Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63669
CSC No. 63669 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between Facilitech, Inc. dba Business Interiors ("Vendor"), an authorized reseller for National Office Furniture Inc./Kimball International Brands Inc. through Region 4 ESC Contract #R240108 and the City of Fort Worth ("City"), a Texas home -rule municipality, individually referred to as "party" and collectively as the "parties." The Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: OFFICIAL RECORD 1. This Cooperative Purchase Agreement; CITY SECRETARY 2. Exhibit A — Products & Pricing Discount Matrix; FT. WORTH, TX 3. Exhibit B — Cooperative Agency Contract: Region 4 ESC #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 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 annual payment made under this Agreement by City is an amount up to the amount authorized under the relevant year of the M&C 24-0970 (Initial Year: $1,500,000.00, Renewal 1:$1,725,000.00, Renewal 2:$2,281,313.00 Renewal 3: $2,281,313.00, Renewal 4: $2,623,509.00). 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 up to two (2) one-year renewal options at the sole discretion of the City. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney's Office at the same address To VENDOR: Facilitech, Inc. dba Business Interiors Attn: Mary Arnett I I I I Valley View Lane Irving, TX 75061 Email: marnett(&businessinteriors.com City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of law provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 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 warrants that he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT W TH: V6v�_ �AA� By: Valerie Washington (Jul 17, 2025 12:09 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 07/17/2025 APPROVAL RECOMMENDED: Name: Marilyn Marvin Title: Property Management Director B Y: °O Name: Jannette Goodall d,° oeo 00 Title: City Secretary a°�n nEongd 1%�1►lIZ�]� Facilitech, Inc. dba Business Interiors By: Mary Arneft (Jul 16, 2025 11:08 CDT) Name: Mary Arnett Title: CFO Date: 07/16/2025 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Denise Garcia By: Denise Garcia (Jul 17, 2025 11:06 CDT) Name: Denise Garcia Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By: Name: Jessika Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0970 Date Approved: 11/12/2024 1295 Form: 2024-1222817 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX EXHIBIT A Products & Pricing Kimball International 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 . . . . . . . . .'...... .Aj;,- KIMBALL� NATIONAL® ETC.Tm INTERWOVEN DAVID EDWARD� he Our story started in 1950 as an upstart company with a vision to be more. That vision became t foundation that guides us today and inspires the culture we cultivate. binet rolled As humans, we relentlessly search for meaning. And since long before the first Kimball -built ca 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 And at the unknown, we know that only by breaking out of our own worlds can we make a better one. 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'lnternational 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. Abbott KIMBALL Boyd' KIMBALL Contemporaryjiransition a I Tables KIMBALL Accent PlllOWS KIMBALL A Cetra KIMBALL Aussie KIMBALL Cube and Cylinder F: MUALL Daymofa- KIMBALL CifC- KIMBALL Definition' KIMBALL P Beo' KIMBALL Dlvider5creens KIMBALL Bloonri E'FC. Configuration Tables KINB.ALL Kimball International a Products & Pricing Our Products by Brand I Kimbal r s a � Dock' Meeting KIMBALL D Eager KIMBALL Footprint K.."A6 1- Helio- KIMBALL Etaaan` KIMBALL i}ock'Training KIMBALL EverySpace' KIMBALL Fundamental' Files KIMBALL 1 • J�1 R`- Independence Hillsborough Independence" Suffolk KIMBALL KIMBALL Dook'WorkTables FIXt' KIMBALL Geo' KIMBALL WE 4w Jelsen' KIMBALL JOelle- KIMBALL Kimball International 27 Products & Pricing Our Products by Brand I Kimbal JOya KIMBALL LF-SerieS KiMBALL Nash KIMBALL Pairings' K1#4BALL Lussa- KIMBALL KOre KIMBALL Nate & Natty' KII-1BALL ParadOiia' KIMBALL Kore'Work Cart KIMBALL o -- I WICIFi - KIMBALL Narrate' KIMBALL Niles' KIMBALL I � I _w Perks' KIMB L_ Kimball International 28 Products & Pricing Our Products by Brand I Kimbal POIy KIM13ALL ..4 :39 Piffel' KIMBALL Senator KIMBALL S-ci/ .a r Pose KIM13ALL O Ld Theo Tri" KIMBALL Priority KIMBALL Priority Height Adjust KIMBALL o 6cure ni'Ib6 ,_ Tucker K:M.6- 1- Kimball'lnternational 29 Products & Pricing Our Products by Brand I Kimbal Villa KIM6AL_ _. -4ompp--- Whittaker KIM13ALL Xsede Height Adjust r .,w Wish- KIMHALL WorklA61e' K{MBALL xsede' Media Cart K{MBALL Xsede' Power Beam KLM13ALL M. Kimball'lnternational 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. Accessories NAIICNAL Alloy' Storage NA"IGNAL J I I r Acquaint NA110NAL Arlington' NA-10NAL Admire NAr1ONAL Arrowood NAIICNAL A110j NADONAL � m �rn•-� rl d-Storage NAPONAL Arrowood Tables NATJONAL PE Aurora NAi 16NAL cif I. Kimball'lnternational 31 Products & Pricing Our Products by Brand I National Barrington' NATIONAL Chaddy' NATIONAL Cinch' NATIONAL Confide NATIONAL Delgado? NATIONAL Ditto- NAIICNAL M-M Barrington Storage NAI IO NA L BarTingtoo'TableS NATIONAL Cbnnolly' NA-ICN-L Collette' NATIONAL dft Eklund NATIONAL Davari N'slluNAL Eloquence' NA-IOfx AL --A Kimball International 32 Products & Pricing Our Products by Brand I National Epic' NATIONAL Escalade' NArIONAL i] Essay' NATIONAL ExhibiF NATIONAL Fold Tables r4- —L Epic' StOrage NATIONAL i Escalade'Storage NATIONAL Farrah -N- Epic'Tables AY!:CN L 11 111, Escalade'Tables i:iDr,!-_ x It Fierce' NATIONAL Faatings' NATIONAL Fringe' NATIONAL Kimball International 33 Products & Pricing Our Products by Brand I National r Grin' ^jam ur,AL '? O Ir Mara' NATIONAL n Karid' NATIGNAL I i 4-1 4 Lavorfl NATIONAL �� m;J)llilhll tw: KoloPod NAIIGNAL Grin'Tables NATIONAL JeWel- NATIONAL AnTiny' NATIONAL Kozmic- Collaborative Collection NA110NAL Lochlyn .. _ - Hobsen' TIAI'IONAL Wo "7:R f Jovalie' NA"IJFAL T' Laudio' NA110NAL Mabel' NATIONAL Kimball International 34 Products & Pricing Our Products by Brand I National II , ' J. Maneuver'CollaborativeCollection NA'IONAL A M10- NATIONAL Mariben' NA-ION.AL MIX -Its NATIONAL Myriad N'.AIIONAL Haviiyd' NATIONAL ` 0 i J7 - Power&Technology NAIIUNnL Ralla' NAH'�;VL MIL Marnid N • -, Monterrey- NATIONAL /❑ _ T Picado NA'IONAL Renegade vl siur,,_ Kimball International 35 Products & Pricing Our Products by Brand I National 40 Renegade- Storage NATIONAL 0 r I i I Rizor8 NAIIGNAL Roosevelt- Tables NAIIONAL l _a Tag' NAIIGNAL Tarver' NA110NAL Rena' NATIONAL Roosevelt NATIONAL Respect' NATIONAL Roosevelt" Storage NATIONAL PE Screens NA�IGNAL Strassa'Collaborative Tables SWltt7 NATIONAL N AI I ONAL Tellare NAYICNAL Tessera' NA.-IONAL Kimball International 36 Products & Pricing Our Products by Brand I National 4 � r J Tessera' Benches NATIONAL Tessera'Storage WIONAL 0 AF Tr T LE •-iIICNAL TOSS NAHUNAL Universal Tables NAIIONAL -'dimp WaveWorke NATIONAL WaveWorks' Storage NATIONAL r-ir ti IVA Weltf NATIONAL Well' NA-I')NAL Tessera Tables NAIIO"AL 0 ALM!—•. VOlute' NATIONAL VOfa NATIONAL ■ WhimSy NATIONAL WaveWorks TableS NATIONAL WlXler NATIONAL Timberlam NATIONAL Kimball International 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. gok Arhus - _' Avey E':: M Chet EIC. Deker- Eic. Hack- uc Dora E;c. Behl E'- 1 Clarette Etc. Bernadette E,c Brutus Elc Cohen - . t; c EI¢a" E-::. Elliott Efc. Cynthia _ .. i AL , Halderr- Eic. Hoopla E c: Irma E C. Kimball'International 38 Products & Pricing Our Products by Brand I Etc. Karls L c Kellen Kitner- L-- Lehr" ETC. Lilo - i=; c. &- ! I MW ETr. "M- ETC- M118M Oscar -:i Oser t c Romilda- EFC. Lizanne' t c Seraphina = c . ..... . IL WMW6' ETC, Kimball'International 39 Vivian- ETC. Vora ETC Willow" r=Ic Xanthe" Eic Kimball'lnternational 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. m Aldln' 1NTERWOVEN Cricket" INTERWOVEN Eaeri :NN,•r)atn Greer' IN"ER'dl-'J'VI=N Yiiiiiiii1lig: zti Altema' INTERWOVEN Em6ra' INTERWOVEN r INI. ■ Behn;: . _ .. _. Embra'SleepSofa INTERWOVEN 3oelle Behavioral Wellness INTERWOVEN E kho- Meadow- INTERWOVEN 12. Kimball'lnternational 41 Products & Pricing Our Products by Brand I Interwoven go# OVe[hedTahles INTERWOVEN Spruce- INIERINOVEN Villa Health IN:EI?•;��.1�EPI Wilder"• IN I EI?'.YCVEN Pairiings'Health IN?ERVYOVEN ■ Physician/Exam Stool 1N I ERWOVE N Spruce Behavioral Wellness INTERMOVEN 1 Z .1 X ,E.:2 _ Al - Rolls INFEHV.'U'JEI, Sanctuary- INTERWOVEN Shore' 1N?ERVJOVEN J_ 1~ Sycamore'Metal INIERIVCVEN Sycamore -Wood IWERWO'VEN Tucker- Health IN ERWOVEN p jig n.1 r- l Villa- Health Sleep Sofa INTERWOVEN Whittaker"Health IN II=MOVE N 2. Kimball'lnternational 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. Kithara- DAVID EDWARD LOlita' DAV ID EDWARD of _ Anora- DAVID EDLY'ARD Looper" DAV1D EDWAR❑ �,•(j 1 A3 FI I :3 MI x JA ++ — Aspen KIMHALL HOSPI iALIIY Entourage DAVID EDWARD LSM" DAVIDEDWARD i I F Otto DAVID EDWARD Flo- DAVIDEDWARD Portata DAVID EDWARD Frill" DAVIDEDWARO Superkool" DAVIDEDWAR❑ Thatcher' DAVIDEDWARD Kimball'lnternational 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 International 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 orders hips 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 International 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 International I 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 International 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 International 48 Products & Pricing Proposed Discount Matrix Amnia Partners - Region 4 ESC - TX Kimball International Brands, Inc. RFP 24-01 Furniture Installation and Related Services Ancillary Brands: Kimball National Etc. Interwoven David Edward Systems Brands: Kimball Metal Filing Brands: Kimball Current price list as of 11.1.2024 Current price list as of 11.1.2024 Current price list as of 11.1.2024 hInside Delivery Quoted' on al per order basis Basic Installation - Normal Hours $60.00 - $95.00 Basic Installation - After Hours $100.00-$150.00 Reconfiguration Services Quoted on a per order basis / Locally Negotiated Design $65.00 - $95.00 Project Management $72.00 - $125.00 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. 55.0% 55.5% 65.0% 65.0% 55.0% 55.5% 56.0% Negotiable 67.0% Negotiable 56.0% Negotiable Kimball International 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 C��. .���'� � h•y ?� �.��Ci�Ysyi .. -._ :' Lei P r 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 • Growyour 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 GETA QUICK QUOTE Contact us: 800.606.D049 FinanceWithKimball ki m ba I I@ h orizon keystone.co m cbeyer@peacsolutions.com Convenient tax benefits • Your purchase could be 100% tax deductible • 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,COO • Bundle your total 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 https,.//apply.marlinr-apitalsolutions.com/auth/HKF/Furniture 800.606-0049 C beyer@ peat so I u ti ons.com 2 Complete a credit application: Apply Now 3 Sign and return the documents. 4 We place your order rj You take delivery and installation Kim bal f l me r n at i o nal 56 /L P ► C' 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 r ValueAdd A Ll 1 Y6_- ValueAdd A Ll 1 Y6_- 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 International 199 Products $40Wn (tOP image) Pm)ducts shown (Dfttom image) Lounge Seating: Col eite' and Grin' Lounge Seating:Idara f Occasional Table.- Cohen' O"as+oval Tables: Romilda" and LehF' stools: I rma" f Meeti ng Tables: Strasse Quick Delivery TO YOU IN 12 Kimball'International bmbaff NAMONA1„ W lllil'1'1101(In 200 Quick Delivery 7o 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, please Contact Customer Service at 800.482,1717. l U Kimbalflnternatianal km6allinternational.cxn/800482.1717/®2024Kimhal I international, Inc. /A:I rightsres rued_/KIBRSQD24 201 Value Add ec@ CHECKER � ARM.. u ium ecoChecker powered by ecomedes: httr)s:llkimballinternational.ecomedes.coml Kim ball International's ecoChecker tool is a digital database where you 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 ESG disclosures, LEER credits, and a growing number of enterprise declarations. The recycled content, certifications, and more are available for each product series. ecoCheckercan help with calculations and documentation, making it easy to evaluate how Kimball International furniture can contribute to sustainability efforts. res uaJr.e..e...g....pen..,+�+�.e...a...........m. a.�.�e...e,�a.•�..Y4' i4'srnball rote Mwry peee�v. rr.