transmitted by facsimile, or by .pd€ or similar electronic transmission, will be deemed
to be their original signatures for any purpose whatsoever.
[INSERT SUPPLIER ENTITY NAME)
Kimball international Brands, Inc.
�ature
1C�1r1:5 6�-
Name
I!f 4 nS"r1
Title
6-4
z�
Date
Version March 19, 2024
OMNIA PARTNERS, PUBLIC
SECTOR, INC.
Signature
Sarah Vavra
Name
Sr. Vice President, Public Sector
Contracting
Title
Date
117
.!!i■!
I M, I
9
am
a INNOW
0
r -I
L-j
-q"apsw--
Exhibit F
Federal Funds Certifications
FEDERAL CERTIFICATIONS
ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT
TO WHOM IT MAY CONCERN:
Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should
be completed and returned.
DEFINITIONS
Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the
project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the
non —Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or
subaward
Contractor means an entity that receives a contract as defined in Contract.
Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -
through entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305:
(a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal
awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of
the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or
pass -through entity's direct benefit or use;
(b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency
or pass -through entity and the non —Federal entity in carrying out the activity contemplated by the Federal award.
(c) The term does not include:
(1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or
(2) An agreement that provides only:
(i) Direct United States Government cash assistance to an individual;
(ii) A subsidy;
(iii) A loan;
(iv) A loan guarantee; or
(v)Insurance.
Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity
Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section:
(a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or
indirectly from a pass -through entity, as described in § 200.101 Applicability; or
(2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non —Federal entity
receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in §
200.101 Applicability.
(b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative
agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the
cost -reimbursement contract awarded under the Federal Acquisition Regulations.
(c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a
contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs).
(d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement.
Version March 19, 2024
Non —Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit
organization that carries out a Federal award as a recipient or subrecipient.
Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs,
that:
(a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest;
(b) Is not organized primarily for profit; and
(c) Uses net proceeds to maintain, improve, or expand the operations of the organization.
Obligations means, when used in connection with a non —Federal entity's utilization of funds under a Federal award, orders
placed for property and services, contracts and subawards made, and similar transactions during a given period that require
payment by the non —Federal entity during the same or a future period.
Pass -through entity means a non —Federal entity that provides a subaward to a subrecipient to carry out part of a Federal
program.
Recipient means a non —Federal entity that receives a Federal award directly from a Federal awarding agency to carry out
an activity under a Federal program. The term recipient does not include subrecipients.
Simplified acquisition threshold means the dollar amount below which a non —Federal entity may purchase property or
services using small purchase methods. Non —Federal entities adopt small purchase procedures in order to expedite the
purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the
Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the
publication of this part, the simplified acquisition threshold is $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 entity to a subrecipient for the subrecipient to carry out part of a
Federal award received by the pass -through entity. It does not include payments to a contractor or payments to an individual
that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an
agreement that the pass -through entity considers a contract.
Subrecipient means a non —Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal
program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of
other Federal awards directly from a Federal awarding agency.
Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of
performance.
The following provisions may be required and apply when Participating Agency expends federal 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 shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does
not provide covered telecommunications 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 52.204-26,
Covered Telecommunications Equipment or Services —Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3,
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 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.
Version March 19, 2024
120
(a) Definitions. As used in this provision—
Backhaul, covered 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 Surveillance 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 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. 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 backhaul, 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.
(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 technology as part of any system. 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. 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 backhaul, 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)
(htti)s://www.sam.aov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".
(d) Representation. The Offeror represents that—
(1) It ❑ will, ❑ will not provide covered telecommunications equipment or services to the Government in the performance
of any contract, subcontract or other contractual 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 conducting a reasonable inquiry, 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 equipment 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 shall provide the following 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 original equipment manufacturer (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 applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to
determining if such use would be permissible under the prohibition in paragraph (b)(1) 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 applicable); or
Version March 19, 2024
121
(B) If not associated with maintenance, the Product Service Code (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)(1) of this 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)(2) of this provision, the Offeror shall provide the following 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 applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to
determining if such use would be permissible under the prohibition 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 applicable); 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) Definitions. As used in this clause—
Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks atthe edge
of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul 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 Huawei Technologies Company or 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 affiliate of such entities);
(3) Telecommunications or video surveillance services provided by such entities or using such equipment; or
(4) Telecommunications 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 controlled by, or otherwise connected to, the government of a covered foreign country.
Critical technology means—
(1) Defense articles or defense services included on 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. 1 to part 774 of the Export Administration
Regulations under subchapter C of chapter VII 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, nuclear nonproliferation, or missile technology; or
(ii) For reasons relating to regional stability or 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 facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to
export and import of nuclear equipment and material);
(5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code,
or part 73 of title 42 of such Code; or
Version March 19, 2024
122
(6) Emerging and foundational 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 more 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 inquiry 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 include
an internal or third -party audit.
Roaming 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) Section 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 prohibited
from providing to the Government 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.
(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 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 identifies 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 this
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 httos://dibnet.dod.mil. For indefinite delivery
contracts, the Contractor shall report 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://dibnet.dod.mil.
(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 identifier (if known); supplier Commercial and Government Entity
(CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler
number); item 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 mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook
to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be
incorporated to prevent future use or submission of covered telecommunications equipment or services.
Version March 19, 2024
123
(a) Subcontrads. 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 Partidpating Agency and the Participating Agency's subcontractors shall contain the procurement
provisions of Append'a II to Part 200, as applicable.
APPENDIX II TO 2 CFR PART 200
(A) Contracts for more than the simplified acquisition threshold currently set at $260,000, which Is the inflation
adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations
Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal rem ad!as €n
instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as
appropriate. When federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to
notify the Vendor if federal funds will be utilized to procure items under this contract and/or purchase order prior
to Vendor's acceptance of the order.
Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves
all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of
contract by either party.
Does offeror agree? YES Initials of Authorized Representative of
offers r 1r
(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 sett €ament. (AlI contracts 1n excess of $10,000)
Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds; the Participating Agency reserves
the right to immedlately terminate any agreement in excess of $10,000 resulting from this procurement process in the event
of a breach or default of the agreement by Offeror as detailed in the terms of the contract.
Does offeror agree? YES Initials of Authorized Representative of
offeror
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contractsthat meet the
definition of Iederally assisted construction contract" In 41 CFR Part 60-1.3 must Include the equal opportunity
clause provided under 41 CFR 60-1.4(b), 1n accordance with Executive Order 11246, "Equal Employment
Opportunity" (30 CFR 12319,12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375,
"Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41
CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of
Labor."
Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted
construction contract, the equal opportunity clause is incorporated by reference herein.
Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror
(D) Davis -Bacon Act, as amended (40 U.S.G. 3141-3148). an required by Federal program legislation, all prime
construction contracts In excess of $200 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 requlred 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
Version March 19, 2024
124
acceptance of the wage determination. The non -Federal entity must report all suspected or reported vialationstn
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 regulat€ons (29 CFR Part 3, "Contractors
and Subcontractors on Public Sullding or Pub lie Work Financed in Whole or In Part by Loans or Grants from the
United States"). The Act provides that each contractor or subreciplent 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
violationsto the Federal awarding agency.
Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award fix
all contracts and subgrants for construction or repair, offeror will be in compliance wlth all applicable Davis -Bacon Act
provisions.
Does offeror agree? YES Initials of Authorized Representative of offeror
(E) Contract Work Hours and Safety S andards 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). U nder40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages
of every mechanic and taborer on the basis of a standard work week of 40 hours. Worts in excess of the standard
work week is parm isslble 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 suppill es or materials or articles ordinarily available on the apen market, or contracts
fo r transportatio n or transmission of intelligence,
Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be
in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an
award for all contracts by Participating AU
resulting from this procurement process.
Does offeror agree? YES Initials of Authorized Representative of offeror
(F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of
"Funding agreement" under 37 CFR §401.2 (a) and the recipient or subreal plent wishes to enter €nto a contract
with a small business firm or nonprofit organization regarding the substitution of parties, assignment or
performance of experimental, developmental, a research work under that "Funding agreement," the recipient or
subrecip€ent 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 of eror
agrees to comply with all applicable r uirements as referenced in Federal Rule (F) above.
Does offeror agree? YES 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 (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)
In the event F edera I T ran sit Administration (FTA) or Department of Transportation (DOT) funding is used by Participating Publb
Agency, Offeror also agrees to include Clean Alr 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
125
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 a [!cable requirements as referenced in Federal Rule (G) above.
Does offeror agree? YES Initials of Authorized Representative of offeror
(H) Debarment and 8uspanslon (Exec ' e Orders 12549 and 12$89)—A contract award (see 2 C F R 180.220) must not
be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in
accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR
180 that Implement Executive Orden; 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
otharwisa excluded by agencies, as well as parties declared Ineliglble under slat utoryor regulatory authority other
than Executive Order 12549.
Pursuant to Federal Rule (H) above, when federal funds are expended by PartUpating 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 dapar ent or agency, the offeror will notify the Participating Agency.
Does offeror agree? YES I Initials of Authorized Representative of offeror
(I) Byrd Ant[ -Lobbying Amendmen r(31.S.C. 1352)—Contractors that apply or bits for an award exceeding
$100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used
Federal appropriated funds to pay any person or organization for Influencing or attempting to influence an officer
or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member
of. Congress In connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C.
1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with
obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award.
Pursuant to Federal Rule (1) above; when federal funds are expended by Participating Agency, the offeror certifies that
during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this
procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying
Amendment (31 U.S.C. 1352). The undersigned further certifies that:
(1) No Federal appropriated funds have been paid or will be paid; 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 approprlated funds have been paid or will be paid 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 this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Farm-LLL, "Disclosure of Lobbying Activities," In accordance with Its
instructions.
This certification is a material representation offal upon which reliance was placed when this transaction was made or entered
into. Submission of this certlfrcation 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.
(3) The prospective participant also agrees by submitt€ng his or her bid or proposal that he or she shall require that the language
of this certifiication be Included in all [ower tier sub oo ntracts, which exceed $100,000 and that all such sub reciple n ts shall certify
and disclose accordingly.
Version March 19, 2024
126
Does offeror agree? YES Initials of Authorized Representative of offeror
RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS
When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror
certifies that it will comply with the record retention requirements detailed in 2 C F R § 200.333. The offeror further certifies that
offeror wilt 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
closed.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF C LIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT
When Participating Agency expends federal funds for any Contract resulting from this procurement process, offeror certifies
that if will comply with the mandatory standards and policies relating to energy eficlency which are contained In the state
energy conservation plan Issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49
C.F.R. Part 18).
Does offeror agree? YES r) / Initials of Authorized Representative of offeror
CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS
To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit
Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees
to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request.
Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling forfree and
open competition. Additionally:
(1) The Contractor agrees to comply with 49 U S C 53230) and 49 C F R 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 C F R 661.7.A general public interest waiver from tha 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
stock are set out at 5323(D(2)(C) and 49 C F R 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 oertificaWn 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 AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENTOF ROLLING STOCK
CERTIFICATE OF COMPLIANCE
(select one of the two options, NOT BOTH)
Certificate of Compliance with 49 USC §5323jj)
The proposer hereby certifies that it will comply with the requirements of 49 U.S.C. 5323@, and the applicable regulations of
49 CFR 661.11.
Version March 19, 2024
127
Check for YES: M/
OR
Certificate of Non -Compliance with 49 USC §53230)
The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but may qualify for an exception
to the requirement consistent with 49 U.S.C. 53230)(2)(C), and the appllea ble regulations in 49 CFR 661.7.
Check for YES: n
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 §53230)(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: Si
OR
Certificate of Non -Compliance with 49 USC §53230)(1)
The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), 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 agree? YES S Initials of Authorized Representative of offeror
Offeror's Name: Kimball Internatio I Brands, Inc.
Address, City, State, and Zip Code: 1600 Royal Street, Jasper, IN 47546
Phone Number: 800-482-1717
Fax Number: 866-418-8516
Printed Name and Title of Authorized Representative: Dennis Gerber VP Finance
Email Address: den nis.aerber(@,kimbalIinternati al.com
Signature of Authorized Representative; '
Date
CERTIFICATION OF COMPLIANCE WITH BUYAMERICAN PROVISIONS
7 CFR Part 210.21 School Lunch Procurement.
The school food authority must include the following provisions in all cost reimbursable contracts, including contracts with
cost reimbursable provisions, and in solicitation documents prepared to obtain offers for such contracts:
(1) 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
128
(A) The contractor must separately Identify for each cost submitted for payment to the school food authority 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
(B) 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 visibility of unallowable costs, including
directly associated costs in a manner suitable for contract cost determination and verification;
(lii) The contractor's determination of its allowable costs must be made in compliance with the applicable Departmental
and Program reguiatilons and Office of Management and Budget cost circulars;
(iv) The oontractor 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 identity 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 authority 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 !den* the method by which it will report discounts, rebates and other applicable credits allocable
to the contract that are not reported prior to conclusion of the contract; and
(A) 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 Supplier is exempt (See FAR 25.103), when authorized by statute or explicitly indicated by Participating Public
Agency, Buy American requirements will apply where only u n me n ufactu red construction material mined ❑r produced in the
United States shall be used (see Subpart 25.6 — American Recovery and Reinvestment Act -Buy American statute for
addtional defabs).
CERTIFICATION OF ACCESS TO RECORDS — 2 C.F.R. § 200.336
Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to
any documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also Includes timely and
reasonable access to offeror's perWrinel for the purpose of interview and discussion relating to such documents.
Does offeror agree? YES I j Initials of Authorized Representative of offeror
CERTIFICATION OF APPLICABILITYTO SUBCONTRACTORS
Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions.
Does offeror agree? YES IV
Initials of Authorized Representative of offeror
COMMUNITY DEVELOPMENT BLOCK GRANTS
Purchases made under this contract may be partially or fully funded with federal gran tfunds. Funding far this work may include
Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Department of Housing
and Urban Development. When such funding is provided, Offeror shall comply with al€ terms, 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. HUD4010 Labor Provisions also applies to this contract.
Version March 19, 2024
129
Does offeror agree? YES Initials of Authorized Representative of offeror
Offero r ag roes to compIywit In all federal, state, and local laws, pries, reg u I atl o n s a n d ordinances, as applicable.
It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as
specifically noted above.
Offerors Name' Kimball International Brands, Inc.
Address, City, State, and Zip Code: 1600 Royal Street, Jasper, IN 47546
Phone Number: 800-482-1717 Fax Number: 866-418-8516
Primed dame and Title of Authorized Representative:
Dennis Gerber VP Finance
Email Address
dennis.Berber@kimbalIinternational.com
Signature of Aukked Representative: 10 �4 Date:
—1-6-k- 2u
Version March 19, 2024
130
FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS
Awarded Supplier(s) (also referred to as Contractors) may need to respond to events and losses where
products and services are needed forthe immediate and initial response to emergency situations such
as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage
decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By
submitting a proposal, the 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 orshe has a real orapparent 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 benefitfrom afirm considered for award. 2 C.F.R. § 200.318(c)(1); See
also Standard Form 424D, ¶ 7; Standard Form 424B, 13. i. FEMA considers a "financial interest" to be
the potential forgain 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 giftisan unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE's written
standards of conduct must provide for disciplinary actions to be applied forviolations of such standards
by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For 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
131
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 IV- 7
c. Applicable prevailing wage laws, regulations, and executive orders
Affirmative Steps
For any subcontracting opportunities, Contractor must take the following Affirmative steps:
1. Placing qualified small and minority businesses and women's business enterprises on solicitation
lists;
2. Assuring that small and minority businesses, and women's business enterprises are solicited
whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit
maximum participation by small and minority businesses, and women's business enterprises;
4. Establishing delivery schedules, where the requirement permits, which encourage participation by
small and minority businesses, and women's business enterprises; and
5. Using the services and assistance, as appropriate, of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce.
Bid Guarantee
For proposals that are to include construction/reconstruction/renovation and related services. bids must
be accompanied by Certified or Cashier's Check or an approved Bid Bond in the amount of not less
than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing
the Executing Agent the authority to execute the bid bond documents and bind the surety to the bid
bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in the
state of the lead agency and authorized to underwrite bonds in the amount of the bid bond.
Prevailina Waae Reauirements
When applicable, the awarded Contractor (s) and any and all subcontractor(s) agree to comply with all
laws regarding prevailing wage rates including the Davis -Bacon Act, applicable tothis solicitation and/or
Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the
applicable pricing/prevailing wage rates and must applyany localwage 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
132
Federal Reauirements
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. Appendix II. 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 forcontracts 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 forany AFG-funded vehicle, regardless of dollaramount. 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) foradditional 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 forcause and for
convenience by the non -Federal entity, including the manner by which it will be effected
and the basis for settlement. See 2 C.F.R. Part 200, Appendix II(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 includethe equal opportunity clause provided under 41 C.F.R. §60- 1.4(b),
in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg.
12319, 12935, 3 C.F.R. 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
C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment
Version March 19, 2024
133
Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II(C).
b. Kev Definitions.
Federallv Assisted Construction Contract. The regulation at 41 C.F.R. § 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 modification thereof approved bythe Government fora grant, contract,
loan, insurance, or guarantee under which the applicant itself participates in the
construction work.
ii. Construction Work. 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 ADDlicability. This requirement applies to all FEMA grant and cooperative agreement
programs.
d. Reauired Lanauaae. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of
the following contract clause.
Durina the Dertormance of this contract. the contractor aarees 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 foremployment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
(2) The contractorwill, in all solicitations or advertisements for employees 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, ord isclosed 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
134
part of such employee's essential job functions discloses the compensation of such other
employees or applicants to individuals who do not otherwise have access to such
information, unless such disclosure is in response to a formal complaintor charge, in
furtherance of an investigation, proceeding, hearing, or action, including an investigation
conducted by the employer, or is consistent with the contractor's legal duty to furnish
information.
(4) The contractor will send to each labor union or representative of workers with which
he has a collective bargaining agreement or other contractor 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 foremployment.
(5) The contractorwill complywith all provisionsof Executive Order 11246 of September
24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(6) The contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by 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 September24, 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 subcontractor
purchase order unless exempted by rules, regulations, or orders of the Secretary of
Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965,
so that such provisions will be binding upon each subcontractor or vendor. The
contractor will take such action with respect to any subcontract or purchase order as the
administering agency may direct as a means of enforcing such provisions, including
sanctions for noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is threatened
with, litigation with a subcontractor or vendor as a result of such direction by the
administering agency, the contractor may request the United States to enter into such
litigation to protect the interests of the United States.
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 so participating is a State or local
government, the above equal opportunity clause is not applicable to any agency,
instrumentality orsubdivision of such government which does not participate in work on
or 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
135
orders of the Secretary of Labor, that it will furnish 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 will refrain from 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, Government contracts and
federally assisted construction contracts pursuant to the Executive Order and will carry
out such sanctions and penalties forviolation 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 II, 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 orall of thefollowing actions: Cancel, terminate, or
suspend inwhole orin partthis 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 future compliance 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 provision forcompliancewith the Davis -Bacon Act (40 U.S.C. §§ 3141-
3144 and 3146-3148) as supplemented by Department of Laborregulations at 29 C.F.R. Part
5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and
Assisted Construction). See 2 C.F.R. Part 200, Appendix II(D). 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.
b. Applicability. The Davis -Bacon Act applies to the Emergency Management Preparedness
Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal
Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant
Program.
c Reauirements. 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 bythe Department of Laborin 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.
Version March 19, 2024
Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to the
Davis -Bacon Act, must also include a provision for compliance with the Copeland
"Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public
Building or Public Work Financed in Whole or in Part by Loans or Grants from the
United States). The Copeland Anti- Kickback Act provides that each contractor or
subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any
136
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.
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
3146-3148) 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. pt. 5as
applicable.
b. Contractors are required to paywages 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. COPELAND ANTI -KICKBACK ACT
a Standard. Recipient and subrecipient contracts must 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").
b. ADDlicability. This requirement applies to all contracts forconstruction or repair work above
$2,000 in situationswhere the Davis -Bacon Act also applies. It DOES NOT applyto the FEMA
Public Assistance Program.
C. Reauirements. If applicable, the non-federal entity must include a provision forcompliance
with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department
of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building
or Public Work Financed in Whole or in Part by Loans or Grants from the United States). 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 FEMA. Additionally, in accordance with the regulation,
each contractor and subcontractor must furnish 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 Davis 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 orwork.
Sample Lanauaae. The following provides a sample contract clause:
Version March 19, 2024
137
Compliance with the Copeland "Anti -Kickback" Act.
a. Contractor. The contractor shall complywith 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.
b 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 for 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."
6. 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 Labor regulations 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 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 forall 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. ADDlicability. 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 ormaterials or articles ordinarily
available on the open market, or contracts for transportation or transmission of
intelligence.
c 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 Safetv Standards Act.
(1) Overtime requirements. No contractor or subcontractor contracting for any part of
the contractwork which may require or involve the employment of laborers or mechanics
shall require or permit any such laborer or mechanic in any workweek in which he or she
is employed on such work to work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less than one and one-half
times the basic rate of pay forall hours worked in excess of forty hours in suchworkweek.
Version March 19, 2024
138
(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 liable for the unpaid wages. In addition, such
contractor and subcontractor shall be liable to the United States (in the case of work
done under contract forthe District of Columbia or a territory, to such District orto such
territory), for liquidated damages. Such liquidated damages shall be computed with
respect to each individual laborer or mechanic, including watchmen and guards,
employed in violation oftheclause setforth in paragraph (b)(1) of this section, in the sum
of
$27 for each calendar day on which such individual was required or permitted to work in
excess of the standard workweek of forty hours without payment of the overtime wages
required by the clause set forth in paragraph (b)(1) of this section.
(3) Withholding for unpaid wages and liquidated damages. The Federal agency or
loan/grant recipient shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work performed by the contractor or subcontractor under
any such contract or any other Federal contract with the same prime contractor, orany
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 setforth 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 definition of "funding agreement" under 37C.F.R.
§ 401.2(a) and the non -Federal entity wishes to enter into a contract with a small business
firm or nonprofit organization regarding the substitution of parties, assignment or
performance of experimental, developmental, or research work under that "funding
agreement," the non- Federal entity must comply with the requirements of 37 C.F.R. Part
401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms
Under Government Grants, Contracts and Cooperative Agreements), and any
implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F).
b. ADDlicability. This requirement applies to "funding agreements," but it DOES NOT apply
to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance
Grant Program, Crisis Counseling Assistanceand Training Grant Program, Disaster Case
Management Grant Program, and Federal Assistance to Individuals and Households —
Other Needs Assistance Grant Program, as FEMA awards under these programs do not
meet the definition of "funding agreement."
c Fundina Aareements 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 contractor for the
performance of experimental, developmental, or research work funded in whole or in part
by the Federal government. This term also includes any assignment, substitution of
parties, or subcontract of any type entered into for the performance of experimental,
Version March 19, 2024
139
developmental, or research work under a funding agreement as defined in the first
sentence of this paragraph.
