Loading...
HomeMy Public PortalAboutResolution No. 24-019- Resolution to piggyback the Omnia Partners Cooperative Purchasing Agreement with Affordable Interior Systems, Inc. to furnish the police departmentSponsored by: Interim City Manager RESOLUTION NO. 24-019 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO PIGGYBACK THE OMNIA PARTNERS COOPERATIVE PURCHASING AGREEMENT WITH AFFORDABLE INTERIOR SYSTEMS, INC., IN AN AMOUNT NOT TO EXCEED SIXTY-ONE THOUSAND THREE HUNDRED THIRTY- SIX DOLLARS AND FORTY-FIVE CENTS ($61,336.45) TO FURNISH THE POLICE DEPARTMENT; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, there are various areas within in the current City of Opa-Locka ("City") Police Department that require furniture replacement; and WHEREAS, the Interim City Manager is requesting approval to piggyback the Omnia Cooperative Contract with Affordable Interior Systems, Inc. for furniture for the Opa-Locka Police Department; and WHEREAS, the contract piggyback will be used to purchase tables, desks, office chairs, workstations and seating for the lobby area of the police department. The proposed expenditure is Sixty -One Thousand Three Hundred Thirty -Six Dollars and Forty -Five Cents ($61,336.45); and WHEREAS, this proposed contract is based on a competitively bid contract by Region 4 Education Service Center (ESC), Houston, which serves 47 public school districts and 40 public charter schools in Texas. This is made available through the National Intergovernmental Purchasing Alliance (National IPA) cooperative purchasing organization, which makes these agreements available to the education and public sectors. The parent organization is OMNIA Partners, and the contract is one of approximately 400 competitive contracts available to these sectors; and WHEREAS, National IPA (a/k/a OMNIA Partners, Public Sector) is "the nation's largest and most experienced cooperative purchasing organization for the public sector." Their purchasing power and suppliers have produced an extensive portfolio of cooperative contracts and partnerships, making OMNIA Partners "the most valued and trusted resource for organizations nationwide"; and Resolution No. 24-019 WHEREAS, all contracts in National IPA's portfolio are competitively solicited and publicly awarded by a lead agency (government entity/educational institution), using a competitive solicitation process consistent with applicable procurement laws and regulations. Region 4 Education Service Center ("Region 4 ESC"), one of National IPA's lead agencies, was established in 1967 by the State of Texas under Chapter 8 of the Texas Education Code; and WHEREAS, Region 4 Education Service Center/National IPA considered the bid submitted by Affordable Interior Systems, Inc. ("Contractor") on December 11, 2019 in response to its RFP# 19-18; and WHEREAS, the Region 4 Education Service Center has awarded Affordable Interior Systems, Inc. a contract (Contract #R191801) to provide Furniture, Installation and Related Services. The agreement is available to thousands of government agencies nationwide through OMNIA/ National IPA Partners; and WHEREAS, on April 28, 2020, National IPA awarded Affordable Interior Systems, Inc. a contract for Furniture, Installation and Related Services (attached hereto as Exhibit "A"). The contract became effective May 1, 2020 and was set to expire on April 30, 2023. On October 24, 2023, the contract was renewed with a new expiration date of April 30, 2025; and WHEREAS, pursuant to Section 2-318 (3) of the City's Purchasing Code allows for purchases and acquisitions under contracts of the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs. The City Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City Commission finds that it is in the best interests of the City to piggyback on the Region 4 Education Service Center/National IPA contract with Affordable Interior Systems, Inc., in order to benefit from already negotiated rates and enter into an agreement to furnish the Police Department, in an amount not to exceed Sixty -One Thousand Three Hundred Thirty -Six Dollars and Forty -Five Cents ($61,336.45). NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. Adoption of Representations. The above recitals are true and correct and are incorporated into this Resolution by reference. 