±:n...�e.rirv,w,wwe•+W+wrn+r�N W �N"�+iwn 7itlfer Mvfnup"' 6vtl .wow. a,aqo..«e„ua eeme mi.x• _' •2Mnwlpt� •vsifovwr.�w.. e...a. A..a.e;Ar.im.i.m,1 Nr K.wE rott�m rv�wMro.��wn .rCRN9¢fAMre �ovii�wl;ealww.amrc MrNNiG MO A�yp.cgrrf srsswcaes3 a Ysq kprcJ.rrwy 1, ]abt ry oK..eBer 31, Zpye SCSOv6a1 . r..4 -r few ram.-.=s,..�.. M rvf.'•-c rw��ur ,�bmlf•.+�nek`. Bea'. WAm'. Iqd'. Cn`.flin�de�w...r-.d•k a..lgd.ErcrR`. r�'.r.«•.rw•. reree+�r�Fut:�asnemn�.M.'ev�u!ra Wun prlw� pn—. �ewr.wu��. rxtrseMtpr.verv�y'-wrRf vn[M1neo'. �Y'. wrc—. 7AGk•.1W �4'.1AM". iAw, iuOM'. ice', VIY�, MubM WM� W/wY�H�rmiYdmn[nvr o�aWw�rruwa.[eNHrw iN�ri'rY�r�ar Maeml io W 4Vfl®.1N eYNIfFrmn 5•ewaElq S�wxWS regavemn eiLa•xF-Ai51 —�__ Yeti1 rM. 1, X2i Willy 31. 2.6 SCSglobal e Kim bail'I nfer naf Tana 202 Value Add Kimball International's Kolo Pods are accredited as a Certified Autism Resource I yL•- i 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 Anti -Eavesdrop Quality Tech Enabled Signihcant lyreduces Made withhigh-grade. Equipped with built-in speech intelligibility+ durable steel and power. ethemet. and noise by up to 33 d8. tempered safety data pens. glass. mot() @ 0 Flexible UL962 Listed Lifetime Warranty Equipped with easy- Extensive mechanical. Our Pods are backed to -use rollers so you durability. and by a best -in -class can roll them electrical testing- Limited Lifetime anywhere. 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. I. Kimball'lnternational 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 IN* Serious play., Attracting the Gaming for + New Higher _ Global Good Ed Leaner ~ 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: The Good Learner Education Platform LISTEN LISTEN - R LEARN MORE LISTEN Alternative Conversations: Attracting the New Higher Ed Learner LEARN MORE Kimball'lnternational 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 Kimball International research unlocks design features that amplify employee connection and belonging. Kimball International partnered with Ipsos. a global leader in market research, and Arigami, a distinguished intardisci pl i nary 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 rQSea rCh, which was Carried out by 8 team with diverse SkiNs in behavioral science, neuroaesthetics, and creative design innovation. HARVARD 3 Stanford � 4uklvFmrryor tr lrn� iry 9 Q7CBQRf7 f]CAMBRIDGE n n I o n fr1 I Contributors To Belonging This report aims to offer actionable, research -based insights to enhance belonging in the spaces we create. We're committed to design solutions rooted in rigorous research, tailored for today's evolving workplaces. Key Finding Utz Company Culture is IntflGatery linked to the sense of belonging, with five distinct culture types influencing how it is nurtured Key Finding AT There are four fundamental needs— connactron. wmmunity, comfort, and choice —that must be addressed in workplace design to create spaces for belongi ng. Key Finding n3. Sensory expwientes in the workplace affect belonging, engage men, and productivity. Thoughtful sensory design fosters meaningful conneCtions and s 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 International 205 Value Add _li`_ caw,s' 1 A, THE POWER OF DESIGN THINKING ELEV powered by 2 Kimbainniernational 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. Put us to the test 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 By Design 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 C.) ATLANTA 2282 Defoor Hills Rd NW Atlanta, GA 30318 WASHINGTON, D.C. 1300 Connecticut Ave NW, Suite 1150 Washington, DC 20036 r _ 40 4¢ LOS ANGELES 500 S Grand Ave, 24th Floor Los Angeles, CA 90071 hviiabg NEW YORK 215 Park Ave S, Suite 300 New York, NY 10003 Matterport scans are available for each location. We invite you to explore more here: Corporate Locations Kimball International 208 EXHIBIT B 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 A PPENDIX 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) Fundinq Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC's current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketinq.. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo CONTRACT 6 or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obliqations. It is Contractor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. CONTRACT 7 Docusign Envelope ID: 305$C82B-F5B5-4A64-A7E6-06D9l20EDSF2 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 CitylStatefZip Jasper, IN 47546 Telephone No. 800-482-1717 Email Address dennis.gerher@kimballintemat onal.com Printed Name Dennis Gerber Title VP Finance Authorized signature - Accepted by Region 4 ESC: �FIT Corrected to 12I31I2t32 os Contract No, R240108 Initial Contract Term 12/17/2024 to— y� �J 12/17/2024 Reg on 4 ESC Aulhi rAzedBoard Member Date Linda Tinncrman aPrintme + 12117f2024 Region 4 ESC Authofl<: ed Board Member Date Victor E. White Print Name ADnendix 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.) ©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.) 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 Additionaldistributors ordealers 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 approvalfrom 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 OM NIA Partners which notification and prior written will be posted to OM NIA'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. Pacing 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/RFPIRFQ 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 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 (__Of4) two and a half percent (_2 - 2.5_%) the tiered volum. Administrative ("Administrative Fee based upon a tiered volume structure structure Fee Percentage") multiplied by the ("Administrative Fee Percentage") total purchase amount paid to muLitpLied bythe 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 Or.JIU.- JCC YILUJ to Principal Principal Procurement Agency Procurement Agency and Participating and Participating Public Public Agencies pursuantto the Master Agencies pursuant to the Master Agreement {as amended from time to Agreement (as amended from time and including any renewalthereof) 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 Payments14. Ad m instrative Fee Payments are to OK. OMNIA are to be paid by SuppLierto be paid by Supplier to OMNIA Partners Administration OMNIA Partners at the within 30 days of the end of each Agreement 14. frequency and on the due date calendar quarterat th3 f \qu✓ .:y Grid Administrative stated in Section 13, above, for &F,,-h3 -kac 3\1t: ff,3A ih CJ:.ti NI 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@kimballinternational.com Dennis Gerber VP Finance /11 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. A I 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? ,I❑ 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. U 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 5 References D 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 1 Value Add 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, designllayout, 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 4 Past Performance An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. 5 Additional Investigations 5 Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. 5 Supplier Response 6 Supplier must supply the following information for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 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 Y p 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 1 No 7 If yes, list certifying agency: U 1 N/A 7 Historically Underutilized Business Zone Enterprise (HUBZone) 1 ❑ Yes ❑ No 7 If yes, list certifying agency: 2 1 N/A 7 Other recognized diversity certificate holder 3 ❑ Yes ,❑ 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 ❑ 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 ❑ 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 CL..-,"II 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. 9 System Capabilities and Limitations C Describe _� inru, iiiadun systems capabilities and regarding order management through receipt of payment, 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 tnteri Iauu,Ial 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 NFuLcan�d. We support various EDl ic data interchange) options with our dealer partners, depending on the ❑BOS (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 upload a .sif file and submit an order. All pricing is updated through those files, to ensure accuracy, and is audited both internally and Orders are also accepted via email (orders a@kimball.com). Due to the complexity of product and overwhelming number of options �.��.�ia:,, we do not currently accept web -based orders from end users. 9 Projected Sales Year One 7 Provide the Contract Sales (as defined in Section 12 of the DMNIA Partners Adm',I'ZLIUuun Agreement) that Supplier will ju., a, L�c� 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. 9 Projected Sales Year Two 8 Provide the Contract Sales (as defined in Section 12 of the DMNIA Partners A(;,i ilizttic4lion 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 minimum Contract Sales, the Ad,,;,n_eL,aL.ve Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 9 Projected Sales Year Three 9 Provide the Contract Sales (as defined in Section 12 of the DMNIA 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 vuaiai%Cca minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $0 1 L Attribute deleted as part of an Addendum Page 23 of 38 pages Vendor: Kimball I.— ... ziA ... J 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. 0 I 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. 0 I 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 0 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. 211 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. ,❑ I 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. 1 1 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. ,I❑ I 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. ,❑ I 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. ,❑ 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 Vendor agrees that all contracts it awards pursuant to this procurement action shall be bound by the terms and 4 conditions of this procurement action. 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. 0 I 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. AMM Kimball'International Kimball NATIONAL -40. int(4-11-01441 DAV I D E D Wn R D I IN =11 OMNIA Region 4 Furniture, Installation, and Related Services RFP# 24-01 Z. Kimball'International Kimball' NATIONAL. Vote. IiIAC-1'11"Ol" 1,11 DAV I D E DWA 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 Kim ball°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 Kim ball°International AppendixA: Draft Contract Offer and Contract Signature Form ',M. Kimball lntern��tional w" APPENDIX A DRAFT CONTRACT This Contract ("Contract') is made as of , 202X by and Between Kimball International Bi-mds, Inc. ("Contractor') and Region 4 Education Service Center ("Region 4 ESC') for the purchase of Fitmit use. Installation, and Related Set Vices ("the products and services'). Futnitme. RECITALS Installation_ and Related WHEREAS, Region 4 ESC issued Request for Proposals Number R 24-01 for senices ("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 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. 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 Aqreement (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 Iicense4s) 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) Delivery. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be Included in all pricing offered unless otherwise clearly stated in writing. See Appendix B T&C Acceptance form for requested exception 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) Payments. 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 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 (36) 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@kimballinternational.com Dennis Gerber VP Finance /11 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 Form mom Kimball'International 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 Products & Pricing Kimball International 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 . . . . . . . . .'...... .Aj;,- KIMBALL� NATIONAL® ETC.Tm INTERWOVEN DAVID EDWARD� he Our story started in 1950 as an upstart company with a vision to be more. That vision became t foundation that guides us today and inspires the culture we cultivate. binet rolled As humans, we relentlessly search for meaning. And since long before the first Kimball -built ca 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 And at the unknown, we know that only by breaking out of our own worlds can we make a better one. 