8 CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT
a Standard. If applicable, contracts must contain a provision that requires the contractor to
agree to comply with all applicable standards, orders, or regulations issued pursuant to
the Clean AirAct(42 U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act
as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the
Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200,
Appendix II(G).
b. ADDlicability. This requirement applies to contracts awarded by a non-federal entity of
amounts in excess of $150,000 under a federal grant.
c Suaaested Lanauaae. The following provides a sample contract clause.
Clean Air Act
1. The contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.
§ 7401 et seq.
2. The contractor agrees to report each violation to the 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 appropriate
Environmental Protection Agency Regional Office.
3. The contractor agrees to include these requirements in each subcontract
exceeding $150,000 financed in whole or in part with Federal assistance
provided by FEMA.
Federal Water Pollution Control Act
Version March 19, 2024
1. The contractor agrees to comply with all applicablestandards, orders, or
regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 et 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 appropriate
Environmental Protection Agency Regional Office.
3. The contractor agrees to include these requirements in each subcontract
exceeding $150,000 financed in whole or in part with Federal assistance
provided by FEMA.
140
SIL 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).
la Applicability. This requirement applies to all FEMA grant and cooperative
agreement programs.
a Reauirements.
These regulations restrict awards, subawards, and contracts with certain parties
that are debarred, suspended, or otherwise excluded from or ineligible for
participation in Federal assistance programs and activities. See 2 C.F.R. Part 200,
Appendix II(H); and 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 statutoryorregulatory authority otherthan Executive Order 12549.
SAM exclusions can be accessed at www.sam.aov. See 2 C.F.R. § 180.530.
In general, an "excluded" party cannot receive a Federal grant award o r a contract
within the meaning of a "covered transaction," to include subawards and
subcontracts. This includes parties that receive Federal funding indirectly, such
as contractors to recipients and subrecipients. The key to the exclusion is whether
there is a "covered transaction," which is any non -procurement transaction
(unless excepted) at either a "primary" or "secondary" tier. Although "covered
transactions" do not include contracts awarded by the Federal Government for
purposes of the non -procurement common rule and DHS's implementing
regulations, it does include some contracts awarded by recipients and
subrecipients.
iii. Specifically, a covered transaction includes the following contracts for goods or
services:
1. The contract is awarded by recipient orsubrecipient 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 or is in excess of$25,000.
d Suaaested Lanauaae. 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
141
Suspension and Debarment
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R.
pt. 3000. As such, the contractoris required to verifythat none of the contractor's
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 complywith 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000,
subpart C, and must include a requirement to comply withthese 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 C and 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/or debarment.
(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt.
180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and
throughout the period of any contract that may arise from this offer. The bidderor
proposer further agrees to include a provision requiring such compliance in its
lower tier covered transactions.
10. BYRD ANTI -LOBBYING AMENDMENT
a Standard. 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.
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.
b. ADplicability. This requirement applies to all FEMA grant and cooperative agreement
programs. Contractors that apply or bid fora contract of $100,000 or more under a federal
grant must file the required certification. See 2 C.F.R. Part 200, Appendix ll(I); 31 U.S.C.
§ 1352; and 44 C. F. R. Part 18.
a Suaaested Lanauaae.
Bvrd Anti-Lobbvina Amendment. 31 U.S.C. � 1352 (as amended)
Contractors who apply or bid for an award of $100,000 or more shall file the required
certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to
influence an officer or employee of any agency, a Member of Congress, officer or
Version March 19, 2024
142
employee of Congress, or an employee of a Member of Congress in connection with
obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352.
Each tier shall also disclose any lobbying with non -Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from tier
to tier up to the recipient who in turn will forward the certification(s) to the awarding
agency.
d Reauired 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 REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid orwill be paid, by oron behalf of the
undersigned, to any person forinfluencing or attempting to influence an officeror
employee of an agency, a Member of Congress, an officeroremployeeof 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 otherthan Federal appropriated funds have been paid orwill be paid to
any person for influencing or attempting to influence an officeror employee of any
agency, a Member of Congress, an officeroremployeeof Congress, oran employee
of a Member of Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall completeand 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 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
143
The Contractor, Kimball International Brands, Inc. certifies 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 forFalse Claims and Statements, apply to this certif]cation and
disclosure, If any.
An
Signature of Contractor's Authorized Official
e J F.�t�
Name and Title of Contractor's Authorized Official
Date
Version March 19, 2024
144
11. PROCUREMENT OF RECOVERED MATERIALS
a Standard. A non -Federal entity that is a state agency oragency of a political subdivision of a state
and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended
by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II(J); and 2
C. F. R. § 200.322.
b. Applicability. This requirement applies to all contracts awarded by a non-federal entity under FEMA
grant and cooperative agreement programs.
c Reauirements. 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 Suaaested Lanauaae.
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.
Information about this requirement, along with the list of EPA- designated items, is
available at EPA's Comprehensive Procurement Guidelines web site,
httDs://www.eDa.aov/Smm/comprehensive-Drocurement-a uideline-cDa-Droa ram.
iii. The Contractor also agrees to comply with all other applicable requirements of Section
6002 of the Solid Waste DisposalAct."
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 for the 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.
Applicability 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, to the greatest extent practicable, providea 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. Forpurposes of this clause: 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 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."
145
13. ACCESS TO RECORDS
Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge
and agree to comply with applicable provisions governing DHS access to records, accounts,
documents, information, 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
applicable laws or program guidance. See DHS Standard Terms and Conditions: Version8.1 (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-profit for
activities made pursuant to a contractthat purports to prohibit audits or internal reviews by the FEMA
administrator or ComptrollerGeneral.
Access to Records. The following access to records requirements apply to this contract:
i.The Contractor agrees 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 Administratoror his authorized representatives
access to construction orotherwork sites pertaining to the work being completed under the
contract.
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 Administratoror 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
for the completion of project scope.
b. ADDlicability. 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.
15. DHS SEAL, LOGO, AND FLAGS
a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or
reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and
Conditions: Version 8.1 (2018).
b. ADDlicability. 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
DHS 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
146
16. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS
a. Standard. The recipient and its contractors are required to comply withall Federal laws, regulations,
and executive orders.
ADDlicability. 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 will comply with all applicable Federal law, regulations, executive
orders, and FEMA policies, procedures, and directives.
"This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of
the contract. The contractorwill 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. ADDlicability. FEMA recommends that the non -Federal entity include a provision in its contract that
states that the Federal Government is not a party to the contract and is not subject to any obligations
or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting
from thecontract.
"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."
18. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS
a. Standard. Recipients must complywiththe requirements of The False Claims Act (31 U.S.C. §§ 3729-
3733) which prohibits 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. §§ 3801-3812, which details the administrative
remedies forfalse claims and statements made. The non -Federal entity must include a provision
in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies
for False Claims and Statements) applies to its actions pertaining to the contract.
b. ADDlicability. FEMA recommends that the non -Federal entity include a provision in its contract that
the contractoracknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and
Statements) applies to its actions pertaining to the contract.
c. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to the Contractor's actions pertaining to this contract."
In the event FTA or DOT 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
147
In addition to other penalties that maybe applicable, Contractor further acknowledges that if it makes,
or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification,
the Federal Government reserves the right to impose the penalties of the Program Fraud Civil
Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate.
Contractor also acknowledges that if it makes, orcauses to me made, a false, fictitious, orfraud ulert
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.C. § 1001 and 49 U.S.C. § 5307 (n)(1) on the Contractor, to the extent the Federal
Government deems appropriate.
Contractor agrees to include the above clauses in each subcontract financed in whale or in part with
Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except
to identify the subcontractor who will be subject to the provisions.
Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions
section of this solicitation.
Offeror's Name: Kimball International Brands, Inc.
Address, City, State, and Zip Code:
1600 Royal Street, Jasper, IN 47546
Phone Number: 800-482-1717 Fax Number. 866-418-8516
Printed Name and Title of Authorized Representative:
Dennis Gerber VP Finance
Email Address: dennis.gerber@kimballinternational.com
Signature of Authorized Representative:
Date: (, - [, 2 y
Version March 19, 2024
148
Appendix D, Exhibit G,
NewJersey Business
Compliance Documents.
AW
Kimball'lmernaf onal
149
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
150
DCC ##1
STATEMENT OF OWNERSHIP DISCLOSURE
N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43)
This statement shall be completed, certified to, and included with all hid and proposal
submissions. Failure to submit the required information is cause for automatic rejection of the
bid or proposal.
Name of Organization: Kimball International Brands, Inc.
Oraanization Address: 1600 Royal Street, Jasper, IN 47546
Palk I Check the box that represents the type of business organization:
OSole Proprietorship (skip Parts II and III, execute certification in Part IV)
0 Non -Profit Corporation (skip Parts II and III, execute certification in Part IV)
®For -Profit Corporation (any type) OLimited Liability Company (LLC)
Partnership 0 Limited Partnership 0 Limited Liability Partnership (LLP)
130ther (be specific):
Part II
0 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. (COMPLETE THE 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 mnre space is needed):
.
Name of Individual or Business Home Address [for Individuals] or Business Address
Entity
Kimball Furniture Group, LLC 1600 Royal Street, Jasper, IN 47546
151
Part 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
https://investors.hnicorp.com/financials/sec-filings/sec-filings-details/default. aspx? Filing ld=17380801
63
Page #'s
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 II 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.
Stockholder/Partner/Member and
Corresponding Entity Listed in Part II
Part IV Certification
Home Address (for Individuals) or Business Address
I, being duly sworn 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 bidder/proposer; 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 <type of contracting unit> to notify the <type of contracting unit> 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 in this 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 agreement(s) with the, permitting the <type of contracting unit> to declare
any contract(s) resulting from this certification void and unenforceable.
Full Name
(Print):
Dennis Gerber
Title: I VP Finance
Version March 19. 2024
152
Signature: Date:
DOG #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
bidding.
Version March 19, 2024
153
state of l Indiana
County of Dubois
1, Dennis Gerber
NON -COLLUSION AFFIDAVIT
residing in
[�4
Jasper (name of afFiant)
(name of municipality) �l��olS
in the County of and State of Indiana
full age, being duly swom according to law on my oath depose and say that:
I am VP Finance of the firm of
(0 a a position) (name of firm)
Kimball International Brands, Inc
entitled Region a RFP 24-01 Furniture Install it on and Related Senkces
the bidder making this Proposal for the bid
and that I executed the said proposal with
Of
(titla 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
Region 4 Education Service Center (TX) 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 Kimball International Brands, Inc.
Subscribed and swam to
before me this day
ZAW b
f' 0m • �
(Type or print nam of affix
LA�y F15�
Notary public of W105
My Commission expires
(Seal)
Version March 19, 2424
Signature
� LZOZ 'ii ;agw,9td-.5 ` r
salldx�j uorssiwLuo3 tilN Q'✓."'. ;
m1eerr signature)
SQVZZLddNi JagwnN uoissi uwo� = s ;-�li7S'*~ j
Rlunoa spoyn�
'nilgnd Aialop+l
eue1pul;o alets
r��
{~� U
�.• �,',�., LACEY RSCHER
�p•••••,a-'-: Notary Puhtic, State of Indiana -
L$:•
SEAL:n=_ Dubois County
:
Commission Number NPQ722405
ftiDrA��'�' Wsy Commission Expires
September 12. 2027
154
❑OC #3
AFFIRMATIVE ACTION AFFIDAVIT
(P.L. 1975, C.127)
Company Name: Kimball International Brands, Inc.
Street: 1600 Royal Street:, Jasper, IN 47546
City, State, Zip Code: ,Jasper. IN 47546
Proposal Certification:
Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's
proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase
order may be issued, however, until all Affirmative Action requirements are met.
Required Affirmative Action Evidence:
Procurement, Professional & Service Contracts (Exhibit A)
Vendors must submit with proposal:
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);
m
2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance
with N .J .A.C. 17:27-4;
Al 7
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 Pro lect Cost:
A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Farm
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
1 further certify that the statements and information contained herein, are complete and correct to the
best of my knowledge and belief.
6-t-zq
Date
Version March 19, 2024
Auth razed Signature and Title
VP Finance
155
Certificate Number
11714
State of New Jersey
Department of Labor and Workforce Development
Division of Wage and Hour Compliance
Public Works Contractor Registration Act
Registration Date: 07/17/2023
Expiration Date: 07/16/2024
Pursuant to N.J.S.A. 34:11-56.48, et seq. of the Public Works Contractor Registration Act, this certificate of registration is issued
for purposes of bidding on any contract for public work or for engaging in the performance of any public work to:
KimbalrInternational an Inc.
Responsible Representative(s): - Responsible Representative(s):
Jeffrey D. Lorenger, President
Steven M. Bradford, Secretary
Candace L. Terrill, Other
Robert Asaro-Angelo, Commissioner
Department of Labor and Workforce Development
NON TRANSFERABLE
Marshall H. Bridges, Vice -President
Jack D. Herring, Treasurer
Shellie Kyle, Other
This certificate may not be transferred or assigned
and may be revoked for cause by the Commissioner
of Labor and Workforce Development.
156
DOC Q, continued
P.L.1995, c.127 (N.J.A.C.17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT. C�NY SSIONAL AND SERVICE
ACTS
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, affact 1onaI or sexual
orientation. The contractorwil€ 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 agrees to post inconspicuous places, available to employees and applicants foremployment, notices
to be provided by the Public Agency Compliance Officersetting forth provisions of this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations oradvertisement foremployees placed
by or on behalf of the contractor, state that ail qualified applicants will receive consideration foremploymant
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 o r re p res entative of workers with
which it has a collective bargaining agreement or other contract o r u nd erstand i ng, a notice, to be provided by the
agency contracting officeradvising the labor union ❑r workers' representative of the contractor's commitments
under this act and shall post copies of the notice in conspicuous places available to employees and applicants for
employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans
with Disabilities Act,
The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade
consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the
Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with
a binding determination of the applicable county employment goals determined by the Affirmative Action Office
pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and
supplemented from time to time.
The contractor or sub contracto r ag rees to inform in writing appropriate recruitment agencies in the area, including
employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on
the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and
that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory
practices.
The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all
personnel testing conforms with the principles of job -related testing, as established by the statutes and court
decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court
decisions.
The cc ntracto r o r s ub cc ntracto r ag rees to review all procedures relating to transfer, upgrading, downgrading and
lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital
status, sex, affectlonal 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 co ntracto r and its subco ntracto rs shall fumish such reports or other documents to the AffirmativeActionOffice
as may be requested by the office from time to time in order to carry out the purposes of these regulations, and
public agencies shall fumish such information as may be requested by the Af f irmative Actio n Office for cond ucting
a compliance Investigation pursuant to 5ubchaoter 10 of the Administrative Code (NJAC 17:27).
f) ti )—;�-
Signature of Procurement Agent
Version March 19, 2024 Dennis Gerber
157
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Public Agency Instructions
This page provides guidance to public agencies entering into contracts with business entities that are required to file Political
Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions
on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A.
19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1
(httn://www.ni.izov/dca/divisions/dles/resources/Ifns 2006.htm11. Please refer back to these instructions forthe appropriate links,
as the Local Finance Notices include links that are no longer operational.
1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a "fair and open" process
(N.J. S.A. 19:44A-20.7).
2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted
in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an
appropriate computer file and be available for public access. The form is worded to accept this alternate submission.
The text should be amended if electronic submission will not be allowed.
3. The submission must be received from the contractor and on file at least 10 days priorto award of the contract. Resolutions
of award should reflect that the disclosure has been received and is on file.
4. The contractormust disclose contributions made to candidate andparty committees coveringa wide range of public agencies,
including all public agencies that have elected officials in the county of the public agency, state legislative positions, and
various state entities. The Division of Local Government Services recommends that contractors be provided a list of the
affected agencies. This will assist contractors in determining the campaign and political committees of the officials and
candidates affected by the disclosure.
a. The Division has prepared model disclosure forms for each county. They can be downloaded from the "County PCD
Forms" link on the Pay -to -Play web site at httn://www.ni.2ov/dca/divisions/dies/nro2rams/lncl.html#12. They will be
updated from time -to -time as necessary.
b. A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the
forms are county -based, they list all legislative districts in each county. Districts that do not represent the public
agency should be removed from the lists.
c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These
submissions are appropriate and should be accepted.
d. The form may be used "as -is", subject to edits as described herein.
e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions
and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the
form; where that is not the case, the text should be edited accordingly.
f. The form is a Word document and can be edited to meet local needs, and posted fordownload on web sites, used as an
e-mail attachment, or provided as a printed document.
5. It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit
in its obligation to ensure that contractordid not make any prohibited contributions to the committees listed on the Business
Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional
information on this obligation at httn://www.ni.Lyov/dca/divisions/dies/resources/Ifns 2006.htm1). A sample Certification
form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section
is not applicable to Boards of Education.
Version March 19. 2024
158
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Contractor Instructions
Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open"
process (defined atN.J.S.A. 19:44A-20.7) are subjectto the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A-20.26). This
law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to:
• any State, county, or municipal committee of a political party
• any legislative leadership committee'
• any continuing political committee (a.k.a., political action committee)
• any candidate committee of a candidate for, or holder of, an elective office:
0 of the public entity awarding the contract
0 of that county in which that public entity is located
0 of another public entity within that county
0 or of a legislative district in which that public entity is located or, when the public entity is a county, of any
legislative district which includes all or part of the county
The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle
that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for
more details on reportable contributions.
N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity
is not a natural person. This includes the following:
• individuals with an "interest" ownership or control of more than 10% of theprofits or assets of a business entity or 10%
of the stock in the case of a business entity that is a corporation for profit
• all principals, partners, officers, or directors of the business entity or their spouses
• any subsidiaries directly or indirectly controlled by the business entity
• IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing
as continuing political committees, (PACs).
When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith,
shall be deemed to be a contribution by the business entity." rN.J.S.A. 19:44A-20.26(b)] The contributor must be
listed on the disclosure.
Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC
in an amount to be determined by the Commission which may be based upon the amount that the business entity
failed to report.
The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected
official and/orcandidate campaign committees are affected by the disclosure requirement. It is the contractor's
responsibility to identify the specific committees to which contributions may have been made and need to be
disclosed. The disclosed information may exceed the minimum requirement.
The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along
with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the
Open Public Records Act.
The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency
in meeting its obligations underthe law. NOTE: This section does not apply to Board of Education contracts.
N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized
to be established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker
of the General Assembly orthe Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65
(C.19:44A-10.1) for the purpose of receiving contributions and making expenditures."
Version March 19. 2024
159
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Required Pursuant to N.J.S.A. 19:44A 20.26
This form or its permitted facsimile must be submitted to the local unit
no later than 10 days prior to the award of the contract.
Part I -- Vendor Information
Vendor Name: I Kimball International Brands, Inc.
Address: 11604 Royal Street, Jasper, IN 47546
City: I Jasper I State: IN I Zip: 47546
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.
• Jz---
Dennis Gerber VP Finance
Slg ature Printed Name Title
Part 11— Contribution Disclosure
Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable
political contributions (more than $300 per election cycle) over the 12 months prior to submission to the
committees of the government entities listed on the form provided by the local unit.
❑ Check here if disclosure is provided in electronic form
Contributor Name
Recipient Name Date Dollar Amount
$ NONE
❑ Check here if the information is continued on subsequent page(s)
Version March 19, 202A
160
DOC #4, continued
List of Agencies with Elected Officials Required for Political Contribution Disclosure
N.J.S.A. 19:44A-20.26
County Name:
State: Governor, and Legislative Leadership Committees
Legislative District #s:
State Senator and two members of the General Assembly per district.
County:
Freeholders County Clerk Sheriff
{County Executive} Surrogate
Municipalities (Mayor and members of governing body, regardless of title):
USERS SHOULD CREATE TH EIR OWN FORM, OR DOWNLOAD FROM THE
PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY -BASED,
CUSTOMIZABLE FORM.
Version March 19. 2024
161
DOC #5
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business:
® 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 stook of the
undersigned.
Check the box that represents the type of business organization:
13Partnership ® Corporation 13Sole Proprietorship
13Limited Partnership 0 Limited Liability Corporation 0 Limited Liability Partnership
13Subchapter S Corporation
Sign and notarize the Form below, and, if necessary, complete the stockholder list below.
Stockholders:
Name:
Home Address:
Name:
Home Address:
Name:
Home Address:
100% owned By:
Kimball Furniture Group; LLC
1600 Royal Street
Jasper, IN 47546
S0 scribed and swam before ma this �•Lday of
ri't uiz , 2[7H
(Notary Public)
My Cam mission expires: q_j-,,r.).-j
Version March 19, 2024
Name:
Home Address:
Name:
Home Address:
Name:
Home Address:
(A ant)
LA CEV �rSc�ffE�
(Print name title of affiant)
(Corporate Sea[)
+PRy'p� rr iACEY FISCHER
a ; • •.•e�•y Notary Public, State of Inolona
r�SEAI;"= Dubois County
�,r:• ; *Z Cornrniss!on 14umber NP0722405
My Commission Expires
''�•,,,,,t�`` September 12, 2027
162
DOC #6
a
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM
STATE OF NEW JERSEY
DEPARTMENT OF THE TREASURY • DFASION OF PURCMSE AND PROPERTY
33 WEST STATE STREET, PD.60x 230 TRENTOH, NEW JERSEY 0002 4230
BID SOLICITATION# AND TITLE: Region 4 R F P 24-01 Ftarniture Instaiiation and Related Services
VENDORNAME: Kimhall IntPrnatinnal Rrandc� inc
Pursuantto N.JSA 52:32-57, at as (P.L 2012, c.25 a nd P.L.2021. c.4) anypa rson orentity the taubrnIts a bid or proposal orotherwise proposes to aMar into
orrenewacontractmustcertifythatneither theperson norentity,noranyofits parents,subside des, oroff hates,isidentifiedonthe New JerseyDepartment ofthe
Treasury's Chapter25 List as a person or entity engaged in investment activities in Iran. The Chapter 25 list is found on the Divrslon's website at
httoa11www.stale.N.0skis asurvlpurchaselodfChaoisr25L sLodf. Vendors/Bidders must review this list prior to completing the below cedificatjon. If the
Director of the Division of Purchase and Pro party finds a person orentity to be in violation of the law, s/he shall take action as maybe appmpriats and provided
by law, rule or co ntract, 1 nd u din 9 but not limited to, imposing sanctions, seeldngoompliance, recovering damages, decla ring th e p a rty in default and ser;ing
debarment orsuspension of the party.