2 Resolution No. 24-019 Section 2. Authorization. The City Commission hereby authorizes a piggyback of the Region 4 ESC/National Intergovernmental Purchasing Alliance (National IPA) / Omnia Partners Contract # R191801 with Affordable Interior Systems, Inc. for qualified professional services to furnish the Police Department, in an amount not to exceed Sixty - One Thousand Three Hundred Thirty -Six Dollars and Forty -Five Cents ($61,336.45). Section 3. Scrivener's Errors. Sections of this Resolution may be renumbered or re - lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager following review by the City Attorney and without need of public hearing, by filing a corrected copy of same with the City. Section 4. Effective Date. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED and ADOPTED this 10th day of Januar TTEST: anna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: 1 o y. FO Burnadette Norris -Weeks, P.A. City Attorney John H. aylor, Jr., Mayor 3 Resolution No. 24-019 Moved by: Commissioner Williams Seconded by: Commissioner Kelley VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 4 DocuSign Envelope ID: 9468528A-6602-4F18-BC06-F5EFB2E96BB2 City of Opa-locka Agenda Cover Memo UocuSlgned by: Department Director Interim Police Chief Kenneth Ottley Department Director Signature atiktAi 5709C13 49E... City Manager: Darvin Williams CM Signature: Commission Meeting Date: 01.10.2024 Item Type: Resolution rdinance Other (EnterXin box) X 2nd beading Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (EnterXin box) 1St Reading Public Hearing: (EnterXin box) Yes No Yes No X Funding Source: Account#: (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Area: Enhance Organizational 0 Bus. & Economic Dev mi Public Safety so 1 Quality of Education El Qual. of Life & City Image L] Communication El Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Sponsor Name City Manager Department: City Manager Short Title: A resolution of the City Commission of the City of Opa-locka authorizing the Interim City Manager to piggyback the Omnia Cooperative Contract with Affordable Interior Systems, Inc. to purchase furniture for the Opa-Locka Police Department. Staff Summary: The City of Opa-locka Police Department is anticipated to be completed within the next sixty (60) days and staff will immediately begin to transition into the station. However, there are various areas in the current Police Department that requires furniture to be replaced. The Interim City Manager is requesting approval to piggyback Omnia Cooperative Contract with Affordable Interior Systems, Inc. for furniture for the Opa-Locka DocuSign Envelope ID: 9468528A-6602-4F18-BC06-F5EFB2E96BB2 Police Department. The contract will be used to purchase tables, desks, office chairs, workstations and seating for lobby area. The proposed expenditure is $61,336.45. Financial Impact: This furniture will be funded by Police Department — Office Furniture & Equipment, Account 26-521642, which is being increased by $83,000 in the FY 24 Budget Amendment #1. Proposed Action: Staff recommends the City Commission authorizes the Interim City Manager to piggyback the Omnia Cooperative Contract with Affordable Interior Systems, Inc. to purchase furniture for the Opa-Locka Police Department. 1 Attachment: Affordable Interior Systems Quote Omnia Cooperative Contract Lead Agency: Region 4 ESC RFP Issued: November 7, 2019 Response Due Date: December 11, 2020 OMNIA PARTNERS NATIONALI PA US.COMMUNITIES FURNITURE, INSTALLATION AND RELATED SERVICES Executive Summary Solicitation: 19-18 Pre -Proposal Date: November 21, 2019 Proposals Received: #44 Awarded to: Affordable Interior Systems, Inc. (AIS) — R191801 The Board of Directors of Region 4 Education Service Center (ESC) issued RFP 19-18 on November 7, 2019, to establish a national cooperative contract for Furniture, Installation and Related Services. The solicitation included cooperative purchasing language in Sections I. Scope of Work: NATIONAL CONTRACT Region 4 Education Service Center, as the Principal Procurement Agency, defined in Appendix D, has partnered with OMNIA Partners to make the resultant contract (also known as the "Master Agreement" in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including 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"), through OMNIA Partners' cooperative purchasing program. Region 4 ESC is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a "Participating Public Agency"). Appendix D contains additional information about OMNIA Partners and the cooperative purchasing agreement. Notice of the solicitation was sent to potential offerors, as