Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63671
CSC No. 63671 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 The HON Company through Region 4 ESC Contract #R240117, 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 CITY SECRETARY 1. This Cooperative Purchase Agreement; FT. WORTH, Tx 2. Exhibit A — Product and Pricing Discount Matrix; 3. Exhibit B — Cooperative Agency Contract Region 4 ESC #R240117; 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: mamett(&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: V a, �4-4-� By: Valerie Washington (Jul 17, 2025 12:08 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 07/17/2025 APPROVAL RECOMMENDED: Name: Marilyn Marvin Title: Property Management Director FART np p OF=' /^\ P F'O9�d By: Name: Jannette Goodall `°nn nas44pp Title: City Secretary 1VA—W10Z9]A Facilitech, Inc. dba Business Interiors MM AriW By: Mary ArneV(Jul 16, 2025 11:06 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. notu� 44pcl(�v By: Denise Garcia (Jul 17, 2025 11:19 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 Hon.. OMNIA Region 4 Tier Total Order at List Tier Level 1$0- 1 $25,000 Tier Level $25,001- 2 $75,000 Tier Level $75,001- 3 $150,000 Tier Level 4 $150,001 & Above Systems & Pedestals 64.70 % 65.70 % 67.90 % Negotiable Product Series Abode Systems Abound Systems Accelerate Systems Brigade Pedestals Coordinate Empower Flagship Pedestals PET Desktop Screens Systems Accessories Universal Screens I-o 1 ` OVYTM Vertical & Lateral Files, Storage 55.40% 56.40 % 63.70% Negotiable Product Series 310 Vertical Files 510 Vertical Files Brigade Laterals Brigade Steel Bookcase Brigade Storage Cabinets Contain Flagship File Centers Flagship Laterals Flagship Storage & Bookcases Fuse Storage Accessories Storage Islands Total Order at List Systems & Pedestals All Other HON NOW Product All Orders 64.70% 51.10 % The NOw program will be based on the commercial product offering and terms. Any exceptions must be specifically noted. Tables, Desking, Casegoods 53.30% 55.00% 59.60% Negotiable Product Series 10500 Series Laminate Desking 1870 Series Laminate Bookcases 34000 Series Desking 38000 Series Desking Arrange Between Birk Tables Build Makerspace Build Tables Concinnity, Coze Desking & Table Accessories Flock Gravitation Height Adjustable Hospitality Huddle Laminate Occasional Tables Metro Desking MOD Desking (5 Year Warranty) Motivate Preside Scramble Occasional Tables Sculpt Tables Valido Laminate Desking Vesta Mobile Power Station Vol Laminate & Veneer Desking Workwall Desking HON Branded Seating 53.30% 55.00 % 59.60% Negotiable Product Series Accommodate Adjustable Task/Lab Stools Astir Collaborative Work Build Seating Cambia Ceres Cipher Cliq Cofi Convergence Endorse Flexion Flock Grove High Density Olson Stacker Ignition Ignition 2.0 Invitation Lota Mav SingLe Lounge Motivate Nucleus Nucleus Recharged Park Avenue Perpetual PiLlow-Soft Riley Ruck Wood Cafe Seating Accessories Skip SoCo Solutions Seating Solve Soothe Versant Volt West Hill HON 5 Year Warranty 55.30% 56.40 % 58.50% Negotiable Product Series 400 Series Assemble Client Contemporary Laminate OccassionaL Tables Coordinate Height Adjustable Bases Crio Desktop Riser Entire Exposure Wire Mgmt Strips Healthcare Accessories Task Chair Guest Chair Wave Manage Matter Mobile Peds Network Neutralize Parkwyn Prominent Scatter TopFlight Torch Unika Vaev Validate ValueTask Verse Wave Workplace Tools - Wobble Board, Footrest, Anti -Fatigue Mat, Chair Mats & Arms Education 53.30% 55.00 % 56.50% Negotiable Product Series Class-ifi Confetti Revel Roll Call SmartLink Storyline Tangram HBF Product 49.00% 49.00 % 52.00% Negotiable Product Series ALL HBF Product M Service Charge Basic Installation* Basic Installation will be a minimum of $90 per hour with a not to exceed maximum charge of $150 per hour. Standard Business Hours (8:00 am - 5:00 pm), Monday- Friday, dock door access and site free and clear for installation. Expanded Installation will be a minimum of $100 per hour with a not to exceed maximum charge of $350 per hour. Expanded Installation** Non -Standard Business Hours Monday- Friday, weekends and holidays. Expanded installation also includes, but is not limited to, sites 60 miles over main dealer warehouse, prevailing wage, union labor and major metropolitan areas. Minimum Installation Minimum of $200 per order may apply Design Design Services will be a minimum of $85 per hour with a not to exceed maximum charge of $125 per hour. Reconfiguration Reconfiguration will be a minimum of $125 per hour with a not to exceed maximum charge of $200 per hour. Project Management Project Management will be a minimum of $80 per hour with a not to exceed maximum charge of $200 per hour. (Storage Not to Exceed $5/sq ft/month after 30 days Inside Delivery will be a minimum of $90 per hour with a not to exceed maximum charge of $125 per hour. Inside Delivery Standard Business Hours (8:00 am - 5:00 pm), Monday- Friday, preapproved access pointand site free and clear for delivery. Minimum charge of $200. I Enhanced Services IYes EXHIBIT B REGION 4 EDUCATION SERVICE CENTER (ESC) Contract # R240117 for FURNITURE, INSTALLATION, AND RELATED SERVICES with THE HON COMPANY LLC Effective: December 17, 2024 The following documents comprise the executed contract effective: December 17, 2024 Vendor Contract and Signature Form II. Supplier's Response to the RFP III. Request for Proposal and Any Addenda, incorporated by reference APPENDIX A CONTRACT This Contract ("Contract') is made as of December 17, 2024 by and between The HON Company LLC ("Contractor') and Region 4 Education Service (;enter ("Kegion 4 L, c;G) for the purcnase of FIJRNITURF. INSTALLATION. AND RFLATFD SFRVICFS ("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)TERMINATION OF CONTRACT a) Cancellation for Non -Performance or Contractor Deficiencv. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: CONTRACT 2 i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Deliverv/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. d) Force Maieure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. CONTRACT 3 e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor's license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract for a period of up to one year beyond the term of the Contract. Notwithstanding the foregoing, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued under the Contract for a period of up to one year beyond the Contract term. 14) Deliverv. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. Additional Delivery/Installation Charges: Contractor may enter into additional negotiations with a purchasing agency for additional delivery or installation charges based on onerous conditions. Additional delivery and/or installation charges may only be charged if mutually agreed upon by the purchasing agency and Contractor and can only be charged on a per individual project basis. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Pavments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adiustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor's responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor's proposal. CONTRACT 4 Price reductions may be offered at any time during Contract. Special, time -limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time -limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Riahts. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor's pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor's pricing at Contractor's sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third - party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to CONTRACT 5 moving furniture, installing wiring for networks or power, and similar pre -installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC's discretion. Contractor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smokinq.. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Fundinq Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC's current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketinq.. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo CONTRACT 6 or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obliqations. It is Contractor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. CONTRACT 7 Docusign Envelope ID: 3058C82B-F5B5-4A64-A7E6-06D9120ED8F2 OFFER AND CONTRACT SIGNATURE 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 The HON Company LLC Address 600 East 2nd Street City/State/Zip Muscatine, IA 52761 Telephone No. 800-466 -8694 Email Address contractmanager@honcompany.com Printed Name Eric Schroeder Title Vice President, Finance - HNI Workplace Furnishings s Authorized signature DS Accepted by Region 4 ESC: Cw Corrected to 12/31 /2027 Contract No. R240117 Initial Contract Term 12/17/2024 to - - r�� ESCAut6orized Board Member 1,/Date074 Linda Tinnerman Print Name Region 4 ESC Authorized Board Mem r Date Victor E. White Print Name AVendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: ❑ Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) N 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.) 8/13/24 Review Section/Page Term, Condition, or The HON - Specification 10/15/24 - Per Region 4 - all Region 4 Appendix A, Contractor is prohibited from exceptions Section 10. Adding authorizing additional distributors or approved Authorized dealers, other than those identified Distributors/Deale at the time of submitting their rs, P.2 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. Exception/Proposed Accepted Modification (For Region 4 ESC's use) Contractor ctor as prohibited frArn New awtherizing aAdditional distributors or dealers, other than those identified at the time of submitting their proposal, can be added by Contractor to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time at washes to add an authorized distributor or dealer is added to their dedicated website. Purchase orders and payment can only may be made to the Contractor or authorized dealer unless Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor's pricing. Appendix A, Upon receipt of a written deficiency Section 11. notice, Contractor shall have ten Termination of (10) days to provide a satisfactory Contract, a) response to Region 4 ESC. Failure to Cancellation for adequately address all issues of Non- concern may result in Contract Performance or cancellation. Upon cancellation Contractor under this paragraph, all goods, Deficiency, P.2-3 materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. Appendix A, Section 11. Termination of Contract, c) Delivery/Service Failures., P.3 Appendix A, Section 11. Termination of Contract, e) standard cancellation, P.3 Appendix A, Section 14 Delivery, P.4 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. 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. 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. Upon receipt of a written deficiency notice, Contractor shall have a reasonable opportunity to cure and 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. Failure to deliver goods or services New 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 for comparable products in function, cost, and design, within a reasonable time period, for all expenses incurred. Region 4 ESC may cancel this Contract New 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 and Contractor will be compensated for work in progress. Conforming product shall be shipped Similar to current within the timeframe mutually agreed language to by the Vendor and the Purchasing Agency :7 .Jays of Feceipt of PLIF has A#eF. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. Appendix A, Upon prior written agreement Section 28 Stored between the Contractor and Region Materials, P.6 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. Appendix A, Indemnity. Contractor shall protect, Section 30 indemnify, and hold harmless both Indemnity, P.6 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. 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 GentFaeteF party in control of the location against loss and damage, unless otherwise agreed to by Contractor and Region 4 ESC. GentFaeteF The insuring party agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance delivery into Region 4 ESC control by Region ^ «G it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon Region 4 ESC's acceptance of non -defective, undamaged, product at time of delivery final acceptance. Similar to current language Indemnity. Contractor shall protect, New indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses to the extent caused by aFiSiRg eUt O e�- ~rx6xking f the negligent actions or willful misconduct 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. Exhibit A, Section All transactions, purchase orders, 1.1 Requirement, P.31 invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier or Supplier's Authorized Dealer and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier or Authorized Dealer for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier and/or Authorized Dealer is responsible for knowing the tax laws in each state. Exhibit A, Section Supplier commits the not -to -exceed Supplier vmpri& tka not +^ eed 2.2 Pricing pricing provided under the Master ^,,;a^d ndeF the Mast^. Commitment, Agreement pricing is its lowest available Agreement prieing is its lowes-t P.34 (net to buyer) to Public Agencies nationwide and further commits that if a Agencies nat;^.,, ide ,^: Participating Public Agency is eligible for ee m►niW that i -s Ptrticipstiftg lower pricing through a national, state, Agency is eligible feF Ie eF pFiGing regional or local or cooperative contract,t#Fc&bh i rsticrnl,,--W , ragienaleF the Supplier will match such lower '^^^' OF tive Rtra .+ the pricing to that Participating Public Supplier • •a" Fnat^h suEh IeweF PFiEing Agency under the Master Agreement. to that Participating Publi^ Ageney Supplier commits that price shall be equivalent to other cooperative state and local contracts held by the Supplier, buying the same product mix, for the same geographical areas, under the same terms and conditions. New Similar to current language Exhibit B, Section Supplier shall provide OMNIA Partners Supplier shall provide OMNIA Partners 13 Administrative with an electronic accounting report with an electronic accounting report Fee Reporting, monthly, in the format prescribed by monthly, in the format prescribed by P.44 OMNIA Partners, summarizing all OMNIA Partners, summarizing all Contract Sales for each calendar month. Contract Sales for each calendar The Contract Sales reporting format is month. The Contract Sales reporting provided as Exhibit C ("Contract Sales format is provided as Exhibit C Report"), attached hereto and ("Contract Sales Report"), attached incorporated herein by reference. hereto and incorporated herein by Contract Sales Reports for each calendar reference. Contract Sales Reports for month shall be provided by Supplier to each calendar month shall be OMNIA Partners by the 10th day of the provided by Supplier to OMNIA following month. Failure to provide a Partners by the 150th day of the Contract Sales Report within the time following month. Failure to provide a and manner specified herein shall Contract Sales Report within the time constitute a material breach of this and manner specified herein shall Agreement and if not cured within thirty constitute a material breach of this (30) days of written notice to Supplier Agreement and if not cured within shall be deemed a cause for termination thirty (30) days of written notice to of the Master Agreement, at Principal Supplier shall be deemed a cause for Procurement Agency's sole discretion, termination of the Master Agreement, and/or this Agreement, at OMNIA at Principal Procurement Agency's Partners' sole discretion. sole discretion, and/or this Agreement, at OMNIA Partners' sole discretion. Exhibit B, Section Administrative Fee payments are to be Administrative Fee payments are to be 14 Administrative paid by Supplier to OMNIA Partners at paid by Supplier to OMNIA Partners Fee Payment, P.44the frequency and on the due date within 30 days of calendar month end, stated in Section 13, above, for at she fFeq, • „,.,, „d on the due date Supplier's submission of corresponding stated in Lbw for Contract Sales Reports. Administrative Supplier's submission of Fee payments are to be made via corresponding Contract Sales Reports. Automated Clearing House (ACH) to the Administrative Fee payments are to be OMNIA Partners designated financial made via Automated Clearing House institution identified in Exhibit D. Failure (ACH) to the OMNIA Partners to provide a payment of the designated financial institution Administrative Fee within the time and identified in Exhibit D. Failure to manner specified herein shall constitute provide a payment of the a material breach of this Agreement and Administrative Fee within the time if not cured within thirty (30) days of and manner specified herein shall written notice to Supplier shall be constitute a material breach of this deemed a cause for termination of the Agreement and if not cured within Master Agreement, at Principal thirty (30) days of written notice to Procurement Agency's sole discretion, Supplier shall be deemed a cause for and/or this Agreement, at OMNIA termination of the Master Agreement, Partners' sole discretion. All at 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' sole lesser of one and one-half percent (1 discretion. All Administrative Fees not 1/2%) per month or the maximum rate paid when due shall bear interest at a permitted by law until paid in full. 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. OMNIA Partners will discuss with HON - OK allows for more time to report/pav OMNIA Partners will discuss with HON OK allow more tine Exhibit F, Federal The following provisions may be The following provisions may be Funds required and apply when Participating required and apply when Participating Certifications, Agency expends federal funds for any Agency expends federal funds for any Overview P.53 purchase resulting from this purchase resulting from this procurement process. Per FAR 52.204- procurement process. Per FAR 52.204- 24 and FAR 52.204-25, solicitations and 24 and FAR 52.204-25, solicitations resultant contract shall contain the and resultant contract shall contain following provisions. the following provisions, as applicable, when federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under this contract and/or purchase order prior to offeror's acceptance of the order. Exhibit F, Federal The following certifications and The following certifications and Funds provisions may be required and apply provisions may be required and apply Certifications, when Participating Agency expends when Participating Agency expends Appendix II to federal funds for any purchase resulting federal funds for any purchase Part 200, P.57 from this procurement process. resulting Pursuant to 2 C.F.R. § 200.326, all from this procurement process. contracts, including small purchases, Pursuant to 2 C.F.R. § 200.326, all awarded by the Participating Agency contracts, including small purchases, and the Participating Agency's awarded by the Participating Agency subcontractors shall contain the and the Participating Agency's procurement provisions of Appendix II subcontractors shall contain the to Part 200, as applicable. procurement provisions of Appendix II to Part 200, as applicable, when Exhibit F, Federal When federal funds are expended by Funds Participating Agency for any contract Certifications, resulting from this procurement Record Retention process, offeror certifies that it will Requirements for comply with the record retention Contracts requirements detailed in 2 CFR § federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under this contract and/or purchase order prior to offeror's acceptance of the order. 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 § Involving Federal 200.333. The offeror further certifies 200.333. It is the responsibility of the Funds, P.60 that offeror will retain all records as authorized Participating Agency to required by 2 CFR § 200.333 for a period notify the offeror if federal funds will of three years after grantees or be utilized to procure items under the subgrantees submit final expenditure resulting contract and/or purchase reports or quarterly or annual financial order prior to offeror's acceptance of reports, as applicable, and all other the order. The offeror further certifies pending matters are closed. 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. Acknowledged o-' Exhibit F, HON as completed the Exhibit F documents as part of the response Exhibit F, Federal When Participating Agency expends When Participating Agency expends Funds federal funds for any contract resulting federal funds for any contract Certifications, from this procurement process, offeror resulting from this procurement Certification of certifies that it will comply with the process, offeror certifies that it will Compliance with mandatory standards and policies comply with the mandatory standards Energy Policy and relating to energy efficiency which are and policies relating to energy Conservation Act, contained in the state energy efficiency which are contained in the P.60 conservation plan issued in compliance state energy conservation plan issued with the Energy Policy and Conservation in compliance with the Energy Policy Act (42 U.S.C. 6321 et seq.; 49 C.F.R. and Conservation Act (42 U.S.C. 6321 Part 18). et seq.; 49 C.F.R. Part 18). It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under the resulting contract and/or purchase order prior to offeror's acceptance of the order. Exhibit F, Federal To the extent purchases are made with To the extent purchases are made Funds Federal Highway Administration, Federal with Federal Highway Administration, Certifications, Railroad Administration, or Federal Federal Railroad Administration, or Certification of Transit Administration funds, offeror Federal Transit Administration funds, Compliance with certifies that its products comply with all offeror certifies that when requested Buy America applicable provisions of the Buy America prior to offeror's acceptance of an Provisions, P.60 Act and agrees to provide such order, offeror will certify whether its certification or applicable waiver with individual products comply to with all respect to specific products to any applicable provisions of the Buy Participating Agency upon request. America Act and agrees to provide Purchases made in accordance with the such certification or applicable waiver Buy America Act must still follow the with respect to specific products to applicable procurement rules calling for any Participating Agency upon free and open competition. request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Exhibit F, Federal The Contractor agrees to comply with 49The Contractor agrees, that when Funds USC 5323(j) and 49 CFR Part 661, which requested prior to Contractor's Certifications, provide that federal funds may not be acceptance of an order, to certify Certification of obligated unless steel, iron and whether its individual products Compliance with manufactured products used in FTA- comply with 49 USC 5323(j) and 49 Buy America funded projects are produced in the CFR Part 661, which provide that Provisions, (1) United States, unless a waiver has been federal funds may not be obligated P.60 granted by FTA or the product is subject unless steel, iron and manufactured to a general waiver. General waivers are products used in FTA-funded projects listed in 49 CFR 661.7.A general public are produced in the United States, interest waiver from the Buy America unless a waiver has been granted by requirements applies to FTA or the product is subject to a microprocessors, computers, general waiver. General waivers are microcomputers, software or other such listed in 49 CFR 661.7.A general public devices, which are used solely for the interest waiver from the Buy America purpose of processing or storing data. requirements applies to This general waiver does not extend to a microprocessors, computers, product or device that merely contains a microcomputers, software or other microprocessor or microcomputer and issuch devices, which are used solely for not used solely for the purpose of the purpose of processing or storing processing or storing data. Separate data. This general waiver does not requirements for rolling stock are set extend to a product or device that out at 5323(j)(2)(C) and 49 CFR 661.11. 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. Exhibit F, Federal The proposer hereby certifies that it will The proposer hereby certifies that Funds comply with the requirements of 49 when requested prior to proposer's Certifications, U.S.C. 5323(j), and the applicable acceptance of an order, it will certify Certification of regulations of 49 CFR 661.11. whether its individual products Compliance with comply with the requirements of 49 Buy America U.S.C. 5323(j), and the applicable Provisions, regulations of 49 CFR 661.11. Certificate of Compliance, P.60 Exhibit F, Federal The proposer hereby certifies that it will The proposer hereby certifies that Funds comply with the requirements of 49 when requested prior to proposer's Certifications, U.S.C. 5323(j)(1), and the applicable acceptance of an order, it will certify Certification of regulations in 49 CFR part 661. whether its individual products Compliance with comply with the requirements of 49 Buy America U.S.C. 5323(j)(1), and the applicable Provisions, regulations in 49 CFR part 661. Certificate of Compliance, P.61 Exhibit F, Federal Offeror agrees that all contracts it Offeror agrees that all dealer Funds awards pursuant to the Contract shall besubcontracts it awards pursuant to the Certifications, bound by the foregoing terms and Contract shall be bound by the Certification of conditions. foregoing terms and conditions. Applicability to Subcontractors, P.62 Exhibit F, Federal Purchases made under this contract may Purchases made under this contract Funds be partially or fully funded with federal may be partially or fully funded with Certifications, grant funds. Funding for this work may federal grant funds. Funding for this Community include Federal Funding sources, work may include Federal Funding Development including Community Development sources, including Community Block Grants, P.62 Block Grant (CDBG) funds from the U.S. Development Block Grant (CDBG) Department of Housing and Urban funds from the U.S. Department of Development. When such funding is Housing and Urban Development. provided, Offeror shall comply with all When such funding is provided and terms, conditions and requirements Offeror is notified prior to order enumerated by the grant funding placement, Offeror shall comply with source, as well as requirements of the all terms, conditions and requirements State statutes for which the contract is enumerated by the grant funding utilized, whichever is the more source, as well as requirements of the restrictive requirement. When using State statutes for which the contract is Federal Funding, Offeror shall comply utilized, whichever is the more with all wage and latest reporting restrictive requirement. When using provisions of the Federal Davis -Bacon Federal Funding, Offeror shall comply Act. HUD-4010 Labor Provisions also with all wage and latest reporting applies to this contract. provisions of the Federal Davis -Bacon Act. HUD-4010 Labor Provisions also applies to this contract. Exhibit F, Federal Offeror agrees to comply with all Offeror agrees to comply with all Funds federal, state, and local laws, rules, federal, state, and local laws, rules, Certifications, regulations and ordinances, as regulations and ordinances, as Community applicable. It is further acknowledged applicable. It is further acknowledged Development that offeror certifies compliance with all that offeror certifies compliance with Block Grants, P.62 provisions, laws, acts, regulations, etc. all provisions, laws, acts, regulations, as specifically noted above. etc. as specifically noted above and as applicable. Exhibit F, Federal (Initial Paragraph to this Section) (Initial Paragraph to this Section) Funds By submitting a proposal, the Supplier is By submitting a proposal, the Supplier Certifications, accepted these FEMA and Additional is accepted these FEMA and FEMA and Federal Funding Special Conditions Additional Federal Funding Special Additional Federal required by the Federal Emergency Conditions required by the Federal Funding Special Management Agency (FEMA) and other Emergency Management Agency Conditions, P.64 federal entities. (FEMA) and other federal entities, when applicable, federal funding is utilized, and Supplier is notified prior to order placement that the product and services are needed for a disaster or emergency situation. Exhibit F, Federal Federal Requirements Federal Requirements Funds If products and services are issued in If products and services are issued in Certifications, response to an emergency or disaster response to an emergency or disaster FEMA and recovery the items below, located in this recovery the items below, located in Additional Federal FEMA Special Conditions section of the this FEMA Special Conditions section Funding Special Federal Funds Certifications, are of the Federal Funds Certifications, are Conditions, P.66 activated and required when federal activated and required when funding may be utilized. applicable, federal funding may is utilized, and Contractor is notified prior to order placement. Exhibit F, Federal The contractor will include the portion The contractor will include the portion Funds of the sentence immediately preceding of the sentence immediately Certifications, paragraph (1) and the provisions of preceding paragraph (1) and the FEMA and paragraphs (1) through (8) in every provisions of paragraphs (1) through Additional Federal subcontract or purchase order unless (8) in every dealer subcontract ef- Funding Special exempted by rules, regulations, or PUFGhase eFdeF unless exempted by Conditions, 3. orders of the Secretary of Labor issued rules, regulations, or orders of the Equal pursuant to section 204 of Executive Secretary of Labor issued pursuant to Employment Order 11246 of September 24, 1965, so section 204 of Executive Order 11246 Opportunity, Item that such provisions will be binding of September 24, 1965, so that such 8, P.68 upon each subcontractor or vendor. The provisions will be binding upon each contractor will take such action with dealer subcontractor ewer. The respect to any subcontract or purchase contractor will take such action with order as the administering agency may respect to any dealer subcontract er- direct as a means of enforcing such PUFGhase eFdeF as the administering provisions, including sanctions for agency may direct as a means of noncompliance: 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. Exhibit F, Federal Offeror agrees to comply with all terms Funds and conditions outlined in the FEMA Certifications, Special Conditions section of this FEMA and solicitation, as applicable. Additional Federal Funding Special Conditions, Sign - Off, P.81 Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a dealer subcontractor er vender 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. Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions section of this solicitation..., as applicable. EDUCATION SERVICE CENTER 24-01 Addendum 6 The HON Company LLC 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 pre -proposal conference with the Procurement and Operations Specialist. Page 1 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 Contact Information Address: Finance and Operations 7145 West Tidwell Road TX 77092 Email: questions@esc4.net Page 2 of 42 pages Vendor: The HON Company LLC 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 The HON Company LLC Address 600 East 2nd Street City/State/Zip Muscatine, IA 52761 Telephone No. 800-466-8694 Email Address contractmanager@honcompany.com Printed Name Eric Schroeder Title Vice President, Finance - HNI Workplace Furnishings Authorized signature L/ Accepted by Region 4 ESC: Contract No. Initial Contract Term Region 4 ESC Authorized Board Member Print Name Region 4 ESC Authorized Board Member Print Name to Date Date The HON Company LLC Information Contact: Christine McCormick Address: 600 E 2nd Street Muscatine, IA 52761 Phone: (800) 466-8694 Email: contractmanager@honcompany.com Web Address: www.hon.com By submitting your response, you certify that you are authorized to represent and bind your company. Eric Schroeder Signature Submitted at 611012024 11:47:58 AM (CT) Requested Attachments OFFER AND CONTRACT SIGNATURE FORM contractmanager at7honcompany.com Email OFFER AND CONTRACT SIGNATURE FORM_HON.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.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 ESCs Open Records Policy.pdf Please complete the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy, located on the Attachments tab, and upload the completed document here. OMNIA Partners - Exhibit F Federal Funds Certifications Exhibit F - Federal Funds Redlined_HON.pdf Please complete the OMNIA Partners - Exhibit F Federal Funds Certifications, located on the Attachments tab, and upload the completed documents here. Value Add Attribute 52_Value Add—HON 632024. 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_HON.pdf Please complete the Antitrust Certification Statements, located on the Attachments tab, and upload the completed document here. Certificate of Interested Parties (Form 1295) Certificate of Interested Parties (Form 1295)_HON.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. Minority Women Business Enterprise Certification No response Please upload Minority Women Business Enterprise Certification if applicable. Page 3 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 Submit FEIN and Dunn & Bradstreet report. FEIN and Dunn & Bradstreet report_HON.pdf Upload FEIN and Dunn & Brandstreet report here. Products and Pricing Pricers—HON HBF.zip 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_HON.pdf Please complete the Texas Government Code 2270 Verification Form, located on the Attachments tab, and upload the completed document here. Additional Agreements Offeror will require Participating Agencies to No response sign. Upload any additional agreements offeror will require Participating Agencies here. Historically Underutilized Business Zone Enterprise (HUBZone) No response Please upload Historically Underutilized Business Zone Enterprise (HUBZone) if applicable. Other recognized diversity certificate holder No response Please upload other recognized diversity certificate holder if applicable. OMNIA Partners - Exhibit F Federal Funds Certifications Exhibit F - Federal Funds Redlined_HON.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 Business Compliance_HON.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 Attribute 12_Warranty_HON HBF.pdf Warranty Attribute 47 Authorized Distributors Dealers Listing_HON.pdf Authorized Distributors Dealers Listing HNI_2022_CSR_Report.pdf HNI 2022 CSR Report HON COI.pdf HON Certificate of Insurance HON Cover Letter.pdf HON Cover Letter Products and Pricing_HON Discount Matrix.pdf HON Discount Matrix Page 4 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 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. ❑ I have read and agree. 