CHECK THE APPROPRIATE BOX
® I certify, p ursuant to N,J.SA. 52:32-57, at seq. (P.L2012,c.25andPL 2021, cA),that neither tha VsndodBiddar listed above n o r a n y of Its parents,
su bsidlues,or aftiliatea is listed on the NewJersey DepartmentofthaTressury�s Cho pter26 List of a n6tiea determined to be engaged in pro hbKed activities in
Iran,
OR
❑ I am unable to certify as above because the Vendo rfUder and/or one or more of its parents, subald lades, or affiliates is listed on the New Jersey
Department of the TressuTy's Chapter25 List .l will provide a detailed, accurate and predse description of the activities of the Vendo rIBid d er, o r o n e of its
parents, subsidiaries or affiliates, has engaged in regarding investment activities in Iran by completing the information raquested below.
Entity Engaged in investment Activities
Relationship to Vendor/ Bidder
Descriptio n of Activities
Duration of Engagement
Anticipated Cessation Date
Attach Rdditionaq Sheets /f Necessary.
CERTIFICATION
I, the undersIgned, certify that I am authorized to execue this osrt foatbn on behalfof the Vendor, that the foregoing inbmation and arry attachments hereto, to
tha best of my knowledge are true and complete.I acknowledge thatthe 5late of New Jersey is relying on the information contained herein, and that theVendor4
undera Dontin.ring ob ligation from the date of thlscar5cation throughthe completion ofany contract(s) with the State to notify the State in writing of anydranges to
the information contained herein; that I am aware that It is a criminal offense to make a false staiementarmisrepresentation in this certilication.If I do so, I may be
subjectto criminal prosecution under the law, a nd it will constitute a material breach of my c ntrad(s) with the Slate, pemitting the State to declare arty contracts)
resulting from this certification vold and un enforcea b I a.
()4 k �_6-Z-V
Signature Date
Dennis Gerber, VP Finance
Print Name and Title
DPP RN. 1113.2021
DOC #7
Version March 19, 2024
e'
163
CERTIFICATION OF NON-INVOLVEMENT IN PROHISITED ACTMTIES IN RUSSIA OR BELARUS
Pursuantto N.J.S.A52:32-60.1,etseq. [L.2022.c.3)anyparsonorentity(herein after'Vendorl" thatseeks toenterintoorrenew acontract withaState
ag9ncyforthe provision ofgoods or services, or the pu rchase of bonds o ro 1h er o b ligation s, must complete the certification below indicating whether or rot
the Vendor is identified on the Office of Foreign Assets Control (0FAC) Specially Designated Nationals and Blocked Persons fist, ave liable here:
httos:Nsanctionssearchnfac.treas.00vf. Iftha Departmentof the Treasury fin ds thata Vendor has made a certification in violation of the law, if shaItie
any action as maybe a p pro priate a n d provided by law, rule or contract, inciudingbut notlimited to, imposing sanctions, seeking compliance, recoverhg
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 Foreign Assets Cenhol (0FAQ 5pecbk
Designated Nationats and Blocked Persons list, and having done so certify:
fCheckthe Appropriate Box}
That the Vendor is not id ontlfiedon the0FAC SoocialIv Designated Nationals and Blacked Persons list on aceountofaativity related to
A. Russia andlor Belarus.
OR
That I am unable to certify as to "A" above, because the Vendor Is identified on the 0FAC SP9claIIv Designated Nationals
$ and Blocked Persons list en account of activity related to Russia andlor Be[arus.
0
That I am unable to corUfyas to °A°above, becausethe Vendoris identified on the OFAC Specially Desianate d Na tionals and Bloded
P. ersons list. However, the Van doris engaged In activity relate dto RussiaandlorBalarus consistentwith federal law, re g ulation, license
C. orexemption. A detailed description of howthe Vendor's activityrelated to Russia andlor8alarus is con sistentwith federal law is set
forth below.
Signature oendoPthorized Re resentate
Dennis Gerber, VP Finance
Print Name and Title of Vendor's Authorized Representative
Kimball International Brands, Inc.
Vendors Name
1600 Royal Street
Vendor's Address (Street Address)
.jasper, IN 47546
Vendors Address (Citylstate0p Code)
{Attach Additional Sheets If
Necessary.)
-(-7-v
Date
35-1688210
Vendors FEIN
812-634.3013
Vendors Phone Number
866-418-8516
Vendors Fax Number
ki iq o�a(cD ki m ba l lintern ati vna 1. cvm
Vendors Email Address
I Vendor means: (I) A natural person, corporation, company, limited partnership limited liability partnership, lim ited liability company, business association, sole
proprietorship, joint venture, partnership, society, trust, or any other nongovernmental entity, organiratiort or group; (2) Any gcmemmental entity or instrurnentatiycf a
govemment; indulinga multilateral development instILtori, as defined in Seddon 1701(c)p) of the International Financial Irelit utians Act, 22 U.S.C.262q( (3); or 0 Any
parent, successor, subunit, direct or indirect s ubsid lay, or any entity under common ownership or controlvdth, any entity described h paragraph (1) cr (2). NJ Ftev_ 1222024
❑OC #8
Version March 19, 2024
164
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.
httr)s://www.niportal.com/DOR/BusinessRegistration/
See following page
Version March 19. 2024
165
12116122, 1:11 PM
N.J. department of Treasury - Division of Revenue, On -Line Inquiry
Taxpayer Name:
Trade Name:
Address:
STATE OF NEW JERSEY
BUSES ESS REGISTRATION CERTIFICATE
Certificate Number:
Effective Date:
Date of Issuance:
For Office Use Only:
20221216131101946
KENABALL INTERNATIONAL BRANDS, INC.
1600 ROYAL ST GOX 201
JASPER, IN 47546-2256
0100376
December 30, 1988
December 16, 2022
https:ltwww1.state.nj. usnYTR_B RClservleticorn monBRCLog in 1 i1
166
EEOAA EVIDENCE
Equal Employment Opportunity/Affirmative Action
Goods, Professional Services & General Service Projects
EEQfAA Evidence
Vendors are required to submit evidence of compliance with N.J.SA. 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
Attached . Certificate of Employee Information Report
• Fully Executed Farm AA302
• Fully Executed EEO-1 Report
See the guidelines at:
httr)s:/lwww.state.ni.us/treasurv/contract comolianceldocumentsladflauidelines(Da.ad
f for further information.
I certify that my bid package includes the required evidence per the above list and
State website.
Dennis Gerber VP Finance
Name: Title:
Signature: Date:
167
Certification 27510
CERTIFICATE OF EMPLOYEE INFORMATION REPORT RENEWAL
This is to certify that the contractor listed below has submitted an Employee Information Report pursuant
to N J.A.C. 17;2 7-1 .1 et. seq. and the State Treasurer has approved said report. This approval will remain
in effect for the period of 15-Feb-2024 to 15-Feb-2027
KIMBALL INTERNATIONAL BRANDS, IN(
i.C#ioj.MItivil M 1:i D1 Do I
JASPER
IN 47546
ELIZABETH MAHER MU010
State Treasurer
168
HOC #10
MACBRIDE-PRINCIPLES
STATE OF NEW JERSEY
DEPARTMENT OF THE TREASURY -DIVISION OF PURCHASE
AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON,
NEW JERSEY 09625-0230
BID SOLICITATION 0 AND TITLE. Region 4 PFP 24-01 Furniture Installation and Related Services
VENDORNAME: Kimball International Brands Inc.
Pursuantto Public Law 1995, c.134,a re sponsib le Ve ndWB id der is required to provide a cartiffcatlon in co mp lia nee with the MecBdda POnaples
and Northam Ire land Act of 1989. Pursuantto N.J.S.A.52:34-12.2,VendDrOddermust comp atethe certification below bychecking one of the
two apdons listed belowand signing where indicated. If a Ve n dodB Id d er that wo uld otherwise be awardeda purchase, contrad oragreenrent
doe s n c t co mple to the certfication,then the Director may d a termine, in accordancewith applicable law and rules, that it is in the best into rest of
the State to award the purchase, contract o r ag re eme nt to a noth erVen dod B idde r th at ha s co mpleted the certification andhas submitteda bid
within five (5) percent of the most advantageou s bid. If tha Directorfinds contractorsto be in violation of the principles that aretha subjectofft
law, helshe shat take such action as maybe appropriate and provided bylaw, rule orcontract, Including but not limited to, imp osingsanctions,
seeking compliance, recovering damagas, declaring the party In default and seeking debarment orsuspension of the party.
I, the undersigned, en behalf tha Verid orlBiddor, certify pursuant to N.J.S.A. 52:34-12.2 that:
CHECK THE APPROPRIATE BOX
The VendorlBidder has no business operations in Northam Ireland; or
OR
The VendorlBiddorwill fake Is steps in good faith to oonductanybusnass operations it in No Ireland in accordance
®
with the MeeBrid e principles of nondiscrimination in employment assetforth in section of P.L.1987,c.1771N•J SA. 5218A-895}
and in oonformanee with the United Kingdom's FairEmployment(No rtham Ire Isnd)Act of 1989, a nd p 9 rmit ind a pendent mon itoft
Of its compile nce with those principles.
CERTIFICATION
I, the undersigned, certifythat 1 am authorized to execute this certification on behalf of the vendor, that th a fors going information and anyatladlments
hereto, to the best of my knowledge are true and complete. I admoWedge that the State of New Jerseyis relying on the information contained herein,
and that the Vendoris un der a continuing obligationfnxn the date of fh is oerM catio n through the completion of any corriract(s) with the Stato to nolfy the
State in wrfting 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 in this certification, 91 do so, I may be subject to crimhat prosecution under the law, and It will consitute a material breads of my
contracts) with the State, pemvtting the State to declare any contracts) resulting from this certiiicatian void and unenforceable.
Signature Date
Dennis Gerber, VP Finance
Print Name and Title
Version March 19, 2024
169
Qualification &
Experience
Kimball International
170
Qualification and Experience
Questions
i. Provide a brief history of the Offeror, including year it was established and corporate office
location.
Kimball International was founded in 1950 as an upstart company with a vision to be more. That vision
became the foundation that guides us today and inspires the culture we cultivate. Our corporate office is
located in Jasper, Indiana. For more information on our rich history, please visit:
httr)s://www.kimbal linternational.com/our-comoanv/historv.html
ii. Describe Offeror's reputation in the marketplace.
At Kimball International, we strive to deliver an extraordinary purchasing process through our people and
products. We understand that furniture is about a personal experience. In an industry where there are
literally thousands of choices, the Kimball International experience is the differentiator. Our products and
their performance regarding quality, reliability, and sustainability are second -to -none, as evidenced by our
on -time delivery rates, durability testing results, and environmental certifications. However, nothing
speaks more clearly to our commitment to creating an extraordinary experience than our customers. We
stand by our products and services. If our customers aren't completely satisfied with the outcome of their
purchases, we will work with them to make it right.
iii. Describe Offeror's reputation of products and services in the marketplace.
Our products are third -party certified assuring you that they are sustainable, produced in an
environmentally and socially -friendly manner and come from a responsible manufacturer. Over 90% of
our products earn SCS Indoor Advantage" Gold for low -emitting furnishings by meeting and exceeding
strict emission criteria to contribute to indoor air quality. Our facilities are ISO 14001 (Environmental
Management System) certified. Additionally, we have determined our annual greenhouse gas emissions
and established goals to lessen them to further reduce our impact to the environment. We strive to deliver
an extraordinary experience through our people and products. The satisfaction of our dealers and end
users is paramount to our success as a research -driven furniture manufacturer.
"We are more than pleased with our solutions from Kimball International. It was a bold move introducing
new furniture concepts, such as pods, to our new campus but it's paying off! Hickory's success is already
opening design potential across the University. My goal is that this project reinforces the importance of
thoughtful, intentional, and impactful design to the greater university community."
- Jacki McGuire, University Interior Designer, Appalachian State University
"Kimball International solutions absolutely aligned with the design intent and vision for this project. We
wanted something elevated, sophisticated, and calm. These pieces definitely brought that to the table."
- Beth Mahan Associate, Ankrom Moisan
iv. Describe the experience and qualification of key employees.
Please reference key employee experience and qualifications on page 173.
Kimball Internationa
171
Qualification and Experience
Questions
v. Provide a current Authorized Distributors/Dealers Listing. Provide the names and addresses of
each authorized distributor/dealer bygeographical area. Do not include certification documents
with response. Participating agencies may obtain certification documents upon request.
i. Propose the frequency of authorized distributors/dealer updates.
ii. Howare participating public agencies able to confirm who are the Authorized
Distributor/Dealers for the contract offering?
Kimball International's Authorized Distributor listing is included beginning on page 174.
i. Currently, Kimball International provides quarterly updates, however, we can adjust as needed.
ii. Participating Agencies would be able to access a list of the current authorized dealers through the
contract documentation section of our OM N IA Microsite, or by contacting our customer service team:
Phone: 800.482.1717
Fax: 866.418.8516
Email: customerservice@kimballinternational.com
vi. Describe Offeror's experience working with the government sector.
Forma ny years, Kimball International has held multiple contracts within the government/public sector
segment. Kimball Internationals holds 26 State Contracts, a GSA Schedule 71 contract, and multiple city
and local government contracts. Our commitment to safety -tested and fully -warranted product leads to
our continued success in this marketplace. In addition, we have a committed team both internally and
externally to workwith end users to determine their needs, provide product and placement
Recommendations, and provide a national network of authorized dealers to provide services like design,
installation, and project management.
vii. Describe past litigation, bankruptcy, reorganization, state investigations of entity or current
officers and directors.
On June 1st, 2023, HNI Corporation completed the acquisition of Kimball International (KII). H N I
Corporation is a publicly traded company (NYSE: HNI). Kimball International is involved in various kinds of
disputes and legal proceedings that have arisen in the ordinary course of its business, including pending
litigation, environmental remediation, taxes and other claims. It is the Corporation's opinion, after
consultation with legal counsel, that liabilities, if any, resulting from these matters are not expected to
have a material adverse effect on the Corporation's financial condition.
Kimball'International
172
Qualification and Experience
Key Employees
Michael Roch, Chief Customer Officer
Tasked with the ultimate responsibility for the selling organization, Michael is involved in all aspects of the
business and will be actively involved in the relationship with the O A Region 4 contract. With nearly
20 years of service at Kimball International in a variety of sales and leadership roles, Michael is dedicated
to the overall success of the Kimball International brand. A portion of that success can be credited to our
history of partnership with O A Partners. Michael graduated from Miami University with a degree in
Business Economics (B.S.), Cum Laude.
Lisa Schmidt, Senior Director - Trade Marketing
Lisa and her team oversee a number of critical aspects for Kimball International and its family of brands.
She helps lead and execute strategies to position the organization as the most preferred supplier for office
furniture dealers (Trade Partners). In collaboration with the CCO and VPs of Sales, Lisa and team develop
and execute the Trade Distribution program (including incentives), the marketing strategy for the
Education, Government and Healthcare segments, and also the administration of targeted contracts
which support dealer efforts within these segments.
The Trade team, under Lisa's leadership, is also responsible for the training function for sales -focused
employees as well as dealer partners, bid response support, and the commercialization of products with
Trade Partners. A thirty-year plus employee of Kimball International, Lisa has worked intimately with the
contract portfolio of O A Public Sector (and its predecessors) for over 17 years. She also has a deep
knowledge of green building systems and is an accredited LEED AP BD+C.
Scott Fischer, Senior Manager - Trade Distribution
Scott works with our dealer partners to grow mindshare with them on positioning Kimball International.
O A is one of the resources used in our overall program to help our distribution partners win with
Kimball International. Scott has been with Kimball International for 30 years and has worked on programs
to help drive growth together.
Kelli Jenkins, Strategic Contracts Manager
Kelli Jenkins has been Trade Manager of Strategic Contracts at Kimball International since August of
2021, where her primary focus is on securing and managing significant non -government contracts. In her
role, she specializes in the administration and maintenance of several Healthcare, Education, and other
strategic contracts including O A. Kelli brings over fifteen years of experience within the furniture
industry in contract administration and strategic sales support.
Lacey Fischer, Public Sector Marketing Manager
Lacey works to develop strategies that support and strengthen our Public Sector vertical markets. This is
done through researching emerging market trends, engagement with customers, dealers, and designers,
providing thought leadership to our sales team, and commercializing our Public Sector contracts with our
sales team and customers. Lacey works with the Brand Marketing and Creative teams to develop
thoughtful and relevant resources and tools to support these markets. Lacey has been with Kimball
International since 2011 and in the furniture industry in various roles since 2006.
Kimball'International
173
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
pw
360 OFFICE SOLUTIONS INC
5 STAR OFFICE FURNITURE
A- Z OFFICE RESOURCE INC
A R KROPP LLC
ABLES LAND INC
ACRE
ADVENT BUSINESS INTERIORS
AEW INTERIORS LLC
AFDC ITURE INC
AFD CONTRACT FURNITURE INC-BMW
AFD CONTRACT FURNITURE OF PUERTO
RI
SMALL BUSINESS: NA- NONE OFTHESE
BILLINGS 21hmmjff�406-248-7881 CATEGORIES APPLY TO OUR BUSINESS
AVONDALE ESTATES GA
ANTIOCH �r
BAY SHORE NY
TYLER jjjffEW=M
SAINT LOUIS PARK MN
LEESBURG F
COVINGTON LA
N E Jd&
NEW YORK
SANJUAN
AFFORDABLE OFFICE INTERIORS ROSELLE
AGILE OFFICE LLC GREENBELT
AGOSTINIS LIMITED PORT OF SPAIN
ALABAMA CONTRACT SALES AUBURN
ALFRED WILLIAMS & CO CHARLOTTE CHARLOTTE
ALFRED WILLIAMS & CO COLUMBIA COLUMBIA
NY
PR
IL
MD
AL
NC
SC
ALFRED WILLIAMS & CO NASHVILLE NASHVILLE TN
■
ALFRED WILLIAMS & CO RALEIGH RALEIGH
ALFRED WILLIAMS & COMPANY TRIAD COLFAX
ALFRED WILLIAMS & COMPANY -TX SAN ANTONIO
NC
NC
_A_ff10-226-5141 SMALL BUSINESS: SMALL WOMEN -OWNED =
SMALL BUSINESS: NA - NONE OF THESE
ALIGN 1 SERVICES LLC FORT LAUDERDALE FL 884-425-4461 CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINE NA -NONE 'VTHES_
ALL MAKES OFFICE EQUIPMENT _ OMAHANE 402-341-2413 CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
ALL MAKES OFFICE EQUIPMENT LINCOLN NE 402-477-7131 CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS:8(M) CERTIFIED CONTRACTING
PROGRAM,SMALL DISADVANTAGED BUSINESS
404-496-4182
SMALL WOMEN -OWNED
931-372-8482
OTHER THAN SMALL/LARGE BUSINESS: '
SMALL BUSINESS: ACCOUNT GROUP,SERVICE
DISABLED VETERAN OWNED,SMALL VETERAN-
631-549-9240
OWNED
903-593-8407
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA - NONE OF THESE
952-925-7500
CATEGORIES APPLY TO OUR BUSINESS
229-439-7418
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA - NONE OF THESE
985-377-6816
CATEGORIES APPLY TO OUR BUSINESS
212-721-7100aWRTHAN
SMALL/LARGE BUSINES-
SMALL BUSINESS: NA- NONE OFTHESE
212-721-7100
CATEGORI ES APPLY TO OU R BUSI N ESS
787-754-2938
OTH_ERTHAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
630-784-7730
CATEGORI ES APPLY TO OU R BUSI N ESS
SMALL BUSINESS: SMALL DISADVANTAGED
301-559-7100
BUSINESS,SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
868-225-4236
ACCOUNTGROUP
334-821-4500
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OF THESE
704-338-9373
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
803-767-4220
615-244-0081
919-832-9570
I
SMALL BUSTIC�SS� NA- NONE CS�THES�
ALLSTATE OFFICE INTERIORS INC
ROBBINSVILLE _j NJ 732-438-1244 �
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA - NONE OF THESE
AM ERICAN BUSI N ESS I NTERIORS
MELBOURNE FL 321-723-5003
CATEGORIES APPLY TO OUR BUSINESS
AMERICAN INTERIOR
TOILED _ 419-535-1808
rDTHER THAN SMALL/LARGE BUSINESS
AMERICAN INTERIORS
NOVI MI 248-624-2255
OTHER THAN SMALL/LARGE BUSINESS:
AMERICAN INTERIORS �
CLEVELAND �_ 216-912-1200 __.dkTHER
THAN SMALL/LARGE BUSINESS
SMALL BUSINESS: NA - NONE OF THESE
AMO OFFICE FURNITURE LLC
FORTWAYNE IN 260-341-9268
CATEGORIES APPLY TO OUR BUSINESS
'!