well as advertised in the following: • Region 4 ESC website • OMNIA Partners, Public Sector website • USA Today, nationwide • Arizona Business Gazette, AZ • San Bernardino Sun, CA • Honolulu Star -Advertiser, HI • The Advocate — New Orleans, LA • New Jersey Herald, NJ • Times Union, NY Page 1 of 2 • Daily Journal of Commerce, OR • The State, SC • Houston Community Newspapers, Cy Creek Mirror, TX • Deseret News, UT • Richmond Times, VA • Seattle Daily Journal of Commerce, WA • Helena Independent Record, MT On January 8, 2020 proposals were received from the following offerors: • 9to5 Seating LLC • Affordable Interior Systems, Inc. (AIS) • Allsteel Inc. • Alumni Classroom Furniture Inc. • AmTab Manufacturing Corporation • Artcobell Corporation • Bush Industries, Inc. • ELB US Inc. • ASSA Group, Inc. dba Enwork • EPIC Business Essentials • Exemplis LLC • GMi Companies • Haskell Office, LLC • The HON Company LLC • Indiana Furniture Industries, Inc. • Irwin Seating Company • Jasper Group (Jasper Seating Company, Inc.) • Kaplan Early Learning Company • Krueger International, Inc. • Kwalu LLC • LIAT, LLC • Maxon Furniture Inc. • Metalworks, Inc. — Great Openings • MeTEOR Education, LLC. • National Business Furniture, LLC • National Office Furniture, Inc. • NPS Public Furniture Corp • NorvaNivel USA LP • Office Depot, Inc. • OFS Brands Inc. • Origin US LLC • Paragon Furniture, Inc. • PS Furniture Inc. • Rapp Productions, Inc dba FurnitureLab • RT London • Safco Products Co. • School Specialty, Inc. • SICO America, Inc. • Spec Furniture Inc • Special -T, LLC • Teknion LLC • Trendway Corporation • VS America, Inc. • WB Manufacturing The proposals were evaluated by an evaluation committee. Using the evaluation criteria established in the RFP, the committee determined that eighteen (18) companies - Affordable Interior Systems, Inc. (AIS) Allsteel Inc., AM Tab Manufacturing Corporation, Exemplis LLC, The HON Company LLC, Irwin Seating Company, Jasper Group (Jasper Seating Company, Inc.), Kaplan Early Learning Company, Krueger International, Inc., Maxon Furniture Inc., Metalworks, Inc. — Great Openings, MeTEOR Education, LLC, National Office Furniture, Inc., NorvaNivel USA LP, Office Depot, Inc., OFS Brands Inc., Safco Products Co., School Specialty, Inc. Teknion LLC Trendway Corporation, VS America, Inc. - all demonstrated the ability to provide the services outlined in the solicitation while offering competitive pricing to members. Region 4 ESC executed agreements with a contract effective date of May 1, 2020. Contract includes: • Systems, Beams/Blenching, Casegoods, Tables & Universal and Seating • Products include freight to all locations within the US including Alaska and Hawaii • Delivery and Installation will be quoted on a per project basis and subject to the same variations as inside delivery areas Term: Initial three-year agreement from May 1, 2020 through April 30, 2023 with the option to renew for two (2) additional one-year periods through April 30, 2025. Pricing/Discount: Discount off List Price Page 2 of 2 DocuSign Envelope ID: 81108D99-4067-4AAA-9008-50A989A9A393 region'® woo October 26, 2023 Mr. Bryan Poist bpoist@ais-inc.com Chief Financial Officer Affordable Interior Systems, Inc. (AIS) 25 Tucker Drive Leominster, MA 01453 Re: Renewal Award of Contract #R191801 Dear Mr. Poist: Per official action taken by the Board of Directors of Region 4 Education Service Center on October 24, 2023, Region 4 ESC is pleased to announce that Affordable Interior Systems, Inc. (AIS) has been awarded an annual contract renewal for the following, based on the sealed proposal submitted to Region 4 on December 11, 2019, and subsequent performance thereafter: Contract Furniture, Installation and Related Services The contract will expire on April 30, 2025, completing the fifth year of a five-year term contract. The contract is available through OMNIA Partners, Public Sector. Your designated OMNIA Partners, Public Sector contact is Christine Dorantes, at (615) 431-8182 or christine.dorantes@omniapartners.com. The partnership between Affordable Interior Systems, Inc. (AIS), Region 4 and OMNIA Partners, Public Sector can be of great help to participating agencies. Please provide copies of this letter to your sales representative(s) to assist in their daily course of business. Sincerely, "—DocuSigned by: OWL it/L1y.LAULLAAA, \---0EE15 fF1C4C6... Robert Zingelmann Chief Financial Officer, Finance and Operations Services Rcgiun 4 Fd ucariun Scivicc (:.cnrcr • 7145 \X'csr l idw:11 R,>ad • Huusr> a1. Texas 77092-2096 2-20X; I'Ix MC: 13.462.