4 Products/Pricing - Upload on Response Attachments Tab Offerors shall provide pricing based on a discount from a manufacturer's price list, or fixed price, or a combination of both with indefinite quantities. Offeror may offer their complete product, and service offering as a balance of line. Prices listed will be used to establish the extent of a manufacturer's product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apple, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. The discount proposed shall remain the same throughout the term of the contract and at all renewal options. Price lists must contain the following: (if applicable) • Manufacturer Part # • Offeror's Part # (if different from manufacturer part #) • Description • Manufacturers Suggested List Price and Net Price • Net price to Region 4 ESC (including freight) 5 Is pricing available for all products and services? ,❑ Yes ❑ No 6 List the category or categories you are offering. HON and HBF are proposing their complete catalog of products and services including, but not limited to, the following categories: Systems Furniture; Freestanding Furniture; Seating/Chairs; Soft Seating; Filing Systems; Storage and Equipment; Cafeteria Furniture; Learning Spaces Furniture; Educational Office Furniture; Related and Ancillary Products, Accessories, and Solutions; and 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. Our proposal includes access to all new HON and HBF products and accessories; these products are offered based upon a discount off of list pricing. If you're interested in purchasing parts for our products, our Customer Support or an approved authorized dealer can provide pricing and support. Used furniture, trade-ins, leasing/financing options, service and repairs not covered by our warranty are not offered by The HON Company. Our authorized dealers may provide a quote a case -by -case basis, however these offerings will not be included as part of our contract offering. Page 5 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 8 Minimum Quantities Describe any minimums quantities. There are no minimum quantity requirements for the O IA Region 4 contract. We offer an attractive discount structure which provides higher discounts based upon the list size of the order, including a negotiated tier for large projects. pi 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. HON offers a wide array of product choices from tables to seating to systems components.? However, in the instance you cannot find a solution that works for your project, we offer the option to customize our standard products.?? Pricing for our customized products is dependent upon the modification requested; list pricing for the custom item will be provided at time of request on a case -by -case basis. Customized list prices are not included in our standard list pricer. ? HNI and HON are well versed in creating solutions to meet a customer's specific needs. Approximately 85% of our large projects contain customs that range from fabrics and finishes to the use of new materials, or alterations to existing products, or the creation of new solutions. We have a dedicated Tailored Products Group (TPG) who works closely with our sales team and customers to confirm the quality and safety of our customized products. Our Close the Deal (CTD) team physically mocks -up a sample of commonly large orders and significant specials, allowing us to evaluate the custom product itself and in the context of its eventual environment to ensure it meets all requirements.? Custom product for large jobs is essentially a single customer standard. All prints and bills of material are executed at the same level as a standard product. Once they are initially completed, they flow seamlessly thereafter. Our TPG team meets daily with Operations and Supply Chain to ensure the custom requests in house advance as planned, and to review new requests to make sure the entire team is prepared and committed.? We offer an ability to deliver tailored product solutions in a seamless manner. Because HON manufactures our special applications products in-house, we have much better control of quality, cost, lead times, and warranty than other manufacturers. It's the best of both worlds: the responsiveness of a custom shop, with the resources of a large manufacturer.? Specials may include:? • Custom sizes? • Special laminate requests — fulfilling requests for laminates not available in our standard offering • Special paint finishes — assisting with requests for competitor's paint colors • Special fabric applications — accommodating requests for products with more than two fabrics • And MORE!? Please contact your dealer partner or salesperson, to start the custom process.?If the special is approved, a list price will be provided, and it will be assigned a "SPL" model number to manage the product through the order process. 1 Describe ordering methods, tracking, and reporting. 0 HON will be utilizing our nationwide network of authorized dealer partners to provide quoting, ordering, delivery, and services to our mutual customers. Summary of the ordering process: contact an authorized dealer, who will provide a detailed quote and instructions on how to create a PO; send the completed PO to the authorized dealer, who will review your order for accuracy and submit it directly to HON; HON and our authorized dealer, will work through delivery, installation, and issue resolution. HON and HNI use a supply -chain visibility platform named FourKites for tracking HON shipments. This service provides our Customer Support teams with real-time updates and visibility to shipments across the country. Authorized dealers place orders using a specific contract number assigned to the OMNIA contract for ease and accuracy of capturing O IA associated sales volume to meet reporting requirements and deadlines. Shipping Costs Describe any shipping charges. 1. Describe delivery charges along with definitions for: a. Dock Delivery b. Inside Delivery c. Deliver and Install Deliveries shall be freight prepaid, FOB Destination and will be included in all pricing offered unless otherwise stated in writing. ? Dock delivery is included in our offered discounts and requires purchaser to off-load the shipment. Delivery location must have a dock and proper 53' trailer clearance. ? Inside delivery includes the authorized dealer off-loading the product into the facility. ? Deliver and Install includes receipt, inspections, and assembly of items delivered to specified areas of the facility by the authorized dealer. Additional charges will apply for inside delivery and installation which will be quoted on a project -by -project basis. Page 6 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 1 Warranty Pricing 2 Provide pricing for warranties on all products and services. HON products are backed by the industry -leading HON Full Lifetime Warranty at no additional cost to the customer. In the unlikely event that any HON product or component covered by the HON Full Lifetime Warranty should fail under normal workplace use as a result of defective material or workmanship, HON will replace any product that can't be repaired with comparable product, or refund the purchase price. The complete terms of the warranty are available at hon.com/warranty. Please view Attribute 12_Warranty attachment for a printed version. 1 Describe any return or restocking fees. 3 HON's dealer network works closely with customers to ensure product needs are clearly identified and that the product selections meet these needs. Therefore, the need to return is minimal. In the event a return is being considered, the dealer will assist the customer in this process. Most HON and HBF products are made -to -order, so restocking is not usually viable. Returns for made -to -order products, if approved, that are not a result of damage, order entry error, etc., may be subject to a return fee of up to 45% of the invoiced amount plus the cost of return freight. Upon receipt of necessary information regarding the return, HON or HBF will issue a return authorization to the customer outlining items to be returned and where the items should be shipped. All returns must be made within 30 days after the return authorization is issued. Merchandise must be returned in the original shipping cartons with proper inner packing and is subject to inspection before acceptance. 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. Not all needs are the same, from a single project to outfitting multiple buildings of office furniture, HON is willing to work with our customers to create a tailored product and pricing solution. Below are some typical examples of the added ways HON can support our customer's procurement requirement needs. These incentives are negotiated on a per opportunity basis: • Additional pricing incentives for sole source agreements, committed volume, bulk buys and product standardization. • As noted above, we also offer negotiable pricing on individual projects based upon total list order size. 1 Verification of Contract Pricing 5 Describe how customers verify they are receiving Contract pricing. Ensuring Participating Agencies feel confident they are receiving accurate pricing and products under our Master Agreement is important to HON. There are multiple ways in which we approach compliance. For example, our Business Development Managers work one-on-one with each of our nationwide network of authorized dealers to ensure they are properly trained on the products, pricing, and requirements of the OMNIA Partners contract. HON has developed several tools our dealers can utilize to ensure eligible contract users receive accurate pricing, they include Compass and the Contract Summary Document. Please view Attribute #82 for more information about ensuring accurate contract pricing. 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. Payments can be made to The HON Company via check, credit card, EFT, ACH, or wire transfer. For payments by credit card, please contact our Customer Support Team at 800-466-8694. We accept all major credit cards except for Discover. At this time, we do not have any surcharge fees associated with credit card payments. If changes in economic factors should cause the need for an additional fee, we will submit a request for approval from Region 4 ESC prior to implementation. Page 7 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 1 Frequency of Pricing Updates 7 Propose the frequency of updates to the Offeror's pricing structure. Describe an proposed indices to guide rice p q Y p p 9 Yp p g p adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. Updates may be no more frequently than quarterly. Pricing adjustments are generally requested on an annual basis after HON has announced the nationwide increase. Certain economic factors could warrant the need for a more frequent request. We will submit the proposed price increase in compliance of Region 4 and OMNIA Partners contract guidance. At no time will standard discounting to Region 4 and OMNIA Partners change during the term of the contract, unless the change results in more favorable pricing for the end customer. Price increases will be proposed to list price only and will generally be based upon supplier and material cost increases. 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? Our product development efforts create end -user solutions that are relevant, differentiated, and focused on quality, aesthetics, style, sustainable design, and reducing manufacturing costs. We also continuously improve and enhance existing products through ergonomic research, improved manufacturing processes, alternative materials, and engineering support and training in each of our operating units. New products are generally introduced quarterly and will be priced similarly to like products within a product category. For instance, new task seating products will receive the same discount as current task seating products on contract. If, for some reason, new products do not adequately align with current categories, we will submit our new products for consideration with an explanation as to why they do not meet the current criteria. HON will follow the requirements of the contract for new product introductions. 1 Are repurpose or end of life programs offered? If so, explain the process. 9 In the effort to keep HNI products out of the landfill, even after years of regular use, our company is actively researching ways to give our products a second life. To this end, we have partnered with Asset Network for Education Worldwide® (ANEW ft a non-profit founded in 2004 to repurpose used office furnishings. Through HNI's partnership with ANEW®, customers can repurpose their products, support local and national organizations, and reduce waste. Many of our dealers have Furniture Take Back, Pre -Owned Furniture, and Decommissions Programs to help with these efforts and support their local communities, such as donating furniture to local organizations. Additionally, we provide disassembly diagrams and environmental data sheets for our products. These documents detail information on product materials and recyclability. They are intended to inform and support our customers on how to effectively recycle our products at the end of their useful life. 2 Are product loaner programs available? If so, explain the requirements. 0 Product loaner programs are not available at this time. Should we introduce this as an option in the future, we will work with OMNIA to understand if it is mutually beneficial to this service to our contract. 2 Describe experience with Prevailing Wage and Bacon -Davis. 1 The HON Company, utilizing our authorized dealer partners, has decades of experience servicing public sector agencies. Prevailing wage and Davis -Bacon Act requirements are familiar provisions found in many of HON's public sector contracts. HON monitors and maintains contract compliance with applicable federal and state regulations. Since authorized dealers perform or facilitate services on behalf of HON, we flow down prevailing wage and Davis -Bacon Act contract requirements to our authorized dealers and require each to certify compliance with such provisions prior to receiving authorization to service HON's public sector contract. 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 g, 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. Page 8 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 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. 1 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 8 Emergency Orders Describe how Offeror responds to emergency orders. We make our best effort to meet the requested dates of our customers within our standard lead times for the products being rush ordered. There is a non -discountable 3.5% list up -charge if a date earlier than our standard lead times is required. If the emergency or rush delivery is a result of a dealer error or The HON Company's error such as shortage, damage, etc. HON will make every effort to expedite the product at no cost to the OMNIA Partner member. When you work with HON, you work with specialists in all areas, including customer support, order management, and production scheduling. These individuals form a tightly integrated team to ensure everything possible is done so that you receive your complete order on time. The HON team will leverage our multiple production facilities across the United States and extensive distribution network to provide the best possible outcome for each emergency order. 2 What is Offeror's average Fill Rate? 9 For HNI and HON , fill rate equates to lead time. Our Compass software allows dealers to create quick and accurate quotes that immediately provide them with estimated lead times. Should a product have extended lead times, our authorized dealer will work with the customer to provide alternative solutions rapidly. On average, our lead times range from 4-6 weeks, at times as fast as 3 weeks. Our promise to deliver durable, reliable products efficiently and quickly remains intact. Like most manufacturers, our business has been impacted by the market dynamics effecting demand, supply chain and logistics, and labor. HNI has developed and deployed a strategic response plan to address these dynamics and mitigate the impact to our valued clients. Page 9 of 42 pages Vendor: The HON Company LLC 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. We monitor Complete and On -time shipments and report results to leadership daily. We maintain a 97% complete shipment result and a 95% on -time performance metric for truckload deliveries. Transit times and conditions vary based on size, distance and final destinations. HON and HNI use a supply -chain visibility platform named FourKites for tracking HON shipments. This service provides our Customer Support teams with real-time updates and visibility to shipments across the country. Authorized dealers place orders using a specific contract number assigned to the OMNIA contract for ease and accuracy of capturing OMNIA associated sales volume to meet reporting requirements and deadlines. 3 Describe Offeror's history of meeting the shipping and delivery timelines. 1 The HON and HNI delivery model is unequaled for on -time delivery performance using a measurement called Complete and On -time (COT) to assess delivery performance. Our COT is tracked on a daily basis in all of our manufacturing facilities. The industry standard for on -time performance is to be measured in weekly increments however, this type of approach overlooks daily performance failures and disguises the true impact on the client. At HON, we calculate COT by dividing units produced by units scheduled to get a daily score. Examples of these metrics are below: Measuring COT for Production: Units produced divided by units scheduled equals percent complete. Distribution COT: Orders shipped divided by orders dispatched by hour equals percent COT. We monitor Complete and On -time shipments and report results to leadership daily. We maintain a 97% complete shipment result and a 95% on -time performance metric for truckload deliveries. 3 Describe Offeror's return and restocking policy. 2 HON's dealer network works closely with customers to ensure product needs are clearly identified and that the product selections meet these needs. Therefore, the need to return is minimal. In the event a return is being considered, the dealer will assist the customer in this process. Most HON and HBF products are made -to -order, so restocking is not usually viable. Returns for made -to -order products, if approved, that are not a result of damage, order entry error, etc., may be subject to a return fee of up to 45% of the invoiced amount plus the cost of return freight. Upon receipt of necessary information regarding the return, HON or HBF will issue a return authorization to the customer outlining items to be returned and where the items should be shipped. All returns must be made within 30 days after the return authorization is issued. Merchandise must be returned in the original shipping cartons with proper inner packing and is subject to inspection before acceptance. 3 Describe Offeror's ability to meet service and warranty needs. 3 Please reference our complete warranty information on https://www.hon.com/warranty or in the attachment Attribute 12_Warranty. After the project is completed, in the event of a warranty issue, our authorized dealers will continue to provide support to our customers. The warranty process begins with the authorized dealer using our Quick Claim Tool. The dealer will enter the required information into the Quick Claim Tool, which creates a work order for the warranty issue at hand. Once this work order is approved, HON will work with the manufacturing and other necessary teams to quickly find a resolution to the issue. After reviewing the information, a decision will be made to resolve the issue by sending replacement parts or full replacement of the product. Customer Support will notify the dealer of the resolution plan and any additional information (including order numbers). 3 4 Describe Offeror's customer service/problem resolution process. Include hours of operation, number of services, etc. Our Customer Service team can provide sales, product information, and warranty services between the hours of 8:00 am and 5:00 pm CST, Monday through Friday. In addition, we accept emails and orders 24 hours a day and commit to respond to all inquiries within 8 hours of receipt during normal business hours, striving for complete resolution in 48 hours or less. General inquiries and warranty claims are processed by a team of service professionals following a 'Quick Claim' process. Orders greater than $500K list are assigned to a project coordinator to streamline order entry, align production and delivery schedules based on your requirements, and monitor for speedy punch resolution. The dedicated project coordinator maintains close contact with the servicing dealer from the time of award until completion, supporting the planned installation timeline. If an issue is unresolved in a timely manner, we involve our CS leadership team to get resolution. Page 10 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 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. Invoices are created and released at the time of order shipment with payment terms of Net 30 days. Agencies and dealers both have the capability to monitor and pay invoices within HON's Oracle system. The agency or dealer being invoiced will be able to review and print invoices, monitor due dates, process ACH payments, and dispute amounts all in one simple and functional online platform. In addition, a dedicated Credit Analyst is available to assist with any issues or questions the agency or authorized dealer may have about Oracle or invoices. There are no additional fees when using a credit card/p-card for payment. Please note that payment terms and acceptable methods of payment can be found in Attribute 16. 3 6 Transition Plan Describe Offeror's contract methodology/implementation/customer transition plan. Within 30 days of the award, The HON Company will: • Partner with OMNIA Partners, at their discretion, to create and launch a co -branded press release announcing the new contract award. • At OMNIA Partners direction, we will announce the award of the contract through any and all social channels, as well as company website • Design, publish, and distribute co -branded marketing materials • Publish and maintain a dedicated OMNIA Partners internet-based web page homepage on our website which may include: OMNIA Partners standard logo, copy of original Request for Proposal, copy of contract and amendments between Principal Procurement Agency and HON, summary of products and pricing, marketing materials, and an electronic link to OMNIA Partners' website including the online registration page, as well as a dedicated toll free number and email address for OMNIA Partners questions and concerns. Within 60 days of the award, The HON Company will: • Commit and schedule attendance and participation in national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and company -specific trade shows, conferences and meetings throughout the term of the Master Agreement. • Commit and schedule attendance with and exhibit at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by HON. In addition, HON commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. • Design and publish advertising pieces in national and regional trade publications where applicable • Meet with authorized dealers within the first 60 days of the award date to establish a written sales execution plan that will maximize potential sales efforts with the OMNIA Partners contract. The business plan will include, but is not limited to: annual sales volume commitment for the OMNIA Partners contract, organization commitment outlining the number of sales representatives the dealership will have accountable for their OMNIA Partners sales goal, identify target OMNIA Partners for business development planning, commitments outlining specific marketing initiatives that each dealership will commit to use in order to engage OMNIA Partners, including: e-mail campaigns, special events (open houses, showroom events, customer appreciation events, etc.), OMNIA Partners marketing material distribution plans, and product presentations. Within 90 days of the award, The HON Company will: • Initiate and continue to publish, market, and promote material such as case studies, collateral pieces, presentations and promotions to all members • Conduct on -going OMNIA Partners contract training with the dealer sales force, this training will continue throughout the life of the contract: • Discuss authorized users of the contract, pricing and service requirements, etc. • Identify and schedule appointments with key OMNIA Partners to inform them about HON's products and pricing on the OMNIA Partners contract • Understand how we can help them meet or exceed their purchasing requirements • Schedule OMNIA Partners joint marketing events with HON Dealers and OMNIA Partners. • Encourage our HON dealers to join and participate in professional associations and organizations that include OMNIA Partners and volunteer to speak at various organizations that have an interest in HON product, services and solutions. 3 Describe the financial condition of Offeror. 7 HON is a wholly owned subsidiary of HNI Corporation; it is our policy not to disclose financial information by brand. HNI Corporation is publicly traded on the New York Stock Exchange under the symbol HNI (NYSE: HNI). HNI Corporation had the following revenues for the past 3 years: 2023 $2,434,000,000 2022 $2,361,800,000 2021 $2,246,947,000 In fiscal 2023, HNI Corporation had net sales of $2.4 billion, of which $1.7 billion was attributable to the workplace furnishings portion of our business. HNI Corporation has a financial rating of 5A2 with Dun & Bradstreet — the best available rating. To review the Annual Report, please visit https://investors.hnicorp.com/financials/annual-reports/default.aspx. Page 11 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 3 Provide a website link in order to review website ease of use, availability, and capabilities related to 8 ordering, returns and reporting. Describe the website's capabilities and functionality. https://www.hon.com/industry/government/omnia-partners. This website provides access to the most current price list, discount matrix, contract requirements, and ordering contact information to assist agencies in finding information quickly and is accessible without a login or password. Multiple resources are available for download on our dedicated OMNIA website including; how to order information, government look -book, HON-OMNIA digital lookbook, HON-OMNIA education lookbook, authorized dealer list, and HON NOW (quickship) program overview. We also provide digital tools to make the specifying and purchasing process easier, such as our Award Winning CET extension, Product Configurator, Digital Catalog with enhanced content including videos. 3 Describe the Offeror's safety record. 9 In 2022, HNI set ergonomic goals for manufacturing for the first time in company history. Members are empowered to recognize ergonomic hazards, identify early warning signs of work stress, and apply principles of prevention from product development through product manufacturing and product delivery. HNI members consistently work safer than the industry average. With our insistence that members report all concerns, including strain/sprain discomfort, our Restricted Duty Incident Rate is higher than the industry average but has resulted in a significantly lower Recordable Lost Time Incident Rate. Current HNI Workplace Furnishings rates: • 12-month OSHA Recordable Incident Rate 2.72 • 12-month OSHA Restricted Duty Rate 1.48 • 12-month OSHA Recordable Lost Time Incident Rate 0.47 4 Describe Offeror's green or sustainability program. What type of reporting or reviews are available to U participating agencies? We continue to build on our strong foundation and launch new initiatives to lead HNI into the future. These initiatives are based on our belief that tomorrow must be more inclusive, safer, and more sustainable than yesterday to meet the pressing challenges ahead. We anchor this work in our corporate social responsibility (CSR) strategy called CORE: Conscious Operations and Responsible Environments. CORE is HNI's blueprint for the future to promote respect and a place for all members, reduction of our environmental and climate impacts, and creation of more sustainable products. Our CSR report is updated every two years and can be viewed publicly on HNICorp.com. Additionally, ad -hoc environmental reporting and reviews can be provided upon agency's request. Please review attribute 63, the attached HNI 2022 CSR Report, and visit https://www.hnicorp.com/social- responsibility for more information. 4 Describe any social diversity initiatives. 1 HNI and HON are dedicated to fostering an inclusive workplace through HNI Belong, a broad -ranging strategy deeply rooted in our culture of fairness, respect, integrity, trust, transparency, and collaboration. Our commitment to HNI Belong and Diversity, Equity, and Inclusion (DEI) reflects HNI's core belief in creating a community for everyone where we value using each other's differences in experiences and ideas to solve problems and better serve our customers. HNI Belong focuses on three key areas: Leadership Commitment and Alignment, Diverse Talent, and Inclusive Workplace and Member Engagement. Please review attribute 64, the attached HNI 2022 CSR Report, and visit https://www.hnicorp.com/social-responsibility for more information. 4 Provide example(s) of general guidance on executing strategies for successful adoption of new 2 polices, processes and procedures. Successful adoption relies on unified teams working together to ensure clear understanding of intent, expectations, and desired outcome of new policy, process and or procedure. Our sales team, customer support team, and dealer partners, have extensive experience working with the OMNIA Partners contract. When OMNIA adopts a new policy, process, or procedure, our compliance team ensures understanding, our learning & development team aligns terminology to the culture and determine the correct training methodology while our leaders and sales members disseminate this information to our internal teams as well as our dealer partners through various means such as training sessions, marketing materials, and sales resources. Furthermore, we ensure that the dedicated OMNIA website, accessible to our sales members, Government Customer Support Team, and dealer partners, is regularly updated with the latest information. Page 12 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 4 Provide a brief history of the Offeror, including year it was established and corporate office location. 3 The HON Company is headquartered in Muscatine, Iowa and was incorporated in 1944 as Home-O-Nize. Eventually we began using the acronym HON that people know today. In addition to our Muscatine manufacturing facilities, we also have manufacturing facilities strategically located throughout the United States and markets our products through a nationwide network of loyal dealer partners. Today, HNI Corporation manages multiple office furniture brands - including Allsteel, Gunlocke, HBF, and HON. HON has a wide breadth of education and workplace furniture including seating, storage, workstations, tables and casegoods. The 70-year success of HON and HNI has grown the corporation to over $2 billion in annual sales and to become a leader in the office furniture industry. 4 Describe Offeror's reputation in the marketplace. 4 HON is a trusted leader and a highly recognized name in the office furniture industry. We've earned the respect of our partners, customers, suppliers, and community but also the recognition of several business, industry, and design publications - manufacturing and distribution awards. We take pride in crafting office furniture with quality and style. Our breadth of products reflects a keen understanding of the workplace. This is why our product innovations are strongly focused on responding to the needs of our customers. HON has a team ready to listen and understand our end users' specifications to create the best solutions. We strive for flawless execution and have the capacity to support hundreds of trucks daily, shipped nationally and internationally. For over half a century, our core values of honesty, integrity, fairness, and respect have been foundational to our enduring relationships. Our culture of continuous improvement drives us in all aspects of our business. 4 Describe Offeror's reputation of products and services in the marketplace. 5 At HON, we create award -winning workplace and educational solutions that celebrate fresh designs and clever features, built to stand the test of time. Your vision is our vision —working with HON means never sacrificing quality or style to create the space you want and deserve. HON products are backed by the industry -leading HON Full Lifetime Warranty. HON has received numerous product awards over the years including Wirecutter's Most Popular Picks of May 2023 and Forbes Vetted: Best Office Chair for Ignition 2.0, People's Choice Best Furniture & Design product for Flexion, and Interior Design 2023 Best of Year Awards for Confetti in the Educational Furniture category. In addition, in 2024 HNI Corporation was named as One of the Best Companies to Work For as well as being listed as #31 of 500 of America's Most Responsible Companies. 4 Describe the experience and qualifications of key employees. 6 Ric Andersen - VP and GM, Sales and Service. Ric directs all nationwide commercial contract business for The HON Company. Ric has held executive sales leadership roles within The HON Company's parent and sister companies; led national, international, and multinational teams in B2B and B2C environments. Misael Munoz Director, Regional Sales Public Sector. Misael develops and executes sales strategies tailored to government and education sectors and collaborates with cross -functional teams to ensure alignment with our go -to market and client expectations. Christine McCormick, Public Sector Senior Contract Analyst. Christine will serve as the main contact for the Contracting Administration. With over 23 years of experience in the office furniture industry, she is a highly skilled and knowledgeable contract analyst with previous roles at HNI in Sales Operations and Customer Support. Christine is responsible for overseeing the public sector and local government contracts. 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? Please view attachment Attribute 47_Authorized Distributors Dealers Listing for our list of authorized dealers. The HON Company is proposing to add dealers without prior written approval from Region 4. We are committed to keeping an updated dealer list on our dedicated website and notifying Region 4 and O IA when any adjustments occur. Page 13 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 4 Describe Offeror's experience working with the government sector. 8 The HON Company is a leading designer and manufacturer of workplace and classroom furniture for the government, public sector and non -profits. Since 1982, HON has been a leading federal contractor of office furniture. HON was awarded the OMNIA Partners contract in April 2010, formerly TCPN, and we have seen double digit growth every year. In 2014, OMNIA Partners became HON's lead nationwide public sector cooperative contract that is offered in all 50 states. We have an experienced and dedicated cross -functional Government team that includes sales, service, marketing, finance, technology, and contract management. Our dedicated Government Customer Support team has a solid foundation of government order knowledge and is available to both our Government end customers and dealers. Our nationwide network of dealers works directly with The HON Company and our end customers to manage an order from time of quote until delivery, inspection and acceptance. 4 Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers 9 and directors. HON is a wholly owned subsidiary of the HNI Corporation which is a fortune 1,000 company. HNI 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. 5 References U Provide a minimum of 3 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. Cypress Fairbanks School District I Houston, TX I Debbie Garcia 1 (832) 904-1793 1 deborah.garcia@cfisd.net 197 Schools in Cypress Fairbanks School District - Cypress Fairbanks District in Houston, Texas had a bond passed in 2019 to build or renovate 71 schools in Harris County since 2019 with $15.5 million. The HON Company has provided furniture to many of these bond projects but most notable, Sprague middle school in 2023 resulting in $1.9 million list award providing students with furniture that meets the needs of 21st century learning. Upcoming projects include Sampson, Tibbs, Post, and 8 other elementary school projects for summer 2024 install. Cypress Fairbanks School District has 61 elementary schools, 21 junior high schools and 15 high schools and is the third largest school district in the state of Texas. NOLA Education I New Orleans, LA I Kyle Clark 1 504-250-3461 1 kclark@nolaed.edu I NOLA Education, a private company, leads an academic program in public schools across the United States, dedicated to enhancing the academic performance of underperforming students. Since 2020, The HON Company has successfully managed projects exceeding $10 million list in value for NOLA Education in various schools nationwide. Our commitment to fostering premier learning environments is reflected in our high - quality furniture solutions, designed to enhance educational experiences for both teachers and students. We recently received an additional order of $1.7 million list for several schools in the Midwest, further cementing our partnership and shared dedication to educational excellence. County of York Pennsylvania I York, PA I James D. Runshaw Director of Facilities 128 East Market St. York PA 17401 1717.324.5395 1 JDRunshaw@YorkCountyPA.gov I Multiple County and City Projects — The HON Company has been a standard for the County of York for the past 24 years servicing nine of their county building for all furniture needs. The County of York services 440,000 people and is known for their big city amenities, with small town charm. HON has provided workstations, freestanding furniture, seating, tables, and storage. York County history runs deep, since 1794, and has played a large part in American heritage. York is one of the fastest growing counties in Pennsylvania. Des Moines Public Schools I Des Moines, IA I Jamie Wilkerson 1 515-242-7700 1 james.wilkerson@dmschools.org I Des Moines Public Schools is the largest school district in Iowa with having 71 facility buildings district wide. Since 2013, HON has processed $10M+ list worth of projects at these various facilities as they look to improve their schools and facilities. We (HON) are continuously cultivating premier learning environments and will soon be adding an additional focus specifically around furniture needs for the teachers as Des Moines Public Schools is looking to retain and attract the top talent of educators. Jackson Elementary School is the most recent project that will be installing this summer ('24) of around $400K list. Page 14 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 5 Value Add Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. Please see our Value Add Attachment uploaded to Attribute #52 for additional enhancements that HON has to offer, including ? HON NOW, ? 