SMALL BUSINESS: DISADVANTAGED
ANDERSON INTERIORS
PA 412-828-7420
BUSINESS,SMALL WOMEN -OWNED
174
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
AOI CORPORATION OMAHA NE 402-896-5520 SMALL BUSINESS:
APG OFFICE FURNISHINGS CINCINNATI Jjjj=Q66L 513-621-9111 JL SMALL BUSINESS: SMALL WOMEN -OWNED
APG OFFICE FURNISHINGS CLEVELAND OH 216-621-4590 SMALL BUSINESS: SMALL WOMEN -OWNED
APPLICA SOLUTIONS
MANASSAS
APPLIED ERGONOMICS SKOKIE IL 847-679-5148
ARCTIC OFFICE PRODUCTS ANCHORAGE AK _ 907-792-1106
ARID FACILITIES MANAGEMENT GROUP
LLC SOMERVILLE NJ 908-393-9990
ARIZONA FURNI PHOENIX �—
ARNOLD & ASSOC INTERIORS INC BATON ROUGE LA 225-343-2702
ASSOCIATED OFFICE SYSTEMS OF LA NEW ORLEANS —A■ 504-561-8400
ATLANTIC CORPORATE INTERIORS BELTSVILLE MD 301-931-3600
ATLANTIC CORPORATE INTERIORS RICHMOND _PWN-3800
�—
ir SMALL BUSINESS: SERVICE DISABLED VETERAN
OWNED,SBA CERTIFIED FEDERAL HUBZONE
FIRM,SMALL VETERAN -OWNED
SMALL BUSINESS: NA- NONE OF THESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA - NONE OF THESE
_.dILATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA - NONE OF THESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINE: SMATrTMMEN
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: SMALL VETERAN -OWNED
SMALL BUSINESS: SMALL VETERAN -OWNED
ATMOSPHERE COMMERCIAL INTERIORS
MINNEAPOLIS
MN
612-343-0868
OTHER THAN SMALL/LARGE BUSINESS:
ATMOSPHERE COMMERCIAL INTERIORS
MADISON
WI
608-257-0521 i
OTHER THAN SMALL/LARGE BUSINESS
ATMOSPHERE COMMERCIAL INTERIORS
ROCKFORD
IL
815-398-3300
OTHER THAN SMALL/LARGE BUSINESS:
MW
ATMOSPHERE COMMERCIAL INTERIORS
PHOENIX
602-252-69711
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA - NONE OF THESE
ATMOSPHERE COMMERCIAL INTERIORS
ALBUQUERQUE
NM
505-888-4400
CATEGORIES APPLYTO OUR BUSINESS
OSS
SMALL BUSINESS: NA- NONE OFTHESE
B & B FURNITURE CONCEPTS
ROCKLEDGE
321-757-0303
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: SMALL DISADVANTAGED
B+C OFFICE INTERIORS
SAN DIEGO
CA
858-549-3735
BUSINESS
=FIELD WORKPLACE SOLUTIONS
JACKSON
MS
601-592-1515
OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
BAREFIELD WORKPLACE SOLUTIONS
JACKSON
MS
601-592-1515
ACCOUNT GROUP
BARROWS BUSINESS ENVIRONMENTS
ROANOKE
VA
540-362-5700_AlkALL BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
BASSETT OFFICE FURNITURE &SUPPLIES
AUBURN
IN
260-925-2316
CATEGORIES APPLYTO OUR BUSINESS
SMALL BUSINESS: BONE OFTHESE
BCINTERIORS
BOULDER
720-633-8730
APPLY T0OUR BUSINESS
NCO
+L,TEGORIES
SMALL BUSINESS: NA- NONE OFTHESE
BE. WORKPLACE DESIGN
CONCORD
CA
925-687-5454
CATEGORIES APPLY TO OUR BUSINESS
BECK TOTAL OFFICE INTERIORS
ALBUQUERQUE
-_105-883-647= SMALL BUSINESS: SMArCT15`MEN-OW17rr"ll
BECK TOTAL OFFICE INTERIORS
FORT COLLINS
CO
970-999-5939
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL NESS: NA -NONE OF THESE
IAPP
BENJAMIN ROBERTS LTD
LANCASTER
AMM[7-291-1001
CATEGORIES TO OUR BUSINESS
BFI
ELIZABETH
NJ
908-926-6167
SMALL BUSINESS: SMALL WOMEN -OWNED
�—
SMALL BUSINESS: SMALL DISADVANTAGED
BKM OFFICE WORKS
SAN DIEGO
CA
858-569-4700
BUSINESS
BLU SALMON LLC
PENSACOLA
FL
833-794-6258
SMALL BUSINESS: SMALL WOMEN -OWNED
IORSEEEff
REDMOND�_
800-859-0128-
BLUESPACE INTERIORS OC YORBA LINDA CA 267 OTHER THAN SMALL/LARGE BUSINESS:
0 SMALL BUSINESS: NA- NONE OFTHESE
BOLD OFFICE SOLUTIONS LLC OMAH NE 402-934-6644 CATEGORIES APPLY TO OUR BUSINESS
175
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
SMALL BUSINESS: NA- NONE OFTHESE
BRENNANS OFFICE INTERIORS INC
WESTCHESTER PA
610-251-2331 CATEGORIES APPLYTO OUR BUSINESS
BROUSSARD GROUP
SAN ANTONIO I1W
210-224-622W HER THAN SMALL/LARGE BUSINE�
BUILDING SERVICE INC
WAUKESHA WI
262-955-6400 SMALL BUSINESS:
BUMP INC
PIERRE _ _ SID
605-222-1524MWALL BUSINESS:
SMALL BUSINESS: SMALL DISADVANTAGED
BURKE & MICHAEL INC
PITTSBURGH PA
412-983-6189 BUSINESS,SMALL WOMEN -OWNED
LLB - NONE OFTHE=
hBUSINESS ENVIRONMENTS s
EVANSVILL JK812-474-42��TEGORIESA�PLYTOOU
U INES�
SMALL BUSINESS: NA- NONE OFTHESE
BUSINESS ENVIRONMENTS
EVANSVILLE IN
812-474-4260 CATEGORIES APPLYTO OUR BUSINESS
BUSINESS ENVIRONMENTS LLC
ATLAN _F70-667-3338
'IlFHER THAN SMALL/LARGE BUSINESS
BUSINESS ESSENTIALS
WEST FARGO ND
701-282-6570 OTHER THAN SMALL/LARGE BUSINESS:
�
I
SMALL BUSINESS: NA- NONE OF THESE
BUSINESS FURNISHINGS
SOUTH BEND IN
574-243-325 CATEGORIES APPLY TO OUR BUSINESS
BUSINESS INTERIORS
IRVING TX
817-858-2000 SMALL BUSINESS: SMALL WOMEN -OWNED
JSIN DERA=
BUSINESS INTERIORS
EL PASO TX
915-549-3604 HUBZONE FIRM,SMALL WOMEN -OWNED
BUSINESS INTERIORS INC
BIRMINGHAM AL
205-939-1008 OTHER THAN SMALL/LARGE BUSINESS:
CAL BEN NETTS
VISALIA Ilk
559-651-7979 1 SMALL BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
CAMPBELLKELLER
SACRAMENTO CA
916-737-3300 CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
CAPITOL BUSINESS INTERIORS
CHARLESTON WV
304-343-7551 CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
CARITHERS WALLACE COURTENAY LLC
DORAVILLE GA
770-493-8200 CATEGORIES APPLY TO OUR BUSINESS
CARROLLS
SMALL NESS: NA - NONE OFTHESE
FURNITUREDISCOUNTOFFIC
HOUSTON
713-667-666,&CA EGOREISAPP YTOOURBUSINESS
CATALYST WORKPLACE ACTIVATION
TUKWILA WA
253-592-6000 SMALL BUSINESS:
.
BUSINESS:SMALL
DREYFUS GROUP
�11
CA GORES APP TO OUR B SINESSCHILDS
CI SELECT
SAINT LOUIS MO
314-909-1990 OTHER THAN SMALL/LARGE BUSINESS:
THAN LL/LARG�NESS:
CMECORP M&
WARWI WP800-338-2372_AOCCOUNTG
OUPTHER
OTHER THAN SMALL/LARGE BUSINESS:
COFCO
WASHINGTON
PHILADELPHIA
COFCO A HENRICKSEN CO PHILADELPHIA
COFCO D TVASHINGTON
COLOR ART INTEGRATED INTERIORS LLC SAINT LOUIS
OMMERCIAL BUSINESS INTERIORS INC HATTIESBURG
DC 202-835-1444 ACCOUNTGROUP
J_L5-291-4648 SMALL BUSINESS: SMALL WOMEN -OWNED
PA 215-291-4648 OTHER THAN SMALL/LARGE BUSINESS:
DC 202-835-1447W' OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA - NONE OF THESE
MO 314-432-3000 CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA - NONE OF THESE
MS 601-268-9998 CATEGORIES APPLY TO OUR BUSINESS
COMMERCIAL DESIGN SERVICES
ORLANDO
MAITLAND
FL
407-774-4832
OTHER THAN SMALL/LARGE BUSINESS:
COMMERCIAL DESIGN SERVICES J1111111�
TALLAHAS
850-766-0252
ITHER THAN SMALL/LARGE BUSINESS:
COMMERCIAL DESIGN SERVICES TAMPA
TAMPA
FL
813-886-0580
OTHER THAN SMALL/LARGE BUSINESS:
WOMMERCIAL DESIGN SERVICES-
JACKSONV
JACKSONVILLE
Mh
813-886-0580 _
OTHER THAN SMALL/LARGE BUSINESS:
COMMERCIAL ENVIRONMENTS INC
KNOXVILLE
TN
865-671-9700
SMALL BUSINESS: SMALL WOMEN -OWNED
MMMMMW �� SMALL BUSINESS: NA- NONE OFTHESE
MMERCIAL FURNITURE INTERIORS MOUNTAINSIDE NJ 908-664-3301 CATEGORIES APPLY TO OUR BUSINESS
176
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
COMMERCIAL INTERIOR SOLUTIONS LLC OMAHA
MMMM w
COMMERCIAL INTERIORS INC r LONG BEACH
COMMERCIAL OFFICE ENVIRONMENTS PEMBROKE
COMMERCIAL WORKS IN COLUMBUS
NE 402-590-4624
,1m
MS 228-452-9540
441-777-1361
614-870-2342
SMALL BUSINESS: SERVICE DISABLED VETERAN
OWNED,SMALL VETERAN-OWNED,SMALL
WOMEN -OWNED
SMALL BUSINESS: SMALL DISADVANTAGED
BUSINESS,SBA CERTIFIED FEDERAL HUBZONE
FIRM .SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OF THESE
CATEGORIES APPLY TO OUR BUSINESS -
SMALL BUSINESS: ACCOUNT GROUP,NA - NONE
COMPASSOFFICE
MIRAMAR
FL 954-430-4590
OF THESE CATEGORIES APPLY TO OUR BUSINESS
COMPLETE OFFICE
SEATTLE &A 206-628-0059 JLTHER THAN SMALL/LARGE BUSINES�
CONCEPT & DESIGN
LOCUST VALLEY NY 888-532-6727
SMALL BUSINESS: SMALL WOMEN -OWNED
WONCEPT DESIGN LLC
LANCASTE
�k03-223-4641
ALL BUSINESS: SMALL WOMEN -OWNED
CONNECT INTERIORS
FARGO
ND
SMALL BUSINESS: SMALL WOMEN -OWNED
�NTINENTALOFFICE-CLEVELAND
'
COLUMBUS
_iL40-477-3642 AkHER
THAN SMALL/LARGE BUSINESS:
CONTINENTAL OFFICE FURNITURE
MASON
OH 513-754-0848
OTHER THAN SMALL/LARGE BUSINESS:
'CONTINENTAL OFFICE FURNITURE
AW14-262-5010
CORP
COLUMBUS
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
CONTRACT FURNISHINGS INC
KANSAS CITY
MO 816-931-0900
CATEGORIES APPLY TO OUR BUSINESS
CONTRACT FURNITURE INC 00�
FL 813-247-6622
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: SMALL DISADVANTAGED
CORE
TUCSON
AZ 520-999-3470
BUSINESS,SMALL WOMEN -OWNED
'W�
ir
SMALL BUSINESS: SERVICE DISABLED VETERAN
CORE OFFICE INTERIORS-AUSTIN
AUSTIN
TX 512-832-6400
OWNED,SMALLVETERAN-OWNED
SMALL BUSINESS: SERVICE DISABLED VETERAN
CORE OFFICE INTERIORS-HOUSTON
HOUSTON
TX 713-803-0100
OWNED,SMALLVETERAN-OWNED
OTHER THAN SMALL/LARGE BUSINESS:
CORONADO DC
SAN DIEGO
CA 619-474-1350
ACCOUNTGROUP
SMALL BUSINESS: NA- NONE OFTHESE
CORPORATE BUSINESS INTERIORS INC
NEWPORT BEACH CA 714-671-0988
CATEGORIES APPLY TO OUR BUSINESS
�L2PORATE CONCEPTS LOM
_111111119Q-691-88
�USINESS: SMALL VJQ" i-rv�
CORPORATE DESIGN INTERIORS LLC
WAUKESHA
WI 262-521-1010
SMALL BUSINESS: SMALL WOMEN -OWNED
FORPORATE ENVIRONMENTS
BROOKHAVEN
GA 404-679-8999
SMALL BUSINESS: SMALL WOMEN -OWNED
CORPORATE ENVIRONMENTS INTL LLC
HONOLULU
HI 808-526-2825
OTHER THAN SMALL/LARGE BUSINESS:
CORPORATE SOURCE L�
IRVING
TX 14-468-0jjj0I6._
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OF THESE
COUNTY BUSINESS SYSTEMS INC
NEWTOWN
PA 609-935-0180
CATEGORIES APPLY TO OUR BUSINESS
TR777=ESS: SMALL DISADVANTAGED
FCOMMERCIAL INTERIOR
BIRMINGHAM
`05-243-097
MIL
RiiciniFcc cMALLWOMEN-OWNED
SMALL BUSINESS: NA - NONE OF THESE
CPMONESOURCEINC
VERNON
CA 310-208-8880
CATEGORIES APPLY TO OUR BUSINESS
IFEATIVE BUSINESS INTERIORS INC
RALEI JW 919-786-480MUrHER THAN SMALL/LARGE BUSINE�
SMALL BUSINESS: NA- NONE OFTHESE
CREATIVE CONTRACT FURNITURE INC
BAYPORT
NY 631-472-8362
CATEGORIES APPLY TO OUR BUSINESS
CREATIVE OFFICE ENVIRONMENTS
NORFOLK i 804-329-0400
SMALL BUSINESS: SMALL WOMEN -OWNED
CREATIVE OFFICE ENVIRONMENTS
CHESAPEAKE
VA 757-549-4801
SMALL BUSINESS: SMALL WOMEN -OWNED
RFEATIVE OFFICE RESOURCE�'MANCHESTER
jt H 603-647-4333W
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA - NONE OF THESE
CREATIVE OFFICE RESOURCES BOSTON
BOSTON
MA 617-956-4100
CATEGORIES APPLY TO OUR BUSINESS
CREATIVE OFFICE RESOURCES CT - STAMFORD ■- 203-348-2900 OTHER THAN SMALL/LARGE BUSINESS: _
177
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
CREATIVE OFFICE RESOURCES NEW
SMALL BUSINESS: NA- NONE OFTHESE
YORK
NEWYORK NY
646-590-1700 CATEGORIES APPLYTO OUR BUSINESS
IWEATIVE OFFICE RESOURCES NJ
EDISO ffr
732-283-939-METHER THAN SMALL/LARGE BUSINE�
CREATIVE OFFICE RESOURCES NY
NEW YORK NY
212-633-2400 OTHER THAN SMALL/LARGE BUSINESS:
CREATIVE OFFICE RESOURCES
SMALL BUSINESS: NA- NONE OF THESE
PORTLAND Am
PORTLAND ME
207-775-7100 ` CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
CREATIVE OFFICE RESOURCES RI
PROVIDENCE RI
401-274-2444 CATEGORIES APPLY TO OUR BUSINESS
SAN DIEGO CA
858-755-1390,,d�USINESS: SMALL WOM
SMALL BUSINESS: NA- NONE OF THESE
CUSTER OFFICE ENVIRONMENTS
GRAND RAPIDS MI
616-458-6322 CATEGORIES APPLYTO OUR BUSINESS
-41111KEL
FR
SMAL DVAN ED
OFFICE WORKS
MONTE�j&
626-454-4660 BUSINESMALLSSSINESS:
SMALL BUSINESS: SMALL DISADVANTAGED
D&D INTEGRATED SOLUTIONS
CONCORD CA
800-453-4195 BUSINESS
�A BUSINESS CENTER
RAPID CITY _=_F05-342-893=l1ALL
BUSINESS: SMALL WOMEN -OWNED
DANCKER
SOMERVILLE NJ
908-231-1600 OTHER THAN SMALL/LARGE BUSINESS:
�
I -9�
OTHER THAN SMALL/LARGE BUSINESS:
DANCKER - MD
CAPITOL HEIGHTS MD
908-231-1600 ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
DANCKERMD/DC
BALTIMORE MD
410-547-8700 ACCOUNTGROUP
�MMMMIW
OTHER THAN SMALL/LARGE BUSINES
JpFr_____�
DARWISH TRADING CO
DOHA
974 4469 2459 ACCOUNTGROUP
SMALL BUSINESS: NA- NONE OFTHESE
DAVID MARTIN INC
JONESBORO AR
870-972-0180 CATEGORIES APPLY TO OUR BUSINESS
DAVIES OFFICE REFURBISHING
ALBAN� NY
518-449-2040 SMALL BUSINESS: SMALL WOMEN -
DC INTERIORS
SAN ANTONIO TX
210-521-9900 SMALL BUSINESS: SMALL WOMEN -OWNED
DEBNER & COMPANY
HOUSTON J���kL3-782-130M.THER
THAN SMALL/LARGE BUSINESS:
DESERT BUSINESS INTERIORS LLC
PALM DESERT CA
760-340-1550 OTHER THAN SMALL/LARGE BUSINESS:
DESIGN CENTRAL LLC
SALINA _F5-825-41311W
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: ACCOUNT GROUP,SMALL
DIVISION 12 CONSULTING LLC
BIRMINGHAM AL
205-566-0709 DISADVANTAGED BUSINESS
DRB BUSINESS INTERIORS JW
SARATOGA SPRINGS N)W
518-306-5233'WALL BUSINESS: SMALL WOMEN -OWNED —M
DUPLER OFFICE
COLUMBUS OH
SMALL BUSINESS: SMALL WOMEN -OWNED
_V�
—�
SMALL BUSINESS: CERIFIED
W
DEVELOPM ENT PROAGRAMTSMALBUSINESS
EMENTS IV INTERIORS
DAYTON OH
937-918-1000 _ DISADVANTAGED BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
EMERALD BUSINESS SUPPLY INC
EMERALD COAST OFFICE PRODUCTS
INC
EMMONS BUSINESS INTERIORS LLC
EMPIRE OFFICE GEORGIAW
EMPIRE OFFICE INC
EMPIRE OFFICE ItML
EMPIRE OFFICE INC
FIPIRE OFFICE INC
PHILADELPHIA PA
215-333-1900
CATEGORIES APPLY TO OUR BUSINESS
PENSACOLA _ FL
850-733-99
OTHER THAN SMALL/LARGE BUSINESS:
GERMANTOWN WI
262-255-5500
OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
ALPHARETTA Jd1kL
770-360-0200w
ACCOUNTGROUP
HOLLYWOOD FL
954-707-6179
OTHER THAN SMALL/LARGE BUSINESS:
NEW YORK NY
212-607-550=LHER
THAN SMALL/LARGE BUSINESS:
ORLANDO FL
407-628-2400
OTHER THAN SMALL/LARGE BUSINESS:
TAMPA _J13-418-330071ff OTHER THAN SMALL/LARGE BUSINESS
ENTERPRISE FURNITURE CONSULTANTS BALTIMORE
ENVIRONMENTS OSTON
EON OFFICE DENVER
ERNIE MORRIS ENTERPRISES CUMMING
SMALL BUSINESS: SMALL DISADVANTAGED
BUSINESS,SERVICE DISABLED VETERAN OWNED
,SBA CERTIFIED FEDERAL HUBZONE FIRM,SMALL
MD 410-342-0630
VETERAN -OWNED
NIIIIIIIII 617-830-5300
OTHER THAN SMALL/LARGE BUSINESS: IN
CO 720-570-5400
SMALL BUSINESS: SMALL WOMEN -OWNED
=
SMALL BUSINESS: NA- NONE OF THESE
GA 678-771-8364
CATEGORIES APPLY TO OUR BUSINESS
178
Kimball International Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
ERNIE MORRIS ENTERPRISES INC
BUSHNELL
FL
352-793-2745
CATEGORIES APPLYTO OUR BUSINESS
-NONEOFTHES�
ESPACIOS DINAMICOS WORK SA DE CV
CDMX
559-131-0100
CATEGORIES APPLYTO OUR BUSINESS
EVENSONBEST LLC
NEW YORK
NY
212-549-8000
OTHER THAN SMALL/LARGE BUSINESS:
—16MALL BUSINESS: NA- NONE OFTHESE
EXTERUS BUSINESS FURNITURE
PORTLAND
Am207-361-4515
CATEGORIES APPLY TO OUR BUSINESS
FACILITEQ NV LLC
LAS VEGAS
NV
702-795-8800
SMALL BUSINESS:
FACILITIES RESOURCE GROUP INC
SPANI JJJV
251-626-3048
SMALL BUSINESS: SMALL WOMEN -OWNED
FACILITIES RESOURCE GROUP INC
SPANISH FORT
AL
251-626-3048
SMALL BUSINESS: SMALL WOMEN -OWNED
FACILITIES RESOURCE INC
CEDAR PARK
'M
512-371-1232 J&
SMALL BUSINESS: SMALL WOMEN -OWNED
FACILITY DESIGNS
FRESNO
CA
559-432-3200
SMALL BUSINESS: SMALL WOMEN -OWNED
I� INTERIORS DALLAS JW
CARROLLTON
-JW
214-556-470W HER THAN SMALL/LARGE BUSINEO
FACILITY INTERIORS INC-HOUSTON
HOUSTON
TX
713-963-0678
SMALL BUSINESS: SMALL WOMEN -OWNED
'ITY INTERIOR
OKLAHOMA CITY
ME(
40, - -7782 �161HERTHAN
SMALL/LARGE BUSINESS: _
FACILITY INTERIORS STEXAS
AUSTIN
TX
512-908-4689
OTHER THAN SMALL/LARGE BUSINESS:
FA�NE
NASHVIL �W85-330W
ALL WOMEN -OWNED '
SMALL BUSINESS: NA - NONE OF THESE
FINANCIAL FURNISHINGS
ANCHORVILLE
MI
586-725-5737
CATEGORIES APPLY TO OUR BUSINESS
FINELINE FURNITURE
INDIANAPOLIS
AIL,
317-802-2200 *
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OF THESE
FIRESIDE OFFICE PRODUCTS INC
BISMARCK
ND
701-258-8586
CATEGORIES APPLYTO OUR BUSINESS
MING INTERIOR GROUP MIJIM'INDIANAPOLIS
-_
6-8300
HER THAN MALL/LARGE BUSINE
SMALL BUSINESS: NA - NONE OF THESE
FLUID INTERIORS
MINNEAPOLIS
MN
612-746-8700
CATEGORIES APPLY TO OUR BUSINESS
■�
SMALL BUSINESS: NA- NONE OFTHESE
FOCUS STUDIO
BERKELEY HEIGHTS IM908-751-1800
CATEGORIES APPLY TO OUR BUSINESS
FORMS & SUPPLY INC
CHARLOTTE
NC
704-598-8971
SMALL BUSINESS: SMALL WOMEN -OWNED
WARDSP
MILWAUKEE
J_Waa-630-5275
_d�LkLLBU
MALL WOMEN -OWNS
FORWARD SPACE LLC
WOOD DALE
IL
312-942-1100
SMALL BUSINESS: SMALL WOMEN -OWNED
FOUNT INC
PETALUMA
CA
425-819-4956
SMALL BUSINESS: SMALL WOMEN -OWNED
FM
EGA
F706-=543-1
SMALL BUSINESS:8(M) CERTIFIED CONTRACTING
PROGRAM,SMALL DISADVANTAGED BUSINESS
FOWLER OFFICE INTERIORS
ATHENSW
32
,SMALL WOMEN -OWNED
FRANK COONEY CO
ELK GROVE VILLAGE
IL
630-694-8800
OTHER THAN SMALL/LARGE BUSINESS:
FRANKLIN INTE%W
PA _
412-261-2525 OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: SMALL DISADVANTAGED
FREEDOM INTERIORS
KANSAS CITY
MO
816-265-1110
BUSINESS,SMALLWOMEN-OWNED
tMALL BUSINESS: NA- NONE OF THESE
FREEFORM INTERIORS
BOISE
208-384-5050_ICATEGORIES
APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
FREEFORM INTERIORS
SPOKANE
WA
509-458-0411
CATEGORIES APPLY TO OUR BUSINESS
THER THAN SMALL/LARGE BUSINESS:
—
FURNITURE MARKE G UPSTEXAS
AUSTIN
TX
512-908-4689 JCCOUNT
GROUP
OTHER THAN SMALL/LARGE BUSINESS:
FURNITURE MARKETING GROUP-DALLAS
PLANO
TX
214-556-4700
ACCOUNT GROUP
FURNITURE MARKETING GROUP-
'=W
HOUSTON 0
TX
713-963-0678
THER THAN SMALL/LARGE BUSINESS
FURNITURE MARKETING GROUP-OKC
OKLAHOMA CITY
OK
405-772-1730
SMALL BUSINESS:
FURNITURELAND SOUTH
NC
336-822-3317 ,
OTHER THAN SMALL/LARGE BUSINES�
FURNITURESPEAK INC
FAIRFAX
VA
703-459-9500
SMALL BUSINESS: SMALL WOMEN -OWNED
179
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
SMALL NESS: NA - NONE OFTHESE
rsFFICE SUPPLY INC
LAREDO
TX
956-722-1773
CA EGOREISAPPLY TOOURBUSINESS
G/M BUSINESS INTERIORS RIVERSIDE
RIVERSIDE
CA
800-686-6583
SMALL BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
BUSINESS INTERIORS SAN DIEGO
SANDIEGO
CA
619-236-0500
CATEGORIES APPLY TO OUR BUSINESS
GATEWAY PRINTING & OFFICE SUPPLY
IN
SAN ANTONIO
TX
210-650-3995
OTHER THAN SMALL/LARGE BUSINESS:
PRINTING & OFF E SUPPLTM
IN
HOUSTON
TX
281-277-6500
OTHER THAN SMALL/LARGE BUSINESS:
GATEWAY PRINTING &OFFICE SUPPLY
OTHER THAN SMALL/LARGE BUSINESS:
IN
DENHAM SPRINGS
LA
225-788-0511
ACCOUNTGROUP
GENESEE OFFICE INTERIORS
ROCHEST
I NY
585-224-8280
SMALL BUSINESS: SMALL WOMEN -OWNED
GOODMANS INTERIOR STRUCTURES
PHOENIX
AZ
602-263-1110
OTHER THAN SMALL/LARGE BUSINESS:
GOODMANS INTERIOR STRUCTURES
ALBUQUERQUE
N
505-889-0195"&THER
THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: SERVICE DISABLED VETERAN
GOVERNMENT BUSINESS INTERIORS
REDLANDS
CA
909-556-2115
OWN ED,SMALL VETERAN -OWNED
SMALL BUSINESS:8(A) CERTIFIED BUSINESS
DEVELOPMENT PROGRAM,B(M) CERTIFIED
CONTRACTING PROGRAM ,SMALL
DISADVANTAGED BUSINESS,SERVICE DISABLED
VETERAN OWNED,SBA CERTIFIED FEDERAL
HUBZONE FIRM .SMALL VETERAN -OWNED
GOVSOLUTIONS INC
VIRGINIA BEACH
VA 757-430-7890 SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
GRAND&TOYVAUGHAN
VAUGHAN
ON 416-401-6300 ACCOUNTGROUP
GRIER INTERIORS INC
CHARLOTTES
NC 704-375-3375_AlkHER THAN SMALL/LARGE BUSINES�
SMALL BUSINESS: SERVICE DISABLED VETERAN
GROOMS OFFICE ENVIRONMENTS
SPRINGFIELD
MO 417-883-4646 OWNED,SMALLVETERAN-OWNED
OAST BUSINESS SUP
GULFPOR
111W— 228-831-1019 HER THAN MALL/LARGE BUSINESS:
SMALL BUSINESS: NA - NONE OF THESE
HBWORKPLACES
SALT LAKE CITY
UT 801-363-5881 CATEGORIES APPLY TO OUR BUSINESS
HENRICKSEN & CO INC BROOKFIELD
BROOKFIELD
]KI 262-781-9090 J11THER THAN SMALL/LARGE BUSINESS:
HENRICKSEN & CO INC CT
NEW YORK
NY 212-897-9876 OTHER THAN SMALL/LARGE BUSINESS:
HENRICKSEN & CO INC ITASCA
ITASC
7L__ _630-250�llllllllllllllllllllll THAN SMALL/LARGE BUSINE
HENRICKSEN & CO INC MINNEAPOLIS
MINNEAPOLIS
MN 612-455-2200 OTHER THAN SMALL/LARGE BUSINESS:
HENRICKSEN & CO INC NEW YORK
NEW YORK
NY ■bV-897-9876 1111kHER THAN SMALL/LARGE BUSINE
HENRICKSEN & CO INC PEORIA
PEORIA
IL 309-636-0033 OTHER THAN SMALL/LARGE BUSINESS:
HENRICKSEN TIN L NASHVILLE �_=83-6799 ]JITHERTHAN SMALL/LARGE BUSINESS:
HENRIKSEN BUTLER
LAS VEGAS
NV 702-951-8182 OTHER THAN SMALL/LARGE BUSINESS:
HENRIKSEN BUTLER -REND
5-323-3023 qjff7HERTHAN SMALL/LARGE BUSINE
HERALD OFFICE SYSTEMS
DILLON
SC 843-774-5155 OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCHATLANTA
LAVERGNE
TN 866-448-6824 ACCOUNTGROUP, —
_
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH BIRMINGHAM LAVERGNE TN 866-448-6824 ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH BOSTON LAVERGNE TN 866-448-6824 ACCOUNTGROUP —
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCHCHICAGO
LAVERGNE
TN
866-448-6824 ACCOUNTGROUP
moor,
_�mmmmmmmVEE1l
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCHCINCINNATI
LAVERGNE
TN
866-448-6824 ACCOUNTGROUP —
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCHCLEVELAND
LAVERGNE
TN
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCHCOLUMBUS
LAVERGNE
TN
866-448-6824 ACCOUNTGROUP
180
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH DALLAS
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
"EL.