--08 • Fax: ,13. 44.6514 • �w s.ac i.ncr Pam \k':Ik. Ed. D., FixoatriV. [)irccr,,r To: Board of Directors From: Robert Zingelmann Date: April 28, 2020 Subject: Recommendation of Contract Award Region 4 ESC held a RFP opening on November 7, 2019 for RFP #19-18 for Furniture, Installation and Related Services. There were forty-four (44) proposals submitted: • 9to5 Seating LLC • Affordable Interior Systems, Inc. (AIS) • Allsteel Inc. • Alumni Classroom Fumiture Inc. • AmTab Manufacturing Corporation • Artcobell Corporation • Bush Industries, Inc. • ELB US Inc. • ASSA Group, Inc. dba Enwork • EPIC Business Essentials • Exemplis LLC • GMi Companies • Haskell Office, LLC • The HON Company LLC • Indiana Furniture Industries, Inc. • Irwin Seating Company • Jasper Group (Jasper Seating Company, Inc.) • Kaplan Early Learning Company • Krueger International, Inc. • Kwalu LLC • LIAT, LLC • Maxon Furniture Inc. • Metalworks, Inc. — Great Openings • MeTEOR Education, LLC. • National Business Furniture, LLC • National Office Furniture, Inc. • NPS Public Furniture Corp • NorvaNivel USA LP • Office Depot, Inc. • OFS Brands Inc. • Origin US LLC • Paragon Furniture, Inc. • PS Furniture Inc. • Rapp Productions, Inc dba FurnitureLab • RT London • Safco Products Co. • School Specialty, Inc. • SICO America, Inc. • Spec Furniture Inc • Special -T, LLC • Teknion LLC • Trendway Corporation • VS America, Inc. • WB Manufacturing After careful review of all proposals, the Evaluation Team has determined that eighteen (18) companies demonstrated the ability to provide the products and services outlined in the solicitation while offering competitive pricing to the members. CONSIDERATION Award of annual contract in compliance with the bid laws of the State of Texas is recommended. RECOMMENDATION The Evaluation Team recommends the following companies for award based on their response: Contract Furniture, Installation and Related Services Vendor Term of Contract Affordable Interior Systems, Inc. (AIS) Allsteel Inc. Exemplis LLC The HON Company LLC Irwin Seating Company Jasper Group (Jasper Seating Company, Inc.) Kaplan Early Learning Company Krueger International, Inc. Maxon Furniture Inc. MeTEOR Education, LLC National Office Furniture, Inc. Office Depot, Inc. OFS Brands Inc. Safco Products Co. School Specialty, Inc. Teknion LLC Trendway Corporation VS America, Inc. Three (3) years with option of two (2) one year renewals Support documentation has been attached for your reference. Enclosure: Bid Tab Summary regionf WOO To: Dr. Pam Wells Executive Director From: Robert Zingelmann Chief Financial Officer, Finance and Operations Services Date: April 28, 2020 Re: Furniture, Installation and Related Services; RFP #19-18 The Evaluation Committee has reviewed the responses and recommend that the following companies be awarded: • 9to5 Seating LLC • Affordable Interior Systems, Inc. (AIS) • Allsteel Inc. • Alumni Classroom Furniture Inc. • AmTab Manufacturing Corporation • Artcobell Corporation • Bush Industries, Inc. • ELB US Inc. • ASSA Group, Inc. dba Enwork • EPIC Business Essentials • Exemplis LLC • GMi Companies • Haskell Office, LLC • The HON Company LLC • Indiana Furniture Industries, Inc. • Irwin Seating Company • Jasper Group (Jasper Seating Company, Inc.) • Kaplan Early Learning Company • Krueger International, Inc. • Kwalu LLC • LIAT, LLC • Maxon Furniture Inc. • Metalworks, Inc. — Great Openings • MeTEOR Education, LLC. • National Business Furniture, LLC • National Office Furniture, Inc. • NPS Public Furniture Corp • NorvaNivel USA LP • Office Depot, Inc. • OFS Brands Inc. • Origin US LLC • Paragon Furniture, Inc. • PS Furniture Inc. • Rapp Productions, Inc dba FurnitureLab • RT London • Safco Products Co. • School Specialty, Inc. • SICO America, Inc. • Spec Furniture Inc • Special -T, LLC • Teknion LLC • Trendway Corporation • VS America, Inc. • WB Manufacturing The recommended vendors submitted offers that were determined to be most advantageous to OMNIA Partners, Public Sector members, based upon the bid tabulation. All the recommended respondents were determined to be competitively priced and strong for the specified services outlined in the RFP. We believe all recommended vendors demonstrate the ability to provide and perform the services requested in the proposal. We will monitor their performance and determine at