2-day customized seating options, ? Textile Innovations, ? Product Configurators, etc... 5 Value Add 2 Furniture and related products not noted in categories can be included as a Value Add, include any fees such as installation, delivery options, setup/cleaning, design/layout, custom, special orders, etc. 5 Competitive Range 3 It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. 5 Past Performance 4 An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. 5 Additional Investigations 5 Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. 5 Supplier Response 6 Supplier must supply the following information for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. Page 15 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 5 7 Brief history and description of Supplier to include experience providing similar products and services. Guided by timeless values, a culture of membership, and a commitment to service, The HON Company is a leading designer and manufacturer of workplace furniture for the government, public sector, and non -profits. The HON Company began when founder, C. Maxwell Stanley, foresaw a post-war housing boom at the end of WWII. He had the idea to start a manufacturing company that would put returning GI's to work. With the help of his brother-in-law; Clement T, Hanson began making steel kitchen cabinets under the business called "Home-O-Nize". Following a severe steel shortage after the war, the Home-O-Nize focus shifted from the home market to the contract business. The company survived the steel shortage by designing products that could be made from leftover scrap metal. Because the name Home-O-Nize no longer fit the company's business focus, we began using the acronym H-O-N which later became HON. We officially became HON Industries in the 1960's. Today, HNI Corporation manages multiple office furniture brands — including HON, Allsteel, Gunlocke, and HBF. But it all started with HON, and we're still the largest operating company under HNI. A lot of people perceive premium design as synonymous with high prices. But that's a concept we flat-out reject. Why should a chair made with quality materials and thoughtful craftsmanship only be available to a certain set of customers? It's a question that's driven our company since 1947, when the first HON office furniture was released. And it still does today. We use our expertise in industrial design, product modeling and scalable production to create modern, quality office furniture that's available for everyone —not just huge corporations with limitless budgets. For 75 years, we've advocated for a design process focused on efficiency and scalability—a process we continue to refine to deliver award -winning workplace and educational solutions at affordable prices. Today, our designs encourage organizations everywhere to provide the workplace amenities their employees expect while fostering productivity, focus, and collaboration. Since 1982, HON has been a leading federal contractor of office furniture. HON was awarded the OMNIA Partners contract in April 2010, formerly TCPN, and we have seen double digit growth every year. In 2014, OMNIA Partners became HON's lead nationwide public sector cooperative contract that is offered in all 50 states. References noted in Attribute 50 provides additional details on our experience providing similar products and services to our customers. 5 Total number and location of salespersons employed by Supplier. 8 Our sales organization consists of over 100 experienced professionals empowered to serve the needs of our customers. Our sales professionals are aligned to specific regions within the United States. Inside Sales and Support: 27 Business Development Managers/Associates: 65 Regional Market Managers: 6 Regional Vice Presidents: 2 Director, Regional Sales: 2 Director of Public Sector Sales: 1 Education Sales Managers: 3 VP and GM, Sales and Service: 1 5 Number and location of support centers (if applicable) and location of corporate office. 9 Headquartered in Muscatine, Iowa, The HON Company has manufacturing facilities strategically located throughout the United States and markets its products through a nationwide network of loyal dealers and retailers. HON Corporate Address: The HON Company 600 East 2nd Street, Muscatine, IA 52761 HON has resource centers located in the following markets for use by customers: Muscatine, IA New York, NY Washington, DC HON understands that our government, public sector, and non-profit customers often have their own unique set of needs. Our dedicated Government Customer Support team. is located in Muscatine, Iowa. The hours of operation are 8 a.m. — 5 p.m. CST, Monday -Friday. The team is available at 800.466.8694 or e-mail GovernmentSupport@hniworkplacefurnishings.com. Our general customer service line is also available from 7 a.m. — 6 p.m. Monday through Friday CST to ensure support of all time zones. 6 0 Annual sales for the three previous fiscal years. 1 $2,434,000,000 1 6 Annual sales for the three previous fiscal years. 1 1 $2,361,800,000 1 L6 Annual sales for the three previous fiscal years. 2 1 $2,246,947,000 1 Page 16 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 Describe any green or environmental initiatives or policies. 6 3 6 4 HNI's corporate social responsibility mission drives us to respect people, reduce our impacts, and redefine tomorrow by fostering transparency and empowering our members to do and be better. In 2020, HNI developed our first carbon emission reduction targets that were approved by the Science Based Targets initiative (SBTi). These targets are in line with the GHG reductions required to meet the Paris Agreement goal of keeping global warming below 1.5 degrees Celsius. HNI is working to reduce absolute combined Scope 1 and 2 GHG emissions 35% by 2025 from 2018 baseline and reduce Scope 3 GHG emissions 40% per ton of products sold by 2035 using innovative product life cycle assessments. Since 2020, HNI has sourced 100% renewable electricity for global operations. Since 2018, we reduced combined Scope 1 and 2 GHG emissions by 64%. HNI joined RE100, a global corporate leadership initiative led by the Climate Group in partnership with CDP. As a member, HNI pledged to source 100% renewable electricity annually by 2030, which we met in 2020 and will continue to meet annually. We were recognized as one of the EPA Green Power Partnership's National Top 100 green power users for our efforts. Our goal is to cut our energy intensity by 50% by 2035. In our 2022 baseline energy audit, we discovered that our intensity has risen since 2018, and our total energy usage has declined. Absolute energy has decreased almost 8% from 2018. By 2030, HNI aims to achieve zero waste to landfill for all facilities. We diverted over 70,000 tons of waste from the landfill in 2021 and 2022. The majority of HNI waste (63%) is now recycled or diverted from the landfill. The solid waste produced in our facilities (37%) goes to the landfill. Since 2018, our total water consumption has decreased by 30%. We design products to be repairable by providing replaceable parts, and we educate our customers, dealers, and installers on ways to fix or retrofit products to make them last longer. Our products meet or exceed industry performance standards, which typically represent a 10-year Iifespan. When our products do finally reach the end of their useful lives, we want to see component materials recycled locally and kept out of landfills. We provide environmental data sheets and disassembly diagrams to our customers, which detail the materials used in the products and provide guidance on which components can be recycled. As of 2022, we have 34 Environmental Product Declarations and plan to continue this work annually. By 2025, we are aiming to understand the chemical constituents down to 100 parts per million (ppm) for 100% of our materials by spend across the portfolio. Our packaging is the first point of contact between customers and our products. HNI is focused on eliminating all non -recyclable packaging materials by 2025, including eliminating Styrofoam. As of the end of 2022, our HNI Workplace Furnishings division omitted nearly 3.2 million parts of EPS from product packaging and achieved over 46% reduction. Our product development teams continue to identify packaging solutions, and in the process, have found several types of non -recyclable foam beyond EPS that are used in our product packaging. In several cases, we have been able to replace the non -recyclable foam with recycled corrugated cardboard, and we are continuing to research alternative materials. This requires engineering design and testing to ensure uncompromised product delivery and quality. Please review the attached HNI 2022 CSR Report or visit https://www.hnicorp.com/social-responsibility for more information. HNI is proud to announce that we will be completely free of intentionally added PFAS in our standard textiles and finishes in July of 2024. We are actively working with our suppliers and partners to transition our finishes to PFAS free versions, so that we able to provide quality product without harsh chemical treatments. Diversity Programs Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. HNI comprises the brands of Allsteel, Gunlocke, HBF, and HON. HNI maintains various levels of supplier diversity, for both direct and indirect supply chain requirements. At HNI, we recognize the value of offering opportunities to small, minority, woman -owned, SDVOB, HUB, HubZone and other historically disadvantaged businesses that meet our primary objective of unrivaled product quality. HNI actively evaluates global supply sources and their abilities to offer total cost reduction, without sacrifice to our primary objective of supreme product quality. Our philosophy is to select trading partners based on capabilities and essential business criteria. HNI and HON plan to maximize MWBE participation in the OMNIA Region 4 contract by partnering with our local trade partner for services such as project management, design, delivery, installation, and service after the sale. We are confident that the model we propose will be both relevant and authentic based on service level capabilities, proven track record, and strong infrastructure to support this contract. It is our goal to seek true partnerships with diverse suppliers, distributors, and service providers that provide us the opportunity to deliver the best quality, value, and performance. We have dealers with the Small Business, HubZone, SDVOB, MWBE certifications nationwide. Certifications can be requested from the authorized dealers by eligible Purchasing Agencies. There are no additional costs associated with OMNIA Partners customers accessing our dealer partner network to support diversity. Page 17 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 6 Minority Women Business Enterprise 5 ❑ Yes ,I❑ No 6 If yes, list certifying agency: 6 1 No response 6 Small Business Enterprise (SBE) or Disadvantaged Business Enterprise 7 ❑ Yes 1 No 6 If yes, list certifying agency: 8 1 No response 6 Historically Underutilized Business (HUB) 9 ❑ Yes ❑ No 7 If yes, list certifying agency: U 1 No response 7 Historically Underutilized Business Zone Enterprise (HUBZone) 1 ❑ Yes ❑ No 7 If yes, list certifying agency: 2 1 No response 7 Other recognized diversity certificate holder 3 ❑ Yes ,❑ No 7 If yes, list certifying agency: 4 1 No response 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. HON supports diversified partners through our supplier and dealer networks. Specifically, we search and identify potential suppliers and dealer partners that obtain statuses such as Service -Disabled Small Business, Veteran - Owned Small Business, Service -Disabled Veteran -Owned Small Business, Woman -Owned Small Business and HUBZone status. We encourage diversified suppliers to participate in our proposal processes and have a program that measures supplier diversity as defined by the U.S. government. Our business model contains a relatively large proportion of made -to -order business, so it is critical suppliers and dealer partners are a good match for our business needs, as well as meeting the standards of our end customers. Certifications can be requested from the authorized dealers by eligible Purchasing Agencies. Page 18 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 7 Describe how supplier differentiates itself from its competitors. 6 HON is the commercial and educational furnishings brand that helps customers make their space work, with lasting function customers can depend on, a fresh look, and clever features, all at a reasonable price. HON customers benefit from our decades of manufacturing experience and expertise, extensive product line, and broad dealer network. And they can be assured of HON's commitment to flawless orders, on time and accurate every time. We take the time to understand our customers' environments and goals, to create workspace solutions that work best for them. With one of the industry's leading product development cycles, we innovate quickly and build what our customers want at a price they can afford, one of many ways in which HON sets ourselves apart from our competitors. An example of innovation fueled by our product development process is our product line called SoCoTM, which launched this year. SoCo—an intuitive modular lounge series designed to encourage the ease of both collaborative and focused work —offers ample comfort, unlimited configuration possibilities, and a soft, tailored aesthetic for productive shared spaces. Actions speak louder than words, but our words must also explain how we act. A key function of our "customer first" mission is how we communicate; this is a complex, often - overwhelming industry, and our goal is to make buying furniture easier. We partner with our authorized dealers who service our customers on a local level. Our authorized dealer partners are ambassadors of our brand and are held to our high service standards through dealer agreements. With our extensive network of authorized dealers HON can service any customer anywhere in the U.S. We also provide them with the right tools to make the specifying and purchasing process easier, such as our Award Winning CET extension, Product Configurator, Digital Catalog with enhanced content including videos. We recently adopted "make your space work" into our communications, and it's more than just a tagline. It's a four -word statement about what HON products can help customers achieve. "Make your space work" means something very personal to every single customer who encounters that message. We have a cohesive energy across the company, and we have the ability to be relevant to every different customer and their needs. This approach, like many others at HON, is holistic; it's an all -hands- on -deck effort across departments to ensure customers have access to the products and solutions they need and when they need them. Those elements allow us to differentiate ourselves from our competitors with products that meet real -world needs, flawless execution, dedicated member culture and commitment to our partners. Our competitors are smaller in size and name brand recognition, develop less -than full -line products, offer limited solutions and tend to have restricted distribution and dealer networks. HON is proud to distribute to 599 unique dealer partners. We believe our history with OMNIA Partners supports our position as an industry leader in furniture at the best total value. 7 Litigation, Bankruptcy or reorganization 7 Describe any present or past litigation, bankruptcy or reorganization involving supplier. HON is a wholly owned subsidiary of the HNI Corporation. HNI 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 company'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 company's financial condition, although such matters could have a material effect on the company's quarterly or annual operating results and cash flows when resolved in a future period. 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. To the best of our knowledge, The HON Company has not had any debarment or suspension actions taken against us. Page 19 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 Distribution, Logistics 8 0 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. At HON, we create award -winning workplace and educational solutions that celebrate fresh designs and clever features, built to stand the test of time. Your vision is our vision —working with HON means never sacrificing quality or style to create the space you want and deserve. Task, Multipurpose & Lounge Seating - Like a trusted co-pilot, your office chair should be intuitive, supportive, and adaptable. Whether you're brainstorming with colleagues in a conference room or putting the finishing touches on a solo project in a private office, we're designing ergonomically minded task seating that keeps busy people comfortable, focused, and productive, no matter where the day takes you. Desking & Casegoods- Whether you take most of your meetings from a quiet corner office or you're brainstorming in an energetic shared space, your desk determines the efficiency and organization of your workflow. From height -adjustable capabilities to integrated power hubs to smart storage additions, HON's got a command central that delivers powerful performance you want and deserve. Tables - A well -designed, expertly crafted table is the conduit every collaborative space needs to stay connected. With mobile and height -adjustable options, customizable aesthetics, and thoughtful attention to detail, HON's adaptable, multipurpose table collection encourages engagement and productivity with seamless ease. Storage, Vertical & Lateral Files - Has gone beyond simple filing cabinets and lockers. Whether you want a colorful, personalized place to stash your protein bars and running shoes or a comprehensive, multifunctional system that protects important paperwork, we're changing the way workplaces stay organized and on task. System & Pedestals - Workflow may vary during the week, but the efficiency of where you get it all done shouldn't. Busy professionals need a customized HQ that meets the demands of the day. And to us, that means dependable, flexible workstations that keep you focused, organized, and ready to succeed. Education - Today's comprehensive classroom goes beyond simple desks and chairs. At HON, we're thinking outside the box when it comes to education environments, and that means a comprehensive portfolio of dynamic, multipurpose solutions designed to spark imaginations, encourage inclusivity, and support connection in every space of every school. HON products are also backed by the industry -leading HON Full Lifetime Warranty. In the unlikely event that any HON product or component covered by the HON Full Lifetime Warranty should fail under normal workplace use as a result of defective material or workmanship, HON will replace any product that can't be repaired with comparable product or refund the purchase price. The complete terms of the warranty are available at hon.com/warranty. Hickory Business Furniture, dba HBF, warrants to the original purchaser that its products are free from defects in materials and workmanship for a period of twelve (12) years from date of shipment, except as noted below. This warranty applies to single shift (standard 8- hour day, 5 days per week) use, and covers products delivered in the Americas: Canada, the Caribbean, Latin America, Mexico and the United States. 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. The HON Company will utilize our manufacturing and distribution facilities to produce quality products which will be delivered directly to OMNIA Partners customers or through our authorized dealer partners. Utilizing our nationwide network of over 599 authorized dealers, in addition to our own logistics capabilities, HON can reach any OMNIA Partners customer in any area. As HON's lead, nationwide cooperative contract, there are no restrictions on the areas which will be covered by the Agreement. Products and services under this Agreement will be provided to all OMNIA Partners customers within the Continental U.S. (48 Contiguous), including U.S. territories and outlying areas. For shipments outside the Continental U.S., additional charges and alternate lead times may apply. Page 20 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 Distribution 8 2 8 3 8 4 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. Ensuring Participating Agencies feel confident they are receiving accurate pricing and products under our Master Agreement is important to HON. There are multiple ways in which we approach compliance, below is an overview of how Participating Agencies can confirm they are receiving products in accordance with the Master Agreement. Through our authorized dealers: Our Business Development Managers work one-on-one with each of our nationwide network of authorized dealers to ensure they are properly trained on the products, pricing, and requirements of the OMNIA Partners contract. HON has developed several tools our dealers can utilize to ensure eligible contract users receive accurate pricing, they include Compass and Contract Summary Document. Compass is our online pricing tool made available to dealers. Compass provides exact net pricing for eligible products, based upon order size, discounts, and list prices approved on the contract. Compass allows dealers the ability to create quick and accurate price quotes for customers. The Compass tool ensures our dealers can provide agencies with accurate contract pricing and products — reducing the need for agencies to issue modifications. Participating Agencies can request a copy of the Compass quote through our authorized dealer partner or can contact HON directly. Our contract summary document provides our dealers with an overview of the pricing, products, and terms and conditions, including an overview of eligible customers, products approved under our contract, list pricer in effect, pricing for approved services, product discounts, and ordering instructions. A contract summary document is completed for each individual state that executes a Participating Addendum. Through our Government Customer Support Team: Our Government Customer Support Representatives are trained on the requirements of our Federal, State, Local, and Cooperative contract programs and provide informed responses to both our end customers and our nationwide network of dealers. Government Customer Support members have been formally trained to answer product, warranty, ordering, pricing, delivery, and other types of questions within an industry -leading response time. Government Customer Support team is available between the hours of 8:00 a.m. — 5:00 p.m. Monday through Friday CST to answer phone and e-mail inquiries. Our general customer service line is also available from 7:00 a.m. — 6:00 p.m. Monday through Friday CST. Through Systematic Parameters (Oracle EBS): HON uses an Order Entry system called Oracle EBS. Each participating agreement is assigned a unique 4-digit code in this system which allows us to accurately isolate and identify all orders placed under the agreement. The 4-digit code also aligns to the pricing, product, and terms and conditions of each individual contract ensuring each order receives accurate, real-time, contract pricing. The 4- digit code will support only those products identified as eligible on the contract. Logistics Identify all other companies that will be involved in processing, handling or shipping the products/services to the end user. HON's breadth of products and services, the scale and capability of our manufacturing, and the strength of our distribution enables us to provide the most efficient means of processing, handling, and shipping of products to public agencies nationwide. HON will utilize our nationwide network of authorized dealer partners to supply quoting, ordering, delivery, installation and services. HON enters into an agreement with our Authorized Dealer partners based upon the evaluation of their form and method of conducting business, business acumen, capacity to render service with respect to our products, financial stability, and business reputation. Authorized Dealers are required to sign commitments that ensure servicing levels, standards, and terms and conditions are maintained. HON uses truckload, LTL (less -than -truckload) and FedEx to carry deliveries. The carrier pool varies by shipping location. HNI also uses a third -party logistics provider to load plan deliveries, Schneider Logistics. Logistics Provide the number, size and location of Supplier's distribution facilities, warehouses and retail networks as applicable. HON is a wholly owned subsidiary of HNI Corporation and maintains its corporate headquarters in Muscatine, Iowa, and conducts operations at locations throughout the United States as well as in India and Mexico, which house manufacturing, distribution, and retail operations and offices totaling an aggregate of approximately 11.6 million square feet. Of this total, approximately 3.2 million square feet are leased. In addition, many of our authorized dealers have showrooms where HON furniture can be viewed. Cedartown, GA 555,000 sq ft I Garland, TX 211,000 sq ft I Hickory, NC 210,000 sq ft 16 locations Muscatine, IA 2,211,000 sq ft I Wayland, NY 750,000 sq ft I Saltillo, MX 540,000 sq ft I Mechanicsburg, PA 252,000 sq ft I Iowa City, IA 300,000 sq ftj Salt Lake City, UT 109,000 sq ft Ontario, CA 179,544 sq ft Page 21 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 8 5 8 6 Marketing and Sales 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. HON has and will continue to support the OMNIA Partners contract as our go -to nationwide cooperative agreement. Our executive sales leadership team, including the VP and GM of Sales and Service and Director of Public Sector, will continue to position this contract within our internal sales teams and our authorized dealer partners as the primary tool within our public sector strategy. The success of our leadership team to drive this message forward is evidenced by our strong year over year sales growth under the Region 4 contract. Below is an overview of our in-depth nationwide roll -out plan for our authorized dealers and internal sales teams. Dependent upon these awards, our plan at a minimum, is to: Within two (2) days from the date of award: • We will notify our leadership and Sales team about the details of the contract award. • We will create a marketing e- Communication that will be sent to all authorized dealers under the new OMNIA Partners contract • Contract Summary documents will be created to outline the terms of the new agreement for our authorized dealer partners Within one (1) week from the date of award: • We will begin updating the already established, dedicated, OMNIA Partners webpage on hon.com. • We will hold meetings with our HON Sales team and Government Customer Support team to review the pricing, product, and key requirements of the contract. Within one to two weeks from the date of award: • Our Sales team will begin training our nationwide network of OMNIA Partners dealers on the pricing, product, eligible participating agencies and key requirements of the contract as well as create individual market plans to drive sales growth in their coverage areas. • We will support approved contract pricing and products within our ordering systems by using our online pricing tool, Compass, and our Contract Summary Document that will be uploaded to our internal site for Business Development Managers to reference and distribute to our nationwide network of OMNIA Partners dealers. Within one month of award: • Our executive sales leaders will engage OMNIA Partners leadership to schedule business review meetings. Monthly funnel review at a local level in addition to Quarterly overall review will take place to ensure proper growth where opportunities present themselves. • Expected meetings with key customers to include: overview of Region 4 ESC; explanation of benefits of cooperative purchasing; benefits of OMNIA Partners over other cooperatives; and benefits of HON offering and our "Right to Win." • Our Director of Regional Sales Public Sector sales will hold internal meetings with the HON Regional Vice Presidents and Region Market Managers to obtain a status of the authorized dealer partner training and individual dealer market plans. Within three months of award: • Our Director of Public Sector sales will hold internal meetings with the HON Regional Vice Presidents and Region Market Managers to obtain a status of the authorized dealer partner training and individual dealer market plans. Training: HON has held the OMNIA Partners contract for almost 15 years. During that time, we have developed a strong training program to educate our sales organization on selling the OMNIA Partners contract. We will continue to utilize multiple training touch points to educate our sales force on the Region 4 ESC agreement, key strategies, benefits, pricing compliance, eligible Participating Agencies and effective use of the available sales tools. These touch points include but are not limited to our annual national sales meeting, quarterly marketing communication guides, and monthly sales/marketing webinars. Team members are trained to be the experts in contract benefits, eligible products, and needs of OMNIA Partners members. 90-day Plan 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 Page 22 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 • 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 Within 30 days of the award, HON will: o Partner with OMNIA Partners, at their discretion, to create and launch a co -branded press release announcing the new contract award. o At OMNIA Partners direction, we will announce the award of the contract through any and all social channels, as well as company website o Design, publish, and distribute co -branded marketing materials o Publish and maintain a dedicated OMNIA Partners internet-based web page homepage on our website which may include: OMNIA Partners standard logo, copy of original Request for Proposal, copy of contract and amendments between Principal Procurement Agency and HON, summary of products and pricing, marketing materials, and an electronic link to OMNIA Partners' website including the online registration page, as well as a dedicated toll free number and email address for OMNIA Partners questions and concerns. Within 60 days of the award, HON will: o Commit and schedule attendance and participation in national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and company -specific trade shows, conferences and meetings throughout the term of the Master Agreement. o Commit and schedule attendance with and exhibit at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by HON. In addition, HON commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. o Design and publish advertising pieces in national and regional trade publications o Meet with each authorized dealer within the first 60 days of the award date to establish a written sales execution plan that will maximize potential sales efforts with the OMNIA Partners contract. The business plan will include, but is not limited to: Annual sales volume commitment for the OMNIA Partners contract, Organization commitment outlining the number of sales representatives the dealership will have accountable for their OMNIA Partners sales goal, identify target OMNIA Partners for business development planning, commitments outlining specific marketing initiatives that each dealership will commit to use in order to engage OMNIA Partners, including: e-mail campaigns, special events (open houses, showroom events, customer appreciation events, etc.), OMNIA Partners marketing material distribution plans, and product presentations. Within 90 days of the award, The HON Company will: o Initiate and continue to publish, market, and promote material such as case studies, collateral pieces, presentations and promotions to all members o Conduct on -going OMNIA Partners contract training with the dealer sales force, this training will continue throughout the life of the contract: o Discuss authorized users of the contract, pricing and service requirements, etc. o Identify and schedule appointments with key OMNIA Partners to inform them about HON's products and pricing on the OMNIA Partners contract o Understand how we can help them meet or exceed their purchasing requirements o Schedule OMNIA Partners joint marketing events with HON Dealers and OMNIA Partners. Encourage our HON dealers to join and participate in professional associations and organizations that include OMNIA Partners and volunteer to speak at various organizations that have an interest in HON product, services and solutions. Page 23 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 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. The HON Company positions OMNIA Partners as our premier contract, offering our government, public sector and non-profit customers the best contract solution to help them meet the procurement goals of their respective agencies. We market the OMNIA Partners contract to our existing government customers through multiple avenues, to include in -person meetings, telemarketing campaigns and printed and electronic mailings. HON also works directly with the OMNIA Partners sales team to train our existing and prospective customers on the benefits of the OMNIA Partners/Region 4 ESC contract and how our awarded contract meets their procurement needs. The HON Company currently holds several cooperative contracts including OMNIA Partners, NASPO, BuyBoard, COSTARS, KCDA, MHEC, Educational Data Services, ESCNJ, and Equalis, which offer varying product, pricing and terms to Public Sector customers. OMNIA Partners/Region 4 ESC contract is the lead contract HON offers as a nationwide cooperative contract solution. As our lead, nationwide cooperative contract, HON has advantaged our OMNIA Partners contract through executive sponsorship, marketing materials, nationwide training of both our internal sales team and our dealer partner sales teams and by creating a compelling product offering at a competitive price point. HON is proud to offer our current government customers the opportunity to purchase from the OMNIA Partners contract. In many states, it is the only contract option available. 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. 