OTHERTM SMALL/LARGE BUSINESS:
,HITOUCH HANOVER JIL
LAVERGNE
866-448-6824
ML
ACCOI VTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH HOUSTON
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
`TOUCHJACKSONVILLE
LAVERGNE
`bb-4`4
,ACGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH KANSAS CITY
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
_'R HER THAN SMALL/LARGE BUSINESS:
"jQUCH MEMPHI
LAVERGNE
VM=L866-4,jj6gW1j..Aw&Q
GROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH MIAMI
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
jkj&CH NASHVILLE _Mll
LVERGNE
V1
V�MML866-448-6824A66"TGROLJP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH NC/SC
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
JWIWCH NEW.&RLEANS all
�&VERGNEV�,=&L-448-6824.&CCOUNT_M
GROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH NEWYORK
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH NORTH CA
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH NORTH NJ
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH OK
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH OMAHA
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
I_
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCHORLAND=
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH PHILADEPLHIA
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
1_
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH PITTSBURGH
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH SOUTH TX
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
Ir
i_
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH ST LOUISW
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP j��
OTHER THAN SMALL/LARGE BUSINESS:
HITOUCH SYRACUSE
LAVERGNE
TN
866-448-6824
ACCOUNTGROUP
OTHERTHAN SMALL/LARGE BUSINESS:
LAVERGNE
vpmmnr�
866-448-6824
ACCOUNTGROUP
SMALL BUSINESS: NA- NONE OF THESE
HOFFMAN OFFICE SUPPLY
JASPER
IN
812-482-4224
CATEGORIES APPLY TO OUR BUSINESS
I"[
MALL NESS: NA - NONE OF THESE
HOLMES & BRAKEL INTERNATIONAL INC
JACKSONVILLE
1wr
904-538-9883A
EGOR EIS APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
HUBBUCH&CO
LOUISVILLE
KY
502-583-2713
CATEGORIES APPLY TO OUR BUSINESS
I=
"[
MALL BUSINESS: NA- NONE OF THESE
HUDSON OFFICE SOLUTIONS
WASHINGTON
IN
812-254-0590
ATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
IMAGE BUSINESS INTERIORS
VIRGINIA BEACH
VA
757-962-9810
CATEGORIES APPLYTO OUR BUSINESS
r
*
OTHER THAN SMALL/LARGE BUSINES
IMAGE BUSINESS INTERIORS
RICHMOND
VA
804-548-4241
ACCOUNTGROUP
IMAGEWORKS C317, LLC
MEMPHIS
TN
901-360-8899
SMALL BUSINESS: SMALL WOMEN -OWNED
181
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
IMAGEWORKS LL
IN DECO SALES DFW
INDECO SALES INC HOUSTON
INDECO SALES SOUTH TX
INDEPENDENCE BUSINESS SUPPLY
INFINIUM INTERIORS INC
INLINE DESIGNS LLC
INNERPLAN
INNERSPACE DESIGN INC
INNERSPAICE ARCHITECTURAL
INTERIORS
INNOVATE COMMERCIAL INTERIORS
INNOVATIVE BUSINESS FURNITURE
INNOVATIVE COMMERCIAL
ENVIRONMENTS i
LITTLE ROCK
AR
501-379-8552
BELTON
TX
254-939-5742
11F
HOUSTON
254-939-5742
BELTON
TX
254-939-5745
CLEVELAND j jkH 800-621-6001 `
HONOLULU HI 808-777-5490
' CHICAGO W 773-452-6340
SMALL BUSINESS: SMALL WOMEN -OWNED '
OTHER THAN SMALL/LARGE BUSINESS:
TMALL BUSINESS: NA- NONE OF THESE
CATEGORIES APPLY TO OUR BUSINESS
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OF THESE
CATEGORIES APPLY TO OUR BUSINESS
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: SMALL DISADVANTAGED
BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
NORTH LITTLE ROCK AR 501-371-0300
CATEGORIES APPLY TO OUR BUSINESS
ANN ARBOR �i 34-662-1133
■MALL BUSINESS: S7ALLN MEN_77=
SMALL BUSINESS: NA- NONE OFTHESE
FORTWALTONBEACH FL 850-664-1249
CATEGORIES APPLY TO OUR BUSINESS
—i
SMALL NESS: NA -NONE OF THESE
FORT WAYNE
ir 260-49 16
CATEGOREISAPPLY TOOURBUSINESS
SPRINGDALE AR 479-872-2100
OTHER THAN SMALL/LARGE BUSINESS:
SAN DIEGO
INNOVATIVE INTELLIGENT DESIGN LAFAYETTE
OVATIVE OFFICE SOLUTIONS BURNSVILLE
INNOVATIVE OFFICE SOLUTIONS INC MARIA STEIN
INSALCO CORPO WALLINGFORD
INSIDESOURCE
INSIDE SOURCE INC
INSIDE SOURCE WASHINGTON INC
INSPIRE WORKPLACE INTERIORS
INTEGRITY INTERIOR SOLUTIONS
INTEREUM
INTERIOR ELEMENTS
LC
SAN CARLOS
CONCORD
SEATTLE
BROOK PARK
HIMEEME
CA 760-653-1511 OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: SMALL DISADVANTAGED
LA 337-236-9107 BUSINESS,SMALL WOMEN -OWNED
MN 952-808-99_�WHER THAN SMALL/LARGE BUSINESS
OH 419-925-5433 SMALL BUSINESS:
CMW69-1238 J�SINESS:
SMALL BUSINESS: NA- NONE OFTHESE
CA 650-508-9101 CATEGORIES APPLY TO OUR BUSINESS
CA 510-385-1641 -&NSUBK:ACCOUNT GROUP
OTHER THAN SMALL/LARGE BUSINESS:
WA 206-448-7333 ACCOUNTGROUP
OH 216-367-8520 "15THER THAN SM�LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
KENT WA 425-728-1925 CATEGORIES APPLYTO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
PLYMOUTH AM CATEGORIES APPLY TO OUR BUSINESS
OTHER THAN SMALL/LARGE BUSINESS:
RIDGELAND MS 601-352-9000 ACCOUNTGROUP
INTERIOR ENVIRONMENTS ATLANTA ATLANTA
I
INTERIOR INNOVATIONS -NYC SYRACUSE
INTERIOR INNOVATIONS -UPSTATE NY SYRACUSE
INTERIOR INVESTMENTS LINCOLNSHIRE
INTERIOR INVESTMENTS OF MADISON
LLC MADISON
INTERIOR INVESTMENTS OF MILWAUKEE
L MILWAUKEE
11►rr�:�[.l:�n►•��'Irul�.r�'Z.l�'Irl�.laE.'l��'1_11►rrf�il�lE.'!
--
BUSI N ESS�
SMALL BUSINESS: NA- NONE OFTHESE
GA 404-566-1666
CATEGORIES APPLY TO OUR BUSINESS
I
SMALL BUSINESS: SMALL DISADVANTAGED
NY 888-214-5060
BUSINESS,SMALL WOMEN -OWNED
SMALL BUSINESS: SMALL DISADVANTAGED
NY 888-214-5060
BUSINESS,SMALL WOMEN -OWNED
jilibb., 847-325-1000 A&HER THAN SMALL/LARGE BUSINES�
SMALL BUSINESS: NA- NONE OF THESE
WI 608-216-7900
CATEGORIES APPLY TO OUR BUSINESS
IN
'�LLBUS SE�i S_NA-NONE OF THESE
W� 414-287-0000
.` ATEGORIES APPLY TO OUR BUSINESS
MO 314-644-5060 SMALL BUSINESS:
TRTTL BUSINESS: SMALL DISADVANTAGED
INTERIOR LANDSCAPES ANSAS CITY MO 816-842-2120 BUSINESS,SMALL WOMEN -OWNED
INTERIOR RESOURCES GROUP DALLAS TX 972-619-7400 SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OF THE
OLUTIONS INC SOUTH SALT LAKE UT CATEGORIES APPLY TO OUR BUSINES
182
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
INTERIOR SOLUTIONS OFARIZONA TEMPE
INTERIOR SYSTEMS CONTRACT GROUP ROYAL OAK
INTERIORS BY DESIGN LLC ADAMSTOWN
AZ 480-413-9626
IRM` 48-399-1600
MID 301-792-5645
IL 630-761-1070
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
INTERMOUNTAIN DESIGN INC
BOISE
ID
208-658-2252
SMALL BUSINESS: SMALL WOMEN -OWNED
INTERPHASE INTERIORS
GRAND RAPIDS .1111111L
MI
616-245-0800.,dipTHERTHAN SMALL/LARGE BUSINES�
INTERSPACE LIMITED LLC
LEXINGTON
KY
859-252-0000
SMALL BUSINESS: SMALL WOMEN -OWNED
INTERSPACE TOO LLC
LEXINGTO�
KY
859-252-0000+MALL BUSINESS: SMALL WOMEN -OWN
INTERSTATE OFFICE PRODUCTS INC
SIOUX FALLS
SD
605-339-1989
OTHER THAN SMALL/LARGE BUSINESS:
—
SMALL BUSINESS: SMALL ANTAnED
INTIVITY INC ROCALB
EAST ROCHESTER
�166yol,
585-238-2880
BUSINESS
IT Test Account
J TYLER OFFICE FURNITURE & SERVICES
HOUSTON
TX
713-468-2166
SMALL BUSINESS: SMALL WOMEN -OWNED
JC OFFICE CONSULTANTS
SOMERVILLE
NJ
908-842-2153
SMALL BUSINESS: SMALL WOMEN -OWNED
'I=
SMALL BUSINESS: NA- NONE OFTHESE
JMJ CORPORATION
RICHMOND in
804-270-7400
CATEGORIES APPLYTO OUR BUSINESS
JOHN A MARSHALL
LENEXA
KS
913-599-4700
OTHER THAN SMALL/LARGE BUSINESS:
JOHN A MARSHALL CO= ��11111
JFK
405-752-9696
OTHER THAN SMALL/LARGE BUSINES�
SMALL BUSINESS: NA- NONE OF THESE
JONES GROUP INTERIORS INC
AKRON
OH
330-253-9180
CATEGORIES APPLYTO OUR BUSINESS
ARCHITECTURE LLC
CINCINNAT�M
513-455-5000
SMALL BUSINESS:
KAD ASSOCIATES LLC
WOODBRIDGE
NJ
732-943-2192
SMALL BUSINESS: SMALL WOMEN -OWNED
1
—'%rMER
THAN S:
KBM-HOGUESACRAMENTO
SACRAMENTO
A
916-455-1515
ACCOUNTGROUP
KBM-HOGUE SAN JOSE
SAN JOSE
CA
408-351-7133
SMALL BUSINESS:
—6MALL BUSINESS: NA - NONE OF THESE
KDA OFFICE FURNITURE SOLUTIONS
LEXINGTON�
KY
859-317-8131
CATEGORIES APPLY TO OUR BUSINESS
KENTWOOD OFFICE FURNITURE LLC
GRAND RAPIDS
MI
616-957-2320
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
KERSHNER OFFICE FURNEW
KING OF PRUSSIA
PA
610-768-0200
CATEGORIES APPLY TO OUR BUSINESS
KING BUSINESS INTERIORS
COLUMBUS
OH
614-430-0020
SMALL BUSINESS: SMALL WOMEN -OWNED
KIRK GROSS COMPANY
WATERLOO
IAA
319-291-61441W OTHER THAN SMALL/LARGE BUSINESS:
KMJ AGENCY INC
TORONTO
ON
416-716-2631
SMALL BUSINESS: SMALL WOMEN -OWNED
KOLL INDUSTRIES LLC
BRYAN
TX
979-431-5070
Jj
KR OFFICE INTERIORS INC
BELGRADE
MT
406-513-1004
SMALL BUSINESS:
IV WORKSPACE LLC ■
MANDEVILLE
LA
�VALLMJSINESS: SMALL DISADVANTAGED
985-626-3361 BUSINESS,SMALL WOMEN -OWNED
L & M OFFICE FURNITURE LLC-
SMALL BUSINESS: NA- NONE OF THESE
ARKANSAS
TULSA
OK
918-664-1010
CATEGORIES APPLY TO OUR BUSINESS
IN
SMALL BUSINESS: NA- NONE OF THESE
L & M OFFICE FURNITURE-OKLAHOMA
TULSA
OK
918-664-1010
CATEGORIES APPLY TO OUR BUSINESS
LAHARPES OFFICE FURNITURE
LITTLE ROCK
AR
501-372-6684
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OF THESE
—�
LANDIS OFFICE CENTER INC
CUMBERLAND
MD
800-654-4054
CATEGORIES APPLY TO OUR BUSINESS
LANE OFFICE FURNITURE INC
NEW YORK
NY
212-233-4100
SMALL BUSINESS:
LEDWELL OFFICE SOLUTIONS
TEXARKANA MIF
903-794-3113
'IFHERTHAN SMALL/LARGE BUSINESS:
LEGACY GROUP
RENTON
WA
206-217-0310
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OF THESE
LERDAHL BUSINESS INTERIORS
MIDDLETON
WI
608-831-1010
CATEGORIES APPLYTO OUR BUSINESS
LETOURNEAU INTERESTS INC
HOUSTON
TX
713-681-0033
OTHER THAN SMALL/LARGE BUSINESS:
183
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
ow
LEWIS STEVENSON OFFICE SOLUTIONS
LEWIS STEVENSON OFFICE SOLUTIONS -
MD
NEW YORK NY
BALTIMORE MD
LOUISIANA OFFICE PRODUCTS INC HARAHAN �n
M HANSON & COMPANY INC BOCA RATON FL
■ q
MAINSPACE OFFICE SOLUTIONS LLC HATTIESBURG MS
MANNINGS OFFICE SOLUTIONS BEAUMONT TX
MARTIN PUBLICSEA� §- OH
MARXMODA INC DETROIT MI
MASON INC ArSAVANNAH GA
MBI SYSTEMS INC SEATTLE WA
MCALEERS OFFICE FURNITUM MOBILE AL
MCCOY ROCKFORD COMMERCIAL
SMALL BUSINESS: SMALL VETERAN -OWNED
212-279-8200 SMALL VETERAN -OWNED,
443-559-7348 SMALL BUSINESS: SMALL VETERAN -OWNED
SMALL BUSINESS: NA- NONE OFTHES
504-733-9650 CATEGORIES APPLY TO OURBUSINES
. SMALL BUSINESS: NA- NONE OF THESE
954-630-1500 CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
601-602-3905 CATEGORIES APPLY TO OUR BUSINESS
409-899-1122 SMALL BUSINESS: SMALL WOMEN -OWNED
330-769-2723 ApTHER THAN SMALL/LARGE BUSINES
SMALL BUSINESS: NA- NONE OF THESE
248-334-8000 CATEGORIES APPLY TO OUR BUSINESS
WtMALL BUSINESS: NA- NONE OF THESE
912-232-4192 ATEGORIES APPLY TO OUR BUSINESS
206-343-5800 OTHER THAN SMALL/LARGE BUSINESS:
251-476-8555 SMALL BUSINESS:
INTERIORS
AUSTIN
TX 713-862-4600
OTHER THAN SMALL/LARGE BUSINESS:
-OY-ROCKFORD INC
HOUSTON =
TX 713-862-4600
OTHER THAN SMALL/LARGE BUSINESS
SMALL BUSINESS: NA - NONE OF THESE
MCGARITYS
GAINESVILLE
GA 770-536-9852
CATEGORIES APPLY TO OUR BUSINESS
or
7
SMALL BUSINESS: SMALL DISADVANTAGED
MERCHANTS OFFICE FURNITURE
DENVER
&Q�303-297-1100
BUSINESS,SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -AL
GAINESVILLE
FL 800-699-7516
ACCOUNTGROUP
11
V
I= T
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION - E IA & WI
GAINESVILLE
FL 352-373-7516
ACCOUNTGROUP
METEOR EDUCATION - EAST PA
STAMFORD
CT 610-392-4529
OTHER THAN SMALL/LARGE BUSINESS:
�
THAN ARGE BUSINESS:
METEOR EDUCATION -ORLANDO
GAINESVILLE
VILLE
,or 35816
AOCCOUNTGROUTHER
METEOR EDUCATION -SACRAMENTO
SACRAMENTO
CA 925-727-2827
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -AR & N MS
RUSSELLVILLE
W�7479-287-4837
OTHER THAN SMALL BUSINESS:
METEOR EDUCATION-ARIZONA
PHOENIX
AZ 480-639-7717
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-AUSTIN & SAN
�
� �
ANTON
NEW BRAUNFELS
wp409-332-0552
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -CENTRAL CA
CLOVIS
CA 800-699-7516
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -CO & W�"
■_'970-216-2287'
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -CT
CHESTER
NY 845-238-0253
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-DALLAS/FT ��
"�llll
WORTH
FORT WORTH
X 817-966-9350
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-E MA
LIVERPOOL
NY 315-256-3334
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-FRESNO CA
FRESNO
CA 559-978-1313
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-HOUSTON TX
NEW BRAUNFELS
TX 713-805-7488
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -LA & S MS
RUSSELLVILLE _
AR _ 479-280-4837 _.djTHER
THAN SMALL/LARGE BUSINES
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-MIAMI
GAINESVILLE
FL 800-699-7516
ACCOUNTGROUP
METEOR EDUCATION-MICHIGAN & NV70-
OH
i GAINESVILLE
1-740-6351 J
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-MISSOURI
RUSSELLVILLE
AR 479-280-4837
OTHER THAN SMALL/LARGE BUSINESS:
_�024 PE
METEOR EDUCATION-N GA & E TN
AUBURN
GA 770-296-7459
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-N MO & S IL
'
��19-290-8100
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -ND & MN
TWO HARBORS
MN 218-491-3639
OTHER THAN SMALL/LARGE BUSINESS:
184
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
METEOR EDUCATION -NE, IA, SD ■ VERLY
METEOR EDUCATION -NJ CHESTER
METEOR EDUCATION -NM & W TX
WOLFFORTH
METEOR EDUCATION -NW WA