the end of each year if they are eligible for renewal with each new term. This multiple award is recommended as most advantageous as it limits contract awards to the least number of suppliers necessary to meet the requirements of OMNIA Partners, Public Sector members. In order to serve the entire nation, a multiple award is recommended to provide any governmental agency with complete coverage of commodities, services and any other offering within the scope of proposal. Please let me know if you have any questions. DocuSign Envelope ID: EB6FC47E-8AAE-4F6B-910C-1 F1016B997E5 region ® 0000 April 28, 2020 Mr. Bryan Poist bpoist@ais-inc.com Chief Financial Officer Affordable Interior Systems, Inc. (AIS) 25 Tucker Drive Leominster, MA 01453 Re: Award of Contract #R191801 Dear Mr. Poist: Per official action taken by the Board of Directors of Region 4 Education Service Center on April 28, 2020, we are pleased to announce that after successful negotiated terms and conditions, Affordable Interior Systems, Inc. (AIS) has been awarded an annual contract for the following, based on the sealed proposal (RFP#19-18) submitted on December 11, 2019: Commodity/Service Supplier Furniture, Installation and Related Services Affordable Interior Systems, Inc. (AIS) This contract is effective May 1, 2020 and will expire on April 30, 2023. As indicated above, your contract # is R191801. This contract may be renewed annually for an additional two (2) years if mutually agreed upon by Region 4 ESC/OMNIA Partners, Public Sector and Affordable Interior Systems, Inc. (AIS). Your participation in the proposal process is appreciated and we look forward to a successful partnership. Please feel free to provide copies of this letter to your sales representative(s) to assist in their daily course of business. If you have any questions, please contact Christine Dorantes, the Contract Manager assigned to your contract, at (615) 431-8182 or christine.dorantes@omniapartners.com. Sincerely, p—DocuSigned by: `—OB1 D33BB0130490... Robert Zingelmann Chief Financial Officer, Finance and Operations Services I.c,�u,n 1 EdLicarit:a1 ti.ivice (;curer • -14' XX.,r Tidw.II Road • Flo usu n. 1.cxas U )2-2096 Phi >n.: 713.462.7708 • Fax: 713.74i-4.651 =i • AvwV w.csc1. n.r Pan1XX'.IIs. Ed. U.. Fsccuriti. Dirccrnr Region 4 Education Service Center (ESC) Contract # R191801 for Furniture, Installation and Related Services with Affordable Interior Systems, Inc. Effective: May 1, 2020 The following documents comprise the executed contract between the Region 4 Education Service Center and Affordable Interior Systems, Inc. effective May 1, 2020: I. Vendor Contract and Signature Form II. Supplier's Response to the RFP, incorporated by reference APPENDIX A CONTRACT This Contract ("Contract') is made as of April 28 , 2020 by and between Affordable Interior Systems, Inc. (AIS) ("Contractor') and Region 4 Education Service Center ("Region 4 ESC') for the purchase of Furniture, Installation, and Related Services ("the products and services'). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number RFP #19-18 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 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 to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC's intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days' (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. CONTRACT 1 3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror's Best and Final Offer iii. Offeror's proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) 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 Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12 -month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 2 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. 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) Delivery/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. i) 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. d) Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. 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. 14) Delivery. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adjustments. 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. 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 Rights. 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 CONTRACT 4 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: 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 CONTRACT 5 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) Smoking. 