1 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 ,❑ Yes ❑ No Page 24 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 9 1 Responsibility Provide the name, title, email and phone number for the person(s), who will be responsible for: 9 2 • Executive Support • Marketing • Sales • Sales Support • Financial Reporting • Accounts Payable • Contracts Executive Support: Ric Anderson VP&GM Commercial Contract Business andersenr@honcompany.com 563.506.4554 1 Marketing: Alexa Wehrle Marketing Specialist wehrleal@hniworkplacefurnishings.com 563-299- 4859 1 Sales: Misael Munoz Director, Regional Sales Public Sector munozmis@honcompany.com 563.261.2541 Sales Support: HON Government Sales Support Team hongovtsalessupport@honcompany.com I Accounts Payable: Holly Van Den Berghe and the Accounts Payable Team will be responsible for the OMNIA contract accountspayable@hnicorp.com 866.514.5882 Option 1 1 Financial Reporting & Contracts: Christine McCormick Contract Analyst contractmanager@honcompany.com 563.275.0900 Sales Force Describe in detail how Supplier's national sales force is structured, including contact information for the highest - level executive in charge of the sales team. Our sales organization consists of over 100 experienced professionals empowered to serve the needs of our customers. Our sales professionals are aligned to specific regions within the United States. Inside Sales and Support: 27 Business Development Managers/Associates: 65 Regional Market Managers: 6 Regional Vice Presidents: 2 Director, Regional Sales: 2 Director of Public Sector Sales: 1 Education Sales Managers: 3 VP and GM, Sales and Service: 1 Business Development Associates/Managers - HON has over 60 Business Development Members located throughout the United States. Our Business Development Members are physically located within their sales region to build a strong rapport with our customers and our nationwide network of OMNIA Partner dealers. Business Development Members are the foundation of our salesforce and are focused on driving sales and marketing efforts within their Contract assigned region. Some of their key sales activities include meeting with customers and dealers, providing pricing and program guidance, training our dealers on products and pricing, staying up-to-date with local business trends, and attending industry tradeshows. Regional Market Managers — The Regional Market Manager is responsible for managing sales members, the distribution strategy, and to drive aggressive, profitable growth in a predetermined market or geographic area. The Regional Market Manager directs and focuses the Business Development Members on HON objectives within their specific roles while creating a cohesive market strategy to grow HON revenue in the market. This role aligns sales efforts, member development, and sales leadership efforts within the designed market. Regional Vice Presidents - HON has a total of 2 Regional Vice Presidents located throughout the U.S. Regional Vice Presidents have overall responsibility for providing strategic management and sales leadership to our Regional Market Managers and Business Development Members to identify and prioritize regional sales activities and ensure HON has a thorough understanding of the marketplace. Our Regional Vice Presidents also supervise all programs, sales initiatives, and training with our dealer organization. Director of Public Sector - The Director of Public Sector Sales is focused on driving growth within the State and Local segment of our business. This individual develops and implements a strategic sales approach for State, Local, and Cooperative contracts; provides guidance to our sales organization as well as our dealer partners; and builds strong relationships with OMNIA Partners cooperative members and State and Local procurement officials. Vice President and General Manager, Sales and Service - The VP and GM of Sales and Service, directs all nationwide commercial contract business for HON. This person leads the HON team in developing and delivering profitable sales and marketing strategies to dealer partners, wholesale suppliers, and national supplies dealers located throughout the U.S. In addition, this person collaborates with C- level executives of our largest customers - including Fortune 500 corporations - and oversees all channel development, sales, marketing, product strategy, and profitability for HON's largest division. As the HON sales executive leader, he participates in top -to -top senior leadership meetings with OMNIA Partners executives to align our organizational strategies for mutual, profitable, growth. Executive Support: Ric Anderson VP&GM Commercial Contract Business andersenr@honcompany.com 563.506.4554 Sales: Misael Munoz Director, Regional Sales Public Sector munozmis@honcompany.com 563.261.2541 Page 25 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 Implementation 9 3 9 4 Explain in detail how the sales teams will work with the OM IA Partners team to implement, grow and service the national program. At HON, your success is our success. We are committed to the role that OM IA Partners plays in our market share strategies. We have worked closely with OM IA Partners Public Sector team to understand and leverage the strengths of our two organizations. HON will continue to partner with the OM IA Partners Public Sector team throughout all levels of the organization, examples of successful collaboration include: ? Strategy meetings with the Strategic Development Partners to create nationwide sales initiatives for a targeted Participating Agency segment; these initiatives will be supported by our mutual sales and marketing teams. o Areas of Opportunities for growth to evaluate will include: 1) States: where a furniture contract isn't present, including -but -not limited to California, Illinois, Michigan, Missouri, Nebraska, Virginia, Washington, North Dakota and Colorado. 2) K-12 Segment: The HON Company is currently launching new, innovative, practical solutions for the classroom space for existing and new customers looking to modernize and bring their districts to the 21st Century Learning styles. The HON Company has invested in a tool that identifies all school districts that have active bond money to execute these efforts. We will highlight the benefits of using a cooperative contract such as OM IA Partners to hit price points for strict budgets. 3) Cities & Counties: As part of an overall broadened strategy with Public Sector, we will start to create and execute a vision to engage with key cities and counties that OM IA Partners will be the forefront leader on. We will highlight cooperative purchasing and the benefits of buying from OM IA Partners. ? Our Marketing teams will continue to collaborate on the development of effective materials which will enhance customers understanding of the contract and share our mutual value proposition. These materials will be targeted to the types of customers listed above. ? Our Sales teams will continue to have a multi -faceted approach to sales by leveraging our nationwide network of dealers and directly targeting eligible Participating Agencies. The lines of communication between our sales organization have been strong throughout our long history and will continue to be a vital part of our mutual success. ? We will continue to utilize the OMNIA Partners training department and OM IA Partners sales members to support the roll -out of our new contract award and to provide on -going education to our authorized dealer partners, field sales members and eligible participating agencies. We intend to use our nationwide network of OM IA Partners authorized dealer partners well as our nationwide team of Sales Representatives to aggressively market the OM IA Partners contract. Our Sales team, dedicated Government Customer Support team, Marketing team and our Dealer partners will be readily available to work with the OM IA Public Sector organization to continue strong adoption of the contract and mutual sales growth. Program Management Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. The Region 4 contract is supported throughout our organization; our sales, marketing, customer support, merchandising and contract teams are key departments focused on the success of our contract. Our internal contract team ensures the compliance and support of our contract, they work directly with OM IA and Region 4 to ensure our contract reflects the most up-to-date pricing, products and services offered by HON. Our contract team has created standard processes and workflows within our organization to allow for product, pricing, dealer updates, etc. to be submitted in a timely manner and per the requirements of the contract. Updates to our contract are announced via a marketing email communication to our sales and dealer network. Our Marketing, Sales and Merchandising functions work closely together to create coordinated plans for customer specific sales efforts, promotions, targeted marketing pieces, etc. As we develop monthly, quarterly and yearly plans for sales growth, these departments review all aspects to ensure proper roll -out and support for our dealers, internal sales teams, OM IA sales members and eligible participating agencies. We train our dealers on the many features and benefits of the OM IA Partners contract and how best to promote the contract with OM IA Partners. Along with training our dealers, we also provide them with the resources and tools to be successful. One of the main marketing resources we provide our dealers is the HON OM IA Partners catalog. This catalog highlights the benefits of the OM IA Partners contract, showcases the breadth of products we offer, and provides inspirational images. We understand how important it is to have an online presence, so we maintain a page on hon.com that is dedicated to our OM IA Partners and outlines where they can find contract information and an OM IA Partners dealer closest to them. The HON Company is proud to offer the OMNIA Partners contract as our leading nationwide public sector Cooperative Purchasing Program. Page 26 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 9 Supplier's Customer List 5 State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. HON is a wholly owned subsidiary by HNI Corporation and HNI does not disclose financial information about its sales by operating company. In fiscal 2023, HNI Corporation had net sales of $2.4 billion, of which $1.7 billion was attributable to the workplace furnishings. Federal, state and local government business represent significant sales for HNI Corporation. HNI Corporation has a financial rating of 5A1 with Dun & Bradstreet — the best available rating. To review the Annual Report, please visit https://investors.hnicorp.com/financials/annual- reports/default.aspx. 9 System Capabilities and Limitations 6 Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. HNI and HON continues to invest in systems which allow us to provide world class capabilities to our dealers and our customers. In 2018 we invested millions of dollars to ensure we were the industry leader for digital capabilities and underwent an eight -year intensive preparation cycle to adapt these principles with Oracle. HNI and HON utilizes an Oracle ERP Enterprise system to manage its entire business platform. The system cohesively integrates all business activities including Sales, Manufacturing, AR, and AP. Oracle manages all orders loaded into the system and schedules manufacturing based on demand and supply chain variables. All activities are electronically coordinated to ensure that lead times are maintained and uphold customer expectations. There are backup systems including manual override capabilities to address individual and custom requirements as they occur. Our preferred method is to have eligible customers submit their orders through our authorized dealers. Dealers will review customers' orders to ensure accurate pricing and product information prior to order. Dealers can place an order directly through The Community powered by Salesforce, via email, or EDI. Online resources are available to our dealers 24 hours a day, 7 days a week. HNI has a fully integrated order entry platform that allows us to receive and enter purchase orders directly from the participating entity. The order execution process is automatic and allows us to acknowledge the order for a ship date with integrated technology in the first 24 hours of receipt. A Delivery Appointment Notification will be sent via email for the authorized dealer or customer to confirm delivery details. Once the order is acknowledged, dealers or customers has access to real-time order status updates. Invoices are created and released at the time of order shipment. Agencies and Dealers both have the capability to monitor and pay invoices within HNI's Oracle system. The agency or dealer being invoiced will be able to review and print invoices, monitor due dates, process ACH payments, and dispute amounts all in one simple and functional online platform. In addition, a dedicated Credit Analyst is available to assist with any issues or questions the agency or authorized dealer may have about Oracle or invoices. 9 Projected Sales Year One 7 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $01 9 Projected Sales Year Two 8 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $01 Page 27 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 9 Projected Sales Year Three 9 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $01 L001 Attribute deleted as part of an Addendum 1 General Terms and Conditions 0 Respondent agrees to comply with the General Terms and Conditions provided as an attachment to this online bid 1 event. Any deviations to the General Terms and Conditions may be provided using the procedures set forth in the attribute pertaining to deviations. +❑ I certify compliance with this attribute. 1 Felony Conviction Notification 0 State of Texas Legislative Senate Bill No. 1 Section 44.034, Notification of Criminal History, Subsection (a), states "a 2 person or business entity that enters into an agreement with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony". Subsection (b) states "a school district may terminate the agreement with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a), or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract". Subsection (c) states "this section does not apply to a publicly held corporation". Use the checkbox associated with this item to identify your status as it relates to this legal requirement. ❑ Non -Felon - person/owner IS NOT a convicted felon 1 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 0 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. I N/A 1 Criminal History Records Review of Certain Contract Employees 0 Texas Education Code Chapter §22.0834 requires that criminal history records be obtained regarding covered 4 employees of entities that contract with a school entity in Texas to provide services for that school entity ("Contractors") and entities that contract with school entity contractors ("Subcontractors"). Covered employees with disqualifying criminal histories are prohibited from serving at a school entity. Contractors/Subcontractors contracting with a school entity shall (1) maintain compliance with the requirements of Texas Education Code Chapter 22 to the school entity; and (2) require that each of their subcontractors complies with the requirements of Texas Education Code Chapter 22. Contractors performing work at a school entity in Texas must comply with these statutes. Covered emplovees: Employees of a Contractor/Subcontractor who have or will have continuing duties related to the service to be performed at a school entity and have or will have direct contact with students. The school entity will be the final arbiter of what constitutes continuing duties and direct contact with students at their school. 211 certify compliance with this attribute. Page 28 of 42 pages Vendor: The HON Company LLC 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 29 of 42 pages Vendor: The HON Company LLC 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: httDs://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 30 of 42 pages Vendor: The HON Company LLC 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 31 of 42 pages Vendor: The HON Company LLC 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 32 of 42 pages Vendor: The HON Company LLC 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 33 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 Federal Rule (B) - Termination Conditions (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. 1 1 certify compliance with this attribute. Federal Rule (C) - Equal Employment Opportunity (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 certify compliance with this attribute. Page 34 of 42 pages Vendor: The HON Company LLC 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 35 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 1 Federal Rule (G) - Clean Air Act/Federal Water Pollution Control Act 2 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 36 of 42 pages Vendor: The HON Company LLC 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 37 of 42 pages Vendor: The HON Company LLC 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 38 of 42 pages Vendor: The HON Company LLC 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 39 of 42 pages Vendor: The HON Company LLC 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 40 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 1 Indemnification 3 Acts or Omissions Vendor shall indemnify and hold harmless Region 4, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES arising out of, or resulting from any acts or omissions of the Vendor or its agents, employees, subcontractors, Order Fulfillers, or suppliers of subcontractors in the execution or performance of the Contract and any Purchase Orders issued under the Contract. Infrinaements a) Vendor shall indemnify and hold harmless Region 4 and Customers, AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES from any and all third party claims involving infringement of United States patents, copyrights, trade and service marks, and any other intellectual or intangible property rights in connection with the PERFORMANCES OR ACTIONS OF VENDOR PURSUANT TO THIS CONTRACT. VENDOR AND THE CUSTOMER AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. b) Vendor shall have no liability under this section if the alleged infringement is caused in whole or in part by: (i) use of the product or service for a purpose or in a manner for which the product or service was not designed, (ii) any modification made to the product without Vendor's written approval, (iii) any modifications made to the product by the Vendor pursuant to Customer's specific instructions, (iv) any intellectual property right owned by or licensed to Customer, or (v) any use of the product or service by Customer that is not in conformity with the terms of any applicable license agreement. c) If Vendor becomes aware of an actual or potential claim, or Customer provides Vendor with notice of an actual or potential claim, Vendor may (or in the case of an injunction against Customer, shall), at Vendor's sole option and expense; (i) procure for the Customer the right to continue to use the affected portion of the product or service, or (ii) modify or replace the affected portion of the product or service with functionally equivalent or superior product or service so that Customer's use is non -infringing. Taxes/Workers' Compensation/UnemDlovment Insurance — Includina Indemnitv a) VENDOR AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF THIS CONTRACT, VENDOR SHALL BE ENTIRELY RESPONSIBLE FOR THE LIABILITY AND PAYMENT OF VENDOR'S AND VENDOR'S EMPLOYEES' TAXES OF WHATEVER KIND, ARISING OUT OF THE PERFORMANCES IN THIS CONTRACT. VENDOR AGREES TO COMPLY WITH ALL STATE AND FEDERAL LAWS APPLICABLE TO ANY SUCH PERSONS, INCLUDING LAWS REGARDING WAGES, TAXES, INSURANCE, AND WORKERS' COMPENSATION. THE CUSTOMER AND/OR REGION 4 SHALL NOT BE LIABLE TO THE VENDOR, ITS EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION OR ANY BENEFIT AVAILABLE TO A STATE EMPLOYEE OR EMPLOYEE OF ANOTHER GOVERNMENTAL ENTITY CUSTOMER. b) VENDOR AGREES TO INDEMNIFY AND HOLD HARMLESS CUSTOMERS, REGION 4 AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, AND/OR ASSIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEYS' FEES, AND EXPENSES, RELATING TO TAX LIABILITY, UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION IN ITS PERFORMANCE UNDER THIS CONTRACT, VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. 211 certify compliance with this attribute. 1 Excess Obligations Prohibited 3 Proposer understands that all obligations of Region 4 ESC under the contract are subject to the availability of state 7 funds. If such funds are not appropriated or become unavailable, the contract may be terminated by Region 4 ESC. 0 I certify compliance with this attribute. 1 Suspension and Debarment 3 Respondent certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared 8 ineligible, or otherwise excluded from participation in the contract by any state or federal agency. 211 certify compliance with this attribute Page 41 of 42 pages Vendor: The HON Company LLC 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 42 of 42 pages Vendor: The HON Company LLC 24-01 Addendum 6 AVendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: ❑ Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) N 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, Contractor is prohibited from Section 10. Adding authorizing additional distributors or Authorized dealers, other than those identified Distributors/Deale at the time of submitting their rs, P.2 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. Contractor as prohibited frArn awth9FiZiRg aAdditional distributors or dealers, other than those identified at the time of submitting their proposal, can be added by Contractor to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time at washes to add an authorized distributor or dealer is added to their dedicated website. Purchase orders and payment can only may be made to the Contractor or authorized dealer unless Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor's pricing. Appendix A, Upon receipt of a written deficiency Section 11. notice, Contractor shall have ten Termination of (10) days to provide a satisfactory Contract, a) response to Region 4 ESC. Failure to Cancellation for adequately address all issues of Non- concern may result in Contract Performance or cancellation. Upon cancellation Contractor under this paragraph, all goods, Deficiency, P.2-3 materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. Appendix A, Section 11. Termination of Contract, c) Delivery/Service Failures., P.3 Appendix A, Section 11. Termination of Contract, e) standard cancellation, P.3 Appendix A, Section 14 Delivery, P.4 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. 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. 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. Upon receipt of a written deficiency notice, Contractor shall have a reasonable opportunity to cure and 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. 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 for comparable products in function, cost, and design, within a reasonable time period, for all expenses incurred. 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 and Contractor will be compensated for work in progress. Conforming product shall be shipped within the timeframe mutually agreed to by the Vendor and the Purchasing Agency :7 .Jays of Feceipt of PLIF has A#eF. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. Appendix A, Upon prior written agreement Upon prior written agreement Section 28 Stored between the Contractor and Region between the Contractor and Region 4 Materials, P.6 4 ESC, payment may be made for ESC, payment may be made for materials not incorporated in the materials not incorporated in the work work but delivered and suitably but delivered and suitably stored at stored at the site or some other the site or some other location, for location, for installation at a later installation at a later date. An date. An inventory of the stored inventory of the stored materials must materials must be provided to be provided to Region 4 ESC prior to Region 4 ESC prior to payment. Such payment. Such materials must be materials must be stored and stored and protected in a secure protected in a secure location and location and be insured for their full be insured for their full value by the value by the GentFaeteF party in Contractor against loss and damage. control of the location against loss and Contractor agrees to provide proof damage, unless otherwise agreed to by of coverage and additionally Contractor and Region 4 ESC. insured upon request. Additionally, GentFaeteFThe insuring party agrees to if stored offsite, the materials must provide proof of coverage and also be clearly identified as property additionally insured upon request. of Region 4 ESC and be separated Additionally, if stored offsite, the from other materials. Region 4 ESC materials must also be clearly must be allowed reasonable identified as property of Region 4 ESC opportunity to inspect and take and be separated from other inventory of stored materials, on or materials. Region 4 ESC must be offsite, as necessary. Until final allowed reasonable opportunity to acceptance by Region 4 ESC, it shall inspect and take inventory of stored be the Contractor's responsibility to materials, on or offsite, as necessary. protect all materials and equipment. Until Fie^' acceptance delivery into Contractor warrants and guarantees Region 4 ESC control by Region ^ «G that title for all work, materials and it shall be the Contractor's equipment shall pass to Region 4 responsibility to protect all materials ESC upon final acceptance. and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon Region 4 ESC's acceptance of non -defective, undamaged, product at time of delivery final acceptance. Appendix A, Indemnity. Contractor shall protect, Indemnity. Contractor shall protect, Section 30 indemnify, and hold harmless both indemnify, and hold harmless both Indemnity, P.6 Region 4 ESC and its administrators, Region 4 ESC and its administrators, employees and agents against all employees and agents against all claims, damages, losses and claims, damages, losses and expenses expenses arising out of or resulting to the extent caused by aFiSiRg eUt Of from the actions of the Contractor, e�- ~rx6xking f the negligent actions Contractor employees or or willful misconduct of the subcontractors in the preparation of Contractor, Contractor employees or the solicitation and the later subcontractors in the preparation of execution of the Contract. Any the solicitation and the later execution litigation involving either Region 4 of the Contract. Any litigation involving ESC, its administrators and either Region 4 ESC, its administrators employees and agents will be in and employees and agents will be in Harris County, Texas. Harris County, Texas. Exhibit A, Section All transactions, purchase orders, 1.1 Requirement, P.31 invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier or Supplier's Authorized Dealer and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier or Authorized Dealer for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier and/or Authorized Dealer is responsible for knowing the tax laws in each state. Exhibit A, Section Supplier commits the not -to -exceed Supplier w-Frim tka not +^ eed 2.2 Pricing pricing provided under the Master ^,,;a^d ndeF the Mast^. Commitment, Agreement pricing is its lowest available Agreement prieing is its lowes-t P.34 (net to buyer) to Public Agencies nationwide and further commits that if a Agencies nat;^.,, ide ,^: Participating Public Agency is eligible for ee m►niW that i -s Ptrticipstiftg lower pricing through a national, state, Agency is eligible feF Ie eF pFiGing regional or local or cooperative contract,t#Fc&bh i rsticrnl,,--W , ragienaleF the Supplier will match such lower '^^^' OF tive Rtra .+ the pricing to that Participating Public Supplier • •a" Fnat^h suEh IeweF PFiEing Agency under the Master Agreement. to that Participating Publi^ Ageney Supplier commits that price shall be equivalent to other cooperative state and local contracts held by the Supplier, buying the same product mix, for the same geographical areas, under the same terms and conditions. Exhibit B, Section Supplier shall provide OMNIA Partners Supplier shall provide OMNIA Partners 13 Administrative with an electronic accounting report with an electronic accounting report Fee Reporting, monthly, in the format prescribed by monthly, in the format prescribed by P.44 OMNIA Partners, summarizing all OMNIA Partners, summarizing all Contract Sales for each calendar month. Contract Sales for each calendar The Contract Sales reporting format is month. The Contract Sales reporting provided as Exhibit C ("Contract Sales format is provided as Exhibit C Report"), attached hereto and ("Contract Sales Report"), attached incorporated herein by reference. hereto and incorporated herein by Contract Sales Reports for each calendar reference. Contract Sales Reports for month shall be provided by Supplier to each calendar month shall be OMNIA Partners by the 10th day of the provided by Supplier to OMNIA following month. Failure to provide a Partners by the 150th day of the Contract Sales Report within the time following month. Failure to provide a and manner specified herein shall Contract Sales Report within the time constitute a material breach of this and manner specified herein shall Agreement and if not cured within thirty constitute a material breach of this (30) days of written notice to Supplier Agreement and if not cured within shall be deemed a cause for termination thirty (30) days of written notice to of the Master Agreement, at Principal Supplier shall be deemed a cause for Procurement Agency's sole discretion, termination of the Master Agreement, and/or this Agreement, at OMNIA at Principal Procurement Agency's Partners' sole discretion. sole discretion, and/or this Agreement, at OMNIA Partners' sole discretion. Exhibit B, Section Administrative Fee payments are to be Administrative Fee payments are to be 14 Administrative paid by Supplier to OMNIA Partners at paid by Supplier to OMNIA Partners Fee Payment, P.44the frequency and on the due date within 30 days of calendar month end, stated in Section 13, above, for at she fFeq, • „,.,, „d on the due date Supplier's submission of corresponding stated in Lbw for Contract Sales Reports. Administrative Supplier's submission of Fee payments are to be made via corresponding Contract Sales Reports. Automated Clearing House (ACH) to the Administrative Fee payments are to be OMNIA Partners designated financial made via Automated Clearing House institution identified in Exhibit D. Failure (ACH) to the OMNIA Partners to provide a payment of the designated financial institution Administrative Fee within the time and identified in Exhibit D. Failure to manner specified herein shall constitute provide a payment of the a material breach of this Agreement and Administrative Fee within the time if not cured within thirty (30) days of and manner specified herein shall written notice to Supplier shall be constitute a material breach of this deemed a cause for termination of the Agreement and if not cured within Master Agreement, at Principal thirty (30) days of written notice to Procurement Agency's sole discretion, Supplier shall be deemed a cause for and/or this Agreement, at OMNIA termination of the Master Agreement, Partners' sole discretion. All at 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' sole lesser of one and one-half percent (1 discretion. All Administrative Fees not 1/2%) per month or the maximum rate paid when due shall bear interest at a permitted by law until paid in full. rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. Exhibit F, Federal The following provisions may be The following provisions may be Funds required and apply when Participating required and apply when Participating Certifications, Agency expends federal funds for any Agency expends federal funds for any Overview P.53 purchase resulting from this purchase resulting from this procurement process. Per FAR 52.204- procurement process. Per FAR 52.204- 24 and FAR 52.204-25, solicitations and 24 and FAR 52.204-25, solicitations resultant contract shall contain the and resultant contract shall contain following provisions. the following provisions, as applicable, when federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under this contract and/or purchase order prior to offeror's acceptance of the order. Exhibit F, Federal The following certifications and The following certifications and Funds provisions may be required and apply provisions may be required and apply Certifications, when Participating Agency expends when Participating Agency expends Appendix II to federal funds for any purchase resulting federal funds for any purchase Part 200, P.57 from this procurement process. resulting Pursuant to 2 C.F.R. § 200.326, all from this procurement process. contracts, including small purchases, Pursuant to 2 C.F.R. § 200.326, all awarded by the Participating Agency contracts, including small purchases, and the Participating Agency's awarded by the Participating Agency subcontractors shall contain the and the Participating Agency's procurement provisions of Appendix II subcontractors shall contain the to Part 200, as applicable. procurement provisions of Appendix II to Part 200, as applicable, when Exhibit F, Federal When federal funds are expended by Funds Participating Agency for any contract Certifications, resulting from this procurement Record Retention process, offeror certifies that it will Requirements for comply with the record retention Contracts requirements detailed in 2 CFR § federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under this contract and/or purchase order prior to offeror's acceptance of the order. 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 § Involving Federal 200.333. The offeror further certifies 200.333. It is the responsibility of the Funds, P.60 that offeror will retain all records as authorized Participating Agency to required by 2 CFR § 200.333 for a period notify the offeror if federal funds will of three years after grantees or be utilized to procure items under the subgrantees submit final expenditure resulting contract and/or purchase reports or quarterly or annual financial order prior to offeror's acceptance of reports, as applicable, and all other the order. The offeror further certifies pending matters are closed. 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. Exhibit F, Federal When Participating Agency expends When Participating Agency expends Funds federal funds for any contract resulting federal funds for any contract Certifications, from this procurement process, offeror resulting from this procurement Certification of certifies that it will comply with the process, offeror certifies that it will Compliance with mandatory standards and policies comply with the mandatory standards Energy Policy and relating to energy efficiency which are and policies relating to energy Conservation Act, contained in the state energy efficiency which are contained in the P.60 conservation plan issued in compliance state energy conservation plan issued with the Energy Policy and Conservation in compliance with the Energy Policy Act (42 U.S.C. 6321 et seq.; 49 C.F.R. and Conservation Act (42 U.S.C. 6321 Part 18). et seq.; 49 C.F.R. Part 18). It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under the resulting contract and/or purchase order prior to offeror's acceptance of the order. Exhibit F, Federal To the extent purchases are made with To the extent purchases are made Funds Federal Highway Administration, Federal with Federal Highway Administration, Certifications, Railroad Administration, or Federal Federal Railroad Administration, or Certification of Transit Administration funds, offeror Federal Transit Administration funds, Compliance with certifies that its products comply with all offeror certifies that when requested Buy America applicable provisions of the Buy America prior to offeror's acceptance of an Provisions, P.60 Act and agrees to provide such order, offeror will certify whether its certification or applicable waiver with individual products comply to with all respect to specific products to any applicable provisions of the Buy Participating Agency upon request. America Act and agrees to provide Purchases made in accordance with the such certification or applicable waiver Buy America Act must still follow the with respect to specific products to applicable procurement rules calling for any Participating Agency upon free and open competition. request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Exhibit F, Federal The Contractor agrees to comply with 49The Contractor agrees, that when Funds USC 5323(j) and 49 CFR Part 661, which requested prior to Contractor's Certifications, provide that federal funds may not be acceptance of an order, to certify Certification of obligated unless steel, iron and whether its individual products Compliance with manufactured products used in FTA- comply with 49 USC 5323(j) and 49 Buy America funded projects are produced in the CFR Part 661, which provide that Provisions, (1) United States, unless a waiver has been federal funds may not be obligated P.60 granted by FTA or the product is subject unless steel, iron and manufactured to a general waiver. General waivers are products used in FTA-funded projects listed in 49 CFR 661.7.A general public are produced in the United States, interest waiver from the Buy America unless a waiver has been granted by requirements applies to FTA or the product is subject to a microprocessors, computers, general waiver. General waivers are microcomputers, software or other such listed in 49 CFR 661.7.A general public devices, which are used solely for the interest waiver from the Buy America purpose of processing or storing data. requirements applies to This general waiver does not extend to a microprocessors, computers, product or device that merely contains a microcomputers, software or other microprocessor or microcomputer and issuch devices, which are used solely for not used solely for the purpose of the purpose of processing or storing processing or storing data. Separate data. This general waiver does not requirements for rolling stock are set extend to a product or device that out at 5323(j)(2)(C) and 49 CFR 661.11. 