EDGEWOOD
METEOR EDUCATION -NYC
CHESTER
METEOR EDUCATION-S GA &AL
AUBURN
ul: aIX6l:a21big, al_\1101►96Ill 1xKel►�%10 Kell Al921:'
IA
319-290-8100J& OTHER THAN SMALL/LARGE BUSINESS:
NY
845-238-0253
OTHER THAN SMALL/LARGE BUSINESS:
EJW
806-777-5096
OTHER THAN SMALL/LARGE BUSINESS:
WA
206-300-3004
OTHER THAN SMALL/LARGE BUSINESS:
'_ 845-238-0253
OTHER THAN SMALL/LARGE BUSINESS:
GA
770-296-7459
OTHER THAN SMALL/LARGE BUSINESS:
mmw 360-831-5268
METEOR EDUCATION-SAN DIEGO GAINESVILLE FL 800-699-7516
METEOR EDUCATION-SAN FRANCISCCT� W�
aim BRENTWOOD CA 925-634-9089
OTHERTHAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-SANTA BARBARA
SANTA BARBARA
CA
805-722-7815
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION -SD —
TWO HARBORS
MN
218-491-3639
OTHER THAN SMALL/LARGE BUSINESS:
�
_
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-TAMPA
FORT MYERS
FL
321-355-1567
ACCOUNTGROUP
METEOR EDUCATION-TN'11111JF"'
RUSSELLVILLE
AR
■179-280-4837
OTHERTHAN SMALL/LARGE
METEOR EDUCATION -UPSTATE NY
CHESTER
NY
845-238-0253
OTHER THAN SMALL/LARGE BUSINESS:
ETEOR EDUCATION -UT
GRAND JUNCTION
CO
jEL270-216-2287�
THER THAN SMALL/LARGE BUSINESS
—
METEOR EDUCATION-VIRGINIA
WALLACE
NC
910-381-6305
OTHER THAN SMALL/LARGE BUSINESS:
TEOR EDUCATION-W &UPSTATE NY
LIVERPOOL
NY
pr
% 315-256-333 HER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-W MA
LIVERPOOL
NY
315-256-3334
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-W NC & SC
CHARLOTTE
NC
828-808-1118 _ALHER
THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
METEOR EDUCATION-W VIRGINIA
WALLACE
NC
910-381-6305
ACCOUNTGROUP
SWO OFFICE SOLUTIONS
BELCAMP
MD
A VMALLBUSINESS: SMALL WOMEN -
SMALL BUSINESS: NA- NONE OF THESE
METRO POWER INC
ALBANY
GA
229-439-2324
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
MFG INTERIORS LLC
&NGTON HILLS
MI
248-479-7266
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
MIDWESTOFFICE INTERIORS
WOODRIDGE
IL
630-633-2735
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
MILESTREASTER&ASSOC
SACRAMENTO
CA
916-373-1800V
CATEGORIES APPLY TO OUR BUSINESS
MILLINGTON LOCKWOOD BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
INTERI
BUFFALO
NY
716-633-5600
CATEGORIES APPLY TO OUR BUSINESS
BUSINESS:
MODERN BUSINESS INTERIORS
LENEX
_113-387-1100
CATEGORIES APPTOOUR BUSINESS
MODERN BUSINESS INTERIORS
SAINT CHARLES
MO
636-946-2500
SMALL BUSINESS:
—�
SMALL BUSINESS: SERVICE DISABLED VETERAN
MODULAR SYSTEMS SPECIALISTS
VENTURA
CA
805-644-9784
OWNED,SMALLVETERAN-OWNED
SMALL BUSINESS: NA- NONE OF THESE
MOI INC
BALTIMORE
MD
443-780-2000
CATEGORIES APPLY TO OUR BUSINESS
R
SMALL BUSINESS: NA- NONE OFTHESE
MOIIN
VIRGINIABEACH
VA
757-201-3547
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
MOI RICHMOND
RICHMOND
VA
804-343-0788
CATEGORIES APPLY TO OUR BUSINESS
MOSAIC INTERIORS GROUPIE _
PHOENIX
AZ
480-968-9481-MLHER
THAN SMALL/LARGE BUSINES�
OTHER THAN SMALL/LARGE BUSINESS:
MOSER CORP
ROGERS
AR
479-636-3481
ACCOUNTGROUP
JMALL BUSINESS: RA --M= OFTHESE
SYSTEMS INC
BRONXVILLE
NY
914-337-1686 JCATEGORIES
APPLYTOOUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
NARRATIVE
FORTWAYNE
IN
260-469-8025
CATEGORIES APPLYTO OUR BUSINESS
185
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
SMALL BUSINESS: NA- NONE OFTHESE
NASHVILLE OFFICE INTERIORS
NASHVILLEN
TN
615-329-1811
CATEGORIES APPLY TO OUR BUSINES
NASHVILLE OFFICE INTERIORS
SMALL BUSINESS: NA- NONE OF THESE
CHATTANO
CHATTANOOGA
TN
423-629-6100
CATEGORIES APPLY TO OUR BUSINESS
NATIONAL BUSINESS SUPPLY INC
TROY iWIL
248-823-5400_A&HER
THAN SMALL/LARGE BUSINESS:
_
SMALL BUSINESS: NA - NONE OF THESE
NAVAJO OFFICE PRODUCTS LLC
AMARILLO
TX
806-372-2236
CATEGORIES APPLY TO OUR BUSINESS
NELSON INTERIORS LLC "411111V SAN ANTONIO
TX
210-684-2624
FMALL BUSINESS: SMAL�MEN-OWNED
NEW DAY OFFICE PRODUCTS &
SMALL BUSINESS: NA- NONE OFTHESE
FURNISHIN
SUFFOLK
VA
757-398-0718
CATEGORIES APPLYTO OUR BUSINESS
NEWTAN
SANTA FE SPRINGS
CA
562-365-5000
OTHER THAN SMALL/LARGE BUSINESS:
NEW TANGRAM LLC
FRESNO
CA
559-761-1370
OTHER THAN SMALL/LARGE BUSINESS:
NEW TANGRAM LL111111iff'
DALLAS jLX
214-902-7200
OTHER THAN SMALL/LARGE BUSINESS:
NEW TAN GRAM LLC - TEXAS
SANTA FE SPRINGS
CA
562-365-5000
OTHER THAN SMALL/LARGE BUSINESS:
NEWGROUND INTERNATIONAL INC
CHESTERFIELD
MO
636-898
THER THAN SMALL/LARGE BUSINE"
NITTANY OFFICE EQUIPMENT
STATE COLLEGE
PA
814-238-0568
OTHER THAN SMALL/LARGE BUSINESS:
NW OFFICE INTERIOR
='MILWAUKI�=
503-785-1515
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OF THESE
OEC
MOBILE
AL
251-471-3368
CATEGORIES APPLY TO OUR BUSINESS
OEC BUSINESS INTERIORS
GAINESVILLE
-d-
352-332-1192
SMALL BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
OFFICE360
INDIANAPOLIS
IN
317-632-1360
CATEGORIES APPLY TO OUR BUSINESS
OTHER THAN SMAL7LARGE BUSINESS
FICE BASICS INC
MARCUS HOOK
PA
610-471-1000 J
ACCOUNT GROUP
OTHER THAN SMALL/LARGE BUSINESS:
OFFICE CONCEPTS
CEDAR FALLS
IA
319-234-1221
ACCOUNT GROUP
OFFICE COORDINATORS INC
CHATTANOOGA
TN- 423-756-4531
SMALL BUMESS: 57711ALL WOM EN-OWNED
OFFICE CREATIONS INC
NORCROSS
GA
678-714-7474
SMALL BUSINESS: SMALL WOMEN -OWNED
OFFICE DESIGN & FURNISHINGS
JACKSON
N1WL,_
248-808-6859
SMALL BUSINESS: SMALL VETERAN -OWNED
OFFICE ELEMENTS
OFFICE ENVIRONMENTS INC
OFFICE FURNISHINGS INC
OFFICE FURNITURE GROUP
OFFICE FURNITURE INNOVATIONS
FFICE FURNITURE SOLUTIONS
SIOUX CITY
V
CHARLOTTE
LAKE GROVE
IRVINE
HOUSTON
MADISONVILLE
OFFICE FURNITURE WAREHOUSE INC PITTSBURGH
FFICE IMAGENOES LLC JACKSONVILLE
OFFICE IMAGES INC
ROSW ELL
IA
712-255-0181
OTHER THAN SMALL/LARGE BUSINESS:
'M
1fMALL BUSINESS: NA- NONE OFTHESE
4-714-7200
CATEGORIES APPLYTO OUR BUSINESS
NY
631-357-2863
SMALL BUSINESS: SMALL WOMEN -OWNED
CA
949-769-6400__..dTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: SMALL DISADVANTAGED
TX
713-868-2634
BUSINESS,SMALL WOMEN -OWNED
1
SMALL BUSINESS: NA- NONE OFTHES�
i
498-5400
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
PA
412-331-6711
CATEGORIES APPLY TO OUR BUSINESS
OTHER THAN SMAL7LARGE BUSINESS:
L FL
904-398-9761
ACCOUNTGROUP
OTHER THAN SMALL/LARGE BUSINESS:
GA
404-388-6262
ACCOUNTGROUP
TMALL�ESS: NA- NONE OF THESE
ICEIMAGESINC NASHVILLE TN 615-948-7887 CATEGORIES APPLY TO OUR BUSINESS
OFFICE INNOVATIONS
OFFICE INTERIORS
OFFICE INTERIORS
OFFICE INTERIORS INC
OFFICE INTERIORS LLC
OFFICE PRODUCTS OUTLET
RIDGELAND
ATLANTA
COLLIERVILLE
GRANGER
OKLAHOMA CITY
FLINT
MS 601-664-1850 SMALL BUSINESS: SMALL WOMEN -OWNED
_�85CW NONSUB�GROU
GA
770-804-1589
OTHER THAN SMALL/LARGE BUSINESS:
SMALLBUSNA - NONE OF THESE
TN
901-372-0023
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
IN
574-277-3400
CATEGORIES APPLY TO OUR BUSINESS
OK
405-604-9080
SMALL BUSINESS: SMALL WOMEN-Ow��
MI
810-232-4447
OTHER THAN SMALL/LARGE BUSINESS:
186
Kimball International Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
OFFICE RESOURCES INC BOSTON d�&17-423-9100 & OTHER THAN SMALL/LARGE BUSINESS:
OFFICE RESOURCES INC NEW YORK NY 646-731-6926 OTHER THAN SMALL/LARGE BUSINESS:
OFFICE RESOURCES INC BIRMINGHAM �� 205-831-8999 OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA - NONE OF THESE
OFFICE REVOLUTION II LLC
OfFICE REVOLUTION LLC
OFFICESOURCE LTD
FICEW ISE COMMERCIAL INTERIOR
COLUMBUS OH 614-584-2357
BANNOCKBURN # IL 312-222-1110
SAN ANTONIO TX 210-212-7742
S AMARILLO = TX 806-372-2236�
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
OFFICEWORKS
FISHERS
IN 317-577-3510
CATEGORIES APPLY TO OUR BUSINESS
__M
IMALL BUSINESS: IFTHES�
ICEWORKS DC I
FALLS CHURC
K 703-237-95
CATEGORIES APPLY TO OUR BUSINESS
OFFICEWORKS PENNSYLVANIA INC
PLYMOUTH MEETING
PA 610-834-9877
SMALL BUSINESS: SMALL WOMEN -OWNED
_�06��THAN SM�USINE�
OMEGA COMMERCIAL INTERIORS
MORGANTOWN
WV 304-581-6701
OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGYBUSINESS:
ONE ELEVEN DESIGN
.ONE
FORT WAYNE
or 260-424-1113
ACCOUNT GROUP
WORKPLACE L FERRARI
SANTA CLARA
CA 408-263-1001
OTHER THAN SMALL/LARGE BUSINESS:
11 MALL INESS: SMALL
FLY0
COLUMBUS
614-754-1895
FUSINES,SSSMALL WOMENN OWNEDTAGED
SMALL BUSINESS: NA- NONE OF THESE
ORI ACQUISITIONS INC
LOUISVILLE
KY 502-589-8400
CATEGORIES APPLYTO OUR BUSINESS
MALL NESS: NA - NONE OFTHESE
ORI-OFFICE RESOURCES INC-AL ,
[ATEGORIESIAPPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
ORI-OFFICE RESOURCES INC-TN
NASHVILLE
TN 502-589-8400
CATEGORIES APPLYTO OUR BUSINESS
'M719-574-111=A
BUSNESS: NA - NONE OFTHESE
COLORADOSPRINGS
EGOREISAPPLY OOURBUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
OSTERMAN CRON INC
CINCINNATI
OH 513-771-3377
CATEGORIES APPLYTO OUR BUSINESS
OSTERMAN CRON LOUISVILLE LLC
LOUISVI�
KY 513-771-3=
SMALL BUSINESS: SMALL WOMEN -OWNED '
SMALL BUSINESS: NA - NONE OF THESE
PACIFICWRO
PORTLAND
OR 503-238-1590
CATEGORIES APPLY TO OUR BUSINESS
PARAGON COMMERCIAL INTERIORS
BETTENDORF
IA 563-326-1611 _
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA - NONE OF THESE
PARRON HALL OFFICE INTERIORS
SAN DIEGO
CA 858-268-1212
CATEGORIES APPLY TO OUR BUSINESS
PARTNR HAUS INTERIORS �
ROYAL OAK
MI MALL BUSINESS: SMALL WOMEN -OWNED ■
PC&A BUSINESS ENVIRONMENTS
NORFOLK
VA 757-623-7760
SMALL BUSINESS: SMALL WOMEN -OWNED
ME SMALL BUSINESS: NA- NONE OFTHESE
PEABODYOFFICE- BOSTON W BOSTON MM 17-780-0208 CATEGORIES APPLY TO OUR BUSINES
SMALL BUSINESS: NA - NONE OF THESE
PEABODYOFFICE - DC
WASHINGTON
DC
202-450-6398 CATEGORIES APPLY TO OUR BUSINESS
W qr
op
SMALL BUSINESS: ACCOUNT GROUP,SMALL
PEOPLE PLACES & SPACES LLC
HARTFORD
CT
860-386-8600 DISADVANTAGED BUSINESS
SMALL BUSINESS: SMALL DISADVANTAGED
PEOPLESPACE
IRVINE
CA
949-724-9444 BUSINESS,SMALL WOMEN -OWNED
g1tMALL BUSINESS: SMALL DISADVANTAGE
PEOPLESPACE
PORTLAND
OR
503-205-2200 BUSINESS,SMALL WOMEN -OWNED
J
SMALL BUSINESS: SMALL DISADVANTAGED
PEOPLESPACE
SEATTLE
WA
206-435-7700 BUSINESS,SMALL WOMEN -OWNED
MMMMMMMW"LTHER THAN SMALL/LARGEBUSINES
OPLESPACE
SANJOSE
CA
J408-213-1790 CCOUNTGROU
PERDUE INC
JACKSONVILLE
FL
904-737-5858 OTHER THAN SMALL/LARGE BUSINESS:
TX
187
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
PETTER BUSINESS SYSTEMS PADUCAH
KY 270-575-5003
IIETTUS OFFICE PRODUCTS MONRO LA 318-361-9986
PETTUS OFFICE PRODUCTS
PHILLIPS WORKPLACE INTERIORS
PIGOTT INC
PMC COMMERCIAL INTER
PRADERE DESIGNER WORKPLACES
JkEMIER ENVIRONMENTS
PRENTICE OFFICE ENVIRONMENTS
LITTLE ROCK
AR 501-666-7226
HARRISBURG
PA 844-228-2600
DES MOINES
IA 515-279-8879
GREENVILLE
JMWM-"��325-0002
HIALEAH
FL 305-823-0190
BETHLEHEM
990
BUFFALO
NY 716-884-8452
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
OTHERIW SMALL/LARGEBUSINES�
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: SMALL WOMEN-OWNW
OTHER THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: ACCOUNT GROUP,NA - NONE
PREVOLV INC
SAINTPAUL
MN
651-645-2055
OFTHESE CATEGORIES APPLYTO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
PRICE MODERN
BALTIMORE
MD
410-366-5500
CATEGORIES APPLYTO OUR BUSINESS
_ �
1SINESS: NA- NONE O7THES�
PROSPACE INTERIORS
DELTA
CO
970-874-8006
CATEGORIES APPLYTO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
PULSE TECHNOLOGY OFINDIANAINC
MERRILLVILLE
IN
800-922-5226
CATEGORIES APPLYTO OUR BUSINESS
IFMALL BUSINESS: SMA
E WORKPLACE SOLUTIONS
KANSAS CITYIM[L3-709-4550
BUSINESS
QUALITY OFFICE ENVIRONMENTS
GENESEO
NY
585-243-8535
SMALL BUSINESS: SMALL WOMEN -OWNED
QUALITY OFFICE FURNISHINGS INC
YORBA LINDA
CA
714-692-6667
'IMALL BUSINESS: SMALL WOMEN -OWNED
RDG PLANNING & DESIGN
RED THREAD SPACES LLC
RED THREAD SPACES LLC
RED THREAD SPACES LLC
REDISTRICT
RESOURCE DESIGN INTERIORS
RESOURCE ONE OF ILLINOIS LTD
RIO GRANDE CONTRACT FURNISHINGS
INC
SAINT LOUIS
EAST HARTFORD
MANCHESTER
BOSTON
ALEXANDRIA
MO 314-405-8799 SMALL BUSINESS:
�160-528-9981 OTHER THAN SMALL/LARGE BUSINESS:
NH 603-668-6831 OTHER THAN SMALL/LARGE BUSINESS:
MA
VA
SAN FRANCISICA
SPRINGFIELD IL
TX
RITE QUALITY KOKOMO IN
RJE BUSINESS INTERIORS INDIANAPOLIS IN
RJE BUSINESS INTERIORS CINCINNATI I CINCINNATI
ROYER COMMERCIAL INTERIORS FORT WORTH
NCO BUSINESS PRODUCTS _ JEFFERSON CITY
SAMUELS GROUP INC WAUSAU
SCHMIDT GOODMAN OFFICE PRODUCTS
ROCHESTER
SCOTT RICE OFFICE WORKS LENEXA
SEATS AND STATIONS ROSEVI LLE
SHEEHANS OFFICE INTERIORS EAST PROVIDENCE
SHEEHANS OFFICE INTERIORS PORTSMOUTH
SHORE TOTAL OFFICE SAN DIEGO
617-439-4900�ILTHER THAN SMALL/LARGE BUSINESS
SMALL BUSINESS:8(A) CERTIFIED BUSINESS
DEVELOPMENT PROGRAM,SMALL
703-276-8901 DISADVANTAGED BUSINESS
L115-230-8206 AALL BUSINESS
217-753-5742 SMALL BUSINESS: SMALL WOMEN -OWNED
915-544-8710 SMALL BUSINESS: SMALL VETERAN -OWNED
SMALL BUSINESS: SMALL DISADVANTAGED
765-459-4788 BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
317-293-4051 CATEGORIES APPLY TO OUR BUSINESS
OH 513-641-3700 OTHER THAN SMALL/LARGE BUSINESS:
T5..■ [THERTHAN SMALL/LARGE BUSINESS:
TX 817-332-5424 SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA - NONE OF THESE
MO
573-634-3177 d1LATEGORIES
APPLY TO OUR BUSINESS
WI
715-842-2222
SMALL BUSINESS:
_
fW IF-282-387 0
SMALL BUSINE
KS
913-227-7725
OTHER THAN SMALL/LARGE BUSINESS:
CA
916-786-8005_jlkALL
BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: NA- NONE OFTHESE
RI
401-683-3150
CATEGORIES APPLYTO OUR BUSINESS
RI
401-683-3150
OTHER THAN SMALL/LARGE BCSINESS7.'