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'lnternational 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. Abbott KIMBALL Boyd' KIMBALL Contemporaryjiransition a I Tables KIMBALL Accent PlllOWS KIMBALL A Cetra KIMBALL Aussie KIMBALL Cube and Cylinder F: MUALL Daymofa- KIMBALL CifC- KIMBALL Definition' KIMBALL P Beo' KIMBALL Dlvider5creens KIMBALL Bloonri E'FC. Configuration Tables KINB.ALL Kimball International a Products & Pricing Our Products by Brand I Kimbal r s a � Dock' Meeting KIMBALL D Eager KIMBALL Footprint K.."A6 1- Helio- KIMBALL Etaaan` KIMBALL i}ock'Training KIMBALL EverySpace' KIMBALL Fundamental' Files KIMBALL 1 • J�1 R`- Independence Hillsborough Independence" Suffolk KIMBALL KIMBALL Dook'WorkTables FIXt' KIMBALL Geo' KIMBALL WE 4w Jelsen' KIMBALL JOelle- KIMBALL Kimball International 27 Products & Pricing Our Products by Brand I Kimbal JOya KIMBALL LF-SerieS KiMBALL Nash KIMBALL Pairings' K1#4BALL Lussa- KIMBALL KOre KIMBALL Nate & Natty' KII-1BALL ParadOiia' KIMBALL Kore'Work Cart KIMBALL o -- I WICIFi - KIMBALL Narrate' KIMBALL Niles' KIMBALL I � I _w Perks' KIMB L_ Kimball International 28 Products & Pricing Our Products by Brand I Kimbal POIy KIM13ALL ..4 :39 Piffel' KIMBALL Senator KIMBALL S-ci/ .a r Pose KIM13ALL O Ld Theo Tri" KIMBALL Priority KIMBALL Priority Height Adjust KIMBALL o 6cure ni'Ib6 ,_ Tucker K:M.6- 1- Kimball'lnternational 29 Products & Pricing Our Products by Brand I Kimbal Villa KIM6AL_ _. -4ompp--- Whittaker KIM13ALL Xsede Height Adjust r .,w Wish- KIMHALL WorklA61e' K{MBALL xsede' Media Cart K{MBALL Xsede' Power Beam KLM13ALL M. Kimball'lnternational 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. Accessories NAIICNAL Alloy' Storage NA"IGNAL J I I r Acquaint NA110NAL Arlington' NA-10NAL Admire NAr1ONAL Arrowood NAIICNAL A110j NADONAL � m �rn•-� rl d-Storage NAPONAL Arrowood Tables NATJONAL PE Aurora NAi 16NAL cif I. Kimball'lnternational 31 Products & Pricing Our Products by Brand I National Barrington' NATIONAL Chaddy' NATIONAL Cinch' NATIONAL Confide NATIONAL Delgado? NATIONAL Ditto- NAIICNAL M-M Barrington Storage NAI IO NA L BarTingtoo'TableS NATIONAL Cbnnolly' NA-ICN-L Collette' NATIONAL dft Eklund NATIONAL Davari N'slluNAL Eloquence' NA-IOfx AL --A Kimball International 32 Products & Pricing Our Products by Brand I National Epic' NATIONAL Escalade' NArIONAL i] Essay' NATIONAL ExhibiF NATIONAL Fold Tables r4- —L Epic' StOrage NATIONAL i Escalade'Storage NATIONAL Farrah -N- Epic'Tables AY!:CN L 11 111, Escalade'Tables i:iDr,!-_ x It Fierce' NATIONAL Faatings' NATIONAL Fringe' NATIONAL Kimball International 33 Products & Pricing Our Products by Brand I National r Grin' ^jam ur,AL '? O Ir Mara' NATIONAL n Karid' NATIGNAL I i 4-1 4 Lavorfl NATIONAL �� m;J)llilhll tw: KoloPod NAIIGNAL Grin'Tables NATIONAL JeWel- NATIONAL AnTiny' NATIONAL Kozmic- Collaborative Collection NA110NAL Lochlyn .. _ - Hobsen' TIAI'IONAL Wo "7:R f Jovalie' NA"IJFAL T' Laudio' NA110NAL Mabel' NATIONAL Kimball International 34 Products & Pricing Our Products by Brand I National II , ' J. Maneuver'CollaborativeCollection NA'IONAL A M10- NATIONAL Mariben' NA-ION.AL MIX -Its NATIONAL Myriad N'.AIIONAL Haviiyd' NATIONAL ` 0 i J7 - Power&Technology NAIIUNnL Ralla' NAH'�;VL MIL Marnid N • -, Monterrey- NATIONAL /❑ _ T Picado NA'IONAL Renegade vl siur,,_ Kimball International 35 Products & Pricing Our Products by Brand I National 40 Renegade- Storage NATIONAL 0 r I i I Rizor8 NAIIGNAL Roosevelt- Tables NAIIONAL l _a Tag' NAIIGNAL Tarver' NA110NAL Rena' NATIONAL Roosevelt NATIONAL Respect' NATIONAL Roosevelt" Storage NATIONAL PE Screens NA�IGNAL Strassa'Collaborative Tables SWltt7 NATIONAL N AI I ONAL Tellare NAYICNAL Tessera' NA.-IONAL Kimball International 36 Products & Pricing Our Products by Brand I National 4 � r J Tessera' Benches NATIONAL Tessera'Storage WIONAL 0 AF Tr T LE •-iIICNAL TOSS NAHUNAL Universal Tables NAIIONAL -'dimp WaveWorke NATIONAL WaveWorks' Storage NATIONAL r-ir ti IVA Weltf NATIONAL Well' NA-I')NAL Tessera Tables NAIIO"AL 0 ALM!—•. VOlute' NATIONAL VOfa NATIONAL ■ WhimSy NATIONAL WaveWorks TableS NATIONAL WlXler NATIONAL Timberlam NATIONAL Kimball International 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. gok Arhus - _' Avey E':: M Chet EIC. Deker- Eic. Hack- uc Dora E;c. Behl E'- 1 Clarette Etc. Bernadette E,c Brutus Elc Cohen - . t; c EI¢a" E-::. Elliott Efc. Cynthia _ .. i AL , Halderr- Eic. Hoopla E c: Irma E C. Kimball'International 38 Products & Pricing Our Products by Brand I Etc. Karls L c Kellen Kitner- L-- Lehr" ETC. Lilo - i=; c. &- ! I MW ETr. "M- ETC- M118M Oscar -:i Oser t c Romilda- EFC. Lizanne' t c Seraphina = c . ..... . IL WMW6' ETC, Kimball'International 39 Vivian- ETC. Vora ETC Willow" r=Ic Xanthe" Eic Kimball'lnternational 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. m Aldln' 1NTERWOVEN Cricket" INTERWOVEN Eaeri :NN,•r)atn Greer' IN"ER'dl-'J'VI=N Yiiiiiiii1lig: zti Altema' INTERWOVEN Em6ra' INTERWOVEN r INI. ■ Behn;: . _ .. _. Embra'SleepSofa INTERWOVEN 3oelle Behavioral Wellness INTERWOVEN E kho- Meadow- INTERWOVEN 12. Kimball'lnternational 41 Products & Pricing Our Products by Brand I Interwoven go# OVe[hedTahles INTERWOVEN Spruce- INIERINOVEN Villa Health IN:EI?•;��.1�EPI Wilder"• IN I EI?'.YCVEN Pairiings'Health IN?ERVYOVEN ■ Physician/Exam Stool 1N I ERWOVE N Spruce Behavioral Wellness INTERMOVEN 1 Z .1 X ,E.:2 _ Al - Rolls INFEHV.'U'JEI, Sanctuary- INTERWOVEN Shore' 1N?ERVJOVEN J_ 1~ Sycamore'Metal INIERIVCVEN Sycamore -Wood IWERWO'VEN Tucker- Health IN ERWOVEN p jig n.1 r- l Villa- Health Sleep Sofa INTERWOVEN Whittaker"Health IN II=MOVE N 2. Kimball'lnternational 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. Kithara- DAVID EDWARD LOlita' DAV ID EDWARD of _ Anora- DAVID EDLY'ARD Looper" DAV1D EDWAR❑ �,•(j 1 A3 FI I :3 MI x JA ++ — Aspen KIMHALL HOSPI iALIIY Entourage DAVID EDWARD LSM" DAVIDEDWARD i I F Otto DAVID EDWARD Flo- DAVIDEDWARD Portata DAVID EDWARD Frill" DAVIDEDWARO Superkool" DAVIDEDWAR❑ Thatcher' DAVIDEDWARD Kimball'lnternational 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 International 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 orders hips 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 International 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 International I 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 International 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 International 48 Products & Pricing Proposed Discount Matrix Amnia Partners - Region 4 ESC - TX Kimball International Brands, Inc. RFP 24-01 Furniture Installation and Related Services Ancillary Brands: Kimball National Etc. Interwoven David Edward Systems Brands: Kimball Metal Filing Brands: Kimball Current price list as of 11.1.2024 Current price list as of 11.1.2024 Current price list as of 11.1.2024 hInside Delivery Quoted' on al per order basis Basic Installation - Normal Hours $60.00 - $95.00 Basic Installation - After Hours $100.00-$150.00 Reconfiguration Services Quoted on a per order basis / Locally Negotiated Design $65.00 - $95.00 Project Management $72.00 - $125.00 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. 55.0% 55.5% 65.0% 65.0% 55.0% 55.5% 56.0% Negotiable 67.0% Negotiable 56.0% Negotiable Kimball International 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 0,11', , ww� 1 -7 11Fm ob. 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. Green - Kimball' 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 communitles. $40,000,000 SURPLUS ASSET DONATIONS 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. 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 C��. .���'� � h•y ?� �.��Ci�Ysyi .. -._ :' Lei P r 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 • Growyour 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 GETA QUICK QUOTE Contact us: 800.606.D049 FinanceWithKimball ki m ba I I@ h orizon keystone.co m cbeyer@peacsolutions.com Convenient tax benefits • Your purchase could be 100% tax deductible • 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,COO • Bundle your total 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 https,.//apply.marlinr-apitalsolutions.com/auth/HKF/Furniture 800.606-0049 C beyer@ peat so I u ti ons.com 2 Complete a credit application: Apply Now 3 Sign and return the documents. 4 We place your order rj You take delivery and installation Kim bal f l me r n at i o nal 56 /L P ► C' Performance Capability dw 4Mrl�- -1 ',M. Kimball'fnternatianal 57 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 International 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 lnternafional 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 International 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 International 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 International 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 International 63 Environmental Policy The Environment is Our Home We will be leaders in not only protecting, but enhancing ourworld. 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 ❑n our environmental program and progress. Kimball`Internatianal 64 �U U N i 0 o a N W m (A A --�- SWIM4 W M I I, i" rof A- i Y fill) 0 AM essage from Our CEO --f - t. r � ! From Jeffrey Lorenger CEO of HNI Corporation Since HNI's founding, we have been committed to being a great place to work and always striving to do better in our manufacturing operations and with the products we build for our customers. As we look to the future, we will continue to build on our successes and achievements helping improve the lives of our members, supporting our customers 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, our strong 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 our dedication 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 inthe communities we serve. Corporate responsibility has always been embedded in Kimball International's purpose and howwe do business and we are excited to provide ourfinal report.As one of our long-standing Guiding Principles states, "The environment is our home. Wewill be leaders in not only protecting but enhancing ourworld "The Kimball International family will continue to dare to make a difference so thatwe not only lead by example, butwe 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 ourperformance and accountability in areas of significant impact for our business. Aligned with our ambition to "lead by example," as well as our Commitment to transparency, we are publishing this 2022 ESG Summaryto showcase howwe performed against these ESG goals and the promiseswe made to ourstakeholdersat the outset of this journey. The following table highlight, uur pa. ivf rnarx e toward achieving each goal. 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 thats€.-:> nLmentto this mission. For further detail on our ESG strategy and related initiatives, see our ESG website 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 renewable$. • 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 Obyin 7 rrt% certification at three facilities rf 1 e end of fiscal year 2025. 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 year 2023. 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 ourtalent acquisition strategy to attract more diverse candidates - Increased minority representation of professional new hires. Employee retention positively impacted by DEIB education and programs. 