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) Funding 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) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 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 Obligations. 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 CONTRACT 6 while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34) Tariff Surcharges: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. CONTRACT 7 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 Affordable Interior Systems, Inc. (AIS) Address 25 Tucker Drive City/State/Zip Leominster, MA 01453 Telephone No. 978.562.7500 or toll free 800.434.7400 Email Address bpoist@ais-inc.com Printed Name Bryan Poist Title Chief Financial Officer Authorized signature Accepted by Region 4 ESC: Contract No. 12,14 t g O 1 initial Contract Term M Regi.in 4 E Authorize Margaret S. Bass 1,202-o Member to 4fr,t 3o, 2o13 Print Name 4/28/2020 Date 4/28/2020 Region 4 ESC Authorized Board Member Date Carmen T. Moreno Print Name Aooendix 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: n 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.) a Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove 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 Specification Exception/Proposed Modification Accepted (For Region 4 ESC's use) Appendix A, #14 Page 4 Delivery. Conforming Delivery. Conforming product shall be Acceptable 4/28 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. shipped within 7 days of receipt of Purchase Order the timeframe within mutually agreed to by the Vendor and the purchasing agency. 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. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. Page 1 of 2 Exhibit F, CERTIFICATION OF CERTIFICATION OF COMPLIANCE Noted 4/28/20 Federal COMPLIANCE WITH WITH BUY AMERICA PROVISIONS Certifications, BUY AMERICA To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, vendor may be requested to certify individual product certifies that its Page 40 of 55 PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. compliance offeror products den with all applicable provisions of the Buy America Act. and Vendor agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. It is the responsibility of the Purchasing Agency to notify the Vendor that requested product(s) must adhere to the Buy America Act. Purchases made in accordance with the Buy America Act must still follow the applicable Procurement rules calling for free and open competition. 2.2 Pricing Commitment, Page 20 of 55 Pricing Commitment Supplier commits the not -to -exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. Pricing Commitment Supplier commits the not -to -exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) at the time the Vendor submits their proposal to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. The "lowest, not -to -exceed pricing" shall be compared to other cooperative state and local contracts, buying the same product mix, for the same geographical areas, under the same terms and conditions. Page2of2 AIS Region 4 Education Service Center (ESC) Solicitation 19-18 Request for Proposal for Furniture, Installation, and Related Services Submittal Deadline: Wednesday, December 11, 2019 2:00pm Central Time Affordable Interior Systems, Inc. (AIS) 25 Tucker Drive Leominster, MA 01453 Nick Haritos Executive Vice President of Sales & Distribution Phone: 978.562.7500 Email: nharitos@ais-inc.com 25 Tucker Dr„ Leominster, MA 01453 P 978.562.7500 1 ais-inc.com APPENDIX A DRAFT CONTRACT This Contract ("Contract") is made as of , 2020 by and between Affordable Interior Systems, Inc. (AIS) ("Contractor') and Region 4 Education Service Center ("Region 4 ESC') for the purchase of Furniture, Installation and Related Services ("the products and services'). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number R for ("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 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 to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC's intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days' (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. CONTRACT 1 3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror's Best and Final Offer iii. Offeror's proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) 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 Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12 -month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; i i . Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 2 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. 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. i) Additional Deliverv/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. 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. 14) Delivery. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adjustments. 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. 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 Rights,. 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 CONTRACT 4 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: 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 CONTRACT 5 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) Smoking. 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) Funding 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) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 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 Obligations. 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 CONTRACT 6 while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. 34) Tariff Surcharges: Contractor has the option to charge a surcharge, as an additional line item, if approved by the purchasing agency. All surcharges must be based on a percentage of total order and must be approved by Region 4 prior to use. CONTRACT 7 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 Affordable Interior Systems, Inc. (AIS) Address 25 Tucker Drive City/State/Zip Leominster, MA 01453 Telephone No. 978.562.7500 or toll free 800.434.7400 Email Address bpoist@ais-inc.com Printed Name Bryan Poist Title Chief Financial Officer Authorized signature Accepted by Region 4 ESC: Contract No. Initial Contract Term to Region 4 ESC Authorized Board Member Date Print Name Region 4 ESC Authorized Board Member Date Print Name AIS TAB 2 - Region 4 ESC Responses IV. EVALUATION PROCESS AND CRITERIA 1. A committee will review and evaluate all responses and make a recommendation for award of Contract(s). The recommendation for Contract awards will be based on the predetermined criteria factors outlined in this section, where each factor is assigned a point value based on its importance. In evaluating the responses, the following predetermined criteria is considered: a) Products/Pricing (40 Points) b) Performance Capability (30 Points) c) Qualification and Experience (20 Points) d) Value Add (10 Points) 2. Offeror's proposal should, at a minimum, include the following for Region 4 ESC's evaluation: a) Products/Services/Pricing i. Offerors shall provide pricing based on a discount from a manufacturer's price list or catalog, or fixed price, or a combination of both with indefinite quantities. Prices listed will be used to establish the extent of a manufacturer's product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, those 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. Proposed Discounts Systems, Beam/Benching, Casegoods, Tables & Universal Matrix, Divi, MWall, A02, Day -to -Day PowerBeam, Oxygen, Aloft, Calibrate Casegoods, Day -to -Day and Calibrate Conference Tables, Support, Storage &Screens, Worksurfaces and Accessories List Price Discount $1 - $30,000 74.50% $30,001 - $300,000 79% $300,001 - $500,000 81% Seating Bolton, Devens, Bement, Granite, Natick, Upton, Paxton, Pierce, Rutland, Stow, Sulli, Triad, Trix, LB Lounge and Volker Cube List Price Discount $1+ 63.00% ii. Include an electronic copy of the catalog from which discount, or fixed price, is calculated. Electronic price lists must contain the following: (if applicable) • Manufacturer part # ▪ Offeror's Part # (if different from manufacturer part #) • Description ▪ Manufacturers Suggested List Price and Net Price • Net price to Region 4 ESC (including freight) Media submitted for price list must include the Offerors' company name, name of the solicitation, and date on a Flash Drive (i.e. Pin or Jump Drives). All AIS price lists have been provided on a USB. Page 1 of 6 Region 4 ESC 19-18 RFP AIS TAB 2 - Region 4 ESC Responses iii. Is pricing available for all products and services? Yes. Please provide pricing for services based on a range, from minimum price per hour to maximum price per hour, with a not to exceed on the maximum price per hour charge. a. Design: $65/hour (not to exceed) b. Project Management: $85/hour (not to exceed) c. Installation: Negotiable by project scope iv. Describe any shipping charges. AIS products include freight to all locations within the United States including Alaska and Hawaii. i. Describe delivery charges along with definitions for: 1. Dock Delivery: Included in pricing and executed by a variety of furniture freight carriers. 