CA
858-444-1960
OTHER THAN SMALL/LARGE BUSINESS:
188
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
SIMON DRURY INTERIORS
SKG
SANJUAN
AUSTIN
DENVER
787-749-8000 d THER THAN SMALL/LARGE BUSINESS:
TX 512-481-1500 SMALL BUSINESS: SMALL WOMEN -OWNED
CO 303-574-1115 ,HALL BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
SLI DESIGN INC
HOUSTON
TX 713-465-4650
ACCOUNTGROUP
IF
SMALL BUSINESS: NA- NONE OFTHESE
SMART SPACES LLC
WAUKESHA
WI 262-955-633
CATEGORIES APPLY TO OUR BUSINESS
SOLUTION 65
ROANOKE
VA 540-904-2224
SMALL BUSINESS:
--- 1-1-W
SMALL BUSINESS: NA- NONE OFTHESE
SONUS INTERIORS INCjjjjj�
GOLDEN VALLEY
MN 763-557-0720
CATEGORIES APPLYTO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
SOURCE MANAGEMENT INC
GOLDEN
CO 800-980-8010
CATEGORIES APPLYTO OUR BUSINESS
SFMl_ BUSINESS: �THES
SOUTHERN INTERIOR SOLUTIONS
COVINGTON11W
985-377-681%
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: SMALL DISADVANTAGED
SPACE CONTINUUM LLC
CHICAGO
IL 312-888-3163
BUSINESS
SPACE IN
MIDLAND
989-835-5151
FMALL BUS -
SMALL BUSINESS: NA- NONE OF THESE
SPACES
BOISE
ID 208-385-0507
CATEGORIES APPLY TO OUR BUSINESS
N
NESS: NA - NONE OF THESE
SPARKS �-'775-785-3465A
[MALL
EGOR EISAPP YTO OUR BUSINESS
SMALL BUSINESS: NA - NONE OF THESE
SPACES
LASVEGAS
NV 702-263-8800
CATEGORIES APPLY TO OUR BUSINESS
CORDOVA
■_
OTHER THAN SMALL/LARGE BUSINESS:
SPACES GROUP
JACKSON
MS 601-472-2000
ACCOUNTGROUP
LLMAN BRADY & CO
CLAYTON
■_L14-862-007P.M
MALL BUSINESS: SMALL WOMEN -OWNED
SPENCER+COMPANY
DALLAS
TX 214-720-0345
OTHER THAN SMALL/LARGE BUSINESS:
WREENVILLE
ETHER THAN SMA=LARGE BUSINES
SSI PARENT LLC
Awl 920-882-5888
ACCOUNTGROU
STANDARD COMMERCIAL INTERIORS
ALBANY
NY 518-433-0029
SMALL BUSINESS: SMALL WOMEN -OWNED
IAPLES ALBUQUERQUE �eLBUQUERQUE
_=_kJ5-353-5459 d&HER
THAN SMALL/LARGE BUSINE�
STAPLES ARDEN HILLS
ARDEN HILLS
MN 651-636-2250
OTHER THAN SMALL/LARGE BUSINESS:
��67
STAPLESAUBURN
AUBURN
WA 253-518-7000
OTHERTHANSMALL/LARGE BUSINESS:
STAPLESAUSTIN
AUSTII �Frl-YO1-3072
OTHERTHANSMALL/LARGE BUSINESS:
STAPLES BATON ROUGE
BATON ROUGE
LA 504-731-0948
OTHER THAN SMALL/LARGE BUSINESS:
IKAPLES BIRMINGHAM
BESSEMER
Pj�05-565-390�&HER
THAN SMALL/LARGE BUSINES--
STAPLES BRENTWOOD
BRENTWOOD
TN 800-365-9869
OTHER THAN SMALL/LARGE BUSINESS:
AN SMALL/LARGE BUSINESS
DOANE KEYES ASSOCIATES INC
PERU
IN 765-473-5594
OTHER THAN SMALL/LARGE BUSINESS:
�
SMALL BUSINESS: NA- NONE OFTHESE
T&OASSOCIATESLTDJill
•STAPLES
WESTBURY
NY 516-333-440
&TEGORIESAPPLYTOOURBUSINESS
BROOMFIELD
BROOMFIELD
CO 303-664-2000
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES CHARLOTTE
CHARLOTTE
W_VO4-969-516MJFTHERTHAN SMALL/LARGE BUSINESS:
STAPLES CHESAPEAKE
VIRGINIA BEACH
VA 757-494-1025
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES CHULA VISTA
CHULA VISTA
CA'j 858-602-2461
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES CINCINNATI
WESTCHESTER
OH 800-605-8589
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES COLUMBIA SC
COLUMBIA
-_L803-333-8677
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES COLUMBUS
COLUMBUS
OH 614-472-2014
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES CORPUS CHRISTI
CORPUS CHRISTI
-W 361-533-1500
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES DAVENPORT
DAVENPORT
IA 816-504-2519
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES DENVER
AURORA _M! 303-373-2800
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES DEWITT/SYRACUSE
SYRACUSE
NY 877-482-8034-232
OTHER THAN SMALL/LARGE BUSINESS:
189
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
STAPLES ENGLEWOOD ENGLEWOOD
STAPLES FORT MYERS FORT MYERS
NDI OFFICE FURNITURE LLC- DALLAS DALLA
NDI OFFICE FURN LLC - NASHVILLE NASHVILLE
NJ 800-999-9077
OTHER THAN SMALL/LARGE BUSINESS:
FL 239-561-8303
OTHER THAN SMALL/LARGE BUSINESS:
TX-F00-948-9799
OTHER THAN SMALL/LARGE BUSINESS:
TN 800-229-3375
OTHER THAN SMALL/LARGE BUSINESS:
NDI OFFICE FURN LLC- BIRMINGHAM BIRMINGHAM —AL 205-322-2525 OTHER THAN SMALL/LARGE BUSINESS:
NDI OFFICE FURNITURE LLC- HOUSTON DALLAS TX 800-948-9799 OTHER THAN SMALL/LARGE BUSINESS:
NDI OFFICE FURNITURE LLC-NORTH FL OCALA W615-925-0395 OTHER THAN SMALL/LARGE BUSINESS:
STAPLES FRAMINGHAM FRAMINGHAM MA 508-253-7738 OTHER THAN SMALL/LARGE BUSINESS:
STAPLES FRESENIUS STONEHAM MA 781-832-3200 OTHER THAN SMALL/LARGE BUSINESS:
NDI OFFICE FURNITURE LLC -ARKANSAS DALLA 800-948-9799 OTHER THAN SMALL/LARGE BUSINESS:
NDI OFFICE FURNITURE LLC-
OKLAHOMA
DALLAS TX 800-948-9799
OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
.STAPLES
STAPLES FRESENIUS ONLINE ORDER STONEHAM MA 781-832-3200
ACCOUNT GROUP
HANOVER
HANOVER MD 410-567-2300
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES HENDERSON
RALEIGH �_�239
'JIFTHERTHAN SMALL/LARGE BUSINESS:
STAPLES HOUSTON
HOUSTON TX 713-934-6400
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES INDIANAPOLIS
INDIANAPOLIS IN 317-280-4900
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES IRVING
IRVING TX 866-387-9873
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES JACKSONVILLE
JACKSONVILL_ 04-588-2389
THER THAN SMALL/LARGE BUSINESS:
STAPLES KANSAS CITY
KANSAS CITY MO 816-504-2519
_A
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES KNOXVILLE
KNOXVILLE�FRP�'865-560-0144"OTHER THAN SMALL/LARGE BUSINESS:
STAPLES LA MIRADA
LA MIRADA CA 714-868-4621
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES LAS VEGAS
LAS VEGAS = NV 702-932-8005
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES LAWRENCE
STONEHAM MA 781-832-3200
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES LITTLE ROCK
LITTLE ROCK AP L501-664-210MLTHER THAN SMALL/LARGE BUSINESS:
STAPLES LIVONIA
LIVONIA MI 248-936-6600
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES LOMBARD
LOMBARD �W 630-783-7382W OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES LOUISVILLE
CINCINNATI OH
ACCOUNT GROUP
JkPLES LOWELL
L 479-659-5300
_,HER THAN SMALL/LARGE BUSINESS:
STAPLES MEMPHIS
MEMPHIS TN 901-365-1249
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES MIRAMAR
MIRAMAR '=_F4-744-3187
'IFTHERTHAN SMALL/LARGE BUSINESS:
STAPLES MORRISTOWN
MORRISTOWN NJ 800-926-1100
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES NEW Y
NEW YORK—_R-462-7447
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES OKLAHOMA CITY
OKLAHOMA CITY OK 816-504-2519
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES OMAHA
OMAHA 816-504-2519
THAN SMALL/LARGE BUSINESS
_,QTHER
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES ORANGE/RIVERSIDE
LAMIRADA CA 714-868-4621
ACCOUNTGROUP
IOFFICEFURNITURELLC - SOUTH FL NAPLES or 914-318-9577
NON SUBK:ACCOUNT GROUP
SP RICHARDS CO
ATLANTA GA 770-436-6881
NON SUBK: ACCOUNT GROUP
WAPLESORLANDC&
W'ORLAN JW 407-850-372_TM1THERTHAN SMALL/LARGE BUSINESS:
STAPLES PENSACOLA
PENSACOLA FL 850-434-5588
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES PHOENI�
TOLLESON AZ ■&02-336-9232
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES PITTSBURGH
PITTSBURGH PA 412-505-1600
OTHER THAN SMALL/LARGE BUSINESS:
ILPLES PLEASANTON
PLEASANTON �A 510-608-670 THER THAN SMALL/LARGE BUSINESS
STAPLES PORTLAND
PORTLAND OR 503-239-4404
OTHER THAN SMALL/LARGE BUSINESS:
STAPLES REN
WFHER THAN SMALL/LARGE BUSINESS:
190
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
STAPLES RICHFIELD
STAPLES SACRAMENTO
STAPLES SAINT LOUIS
STAPLES SALT LAKE CITY
STAPLES SAN ANTONIO
STAPLES STRATFORD
STAPLES TAMPA
STAPLES TULS�
STAPLES WEST ALLIS
STAPLES WOODLAND HILLS
STEP UP INC
9
STILES OFFICE SOLUTIONS INC
STONE OFFICE INC
ITORR OFFICE ENVIRONMENTS
STORR OFFICE ENVIRONMENTS-
GREENSBOR
RICHFIELD
OH 888-238-6329
OTHER THAN SMALL/LARGE BUSINESS:
SACRAMENTO
AM_L16-419-7894
OTHER THAN SMALL/LARGE BUSINESS �
SAINT LOUIS
MO 816-504-2519
OTHER THAN SMALL/LARGE BUSINESS:
SALT LAKE CITY
_P58-529-05103WN
THER THAN SMALL/LARGE BUSINES
SAN ANTONIO
TX 210-301-3009
OTHER THAN SMALL/LARGE BUSINESS:
STRATFORD
-` 203-707-3616
OTHER THAN SMALL/LARGE BUSINESS:
TAMPA
FL 813-379-3512
OTHER THAN SMALL/LARGE BUSINESS:
M�
1_
OTHER THAN SMALL/LARGE BUSINESS:
WESTALLIS
WI 414-216-6000
OTHER THAN SMALL/LARGE BUSINESS:
SMALL/LARGE BUSINESS:
/eOD HILLS
IN 818-678-4032
ACCOUNT GROSJp
SMALL BUSINESS: SBA CERTIFIED FEDERAL
MATTHEWS
INC 704-724-4998
HUBZONE FIRM,SMALL WOMEN -OWNED
—'IMF—
ALL BUSINESS: SMALL DISADVANTAGE
USINESS,SBACERTIFIED FEDERAL HUBZONE
CARBONDALE
IL 618-529-4950
FIRM,SMALLWOMEN-OWNED
SMALL BUSINESS: NA- NONE OF THESE
SCRANTON
PA 570-342-1477
CATEGORIES APPLY TO OUR BUSINESS
RALEI jj')THER THAN SMALL/LARGE BU
GREENSBORO
STRATEGIC GROWTH ADVISORS LLC FORT WAYNE
STRATEGIC SPACES BOSTON
STRATEGIC SPACES CT HARTFORD
NC 336-217-4500 OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS
260-755-0660 ACCOUNTGROUP
MA 617-426-0777 SMALL BUSINESS:
CT 860-800-0255 +LALL BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
STUDIOSIX5LLC AUSTIN TX 512-476-6501 CATEGORIES APPLYTO OUR BUSINESS
9krMALL BUSINESS: SMALL DISA
SUPPLYSOURCE OFFICE INTERIORS WILLIAMSPORT 1-800-633-8753 BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
SYRACUSE OFFICE ENVIRONMENTS SYRACUSE NY 315-476-9091 CATEGORIES APPLYTO OUR BUSINESS
IFMALL BUSINESS: NA- NONE O9FTHESi
SYSTEMS FURNITURE DEPERE WI 920-336-151 CATEGORIES APPLY TO OUR BUSINESS
SYSTEMS SOURCE INC NEWPORT BEACH CA 949-852-0920 SMALL BUSINESS: SMALL WOMEN -OWNED
SYSTEMS SOURCE INC SAN DIEG��JJW 619-822-2451W SMALL BUSINESS: SMALL WOMEN -OWNS
SMALL BUSINESS: ACCOUNT GROUP,SMALL
SYSTEMS SOURCE INC-PORTLAND PORTLAND OR 503-847-9281 WOMEN -OWNED
SYSTEMS SOURCE INC-SEATTLE SEATTLE �WA 206-285-2208 OTHER THAN SMALL/LARGE BUSINESS: '
TEAM MATES COMMERCIALIINTERIORS DENVER
TECH VALLEY OFFICE INTERIORSW COHOES
TEELLCAR GROUP
TEXAS WILSO
JEh�
THE BIALEK CORP OF MD
THE ELLISON GROUP INC
THE ESTEPHAN GROUP
W-IE ODP CORP
THE SHERIDAN GROUP
THE SUPPLY ROOM
THE SUPPLY ROOM
THE WORKPLACE GROUP
CO
20
HOLBROOK NY
SAN ANTONIO�ww
303-639-5885
518-326-0187
631-563-9195
(210) 647-8800
ROCKVILLE MD 301-738-0380
CHICAGO �_I73-909-9000
CLEVELAND
OH 216-676-9900
BOCA RATON
_��%00-999-9933
LOS ANGELES CA 310-575-0664
ASHLAND
.."__-1200
ELKRIDGE
MD 401-931-4150
SYOSSET �l" 63� 7500
SMALL BUSINESS:
SMALL BUSINESS: NA- NONE OFTHESE
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
ACCOUNTGROUF
SMALL BUSINESS: SMALL WOMEN -OWNED
+ALL BUSINESS: SMALL WOMEN -OWN
SMALL BUSINESS: SMALL WOMEN -OWNED
THAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
ACCOUNTGROUP
191
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
THINK OFFICE LLC
4OP OFFICE PRODUCTS INC
ANCHORAGE
SHERIDAN
TOP TO BOTTOM INTERIORS INC ALTOONA
WAL OFFICE SOLUTIONS
TRANSACT COMMERCIAL INTERIORS PHOENIX
TRELLIS GRAND RAPIDS
OTHER THAN SMALL/LARGE BUSINESS:
AK 907-338-4465
ACCOUNTGROUP
FqTMT0ESS: NA - NONE OFTHESE
` 07-674-7465
C�QiFc eopLYTOOUR BUSINESS -
SMALL BUSINESS: NA- NONE OFTHESE
PA 814-942-3250
CATEGORIES APPLYTO OUR BUSINESS
� 254-235-8200
SMALL BUSINESS: SMALL WOMEN -OWNED
AZ 602-251-3838 SMALL BUSINESS:
1- SMALL BUSINESS: NA- NONE OFTHESE
MI 616-256-0570 CATEGORIES APPLYTO OUR BUSINESS
SMALL BUSINESS: SERVICE DISABLED VETERAN
TRI COUNTY OFFICE FURNITURE
SANTA BARBARA
CA
805-564-4060
OWNED,SMALL VETERAN -OWNED
%ITKLL BUSINESS: NA- NONE OF THESE
TRI STATE OFFICE INTERIORS LLC
NEW YOR
NY
646-935-3555
CATEGORIES APPLY TO OUR BUSINESS _
TROPE GROUP INC
SANTA ROSA
CA
707-546-8181
OTHER THAN SMALL/LARGE BUSINESS:
WNER BOONE �
HUNTSVILLE �qW
256-340-5100VrALL BUSINESS:
TURNERBOONE BIRMINGHAM LLC
BIRMINGHAM
AL
404-733-1060
SMALL BUSINESS: SMALL WOMEN -OWNED
TURNERBOONE LL
ATLANT11111FRO"
GA
404-733-1060
SMALL BUSINESS: SMALL WOMEN-OWNE9wM
UNION OFFICE INTERIORS
WILMINGTON
MA
781-396-6400
OTHER THAN SMALL/LARGE BUSINESS:
UNITED INTERIORS
WOODLAND HILLS
CA
800-999-0159
SMALL BUSINESS: '
SMALL BUSINESS: NA - NONE OF THESE
UPRIGHT INTERIORS FOR BUSINESS LLC
ITASCA
IL
847-250 5139
CATEGORIES APPLY TO OUR BUSINESS
`S BUSINESS PRODUCTS
AL
334-983-8735�SO.THERTHAN SMALL/LARGE BUSINES�
SMALL BUSINESS: NA- NONE OFTHESE
VANGUARD ENVIRONMENTS INC
HOUSTON
TX
713-871-8686
CATEGORIES APPLYTO OUR BUSINESS
MALL BUSINESS: SERVICE DISABLED VETERAN
VELOCITY BUSINESS PRODUCTS
HOUSTON
281-453-0101
OWNED,SMALL VETERAN -OWNED _
VERDE OFFICE INTERIORS LLC
TUCSON
AZ
520-343-5113
SMALL BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: SERVICE DISABLED VETERAN
VETERANS MANAGEMENT & FACILITIES
FAYETTEVILLE
GA
404-434-2596
OWNED,SMALL VETERAN -OWNED
VIP OFFICE FURNITURE &SUPPLY
HINESVILLE
GA
912-370-2847
SMALL BUSINESS: SMALL WOMEN -OWNED
VIRD CONTRACT
HOLBROOK NY
631-956-7000MIU1AII.BIJSINE&S:SMALL VkOMEN-OWNS
WALDNERS BUSINESS ENVIRONMENTS FARMINGDALE NY 631-844-9300 SMALL BUSINESS: SMALL WOMEN -OWNED
WALDNERS BUSINESS ENVIRONMENT NEW YOR�V 212-696-75O OTHER THAN SMALL/LARGE BUSINESS:
WASHINGTON OFFICE INTERIORS
WASHINGTON
DC
WASHINGTON
■
WAYFAIR LLC
BOSTON
MA
WWOOD CO
NY
NEW YORK
WEATHERALLS INC
Noll
TUPELO
MS
-
WEINBERGERS FURNITURE
AUGUSTA
GA
WESTFALL COMMERCIAL FURNITURE
INC
LOSANGELES
CA
SMALL BUSINESS:8(A) CERTIFIED BUSINESS
DEVELOPMENT PROGRAM,SMALL
DISADVANTAGED BUSINESS,SBA CERTIFIED
FEDERAL HUBZONE FIRM,SMALL WOMEN-
301-770-4327
OWNED
-
OTHER THAN SMALL/LARGE BUSINESS: _
OTHER THAN SMALL/LARGE BUSINESS:
617-532-6100
ACCOUNTGROUP
SMALL BUSINESS: NA- NONE OFTHESE
212-206-9500
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
662-842-5282
CATEGORIES APPLY TO OUR BUSINESS
SMALL BUSINESS: NA- NONE OFTHESE
706-922-1370
CATEGORIES APPLY TO OUR BUSINESS -
SMALL BUSINESS:8(A) CERTIFIED BUSINESS
DEVELOPMENT PROGRAM,B(M) CERTIFIED
CONTRACTING PROGRAM,SMALL
DISADVANTAGED BUSINESS,SMALL WOMEN-
213-629-0009
OWNED
192
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
.-- -
"Business
Classification
SMALL BUSINESS:8(A) CERTIFIED BUSINESS
DEVELOPMENT PROGRAM,SMALL
DISADVANTAGED BUSINESS,SMALL WOMEN-
WHB
HAPEVILLE
GA 678-517-4101
OWNED
SMALL BUSINESS: NA- NONE OFTHESE
WIDMER INTERIORS
PEORIA 11pM
IL 800-798-6347
CATEGORIES APPLY TO OURBUSINES�
SMALL BUSINESS: NA - NONE OF THESE
WIDMER INTERIORS
ROCKFORD
IL 815-395-7266
CATEGORIES APPLY TO OUR BUSINESS
WILEY OFFICE EQUIPMENT
SPRINGFIELD
IL _ 217-544-2766 AW'IALL
BUSINESS: SMALL WOMEN -OWNED
SMALL BUSINESS: SMALL DISADVANTAGED
WILLIAMS INTERIOR DESIGNS INC
COLUMBUS
OH 614-418-7250
BUSINESS,SMALL WOMEN -OWNED
WILSON BAUHAUS INTERIORS LLC
DALLAS� � 72-488-4100
SMALL BUSINESS: SMAITWOMEN-OWNED
WILTONS OFFICEWORKS
BRYAN
TX 979-268-0062
SMALL BUSINESS: SMALL WOMEN -OWNED
Ill j§&_
BOON
_�0-289-58C��
f1ALL BUSINESS: SMALL WOMEN -OWNED
WORKARENA PTY LTD
MACQUARIE PARK NSW 612 9422 6100
OTHER THAN SMALL/LARGE BUSINESS:
W'ORKING
O
WORKING SPACES- KC
KANSAS CITY
MO 816-234-8778
SMALL BUSINESS: SMALL WOMEN -OWNED
WORKING SPA(IIES-SI�
SAINT LOUIS
_'W�W-918-8778
SMALL BUSINESS: SMALL WOMEN -OWNED
OTHER THAN SMALL/LARGE BUSINESS:
WORKING SPACES-NASHVILLE
SAINTLOUIS
MO 314-918-8778
ACCOUNTGROUP
SMALL BUSINESS: NA- NONE OFTHESE
CEINTERIORS LL
ROCHES� NY 585-425-7420
CATEGORIES APPLYTO OUR BUSINESS
WORKPLACE INTERIORS OF BUFFALO
ROCHESTER
NY 315-430-7896
SMALL BUSINESS: SMALL WOMEN -OWNED
WORKPLACE RESOURCE
DENVER— lq_
SMALL BUSINESS: SMALL WOMEN -OWNED '
SMALL BUSINESS: SBA CERTIFIED FEDERAL
WORKPLACE RESOURCE GROUP
CARROLLTON
TX 972-446-9100
HUBZONE FIRM,SMALL WOMEN -OWNED
WORKPLACE SOLUTIONS INC
DALLAS
TX 214-741-9667 AkTHER
THAN SMALL/LARGE BUSINE�
OTHER THAN SMALL/LARGE BUSINESS:
WORKPOINTE
SEATTLE
WA 206-763-4030
ACCOUNTGROUP
WORKSCAPE INC
PITTSBURGH
PA—'1 412-920-6300 ■MALL BUSINESS: S LL WOMEN -OWNED
WORKSCAPES INC
TAMPA
FL 813-620-0048
SMALL BUSINESS: SMALL WOMEN -OWNED
WORKSCAPES INC
JACKSONVILLE
�feEL._ 904-858-9918 _dk'IALL
BUSINESS: SMALL WOMEN -OWNED
WORKSCAPES INC
ORLANDO
FL 407-599-6770
SMALL BUSINESS: SMALL WOMEN -OWNED
*w w
SMALL BUSINESS: NA- NONE OFTHES _�=
WORKSPACE ELEMENTS
SALT LAKE CITY
UT 801-746-0271
CATEGORIES APPLY TO OUR BUSINESS
WORKSPACE INC
DES MOINES
IA 515-288-3243
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS ARKANSAS-
qq�
I
OKLA
GRAND PRAIRIE
TX 800-999-9933
THER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS ATLANTA
NORCROSS
GA 877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS AUSTIN
AUSTIN IIIIIIIIIIIIIIIIIIlTX-800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS BILLERICA
BILLERICA
MA 508-272-2983
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS CARLSTADT
CARLSTADT
— NJ-L47-267-776�6=
THER THAN SMALL/LARGE BUSINE�
WORKSPACE INTERIORS CHARLOTTE
CHARLOTTE
NC 877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS CHICAGO
LOMBARD
JEM 877-543-094WIFTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS CLEVELAND
CLEVELAND
OH 877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS CLIFTON Ir'
CLIFTON
■_W543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS COLUMBIA
COLUMBIA
MD 410-381-2699
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS COLUMBUS
COLUMBUS
7k 877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS DENVER
DENVER
CO 877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS DETROIT
NORTHVILLE
MI 877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS FREMONT
FREMONT
CA 800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS FRESNO
FRESNO
CM'800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS GARLAND
GARLAND
TX 214-697-3876
OTHER THAN SMALL/LARGE BUSINESS:
193
Kimball International Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
WORKSPACE INTERIORS GRAND PRAIRIE
GRAND PRAIRIE
TX
800-999-9933
OTHER THAN SMALL/LARGE BUSINESS
WORKSPACE INTERIORS HAMILTON
WEST CHESTER
OH
800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS HAWAII
WAIPAHU
HI
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS: .