99%of employees completed Ethics & Compliance training Appendix D, Exhibit A: Response for National Cooperative Contract ',M. Kimball International 68 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 N� Kimball International 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 International 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'lnternational 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 International 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 International 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 International 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 International 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 III 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 International 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 International 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 International 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 International 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 International 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 International 82 Appendix D, Exhibit A 3.3 Marketing & Sales Response K State the amount of Suppliers Public Agencysales for the previous fiscal year. Provide a list of Supplier's top In Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. Kimball International's previous fiscal year Public Agency sales is $86,971,629.54. Our top 10 Public Agency customers are as fol lows: Kimba[I'Internatiana 83 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 International 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 International 85 D&B Finance Analytics LIVE REPORT KIMBALL INTERNATIONAL, INC. TradestYle(s): (SUBSIDIARY OF HNI CORPORATION, MUSCATINE, IA) 1 f® D-U-N-S Number: 00-636-5803 Phone: +1 812 482 1600 Summary KEY DATA ELEMENTS (Formerly: SCORE BAR) KDE Name PAYDEX® T Delinquency Score Failure Score T 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.kmmball.com Endorsement: mark.nanney@kimballinternational.com Currency: USD Current Status 76 84 73 N 5A2 Details 6 Days Beyond Terms Low to Moderate Risk of severe payment delinquency. Low to Moderate Risk of severe financial stress. View More Details US$ 50,000,000 and over in Net Worth or Eautty. Low Risk ALL ACCOUNTS 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 �m There are currently no account associated with this D-U-N-S. Upload account or create an account to view summary. COMPANY PROFILE D-U-N-S Mailing Address Annual Sales 00-636-5803 UNITED STATES ., �... ..... ....: Legal Form Telephone Employees Corporation (US) +1 812 482 1500 2,410 History Record Website Age (Year Starred) _....1 www.kimball.cnm 84Years(1939) Date Incorporated Present Control Succeeded Named Principal 86 06/24/1939 2023 Kristine L Juster, CEO State of Incorporation Line of Business INDIANA Mfg wood household furniture Ownership sic Not publiclytraded 2511 NAICS 337122 I r "',, Street Address: SKYLINE � 1600 Royal St, Jasper, IN, 47546, Culver's �� y . United States Of Arnerica CROOKED CREEK Jasper ParklandsSultan's Run Q —_ E 15th St _ " 66 nFFR CRFFK 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 delinquent payments: D&B MAX CREDIT RECOMMENDATIONS MAXIMUM CREDIT RECOMMENDATION The recommended limft is based on a low probability of severe delinquency. FAILURE SCORE (t tormerly Financial Stress Score? Company's Risk Level High Risk (1) Past 12 Months Low Risk High Risk DELINQUENCY SCORE ® (Formerly Commercial Credit Score) Company's Risk Level Stable Condition High Likelihood Of Continued Operations Low Potential For Severely Delinquent Payments Probability of failure over the next 12 months 0.12 % Probabitity of delinquency over the next 12 months 2.13 % High Risk (1) Low Risk (100) 87 Past 12 Months Low Risk High Risk VIABILITY RATING SUMMARY6 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 0 High Risk (1) 6 days beyond terms Past 24 Months Low Risk High Risk D&B PAYDEX - 3 MONTHS (1) High Risk (1) 6 days beyond terms PAYDEX® TREND CHART SBRI ORIGINATION D&B SBFE SCORE [i] 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) O and over in Net Worth or Equity 2 : Low Risk Current Rating as of 09112/2023 LEGAL EVENTS Events Occurrences Last Filed Bankruptcies 0 - Judgements 0 - Liens 1 12/2012022 Suits 1 12/03/2013 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 Balance Sheet Ill Amount E21 Total Current Assets 173,650 (USD) Total Assets 382,799 (USD) Total Current Liabilities 122,845 (USD) Working Capital/Net Current Assets 50,805 (USD) 1. Interim 03131/2023 2. (In Single Units) Source: D63 Low Risk (0) Last 2 Years snallillim 89 TRADE PAYMENTS Highest Past Due: 7,500 Highest Now O Total Trade Ex Largest High C wing periences redit 100,000 67 400.000 FINANCIAL OVERVIEW - PROFIT AND LOSS Profit & Loss Ell Amount El Last 2 Years Sales 665,877,000 (USD) 1. Interim 03131/2023 2. (In Single Un[U) 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: U&E ALERTS O There are no alerts for this D-U-N-S Number. NEWS 90 GENERAL INDUSTRY Home Decor Market to Reflect Growth Potential with a Highest CAGR of 3.9% by 2031 ;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 0212012024 GENERAL INDUSTRY, NEW ALLIANCE, EXPANSION Kimball International Announces New NYC Showroom Location Office Insight- Officenewswire 01/27/2024 GENERAL INDUSTRY Charles Schwab Investment Management Inc. Raises Position in HNI Co. (NYSE:HNI) MarketBeat 02/2112024 EARNINGS RELEASE, GENERAL INDUSTRY, FINANCIAL NEWS 3 Home Improvement Stocks to Buy Before March Stock News- Stories 0212012024 GENERAL INDUSTRY 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 2031 1 Okamura Corp., HNI Corp., Herman Miller Inc., Haworth Inc. Open PR 0212012024 GENERAL INDUSTRY Vanguard Personalized Indexing Management LLC Takes $269,000 Position in HNI Co. (NYSE:HNI) Defense World - Companies 02/19/2024 GENERAL INDUSTRY As small caps soar, HNIs ape VC funds with 'spray -and -pray' bets via warrants route Dailyhunt - Pwa 02/18/2024 GENERAL INDUSTRY Amalgamated Bank Sells 563 Shares of HNI Co. (NYSE:HNI) Defense World - Companies 0211812024 COUNTRY/REGIONAL INSIGHT United States Of America Risk Category A solid close to 2023, followed by yet another bumper jobs report and r still robust consumer confidence, underpins a strong sense of economic optimism for the US entering 2024. Hiqh Risk Low Risk Available Reports Country Insight Report (CIR) ® Country Insight Snapshot (CIS) current Publication Date: 02108/2024 current Publication Date: 0210812024 STOCK PERFORMANCE No stock performance data is available for this D-U-N-S Number. The scores 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 form 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 assessmentof this organization over the next 12 months: STABLE CONDITION probability of severe delinquency. • Based on the predicted risk of business discontinuation: HIGH LIKELIHOOD OF CONTINUED OPERATIONS • Based on 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 dormantlinactive, 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 r Extensive Commercial Trading Activity r 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 FINANCIAL 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 FORMERIYCOMMERCIAL 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 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 M 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 Equais 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 U High riskof lain 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 2511 - Mfg wood household furniture 93 Current Rating as of 09/12/2023 History since 01/01/1991 Financial Strength Risk Indicator Date Applied D&B Rating 5A : 50,000,000 (USD) and over 2 : Low Risk 11/26/2020 5A3 in Net Worth or Equity 08/04/2015 5A2 Previous Rating 02/0912015 5A3 Financial Strength Risk Indicator 12/0912011 5A2 5A: 50,000,000 (USD) and over 3 :'4Cderate Risk 08/312011 5A3 in Net Worth or Equity Trade Payments Currency: All figures shown in USD unless otherwise stated TRADE PAYMENTS SUMMARY(B of data) OverMl Payment Behaviour %of Trade Within Terms Highest Past Due 6 78% 7,500 (USD) Days Beyond Terms Highest Now Owing : Total Trade Experiences: Total Unfavorable Comments 100,000 (USD) 87 0 Largest High Credit: Largest High Credit: 400,000Aveg0(USD) 0(USD) 319a3 (USoHi j Credit: Total Placed in Collections: 1 Largest High Credit: 0 (USD) D&B PAYDEX D&B 3 MONTH PAYDEX M High Risk (1) Low Risk (100) Wh i uue�p i rI iy a mount, Payments to s.i _ Beyond Terms ❑ High risk of late payment (Aver. .. ;eyond terms) I 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 High Risk . I M Low Risk (100) Based on payments x, ci- :�:.. i, i: i. tqp When weighted by amount, Payments t4 suppliers average 6 days I, i ❑ High risk of 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 . ! y � 1 BUSINESS AND INDUSTRY TRENDS - 2511 - Mfg wood household furniture Current V 4122 5/22 6/22 7122 822 9122 L0'22 11J22 12122 1/23 2/23 3123 4123 5123 623 7723 8/23 9/23 10123 1123 12123 124 2024 This Rnsinecc72 72 72 72 72 71 71 72 72 72 72 73 74 76 75 74 74 75 75 77 74 73 74 76 Industry Quartile upPer go - - no - - 8o - - RR - - 8o - - So - - so - - 80 - - m.dian 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 I: (US$) Experiences Total Value % 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$) Experiences Total Value % Within Terms 1,000 - 4,999 14 26,000 (USD) 87 Less than 1,000 20 6,800 (USD) 8o TRADE PAYMENTS BY INDUSTRY (BASED ON 24 MONTHS OF DATA) Colld pse All I Expand All Industry Category. Number of Payment Largest High Credit % Within Terms 1 - 30 31 - 60 61 - 90 91 + Experiences (US$) (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 0 0 O Nonresident builders -17 - Construction - 1 250 0 100 0 0 0 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 68 0 0 0 13 Allied Products 2621 - Paper mill 1 100,000 100 0 0 0 0 2676 - Mfg 1 25,000 100 O 0 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 O 0 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 88 13 0 0 0 Commercial Machinery and Computer Equipment 3572 - Mfg 2 300,000 50 50 0 0 0 computer storage 3563 - Mfg air/gas 1 5,000 100 0 0 0 0 compress 3585 - Mfg 1 2,500 100 O 0 0 0 refrig/heat equip 3534 - Mfg 1 2,500 100 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 O 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 O 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 - Whol 2 400,000 100 0 0 0 0 computerstsoftwr 5051 - Whol 2 250,000 100 0 0 0 0 metal 5034 - 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 5032 - Whol 1 10,000 100 0 0 0 0 constfmine equip 5065 - Whal 1 7,500 100 0 0 0 0 electronic parts 5049 - Whal mist 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 0 O Trade - Nondurable Goods 5113 - Whol 3 7,500 70 30 0 0 0 service paper 5131 - Whol piece 2 1,000 50 40 30 0 0 goods 5112 - Whal 1 100 0 0 100 0 0 office supplies -57 - Home 1 1,000 100 0 0 0 0 Furniture Furnishings and Equipment Stores 5712 - Ret 1 11000 100 0 0 0 0 furniture -59 - Miscellaneous 1 50 100 0 0 0 0 Retail 5943 - Ret 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 0 0 0 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 0 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 0 0 0 laboratory 97 8742- 1 2,500 100 0 0 O 0 Management consulting 8741 - 1 0 100 0 0 O 0 Management services -93 - Public Finance 2 21500 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 rrlnr.u: -ai Experience Payment Status Terms (US$) (US$) (US$) Sale Between 6 and 12 02124 Pays Promptly N30 500 D 0 Months 01124 payment -status -discount - 250,000 45,000 0 - Pays � ry 1 --1 1 01124 account 0 10,000 0 - 01124 Pays Promptly - 0 40,000 0 1 01124 Pays Promptly N30 400,000 60,000 0 1 01124 Pays Promptly - 200,000 85,000 0 1 01124 Pays Promptly - 100,000 100,000 0 1 01124 Pays Promptly - 65,000 0 0 1 Between 6 and 12 01124 Pays Promptly - 50,000 0 0 Months Mons 01124 Pays Promptly - 40,000 5,000 0 1 01124 Pays Promptly N45 25,000 10,000 250 1 01124 Pays Promptly - 25,000 0 0 Between 2 and 3 Months 01124 Pays Promptly - 25,000 25.000 0 1 01124 Pays Promptly N30 10,000 0 0 1 01124 Pays Promptly - 10,000 2,500 0 1 01124 Pays Promptly - 7,500 250 0 1 01124 Pays Promptly - 7,500 0 0 E� Months 01124 Pays Promptly - 5,000 500 0 1 Between 2 and 3 01124 Pays Promptly - 5,000 0 0 Months 01124 Pays Promptly - 5,000 5,000 2,500 1 01124 Pays Promptly - 2,500 2,500 0 1 01124 Pays Promptly - 2,500 0 0 1 01124 Pays Promptly - 2,500 0 0 Between 4 and 5 Months 01124 Pays Promptly - 2,500 0 0 1 01124 iy 1 - 1,000 1,000 250 1 01124 Pays Promptly - 750 0 0 Between 6 and 12 Months 01124 Pays Promptly - 750 0 0 1 01124 Pays Promptly - 750 0 0 Between 6 and 12 Months Months Between 4 and 5 01124 Pays Promptly - 500 0 D Months 98 Date of Selling High Credit Now Owes Past Due Months Since Last Experience Payment Status Terms (US$) (US$) (US$) Sale 01124 Pays Promptly - 250 0 0 1 01124 Pays Promptly N30 50 0 0 Between 2 and 3 Months 01124 Pays Prompt to Slaw 30+ - 300,000 7,500 0 1 01124 Pays Prompt to Slaw 30+ - 55,000 0 0 1 01124 Pays Prompt to Slaw 30+ - 50,000 0 0 Between 2 and 3 Months Between 6 and 01124 Pays Prompt to Slaw 30+ - 45,000 0 0 Months 01124 Pays Prompt to Slaw 30+ - 35,000 15,000 0 1 01124 Pays Prompt to Slaw 30+ - 7,500 500 0 1 Between 2 and 3 01124 Pays Prompt to Slaw 30+ - 2,500 0 0 Months 01124 Pays Prompt to Slaw 30+ - 1,000 0 0 Between 6 and 12 Months 01124 Pays Prompt to Slaw 60+ N30 250 100 