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. Exhibit F, Federal The proposer hereby certifies that it will The proposer hereby certifies that Funds comply with the requirements of 49 when requested prior to proposer's Certifications, U.S.C. 5323(j), and the applicable acceptance of an order, it will certify Certification of regulations of 49 CFR 661.11. whether its individual products Compliance with comply with the requirements of 49 Buy America U.S.C. 5323(j), and the applicable Provisions, regulations of 49 CFR 661.11. Certificate of Compliance, P.60 Exhibit F, Federal The proposer hereby certifies that it will The proposer hereby certifies that Funds comply with the requirements of 49 when requested prior to proposer's Certifications, U.S.C. 5323(j)(1), and the applicable acceptance of an order, it will certify Certification of regulations in 49 CFR part 661. whether its individual products Compliance with comply with the requirements of 49 Buy America U.S.C. 5323(j)(1), and the applicable Provisions, regulations in 49 CFR part 661. Certificate of Compliance, P.61 Exhibit F, Federal Offeror agrees that all contracts it Offeror agrees that all dealer Funds awards pursuant to the Contract shall besubcontracts it awards pursuant to the Certifications, bound by the foregoing terms and Contract shall be bound by the Certification of conditions. foregoing terms and conditions. Applicability to Subcontractors, P.62 Exhibit F, Federal Purchases made under this contract may Purchases made under this contract Funds be partially or fully funded with federal may be partially or fully funded with Certifications, grant funds. Funding for this work may federal grant funds. Funding for this Community include Federal Funding sources, work may include Federal Funding Development including Community Development sources, including Community Block Grants, P.62 Block Grant (CDBG) funds from the U.S. Development Block Grant (CDBG) Department of Housing and Urban funds from the U.S. Department of Development. When such funding is Housing and Urban Development. provided, Offeror shall comply with all When such funding is provided and terms, conditions and requirements Offeror is notified prior to order enumerated by the grant funding placement, Offeror shall comply with source, as well as requirements of the all terms, conditions and requirements State statutes for which the contract is enumerated by the grant funding utilized, whichever is the more source, as well as requirements of the restrictive requirement. When using State statutes for which the contract is Federal Funding, Offeror shall comply utilized, whichever is the more with all wage and latest reporting restrictive requirement. When using provisions of the Federal Davis -Bacon Federal Funding, Offeror shall comply Act. HUD-4010 Labor Provisions also with all wage and latest reporting applies to this contract. provisions of the Federal Davis -Bacon Act. HUD-4010 Labor Provisions also applies to this contract. Exhibit F, Federal Offeror agrees to comply with all Offeror agrees to comply with all Funds federal, state, and local laws, rules, federal, state, and local laws, rules, Certifications, regulations and ordinances, as regulations and ordinances, as Community applicable. It is further acknowledged applicable. It is further acknowledged Development that offeror certifies compliance with all that offeror certifies compliance with Block Grants, P.62 provisions, laws, acts, regulations, etc. all provisions, laws, acts, regulations, as specifically noted above. etc. as specifically noted above and as applicable. Exhibit F, Federal (Initial Paragraph to this Section) (Initial Paragraph to this Section) Funds By submitting a proposal, the Supplier is By submitting a proposal, the Supplier Certifications, accepted these FEMA and Additional is accepted these FEMA and FEMA and Federal Funding Special Conditions Additional Federal Funding Special Additional Federal required by the Federal Emergency Conditions required by the Federal Funding Special Management Agency (FEMA) and other Emergency Management Agency Conditions, P.64 federal entities. (FEMA) and other federal entities, when applicable, federal funding is utilized, and Supplier is notified prior to order placement that the product and services are needed for a disaster or emergency situation. Exhibit F, Federal Federal Requirements Federal Requirements Funds If products and services are issued in If products and services are issued in Certifications, response to an emergency or disaster response to an emergency or disaster FEMA and recovery the items below, located in this recovery the items below, located in Additional Federal FEMA Special Conditions section of the this FEMA Special Conditions section Funding Special Federal Funds Certifications, are of the Federal Funds Certifications, are Conditions, P.66 activated and required when federal activated and required when funding may be utilized. applicable, federal funding may is utilized, and Contractor is notified prior to order placement. Exhibit F, Federal The contractor will include the portion The contractor will include the portion Funds of the sentence immediately preceding of the sentence immediately Certifications, paragraph (1) and the provisions of preceding paragraph (1) and the FEMA and paragraphs (1) through (8) in every provisions of paragraphs (1) through Additional Federal subcontract or purchase order unless (8) in every dealer subcontract ef- Funding Special exempted by rules, regulations, or PUFGhase eFdeF unless exempted by Conditions, 3. orders of the Secretary of Labor issued rules, regulations, or orders of the Equal pursuant to section 204 of Executive Secretary of Labor issued pursuant to Employment Order 11246 of September 24, 1965, so section 204 of Executive Order 11246 Opportunity, Item that such provisions will be binding of September 24, 1965, so that such 8, P.68 upon each subcontractor or vendor. The provisions will be binding upon each contractor will take such action with dealer subcontractor ewer. The respect to any subcontract or purchase contractor will take such action with order as the administering agency may respect to any dealer subcontract er- direct as a means of enforcing such PUFGhase eFdeF as the administering provisions, including sanctions for agency may direct as a means of noncompliance: 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. Exhibit F, Federal Offeror agrees to comply with all terms Funds and conditions outlined in the FEMA Certifications, Special Conditions section of this FEMA and solicitation, as applicable. Additional Federal Funding Special Conditions, Sign - Off, P.81 Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a dealer subcontractor er vender 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. Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions section of this solicitation..., as applicable. Hon. i Make your space work. June 3, 2024 Region 4 Education Service Center 7145 West Tidwell Road Houston, TX 77092 RE: RFP for Furniture, Installation and Related Services; Solicitation Number RFP 24-01 Dear Region 4 Education Service Center & OMNIA Partners, Please accept The HON Company's proposal to perform the covered services under the terms of the Furniture, Installation, and Related Services Solicitation Number RFP 24-01. We have answered the required Attribute Tab questions and uploaded the required Response Attachments to Region 4 ESC's online procurement site per the instructions outlined in the RFP Solicitation 24-01. Over the past 15 years, HON has strategically positioned the OMNIA Partners contract as our leading nationwide public sector cooperative agreement. Our products and services have been an excellent solution for governmental and public entities looking for greater efficiency and economy in procuring furniture. Upon award, HON will continue to promote our exceptional value and the value of the Region 4 ESC/OMNIA Partners Cooperative. We believe that our proposal provides a comprehensive response for the requirements stated in this RFP. HON is excited to include the Hickory Business Furniture (HBF) full product line to complement our offering. HBF is part of the HNI Corporation family and offers beautifully designed and exceptionally constructed products. By adding the HBF line we can integrate our HNI brands and offer OMNIA customers a more robust collection of products. We are confident we have and will continue to support the OMNIA Partners contract as our leading nationwide cooperative agreement. Our executive sales leadership team, including the VP and GM of Sales and Service and Director of Regional Sales Public Sector, will continue to position this contract within our internal sales teams and our authorized dealer partners as the primary tool within our public sector strategy. The success of our leadership team to drive this message forward is evidenced by our strong year over year sales growth under the Region 4 contract. We kindly request that OMNIA and Region 4 agree to a start date of May 1, 2025, to coincide with our current contract's April 30, 2025 expiration date. We have many riders and piggyback agreements tied to OMNIA. Allowing ample time between the award date and the new contract start date will allow us to seamlessly transition these agreements and reduce the risk of any lapse in coverage for our mutual customers. HON is not merely offering great product solutions but will continue to work diligently towards building a lasting partnership between our organizations. With this proposal, our desire is to demonstrate continued dedication towards Region 4, OMNIA Partners, and our shared customers. Sincerely, Eric Schroeder Vice President, Finance - HNI Workplace Furnishings The HON Company hon.com Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC's OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC's Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) 6/3/2024 Date Z:Mzed ignature & Title Eric Schroeder Vice President, Finance - HNI Workplace Furnishings 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 Contact The HON Company LLC �Iu—C" g-L Signature Melissa Lincoln Printed Name Public Sector Sr. Program Manager Address Position with Company 600 East 2nd Street Official Authorizing Muscatine, IA 52761 Proposal nature Eric Schroeder Printed Name Phone 800-466-8694 Vice President, Finance - HNI Workplace Furnishings Position with Company Fax CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2024-1155273 The HON Company LLC Muscatine, IA United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/01/2024 being filed. Region 4 Education Service Center Date Acknowledged: g 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. Solicitation Number RFP 24-01 Furniture, Installation, and Related Services Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary HNI Corporation Muscatine, IA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Eric Schroeder and my date of birth is My address is 600 E 2nd Street Muscatine , Iowa 52761 , USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. ��P toy tINDY HERMANN :°:°: Commission Number 756350 My Commission Expires O1N gccember 26, 2026 1961W a y &zd-tl /' P Forms provi red Texas Ethics Commission County, State of Iowa on the 3r�a day of U U h Q 20. (month) (year) Signature of authorized agent of contracting business entity (Declarant) www.ethics.state.tx.us Version V3.5.1.5b35d027 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. Eric Schroeder Vice President, Finance I, as an authorized representative of The HON Company LLC engaged by Insert Name of Company a contractor Region 4 Education Service Center, 7145 West Tidwell Road. Houston, TX 77092, verify by this writing that the above -named company affirms that it (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract, or any contract with the above -named Texas governmental entity in the future. Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at https://comptroller.texas.qov/purchasinq/docs/foreign-terrorist.pdf. I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above -named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above -named Texas governmental entity. I swear and affirm that the above is true and correct. -- 6/3/2024 Signs tur6 of Na ed Authorized Company Representative Date HON Integrated Design Solutions The HON Company's Integrated Design Solutions (IDS) team comprises expert design professionals dedicated to supporting our dealers and clients by providing complimentary, meticulously crafted design packages. These packages ensure accurate specifications and enhance the overall value of our offerings. Plan & Specify: Our IDS team collaborates with dealers to produce professional design packages, including 2D furniture plans, white sweep renderings, a comprehensive bill of materials/parts list, and the CET Designer file. These detailed plans offer customers a comprehensive overview of their furniture projects. Audit: Additionally, our IDS team offers auditing services to verify the completeness and accuracy of drawings and parts lists. A HON Interior Designer conducts thorough checks to ensure quantities, product compatibility, and structural integrity. Value Engineering: To optimize furniture layouts and offer cost -saving solutions, our IDS teams provide value engineering options and suggestions tailored to meet our customers' specific needs. Rendering: Our IDS team creates realistic renderings to help customers visualize their furniture installations, including fabrics and finishes. These renderings provide invaluable insights into the final look of the space before ordering. Enhanced services include Live Design collaboration, virtual walkthrough capabilities, and project consultation, ensuring a seamless and tailored experience for our customers. Virtual Live Design Enhance the customer experience through innovative online project collaboration with trade partners and customers utilizing HON talent, CET Designer, and Microsoft Teams. This virtual platform fosters seamless communication and collaboration, ensuring efficient project execution and customer satisfaction. 2D VR Experience Offer self -guided virtual project tours designed to help customers visualize their space and HON solutions. These tours are created based on a Plan & Specify project, utilizing the HON and Yulio Jump CET extensions to provide an immersive and engaging experience. 3D VR Experience Deliver curated and guided virtual project tours with VR goggles, immersing customers in their space and HON solutions. These tours are built off a Plan & Specify project, leveraging the HON and Yulio Jump CET extensions to provide an interactive and immersive visualization experience. il 1 The HON Company I Request Attachment #52 Value Add Visualize Your Product Product configurators allow clients and design partners to collaborate on the configuration and aesthetic of a product more seamlessly, getting from inspiration to installation quicker. Having a clear visual depiction of any product solution allows decision makers to clearly articulate their design intent and direction. HON's Product Configurator provides the latest technology for users to configure not only task seating options but also Executive & Conference Hon. I 0akey—spxre-- 6 p.sEa«m- -m—' 4 �y L iA Spa® `m Seating, Guest Seating, Lounge Seating, Stools, Stacking, Big & Tall, Education Seating, Contain Lockers, Contain Wardrobes, and Fuse Storage. In addition, we have a room planner, scene configurator, chair chooser, and multiple design resources. It is important to note that these tools are for general use and not specific to Region 4/OMNIA Partners or any other customers with contract specific products. Products Markets Resources About Where to Buy Ct A Ignition 2.0 Task Chair ® REO—A QUOTE PJ Eaoouer sr { —E u imnOe v Eworrr L'st Pn-: $1,003.00 rnesEl O - IE F 25 of — 4 41 Product Configurator 2 The HON Company I Request Attachment #52 Value Add Textile Innovations & Sustainability Awards PFAS Removal from Standard Finish Offerings HNI is proud to announce that we will be completely free of intentionally added PFAS in our standard textiles and finishes in July of 2024. We are actively working with our suppliers and partners to transition our finishes to PFAS free versions, so that we able to provide quality product without harsh chemical treatments. Sustainability • We are researching, developing, and testing the following sustainable materials. • Biobased foam that uses landfill diverted biomass from food processing wastes. • Recycled PET resin in powdered coated paint. • Carbon negative materials made from Biochar and woody fiber plants. • Circular materials made from our products and wastes. Better 46 Plants, The Better Project Award acknowledges HNI's exceptional achievements in executing energy -efficient initiatives within its manufacturing operations, particularly concerning the optimization of paint booth ovens. Through the addition of air curtains designed by HNI, it was able to reduce oven energy demand by up to 30% per oven while also stabilizing oven temperatures. These improvements help increase efficiency, reduce overall greenhouse gas emissions, and provide a better working environment for members. America's Most Responsible Companies were selected based on publicly available key performance indicators derived from social responsibility reports, sustainability reports, as well as an independent survey. The results are focused on company performance across environmental sustainability, social responsibility, and corporate governance. HNI has been awarded in the past: 2023 Ranked #6, 2022 Ranked #38, 2021 Ranked #309, 2020 Ranked #246 "HNI is honored to once again be named to the list of the most responsible companies in America," said Jeff Lorenger, Chairman, President, and Chief Executive Officer of HNI Corporation. "This acknowledgement underscores our commitment to corporate social responsibility as a core value and highlights the progress we are making on our long-term goals. We are honored to continue to be recognized for our efforts." Jeff Lorenger I President, CEO of HNI Corporation 3 The HON Company I Request Attachment #52 Value Add HON NOW The Leading Mid -Market Quickship Manufacturer To keep your business at peak productivity, waiting isn't always an option. The HON NOW Quickship Program was designed for movers and shakers like you who want exceptional quality, durability, and versatility without compromising valuable time. Whether you're outfitting a brandnew workspace or simply expanding the one you already have, we've got a variety of dependable and supportive office furniture solutions designed to fit your needs and your schedule - in a hurry, without the hassle HON NOW offers a comprehensive product offering to meet your office furniture needs while keeping speed as a priority. With a comprehensive product offering and billions of seating customization options, the program can outfit an entire Private Office, Open Office, Collaborative, Common or Welcome Space. T, Look for this icon throughout hon.com and other marketing resources to find fully . # customizable chairs that ship in 2-days. HON NOW gives customers access to just a chair or desk all the way to an entire private office, open office workstations to a collaborative space in your office all delivered with speed. No minimum or maximum order threshold. However, large quantity orders or large dollar volume orders will be reviewed and may receive lead times greater than the HON NOW Program delivery threshold. Orders are subject to availability based on the HON NOW assortment. 4 The HON Company I Request Attachment #52 Value Add 0 0 Make your space work. June 3, 2024 Region 4 Education Service Center 7145 West Tidwell Road Houston, TX 77092 RE: HON NOW Program for Solicitation Number RFP 24-01 Dear Region 4 Education Service Center & OMNIA Partners, The HON Company is excited to request the addition of the HON NOW quick ship program with our RFP response. HON NOW offers a comprehensive product offering to meet your office furniture needs while keeping speed as a priority. HON NOW is designed to deliver on average in 10 business days. Below are the specific details of the program HON is offering to the OMNIA Partner/Region 4 ESC customers: • HON NOW program orders shall be based upon the HON NOW commercial program terms and conditions. • Orders using the NOW quick ship program will be based off of the HON Commercial List Price in effect at time of order. • HON NOW orders must be issued to the HON authorized dealer for processing and invoicing. • The HON NOW commercial program list prices and product assortment may be revised at any time, and all such revisions are incorporated by reference herein without need to formally amend this agreement • Delivery occurs within 11 business days upon HON's receipt of a "clean" order - a "clean" order meets the terms of the program and has all the necessary information needed to successfully process • If the order requires liftgate or palletization, you must request an Enhanced Service through the Community. o Liftgate will not be available for orders of 250 cubes or greater due to carrier limitations. o All orders shipping LTL will be palletized. • Discounting off list price for any order is as follows: Hon Now Total Order at List Systems & Pedestals All Other HON NOW Product All Orders 64.70% 51.10% HON NOW orders are limited to quantities available in -stock at time of order; because the NOW program is to designed to satisfy a fast option to the items most frequently requested, the product offering is updated frequently. Product modifications will not be required for these updates. Products offered under the NOW program may include product categories which are not available under the terms of this contract (i.e. 5-year warranty items, specific product categories). All products available under the NOW program will be offered to eligible entities under this agreement. The HON published warranty for each product in effect at time of order placement shall apply. Please click on the following link to view the HON NOW Digital Catalog and HON NOW Digital Price List. Sincerely, t� Eric Schroeder Vice President, Finance - HNI Workplace Furnishings The HON Company hon.com Hon. i Make your space work. Enhanced Services We are excited to introduce Enhanced Services, the ability to order additional services right along with your HON products. We understand that some orders are unique and have special requirements that are not included in our standard services and want to make that an easy process for you. As a result, we are offering two different types of enhanced services. The orderable services will have a fixed fee per purchase order while the service requests are more unique and will require a quote from Customer Support. The ultimate goal for HON's Enhanced Services is to make it easier for you to provide an exceptional experience for your customers while increasing profitability. Please direct any questions to HON Customer Support at General SupDort(cDhniworkDlacefurnishinas.com. Orderable Services Customer may order in eOrdering or submit PO Cost for Service without pre -approval for service Lift Gate (Limited to orders less than 250 cubes) $250/Order Proof of Delivery $20/Order Professional Protective Equipment (minimum order size of 250 cubes) $50/Order US Citizen Driver $50/Order Inside Delivery (Limited to orders less than 250 cubes) $250/Order Services Requiring Approval Customer must receive approval for service before ordering service. In some Cost for Service cases, these services may not be available after order is placed. Specific Delivery Date/Time Actual Charges Apply Dedicated Truckload Delivery Actual Charges Apply Ocean Container Actual Charges Apply ($2,000 minimum) Trailer Length Maximum Actual Charges Apply Advanced Clearance Actual Charges Apply Carrier Insurance $50/Order Expedited Transit Actual Charges Apply Palletization Actual Charges Apply ($1,000 minimum) Special Permits $50/Order + Permit Fees N 6 The HON Company I Request Attachment #52 Value Add Sustaining Environ 2022 Corporate Social Responsibility Report HNI Table of Contents 3 A Message from Our CEO 4 Awards and Achievements 5 Continued Engagements and Commitments 6 About HNI/Govemance 8 About This Report 9 Goals and Progress 11 Respecting People 21 Reducing Impacts 28 Redefining Tomorrow Appendix 39 GRI Content Index 64 TCFD Disclosure 66 SASB Disclosure C Maxwell Stanley, Clement 1947 Hanson, and H Wood Miller start a new company called Home-O-Nize. 2022 HNI Corporate Social Responsibility Report HNI 2 ® Leadership In 2022, HNI celebrated 75 years of creating products that encourage collaboration and productivity in the workplace and warm memories at home. Since our founding, we are proud to have continually built a great place to work for our members. Looking forward to our next 75 years, and beyond, we continue to build on our strong foundation and launch new initiatives to lead HNI into the future. About HNI Goals & Progress Leadership Message from Jeffrey Lorenger, Chairman, President and CEO These initiatives are based on our belief that tomorrow must be more inclusive, safer, and more sustainable than yesterday to meet the pressing challenges ahead. We anchor this work in our corporate social responsibility (CSR) strategy called CORE: Conscious Operations and Responsible Environments. CORE is HNI's blueprint for the future to promote respect and a place for all members, reduction of our environmental and climate impacts, and creation of more sustainable products. Respecting People CORE integrates our belief in respecting people and supporting our communities, and it promotes HNI Belong. HNI Belong focuses on increasing diversity throughout the company, including growing the number of women and ethnically diverse members serving at manager level and above. To demonstrate our commitment to CORE, in 2021, we began aligning executive compensation with our diversity goals, and in 2022, we began Company holds first annual recognition 1956 dinner to honor members with 5+ years of service Reducing Impacts aligning executive compensation with our sustainability goals. In this way, we are strengthening and motivating our entire organization toward achieving the CSR goals outlined in this report. We understand the call to innovate and think about our resources in new ways. This year, across all HNI brands and departments, we found ways to further reduce energy consumption, emissions, and waste. We are embracing sustainability as part of our company culture and as an important consideration in all of our decisions. Redefining Tomorrow As part of this work, we have aligned our emissions targets to the Science Based Targets initiative (SBTi) in an effort to reduce global warming and limit the impact of climate change. As we build the elements of CORE into our culture, we are providing an opportunity for all of our members to get even more involved and empowered to help create positive change —being more inclusive; becoming better stewards of our resources; and building stronger, healthier communities. Appendix As you will learn in the following pages, HNI is gaining momentum and making important strides toward our corporate CSR goals. As we continue to grow our family of brands with the addition of Kimball International, we collectively are committed to the long-term success of HNI, which includes our commitment to the objectives outlined in this report. Please join us on our journey. Jeffrey D. Lorenger Chairman, President, and Chief Executive Officer HNI Corporation 2022 HNI Corporate Social Responsibility Report HNI announced the acquisition of Kimball International in 2023 Due to the timing of this acquisition, data within this report is not inclusive of Kimball International 3 Business Information The HON Company 200 Oak Street Muscatine IA, 52761 United States of America m DUNS Number: 14-781-4735 FEIN Number: 42-1491474 • • • • • • • • • • • • • • • • • • • • • • • • Make Your Space q)4 1 The HON Company I Request Attachment #10 Dunn & Bradstreet report D&B Finance Analytics LIVE REPORT HON COMPANY LLC, THE Tradestyle(s): (SUBSIDIARY OF HNI CORPORATION, MUSCATINE, IA) 2 I(m D-U-N-S Number: 14-781-4735 Phone: +1 563 272 7100 Summary KEY DATA ELEMENTS (Formerly: SCORE BAR) KDE Name PAYDEX@ T Delinquency Score T Failure Score D&B Viability Rating Bankruptcy Found D&B Rating ALL ACCOUNTS Printed By:Jesse Albrecht Date Printed: 05/22/2024 Address: 200 Oak St, Muscatine, IA, 52761, United States Of America Web: www.hon.com Endorsement: Albrecht)@hniworkplacefurnishings.com Current Status Details M6 Days Bevond Terms • No 1R3 Moderate Risk of severe payment delinquency_ Low to Moderate Risk of severe financial stress. View More Details 10 employees and over, Moderate Risk Totals Total Outstanding Approved Credit Limit Credit Limit Utilization Total Past Due Total 90 Days+ 2 432 - - 432 432 Account Level Detail Account Name Total Outstanding Approved Credit Limit Credit Limit Utilization Total Past Due Total 90 Days+ ENDUSER PURCHASE- HON 432 0 - 432 432 Account ID:#1140 STATE & LOCAL CREDIT CARD-HON 0 0 - 0 0 Account 10: #1349 COMPANY PROFILE O'+ D-U-N-S Mailing Address Employees PO Box 1109 4,000 (450 here) Muscatine, IA, 52761, UNITED STATES Legal Form Age (Year Started) Telephone +1 563 272 7100 History Record Named Principal Clem, Website Brandon Bullock, PRES .—hon.com Date Incorporated Line of Business Currency: USD State of Incorporation I OWA Ownership Not publicly traded ueaar 5t Discovery Park Muscatine Community YMCA z o <I'aas Sr -i�-0rS m 1 OVERALL BUSINESS RISK O Dun & Bradstreet thinks... Present Control Succeeded Ret furniture sic 5712 NAICS 449110 v Street Address: c 200 Oak St, Muscatine, IA, 52761, • a United States Of America US Lock and 1 Muscatine 9z ------ Dam Lock -----•--- 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 RECOMMENDATION O MAXIMUM CREDIT RECOMMENDATION The recommended limit is based on a moderately law probability of severe delinquency. FAILURE SCORE (b (Formerly Financial Stress Score) Company's Risk Level High Risk (1) Past 12 Months Low Risk High Risk QUE DELINQUENCY SCORE O (Formerly Commercial Credit Score) Company's Risk Level High Risk (1) Stable Condition High Likelihood Of Continued Operations Moderate Potential For Severely Delinquent Payments Probability of failure over the next 12 months 0.09 % Low Risk (100) Probability of delinquency over the next 12 months 4.2 % Low Risk (100) Past 12 Months Low Risk High Risk VIABILITY RATING SUMMARY(? Viability Score High Risk (9) Low Risk (1) Data Depth Indicator Descriptive (G) Predictive (A) Portfolio Comparison High Risk (9) Low Risk (1) Financial Data Unavailable Trade Payments Company Size Years in Business D&B PAYDEXOO (Y High Risk (1) 6 days beyond terms Past 24 Months Low Risk High Risk D&B PAYDEX - 3 MONTHS (Y High Risk (1) 30 days beyond terms PAYDEX® TREND CHART ( Past 24 Months 100 x W 7 50 C 0 QThis Company _ _ Industry Benchmark Low Risk (100) Low Risk (100) SBRI ORIGINATION DO No SBRI Origination Score data is currently available. D&B SBFE SCORE CL No D&B SBFE Score data is currently available. D&B RATING Employee Size Risk Indicator 1R : 10 emnlovees and over 3 . Moderate Risk Current Rating as of 12/26/2023 LEGAL EVENTS Events Occurrences Last Filed Bankruptcies 0 - Judgements 0 - Liens 1 03/28/2016 Suits 3 03/25/2020 ucc 27 04/08/2020 DETAILED TRADE RISK INSIGHT'" Days Beyond Terms 1 Days 3 Months From Mar-24 to May-24 High Risk (120+) Dollar -weighted average of 14 payment experiences reported from 7 companies. Recent Derogatory Events Status Mar-24 Apr-24 Placed for Collection 139 on acct Bad Debt Written Off - - May-24 Low Risk (0) DETAILED TRADE RISK INSIGHT'" 13 MONTH TREND Total Amount Current and Past Due - 5,063,399 4,000,000 2,000,000 . . ■ ■ 0 MaY, !��• !�� 9�9, seu. Ort. ~ot; �Pc; J°'4, ��OQ 4J �, 4'6i; ■ Current 1-30 days 31-60 days ■ 61+ days FINANCIAL OVERVIEW - BALANCE SHEET 8 No Data Available TRADE PAYMENTS Highest Past Due: 35,000 Highest Now O Total Trade Exp Largest High C wing eriences redit 700,000 38 800,000 FINANCIAL OVERVIEW - PROFIT AND LOSS 8 No Data Available OWNERSHIP Subsidiaries Branches This company is a Headquarters, 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 Total Members 181 No Data Available ALERTS OO There are no alerts for this D-U-N-S Number. NEWS GENERALINDUSTRY The rail sector combines efficiency, profitability and sustainability - Part 1 Hospitality On - En 05/17/2024 EARNINGS RELEASE, FINANCIAL NEWS, MERGER AND ACQUISITION Honeywell (HON) Rides on Business Strength Amid Headwinds Finanzen.net 05/16/2024 MERGER AND ACQUISITION Honeywell (HON) Rides on Business Strength Amid Headwinds Yahoo Finanzas - Sitemap 05/16/2024 AWARDS HON Announces Top Sales Distinction Awards to Industry -leading Dealer Partners Office Insight - Interviews 05/09/2024 EARNINGS RELEASE, GENERAL INDUSTRY, FINANCIAL NEWS Analysts Offer Insights on Industrial Goods Companies: WillScot Mobile Mini Holdings (WSC) and Honeywell International (HON) Markets Businessinsider.com - News-2 05/08/2024 EARNINGS RELEASE, GENERAL INDUSTRY, FINANCIAL NEWS Berenberg Bank Keeps Their Buy Rating on Honeywell International (HON) Markets Businessinsider.com - News-2 05/07/2024 GENERALINDUSTRY New trend in hospitality technologies to enhance the customer experience - Part 2 Hospitality On - En 05/03/2024 GENERALINDUSTRY S&PS00 Companies Involved in weapons manufacturing Wealth Awesome 05/01/2024 EARNINGS RELEASE, FINANCIAL NEWS Daily Dividend Report: IBM,WMB,HON,LIN,GPC Nasdaq 04/30/2024 EARNINGS RELEASE, GENERAL INDUSTRY, FINANCIAL NEWS Is Trending Stock Honeywell International Inc. (HON) a Buy Now? Finanzen.net 04/30/2024 COUNTRY/REGIONAL INSIGHT I United States Of America Risk Category Inflationary pressures drive a drop in US shopper sentiment and stifle consumer spending growth; the Fed's higher -for -longer view for interest rates dampens the domestic demand outlook. High Risk Low Risk Available Reports Country Insight Report (CIR) 07 Current Publication Date: 05/17/2024 STOCK PERFORMANCE Country Insight Snapshot (CIS) 07 Current Publication Date: 05/17/2024 8 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. Detailed Trade Risk Insight — Detailed Trade Risk Insight provides detailed updates on over 1.5 billion commercial trade experiences collected from more than 260 million unique supplier/purchaser relationships. DAYS BEYOND TERMS - PAST 3 & 12 MONTHS 3 Monthsof Mar-24 to May-24 Days Beyond Terms :1 Days 0 High Risk (150) Low Risk (0) Dollar -weighted average of14 payment experiences reported from7companies. 12 monthsof Jun-23 to May-24 Days Beyond Terms :2 Days High Risk (150) Low Risk (0) Dollar -weighted average of44 payment experiences reported from2lcompanies. DEROGATORY EVENTS LAST 13 MONTHS FROM MAY-23 TO MAY-24 How should I interpret derogatory events? 139 100 0 MaY.J_ '��' ?3 q49• �A, ��- �aL �c 9•?9 P6, Man, �p MayJ J• J. J� J. •J. J_ J_ Status May- Jun-23 Jul-23 Aug- Sep- Oct- Nov- Dec- Jan-24 Feb- 23 23 23 23 23 23 24 Placed for Collection LEGEND Placed for Collection ■ Bad Debt Written Off Mar- Apr- May- 24 24 24 139 _ on 1 acct Bad Debt - - - - - - - - - - - - - Written Off TOTAL AMOUNT CURRENT AND PAST DUE - 13 MONTH TREND FROM MAY 23 TO MAY 24 LEGEND 5,063,399 4,0011,000 ■ Current z,000,001-30 ' , , 31-6 days 0 0 0 days MaY) 13 ?•� 949.)• eA•�. OCR?a ry0J'•�. O6'C.) ?9 a1_ Ma^�_ �v aY•�_ ■ 61-90 days ■ 91+ days Status May-23 Jun-23 J-3 A23 s.,23O•t 23 Mw-23 Dec-23 Jan-26 h>L —26 p - < aY- Total 5,063,399 4,858,926 6,293,3" 8,818,265 4,852,689 8,560,)>0 4,931,190 6,869,553 3.333,328 3,032,822 2,958,681 2,750,895 2,150,895 1-30 w ast Due 86,611 3,232 e5,890 214,863 23,158 86.1. 18,160 Ms.— 191,360 259,724 226,713 16,001 16,001 61-90 D.y. P.1 Due 909 0 12,066 6,381 39,316 5, 158 1,686 20,641 2,— 2,329 2,516 0 0 Risk Assessment Currency: All figures shown in USD unless otherwise stated D&B RISK ASSESSMENT OVERALL BUSINESS RISK MAXIMUM CREDIT RECOMMENDATION MODERATE- i HIGH MUULR., 70,000 (USD)i Dun & Bradstreet thinks... The recommended limit is based on a moderately • Overall assessment of this organization over the next 12 months: STABLE CONDITION low 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: MODERATE POTENTIAL FOR SEVERELY DELINQUENT PAYMENTS D&B VIABILITY RATING SUMMARY The D&B Viability Rating uses D&B's proprietary analytics to compare the most predictive business risk indicators and deliver a highly reliable assessment of the probability that a company will go out of business, become dormant/inactive, or file for bankruptcy/insolvency within the next 12 months. The D&B Viability Rating is made up of 4 components: Viability Score Portfolio Comparison Compared to All US Businesses within the D&B Compared to All US Businesses within the same Database: MODEL SEGMENT: • Level of Risk:Low Risk • Model Segment: Established Trade Payments • Businesses ranked 3 have a probability of becoming no • Level of Risk:Low Risk longer viable: 3 % • Businesses ranked 2 within this model segment have a • Percentage of businesses ranked 3: 15 % probability of becoming no longer viable: 3 % • Across all US businesses, the average probability of • Percentage of businesses ranked 2 with this model becoming no longer viable:14 % segment: 16 % • Within this model segment, the average probability of becoming no longer viable:5 % High Risk (9) Low Risk (1) l 11 1 High Risk (9) Low Risk (1) Data Depth Indicator Data Depth Indicator: Rich Firmographics Extensive Commercial Trading Activity Basic 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. 