WORKSPACE INTERIORS HOUSTON
HOUSTON
TX
800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS INDIANAPOLIS
INDIANAPOLIS
IN
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS IOWA-SD
EDWARDSVILLE
KS
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS JACKSONVILLE
JACKSONVILLE
F
813-263-5667
ACCOUNTGROUP
WORKSPACE INTERIORS KANSAS CITY EDWARDSVILLE KS 877-543-0944 OTHER THAN SMALL/LARGE BUSINESS:
I OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS LA COUNTY SIGNAL HIL CA 800-999-9933 ACCOUNT GROUP
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS LAS VEGAS
KENT
WA
877-543-0944
ACCOUNT GROUP
WORKSPACE INTERIORS LOUISIANA-��
MIK
MISS
HOUSTON
800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS LOUISVILLE
LOUISVILLE
KY
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS
F
r
MARLBOROUGH
MARLBOROUGH
MA
800-999-9931F
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS MEMPHIS
MEMPHIS
TN
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS MIAM§
WESTON
FL
800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
NDI OFFICE FURNITURE LLC BALTIMORE
NASHVILLE
TN
800-229-3375
NON SUBK: ACCOUNT GROUP
WORKSPACE INTERIORS MILWAUKEE
NEW BERLIN
WI
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS MORRISVILLE
MORRISVILLE
NC
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS NAUGATrKNAUGATUCK
CT
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS NEW BERLIN
NEW BERLIN
WI
414-807-5581
OTHERTHAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS NEW YORK *
NEW YORK � NY
800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS NORFOLK
CHESAPEAKE
VA
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS OD ST LOUIS
SAINT LOUIS
'_'636-734-7541
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS ORLANDO
ORLANDO
FL
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
FEASTERVILLE
ORKSPACE INTERIORS PHILADELPHIA
TREVOSE
fir
877-543-0944
OTHER THAN SMALL/LARGE BUSINES�
WORKSPACE INTERIORS PHOENIX
PHOENIX
AZ
800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
CRANBERRY
WORKSPACE INTERIORS PITTSBURGH TOWNSHIP 877-543-0944 OTHER THAN SMAor LL�LARGE BUSINESS:
WORKSPACE INTERIORS PLYMOUTH PLYMOUTH MN 800-999-9933 OTHER THAN SMALL/LARGE BUSINESS:
CHARLOTTEOE INTERIORS POR PORTCHARLOTE 017-543-109M HER THAN SMALL/LARGE BUSINES�
WORKSPACE INTERIORS PORTLAND KENT WA 800-999-9933 OTHER THAN SMALL/LARGE BUSINESS:
�RKSPACE INTERIORS RICHMOND RICHMONC� �.804-515-502M&HER THAN SMALL/LARGE BUSINESS
WORKSPACE INTERIORS ROCHESTER ROCHESTER NY 877-543-0944 OTHER THAN SMALL/LARGE BUSINESS:
7
WORKSPACE INTERIORS SACRAMENTO SACRAMENTO 800-999-9933 OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS SALT LAKE CITY
SALT LAKE CITY
UT 801-736-7387
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS SEATLEW
_
WORKSPACE INTERIORS SIGNAL HILL
SIGNAL HILL
CA 800-999-9933
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS SPOKANE
SPOKANE
'-FW-624-4414
OTHER THAN SMALL/LARGE BUSINESS:
WORKSPACE INTERIORS WARREN
WARREN
MI 877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
194
Kimball International
Authorized Dealers
Region RFP 24-01 Furniture, Installation, and Related Services
WORKSPACE INTERORS ST LOUIS�jEDWARDS
WORKSPACE INTS BY OD SAN DIEGO SAN DIEGO
WORKSPACE RESOURCE
WORKSPACE SOLUTIONS FORT WAYNE
WORKSPACE SOLUTIONS PA INC GROVE CITY
WRK LAB INC
DORAL
WS GOFF CO INC � MAYS LANDING
XOTIVE FACILITY SOLUTIONS MEDIA
YOUNG OFFICE ENVIRONMENTS INC GREENVILLE
ZOOM INC ROCKVILLE
KS
877-543-0944
kTHER THAN SMALL/LARGE BUSINESS:
CA
877-543-0944
OTHER THAN SMALL/LARGE BUSINESS:
OK
918-582-2404
OTHER THAN SMALL/LARGE BUSINESS:
IN
260-422-8529
OTHER THAN SMALL/LARGE BUSINESS:
PA
724-264-4661 =
OTHERTHAN SMALL/LARGE BUSINESS:
SMALL BUSINESS: SMALL DISADVANTAGED
FL
305-400-8101
BUSINESS
SMALL BUSINESS: NA- NONE OF THESE
NJ
609-625-5600
CATEGORIES APPLY TO OUR BUSINESS
PA
484-444-2409
SMALL BUSINESS: SMALL WOMEN -OWNED
I111L_ 864-254-755M
ALL BUSINESS:
MD
301-299-7155
SMALL BUSINESS: SMALL WOMEN -OWNED
195
ere nCE
Kimbal]'InternatOnJ
196
Qualification and Experience
References
viii. Provide a minimum of 3 customer references relating to the products and services within this
RFP Include entityname, contact name and title, contact phone and email, city, state, years
serviced, description of services and annual volume.
Kimballclnternationa
197
M
ValueAdd
Kimball International
198
Value Add
i. Provide any additional information related to products and services Offeror proposes to enhance
and add value to the Contract.
Please reference enclosed information regarding the following services that we believe will add significant
value to the Contract, beginning on page 200.
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.
Kimball International maintains strong partnerships with our authorized dealers nationwide. Our dealer
partners are strategically selected to sell, service, and install our product offering based on their proven
service capabilities, expertise, and alignment with our unwavering principles around customer satisfaction.
We are committed to delivering a positive and valuable experience. Our dealer partners demonstrate this
same commitment as we work to earn your satisfaction and look to continue and grow our relationship
with you.
Dealer services include, but are not limited to:
Delivery
Installation
*Warehousing
Setup
Cleanup
Reconfiguration
Inventory Management
Loan and Rental Furniture
*Design/Layout Services
*Project Management Services
*After Hours Support
*Custom and Special Orders
*Customer's Own Material/Laminate
*Installation Support
*Product Training
*Final Walkthrough Support
Warranty Service
Labor and storage -related services like delivery, installation, warehousing, etc. are quoted per project
based on a variety of criteria such as normal business hour or after-hours installation, prevailing wages,
storage volume required, etc.
*These are services Kimball International also has the ability to offer. While there may be cost associated
with warehousing and custom product and materials, most other services such as project management
and in-house design are included at no charge.
Kimball Internationa
199
.'�7aeiw
�r.
Products shown (top image) Products shown (bottom rrnage)
Lounge Seating Collette' and Grin' Lounge Seating: ldara'f Occasional Table: Cohen
Occa5 ional Tables: Romdda' and Lehr Stwls: Iimne I Meeting Tapley $trassa'
Quick Delivery
TO YOU IN 12
Kimball'lMernational
IQrmbaff NA-nDNAL- Re It1h-r11fn vn
200
Quick Delivery
TO YOU IN 12
Our Kimball International Quick Delivery program features our most popular Kimball, National,
Interwoven, and Etc. products, options, and surface materials that can be delivered to you
in 12 days or less, at no upcharge. The program includes a wide variety of product solutions
to quickly and easily outfit any space and coordinate with any style. From private office and
open plan areas to meeting and collaborative spaces, our complete portfolio of Quick Delivery
solutions offers a spectrum of possibilities, all delivered within 12 days or less.
For QuiCk Delivery lead time when Shipping to Canada, plea5e con' tact Service atBOD 482.1717.
U
IKimbalflnternational km6allmternational.cem/800.482.1717/®2024 Kimball lnternato�. I,[nc./All rightsre ry d_I KIBRSQD24
201
Value Add
ecoo
CHECKER
ecoChecker powered by ecomedes: httos_1lkimballinternational.ecomedes.coml
Kimball International's ecoChecker tool is a digital database whereyou can explore our brands and
portfolio of products to easily find, compare, and evaluate a wide range of environmental and social
criteria. This product portal, powered by ecomedes, provides verified, 3rd party certification and scientific
data points that can fuel E5G disclosures, LEER credits, and a growing number of enterprise declarations.
The recycled content, certifications, and more are available for each product series. ecoChecker can help
with calculations and documentation, making it easy to evaluate how Kimball International furniture can
contribute to sustainability efforts.
i{irnhall
1 nkvwY qw>•N
iMwwayw4n+a� M N •a+x«,w erfdx�a��� �v xa uu�ta-,ar
lltlrer 1lhhrr�riup„ 6aN
`w.-. �»�a w.•xi�er..wn �, n•Sw.rnuvrwnwroem ..
Y}d hw.Jmy'y 1, Xi.1 eo �nndM 31, $�' YI
SCSglobal
a➢Oon-.knvv'.Uet'. nodn'.Igd'.02".Ok�g1'�•r.ir,.+[yor [n++"
na' cp1•.Hde�,aM,p+dm�lMwunNoM+Pr�M1'�+�'Sdfe4 W1un�.iYa,�
Y.'.`.1MR.a-. wv�-. w[ra gnpr.vwO'-o+rslf Mr/lffV�.�M^.IbV-.
Sn1k�. Yms1'.RW. i1i�. iy![F'�, j41�. W[I". N1q�np� WM�
�E1'e1�1 u.�wnwgw�rwr wwwrwnnrw.owiwel.�xrwmrr
wwarswsw, rsxmf RJ.wef.w.wrrarwe
,exnwaoa,•+:sxr-Wile
+end frprr lWgay 1, xt'J fr buy 3f,1�5
SCS000
Ki m ball'I me r nat i o n a
202
Value Add
Kimball International's Kolo Pods are accredited as a Certified Autism Resource
P
Anti -Eavesdrop
Sign it cant ly re du:: a s
speech intelligibility+
noise by up to 33 dB.
(5)
Flexible
Equ p ,,; :. lli easy -
to -use rollers so you
can roil them
anywhere.
V
Quality
Made with high-grade.
durable steel and
tempered Safety
glass.
LISTED
UL962 Listed
r.:ensive mechanics I,
duraoility, and
electricai testing.
Kimball International is proud to announce that our
Kolo Pods have been recognized by the International
Board of Credentialing and Continuing Education
Standards (IBCCES) as a Certified Autism Resource
(CAR). IBCCES, a global leader in professional autism
and neurodiversity training and certification, with a
focus on cognitive disorders, evaluated Kolo Pods
and found that they can be utilized for improved
communications and outcomes for those with autism
or other sensory sensitivities. This recognition signifies
Kimball International's ongoing commitment to
offering solutions that create inclusive spaces.
As a part of the CAR application process, a board of
experts conducted a review to determine how Kolo
Pods are aligned with one or more of their six areas of
competency and, ultimately, how it meets the needs
of individuals with autism. IBCCES proudly promotes
CAR partners to their network of therapists,
educators, and parents to ensure they have access to
products and services that can improve the lives of
individuals on the spectrum.
Explore our Pod Comparison tool here:
httos://www.kimballinternational.com/ood-comr)are.html
0
Tech Enabled
Equipped with built -in
power. ethernet. and
dais parts.
Q
Lifetime Warranty
Our Pods are backed
by a bast -in -Class
Limited Lifeti me
Warranty.
The ADA-compliant model (seen to the right) features
an automatic door assist, T-shaped turnaround, and
fold -down worksurface and benches so that privacy
can be accessible to all.
Kimball Internationa
203
Value Add
Alternative Design is a platform that explores what's changing in
our world to help designers become makers of a better future. We
discuss how diverse perspectives and disruptive ideas can
revolutionize the design industry. Tune in to the Alternative Design
podcast, check out our blog, and listen to our conversations to be
inspired to craft the world of tomorrow, today.
Hosted by Kaelynn Reid
As a Certified Design Futurist and the Host of
Kimball International's Alternative Design podcast,
Kaelynn encourages designers to make creative
decisions today for a more promising human
experience tomorrow. Through her enthusiasm for
uncovering trailblazing topics, Kaelynn captures
crucial foresight indicators including signals, trends,
and drivers. Her experience as an Interior Designer
ignited her passion to improve the quality of space
for all and now she brings light to much -needed
conversations to make a difference. By venturing
into unconventional topics outside of the furniture
industry, Kaelynn uncovers emerging signals that
reflect shifts in the human experience. She offers
insights for designers to create spaces that will
support the needs of people tomorrow, through the
creative choices they make today.
Check out recent Alternative Design posts and podcasts here: Alternative Desian
Game -Changers -
Spaces for Gamified
Problem Solving
LEARN MORE
Episode 28 - Serious Episode 27 - Attracting Four Insights Shaping Episode 26 - Discover
Play. Gaming for Global the New Higher Ed the Landscape of Higher Alternative Design:7he
Good Learner Education Platform
LISTEN
LISTEN
L
LEARN MORE LISTEN
Alternative
Conversations:
Attracting the New
Higher Ed Learner
LEARN MORE
Kimball'International
204
Value Add
Creating Places to Belong®
The Value of Culture & Connection
The furniture you choose can influence the spaces you live, work, and unwind. We are proud to put
science -based research and design at the forefront of the products we offer to the world.
Kimball International partnered with Ipsos, a global leader in market research, and Arigami, a
distinguished interdisciplinary research team, to study how sensory design and furniture can make people
feel like they belong.
Experts from Harvard, Stanford, Oxford, Cambridge, and other top schools led the research, which was
carried out by a team with diverse skills in behavioral science, neuroaesthetics, and creative design
innovation.
Connecting to a
Greater Purpose
New Kim hall international research unlocks design features
that amplify employee connection and belonging.
14mball International partnered with Ipsos, a global h3ader in market research, and Arlgami, a
distinguished interdisciplinary research team, to study how sensory design and Furniture can make
people Feel like they belong. Experts from Harvard. Stanford, Oxford. Cambridge, and other top
schools led the "Q&Za rCh, which was Carried out by a team with diverse ski lls in behavioral science,
neuroaesthetics, and creative design innovation.
WHARVARD $ Stanford uxn�nsnrnr ® A R I G A M I
uwvv Imi j" QH FQRI3 �CAMBRIDGE
Contributors To Belonging
This report aims to offer octio nablo, rosoarch-based insights to onhance belonging in the spaces
we create. Ware committed to deslgn solutions rooted in rigorous research, tai lorad for tod ay's
evolving workplaces.
Key Finding Al: Company culture is intricately linked to
the sense of belonging, with fiw distinct culture types
influencing how it is nurtured.
Key Finding#2: Theriz are tour fu ndamental needs—
wnrnectron. community. wmfort, and charts —that must
be addressed in workplace deslgn to create spaces
for belongi ng
Key Finding 01, sensory experiences in she workplace
afFen belonging, engagement, and productivity. Thoughtful
sensory design fosters meaningful connections and a sense
of belonging among workers.
Download our full 2024 Workplace Report here:
Creatina Places to Belona®
Identify Support
Company Human
Culture Needs
Culture of
Belonging
Incorporate
Sensory Design
Kimball Internationa
205
Value Add
v
THE POWER OF DESIGN THINKING
C F VA T F -'
powered by ! WrnbaMnternationai
0A .
L �-
The world is changing, and almost every aspect of design has changed with it. We have an opportunity to
create better solutions and efficiencies in the collaborative design of space.
Enter the power of ELEVATE. We believe that by using design thinking - working together in real-time to
visualize and explore the possibilities of design - we can create incredible solutions that enhance
individuals' productivity and overall happiness through great design.
ELEVATE eliminates the complexity from the front end of space planning and specification. The
foundational elements of ELEVATE bring clarity from the start, so that we can get to solutions faster,
maximize investments, and deliver better experiences from start to finish.
ELEVATE combines the value of co -creation with the power of design -in -real-time technology to help
customers enhance the effectiveness of people and efficiency of space.
\. `F".-1
Put us to the test
r Experience the power of design thinking
first-hand by continuing the conversation
with our ELEVATE design experts.
Reauest More Information
Kimball'International
206
Value Add
x
1.y•._•.
By Design
9
We know customers don't seek products; they seek solutions. From rough ideas to specific requirements,
the dedicated and experienced Kimball International By Design team offers dynamic alternatives to
standard product. By Design works closely with customers to turn visions into reality, providing the
solutions they need.
Product Modification Stitch -It'" Engraving & Embroidering
Standard sizes, shapes, materials, or Add stitched patterns to upholstered Seating can be enhanced by utilizing
configurations of Kimball International products with our Stitch -it program. Kimball International's embroidery and
products can be modified for a laser engraving capabilities.
custom -like fit or look.
Kimball'International
207
Value Add
Our showrooms feature products seamlessly blended from all five of our distinct brands. We are proud to
serve 7 metropolitan areas around the country, in addition to our breathtaking headquarters located in
Jasper, Indiana.
JASPER HEADQUARTERS
1600 Royal Street
Jasper, IN 47546
CHICAGO
318 N Carpenter, 7th Floor
Chicago, IL 60607
BOSTON
70 Federal St, 3rd Floor
Boston. MA 02110
DALLAS
2300 North Field Street, P400
Dallas, TX 75201
ATLANTA
2282 Defoor Hills Rd NW
Atlanta, GA 30318
WASHINGTON, D.C.
1300 Connecticut Ave NW, Suite 1150
Washington, DC 20036
LOS ANGELES
500 S Grand Ave, 24th Floor
Los Angeles, CA 90071
Matterport scans are available for each location. We
invite you to explore more here: Corporate Locations
f IT
e �
NEW YORK
215 Park Ave S, Suite 300
New York, NY 10003
Kimball Internationa
208
Appendix C, Doc #11:
Acknowledgment and
Acceptance of Region
4 ESC*'s Open Records
Policy
Kimball'lnternatianal
209
Appendix C, Doc #9
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 ioy 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.
X We declare the following information to be a trade secret or proprietary and exempt from
disclosure under the Public Information Act. Please see following page.
(Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it
Relieves, 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.)
� T6 -zq
Date
1) , J-� Ur
Authorized Signature &
ej
Title
210
Do Not ❑isclose List:
1. Top 10 Public Agencies - Do not disclose this entire page. Kimball International wishes to not disclose
current customers to our competitors.
2. References -Do not disclose the Entity Name, Contact Name, Contact Phone. and Contact Email. Kimball
International wishes to not disclose current customers to our competitors.
211
.1
y I�
I �y 4➢ �� �'�r) � .lelX F. �. SSaI s
U
1/A
Appendix C, Doc #2
ANTITRUST CERTIFICATION STATEMENTS
(Tex. Government Code § 2155.006)
Attorney General Form
I affirm under penalty of perjury of the laws of the State of Texas that:
1. 1 am duly authorized to execute this Contract on my own behalf or on behalf of the company,
corporation, firm, partnership or individual (Company) listed below;
2. In connection with this proposal, neither I nor any representative of the Company has violated
any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter
15;
3. In connection with this proposal, neither I nor any representative of the Company has violated
any federal antitrust law; and
4. Neither I nor any representative of the Company has directly or indirectly communicated any
of the contents of this proposal to a competitor of the Company or any other company,
corporation, firm, partnership or individual engaged in the same line of business as the
Company.
Company
Kimball International Brands, Inc.
Address
1600 Royal Street
Jasper, IN 47546
Phone 800-482-1717
Fax 866-418-8516
Contact
Signature
Kelli Jenkins
Official
Authorizi ng
Proposal
Printed Name
Trade Manager, Strategic Contracts
Position with Company
Sign ture
Dennis Gerber
Printed Name
VP Finance
Position with Company
213
I
N
a
.N�
� rrrrrr�
rr- rrrrrrrrrr
. r�r rrtrrrrrr
'•, rc�rrr�r�
�•� ♦ rF�!rtr �rK�fw P r r
frF �-�-
k
Y
�
rrr •
s
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
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. 2024-1172518
Kimball International Brands, Inc. - A wholly owned subsidiary of publicly traded HNI Corporation
Jasper, IN United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/07/2024
being filed.
Region 4 Education Service Center 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.
RFP 24-01
Response to RFP 24-01 for FURNITURE, INSTALLATION, AND RELATED SERVICES
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is Kelli Jenkins , and my date of birth is
My address is 1600 Royal Street Jasper IN 47546 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Dubois County, State of Indiana on the 7th day of June 20 24
(month) (year)
Signature of autho zed agent olcon acting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us
215
Version V4.1.0.d378abaC
Appendix C, Doc #4:
Texas Government
Code 2270 Verification
Form
Pr
WEEMS-
Kimball'lnternational
216
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
lousiness with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the
Texas Comptroller.
Dennis Gerber
representative of
Kimball: International Brands, Inc.
engaged by
Insert Name of Company
as an authorized
contractor
Reaion 4 Education Service Center, 7145 West Tidwell Road. Houston. TX 77092, verify by this
writing that the above -named company affirms that it (1) does not boycott Israel; and (2) will not
boycott Israel during the term of this contract, or any contract with the above -named Texas
governmental entity in the future.
Also, our company is not listed on and we do not do business with companies that are on the
Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found
at httD$://oomotroller.texas.00vlourchasinaldocs/forelan-terrorist.odf.
1 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.
swear and affirm that the above is true and correct.
a, J�_
Signature of Named Authorized Company Representative
Date
217
Thank you for your thoughtful review of our
response to the RFP for Furniture, Installation,
and Related Services, Solicitation # 24-01.
NOR IIII,
110
A
Kimbail'lnternatianal
1600 Royal Street
Jasper, Indiana 47546
kimbal linternational.com
800.482.1717
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).
fie(%u'a. bnvifa.
June 3.2025
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us
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