100 1 01124 Pays Prompt to Slaw _ 15,000 7,500 7,500 Between 2 and 3 120+ Months Between 6 and 12 01124 Pays Slow 30+ - 70,000 0 0 Months 01124 Pays Slow 30+ - 25,000 0 0 Between 2 and 3 Months 01124 Placed for collection - 0 250 250 - 01124 - Cash account 2,500 0 0 1 01124 - Cash account 1,000 0 0 1 Between 6 and 12 01124 - Cash account 0 0 0 Months 12123 Pays Promptly - 100,000 30,000 1,000 1 12123 Pays Promptly - 65,000 10,000 ❑ 1 12123 Pays Promptly - 30,000 20,000 0 1 12123 Pays Promptly - 10,000 5,000 0 1 12123 Pays Promptly - 7,500 7,500 0 1 12123 Pays Promptly - 2,500 0 0 1 12123 Pays Promptly - 250 0 0 1 12123 Pays Promptly - 0 0 0 1 12123 Pays Promptly - 0 0 ❑ 1 12123 Pays Prompt to Slaw 60+ - 1,000 1,000 1,000 Between 2 and 3 Months 12123 Pays Slow 15+ - 100 100 0 1 12123 Pays Slow 30+ - 25,000 7,500 7,500 1 Between 6 and 12 12/23 Pays Slow 60+ - 5,000 0 0 Months Mons 12123 - Cash account 100 0 ❑ 1 11123 Pays Prompt to Slaw 90+ - 10,000 0 0 Between 6 and 12 Months Between 6 and 10123 Pays Promptto Slaw 15+ N30 1,000 0 0 Months Between 6 and 12 09123 Pays Slow 30+ - 250 0 0 Months Mons 09123 - Cash account 100 0 0 1 09123 - - 50 0 0 1 09123 - - 50 0 ❑ 1 Between 6 and 08123 Pays Promptly - 100 0 0 Months 08123 Pays Prompt to Slaw _ 100 0 0 Between 6 and 12 180+ Months Between 6 and 12 08123 Pays Slow 30+ - 750 0 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 - 2,501) D 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 D 0 1 02123 Pays Promptly - 250 0 0 1 12 02/23 Pays Promptly - 50 0 0 Between fi and Months Months 02123 Pays Slow 120+ - 50 0 0 Between 6 and 12 Months 02/23 - 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 Hli ng: - Liens 1 Latest Filing: 12202022 Suits 1 Latest Filing: 12/032013 12/20/2022 202212200170271 Open 12/20/2022 UCcs 10 Latest Hling: 12/11 D19 10D Received Date 02/02/2023 Amount 494 (USD) Debtors KIMBALL INTERNATIONAL INC Creditors STATE OF OHIO Court FRANKLIN COUNTY RECORDER OF DEEDS, COLUMBUS, OH Suit Filing Date 12/03/2013 Filing Number 13L 604 Status Pending Date Status Attained 12/03/2013 I'�! L"1, . - 12/17/2013 Amount 50,000 (USD) Plaintiffs LLOYD SUSAN Defendant KIMBALL INTERNATIONAL INC Defendant AND OTHERS Court KANE COUNTY CIRCUIT COURT, BATAVIA, IL UCC Filing -Original Filing Date 12/1112019 Filing Number 20191211047312 Received Date 12/17/2019 Collateral Equipment Secured Party BIESSE AMERICA INC, CHARLOTTE, INC Debtors KIMBALL INTERNATIONAL, INC. Filing office SECRETARY OF STATE/UCC DIVISION, INDIANAPOLIS, IN UCC Filing -Original Filing Date 01/05/2012 Filing Number 1200000152083 Received Date 01/24/2012 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 0211812009 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 STATE/UCC DIVISION, INDIANAPOLIS, IN UCC Filing -Original Filing Date 02/1712009 Filing Number 0900001328388 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 09/15/2008 Filing Number 0800008274495 Received Date 09/2612008 Collateral Equipment Secured Party ORBOTECH, INC., BILLERICA, MA Del tons KIMBALL INTERNATIONAL, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, INDIANAPOLIS. IN UCC Filing -Original Filing Date 06/10/2008 Filing Number 0800005459598 Received Date 06/24/2008 Collateral Equipment Secured Party ORBOTECH, INC., BILLERICA, MA Debtors KIMBALL INTERNATIONAL, INC. Filing Office SECRETARY OF STATE/UCC 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 STATE/UCC DIVISION, INDIANAPOLIS, IN UCC Filing - Original Filing Date 02/26/2008 Filing Number 0800001805387 Received Date 03/11/2008 Collateral Leased Equipment Secured Party WHAYNE SUPPLY COMPANY, LOUISVILLE. KY Debtors KIMBALL INTERNATIONAL, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, INDIANAPOLIS, IN UCC Filing - Di iginaI Filing Date 1010212007 Filing Number 0700009096063 Received Date 10/16/2007 Collateral Equipment Secured Party ORBOTECH, INC., BILLERICA, MA Debtors KIMBALL INTERNATIONAL, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, INDIANAPOLIS, IN The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. This information may nut 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, or judgments 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 holder can 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 ICorporation. 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 stock they owned immediately prior to the closing of the transaction. Further details are unavailable. Financials - D&B Financials r 1.16 is _ iTATEMENI COMPARISON Currency: All figures shown in USD unless otherwise stated ■Current Assets ■Total Current Liabilities Sales •Current Ratio 665.9 O 5327 c 3995 c 266.4 133.2 ■ 0 ' — 0 1 2021 2022 Interim Fiscal Fiscal Last 3 years Consolidated Consolidated Consolidated 0913012022 06/30/2022 06/30/2021 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 Other Assets 242,105,000 242,137.000 285,248,000 Long Term Liabilities 90,025,000 96,260,000 89,683,000 Accounts receivable: less $911,000 allowance. Fixed ass I, : less $192,129,000 Explanations: TIPi, „in:,,, .a • .h of this ::1> II Irl,Illy includes intangibles. Other Assn : L.1 I its of deferred D: r i .1 . and other assets. =inancials BALANCE SHEET Balance Sheet Assets Current Assets Prepaid EiI i,; s r Assets Currency: vu igures shown in USD unless otherwise stated Interim 03/31/2023 USD 15,706,000 104 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 Tenn Assets G3M12023 Right -Of -Use Operating 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 assets USD 32,661,000 Total Assets USD 382,799,000 Liabilities Interim Total Current Liabilities 0313112023 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 03/3112023 TREASURY STOCK ( USD 71.3oa,000 1 Common Stack 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 16,285,000 Additional Paid In Capital / USD 8,889,000 Capital Surplus ACCUM OTHER USD 3,883,000 COMPREHENSIVE INCOME Total Liabilities & Net USD 382,799,000 worth PROFIT AND LOSS INFORMATION 105 DOM Description 03/31/2023 From JUL 012022 to MAR 31 2023 sales $526,942,000; cost of goods sold $338,712,000. Gross profit $188,230,000; operating expenses $204,076,000. Operating income $(15,846,000); other income $1,159,000; other expenses $2,045,000; net income before taxes $(16,732,000); 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 statedCurrency: All figures shown in USD unless otherwise stated on file for mis tympany. Currency: All figures shown in USD unless otherwise stated ID&B currently has no financial information on file for this company Currency: All figures shown in USD unless otherwise stated D&B currently has no financial information on file forthis company i Company Profile Currency: All figures shown in USD unless otherwise stated COMPANY OVERVIEW D-U-N-S Mailing Address Annual Sales 00-636-5803 UNITED STATES 665,877,000 (USD) Legal Form Telephone Employees Corporation (US) +1 812 482 1600 2.410 History Record Website Age (Year Started) Clear www.kimbati.com 84 Years(1939) Date Incorporated Present Control Succeeded Named Principal 08/24/1939 2013 Kristine L Juster, CEO Business Commenced On sic Line of Business 1939 2511 Mfg wood household furniture State of Incorporation NAILS INDIANA 337122 Ownership Not puullcly tiaded r' "II xreet r udress: ill SKYLINE 1600 Royal St, ■ Jasper, IN, 47546, Culver`s/ r United States Of America CROOKED CREEK Jasper Parklands © �.Sultan's Run Or EE - ,. ti)1 E 3h St �e�� DEER CREEK BUSINESS REGISTRATION Corporate and business registrations reported by the secretary of state or other official source as of: 2024-02-01 This data is for nmu„.,purposes only, certification can only be obtained through the Office of the Secretary of State. Registered Name IQIMBALL 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 STATF/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 an August 24, 1939, under file registration number 194023-053. Business started 1939. The company's common stock was previously traded on the Nasdaq Capital Market under the symbol "KBAL'. Business started 1939. Present control succeeded June 2023. CONTROLCHANGE% 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 shock 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 Kimbal I Electronics, Inc. (Imball 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 stock. 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 SMFFH. 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 far 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 ACTIVrrIES AND EMPLOYEES The following information was reported on: 0911412023 Business Information Trade Names (SUBSIDIARY OF HNI CORPORATION, MUSCATINE. IA); KIMBALL INTERNATIONAL Description Subsidiary of HNt 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 00-526-9709, and reference is made to that reportfor 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 far col labora Live and open workspaces, conference and meeting/huddle rooms, training rooms, private offices, learning 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 stools, 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), Every5pace, Fringe, Waveworks, Xsite, Narrate, Pairings, Respttality, 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 SICINAICS Information Industry Code Description Percentage of Business 2511 Mfg wood - household furniture 25110000 Wood - household furniture 25120000 Upholstered - household furniture 25210000 Wood office - furniture 10B Industry Code Description Percentage of Business 25220000 Office - furniture, exceptwood 25179904 Stereo - cabinets, wood 25179905 Television - cabinets, wood NAICS 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 aboutthis companyto 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: Viers Account Number Credit Limit Endorsement/Billing Reference * Sales Representatives Total Outstanding Your Information Currency US Dollar (USD) Last Login: 02/05,20211 10:26:21 AM Co- & Bradstreet, Inc. 2005-2024. All rights ms—d Privacy Policy i Terms or Use I US Government Employee Disclaimer 109 <im oal'nternatlona 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 lmernatianal 111 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_ J — 1A . �/, A .,ii C11 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 .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever_ [INSERT SUPPLIER ENTITY NAME] Kimball International Brands, Inc. ?A-- 1ature f ��e,nr►-5 Name V f oC t`�nanr. Title 6--6.2.q Date Version March 19, 2024 OMNIA PARTNERS, PUBLIC SECTOR, INC. Signature Sarah Vavra Name Sr. Vice President, Public Sector Contracting Title Date 117 9 D., Exhibit fl Funds cations =. 6 m 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 (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process, Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. 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 offeror I (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES / Initials of Authorized Representative of offeror (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contractsthat meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319, 12935, 3 CFR Part, 1964-1965 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.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 Version March 19, 2024 124 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 orreported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis -Bacon Act provisions. Does offeror agree? YES Initials of Authorized Representative of offeror (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under40 U.S.C. 3702 of the Act, each contractor must be required to compute thewages 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 conditionswhich are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certfes 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 A envy resulting from this procurement process. Does offeror agree? YES Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable r q ents 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.G. 