0 Descriptive (G) Predictive (A) FAILURE SCORE FORMERLY FINANCIAL STRESS SCORE High Risk (1) Low Risk (100) Level of Risk Raw Score Probability of Failure Low -Moderate 1533 0.09 % Business and Industry Trends 100 90 60 IN 70 OC ou 60 NI W 50 aC D 40 _------------ '=___________"--------------------------------------. LL 30 20 10 0 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 • UCC Filings reported • High proportion of slow payment experiences to total number of payment experiences • Composite credit appraisal is rated fair Average Probability of Failure for Class Businesses in D&B Database 2 0.48 IUN In U. SEP OR IIDN DEC IAN FED MAR APR CURNENT 2023 2023 2023 2023 2022 Nn 2023 2024 2024 2024 2024 2024 Q FAILURE SCORE _ ---Industry Median Quartile BUSINESS AND INDUSTRY COMPARISON 80 W O N 60 A C O 40 2 v m 20 OJ Q 0 Reg on (WEST Industry Employee Age Years in This Business NORTH GENERAL Size Business:(11-25) CENTRAL) RETAIL Employee ranae:(500-2300000) Selected Segments of Business Attributes Norms National % This Business 80 Region:(WEST NORTH CENTRAL) 60 Industry:GENERAL RETAIL 33 Employee range:(500-2300000) 53 Years in Business:(11-25) 43 DELINQUENCY SCORE FORMERLY COMMERCIAL CREDIT SCORE • Proportion of slow payments in recent months • Higher risk industry based on delinquency rates for this industry High Risk (1) Low Risk (100) • Proportion of past due balances to total amount owing • Evidence of open suits and liens Level of Risk Raw Score Probability of Delinquency Compared to Businesses in D&B Class 520 4.2 % Database 3 10.2 % Business and Industry Trends 300 90 ' W BO cc � 70 60 u z so W a C 40 z ---- � 30 W 20 10 ' 0 I0N I. A. — — N. DEC JAN 2023 2023 2023 2023 2023 2023 2D23 2024 Q DELINQUENCY SCORE _ _ Industry Median Quartile BUSINESS AND INDUSTRY COMPARISON 75 OJ O 60 u A c G 40 z 0 01 20 w a 0 Region (WEST Industry Employee Age Years in This Business NORTH GENERAL Size Business:(11-25) CENTRAL) RETAIL Employee ranae:(500-27688861 Selected Segments of Business Attributes Norms National % This Business 65 Region:(WEST NORTH 49 CENTRAL) Industry:GENERAL RETAIL 36 Employee range:(500-2768886) 75 Years in Business:(11-25) 46 D&B PAYDEX High Risk (1) D&B 3 MONTH PAYDEX M M Low Risk (100) High Risk (1) Low Risk (200) When weighted by amount, Payments to suppliers average 6 Days Beyond Terms ❑ High risk of late payment (Average 30 to 120 days beyond terms) -1 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: 75 Equals 8 Days Beyond Terms Based on payments collected 3 months ago. When weighted by amount, Payments to suppliers average 30 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: 75 Equals 8 Days Beyond Terms Business and Industry Trends 5712 - Ret furniture 100 90 60 11 71 71 71 75 75 74 75 76 75 76 76 76 76 75 75 76 76 76 76 76 76 --1-- n- 70 X 601 W 50 6 40 30 I 20 10 I O O PAYDEX __ Industry Lower Quartile Industry Median Quartile Industry Upper Quartile D&B RATING Current Rating as of 12/26/2023 Employee Size 1 R 0 emnlovees and over Previous Rating Employee Size 1 R 0 emolovees and over Risk Indicator 3 : Moderate Risk Risk Indicator 4 : Higher than Average Risk Trade Payments TRADE PAYMENTS SUMMARY (Based on 24 months of data) History since 05/02/2006 Date Applied D&B Rating 01/11/2022 1114 06/10/2019 1113 06/13/2018 1114 10/31/2016 1113 02/01/2016 1112 Currency: All figures shown in USD unless otherwise stated Overall Payment Behavio„ % of Trade Within Terms Highest Past Due 6 74% 35,000 (USD) Days Beyond Terms Highest Now Owing : Total Trade Experiences: Total Unfavorable Comments 700,000 (USL, 38 0 Largest High Credit : Largest High Credit: 800,000 (USD) 0 (USD) Average High Credit 48,967 (USD) Total Placed in Collections: 1 Largest High Credit: 0 (USD) D&B PAYDEX D&B 3 MONTH PAYDEX High Risk (1) Low Risk (100) 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) Based on payments collected 3 months ago. When weighted by amount, Payments to suppliers average 30 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: 75 Equals 8 Days Beyond Terms BUSINESS AND INDUSTRY TRENDS ❑ Low risk of late payment (Average prompt to 30+ days sooner) Industry Median: 75 Equals 8 Days Beyond Terms 5712 - Ret furniture 100 90 60 11 71 11 11 75 75 74 75 76 75 76 76 76 76 75 75 75 76 76 76 76 76 70 62____63 __ _ _ ___ ____ ______ ______________________------ _---------------------- _______________________________________- X 60 W 50 C 40 30 20 10 0 Q PAYDEX _ _ Industry Lower Quartile l ;Industry Median Quartile *Industry Upper Quartile Current 6/22 7/22 8/22 9/22 10/22 11/22 12/22 1/23 2/23 3/23 4/23 5/23 6/23 7/23 8/23 9/23 10/23 11/23 12/23 1/24 2/24 3/24 4/24 2024 This 62 63 72 72 72 72 75 75 74 75 76 75 76 76 76 76 75 75 76 76 76 76 76 76 Business Industry Quartile Upper 78 - - 78 - - 78 - - 78 - - 78 - - 78 - - 78 - - 78 - - Median 74 - - 74 - - 74 - - 74 - - 75 - - 75 - - 75 - - 75 - - Lower 67 - - 67 - - 67 - - 67 - - 68 - - 69 - - 69 - - 69 - - TRADE PAYMENTS BY CREDIT EXTENDED (Based on 12 months of data) Range of Credit Extended (US$) Number of Payment Experiences Total Value % Within Terms 100,000 & over 2 900,000 (USD) 100 50,000 - 99,999 2 145,000 (USD) 52 15,000 - 49,999 2 45,000 (USD) 44 5,000 - 14,999 3 22,500 (USD) 78 1,000 - 4,999 6 10,500 (USD) 95 Less than 1,000 8 3,250 (USD) 77 TRADE PAYMENTS BY INDUSTRY (BASED ON 24 MONTHS OF DATA) Collapse All I Expand All Industry Category- Number of Payment Largest High Credit % Within Terms 1-30 31 - 60 61 - 90 91 + Experiences (US$) (Expand to View) Days Days Days Days Late (%) Late (%) Late (%) Late (%) -25 - Furniture and 1 500 100 0 0 0 0 Fixtures 2522 - Mfg nonwd 1 Soo 100 0 0 0 0 office furn -26 - Paper and 1 20,000 100 0 0 0 0 Allied Products 2679 - Mfg 1 20,000 100 0 0 0 0 converted paper -28 - Chemicals and 1 2,500 100 0 0 0 0 Allied Products 2821 - Mfg 1 2,500 100 0 0 0 0 plastics/resins -30 - Rubber and 3 800,000 100 0 0 0 0 Miscellaneous Plastics Products 3069 - Mfg 3 800,000 100 0 0 0 0 fabricated rubber -34 - Fabricated 1 7,500 100 0 0 0 0 Metal Products except Machinery and Transportation Equipment 3442 - Mfg metal 1 7,500 100 0 0 0 0 doors/trim -35 - Industrial and 2 10,000 60 40 0 0 0 Commercial Machinery and Computer Equipment 3563 - Mfg air/gas 2 10,000 60 40 0 0 0 compress -42 - Motor Freight 3 1,000 73 0 0 0 27 Transportation and Warehousing 4213 - Trucking 3 1,000 73 0 0 0 27 non -local -48 - 1 75,000 100 0 0 0 0 Communications 4813 - Telephone 1 75,000 100 0 0 0 0 communictns -50 - Wholesale 2 1,000 100 0 0 0 0 Trade - Durable Goods 5063 - Whol 1 1,000 100 0 0 0 O electrical equip 5065 - Whol 1 250 100 0 0 0 0 electronic parts -51 - Wholesale 1 750 0 100 0 0 0 Trade - Nondurable Goods 5169 - Whol 1 750 0 100 0 0 0 chemicals -57 - Home 1 25,000 0 0 100 0 0 Furniture Furnishings and Equipment Stores 5712 - Ret 1 25,000 0 0 100 0 0 furniture -59 - Miscellaneous 2 70,000 50 25 0 0 25 Retail 5999 - Ret misc 1 70,000 0 50 0 0 50 merchandise 5943 - Ret 1 50 100 0 0 0 0 stationery -61 - Nondepository 1 750 100 0 0 0 0 Credit Institutions 6153 - Short-trm 1 750 100 0 0 0 O busn credit -76 - Miscellaneous 2 2,500 100 0 0 0 0 Repair Services 7694 - Armature 2 2,500 100 0 0 0 0 rewinding -93 - Public Finance 1 5,000 100 0 0 0 0 Taxation and Monetary Policy 9311 - Public 1 5,000 100 0 0 0 0 finance TRADE LINES Date of Selling High Credit Now Owes Past Due Months Since Last Experience Payment Status Terms (US$) (US$) (US$) Sale 04/24 Pays Promptly - 20,000 20,000 0 1 Between 6 and 12 04/24 Pays Promptly - 7,500 0 0 Months Between 6 and 12 04/24 Pays Promptly - 2,500 0 0 Months Between 4 and 5 04/24 Pays Promptly - 2,500 0 0 Months Between 6 and 12 04/24 Pays Promptly - 2,500 0 0 Months 04/24 Pays Promptly - 1,000 0 0 Between 4 and 5 Months 04/24 Pays Prompt to Slaw 10,000 10,000 0 1 30+ 04/24 Pays Prompt to Slow 1,000 0 0 Between 6 and 12 180+ Months Between 6 and 12 04/24 Pays Slow 60+ N30 25,000 0 0 Months 04/24 Pays Slow 30-120+ - 70,000 40,000 35,000 1 04/24 Placed for collection - 0 100 100 - 04/24 - Cash account 1,000 0 0 1 04/24 - Cash account 50 0 0 Between 2 and 3 Months 03/24 Pays Promptly - 5,000 0 0 1 O1/24 Pays Promptly - 75,000 75,000 0 1 O1/24 Pays Promptly 1 15 N30 500 500 0 1 12/23 - Cash account 100 0 0 1 11/23 Pays Promptly - 1,000 1,000 0 1 11/23 Pays Promptly - 750 100 0 1 11/23 Pays Promptly - 100 100 0 1 10/23 Pays Promptly - 750 750 0 1 Between 6 and 12 10/23 - Cash account 250 0 0 Months 09/23 - Cash account 50 0 0 1 Between 6 and 12 08/23 - Cash account 500 0 0 Months 08/23 - Cash account 100 0 0 1 08/23 - Cash account 50 0 0 Between 6 and 12 Months Between 4 and 5 06/23 - - 50 0 0 Months 04/23 - - 250 0 0 1 Between 6 and 12 02/23 Pays Promptly - 50 0 0 Months 02/23 Pays Slaw 30+ - 750 0 0 Between 4 and 5 Months 10/22 Pays Promptly - 800,000 700,000 500 1 10/22 Pays Promptly - 100,000 100,000 5,000 1 10/22 Pays Promptly - 100 100 0 1 09/22 Pays Promptly - 250 250 0 1 Between 6 and 12 04/22 - Cash account 250 0 0 Months E Date of Selling High Credit Now Owes Past Due Months Since Last Experience Payment Status Terms (US$) (US$) (US$) Sale 04/22 - Cash account 100 0 0 1 04/22 - Cash account 100 0 0 Between 6 and 12 Months 04/22 - Cash account 100 0 0 1 OTHER PAYMENT CATEGORIES Other Payment Categories Experience Total Amount Cash experiences 12 2,650 (USD) Payment record unknown 2 300 (USD) Unfavorable comments 0 0 (USD) Placed for collections 1 0 (USD) Total in D&B's file 38 1,129,200 (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. Corporate Linkage O OWNERSHIP This company is a Headquarters, Subsidiary Global Ultimate, Immediate Parent, Domestic Ultimate HNI Corporation United States D-U-N-S Number: 00-526-9709 BRANCHES Company Name the Hon Company LLC The Hon Company LLC The Hon Company LLC The Hon Company LLC The Hon Company LLC The Hon Company LLC The Hon Company LLC AFFILIATES Company Name - The Gunlocke Company L.L.C. Sagus International, Inc. Paoli LLC PEARL CITY INSURANCE COMPANY OFM, LLC Monessen Holding Company LLC Monessen Hearth Systems Company, LLC Midwest Folding Products Corp. Maxon Furniture Inc. MJR Partners 3 LLC Kimball International, Inc. City, State, Country Muscatine, IA, United States Of America Jasper, AL, United States Of America Muscatine, IA, United States Of America Atlanta, GA, United States Of America Washington, DC, United States Of America Irvine, CA, United States Of America Louisburg, NC, United States Of America LOCATION: All D-U-N-S® NUMBER 82-836-3247 06-871-2580 08-015-3481 13-579-7863 17-509-8180 80-582-4666 80-783-8094 LOCATION: All City, State, Country D-U-N-S® NUMBER Wayland, NY, United States Of America 19-993-6550 Temple, TX, United States Of America 12-833-6661 Muscatine, IA, United States Of America 00-636-4764 Phoenix, AZ, United States Of America 11-403-0105 Holly Springs, NC, United States Of America 93-354-6640 Muscatine, IA, United States Of America 11-731-3806 Paris, KY, United States Of America 86-781-4444 Temple, TX, United States Of America 01-370-6601 Muscatine, IA, United States Of America 06-769-4315 Muscatine, IA, United States Of America 07-929-0688 Jasper, IN, United States Of America 00-636-5803 BE BE Kepco,LLC Hon International de Mexico, S. de R.L. de C.V. Hon Industrias, S. de R.L. de C.V. Hni Services L.L.C. Hni International Inc. Hickory Business Furniture, LLC Hickory Business Furniture, Inc. Hearth & Home Technologies LLC HNI Technologies Inc. HNI Holdings Inc. HHT L.L.C. HFM Partners Design Holdings Inc. CONTRACT RESOURCE GROUP L.L.C. Al lsteel Inc. Jasper, IN, United States Of America Cienega de Flores, NLE, Mexico Monterrey, NLE, Mexico Muscatine, IA, United States Of America Muscatine, IA, United States Of America Hickory, NC, United States Of America Muscatine, IA, United States Of America Lakeville, MN, United States Of America Muscatine, IA, United States Of America Muscatine, IA, United States Of America Colville, WA, United States Of America Muscatine, IA, United States Of America Muscatine, IA, United States Of America Muscatine, IA, United States Of America Muscatine, IA, United States Of America 07-960-8288 58-813-3301 81-255-8930 83-170-1417 00-231-0220 12-804-5148 02-095-3638 96-283-1095 83-170-1292 11-731-1900 14-863-7528 11-731-1786 11-790-1382 02-332-0213 12-031-6711 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 Received Date Amount Debtors Creditors Court Suit Filing Date Filing Number status Date Status Attained Received Date Cause Judgements 0 Latest Filing: - Liens 1 Latest Filing: 03/28/2016 Suits 3 Latest Filing: 03/25/2020 UCCs 27 Latest Filing: 04/08/2020 03/28/2016 201600004751 Open 03/28/2016 04/01/2016 3,111(USD) HON COMPANY LLC COMMONWEALTH OF PA DEPARTMENT OF REVENUE, HARRISBURG, PA ALLEGHENY COUNTY PROTHONOTARY, PITTSBURGH, PA 03/25/2020 202000302333 Pending 03/25/2020 03/27/2020 Negligence Plaintiffs COOPER, JAMES W., ELIZABETHTOWN, PA Defendant THE HON COMPANY LLC Defendant AND OTHERS Court PHILADELPHIA COUNTY COMMON PLEAS COURT, PHILADELPHIA, PA Suit Filing Date 03/12/2018 Filing Number 201800300918 status Pending Date Status Attained 03/12/2018 Received Date 03/16/2018 Cause Negligence Plaintiffs LELLI, JOANE, NORRISTOWN, PA Defendant THE HON COMPANY Court PHILADELPHIA COUNTY COMMON PLEAS COURT, PHILADELPHIA, PA Suit Filing Date 07/07/2016 Filing Number 141-286388-16 status Pending Date Status Attained 07/07/2016 Received Date 07/22/2016 Cause Unknown Plaintiffs BENJAMIN SMIT Defendant THE HON COMPANY, LLC Defendant AND OTHERS Court TARRANT COUNTY CIVIL DISTRICT COURT, FORT WORTH, TX UCC Filing - Original Filing Date 04/08/2020 Filing Number X20032483-3 Received Date 05/08/2020 Collateral Inventory and proceeds - Account(s) and proceeds - General intangibles(s) and proceeds - Chattel paper and proceeds - and OTHERS Secured Party CORPORATION SERVICE COMPANY, AS REPRESENTATIVE, SPRINGFIELD, IL Debtors THE HON COMPANY LLC Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 02/28/2018 Filing Number E18013641-8 Received Date 03/09/2018 Collateral Negotiable instruments including proceeds and products - Accounts receivable including proceeds and products - Inventory including proceeds and products- Account(s)including proceeds and products - and OTHERS Secured Party C & S ASSOCIATES, INC. AS REPRESENTATIVE, CLEVELAND, OH Debtors THE HON COMPANY LLC Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 06/222015 Filing Number E15040707-6 Received Date 07/162015 Collateral Negotiable instruments including proceeds and products - Accounts receivable including proceeds and products - Inventory including proceeds and products- Account(s)including proceeds and products - and OTHERS Secured Party MC MACHINERY SYSTEMS, INC., WOOD DALE, IL Debtors THE HON COMPANY, LLC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 06/242014 Filing Number E14048542-0 Received Date 07/152014 Collateral Negotiable instruments including proceeds and products - Accounts receivable including proceeds and products - Inventory including proceeds and products- Account(s)including proceeds and products - and OTHERS Secured Party MC MACHINERY SYSTEMS, INC., WOOD DALE, IL Debtors THE HON COMPANY LLC Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 02/012008 Filing Number X119242-5 Received Date 02/062008 Collateral Accounts receivable and proceeds - General intangibles(s) and proceeds - Leased Equipment and proceeds Secured Party CANON FINANCIAL SERVICES, MT LAUREL, NJ Debtors HON COMPANY THE Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 03/07/2007 Filing Number X088626-2 Received Date 03/22/2007 Collateral Accounts receivable and proceeds- General intangibles(s) and proceeds - Leased Equipment and proceeds Secured Party CANON FINANCIAL SERVICES, MT LAUREL, NJ Debtors HON COMPANY THE Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 07/13/2006 Filing Number X067699 Received Date 07/20/2006 Collateral Accounts receivable and proceeds- General intangibles(s) and proceeds - Leased Equipment and proceeds Secured Party CANON FINANCIAL SERVICES, MT LAUREL, NJ Debtors HON COMPANY, THE Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 06/27/2006 Filing Number X066421 Received Date 07/10/2006 Collateral Accounts receivable and proceeds- General intangibles(s) and proceeds - Leased Equipment and proceeds Secured Party CANON FINANCIAL SERVICES, MT LAUREL, NJ Debtors HON COMPANY, THE Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 04/05/2006 Filing Number P534581 Received Date 04/14/2006 Collateral Accounts receivable and proceeds - Leased Assets and proceeds - General intangibles(s) and proceeds - Leased Business machinery/equipment and proceeds - Leased Equipment and proceeds Secured Party CANON FINANCIAL SERVICES, MT LAUREL, NJ Debtors HON COMPANY, THE Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA UCC Filing - Original Filing Date 01/09/2006 Filing Number P526800 Received Date 01/25/2006 Collateral Accounts receivable and proceeds - General intangibles(s) and proceeds - Leased Equipment and proceeds Secured Party CANON FINANCIAL SERVICES, INC., MT LAUREL, NJ Debtors HON COMPANY, THE Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, DES MOINES, IA 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 not be reproduced in whole or in part by any means of reproduction. IThere may be additional UCC Filings in D&Bs file on this company available by contacting 1-800-234-3867. There may be additional suits, liens, 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 against the 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 There are no Special Events recorded for this business. Financials - D&B IA detailed financial statement is not available from this company for publication. IA detailed financial statement is not available from this company for publication. ID&B currently has no financial information on file for this company Currency: All figures shown in USD unless otherwise stated Currency: All figures shown in USD unless otherwise stated Currency: All figures shown in USD unless otherwise stated Company Profile Currency: All figures shown in USD unless otherwise stated COMPANY OVERVIEW D-U-N-S 14-781-47�_: Legal Form Unknown History Record Date Incorporated 07/02/1999 Business Commenced On 1999 State of Incorporation IOWA Ownership Not publicly traded Dis r Park Muscatine Community YMCA Z c 4 "" gtir� s St � BUSINESS REGISTRATION Mailing Address PO Box 1109 MUSCATINE, IA, 52761, UNITED STATES Telephone +1 563 272 7100 Website www.hon.com Present Control Succeeded 1999 SIC 5712 NAICS 449110 Employees 4,000 (^ Age (Year Started) 25 Years(1999) Named Principal Brandon Bullock, PRES Line of Business Ret furniture rJan Street Address: Q200 Oak St, Muscatine, IA, 52761, ♦ a United States Of America . US LMuscatine 92 Da. Corporate and business registrations reported by the secretary of state or other official source as of: 2024-05-10 This data is for informational purposes only, certification can only be obtained through the Office of the Secretary of State Registered Name THE HON COMPANY LLC Corporation Type Unknown State of Incorporation IOWA Registration ID 230031 Registration Status ACTIVE Filing Date 07/02/1999 Where Filed SECRETARY OF STATE/CORPORATIONS DIVISION Registered Agent Name Address Registered Principal Name Title Address PRINCIPALS Officers C T CORPORATION SYSTEM 400 E COURT AVE, DES MOINES, IA, 503090000 HON INDUSTRIES INC. 414 E 3RD ST, MUSCATINE, IA, 527610000 BRANDON BULLOCK, PRIES Directors DIRECTOR(S): THE OFFICER(S) COMPANY EVENTS The following information was reported on: 03/27/2024 The Iowa Secretary of State's business registrations file showed that The Hon Company LLC was registered as a Limited Liability Company on July 2, 1999, under the registration file number 230031. Although this company operates as a Limited Liability Company, the members have elected to use officer titles to denote areas of responsibility. Business started 1999. BRANDON BULLOCK. Antecedents not available. BUSINESS ACTIVITIES AND EMPLOYEES The following information was reported on: 03/27/2024 Business Information Trade Names Description Employees Financing Status Seasonality Tenure Facilities Related Concerns SIC/NAICS Information Industry Code 5712 57129904 NAICS Codes 449110 GOVERNMENT ACTIVITY Activity Summary Borrower(Dir/Guar) Administrative Debt (SUBSIDIARY OF HNI CORPORATION, MUSCATINE, IA); HON COMPANY; LEWIS OFFICE LLC Subsidiary of HNI Corporation, Muscatine, IA which operates as a manufacturer, wholesaler and retailer of office furnitures. HNI Corporation holds 100% ownership interest. As noted, this company is a subsidiary of HNI Corporation, DUNS # 00-526-9709, and reference is made to that report for background information on the parent company and its management. Retails furniture, specializing in office furniture (100% ). Terms are Net 30 days. Sells to commercial concerns. Territory : International. 4,000 which includes officer(s). 450 employed here. Secured Nonseasonal. Rents Rents premises on 2nd floor of a multi story building. No Yes Description Ret furniture Office furniture NAICS Description Furniture Retailers Percentage of Business Activity Summary Contractor Yes Grantee No Party excluded from federal program(s) No Associations O Currency: All figures shown in USD unless otherwise stated All Credit Files with Same D-U-N-S® Number as this D&B Live Report ALL CREDIT FILES WITH SAME D-U-N-S® NUMBER AS THIS D&B LIVE REPORT Company Name Type Status Date Created The Hon Company LLC ACCOUNT - #1349 No Action Recommended 02/26/2021 The Hon Company LLC ACCOUNT - #1140 No Action Recommended 02/26/2021 Your Information Record additional information about this company to supplement the D&B information. Note: Information entered in this section will not be added to D&B's central repository and will be kept private under your user ID. Only you will be able to view the information. In Folders: View Account Number Credit Limit Audit Trail O Text From : May-22 Date/Time of the Event 05/22/2024 10:57 AM 01/11/2024 11:43 AM Endorsement/Billing Reference * Albrecht)@hniworkplacefurnishings.co 1 Total Outstanding Sales Representatives Your Information Currency US Dollar (USD) To : May-24 Event Name Triggered By Message Credit Report Pulled Jesse Albrecht The credit report was pulled Credit Report Pulled Jesse Albrecht The credit report was pulled Federal Information FEDERAL EMPLOYER IDENTIFICATION NUMBER DUN & Bradstreet, Inc. has compiled the following FEIN numbers for the business name in this report from the sources below. Dun & Bradstreet, Inc. provides this information "AS IS" with no guarantee as to its accuracy. FEIN Business Name Address Source Date 42 P. O. BOX 1109, DEPARTMENT OF THE HON COMPANY 1491474 MUSCATINE, IA, 52761 LABOR 03/01/2009 42 PO BOX 1109, MUSCATINE, DEPARTMENT OF THE HON COMPANY 1491474 IA, 52761 LABOR 12/31/2003 THE HON COMPANY 42- OWENSBORO PO BOX 1109, MUSCATINE, DEPARTMENT OF 1491474 WELFARE PLAN FOR IA, 52761 LABOR 03/01/2006 LOCAL 2 42- HENDERSON PIANO PO BOX 1109, Muscatine, TEXAS BUSINESS 1161782 COMPANY, IA, 52761 REGISTRATIONS 05/01/2015 FEIN Business Name Address Source Date HON INDUSTRIES 42- INC VOLUNTARY PO BOX 1109, MUSCATINE, DEPARTMENT OF 1316997 EMPLOYEES IA, 52761 TREASURY - TAX 12/29/2005 BENEFICIARY EXEMPT CORPORATE FAMILY RELATIONSHIPS The following establishments related to the subject of this report have reported activity with the Federal Government. This is not a complete corporate family structure. To order more information on this business' corporate structure, use D&B's Global Family Linkage product. D-U-N-SO Business Name Loans Claims Debarments Contracts Grants 00-636-5803 KIMBALL INTERNATIONAL, INC. No No No Yes No 08-824-4231 KIMBALL INTL BRANDS INC Yes No No No No 13-913-7611 NATIONAL OFFICE FURNITURE INC No No No Yes No 01-052-4036 HNI CORPORATION No Yes No No No 09-616-3746 DELVE INTERIORS, LLC No No No Yes No 86-781-4444 MONESSEN HEARTH SYSTEMS CO LLC No Yes No No No 12-804-5148 HICKORY BUSINESS FURNITURE LLC No No No Yes No 00-636-4764 PAOLI LLC No Yes No Yes No 12-031-6711 ALLSTEEL INC. No No No Yes No 06-769-4315 MAXON FURNITURE INC. No No No Yes No 19-993-6550 GUNLOCKE COMPANY L.L.C. No Yes No Yes No REPORTED U.S. GOVERNMENT CONTRACT ACTIONS Federal Reported Contract Contract Supplier Contract Office & Date Awarded Contract ID Amount Contract Name Code Action Type Agency ( 3,000 PURCH USING DEPT OF 10/31/2019 2019-03 7D04/2 (USD)) OFFICE FURNITURE 7110 SIMPLIFIED ACQ. DEFENSE PROCEDURES ORDER UNDER 01/24/2019 2018-09 W912NR18F5035/ 47,000 OFFICE FURNITURE 7110 SINGLE AWARD DEPT OF (USD) INDEF DEL DEFENSE CONTR ORDER UNDER 01/24/2019 2018-08 W912NR18F5011/ 66,000 OFFICE FURNITURE 7110 SINGLE AWARD DEPT OF (USD) INDEF DEL DEFENSE CONTR ORDER UNDER 01/24/2019 2018-09 W912LC18F5023/ 11,000 OFFICE FURNITURE 7110 SINGLE AWARD DEPT OF (USD) INDEF DEL DEFENSE CONTR 21,000 PURCH USING DEPT OF 01/24/2019 2018-09 W9115A18PV229/ (USD) OFFICE FURNITURE 7110 SIMPLIFIED ACQ. PROCEDURES DEFENSE REPORTED FEDERAL LOANS AND LOAN GUARANTEES No government activity has been found in this section. CLAIMS, FEES, FINES, OVERPAYMENTS, PENALTIES AND OTHER MISC. REPORTED DEBTS TO FEDERAL AGENCIES Reported Established Current Balance Federal Date Date Type Amount Due Due Past Due Cause Creditor AccountlD 6,670 ECHO ENVIRONMENTAL 07/10/2017 Ol/17/2014 PENALTY (USD) 0 (USD) 0 (USD) 0 (USD) FORMAL PROTECTION 11000041586: PENALTYAGCY REPORTED PARTY EXCLUDED FROM FEDERAL PROGRAM(S) No government activity has been found in this section. REPORTED U.S. GOVERNMENT GRANT AWARDS No government activity has been found in this section. BACK Non. FULL LIFETIME WARRANTY YOUR HON FULL LIFETIME WARRANTY Every time you purchase a HON product, you're making an investment in your future. We're proud to play a part in that future, and you can trust us to do our best for as long as you need us. The HON Full Lifetime Warranty is our assurance to you that the HON desks, workstations, seating, tables, or storage you purchase will be free from defective material or workmanship for the life of the product. In the unlikely event that any HON product or component covered by the HON Full Lifetime Warranty should fail under normal workplace use as a result of defective material or workmanship, HON shall repair or replace with comparable product (at HON's discretion), free of charge. WHAT'S COVERED BY THE HON FULL LIFETIME WARRANTY? Your HON Full Lifetime Warranty applies to product manufactured after January 1, 2011. All HON product lines, materials, and components are covered by the HON Full Lifetime Warranty except for the items described below. The specific product lines, materials, and components listed below are covered under HON's Full 12-Year, Full 10-Year, and Full 5-Year Warranties (from date of purchase). HON'S FULL 12-YEAR WARRANTY • Electrical components (lamps and ballasts are not covered) • 4-Way Stretch Mesh • Seating controls • Pneumatic Cylinders • Wood Seating • Accessories • Laminate Surfaces HON'S FULL 10-YEAR WARRANTY • Coordinate- Height Adjustable Bases (HHATB) HON'S FULL 7-YEAR WARRANTY • Coordinate"^ Legacy Bases (HHAB and HREC) • Workwall Markerboard Glass Tiles HON'S FULL 5-YEAR WARRANTY • All LED task lights • Panel and seating textiles • Cow" • BetweenTM Multi -Purpose Table • Acoustic Solutions by Unika Vaev • Mod HON'S FULL 1-YEAR WARRANTY • Acrylic Screens These warranties apply to HON products sold within the United States of America, U.S. Territories, and Canada, as well as U.S. Military and Federal Agency purchases (regardless of location). IS ANYTHING NOT COVERED? There are a few exclusions to the HON Full Lifetime Warranty and to the 12-,10-, and 5-year warranties. These exclusions are: • All HON products that are covered under a separate 5-year warranty. • Color -fastness or matching of colors, woodgrains, or textures occurring in wood, leather, or other materials that naturally exhibit inherent color variations. • Customer's own materials (COM) selected by and used at the request of the user. • Modifications or attachments to the product that are not approved by The HON Company and product failures resulting from such modifications or attachments. • Product normal wear and tear, which are to be expected over the course of ownership. • Products that were not installed, used, or maintained in accordance with product instructions and warnings. • Products used for rental purposes. • Damage caused by cleaning chemicals. • Dye transfer caused by external contaminants (including clothing and accessory dyes such as those used on denim jeans) may migrate to lighter colors. This phenomenon is increased by humidity and temperature and is irreversible. • Fabric pattern match seat to back or chair to chair. If pattern match is needed, please submit a Tailored Solutions request or contact HON Customer Support/Tailored Solutions with questions. • Storage Digilocks come with a 2-year warranty. WARRANTY REQUESTS OR QUESTIONS? Your HON Dealer is our mutual partner in supporting your warranty requests. To obtain service under this warranty, please contact your HON dealer. If you are not sure who your dealer is, please call HON Customer Support at 800.833.3964. THAT'S YOUR HON FULL LIFETIME WARRANTY AS AN OWNER OF HON PRODUCT, THE WARRANTY EXPLAINED HERE IS YOUR SOLE AND EXCLUSIVE REMEDY. THERE ARE SOME EXCEPTIONS IF YOU PURCHASED THE PRODUCT FOR HOME OR PERSONAL USE WHICH ARE EXPLAINED BELOW. TO THE EXTENT ALLOWED BY LAW, THE HON COMPANY MAKES NO OTHER WARRANTY, EITHER EXPRESS OR IMPLIED, INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THE HON COMPANY WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL OR INCIDENTAL DAMAGES. A WORD ABOUT PURCHASES FOR HOME OR PERSONAL USE Please note, this section only applies if you purchased your HON product for your home or for your own personal or family use. HON's warranties give you specific legal rights and you may have other rights, which vary from state to state. As a consumer purchaser, the complete exclusion of implied warranties noted in the above paragraph does not apply to you, however, to the extent allowed by applicable state law, the implied warranties are limited to the applicable term of the warranty. Some states do not allow the exclusion or limitation of incidental or consequential damages, so the above exclusion or limitation may not apply to you. INTRO March 2023 Workspaces Pricer Hon, Hon. HON LIMITED 5-YEAR WARRANTY YOUR HON LIMITED 5-YEAR WARRANTY The HON Company promises to repair or replace HON products or components covered under this warranty that are found to be defective in material or workmanship within five (5) years from the date of original purchase so long as you, the original purchaser, still owns it. This is your sole and exclusive remedy. This warranty is subject to the provisions below. It applies to products listed on page 2 manufactured after January 1, 2018. LIMITATIONS: • Upholstery on chairs is warranted for two years from date of purchase. • Damage caused by the carrier in -transit is handled under separate terms. EXCLUSIONS: This warranty does not apply and no other warranty applies to: • Normal wear and tear, which are to be expected over the course of ownership. • Modifications or attachments to the product that are not approved by The HON Company. • Products that were not installed, used, or maintained in accordance with product instructions and warnings. • Products used for rental purposes. SEATING USAGE: Normal commercial use for seating is identified as the equivalent of a single shift, forty- (40) hour workweek. To the extent that a seating product is used in a manner exceeding this, the applicable warranty period will be reduced in a pro-rata manner. A WORD ABOUT COLOR VARIATIONS, FABRICS AND FINISHES: The HON Company does not warrant the color -fastness or matching of colors, grains, or textures of covering materials. CUSTOMER'S OWN MATERIAL (COM) Not available on HON products covered under the HON 5-year warranty. TO THE EXTENT ALLOWED BY LAW, THE HON COMPANY MAKES NO OTHER WARRANTY, EITHER EXPRESS OR IMPLIED, INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THE HON COMPANY WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL OR INCIDENTAL DAMAGES. NOTICE TO PURCHASERS FOR HOME OR PERSONAL USE: Federal law does not permit the exclusion of certain implied warranties for consumer products. Therefore, if you are purchasing this product for home or personal use, the exclusion of implied warranties noted in the above paragraph does not apply to you. Some states do not allow the exclusion or limitation of incidental or consequential damages, so the above limitation or exclusion may not apply to you. This warranty gives you specific legal rights, and you may also have other rights which vary from state to state. This warranty applies only to products sold within the United States of America and the Commonwealth of Canada. TO OBTAIN SERVICE UNDER THIS WARRANTY: Your HON Dealer is our mutual partner in supporting your warranty requests. By following the procedures outlined below, you can be assured of the best level of service. Please note: Consent of The HON Company must be obtained before any warranty work is performed. To obtain consent, please take the following steps: 1. Contact the Dealer from whom the product was purchased within 30 days of discovery of the defect. Be prepared to affirm that you are the original purchaser of the product and to provide the serial number(s) from the product in question. 2. Your Dealer will gather all pertinent information regarding the claim, inspect the product, and contact a HON Company customer service representative. (Please allow a reasonable amount of time for inspection and review.) 3. If The HON Company affirms that the product in question is eligible under the conditions of the warranty as stated above, the customer service representative or another representative of the Company will determine whether to provide replacement parts, authorize repairs, or replace the product. Hon. HON LIMITED 5-YEAR WARRANTY PRODUCT LIST: H432 HBV-P6024 HVL511 HBLMTB16AI H434 HBV-P6030 HVL515 HBLMTB16ES H482 HBV-P6036 HVL518 HBLMTB16N H484 HBV-P6042 HVL521 HBLMTB8A1 HBL2101 HBV-P6048 HVL525 HBLMTB8ES HBL2101BF HBV-P6060 HVL528 HBLMTB8N H BL2102 HBV-P6072 H V L531 H V L891 H B L2103 HBV-P7224 H V L532 H V L892 H B L2111 HBV-P7230 H V L534 H V L893 HBL2111BF HBV-P7236 HVL538 HVL894 HBL2115 HBV-P7242 HVL541 HVL895 HBL2121 HBV-P7248 HVL551 HBLMTR12AI HBL2123 HBV-P7260 HVL581 HBLMTR12ES HBL2145 HBV-PBS HVL582 HBLMTR12N HBL2146 HBV-PWBI HVL585 HBLMTR16A1 HBL2155 HBV-QC180 HVL601 HBLMTR16ES HBL2162 HBV-QC90 HVL604 HBLMTR16N HBL2163 HBV-TBASE HVL605 HBLMTR8A1 HBL2164 HBV-VSH24 HVL606 HBLMTR8ES HBL2171 HBV-VSH30 HVL616 HBLMTR8N HBL2180 HBV-VSH36 HVL641 HBLP3060AI HBL2183 HBV-VSH42 HVL643 HBLP3060ES HBL2194 HBV-VSH48 HVL653 HBLP306ON HBL2211 HBV-VSH60 HVL685 HBLPP3066A1 HBL2213 HBXRISER HVL691 HBLPP3066ES HBL42CU HC184236 HVL693 HBLPP3066N HBL72BFMODG HC187236 HVL701 HBLUPP7210AI HBL72HDG HML8851 HVL702 HBLUPP7210ES HBLC48D H ML8852 HVL705 HBLUPP7210N HBLC72R HML8858 HVL712 HBLUPPH72114ES HBLH3160 HMNG15PED HVL721 HBLUPPH72114AI HBLH3170 HMNG30FCD HVL844 HBLUPPH72114N HBLMT48A HMNG30FCO HVL852 HMLDP6024W HBLMT48B HMNG30STDM HVL853 HMLDP6024C HBLMT48R HMNG36FCD HVL862 HMLDPF07660W HBLMT048A HMNG360VRD HVL864 HMLDPF07660C HBLMT048B HMNG36STDM HVL871 HMLDF606OW HBLMT048R HMNG48WKSL HVL872 HMLDF6060C HBLPBRIDGE HMNG600VRD HVL873 HMLDPF7260W HBLPCLASSIC HMNG60WKS HVL887 HMLDPF7260C HBLPCONTEMP HMNG60WKSL HVL888 HMLDPF07260W HBLPWC HMNG72WKS HVL981 HMLDPF07260C HBMP2B HMNGDLEG HVL982 HMLDPF076602W HBMP2F HMNGOHLEG HVL991 HMLDPF076602C HBMPT4824P HVL103 HVL995 HMLDPF06082W HBMPT4824X HVL105 HVLPERCH HMLDPF06082C HBMPT48MOD HVL108 HBLDCH7296A1 HMLD60W HBMPT6024P HVL131 HBLDCH7296ES HMLD60C HBMPT6024X HVL151 HBLDCH7296N HMLDF60W HBMPT60MOD HVL161 HBLDCHL7272AI HMLDF60C HBMPT7224P HVL171 HBLDCHL7272ES HBMPT7224X HVL205 HBLDCHL7272N HBMPT72MO D HVL206 HBLLPP6678AI HBTMS HVL210 HBLLPP6678ES HBV-P4224 HVL215 HBLLPP6678N HBV-P4230 HVL220 HBLLPP8484AI HBV-P4236 HVL302 HBLLPP8484ES HBV-P4242 HVL303 HBLLPP8484N HBV-P4248 HVL402 HBLMTB12A1 HBV-P4260 HVL443 HBLMTB12ES HBV-P4272 HVL508 HBLMTB12N HICKORY BUSINESS FURNITURE, LLC DBA HBF LIMITED WARRANTY Hickory Business Furniture, dba HBF, warrants to the original purchaser that its products are free from defects in materials and workmanship for a period of twelve (12) years from date of shipment, except as noted below. This warranty applies to single shift (standard 8-hour day, 5 days per week) use, and covers products delivered in the Americas: Canada, the Caribbean, Latin America, Mexico and the United States. Exceptions 5 Years Stacking chairs, metal chair frames, seating components including controls and adjustment mechanisms, monitor supports and tablet arm assemblies, wood, wood veneer, linoleum, low (LPL) and high (HPL) pressure laminate surfaces, solid surfaces, urethane, wood and wood edge treatments, and tailoring. 3 Years Electrical components and power supplies, ballasts, height adjustment mechanisms and pneumatic cylinders, casters, glides, exposed wood frames and legs, marker and tack board surfaces, granite, marble and glass surfaces, and replacement parts. 