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 pursuantto 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 Federal Transit Administration (FTA) or Departmentof Transportation (DOT) funding is used by Participating Public Agency, Offeror also agrees to include Clean Air and Clean Water requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. Version March 19, 2024 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 applicable requirements as referenced in Federal Rule (G) above. Does offeror agree? YES Initials of Authorized Representative of offeror (H) Debarment and Suspension (Exec a Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal depar ent or agency, the offeror will notify the Participating Agency. Does offeror agree? YES / Initials of Authorized Representative of offeror (1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)--Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of, Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. Pursuant to Federal Rule (1) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that; (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or 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 Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. 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 for each such failure. (3) The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients 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 CFR § 200.333. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COOLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES II / Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Additionally: (1) The Contractor agrees to comply with 49 USC 53230) and 49 CFR Part 661, which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR661.7.A general public interest waiver from the Buy America requirements applies to microprocessors, computers, microcomputers, software or other such devices, which are used solely for the purpose of processing or storing data. This general waiver does not extend to a product or device that merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 5323(j)(2)(C) and 49 CFR 661.11. (2) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA- funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. The following certificates titled FTA and DOT Buy America Certification should be completed and returned with the response as part of FTA and DOT requirements. FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENTOF ROLLING STOCK CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §5323(j) The proposer hereby certifies that it will comply with the requirements of 49 U.S.C. 53230), and the applicable regulations of 49 CFR 661.11. Version March 19, 2024 127 Check for YES: r/ 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. 5323Q), but may qualify for an exception to the requirement consistent with 49 U.S.C. 5323Q)(2)(C), and the applicable regulations in 49 CFR 661.7. Check for YES: ❑ FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL OR MANUFACTURED PRODUCTS CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §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: t( OR Certificate of Non-Comoliance 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 Initials of Authorized Representative of offeror Offeror's Name: Kimball Internation 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(a kimbalIinternati al.com�A Signature of Authorized Representalive: �— Date CERTIFICATION OF COMPLIANCE WITH BUY AMERICAN PROVISIONS 7 CFR Part 210.21 School Lunch Procurement. The school food authority must include the following provisions in 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; (iii) The contractor's determination of its allowable costs must be made in compliance with the applicable Departmental and Program regulations and Office of Management and Budget cost circulars; (iv) The contractor must identify the amount of each discount, rebate and other applicable credit on bills and invoices presented to the school food authority for payment and individually identify the amount as a discount, rebate, or in the case of other applicable credits, the nature of the credit. If approved by the State agency, the school food 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 identify 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 (vi) The contractor must maintain documentation of costs and discounts, rebates and other applicable credits, and must furnish such documentation upon request to the school food authority, the State agency, or the Department. Unless 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 unmanufactured construction material mined or produced in the United States shall be used (see Subpart 25.6 — American Recovery and Reinvestment Act -Buy American statute for additional details). 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 perwnn-el for the purpose of interview and discussion relating to such documents. Does offeror agree? YES i / Initials of Authorized Representative of offeror U 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 `I ! Initials of Authorized Representative of offeror COMMUNITY DEVELOPMENT BLOCK GRANTS Purchases made under this contract may be partially orfully funded with federal grantfunds. Funding for 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 all 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. HUD-4010 Labor Provisions also applies to this contract. Version March 19, 2024 129 Does offeror agree? YES / Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc, as specifically noted above. Offeror's Name: 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 Tide of Authorized Representative: Dennis Gerber VP Finance Email Address: dennis.gerber@kimbalIinternatiionnal.co]m'% Signature of Authorized Representative: 10'^ ✓L Date: b-k-9,q 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. G 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, applytothis certificationand disclosure, if any. Signature of Contractor's Authorized Official VP -11 F-' ► 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-auideline-cDa-Drooram. 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 applicablelaws orprogram 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 Administrator or the Comptroller General of the United States. 14. CHANGES a. Standard. To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grantor cooperative agreement, and reasonable 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, orfraudulent claim, statement, submission, orcertification to the Federal Government 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 whole 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 Emil Address: dennis.gerber@kimballinternational.com Signature of Authorized Representative: Date: Version March 19, 2024 148 Appendix D, Exhibit G., NewJersey Business mpliance Documents Ki m bal l' I me r naf t o na l 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 DOC #1 STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1077, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Organization: Kimball International Brands, Inc. Oraanization Address: 1600 Royal Street, Jasper, IN 47546 Part I Check the box that represents the type of business organization: Mole Proprietorship (skip Parts 11 and III, execute certification in Part IV) 13Non-Profit Corporation (skip Parts 11 and 111, execute certification in Part IV) ®For -Profit Corporation (any type) OLimited Liability Company (LLC) Partnership 0 Limited Partnership 0 Limited Liability Partnership (LLP) DOther (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 shgga s if mere 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: �j I Date: I ( _1 ? DOC #2 NON -COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form: NON -COLLUSION AFFIDAVIT Statutory Reference: No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 Instructions Reference: Statutory and Other Requirements VII-H The Owner's use of this form is optional. It is used to ensure that the bidder has not participated in any collusion Description: with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive bidding. Version March 19, 2024 153 State of Indiana County of Dubois NON -COLLUSION AFFIDAVIT residing in ss: Jasper (name of affiant) (name of municipality) in the County of Dubois and State of Indian full age, being duly sworn according to law on my oath depose and say that: am VP Finance of the firm of (title or position) (name of firm) entitled Region 4 RFP 24-01 Furniture Installation and Related Services the bidder making this Proposal for the bid and that I executed the said proposal with Of (title of bid proposal) full authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the Region 4 Education Service Center (Tx) relies upon the truth of the statements contained in said Proposal (n ame of co ntractin g 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 sworn to before me this day J1W b 2 (Type or print nam of at C Notary public of Dulz My Commission expires (Seal) Version March 19, 2024 er signature) 5 COMT, Signature LZOZ„z.`.jagw2#doS ,f Saj{tlxA uolss{wwo3 Aye �.�°aNd�Q"�;`'•. 507ZZLl JegwnN uoisslwwa:) /.luno� sloynp u;7d7S;z_ eut?Ipul to aleig 'ol{qnd AJ1e1014 %�a •.,.•d� H�HJSI:l ABOV 4 ` pEY FISCHER '' •••• e Notary Public, tatof Indiana. y I SFAL* = * •• *? Commission DuboiCounty Number NP0722405 , i IAAA` My Commission Expires �,,,, ,., September 12, 2027 154 DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Kimball International Brands, Inc. Street: 1600 Ronal 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; XV 3. A photocopy of an Employee Information Report (Form AA302) provided by the Division of Contract Compliance and Equal Employment Opportunity in Public Contracts and distributed to the public agency to be completed by the contractor in accordance with N.J.A.C. 17:27-4. Public Work — Over $50,000 Total Proiect Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201. A project contract ID number will be assigned to your firm upon receipt of the completed Initial Project Workforce Report (AA201) for this contract. B. Approved Federal or New Jersey Plan — certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. 6-GW2,&/ Date Version March 19, 2024 Auth rized Signature and Title lid 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 #3, continued P.L. 1995, c. 127 (N.J.A.C. 17.27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, MVE nNAL AND SERVICE During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional orsexual orientation. The contractorwill take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional orsexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or otherforms of compensation; and selection fortraining, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants foremployment, notices to be provided by the Public Agency Compliance Officersetting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicablewill, in all solicitations oradvertisement foremployees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractoror subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting off iceradvising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places availableto employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractororsubcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional orsexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractorand its subcontractors shall furnish such reports orother documentsto the Affirmative Action Office as may be requested by the office from timeto time in order to cant' out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:271. Signature ofProcurement 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/dles/Dro2rams/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 contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at 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 —Ven or Information Vendor Name: I Kimball International Brands, Inc. Address: 11600 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. Dennis Gerber VP Finance Sigdature Printed Name Title Part II —Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount - - $ NONE ❑ Check here if the information is continued on subsequent page(s) Version March 19, 2024 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: 10 I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR 0 1 certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: 0 Partnership ® Corporation 0 Sole Proprietorship Limited Partnership 13Limited 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 Suqscribed and sworn before me this k7 day of AWM 2QH (Notary Public) My Commission expires: q-j�-),..'