2 Years Graded -In HBF Textiles cover materials including, but not limited to, textiles, leathers and faux leathers. Licensed products are warranted to the original purchaser to be free from defects in materials and workmanship for a period of two (2) years from date of shipment, except as noted under the exclusions below. Exclusions Warranty does not apply to product failure or loss resulting from: • Acts of nature, civil disobedience or social unrest. • Normal wear and tear. • COM (Customer's own materials) including, but not limited to solid surfaces, linoleum, laminates, textiles and upholstery materials, leathers, wood and wood veneers. These materials are subject to the original manufacturer's warranties only. • Failure to apply, install, clean or maintain products according to published HBF or manufacturer instructions and guidelines. • Use of harsh, abrasive or acidic cleaning agents; and chemicals or agents that may alter or degrade the appearance, materiality and structural integrity of the product. • Physical or chemical abuse, misuse, neglect or accident. • Unauthorized alteration or modification of the product. • Unauthorized repair of the product. • Products exposed to extreme environmental conditions, direct sunlight or improper storage. • Products exposed to outdoor use, unless manufactured specifically for outdoor conditions. • Products used for rental purposes. • Substitution of any unauthorized components that are integral to the performance of the product. Warranty does not cover: • Replacement parts are covered for three (3) years or the balance of the original warranty, whichever is longer. Replacement parts for licensed products are covered for one (1) year of the balance of the original warranty, whichever is longer. • Damage caused by carriers or concealed damage. Damage caused in -transit will be handled under separate terms. • Damage caused by dealers and their subcontractors or agents. • Custom and special product(s) are covered for three (3) years, and all other exclusions apply. • Variations in surface and solid materials including color, grain, marbling, texture and veining. • Variations in leather such as scars, wrinkles, and other marks. • Variations in wood such as color, staining, grain, scars and other marks. • Variations in textiles and other upholstery materials due to inconsistencies between dye lots. • Color fastness due to aging or exposure to artificial or natural sunlight. • Consumables, such as batteries, light bulbs and lamps. • Products purchased "as is", used or secondhand. • Products sold by unauthorized dealers or installers. February 2024 HICKORY BUSINESS FURNITURE, LLC DBA HBF LIMITED WARRANTY Warranty Provides Exclusive Remedies Under this warranty, if a product fails during normal use during the warranty period as a result of a defect in materials or workmanship, HBF will, at its sole discretion, either repair or replace the product free of charge, which includes delivery and labor costs. If HBF determines the repair or replacement of the product(s) is not commercially practical, HBF may choose to refund the purchase price of the affected product. This warranty applies to products purchased on or after June 1, 2017. For products purchased prior to June 1, 2017, please refer to the warranty terms and conditions in effect at that time. THIS LIMITED WARRANTY IS THE SOLE REMEDY FOR PRODUCT DEFECT AND NO OTHER EXPRESS OR IMPLIED WARRAN-TY IS PROVIDED, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. HICKORY BUSINESS FURNITURE SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INDIRECT, SPECIAL, PUNITIVE OR INCIDENTAL DAMAGES. This warranty is non -transferable and valid to the original purchaser only. Warranty is enforceable only if products were acquired and installed by Hickory Business Furniture or one of its Authorized Resellers. 9 February 2024 Dealer Name: Address: City: State: Zip: (ARCTIC OFFICE PRODUCTS 100 W FIREWEED LN ANCHORAGE AK 99503-2604 (ARCTIC OFFICE PRODUCTS 1611 UNIVERSITY AVE S FAIRBANKS AK 99709-4989 ITHINK OFFICE LLC 1320 E 68TH AVE ANCHORAGE AK 99518 I DIVISION 12 CONSULTING 4707 MCG ILL CT HOOVER AL 35226 IA-Z OFFICE RESOURCE INC 113 JETPLEX CIR STE Al MADISON AL 35758-8956 BUSINESS INTERIORS INC. 2309 5TH AVENUE SOUTH BIRMINGHAM AL 35233 BUSINESS INTERIORS INC. 1141 LAGOON BUSINESS LOOP MONTGOMERY AL 36117 BUSINESS INTERIORS INC. 100 CHURCH STREET SW STE 250 HUNTSVILLE AL 35801 INTERIOR ELEMENTS LLC 23201ST AVE N STE 110 BIRMINGHAM AL 35203-4302 KYSER OFFICEWORKS 2400 SPRUCE STREET MONTGOMERY AL 36107 MCALEER'S OFFICE FURNITURE 3305 SPRINGHILL AVE MOBILE AL 36607 OFFICE EQUIPMENT COMPANY OF MOBILE INC. 104 EAST 165 MOBILE AL 36607 OSCO INTERIORS 229 GRANT STREET SE DECATUR AL 35601 PRINTERS & STATIONERS INC 113 N COURT ST FLORENCE AL 35630-4767 PRINTERS & STATIONERS INC 551 VETERANS DR FLORENCE AL 35630-5745 IUS BUSINESS PRODUCTS INC 3860 NAPIER FIELD RD DOTHAN AL 36303-0928 DAVID MARTIN INC. 4502 ACCESS RD JONESBORO AR 72401 ELITE WORKSPACE SOLUTIONS, LLC 711 E POINTER TRAIL VAN BUREN AR 72956 L & M OFFICE FURNITURE 2207 CANTRELL RD LITTLE ROCK AR 72202 MOSER CORPORATION 601 N 13TH ST ROGERS AR 72756 PETTUS OFFICE PRODUCTS 2 FREEWAY DR LITTLE ROCK AR 72204 IATMOSPHERE COMMERCIAL INTERIORS 815 N CENTRAL AVE PHOENIX AZ 85004-2004 IATMOSPHERE COMMERCIAL INTERIORS 88 E BROADWAY BLVD STE 100 TUCSON AZ 85701-1720 I FORWARD TILT 6340 E TH0MAS RD, STE: 200 SCOTTSDALE AZ 85251 IWIST BUSINESS SUPPLIES 107 W JULIE DRIVE TEMPE AZ 85283 (AAA BUSINESS SUPPLIES & INTERIORS 325 MENDELL ST SAN FRANCISCO CA 94124 (AAA BUSINESS SUPPLIES & INTERIORS 1915 MARK CT #150 CONCORD CA 94520 AAA BUSINESS SUPPLIES LP DBA PALACE BUSINESS SOLUTIONS 275 MENDELL STREET SAN FRANCISCO CA 94124 IABI OFFICE FURNITURE INC 9373 ACTIVITY RD STE L SAN DIEGO CA 92126-4409 I BASK 4 PARK PLAZA IRVINE CA 92614 BERNARDS OFFICE FURNITURE 20935 WARNER CENTER LN STE B WOODLAND HILLS CA 91367-6511 BLUESPACE INTERIORS 23303 LA PALMA AVE YORBA LINDA CA 92887-4773 BLUESPACE INTERIORS 2840 N LIMA ST STE 110 BURBANK CA 91504-2506 BUSINESS OFFICE OUTFITTERS 8807 CLAIREMONT MESA BLVD. SAN DIEGO CA 92123 ICAL BENNETTS 615 N PLAZA DRIVE VISALIA CA 93291 ICAMPBELL KELLER 3766 BRADVIEW DR SACRAMENTO CA 95827-9702 ICAMPBELL KELLER 304165TH ST STE 3 SACRAMENTO CA 95820-2021 ICOMPLETE OFFICE OF CA 12724 MOORE STREET CERRITOS CA 90703 ICORPORATE BUSINESS INTERIORS (IRVINE) 3501 JAMBOREE RD STE 400 NEWPORT BEACH CA 92660-2939 I D&R OFFICE WORKS, INC. 9956 BALDWIN PLACE EL MONTE CA 91731 IG&M BUSINESS INTERIORS 1099 W LA CADENA DR RIVERSIDE CA 92501 HOOVER'S COMMERCIAL SERVICES DBA BE WORKPLACE DESIGN 5159 COMMERCIAL CIR UNIT C CONCORD CA 94520 INSIDE SOURCE INC 985 INDUSTRIAL RD STE 101 SAN CARLOS CA 94070-4157 INSIDE SOURCE INC 1221 DIAMOND WAY CONCORD CA 94520-5209 INSIDE SOURCE INC 2 EMBARCADERO CTR STE R2308 SAN FRANCISCO CA 94111-3823 KIRKSEY & CO INC 18500 VON KARMAN AVE SUITE 350 IRVINE CA 92612 MB CONTRACT FURNITURE 1001 GALAXY WAY STE 100 CONCORD CA 59706 OFFICE & ERGONOMIC SOLUTIONS INC 8480 UTICA AVE ANCHO CUCAMONC CA 91730-3808 ZONE WORKPLACE 2500 DE LA CRUZ BLVD. CLARA CA 95050 I PARRON HALL CORPORATION 9655 GRANITE RIDGE DR STE 100 SAN DIEGO CA 92123-2697 IQUALITY OFFICE FURNISHINGS INC 23825 VIA DEL RIO YORBA LINDA CA 92887-2727 ISIERRA SCHOOL EQUIPMENT COMPANY 3003 CITATION WAY BAKERSFIELD CA 93308 ISOURCE CREATIVE OFFICE INTERIORS 18600 MACARTHUR BLVD. IRVINE CA 92612 ISTINSON STATIONERS 200SONORAST BAKERSFIELD CA 93305-5724I ITANGRAM INTERIORS LLC 9200 SORENSEN AVE SANTA FE SPRINGS CA 90670-2645 ITANGRAM INTERIORS LLC 1375 DOVE ST STE 300 NEWPORT BEACH CA 92660-2406 ITANGRAM INTERIORS LLC 7415 MEANYAVE BAKERSFIELD CA 93308 ITANGRAM INTERIORS LLC 677 W PALMDON DR STE 101 FRESNO CA 93704-1094 ITOTAL CORPORATE SOLUTIONS 20335 S. WESTERN AVE TORRANCE CA 90501 ITRICOUNTY OFFICE FURNITURE 1013 STATE ST, SANTA BARBARA SANTA BARBARA CA 93101 ITRICOUNTY OFFICE FURNITURE 3955 E MAIN ST VENTURA CA 93003-5223 IAMERICAN FURNITURE WAREHOUSE 8820 AMERICAN WAY ENGLEWOOD CO 80111 I BC INTERIORS INC-HON 3550 FRONTIER AVE STE C2 BOULDER CO 80301-2430 ICONTRACT FURNISHINGS INC (DENVER) 3115 E 40TH AVE DENVER CO 80205-3659 DESKS INCORPORATED 445 BRYANT STREET, STE 8 DENVER CO 80204 IE CONNECT LLC 1331 19TH STREET DENVER CO 80202 IPROSPACEINTERIORS 50 HEINZ STREET DELTA CO 81416 RMRM INC-HON 520 NICHOLS BLVD 'OLORADO SPRING! CO 80907-5437 ISLATE 2501 BLAKE STREET DENVER CO 80205 ISOURCE OFFICE &TECHNOLOGY 13350 W 43RD DR GOLDEN CO 80403-7238 IWORKSPACE INNOVATIONS LTD 4414 E HARMON RD FT. COLLINS CO 80528 ISUN TURTLE OFFICE FURNITURE-HON 1 BAILEY CIR NEW LONDON CT 06320-5865 ICOFCO, A HENRICKSEN COMPANY 17251 STREET NW, STE:250 WASHINGTON DC 20006 EVENSONBEST LLC 1000 VERMONT AVE NW WASHINGTON DC 20005 PEABODY OFFICE 1310 L ST NW WASHINGTON DC 20005 ISTANDARD BUSINESS FURNITURE 35 SHERIDAN ST NW WASHINGTON DC 20011-1413 (ALIGN 1 SOLUTIONS, LLC 1301 E BROWARD BLVD. FORT LAUDERDALE FL 33301 IAMERICAN BUSINESS INTERIORS 2015 WAVERLY PL MELBOURNE FL 32901 IAMERICA'S OFFICE SOURCE 706 TURNBULL AVE STE 305 kLTAMONTE SPRING; FL 32701 IAMERICA'S OFFICE SOURCE 3803 CROSSROADS PKWY FORT PIERCE FL 34945 IAMERICA'S OFFICE SOURCE 1100 25TH ST WEST PALM BEACH FL 33407-5609 BUSINESS INTERIORS INC. 111 S DE VILLIERS ST STE C PENSACOLA FL 32502 BUSINESS INTERIORS INC. 1211 GOVERNORS SQUARE BLVD. STE 100 TALLAHASSEE FL 32301 BUSINESS INTERIORS INC. 4210 NW 37TH PL STE 500 GAINESVILLE FL 32606 ICOMMERCIAL DESIGN SERVICES INC. 5805 BARRY RD TAMPA FL 33634 ICOMMERCIAL DESIGN SERVICES INC. 508 CAPITAL CIR SE STE C TALLAHASSEE FL 32301 ICOMMERCIAL DESIGN SERVICES INC. 8172 BAYMEADOWS WAY W JACKSONVILLE FL 32256 ICOMMERCIAL DESIGN SERVICES INC. 2405 LUCIEN WAY, STE 250 MAITLAND FL 32751 ICOMPASS OFFICE SOLUTIONS 2450 HOLLYWOOD BLVD. HOLLYWOOD FL 33020 ICORPORATE INTERIORS INC (ST PETERSBURG) 150 BUSCH DRIVE, #28360 JACKSONVILLE FL 32226 ICORPORATE INTERIORS INC (ST PETERSBURG) 902 CLINT MOORE RD BOCA RATON FL 33487-2800 ICORPORATE INTERIORS INC (ST PETERSBURG) 12115 28TH ST N SAINT PETERSBURG FL 33716-1821 ICORPORATE INTERIORS INC (ST PETERSBURG) 511 N FRANKLIN ST TAMPA FL 33602-4810 EMERALD COAST OFFICE PRODUCTS INC 3355 COPTER RD STE 3 PENSACOLA FL 32514-7082 ERNIE MORRIS ENTERPRISES INC 232 N MAIN ST BUSHNELL FL 33513-5911 ERNIE MORRIS ENTERPRISES INC 1802 N ALAFAYATRL ORLANDO FL 32826-4716 ERNIE MORRIS ENTERPRISES INC 4511 N HIMES AVE TAMPA FL 33614-7074 IGALLOWAY OFFICE SUPPLIES & FURNITURE 10201 NW 21ST DONAL FL 33172 HOLMES & BRAKEL INTERNATIONAL INC 8933 WESTERN WAY ST. 2 JACKSONVILLE FL 32256 HOLMES & BRAKEL INTERNATIONAL INC 3901 COCONUT PALM DR STE: 102 TAMPA FL 33619 INTEGRATED FACILITY SYSTEMS 318 N MONROE ST TALLAHASSEE FL 32301 INTERIOR RESOURCE GROUP 11838 W COQUINA COURT CRYSTAL RIVER FL 34429 IJC WHITE ARCHITECTURAL INTERIOR PRODUCTS 1662 NW 215 STREET MIAMI GARDENS FL 33056 I MARCO OFFICE SUPPLY & PRTG 220 INDUSTRIAL BLVD NAPLES FL 34104-3704 IOEC BUSINESS INTERIORS (GAINESVILLE) 1601 NW 80TH BLVD GAINESVILLE FL 32606-9140 (OFFICE ENVIRONMENTS & SERVICES (OE&S) 1524 SAN MARCO BLVD. JACKSONVILLE FL 32207 OFFICE EXPRESS SUPPLIES INC. 8005 W 20TH AVE HIALEAH FL 33014 OFFICE WORX INC 475 ROBERTS RD OLDSMAR FL 34677 PERDUE OFFICE INTERIORS 5 W FORSYTH ST, STE 100 JACKSONVILLE FL 32202 PERDUE OFFICE INTERIORS 313 N MONROE ST, STE 101 TALLAHASSEE FL 32301 SIGNATURE PRODUCTS INC. DBA SIGNATURE SCHOOL PRODUCTS 220 SPRINGVIEW COMMERCIAL DR DEBARY FL 32713 ISMITH OFFICE COMPUTER SUPPLY 1009 S 21ST AVE HOLLYWOOD FL 33020 ISTUDIO71 8859 LATERRAZZA PL JACKSONVILLE FL 32210 �WORKSCAPES, 8771 COLLEGE PARKWAY, SUITE 204, FORT INC. MYERS FORT MYERS FL 33919 IWORKSCAPES, INC. 1173 N ORANGE AVE ORLANDO FL 32804 IWORKSCAPES, INC. 501 E KENNEDY BLVD TAMPA FL 33602 IWORKSCAPES, INC. 1505 DENNIS ST, STE 600 JACKSONVILLE FL 32204 YOUR SCHOOL RESOURCE GROUP DBA 3 OAKS RESOURCE GROUP 7600 SW 129TH STREET PINECREST FL 33256 IAMERICAN INTERIORS 250 N ORLANDO AVE. SUITE 1600 ORLANDO FL 32789 IAMERICAN INTERIORS 100 S ASHLEY DR. SUITE 1300 TAMPA FL 33602 (ADVENT BUSINESS INTERIORS 1318 US HWY 82 W LEESBURG GA 31763 IAUGUSTA BUSINESS INTERIORS INC 3127 DAMASCUS RD STE G AUGUSTA GA 30909-4000 (CORPORATE ENVIRONMENTS 1636 NE EXPY BROOKHAVEN GA 30329 ERNIE MORRIS ENTERPRISES INC 2535 IVY ST E CUMMING GA 30041-6459 FOWLER OFFICE INTERIORS 940 W BROAD ST ATHENS GA 30601 MALONE OFFICE ENVIRONMENTS 1345 13TH AVE COLUMBUS GA 31901-2347 MALONE OFFICE ENVIRONMENTS 134412TH AVE COLUMBUS GA 31901 IMASON INC. 2301-B ROWLANDAVE SAVANNAH GA 31404 MCGARITYS BUSINESS PRODUCTS 870 GROVE ST GAINESVILLE GA 30501 OFFICE CREATIONS 5250 BROOK HOLLOW PKWY NORCROSS GA 30071 (OFFICE FURNITURE EXPO 5385 BUFORD HWY NE DORAVILLE GA 30340 (OFFICE IMAGES 1515 HOLCOMB WOODS PKWY ROSWELL GA 30076 I OFFICE INTERIORS INC (ATLANTA) 260 PEACHTREE ST NW STE 501 ATLANTA GA 30303-1201 I PERIMETER OFFICE PRODUCTS 3505 NEWPOINT PLACE LAWRENCEVILLE GA 30043 IYOUNG OFFICE ENVIRONMENTS INC 1464 E VICTORY DR SAVANNAH GA 31404-4108 I FISHER HAWAII 950 MANUNAPUNA STREET HONOLULU HI 96819 TALL MAKES OFFICE EQUIPMENT (DES MOINES) 500 E COURT AVE STE: 150 DES MOINES IA 50309 TALL MAKES OFFICE EQUIPMENT (DES MOINES) 3970 NW URBANDALE DR URBANDALE IA 50322 BAILEY OFFICE OUTFITTERS 123 E 2ND ST OTTUMWA IA 52501 IOWA ILLINOIS OFFICE SOLUTIONS 5117 TREMONT AVE STE: A DAVENPORT IA 52807 I KIRK GROSS 4015 ALEXANDRA DR WATERLOO IA 50702 OFFICE ELEMENTS (SIOUX CITY) 1102 4TH ST. SIOUX CITY IA 51101 OFFICE ELEMENTS (SIOUX CITY) 930 27TH AVE SW CEDAR RAPIDS IA 52404 ISTOREY KENWORTHY OFFICE SUPPLIES 309 LOCUST ST DES MOINES IA 50309 ISTOREY KENWORTHY OFFICE SUPPLIES 424SBELL AVE AMES IA 50010 ITALLGRASS BUSINESS RESOURCES 2182ND ST CORALVILLE IA 52802 IWELTER STORAGE 1945 BLAIRSFERRY ROAD NE CEDAR RAPIDS IA 52402 ICOMPLETE OFFICE LLC (WASHINGTON) 8491 W ELISA ST BOISE ID 83709-3615 FREEFORM 176 S CAPITOL BLVD BOISE ID 83702 IE CONNECT LLC 1290 W MYRTLE ST. STE 160 BOISE ID 83702 INTERMOUNTAIN DESIGN 7840 GRATZ DR BOISE ID 83709-0771 PORTERS OFFICE PRODUCTS 1050 N 2ND EAST REXBURG ID 83440 IALLMAKES OFFICE FURNITURE 23344TH AVENUE MOLINE IL 61265 IARTHUR P O'HARA INC-HON 2801 CENTRE CIR DR DOWNERS GROVE IL 60515-1093 IATMOSPHERE COMMERCIAL INTERIORS 801 N PERRYVILLE RD STE 3 ROCKFORD IL 61107-6232 (CORPORATE CONCEPTS 500 WATERS EDGE LANE LOMBARD IL 60148 IFRANK COONEYCO 700TOUHYAVE ELK GROVE IL 60007 FRANK COONEY CO 1226 N MICHAEL DR STE C WOOD DALE IL 60191-1056 IGARVEY'S OFFICE PRODUCTS 7500 N CALDWELL AVE NILES IL 60714 HENRICKSEN & COMPANY INC 1101 W THORNDALE AVE ITASCA IL 60143-1334 HENRICKSEN & COMPANY INC 401 SW WATER ST STE 507 PEORIA IL 61602-1587 ILLINI SUPPLY INC. 111 ILLINI DRIVE FORSYTH IL 62535 KENTWOOD OFFICE FURNITURE INC 330 W ROOSEVELT RD LOMBARD IL 60148-4220 I LAN OFFICE FURNISHINGS 410 E MAIN ST STE 102 BARRINGTON IL 60010-4568 LARSON EQUIPMENT & FURNITURE CO 1000 E STATE PKWY STE F SCHAUMBURG IL 60173-4592 LOWERY MCDONNELL COMPANY 960 LIVELY BLVD WOOD DALE IL 60191-1204 MIDWEST OFFICE INTERIORS INC 10330 ARGONNE WOODS DR STE 600 WOODRIDGE IL 60517-5102 MYOFFICEPRODUCTS LLC 9747 FOSTER AVE SCHILLER PARK IL 60176-1047 OFFICE ESSENTIALS INC 1999 WABASH AVE STE 200 SPRINGFIELD IL 62704-5374 (OFFICE ESSENTIALS INC 4765 INDUSTRIAL AVE SPRINGFIELD IL 62703-5319 OFFICE PLUS SOLUTIONS AND SUPPLY 1428 W GLEN FLORA AVE WAUKEGAN IL 60085-1717 (OFFICE SPECIALISTS INC 143 E FERRIS ST GALESBURG IL 61401 ISBM BUSINESS EQUIPMENT CENTER 501 LOCUST ST STERLING IL 61081 ISTOCKS OFFICE FURNITURE 602 S COUNTY RAIR DR CHAMPAIGN IL 61821 IVILLA PARK OFFICE EQUIPMENT 1120 N VILLA AVE VILLA PARK IL 60181-1054 IWAREHOUSE DIRECT 2001 S MOUNT PROSPECT RD DES PLAINES IL 60018-1808 IWIDMER INTERIORS 8415 N ALLEN RD PEORIA IL 61615 RESOURCE ONE OF ILLINOIS 321 E ADAMS ST SPRINGFIELD IL 62701 BUSINESS ENVIRONMENTS 5611 E MORGAN AVE EVANSVILLE IN 47715 EDUCATIONAL FURNITURE 620 E 18TH STREET MUNCIE IN 47302 FINELINE LAMINATES INC 7868 ZIONSVILLE RD INDIANAPOLIS IN 46268-2177 HDW COMMERCIAL INTERIORS 2274 W 93RD AVE MERRILLVILLE IN 46410-6901 HUDSON OFFICE SOLUTIONS 708 E MAIN ST WASHINGTON IN 47501 I1C INTERIORS LLC 11807 ALLISONVILLE RD # 305 FISHERS IN 46038-2313 KENEFIC DESIGN ASSOCIATES LLC DBA KDA FURNITURE AND INTERIORS 7702 BLUFFTON ROAD FT. WAYNE IN 46809 KENTWOOD OFFICE FURNITURE INC 7226 E 87TH ST STE E INDIANAPOLIS IN 46256-1279 LEE COMPANY INC-HON 27 S 12TH ST TERRE HAUTE IN 47807-3901 IOFFICE INTERIORS INC (GRANGER) 1415 UNIVERSITY DR CT GRANGER IN 46530-4296 IOFFICE360 7301 WOODLAND DR INDIANAPOLIS IN 46278-1737 IOFFICE360 104 BROADWAY ST VINCENNES IN 47591-1226I PEERLESS PRINTING & OFFICE SUPPLY CORP 513 S WASHINGTON ST MARION IN 46953-1962 IPULSE TECHNOLOGY OFINDIANA 312ROBERTS RD CHESTERTON IN 46304 R1E BUSINESS INTERIORS 621 EAST OHIO STREET INDIANAPOLIS IN 46202 ISEELY OFFICE SOLUTIONS 5618 INDUSTRIAL RD FT. WAYNE IN 46825 ISMITH & BUTTERFIELD 2800 LYNCH ROAD, SUITE D EVANSVILLE IN 47711 ITHREE RIVERS BUSINESS INTERIORS 3253 STJOE CTR RD FORT WAYNE IN 46835 I WORKSPACE SOLUTIONS (FORT WAYNE) 2208 PRODUCTION RD FORT WAYNE IN 46808-3656 I OFFICE WORKS 12000 EXIT FIVE PARKWAY FISHERS IN 46037 IGALAXIE BUSINESS EQUIPMENT 913 MAIN STREET WINFIELD KS 67156 MIDWEST SINGLE SOURCE 413 E 3RD HUTCHINSON KS 67501 MODERN BUSINESS INTERIORS 14205 W 95TH ST LENEXA KS 66215 I NAVRATS 728 MECHANIC ST EMPORIA KS 66801 OFFICE PLUS OF KANSAS 6010 N. BROADWAY WICHITA KS 67219 PURE WORKPLACE SOLUTIONS 114 N ST. FRANCIS ST WICHITA KS 672020 PURE WORKPLACE SOLUTIONS 117 SE 10TH AVE TOPEKA KS 66612 (SOUTHERN OFFICE SUPPLY 116 N MAIN STREET MEDICINE LODGE KS 67104 (SOUTHERN OFFICE SUPPLY 417 N KANSAS AVE LIBERAL KS 67901 ISPACES, INC 14950 W 86TH STREET LENEXA KS 66215 (ACTION BUSINESS SUPPLIERS INC. 275 GOLD RUSH RD LEXINGTON KY 40503 BARREN COUNTY BUSINESS SUPPLY 400 SORENSON AVE GLASGOW KY 42141-1054 FRIENDS OFFICE 500 BUCK PL LEXINGTON KY 40511-6500 KEITH DANIEL & ASSOCIATES-HON 1161 RED MILE RD LEXINGTON KY 40504-2649 KERR OFFICE GROUP INC 509 ASSEMBLY DR ELIZABETHTOWN KY 42701-7303 KERR OFFICE GROUP INC 2515 FORT CAMPBELL BLVD. HOKINSVILLE KY 42240 KERR OFFICE GROUP INC 210 EAST MAIN STREET CAMPBELLSVILLE KY 42718 MUNSON BUSINESS INTERIORS 2307 RIVER RD STE 100 LOUISVILLE KY 40206 MYOFFICEPRODUCTS LLC 805 S MAIN ST HOPKINSVILLE KY 42240-2111 (OFFICE RESOURCES INC 12600 PLANTSIDE DR LOUISVILLE KY 40356 (OFFICE RESOURCES INC 2472 FORTUNE DRICE LEXINGTON KY 40509 OFFICE RESOURCES INC 4020 ARMORY OAKS DR NASHVILLE KY 37204 IOFFICE360 576 EAST MAIN STREET FRANKFORT KY 40601 I PETTER BUSINESS SYSTEMS INC 5110 CHARTER OAK DR PADUCAH KY 42001-5209 ICORPORATE INTERIORS INC (ST PETERSBURG) 7150 JEFFERSON HIGHWAY, STE 530 BATON ROUGE LA 70802-5500 I FERRIS OFFICESMART, LLC 8855 QUIMPER PL #5614 SHREVEPORT LA 71105 IGENERAL OFFICE SUPPLY 3045 W PINHOOK RD LAFAYETTE LA 70508 LOUISIANA OFFICE PRODUCTS, INC. 210 EDWARDS AVE. HARAHAN LA 70123 LOUISIANA OFFICE SUPPLY 7643 FLORIDA BLVD. BATON ROUGE LA 70806 LOUISIANA SCHOOL EQUIPMENT COMPANY, LLC 330 LEE DRIVE, SUITE B BATON ROUGE LA 70808 PETTUS OFFICE PRODUCTS 309 N 4TH ST MONROE LA 71201 PETTUS OFFICE PRODUCTS 4909 SHED RD BOSSIER CITY LA 71111 (CREATIVE OFFICE RESOURCES INC. 44THOMPSON PLACE BOSTON MA 2210 PEABODY OFFICE 234 CONGRESS STREET BOSTON MA 2110 RED THREAD SPACES LLC 101 SEAPORT BLVD. #600 BOSTON MA 02210 (AGILE OFFICE LLC 6411 IVY LN STE 700 GREENBELT MD 20770-1411 IAMERICAN DESIGN ASSOCIATES 9000 HARFORD ROAD BALTIMORE MD 21234 (ATLANTIC CORPORATE INTERIORS, INC 6940 COLUMBIA GATEWAY DRIVE, SUITE 350 COLUMBIA MD 21046 ICONTRACT FURNITURE OPTIONS 210 OLD ISLAND CT WALKERSVILLE MD 21793 I DANKER DBA FULTON STREET 1 LLC 9200 ALAKING COURT CAPITOL HEIGHTS MD 20743 I DOURON 10 PAINTERS MILL RD OWINGS MILLS MD 21117 I EDWARDS & HILL COMMUNICATIONS LLC 10810 GUILFORD RD, STE: 101-102 NNAPOLIS JUNCTIO MD 20701 I MO1 INC 1801 PORTER ST SUITE 100 BALTIMORE MD 21230 (OFFICE IMAGES INC 2099 GAITHER RD STE 130 ROCKVILLE MD 20850-4057 PRICE MODERN 2604 SISSON ST BALTIMORE MD 21211 RUDOLPH'S OFFICE COMPUTER AND SUPPLY 6610 AMBERTON DR STE 400 ELKRIDGE MD 21075 ITHE SUPPLY ROOM 1300 MERCEDES DR HANOVER MD 21076-3140 IZOOM INC 1 LAUREL LEAF CT POTOMAC MD 20854-1769 CONSUMERS OFFICE FURNITURE DBA PINNACLE DESIGN 3700 BAY ROAD SAGINAW MI 48603 DISTRICT BY DESIGN LLC 48700 GRAND RIVER AVE NOVI MI 48374 DOUBLEDAY OFFICE PRODUCTS 2435 PLAZA DR BENTON HARBOR MI 49022-2229 INTERIOR ENVIRONMENTS 48700 GRAND RIVER AVE NOVI MI 48374-1228 KENTWOOD OFFICE FURNITURE INC 3063 BRETON RD SE GRAND RAPIDS MI 49512-1747 KENTWOOD OFFICE FURNITURE INC 801 S WAVERLY RD LANSING MI 48917-5202 KENTWOOD OFFICE FURNITURE INC 2420 W MICHIGAN AVE JACKSON MI 49202-3920 KENTWOOD OFFICE FURNITURE INC 400 GALLERIA OFFICE CENTRE #515 SOUTHFIELD MI 48034 IKERRALBERTOFFICE SUPPLY INC 1121 M I LITARY ST PORTHURON MI 48060-5418I METRO BUSINESS INTERIORS 1370 M 139 BENTON HARBOR MI 49022 OFFICE EXPRESS (TROY) 1280 E BIG BEAVER RD TROY MI 48083-1946 ISMART BUSINESS SOURCE 1940 NORTHWOOD TROY MI 48084 IWEST MICHIGAN OFFICE INTERIORS INC 300 E40TH ST HOLLAND MI 49423-5345 IWEST MICHIGAN OFFICE INTERIORS INC 3308 S WESTN EDGE AVE KALAMAZOO MI 49008-4925 IWEST MICHIGAN OFFICE INTERIORS INC 949 FRONT AVE NW GRAND RAPIDS MI 49504-4497 IATMOSPHERE COMMERCIAL INTERIORS 81 S 9TH ST STE 350 MINNEAPOLIS MN 55402-3226 BUSINESS ESSENTIALS 6645 JAMES AVE N MINNEAPOLIS MN 55430-4535I HENRICKSEN & COMPANY INC 800 WASHINGTON AVE N STE 200 MINNEAPOLIS MN 55401 HENRICKSEN & COMPANY INC 1101 W RIVER PKWY STE 100 MINNEAPOLIS MN 55415-1215 INNOVATIVE OFFICE SOLUTIONS LLC 151 CLIFF RD E STE 40 BURNSVILLE MN 55337-1586 NORTHERN BUSINESS PRODUCTS 2326 W SUPERIOR ST DULUTH MN 55806-1932 NORTHERN BUSINESS PRODUCTS 1210 LAKELAND DR SE WILLMAR MN 56201-4172 INORTHERN BUSINESS PRODUCTS 1003 CLOQUET AVE CLOQUET MN 55720-1694I NORTHERN BUSINESS PRODUCTS 1734 E 40TH ST HIBBING MN 55746-3663 NORTHERN BUSINESS PRODUCTS 240 MAIN ST MARSHALL MN 56258-1378 NORTHERN BUSINESS PRODUCTS 1202 SUN RIDGE DR SAINT CLOUD MN 56301-9178 ISCHMIDTGOODMAN OFFICE PRODUCTS INC 1920 N BROADWAY AVE ROCHESTER MN 55906-4003 ISCHMIDTGOODMAN OFFICE PRODUCTS INC 1941 BROADWAY AVE N ROCHESTER MN 55906-4010 ICI SELECT 11840 WESTLINE INDUSTRIAL DR STE: 100 ST. LOUIS MO 63146 FRE31DOM INTERIORS 4000 WASHINGTON ST KANSAS CITY MO 64111 INTERIOR LANDSCAPES 2121 CENTRAL ST STE: 144 KANSAS CITY MO 64108 MODERN BUSINESS INTERIORS 1023 PORTWEST DR ST. CHARLES MO 63303 (OFFICE ESSENTIALS INC 1939 E PHELPS ST SPRINGFIELD MO 65802-2282 OFFICE ESSENTIALS INC 1834 WALTON RD SAINT LOUIS MO 63114-5820 OFFICE ESSENTIALS INC 1548 ERIE ST KANSAS CITY MO 64116-3805 OFFICE ESSENTIALS INC 1901 VAN DIVER DR COLUMBIA MO 65202-1914 PURE WORKPLACE SOLUTIONS 3525 ROANOKE RD KANSAS CITY MO 64111 (CONTRACT FURNISHINGS 3129 MAIN STREET KANSAS CITY MO 64111 IANDERSON RETAIL INC 11OFFICE PARK DR STE 20 HATTIESBURG MS 39402-6135 IANDERSON RETAIL INC 515 W SCOOBA ST HATTIESBURG MS 39401-6304 FHM INC DBA OFFICEPRO 515 CHILDS ST CORINTH MS 38834-4808 INTERIOR ELEMENTS LLC 830 WILSON DR STE A RIDGELAND MS 39157-4508 MYOFFICEPRODUCTS LLC 277 COMMUNITY DR TUPELO MS 38801-6506 (OFFICE PRODUCTS PLUS 208 PARK COURT RIDGELAND MS 39157 1360 OFFICE SOLUTIONS 3676 PIERCE PKWY BILLINGS MT 59106-3905 1360 OFFICE SOLUTIONS 212 ZOOT WAY BOZEMAN MT 59718-5930 1360 OFFICE SOLUTIONS 206 W GRANITE ST BUTTE MT 59701-9236 1360 OFFICE SOLUTIONS 700 SUNSET BLVD KALISPELL MT 59901 1360 OFFICE SOLUTIONS 2019 CROMWELL DIXON LN HELENA MT 59602 ICORPORATE INTERIORS & SALES INC. 1329 MORGANTON ROAD FAYETTEVILLE NC 28305 ICREATIVE BUSINESS INTERIORS 8720 FLEET SERVICE DRIVE RALEIGH NC 27617 FORMS & SUPPLY INC (FSI) 6410 ORR RD CHARLOTTE NC 28213-6332 FORMS & SUPPLY INC (FSI) 3125 GRESHAM LAKE RD STE 109110 RALEIGH NC 27615-4233 FORMS & SUPPLY INC (FSI) 3022 N KERR AVE STE A WILMINGTON NC 28405-8679 FORMS & SUPPLY INC (FSI) 1314 E 5TH ST LUMBERTON NC 28358-6030 FORMS & SUPPLY INC (FSI) 2606 PHOENIX DR STE 204 GREENSBORO NC 27406-6353 I HICAPS 600 N REGIONAL ROAD GREENSBORO NC 27409 I HICAPS C2 600 N REGIONAL ROAD GREENSBORO NC 27409 INSTITUTIONAL INTERIORS 2851 VAN HURON DRIVE, SUITE 100 RALEIGH NC 27615 INTERIOR ELEMENTS LLC 621 HILLSBOROUGH ST#201 RALEIGH NC 27603 INTERIOR ELEMENTS LLC 7820THORNDIKE RD GREENSBORO NC 27409-9690 INTERIOR ELEMENTS LLC 800 W HILL ST STE 404 CHARLOTTE NC 28208-5365 KENNEDY OFFICE SUPPLY COMPANY INC 3035 HORSESHOE LN STE A CHARLOTTE NC 28208-6464 KENNEDY OFFICE SUPPLY COMPANY INC 3609 BASTION LN RALEIGH NC 27604-3861 OFFICE FURNITURE CONCEPTS INC (WILKESBORO) 1630 E BROAD ST STATESVILLE NC 28625-4304 (OFFICE FURNITURE CONCEPTS INC (WILKESBORO) 4389 W US HWY421 WILKESBORO NC 28697-9175 IYOUNG OFFICE ENVIRONMENTS INC 71 THOMPSON ST ASHEVILLE NC 28803-2328 ISTEPHENS OFFICE SYSTEMS INC 300 FOSTER AVE CHARLOTTE NC 28203 I BUSINESS ESSENTIALS 205 MAIN AVE E WEST FARGO ND 58078-1833 ICONNECT INTERIORS LLC 3803 MAIN AVENUE FARGO ND 58103 (INTEROFFICE 16301STAVE NSUITE A FARGO ND 58102 TALL MAKES OFFICE EQUIPMENT (LINCOLN) 3333 0 ST LINCOLN NE 68510 TALL MAKES OFFICE EQUIPMENT (OMAHA) 2558 FARNAM ST OMAHA NE 68131 ICI SELECT 4614 DODGE ST OMAHA NE 68132 EAKES OFFICE SOLUTIONS 617 W 3RD ST GRAND ISLAND NE 68801 EAKES OFFICE SOLUTIONS 3636 W STOLLEY PARK RD STE: C GRAND ISLAND NE 68803 EAKES OFFICE SOLUTIONS 2401 AVENUE A KEARNEY NE 68847 EAKES OFFICE SOLUTIONS 520 N VINE ST NORTH PLATTE NE 69101 EAKES OFFICE SOLUTIONS 839 W 2ND STREET HASTINGS NE 68901 EAKES OFFICE SOLUTIONS 2911 13TH ST COLUMBUS NE 68601 EAKES OFFICE SOLUTIONS 201 S 1ST STREET NORFOLK NE 68701 EAKES OFFICE SOLUTIONS 2630 N YAGER RD STE: 501 FREMONT NE 68025 ICASEY'S EXECUTIVE INTERIORS INC T/A CEI 152 US HIGHWAY22 GREEN BROOK NJ 8812 (CREATIVE OFFICE RESOURCES 90 WOODBRIDGE CTR DRIVE WOODBRIDGE NJ 7095 DANCKER LLC 231 EVANS WAY SOMERVILLE NJ 08876 EVENSONBEST LLC 400 CONNELL DR BERKELEY HEIGHTS NJ 07922 HARTMAN OFFICE FURNITURE 53 S JEFFERSON RD STE F WHIPPANY NJ 7981 HERTZ FURNITURE SYSTEMS LLC 170 WILLIAMS DR RAMSEY NJ 07446 IINNOVATIVE COMMERCIAL INTERIORS INC 806SILVIAST WESTTRENTON NJ 08628-3239I I1C OFFICE CONSULTANTS 242 UNION AVENUE SOMERVILLE NJ 08776 KAD ASSOCIATES 1000 WOODBRIDGE CENTER DRIVE WOODBRIDGE NJ 7095 PARAMOUNT FMS 72 READINGTON RD BRANCHBURG NJ 08876-3541 PREMIER SUPPLIES USA INC. 525 WINDSOR DRIVE SECAUCUS NJ 7094 SAVEON STATIONARY CO INC. DBA MACO OFFICE SUPPLIES 1000 KENNEDY BLVD UNION CITY NJ 7087 ITANNER NORTH JERSEY FURNITURE, LLC 1251 LAKEWOOD-FARMINGDALE RD HOWELL NJ 7731 BECK TOTAL OFFICE INTERIORS 8300 JEFFERSON ST NE, STE: A ALBUQUERQUE NM 87113 PARKERS INC OFFICE PRODUCTS 714 W MAIN ST STE C FARMINGTON NM 87401-5639 ISANDIA OFFICE SUPPLY 5801OFFICE BLVD. NE ALBUQUERQUE NM 87109 DALVEY DESIGN INC 3100 W SIRIUS AVE STE 100 LAS VEGAS NV 89102-0502 DALVEY DESIGN INC 5173 S EASTERN AVE LAS VEGAS NV 89119-2304 OFFICE FURNITURE USA 40 N MOJAVE RD LAS VEGAS NV 89101 RENO BUSINESS INTERIORS 427 RIDGE ST STE D RENO NV 89501-1738 IACCENTCOMMERCIAL FURNITURE INC 3 INTERSTATE AVE STE 2 ALBANY NY 12205-5331I IAFD CONTRACT FURNITURE 8107TH AVENUE NEW YORK NY 10019 IBUFFALO OFFICE INTERIORS 1418NIAGRAST BUFFALO NY 14213 CREATIVE OFFICE RESOURCES 1115 BROADWAY FL 6 NEW YORK NY 10010 DRB BUSINESS INTERIORS INC 153 REGENT ST SARATOGA SPRINGS NY 12866-4370 EATON OFFICE SUPPLY CO INC 180 JOHN GLENN DR AMHERST NY 14228-2228 I EMPIRE OFFICE 654 MADISON AVENUE NEW YORK NY 10065 FURNITURE PRO CORP 355 SPOOK ROCK RD AIRMONT NY 10901 IHENRICKSEN&COMPANY INC 1040 AVENUE OF THE AMERICAS FL 22 NEWYORK NY 10018-3762I HUMMELS OFFICE EQUIPMENT 25 CANAL STREET MOHAWK NY 13407 INTERIOR INNOVATIONS 1641 E GENESEE STREET SYRACUSE NY 13210 INTIVITY INC. 106 DESPATCH DRIVE EAST ROCHESTER NY 14445 LEWIS STEVENSON OFFICE SOLUTIONS 25 W 31ST STREET, 9TH FLOOR NEW YORK NY 10001 LPS OFFICE INTERIORS 75 BROADHOLLOW RD FARMINGDALE NY 11735-1700 MID CITY OFFICE EQUIPMENT 2495 MAIN STREET, SUITE 240 BUFFALO NY 18553 MILLINGTON LOCKWOOD 3901 GENSEE ST BUFFALO NY 14225 NICKERSON NY LLC 11 MOFFITT BLVD. BAY SHORE NY 11706 PROFTECH 10 SKYLINE DRIVE HAWTHORNE NY 10532 ISCHOOL FURNITURE AND INTERIORS 32 COPPER WOODS PITTSFORD NY 14534 ISTONEHILL SALES & SERVICES LLC 32 HEATHER LN MIDDLETOWN NY 10940-7203 ISYRACUSE OFFICE ENVIRONMENTS 375 ERIE BLVD W SYRACUSE NY 13202-1011 ISYRACUSE OFFICE ENVIRONMENTS 214 SOLAR ST SYRACUSE NY 13204-1426 ITECH VALLEY OFFICE INTERIORS 50 MOHAWK STREET COHOES NY 12047 ITRI STATE OFFICE INTERIORS 19 W 21ST STREET NEW YORK CITY NY 10010 IWORKPLACE INTERIORS 400 PUCKETTS LANDING FAIRPORT NY 14450 IWORKPLACE INTERIORS OF BUFFALO 815 HILLSIDE AVE ROCHESTER NY 14618 I EVENSONBEST LLC 641 AVENUE OF THE AMERICAS FL 6 NEW YORK NY 10011 IAMERICAN INTERIORS 1001 LAKESIDE AVE E STE 150 CLEVELAND OH 44114-1147 IAMERICAN INTERIORS 302 S BYRNE RD BLDG 100 TOLEDO OH 43615-6208 IAMMONS COMMERCIAL INTERIORS 25671 FORT MEIGS ROAD, STE H PERRYSBURG OH 43551 IAMMONS COMMERCIAL INTERIORS 7651 BALDWIN CT HOLLAND OH 43528 ICHARLES RITTER CO 35 W 6TH ST MANSFIELD OH 44902-1038 CONTINENTAL OFFICE FURNITURE CORPORATION DUPLER OFFICE ENVIRONMENTS 4 BUSINESS LLC ENVIRONMENTS 4 BUSINESS LLC FRIENDSOFFICE I FRIENDSOFFICE I FRIENDSOFFICE INDEPENDENCE BUSINESS SUPPLY INNOVATIVE OFFICE SOLUTIONS KING BUSINESS INTERIORS (LOTH, INC. (LOTH, INC. (OFFICE FURNITURE SOURCE IO'REILLY OFFICE LLC RJE INTERIORS INC. ISEAGATE OFFICE PRODUCTS IWILLIAMS INTERIOR DESIGNS (ADMIRAL EXPRESS OFFICE I L&M OFFICE FURNITURE LLC ISPACESINC. IWILSON BAUHAUS INTERIORS ENVIRONMENTS, AN INSIDESOURCE COMPANY (MOMENTUM PROCUREMENT GROUP NW OFFICE INTERIORS INC OPNW - OFFICE PRODUCTS NATIONWIDE IROSE CITY OFFICE FURNISHINGS BENJAMIN ROBERTS LTD �COFCO, A HENRICKSEN COMPANY IFRANKLIN INTERIORS GUERNSEY INC HUFFMANS OFFICE EQUIPMENT CO INTERIOR WORKPLACE SOLUTIONS (IWS) MCCARTNEY'S INC. OFFICE BASICS (OFFICE FURNITURE WAREHOUSE OFFICE SERVICE COMPANY PEMCO PHILLIPS WORKPLACE INTERIORS INC PREMIER ENVIRONMENTS ISTONE OFFICE EQUIPMENT INC ISUPPLYSOURCE INC. ITANNER OF PA INC ITRI-STATE OFFICE FURNITURE ISHEEHANS OFFICE INTERIORS INC ICORPORATE INTERIORS INC (ST PETERSBURG) FORMS & SUPPLY INC (FSI) FORMS & SUPPLY INC (FSI) FORMS & SUPPLY INC (FSI) IGREENVILLE OFFICE SUPPLY CO INC HERALD OFFICE SOLUTIONS HERALD OFFICE SOLUTIONS HERALD OFFICE SOLUTIONS HERALD OFFICE SOLUTIONS HERALD OFFICE SOLUTIONS 5061 FREEWAY DRIVE E 330 W SPRING ST STE 150 3421 RIDGEWOOD RD STE 270 1400 W 10TH ST 2300 BRIGHT RD 2473 BELVO ROAD 7099 HUNTLEY ROAD, SUITE 102 25701 RICHMOND ROAD 8016INDUSTRIAL DRIVE 1400 GOODALE BLVD, STE 102 855 GRANDVIEW AVE 3574 E KEMPER RD 2920 E KEMPER ROAD 300 SPRUCE STREET 623 BROADWAY STREET 25701 RICHMOND ROAD 4449 EASTON WAY 2ND 1823 N YELLOWOOD AVE 12424 E 55TH ST 2801 COLTRANE PLACE 426 E 4TH ST 2055 NW SAVIER ST 8305 SE MONTEREY AVE 6400 SE LAKE RD STE 142 12600 SW 68TH AVE 5130 N BASIN AVE. UNIT#1 119 SOUTH TREE DR THREE PARKWAY, 1601 CHERRY STREET, 16TH FLOOR 2740 SMALLMAN ST, STE 600 5040 LOUISE DR STE 106 5318 LYCOMING MALL DR 6765 AMBASSADOR DRIVE 819 HOWARD AVE 22 CREEK CIRCLE 11660 KELEKET 1009TUCKERTON CT 1700 N HIGHLAND RD 6345 FLANK DR STE 1200 2601 BAGLYOS CIRCLE 321 PEAR ST 415 W 3RD STREET 7813 DERRY ST ONE SEXTON RD 524 PARK AVE 1051 MARKET ST 3215B BENCHMARK DR 99 VANTAGE POINT DR 454A FAIRFOREST WAY 310 E FRONTAGE RD 909 BROADWAY ST 708 N 1ST AVE 736 BROAD ST 90 N SHORECREST RD STE A 127 CHESTERFIELD HWY COLUMBUS OH 43229 COLUMBUS OH 43215-7317I FAIRLAWN OH 44333-3186I CLEVELAND OH 44113-1215I FINDLAY OH 45840-5432I MIAMISBURG OH 45342 COLUMBUS OH 43229 BEDFORD HEIGHTS OH 44146 MARIA STEIN OH 45860 COLUMBUS OH 43212 COLUMBUS OH 43215 CINCINNATI OH 45241 CINCINNATI OH 45241 COLUMBUS OH 43215 CINCINNATI OH 45202 BEDFORD HEIGHTS OH 44146 COLUMBUS OH 43219 BROKEN ARROW OK 74012 TULSA OK 74146 EDMOND OK 73034 TULSA OK 74120 PORTLAND OR 97209 HAPPYVALLEY OR 97086 MILWAUKIE OR 97222-2186I PORTLAND OR 97223-8338I PORTLAND OR 97217 LANCASTER PA 17603-3528I PHILADELPHIA PA 19133 PITTSBURGH PA 15222 MECHANICSBURG PA 17055-4897I MONTOURSVILLE PA 17754-8318I ALLENTOWN PA 18106 ALTOONA PA 16601 BOOTHWYN PA 19061 PITTSBURGH PA 15235 READING PA 19605-1177I PITTSBURGH PA 15241 HARRISBURG PA 17112-2765I BETHLEHEM PA 18020 SCRANTON PA 18505-1621I WILLIAMSPORT PA 17701 HARRISBURG PA 17111-5265I MCKEES ROCKS PA 15136 PORTSMOUTH RI 02871-4940I COLUMBIA SC 29201-4740I LADSON SC 29456-3862I WEST COLUMBIA SC 29172-3001 GREENVILLE SC 29607-4436I GREER SC 29651-6913I MYRTLE BEACH SC 29577-3718 DILLON SC 29536-2402I SUMTER SC 29150-3359I COLUMBIA SC 29209-4500I CHERAW SC 29520-3001 HERALD OFFICE SOLUTIONS 3250 TILE DR CHARLESTON SC 29414-9999 HERALD OFFICE SOLUTIONS 1716 BYPASS 72 NE GREENWOOD SC 29649-1691 INTERIOR ELEMENTS LLC 1940 ALGONQUIN RD. SUITE 104 CHARLESTON SC 29405 LORICK OFFICE PRODUCTS 910 WASHINGTON STREET COLUMBIA SC 29201 NU -IDEA SCHOOL SUPPLY COMPANY INC. 710 S GUIGNARD DR SUMTER SC 29150 (OFFICE INTERIORS OF SOUTH CAROLINA 146 W PHILLIPS ROAD GREER SC 29650 IWULBERN KOVAL COMPANY INC 1111 MORRISON DR CHARLESTON SC 29403-3110 IYOUNG OFFICE ENVIRONMENTS INC 1280 RIDGE RD GREENVILLE SC 29607-4626 IYOUNG OFFICE ENVIRONMENTS INC 1104 SHOP RD COLUMBIA SC 29201-4743 IYOUNG OFFICE ENVIRONMENTS INC 4434 COLUMBIA RD MARTINEZ SC 30907-4556 DAKOTA TYPEWRITER EXCHANGE DBA DAKOTA BUSINESS CENTER 1635 DEADWOOD AVE RAPID CITY SD 57702 IA & W SUPPLY INC 10653 DUTCHTOWN RD KNOXVILLE TN 37932-3206 IA-ZOFFICE RESOURCE INC 3014OWEN DR ANTIOCH TN 37013-2413 IA-Z OFFICE RESOURCE INC 5920 MIDDLEVIEW WAY KNOXVILLE TN 37909-1251 IA-Z OFFICE RESOURCE INC 9 BUSINESS WAY GRAY TN 37615-6240 IA-Z OFFICE RESOURCE INC 1600 E ANDREW JOHNSON HWY MORRISTOWN TN 37814-5443 IA-Z OFFICE RESOURCE INC 1065 WILLOW INDUSTRIAL CT STE A COOKEVILLE TN 38501-4138 IA-Z OFFICE RESOURCE INC 781 AIRWAYS BLVD STE A JACKSON TN 38301-3238 IA-Z OFFICE RESOURCE INC 1245 SYCAMORE VIEW RD MEMPHIS TN 38134 (COS BUSINESS PRODUCTS & INTERIORS 1548 RIVERSIDE DR CHATTANOOGA TN 37406-4313 ERNIE MORRIS ENTERPRISES INC 1126 HARPETH INDUSTRIAL CT. FRANKLIN TN 37064-2224 INSPIRE BUSINESS INTERIORS 725 W WALNUT ST JOHNSON CITY TN 37604-6523 INSPIRE BUSINESS INTERIORS 310 LAFE COX DR JOHNSON CITY TN 37604-7444 INTERIOR ELEMENTS LLC 118 N PETERS RD STE 262 KNOXVILLE TN 37923-4927 KIRKSEY & CO. 565 MARRIOTT DRIVE STE 330 NASHVILLE TN 37214 MYOFFICEPRODUCTS LLC 320 TECH PARK DR STE 100 LA VERGNE TN 37086-3647 MYOFFICEPRODUCTS LLC 1501 CORPORATE PL STE 400 LA VERGNE TN 37086-3596 MYOFFICEPRODUCTS LLC 22 CENTURY BLVD STE 420 NASHVILLE TN 37214-3724 NASHVILLE OFFICE INTERIORS 6113RD AVE S NASHVILLE TN 37210-2169 NASHVILLE OFFICE INTERIORS 4167 S CREEK RD CHATTANOOGA TN 37406-1022 (OFFICE INTERIORS OF MEMPHIS 281 MOORE LANE COLLIERVILLE TN 38017 (OFFICE INTERIORS OF MEMPHIS 3981 DELP ST MEMPHIS TN 38118-6110 PETTUS OFFICE PRODUCTS 1830 AIR LANE DR NASHVILLE TN 37210 (SCHOOL & OFFICE SUPPLY 10653 DUTCHTOWN RD KNOXVILLE TN 37932-3206 (SPACES GROUP, LLC 7760 TRINITY RD, SUITE 106 CORDOVA TN 38018 (SYNERGY, A HENRICKSEN COMPANY 1030 16TH AVE S, SUITE 100 NASHVILLE TN 37203-4641 ISYNERGY, A HENRICKSEN COMPANY 220 W. JACKSON AVE, SUITE 106 KNOXVILLE TN 37902-1309 IA & W SUPPLY INC 222 S STAPLES STREET CORPUS CHRISTI TX 78401 TABLES LAND INC 428 S FANNIN AVE TYLER TX 75702 BAUHAUS INTERIORS GROUP 1645 STEMMONS FWY STE: A DALLAS TX 75207 BI EXPRESS OFFICE FURNITURE 1111 VALLEY VIEW LN IRVING TX 75061-6008 BROUSSARD GROUP 4985 EISENHAUER RD STE: 103 SAN ANTONIO TX 78218 BUSINESS ESSENTIALS 2217 N STATE LINE TEXARKANA TX 75501 BUSINESS INTERIORS EL PASO 28 CONCORD ST. STE: C EL PASO TX 79906 ICARROLLS DISCOUNT OFFICE FURNITURE CO 5615 S RICE AVE HOUSTON TX 77081-2117 ICHALLENGE OFFICE PRODUCTS INC 6015 S LOOP E HOUSTON TX 77033-1041 COASTAL OFFICE SOLUTIONS 1514 N BEN JORDAN ST. STE: B VICTORIA TX 77901 CORE OFFICE INTERIORS AUSTIN 10300 METRIC BLVD STE 200 AUSTIN TX 78758-4966 CORE OFFICE INTERIORS HOUSTON 7108 OLD KATY RD STE 150 HOUSTON TX 77024-2153 CORE OFFICE INTERIORS HOUSTON 816 CAMARON STREET, STE 105 SAN ANTONIO TX 78212 DC INTERIORS 6896A ALAMO DOWNS PKWY STE: 100 SAN ANTONIO TX 78238 EXPRESS OFFICE 29 BUTTERFIELD TRAIL BLVD STE A EL PASO TX 79906 EXPRESS OFFICE 12454 PASEO DE CRUZ CT. EL PASO TX 79928 FACILITECH INC. DBA BUSINESS INTERIORS 1111 VALLEY VIEW IRVING TX 75061 FACILITIES RESOURCES INC 1641 SCOTTSDALE DR CEDAR PARK TX 78641 FACILITY RX 2715 N ST. MARY'S ST SAN ANTONIO TX 78212 FURNITURE SOLUTIONS NOW, LTD 1505 OAK LAWN AVE STE: 300 DALLAS TX 75207 IGATEWAY PRINTING & OFFICE SUPPLY 315 S CLOSNER BLVD EDINBURG TX 78539-4560 IGATEWAY PRINTING & OFFICE SUPPLY 14803 BULVERDE RD SAN ANTONIO TX 78247-2603 IGATEWAY PRINTING & OFFICE SUPPLY 13003 SOUTHWEST FWY STE 170 STAFFORD TX 77477-4119 GATEWAY PRINTING & OFFICE SUPPLY 4934 GREENWOOD DR CORPUS CHRISTI TX 78416-1343 GL SOLUTIONS 3 LLC DBA BECK TOTAL OFFICE INTERIORS 7198 MERCHANT AVE, STE: A2 EL PASO TX 79915 GONZALEZ SOLUTIONS FOR BUSINESS 600 CONGRESS AVE FL 14 AUSTIN TX 78701 GREATER HOUSTON OFFICE PRODUCTS 1309 W LEAGUE CITY PKWY LEAGUE CITY TX 77573 GREENWOOD OFFICE OUTFITTERS 2951 SUFFOLK DRIVE STE: 640 FORT WORTH TX 76133 HERNANDEZ OFFICE SUPPLY 119 N 17TH STREET NEDERLAND TX 77022 INDECO SALES INC 700 W BEDFORD EULESS RD HURST TX 76053 INDECO SALES INC 805 E 4TH AVE BELTON TX 76513-2769 INDECO SALES INC 9001 JAMEEL RD STE 180 HOUSTON TX 77040-5092 INDECO SALES INC 8850 N MACARTHUR BLVD. IRVING TX 75063 IQ TOTAL SOURCE LLC 4660 PINETIMBERS STREET, STE: 132 HOUSTON TX 77041 IJ R INC 9223 CONVERSE BUSINESS LN CONVERSE TX 78109-2010 IJ R INC 13017 MISTY WILLOW DR HOUSTON TX 77070 IJ R INC 190810E STEPHENS AVE WESLACO TX 78599-3702 IJ TYLER SERVICES INC 5920 MILWEE ST HOUSTON TX 77092-6214 IJ TYLER SERVICES INC 10641 HADDINGTON DR HOUSTON TX 77043-3228 LEARNING ENVIRONMENTS LLC 2323 CLEAR LAKE CITY BLVD., SUITE 180 HOUSTON TX 77062 LETOURNEAU INTERESTS, INC. 5819 MILWEE STREET HOUSTON TX 77092 LONE STAR FURNISHINGS LLC 4301 REEDER DR STE 100 CARROLLTON TX 75010-4467 MARTINS OFFICE SUPPLY 822 W PEARL ST GRANBURY TX 76048 MCCOY ROCKFORD 6869 OLD KATY RD HOUSTON TX 77024 MCKINNEY OFFICE SUPPLY 8333 DOUGLAS AVE., SUITE 340 DALLAS TX 75225 MYOFFICEPRODUCTS LLC 6605 ROXBURGH DR STE 400 HOUSTON TX 77041-5207 MYOFFICEPRODUCTS LLC 2926 CONGRESSMAN LN DALLAS TX 75220-1410 NAVAJO 1200 S TAYLOR ST AMARILLO TX 79101 OAK CLIFF OFFICE SUPPLY & PRINTING 1876 LONE STAR DR DALLAS TX 75212 (OFFICE MAKER INC (OMI) 1005 KATYLAND DR KATY TX 77493 IOFFICESOURCE LTD 1133 BROADWAY SAN ANTONIO TX 78215 OFFICEWISE FURNITURE & SUPPLY 1200 S TAYLOR AMARILLO TX 79101-4314 OFFICEWISE FURNITURE & SUPPLY 1301 13TH ST LUBBOCK TX 79401-3915 OFFICEWISE FURNITURE & SUPPLY 209 S JOHNSON ST AMARILLO TX 79101-1648 OFFICEWISE FURNITURE & SUPPLY 2310 W MICHIGAN AVE MIDLAND TX 79701-5830 PERRY OFFICE PLUS 1401 N 3RD ST TEMPLE TX 76501-1648 PIONEER CONTRACT SERVICES 8090 KEMPWOOD DR HOUSTON TX 77055 PLANO OFFICE SUPPLY 1405 E PLANO PKWY PLANO TX 75074 RELIANT BUSINESS PRODUCTS 40647 HADDINGTON DR HOUSTON TX 77043 RELIANT BUSINESS PRODUCTS 119 N 17TH ST NEDERLAND TX 77627 I SCHOOL SPECIALTY TX ISHELBY DISTRIBUTORS 29 BUTTERFIELD TRAIL BLVD. EL PASO TX 79906 ISMARKETING BUSINESS SYSTEMS 2525 W BELLFORT ST STE: 110 HOUSTON TX 77054 ITANGRAM INTERIORS LLC 9755 CLIFFORD DRIVE, STE: 100 DALLAS TX 75220 ITEJAS OFFICE PRODUCTS INC 1225 W 20TH ST HOUSTON TX 77008 ITEXAS FURNITURE SOURCE 14560 MIDWAY RD FARMERS BRANCH TX 75244 ITEXAS INTERIOR RESOURCES 1444OAK LAWN AVENUE DALLAS TX 75207 ITHE WELLS GROUP INC 2323 W SAM HOUSTON PKWY N HOUSTON TX 77043-2018 ITOTAL OFFICE SOLUTIONS (WACO) 216 SCHROEDER DR WACO TX 76710 IVELOCITY BUSINESS PRODUCTS 335 PENNBRIGHT DR STE: 104 HOUSTON TX 77090 IWILSON BAUHAUS INTERIORS 1341 W MOCKINGBIRD LN DALLAS TX 75247 IWILSON BAUHAUS INTERIORS 5091 PULASKI ST DALLAS TX 75247 IWILSON OFFICE INTERIORS 5051 PULASKI ST DALLAS TX 75247 IWILSON OFFICE INTERIORS 1341 W MOCKINGBIRD LN DALLAS TX 75247 I WILTONS OFFICEWORKS 181 N EARL RUDDER FWY BRYAN TX 77802-5004 IWORKSPACE RESOURCE INC (CONROE) 12280INTERSTATE 45 S CONROE TX 77304 IWORKSPACE RESOURCE INC (CONROE) 11133 I-45 S STE: 330 CONROE TX 77302 I DESKS INC OF UTAH 3578 S STATE ST SALT LAKE CITY UT 84115-4727 IWORKSPACE ELEMENTS 3003 S HIGHLAND DR SALT LAKE CITY UT 84106-3019 BALL OFFICE PRODUCTS 2100 WESTMORELAND ST RICHMOND VA 23230-3230 BASSETT OFFICE SUPPLY 2266 FAIRYSTONE PARK HWY BASSETT VA 24055-5585 FORMS & SUPPLY INC (FSI) 911 LIVE OAK DRIVE #102 CHESAPEAKE VA 23320 FORMS & SUPPLY INC (FSI) 2312 MARINERS MARK WAY VIRGINIA BEACH VA 23451-1384 IGOVSOLUTIONS 108 S BIRDNECK RD VIRGINIA BEACH VA 23451 I GUERNSEY INC 45070 OLD OX ROAD DULLES VA 20166 IGUERNSEY INC 5257 CLEVELAND ST STE 103 VIRGINIA BEACH VA 23462-6549 HARRIS OFFICE FURNITURE CO INC 520 KIMBALL AVE NE ROANOKE VA 24016-2104 IMAGE BUSINESS INTERIORS 4525 COLUMBUS STREET, STE. 101 VIRGINIA BEACH VA 23462 INTERIORS BY GUERNSEY 3863 CENTERVIEW DRIVE, STE 150 CHANTILLY VA 20151 MILLERS SUPPLIES AT WORK INC 8600 CINDER BED RD LORTON VA 22079-1442 I MO1 INC 4500 MAIN STREET SUITE 610 VIRGINIA BEACH VA 23462 ITHE SUPPLY ROOM 8006 W BROAD ST RICHMOND VA 23294-4218 ITHE SUPPLY ROOM 1356 LONDON BRIDGE ROAD VIRGINIA BEACH VA 23453 ITHE SUPPLY ROOM 14140 N WAS HINGTON HWY ASHLAND VA 23005-7237 IWASHINGTON WORKPLACE 2300 S. 9TH STREET ARLINGTON VA 22204 IWORKPLACE SOLUTIONS INC (VIRGINIA BEACH) 317 VILLAGE RD STE 103 VIRGINIA BEACH VA 23454-4374 EXTERUS BUSINESS FURNITURE 4750 SHELBURNE RD, STE: 10 SHELBURNE VT 05482 MAGEE OFFICE EQUIPMENT 463 VT ROUTE 12 S RANDOLPH VT 05060 1360 OFFICE SOLUTIONS 721 LEGION WAY SE OLYMPIA WA 98501-1517 I BLUESPACE INTERIORS 15020 NE 95TH ST REDMOND WA 98052-2507 ICOMPLETE OFFICE LLC (WASHINGTON) 11521 E MARGINAL WAY S STE 100 TUKWILA WA 98168-1979 DUCKYS OFFICE FURNITURE 24 S IDAHO ST SEATTLE WA 98134-1119 EVERETT OFFICE FURNITURE 9121 EVERGREEN WAY EVERETT WA 98204 FREEFORM 10115 E KNOX AVE SPOKANE VALLEY WA 99206 INSIDE SOURCE PNW 300 ELLIOTT AVE W STE 300 SEATTLE WA 4122 KERSHAWS INC 119 S HOWARD ST SPOKANE WA 99201-3806 MAIROS, INC. DBA KEENEY'S/BLUESPACE 10520 NE 95TH ST REDMOND WA 98052 OFFICE SOLUTIONS NW 212 SOUTH 3RD AVENUE YAKIMA WA 98902 IATMOSPHERE COMMERCIAL INTERIORS 1800 SCHEURING RD DE PERE WI 54115-9525 IATMOSPHERE COMMERCIAL INTERIORS 999 FOURIER DR STE 200 MADISON WI 53717-2914 IATMOSPHERE COMMERCIAL INTERIORS 1365 NORTH RD STE C GREEN BAY WI 54313-6305 IATMOSPHERE COMMERCIAL INTERIORS 2804 RIB MOUNTAIN DR STE E WAUSAU WI 54401-7473 ICOMPLETE OFFICE OF WISCONSIN N115 W18500 EDISON DR GERMANTOWN WI 53022-3140 ICOMPLETE OFFICE OF WISCONSIN 3208 PROGRESS RD MADISON WI 53716-3345 ICOMPLETE OFFICE OF WISCONSIN 1575 COUNTY RD XX ROTHSCHILD WI 54474-9042 HENRICKSEN & COMPANY INC 3070 GATEWAY RD BROOKFIELD WI 53045-5112 HENRICKSEN & COMPANY INC 5202 EASTPARK BLVD STE 100 MADISON WI 53718-2151 NATIONAL BUSINESS FURNITURE - NBF (ALL US LOCATIONS) 770 S 70TH ST MILWAUKEE WI 53214 NORTHERN BUSINESS PRODUCTS 123 N MAIN ST RICE LAKE WI 54868-1740 (NORTHERN BUSINESS PRODUCTS 145 N CLAIREMONT AVE EAU CLAIRE WI 54703-5710 ISCHOOL SPECIALTY W6316 Design Drive Greenville WI 54942 ICAPITOL BUSINESS INTERIORS 711 INDIANAAVE CHARLESTON WV 25302 IOMEGA COMMERCIAL INTERIORS 1131 BERWOOD DRIVE MORGANTOWN WV 26505 ISOURCE OFFICE & TECHNOLOGY 1379 N CEDAR ST STE 105 LARAMIE WY 82072-6705 HI TOUCH (ALL US LOCATIONS) INDOFF INC (ALL US LOCATIONS) ODP BUSINESS SOLUTIONS - (ALL U.S. LOCATIONS) ISTAPLES (ALL U.S. LOCATIONS) I WB MASON - (ALL US LOCATIONS) 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)lnsurance. 