? Version March 19, 2024 Name: Home Address: Name: Home Address: Name: Home Address: n (A ant)LA Ev o— -R (Print name & title of affiant) (Corporate Seal) 6� Notary Public, State of Indiana ! Dubois County i:--'SEAL' Z Commission Number NP0722405 My Commission Expires September 12, 2027 162 DOC #6 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY-DMSION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 086250230 BID SOLICITATION # AND TITLE: Region 4 R P 24-01 Furniture Installation and Related Services VENDORNAME: Kimball International Rrands Inc. Pursuantto N.J S.A. 52:32-57, etseq. (P-L. 2012, c.25 and P.L.2021, CA) anyperson orentity thatsu bmits a bid or p roposal orotherwise proposes to entar hto orrenew a contract must certify thatneitherthe person norentity, norany ofits parents, subsidiaries, oraffiliaies, is identified on the New Jersey Departrrentof the Treasury's Chapter25 List as a person or entity engaged in investment activities in Iran. The Chapter25 list is found on the Division's website at h ,Ws://www.stat3.nl.us4reasury/Durchasp)DdfChaDtBr25L!St.Ddf. VendorslBidders must review this list prior to completing the below certification. If the Director of the Division of Purchase and Property finds a person orentity to be in violation of the law, s/he shall take action as maybe appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seekhg debarment orsuspension of the party. CHECK THE APPROPRIATE BOX ® I certify, pursuant to N.J.SA.52:32-57, et seq. (P.L2012, c.25 and P.L 2021, c.4),that neither the Vendor/Bidder listed above nor any of its parents, su bsidiaries, or affiliales is listed on the New Jersey Departmentof the Treasury's Chapter25 List of entitlesdetermined to be engaged in prohibited activities in Iran. OR ❑ I am unable to certiy as above because the Vendor/Bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury's Chapter25 List, I will provide a detailed, accurate and predse description of the activities of the Vendor/Bidder, prone of its parents, subsidiaries or affiliates, has engaged in regarding investment activities in Iran by completing the information requested below. Entity Engaged in Investment Activities Relationship to Vendor/ Bidder Description of Activities Duration of Engagement Anticipated Cessation Date `Attach Additional Sheets If Necessary. CERTIFICATION [,the u ndersgned, certify that I am authorized to execute this certifcatbn on behalfof the Vendor, that the foregoing information and any attachments hereb, b the bestof my knowledge are true and complete. / acknowledge thatthe State of New Jersey is reiying onthe inibrmation contained herein, and that theVendoris under continuing obligation from the date of this certification through the completion ofany contract(s) with the State to notify the State in writing of anychanges b the information contained hereh; that I am aware that it is a criminal offense to make a false statementormisrepresentation in this certification. If I do so, I maybe su bject to criminal p rosecution u nder the law, and it will constitute a material b reach of my contract(s)with the State, permitting the State to declare any contra*) resulting from this certification void and unenforceable. ( / .,J , Signature Dennis Gerber, VP Finance Print Name and Title � -6 -- Z'/ Date DOC #7 6•., Version March 19, 2024 o A DPP Rev. 12.13.2021 163 CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS Pursue nt to U.S.A. 52:32-60.1, et seq. (L. 2022. c. 3) any person or entity (hereinafter "Vendors") that seeks to enter into or renew a contract with a State agency forthe provision of goods or services, or the purchase of bonds orother obligations, must complete the certification below indicating whether or not the Vendor is identified on the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here: httDs://sa nctionssearch.ofac.treas.00v/. If the Departmentof the Treasury finds that a Vendor has made a certification in violation of the law, it shall take any action as maybe appropriate and provided bylaw, rule orcontract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, certify that I have read the definition of'vendor" below, and have reviewed the Office of Foreign Assets Control (OFAC) Specaly Designated Nationals and Blocked Persons list, and having done so certify: (Check the Appropriate Box) That the Vendoris not id entified on the OFAC SDecia Ilv Desia hated Nationals and Blocked Persons list on account of activity related to ,( A. Russia and/or Bela rus. 9 That I am unable to certify as to "A" above, because the Vendor is identified on the OFAC Soeciall_v Desionated Nationals B. and Blocked Persons list on account of activity related to Russia and/or Belarus. OR That I am unable to certify as to "A" above, because the Vendor is identified on the OFAC Soecially DesJ hated Nationals and BlocL-d Persons list. However, the Vendor is engaged inactivity related to Russia and/orBelarus consistentwith federal law, regulation, license C. or exemption. A detailed description of how the Vendor's activity related to Russia and/orBelarus is consistent with federal law is set forth below. V1 Q Signature of VendoTS Authorized Representative Dennis Gerber, VP Finance Print Name and Title of Vendor's Authorized Representative Kimball International Brands, Inc. Vendor's Name 1600 Royal Street Vendor's Address (Street Address) Jasper, IN 47546 Vendor's Address (City/State/Zip Code) (Attach Additional Sheets if Necessary.) .- 2-1) Da e 35-1688210 Vendor's FEIN 812-634-3013 Vendor's Phone Number 866-418-8516 Vendor's Fax Number kii�ovpkimballinternational.com Ven or's Email Address 1 Vendor means: (1) A natural person, corporation, company, limited partnership, limited liability partnership, limited liability company, business association, sole proprietorship, joint venture, partnership, sodety, trust, or any other nongovernmental entity, organization, or group; (2) Any governmental entity or instrumentality of a government, including a multilateral development instiution, as defined in Sectbn 1701(c)(3) of the International Financial Institutions Act, 22 U.S.C. 262r(c)(3); or (3) Ary parent, successor, subunit, direct or indirect subsidiary, or any entityunder common ownership or control with, anyentity described in paragraph (1) or (2). NJ Rev_ 1=024 DOC #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 12M 22, 1:11 PM N.J. Department of Treasury - Division of Revenue, On -Line Inquiry Taxpayer Name: Trade Name: Address: STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE Certificate Number: Effective Date: Date of Issuance: For Office Use Only: 20221216131101946 KIMBALL INTERNATIONAL BRANDS, INC. 1600 ROYAL ST GOX 201 JASPER, IN 47546-2256 0100376 December 30, 1988 December 16, 2022 https:Ilwwwl state.nj.usrrYTR_BRCJservleticommonlBRCLogin 1!1 166 r r� EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services & General Service Projects EEO/AA Evidence Vendors are required to submit evidence of compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 in order to be considered a responsible vendor. One of the following must be included with submission: • Copy of Letter of Federal Approval Attached • Certificate of Employee Information Report • Fully Executed Form AA302 • Fully Executed EEO-1 Report See the guidelines at: httDs://www.state.ni.us/treasurv/contract compliance/documents/Ddf/guidelines/pa.r)d f for further information. I certify that my bid package includes the required evidence per the above list and State website. Name: Dennis Gerber Signature: n� 1 Title: VP Finance Date: G - ( . z y 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 NJ.A.C. 17:27-1.1 et. seq. and the State Treasurer has approved said report. This approval will remain in effect for the period of 15-Feb-2024 to 15-Feb-2027 KIMBALL INTERNATIONAL BRANDS, IN( 1600 ROYAL STREET JASPER IN 47546 ELIZABETH MAHER MU010 State Treasurer 168 DOC #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 08625-0230 BID SOLICITATION # AND TITLE: Region 4 PFP 24-01 Furniture Installation and Related Services VENDOR NAME: —Kn3baIi International Brands. Imo. Pursuant to Public Law1995, c.134,a responsible Vendor/Bidder is required to provide a certification in compliancewith the MacBride Princoles and Northam lrelandActof1989. Pursuantto N.J.S.A. 52:34-12.2, Vendor/Bidder must completethe certification below by checking one of the two options listed below and signing whereindicated. If a Vendor/Bidderthat would otherwise be awarded a purchase, contractor agreement does not complete the certification, then the Director may determine, in accordance with applicable law and rules, that it is in the best interest of the State to award the purchase, contract oragreementto anotherVendod Bidderthathas completed the certification and has submitted bid within five (5) percent of the most advantageous bid. If the Directorfinds contractors to be in violation of the principles that arethe subjectof this law, he/she shall take such action as maybe appropriate and provided bylaw, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, on behalf the Vendor/Bidder, certify pursuant to N.J.S.A. 52:34-12.2 that: CHECK THE APPROPRIATE BOX The Vendor/Bidder has no business operations in Northern Ireland; or OR The Vendor/Bidderwill take lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance with the MacBdde principles of nondiscrimination in employment as setforth in section 2 of P.L. 1987,c. 177 N( J.SA. 52:18A-89.5) and in conformance with the United Kingdom's Fair Employment(Northem Ireland) Act of 1989, and permit independent monitoring of its compliance with those principles. CERTIFICATION I, the undersigned, certifythat I am authorized to execute this certification on behalfof the Vendor, that the foregoing information and anyatlachrr ants hereto, to the best of my knowledge are true and complete. I admowledge thatthe State of New Jersey is relying on the information contained herein, and thatthe Vendor is un der a continuing obligation from the date of this certification through the completion of any contract(s) with the State to notify the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so, I may be subject to crimhal prosecution under the law, and it will constitute a material breach of my contract(s) with the State, permitting the State to declare any contract(s) resulting from this certification void and unenforceable. n- Signature I Dennis Gerber, VP Finance Print Name and Title Version March 19, 2024 Date C-r,lZ4 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 IndoorAdvantage'" 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 International 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'lnternational 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. I. Kimball'lnternational 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 sF-- f e r e�c� Kim ball' I me r nat i s na l 196 Qualification and Experience References viii. Provide a minimum of 3 customer references relating to the products andservices within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. Kim bails) nfer naf iona 197 r ValueAdd A Ll 1 Y6_- ValueAdd A Ll 1 Y6_- 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 International 199 Products $40Wn (tOP image) Pm)ducts shown (Dfttom image) Lounge Seating: Col eite' and Grin' Lounge Seating:Idara f Occasional Table.- Cohen' O"as+oval Tables: Romilda" and LehF' stools: I rma" f Meeti ng Tables: Strasse Quick Delivery TO YOU IN 12 Kimball'International bmbaff NAMONA1„ W lllil'1'1101(In 200 Quick Delivery 7o 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, please Contact Customer Service at 800.482,1717. l U Kimbalflnternatianal km6allinternational.cxn/800482.1717/®2024Kimhal I international, Inc. /A:I rightsres rued_/KIBRSQD24 201 Value Add ec@ CHECKER � ARM.. u ium ecoChecker powered by ecomedes: httr)s:llkimballinternational.ecomedes.coml Kim ball International's ecoChecker tool is a digital database where you 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 ESG disclosures, LEER credits, and a growing number of enterprise declarations. The recycled content, certifications, and more are available for each product series. ecoCheckercan help with calculations and documentation, making it easy to evaluate how Kimball International furniture can contribute to sustainability efforts. res uaJr.e..e...g....pen..,+�+�.e...a...........m. a.�.�e...e,�a.•�..Y4' i4'srnball rote Mwry peee�v. rr.±:n...�e.rirv,w,wwe•+W+wrn+r�N W �N"�+iwn 7itlfer Mvfnup"' 6vtl .wow. a,aqo..«e„ua eeme mi.x• _' •2Mnwlpt� •vsifovwr.�w.. e...a. A..a.e;Ar.im.i.m,1 Nr K.wE rott�m rv�wMro.��wn .rCRN9¢fAMre �ovii�wl;ealww.amrc MrNNiG MO A�yp.cgrrf srsswcaes3 a Ysq kprcJ.rrwy 1, ]abt ry oK..eBer 31, Zpye SCSOv6a1 . r..4 -r few ram.-.=s,..�.. M rvf.'•-c rw��ur ,�bmlf•.+�nek`. Bea'. WAm'. Iqd'. Cn`.flin�de�w...r-.d•k a..lgd.ErcrR`. r�'.r.«•.rw•. reree+�r�Fut:�asnemn�.M.'ev�u!ra Wun prlw� pn—. �ewr.wu��. rxtrseMtpr.verv�y'-wrRf vn[M1neo'. �Y'. wrc—. 7AGk•.1W �4'.1AM". iAw, iuOM'. ice', VIY�, MubM WM� W/wY�H�rmiYdmn[nvr o�aWw�rruwa.[eNHrw iN�ri'rY�r�ar Maeml io W 4Vfl®.1N eYNIfFrmn 5•ewaElq S�wxWS regavemn eiLa•xF-Ai51 —�__ Yeti1 rM. 1, X2i Willy 31. 2.6 SCSglobal e Kim bail'I nfer naf Tana 202 Value Add Kimball International's Kolo Pods are accredited as a Certified Autism Resource I yL•- i 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 Anti -Eavesdrop Quality Tech Enabled Signihcant lyreduces Made withhigh-grade. Equipped with built-in speech intelligibility+ durable steel and power. ethemet. and noise by up to 33 d8. tempered safety data pens. glass. mot() @ 0 Flexible UL962 Listed Lifetime Warranty Equipped with easy- Extensive mechanical. Our Pods are backed to -use rollers so you durability. and by a best -in -class can roll them electrical testing- Limited Lifetime anywhere. 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. I. Kimball'lnternational 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 IN* Serious play., Attracting the Gaming for + New Higher _ Global Good Ed Leaner ~ 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: The Good Learner Education Platform LISTEN LISTEN - R LEARN MORE LISTEN Alternative Conversations: Attracting the New Higher Ed Learner LEARN MORE Kimball'lnternational 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 Kimball International research unlocks design features that amplify employee connection and belonging. Kimball International partnered with Ipsos. a global leader in market research, and Arigami, a distinguished intardisci pl i nary 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 rQSea rCh, which was Carried out by 8 team with diverse SkiNs in behavioral science, neuroaesthetics, and creative design innovation. HARVARD 3 Stanford � 4uklvFmrryor tr lrn� iry 9 Q7CBQRf7 f]CAMBRIDGE n n I o n fr1 I Contributors To Belonging This report aims to offer actionable, research -based insights to enhance belonging in the spaces we create. We're committed to design solutions rooted in rigorous research, tailored for today's evolving workplaces. Key Finding Utz Company Culture is IntflGatery linked to the sense of belonging, with five distinct culture types influencing how it is nurtured Key Finding AT There are four fundamental needs— connactron. wmmunity, comfort, and choice —that must be addressed in workplace design to create spaces for belongi ng. Key Finding n3. Sensory expwientes in the workplace affect belonging, engage men, and productivity. Thoughtful sensory design fosters meaningful conneCtions and s 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 International 205 Value Add _li`_ caw,s' 1 A, THE POWER OF DESIGN THINKING ELEV powered by 2 Kimbainniernational 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. Put us to the test 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 By Design 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 C.) ATLANTA 2282 Defoor Hills Rd NW Atlanta, GA 30318 WASHINGTON, D.C. 1300 Connecticut Ave NW, Suite 1150 Washington, DC 20036 r _ 40 4¢ LOS ANGELES 500 S Grand Ave, 24th Floor Los Angeles, CA 90071 hviiabg NEW YORK 215 Park Ave S, Suite 300 New York, NY 10003 Matterport scans are available for each location. We invite you to explore more here: Corporate Locations Kimball International 208 Appendix C, Doc #1: Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy �F Z. Kimbail'lnternafional 209 Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC's OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC's Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: ❑ We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. 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 believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) 4 --6 ^ 2q Date [) I 'J\� Vp l of �v'1 �'Pl C P Authorized Signature & Title 210 Do Not Disclose 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 I Append ix C, Doc #*e 8mtitrust Certificatic F J 1 4 r v r�3'.i Y:p ,•+ f �N�, i i �„yr �, f ` r M'TL :��r C,}•.+• �- � 1� fir. ? .,.-.y � �• .�rry� a'�` '+�` +� y:-�°��4$ l � Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.005) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: 1. 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 Siddnature Kelli Jenkins Official Authorizing Proposal Printed Name Trade Manager, Strategic Contracts Position with Company Sign ture Dennis Gerber Printed Name VP Finance Position with Company 213 •y-ii�ii�r� �f��a�� Appendix Doc Implementation o .... House Bill 1295 w Certificate of �t �L l � L Kimball lnlnr n,,-ifional 214 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 06/14/1983 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 o con 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 ode 2270 erification Form Kimbafi'lnternafional 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 business 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 a 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 httr)s://comptroller.texas.aov/Durchasina/docs/foreign-terrorist.Ddf. I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above -named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above -named Texas governmental entity. I swear and affirm that the above is true and correct. Signature of Named Authorized Company Representative Date 217 . i�N� - 0000 E Thank you for your thoughtful review of our response to the RFP for Furniture, Installation, and Related Services, Solicitation # 24-01. 'mi\ P, Aw�'A 0, Kimball International 1500 Royal Street -" Jasper, Indiana 47545 kimbal linternational.com 800.482.1717 rim City of Fort Worth, Texas Mayor and Council Communication DATE: 11/12/24 M&C FILE NUMBER: M&C 24-0970 LOG NAME: 13P COOP BUSINESS INTERIORS MC PMD SUBJECT (ALL) Authorize Agreements with Facilitech, Inc dba Business Interiors Using Various Cooperative Agreements as an Authorized Dealer for Various Manufacturers for the Purchase, Design, and Installation of Furniture for All City Departments Housed at New City Hall for a Combined Amount Up to $1,500,000.00 for the Initial Term and Authorize Four Consecutive One -Year Renewal Options for $1,725,000.00 for Renewal 1, $1,983,750.00 for Renewal 2, $2,281,313.00 for Renewal 3, and $2,623,509.00 for Renewal 4 RECOMMENDATION: It is recommended that the City Council authorize agreements with Facilitech, Inc dba Business Interiors using various cooperative agreements as an authorized dealer for various manufacturers for the purchase, design, and installation of furniture for all City Departments housed at New City Hall for a combined amount up to $1,500,00.00 for the initial term and authorize four consecutive one-year renewal options for $1,725,000.00 for renewal 1, $1,983,750.00 for renewal 2, $2,281,313.00 for renewal 3, and $2,623,509.00 for renewal 4. DISCUSSION: The Purchasing Division was approached by the Property Management Department (PMD) to procure an agreement for furniture and installation and design services for all City Departments housed at New City Hall. Facilitech, Inc. dba Business Interiors is the current provider of furniture as well as the installation and design at New City Hall. To ensure consistency and compatibility as additional or replacement furniture is purchased, staff recommends contracting with Facilitech, Inc. dba Business Interiors as an authorized dealer of various manufacturers for the purchase of furniture and installation and design using the cooperative contracts listed below. These agreements will be used for the purchase or replacement of furniture at New City Hall after the Future City Hall CMAR Agreement (CSCO 57973) has expired. Cooperative Cooperative Manufacturer Cooperative Cooperative Current Final Name Reference Expiration Expiration Date Date AIISeating Corporation TIPS 210305 5/31/2026 5/31/2026 IAndreu World Chicago TIPS 220303 5/31/2027 5/31/2027 (Egan Visual Corporation OMNIA Partners 07-86 9/30/2025 9/30/2030 IEnwork- ASSA Group DBA Enwork OMNIA Partners I R191819 I, 4/30/2025 _ 4/30/2025 IFellowes SOURCEWELL #091423-FELL 12/4/2027 12/4/2030 Magnuson Group OMNIA Partners 07-104 I 9/30/2025 9/30/2030 Mooreco Inc. TIPS I 230301 5/31/2028 5/31/2028 (National Office Furniture (Kimball International) I OMNIA Partners R191811 4/30/2025 4/30/2025 IOFS Brands SOURCEWELL #091423-OFS 12/4/2027 12/4/2030 (Special T OMNIA Partners 07-122 9/30/2025 9/30/2030 ISteelcase Inc. SOURCEWELL #091423-STI I 12/4/2027 12/4/2030 (Studio TK - TEKNION LLC SOURCEWELL #091423-TKN I 12/4/2027 12/4/2030 Stylex Inc - Stylex Seating TIPS 230301 4/31/2028 4/31/2028 IThe HON Company LLC. BuyBoard 667-22 3/31/2025 3/31/2025 IThe HON Company LLC. OMNIA Partners R191804 4/30/2025 4/30/2025 IVia Inc. OMNIA Partners 07-128 I 9/30/2025 9/30/2030 FUNDING: The combined annual amount for the initial term of the agreements is up to $1,500,000.00; however, the actual amount used will be based on the need of the department and available budget. RENEWAL OPTIONS: The agreements may be renewed up to four (4) consecutive one-year renewal options for up to $1,725,000.00 for renewal 1, $1,983,750.00 for renewal 2, $2,281,313.00 for renewal 3, and $2,623,509.00 for renewal 4. 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. FURNITURE REQUESTS: PMD has implemented a structured process and a designated form to address the purchase of furniture, installation and design services using this vendor for departments housed at City Hall. Departments shall submit a form using the New City Hall Facilities Management Routine Request which is found on the City intranet. Departments shall not purchase, design or install furniture at City Hall without Property Management Department approval. SUCCESSOR CONTRACTS: The City will initially use the BuyBoard, The Interlocal Purchasing System (TIPS), Sourcewell and OMNIA Partners (OMNIA) contracts listed above to make purchases authorized by this Mayor and Council Communication (M&C). In the event a BuyBoard, TIPS, Sourcewell and OMNIA 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, TIPS, Sourcewell and OMNIA Partners cooperative agreement is not extended, but BuyBoard, TIPS, Sourcewell and OMNIA executes new cooperative agreement(s) with substantially similar terms, this M&C authorizes the City to purchase furniture and services under the new BuyBoard, TIPS, Sourcewell and OMNIA contract(s). If this occurs, in no event will the City continue to purchase furniture 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, TIPS, Sourcewell 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. IlCooperative Name Solicitation Number Cooperative Reference Dates of Public Notices Bid Opened BuyBoard RFP 667-22 667-22 7/21 /2021, 7/22/2021, 7/28/2021, 7/29/2021 10/28/2021 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 II OMNIA Partners RFP 19-18 I R191819 11/7/2019, 11/8/2019, 11/14/2019, 11/20/20191 12/11/2019 II OMNIA Partners RFP 24-22 I 07-86 6/14/2022, 6/21/2022 OMNIA Partners RFP 24-22 07-104 6/14/2022, 6/21/2022 I OMNIA Partners RFP 24-22 07-122 6/14/2022, 6/21/2022 I OMNIA Partners RFP 24-22 07-128 6/14/2022, 6/21/2022 Sourcewell RFP 091423 I #091423-TKN 7/27/2023, 7/28/2023, 8/3/2023 Sourcewell RFP 091423 #091423-OFS 7/27/2023, 7/28/2023, 8/3/2023 Sourcewell RFP 091423 #091423-STI 7/27/2023, 7/28/2023, 8/3/2023 Sourcewell RFP 091423 #091423-FELL 7/27/2023, 7/28/2023, 8/3/2023 TIPS RFP 210305 I 210305 3/4/2021, 3/5/2021, 3/11 /2021, 3/12/2021 TIPS RFP 220303 I 220303 3/3/2022, 3/10/2022 I TIPS RFP 230301 I 230301 3/2/2023, 3/9/2023 7/21 /2022 7/21 /2022 7/21 /2022 7/21 /2022 9/14/2023 9/14/2023 9/14/2023 9/14/2023 4/16/2021 4/18/2022 4/21 /2023 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 budget, as previously appropriated, in the participating departments' Operating Funds to support approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Dana Burghdoff 8018 Oriainatina Business Unit Head: Reginald Zeno 8517 Marylin Marvin 7708 Additional Information Contact: Jo Ann Gunn 8525 Maria Canoura 2526 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIO 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. J 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. IVY' Name of Officer Aj 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 relatlonshlp 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? F1 Yes F1 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? F7Yes F--] No 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 ❑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). 71 �j ,✓. Signature of ven d g business witr he governmental entity Date Form provided by Texas Ethics Wmmisslon www.ethlcs.state.tx.us Revised 1/1/2021