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 partof 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, as applicable, when federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under this contract and/or purchase order prior to offeror's acceptance of the order. 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 (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, )0 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, X 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 (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 (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 (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, when federal funds are utilized on a project. It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under this contract and/or purchase order prior to offeror's acceptance of the order. APPE N D IX 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. 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 G Initials of Authorized Representative of offero r (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 v (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meetthe 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 Relatingto Equal Employment Opportunity," and implementing regulationsat 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted 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 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 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 �J,� Initials of Authorized Representative of offeror v - (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 contractormust 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 conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES .. Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient m st 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 require en s referenced in Federal Rule (F) above. Does offeror agree? YES Initials of Authorized Representative of offeror (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non - Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean AirAct (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) In the event 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 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 appli le Lequirements as referenced in Federal Rule (G) above. Does offeror agree? YES% Initials of Authorized Representative of offeror (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 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 department 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 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. It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under the resulting contract and/or purchase order prior to offeror's acceptance of the order. 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 reportt and all other pending matters are closed. Does offeror agree? YES �_ Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). It is the responsibility of the authorized Participating Agency to notify the offeror if federal funds will be utilized to procure items under the resultin co c�,apurchase order prior to offeror's acceptance of the order. Does offeror agree? YES / r�G1C��L Initials of Authorized Representative of offeror 61 v 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 when requested prior to offeror's acceptance of an order, offeror will certify whether its individual products comply to with -a" 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, that when requested prior to Contractor's acceptance of an order, to certify whether its individual products comply with 49 USC 53230) and 49 CFR Part 661, which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7.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 53230)(2)(C) and 49 CFR 661.11. (2) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. The following certificates titled FTA and DOT Buy America Certification should be completed and returned with the response as part of FTA and DOT requirements. FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENTOF ROLLING STOCK CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §53230) The proposer hereby certifies that when requested prior to proposer's acceptance of an order, it will certify whether its individual products comply with the requirements of 49 U.S.C. 53236), and the applicable regulations of 49 CFR 661.11. Version March 19, 2024 Check for YES: 9 OR Certificate of Non -Compliance with 49 USC §5323(j) The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but may qualify loran exception to the requirement consistent with 49 U.S.C. 5323(j)(2)(C), and the applicable regulations in 49 CFR 661.7. Check for YES: C 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 when requested prior to proposer's acceptance of an order, it will certify whether its individual products comply with the requirements of 49 U.S.C. 53230)(1), and the applicable regulations in 49 CFR part 661. Check for YES: IN OR Certificate of Non -Compliance with 49 USC §53230)(1) The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 CFR 661.7. Check for YES: C Does offeror agree? YES �%� Initials of Authorized Representative of offeror Offeror's Name: The HON Company LLC Address, City, State, and Zip Code: 600 E Second St. Muscatine. IA 52761 Phone Number: 563-272-7100 Fax Number: N/A Printed Name and Title of Authorized Representative: Eric Schrqeder - Vice President Finance. HNI Workplace Furnishinas Email Address: contractmanager(a)honcompanv.co !� / - Signature of Authorized Representative: Date: 6/6/2024 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: (i) Allowable costs will be paid from the nonprofit school food service account to the contractor net of all discounts, rebates and other applicable credits accruing to or received by the contractor or any assignee under the contract, to the extent those credits are allocable to the allowable portion of the costs billed to the school food authority; Version March 19, 2024 (A) The contractor must separately identify for each cost submitted for payment to the school food 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 personnel fo�,the r ose of interview and discussion relating to such documents. Does offeror agree? YES /,. - Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITYTO SUBCONTRACTORS Offeror agrees that all dealer subcontracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES / '�'� Initials of Authorized Representative of offeror 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 and Offeror is notified prior to order placement, 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 Does offeror agree? YES ZZ4,S)- 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 compliancewith all provisions, laws, acts, regulations, etc. as specifically noted above and as applicable. Offeror's Name: The HON Company LLC Address, City, State, and Zip Code: 600 E Second St., Muscatine, IA 52761 Phone Number: 563-272-7100 N/A Fax Number: Printed Name and Title of Authorized Representative: Eric Schroeder - Vice President Finance, HNI Workplace Furnishings Email Address: contractmanager@honcompany.com Signature of Authorized Representative 6/6/2024 Version March 19, 2024 G Date: FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS Awarded Sup pIier(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, when applicable, federal funding is utilized, and Supplier is notified prior to order placement that the product and services are needed for a disaster or emergency situation. "Contract" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as the "Master Agreement". "Contractor" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as "Supplier" or "Awarded Supplier". Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, oragent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. 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, oranything 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 gift is an 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 for violations 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 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 Federal Requirements 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 applicable, federal funding may utilized, and Contractor is notified prior to order placement. 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required 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 mustincludethe 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 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 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 contractorwill send to each laborunion 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 provisions of 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 September24, 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 dealer subcontract unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each dealer subcontractor;-= . The contractor will take such action with respect to any dealer subcontract OF P WFGhase e as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a dealer subcontractor OF Y8AdGFas 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 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. 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 Version March 19, 2024 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 for construction or repair work above $2,000 in situations where the Davis -Bacon Act also applies. It DOES NOT apply to 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 Compliance with the Copeland "Anti -Kickback" Act. a. Contractor. The contractor shall complywith 18 U.S.C. §874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. C Breach. A breach of the contract clauses above may be grounds for termination of the contract, and fordebarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12." 6. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT a Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay forall hours worked in excess of 40 hours in the work week. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b. ADDlicability. This requirement applies to all FEMA contracts awarded by the non- federal entity in excess of $100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers. It is applicable to construction work. These requirements do not apply to the purchase of supplies ormaterials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. c Suaaested Lanauaae. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safetv Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contractwork which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay forall hours worked in excess of forty hours in suchworkweek. Version March 19, 2024 (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 developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. a CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT a Standard. If applicable, contracts must contain a provision that requires the contractorto 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. a 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 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. Version March 19, 2024 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 ADDlicability. 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 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. Applicability. 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. c 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 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 for each such failure. Version March 19, 2024 The Contractor, The HON Company LLC , 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 for False Claims and Statements, applytothis certificationand disclosure, if any. Signature of Contractor's Authorized Official Eric Schroeder - Vice President Finance, HNI Workplace Furnishings Name and Title of Contractor's Authorized Official 6/6/2024 Date Version March 19, 2024 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-coa-program. 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." 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 contractorshall not use the DHS seal(s), logos, crests, or reproductions of flags orlikenesses of DHS agency officials without specific FEMA pre -approval. Version March 19. 2024 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 comply with the 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 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, or causes 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, as applicable. Offeror's Name: The HON Company LLC Address, City, State, and Zip Code: 600 E Second St.. Muscatine. IA 52761 Phone Number: 563-272-7100 Fax Number: N/A Printed Name and Title of Authodzed Representative: Eric Schroeder - Vice President Finance, HNI Workplace Furnishinqs Email Address: contractmanaaer(cbhoncompany.c Signature ofAuthorized Representative: / Date: 6/6/2024 Version March 19. 2024 Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non -Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Disclosure of Investment Activities in Iran DOC #7 Certification of Non -Involvement in Prohibited Activities in Russia or Belarus DOC #8 New Jersey Business Registration Certificate DOC #9 EEOAA Evidence DOC #10 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable • all anti -discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and • Bid and Performance Security, as required by the applicable municipal or state statutes. Version March 19, 2024 DOC #1 STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Orqanization: The HON Company LLC Organization Address: 600 E Second St., Muscatine, IA 52761 Part I Check the box that represents the type of business organization: ❑Sole Proprietorship (skip Parts II and III, execute certification in Part IV) ❑ Non -Profit Corporation (skip Parts II and III, execute certification in Part IV) ❑For -Profit Corporation (any type) ©Limited Liability Company (LLC) ❑ Partnership ❑ Limited Partnership ❑ Other (be specific): Part II ❑Limited Liability Partnership (LLP) ® The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR ❑ No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Home Address (for Individuals) or Business Address Entity HNI Corporation (indirect parent entity which 600 E Second St. is publicly traded) Muscatine, IA 52761 See p.72 of the Proxv at h ps://dl8rnOp25nwr3d cloudfront net/CIK-0000048287/82500763-7a88-489f-bOf6-3e9f8f90l acL:.pdf State Farm Insurance Companies One State Farm Plaza (Shareholder holding 10% or greater Bloomington, IL 61710 interect in HNI (nrr) The Vanguard Group, Inc. (Shareholder 100 Vanguard Boulevard holding 10% or greater interest in HNI Corp) Malvern, PA 19355 BlackRock, Inc. (Shareholder holding 10% 55 East 52nd St. or greater interest in HNI Corp) New York, NY 10055 Version March 19, 2024 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 Page #'s N/A Please list the names and addresses of each stockholder, percent or greater interest in any corresponding corporation company (LLC) listed in Part II other than for any publicly above. The disclosure shall be continued until names and stockholder, and individual partner, and member exceeding established pursuant to N.J.S.A. 52:25-24.2 has been listed space is needed. Stockholder/Partner/Member and Corresponding Entity Listed in Part II N/A Part IV Certification partner or member owning a 10 partnership and/or limited liability traded parent entities referenced addresses of every noncorporate the 10 percent ownership criteria Attach additional sheets if more 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): Eric Schroeder Version March 19, 2024 Title: I Vice President, Finance Signature: Date: /o o N J / DOC #2 NON -COLLUSION AFFIDAVIT Name of Form: Statutory Reference: Instructions Reference: Description: Version March 19, 2024 STANDARD BID DOCUMENT REFERENCE Reference: VII-H NON -COLLUSION AFFIDAVIT No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 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 with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive bidding. State of New Jersey County of 1, Eric Schroeder NON -COLLUSION AFFIDAVIT residing in ss: (name of affiant) (name of municipality) in the County of Muscatine and State of Iowa full age, being duly sworn according to law on my oath depose and say that: I am Vice President, Finance (title or position) of the firm of The HON Company LLC (name of firm) the bidder making this Proposal for the bid of entitled OMNIA Region 4 RFP 24-01 and that I executed the said proposal with (title of bid proposal) full authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the OMNIA Reqion 4 RFP 24-01 relies upon the truth of the statements contained in said Proposal (name of contracting unit) and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by The HON Company LLC Subscribed and sworn to before me this day 4unt 3 2LT1 (T e or pri a of affiant under signature) i rtc� _/ ei-'016-n 1-) (CHI Notary pubic of Sta-1 O r?-F My Commission expires / J (Seal) SlAt CINDY HERMANN Commission Number 756350 My Commission Expires ow December 26, 2026 Version March 19, 2024 Signatu a is Schroeder Vice President, Finance Company Name: Street: City, State, Zip Code Proposal Certification: DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) The HON Company LLC 600 E Second St. Muscatine, IA 52761 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; W 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 1 further certify that the statements and information best of my knowledge and belief. &13/46:) L/ I date Version March 19, 2024 contained herein, a to and correct to the utritoi�x, �o nature and Title uric Schroeder -Vice President, Finance DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, P%FESSIONAL AND SERVICE C TRACTS 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 orotherforms 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 Officer setting 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 contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractors commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractorand its subcontractors shall fumish such reports orother documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall fumish such information as maybe requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchaoter 10 of the Administrative Code (NJAC 17:27). 4ignature of Procurement Agent Version March 19, 2024 Eric Schroeder- Vice President, Finance Certification 48195 CERTIFICATE OF EMPLOYEE INFORMATION REPORT RENEWAL This is to certify that the contractor listed below has submitted an Employee Information Report pursuant to N.J.A.C. 17:27-1.1 et. seq. and the State Treasurer has approved said report. This approval will remain in effect for the period of 15-Mar-2024 to 15-Mar-2027 THE HON COMPANY LLC 200 OAK STREET �O'��..-�•i�b-�� MUSCATINE IA 52761 ELIZABETH MAHER MU010 State Treasurer DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http: �\\\\\.ni.eor dca%dig isions dl�s,resourcesdfns_2006.html).Pleasereferbacktotheseinstructionsfortheappropriatelinks, 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 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 Form s"link on the Pay -to -Play web site athttp: %NN\\\.ni._2o\;dca.di\isions/dIQ_s/nroa_rams,'Incl.htm1412.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 thatthe contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractordid not make any prohibited contributionsto 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 httr: M%X% ni.Qo, dca:di\ isions/dlvs, resourcesilfns_2006.hrn1). A sample Certification form is part ofthis 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 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005,c. 271, s.2 (N.J.S.A. 19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: • any State, county, or municipal committee of a political party • any legislative leadership committee` • any continuing political committee (a.k.a., political action committee) • any candidate committee of a candidate for, or holder of, an elective office: 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%ofthe profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit • all principals, partners, officers, or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist thecontractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations 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 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I — Vendor Information Vendor Name: 1 The HON Companv LLC Address: I 600E Second St. City: I Muscatine I State: IA Zip: 52761 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 . Eric Schroeder Vice President, Finance tgnature 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 I N/A Contributor Name Recipient Name Date Dollar Amount ❑ Check here if the information is continued on subsequent page(s) Version March 19. 2024 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County. - Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY -BASED, CUSTOMIZABLE FORM. Version March 19, 2024 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: 0 1 certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR 13 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 Morporation Mole Proprietorship 0 Limited Partnership O Limited Liability Corporation 0 Limited Liability Partnership Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: HNI Corporation (indirect parent Name: State Farm Insurance Companies entity which is publicly traded) (holds 10% or greater interest in H VI) Home Address: 600 E Second St. Home Address: One State Farm Plaza Muscatine, IA 52761 Bloomington, IL 61710 Name: The Vanguard Group, Inc. (holds Name: BlackRock, Inc. (holds 10% or 10% or greater interest in HNI) greaters interest in HNI) Home Address: 100 Vanguard Blvd. Home Address: g 55 East 52nd St. Malvern, PA 19355 New York, NY 10055 Name: Home Address: S cribed and sworn before me this-Jr4day of (Notary Public) My Commission expires: W%V CINDYHERMANN :Commission Number 756350 My Commission Expires December 26, 2026 Version March 19, 2024 Name: Home Address: A (Affiant) Eric Schroeder - Vice President, Finance (Print name & title of affiant) (Corporate Seal) DOC #6 i DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM \ STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY . DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 086254230 BID SOLICITATION # AND TITLE: OMNIA Region 4 RFP 24-01 for Furniture, Installation, & Related Services _ —--------------------- - VENDOR NAME: _ The_HON Company LLC----------- --_ Pursuantto U.S.A. 52:32-57, etseq. (P.L. 2012, c.25 and P.L.2021, c.4) any person or entity that submits a bid or proposal or otherwise proposes to enter' to or renew a contract must certify that neither the person norentity, norany ofits parents, subsidiaries, or affiliates, is identified on the New Jersey Departmentof 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 httos://www.state.ni,usAreasurv/Durchase/odf/Chai)ter25List.r)df. Vendors/Bidders must review this list prior to completing the below certification. If the Director of the Division of Purchase and Property finds a person or entity 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 seeking debarment orsuspension of the party. CHECK THE APPROPRIATE BOX X I certify, pursuantto N.J.SA. 52:32-57, et seq. (P.L.2012, c.25and P.L. 2021, c.4),that neither the Vendor/Bidder listed above nor any of its parents, subsidiaries, oraffiliatesis listed on the NewJersey Departmentof the Treasury's Chapter25 List of entities determined to beengaged in prohibited activities in Iran. I am unabletocertifyasabovebecause the VendorlBidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the New Jersey Department oftheTreasury's Chapter25 List. I will provide a detailed, accurate and precise description of the activities of the Vendor/Bidder, orone 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 I, the undersigned, certify that I am authorized to execute th is certification on behalf of the Vendor, thatthe foregoing information and any attachments herein, to the bestof my knowledge aretrue and complete. I acknowledge thatthe State of New Jerseyis relying on the information contained herein, and that theVendors under a continuing obligation from the date of this ce rtification through the completion ofa ny contract(s) withthe State to notify the State in writing of any changes to the information contained heren; that I am awarethat itis a criminal offense to make a false statement or misrepresentation in this certification. if I doso, I may be subjectto criminal prosecution underthe law, and it will constitute a materialbreach of my contract(s) with the State, permitting the State to declare any contra4(s) resulting from this certification void and unenforceable. S re ' Dailb Eric Schroeder - Vice President, Finance ------- ---- Print Name Name and Title ' :'J: i=i fiCllai?;!sl,',r .'^ fit:. •�.�a;. DPP Rev. 12.13.2021 DOC #7 Version March 19, 2024 CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN RUSSIAOR BELARUS PursuanttoU.S.A.52:32-60.1,etseq.('. )any person or entity (herein after"Vendor'") that seeks to enterinto or renew a contract with aState agencyforthe provision of goods orservices, orthe purchase of bonds orother obligations, must completethe certification below indicating whetherornot the Vendor is identified on the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here: anctionssearch.ofac.treas . If the Departmentof the Treasury finds that a Vendor has made a certif ication in violation ofthe law, it sha take any 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, certify that I have read the definition of "Vendor" below, and have reviewed the Office of Foreign Assets Control (OFAC) Speciay Designated Nationals and Blocked Persons list, and having done so certify: (Checkthe Appropriate Box) That the Vendor is not identified on the OFAC Specially Desiq nated Nationals and Blocked Persons list on account of activity related to X� A. Russia and/or Belarus. OR That I am unable to certify as to "A" above, because the Vendor is identified on the OFAC Specially Desiqnated 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 Specially Designated Natonals and Blocked Persons list. However, the Vendor is engaged in activity related to Russia and/or Belarus consistent with federal law, regulation, license C. or exemption. A detailed description of how the Vendor's activity related to Russia and/or Belarus is consistent with federal law is set forth below. CSIWfature of V does Authorized Representative Eric Schroeder - Vice President, Finance Print Name and Title of Vendor's Authorized Representative The HON Companv LLC Vendor's Name 600 E Second St Vendor's Address (Street Address) Muscatine, IA 52761 Vendor's Address (City/State/Zip Code) (Attach Additional Sheets If Necessary.) (/3/_;?&.2q Date 42-1491474 Vendor's FEIN 563-275-0900 Vendor's Phone Number 563-272-5859 Vendor's Fax Number contractmanager@honcompany.com Vendor's Email Address i Vendor means: (1) A natural person, corporation, company, limited partnership, limited liability partnership, limited liability company, business association, sole proprietorship, joint venture, partnership, society, trust, or any other nongovernmental entity, organization, or group; (2) Any governmental entity or instrumentaky of a government, including a multilateral development institution, as defined in Section 1701(c)(3) of the International Financial Institutions Act, 22 U.S.C. 262r(c)(3); or (3) Any parent, successor, subunit, direct or indirect subs idiay,oranyentity under con non ownership orcontrolwith, any entity described inparagraph (1)or(2).NJRev. 1.22.2024 DOC #8 Version March 19, 2024 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. https://www. niportal. corn/DO R/BusinessRegistration Version March 19, 2024 i CERT-1 02102113 Taxpayer Identification# 421-491.474/000 Dear Business Representative: -orrgra.6lations' You are now registered with the New ,Jersey Division oI mevenue Use the Taxpayer Identification Number listed above on ail correspondence with the Divisions of Revenue and Taxation, as well as with the Department of Labor (if the business is subject to unemployment withholdings)- Your tax returns and payments will be fled under this number, and you will be able to access information about your account by referencing it. Additionally, please note that State law requires ail contractors and subcontractors with Public agencies to provide proof of their registration with the Division of Revenue. The law also amended Section 92 of the Casino Control Act, which deals with the casino service industry. We havi:. c,',ac,fed a Proof of Registration Certificate for your use. To comply with the law, if you are currently under contract or entering into a contract with a State agency, you must provide a copy of the certificate to the contracting agency. If you have any questions or require more information, feel free to call our Registration Hotline at (I309) 292-9292 . I wish you continued success in your business endeavors TAXPAYER NAME: THic HON COMPANY LLC ADDRESS: 408 E 2ND ST MUSCATINE IA 5061-4313 EFFECTIVE DATE: 02117/00 FORM-BRC Sincerely, James J. Fruscione Director New Jersey Division of Revenue STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE DEPARTMENT OF TREASURY DIVISION OF REVENUE PO BOX 252 TRENTON, N 1 06646-0252 TRADE NAME: SEQUENCE NUMBER: 0863328 ISSUANCE DATE: 02/02/13 Director �J New Jersey Division of Revenue This, Certificate is N O assignable or transferable, It must be conspicuous{+i displayed at above address DOC #9 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 • Certificate of Employee Information Report • Fully Executed Form AA302 • Fully Executed EEO-1 Report See the guidelines at: https://www.state.ni.us/treasury/contract compliance/docLim ents/pdf/guidelines/pa.pd f for further information. I certify that my bid package includes the required evidence per the above list and State website. Name: Eric Schroeder Title: Vice President, Finance Signature: Date: (03 y Certification 48195 CERTIFICATE OF EMPLOYEE INFORMATION REPORT RENEWAL This is to certify that the contractor listed below has submitted an Employee Information Report pursuant to N.J.A.C. 17:27-1.1 et. seq. and the State Treasurer has approved said report. This approval will remain in effect for the period of 15-Mar-2024 to 15-Mar-2027 4 THE HON COMPANY LLCM 200 OAK STREET —'^�'/` MtiSCATINE IA 52761 ELIZABETH MAHER MU010 State Treasurer 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: OMNIA Region 4 RFP 24-01 for Furniture, Installation, & Related Services VENDOR NAME: The HON Company LLC Pursuant to Public Law 1995, c.134, a responsible Vendor/Bidderis required to provide a certification in compliancewith the MacBride Pdncples and Northern lrelanclActof1989. Pursuantto N.J.S.A. 52:34-12.2, Vendor/Bid der must completethe certification below by checking oneof the two options listed below and signing where indicated. If Vendor/Bidder that would otherwise be awarded purchase, contract oragreement does not complete thecertification, then the Directormay determine, in accordancewith applicable law and rules, that it is in the best interest of the State to award the purchase, contract oragreementto anotherVendor/ Bidderthathas completed the certification and has submitted a 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 shalltake such action as may be appropriateand provided by law, 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, on behalf the Vendor/Bidder, certify pursuant to N.J.S.A. 52:34-12.2 that: CHECK THE APPROPRIATE BOX 0 The Vendor/Bidder has no business operations in Northern Ireland; or OR ®The Vendor/Bidderwilltake lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance with the MacBride principles of nondiscrimination in employment as setforth in section 2 of P.L. 1987, c. 177 N( J.S.A. 52:18A-89.5) and in conformance with the United Kingdom's Fair Employment(Northem Ireland) Act of 1989, and permit independent monitorng of its compliance with those principles. CERTIFICATION I, the undersigned, ce rtifyth at I am authorized to execute this certification on be half of the Vendor, that th a foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge th atthe State of New Jersey is relying on the information contained herein, and that the Ven dor is un der a continuing obligation from the d ate of this certification through the completion of a ny contract(s) with the State to notty 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 certificatio do so, I may be subject to criminal prosecution under the law, and it will constitute a material breach of my contract(s) ' the Sta , pe itting the S ate to declare any contract(s) resulting from this certification void and unenforceable. awalurd Date / Eric Schroeder - Vice President, Finance Print Name and Title Version March 19, 2024 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