2. Inside Delivery: Inside delivery for casegoods and seating will be quoted on an individual basis by our servicing dealer partners. This cost varies due to a variety of circumstances including (not limited to): Access to loading dock and freight elevator, normal hours due to OT or weekend, Union vs. nonunion and metro location vs. suburbs. 3. Deliver and Install: Installation will be quoted on a per project basis and is subject to the same variations as inside delivery. areas. It is in the best interest of Region 4 ESC, OMNIA and its partners to pursue "per project" quotes on installation as one "set price" nationwide would undoubtedly result in some excess charges that can be avoided by taking all aspects of project specifics into consideration. v. Provide pricing for warranties on all products and services. All products are covered under AIS's Limited Lifetime Warranty. This Warranty is given to the initial purchaser and is valid for as long as the product is owned by the original Buyer. The warranty, which runs from the date of manufacture, covers defects in materials and craftsmanship found during normal usage of the products during the warranty period. If a product is defective, and if written notice of the defect is given to AIS within the applicable warranty period, AIS (at its option) will either repair or replace the defective product with a comparable component or product. The limited lifetime warranty applies to all products regardless of the number of shifts the product is used each day except as noted below. Page 2 of 6 Region 4 ESC 19-18 RFP AIS TAB 2 - Region 4 ESC Responses Applicable Warranty Period Products / Restrictions Lifetime (as defined below) All AIS branded products (except as noted below) Ten (10) Years Ten (10) Years - 24/7 Shift Electrical products AIS Seating (frames and control mechanisms) Calibrate Series Devens Seating Five (5) Years Moving parts, which include keyboard mechanisms, locks, suspensions, casters as well as AIS fabrics, upholsteries and mesh. AIS Seating (pneumatic cylinders, casters, glides, bases and arms, mesh and seating upholsteries, Granite and Sulli seating*) This warranty does not apply to normal wear and tear damage caused by carrier, damage caused by transport of product from one site location to another, alterations to the product not expressly authorized by Seller, and products considered to be of a consumable nature such as bulbs and light ballast. AIS Seating normal use as defined under this warranty is the wear and tear that occurs during a 40 hour week when the product is used by a person weighing 300 pounds or less. *Granite is warranted for five years and rates for a person weighing 250 pounds or less. Sulli is warranted for five years and rates for a person weighing 300 pounds or less. AIS will not warrant any altered components or parts. This warranty shall not cover labor or delivery charges and does not apply to items subjected to abuse, misuse, neglect, alteration, damage cause by shipment, storage, accident, fire, flood or act of God. The limited warranty is the sole remedy for product defect and no other expressed or implied warranty is provided, including but not limited to any implied warranties of merchantability or fitness for a particular purpose. AIS shall not be liable for consequential or incidental damages arising from any product defect. A customer's exclusive remedy with respect to any and all losses or damages resulting from any cause whatsoever shall be repaired or replaced as specified above. It also does not apply to customer's own material (COM - i.e. material specified by Buyer that is not a standard AIS product offering) used in the manufacture of AIS products. Special Products that are not offered in the AIS standard price list will have a warranty of one year. A product will not be considered defective and Seller will not be obligated to replace it, if the product is not installed properly or is used in a "non - Page 3 of 6 Region 4 ESC 19-18 RFP AIS TAB 2 - Region 4 ESC Responses standard" fashion as prescribed by AIS. It is at the sole discretion of AIS to make a determination if a defect is due to improper product installation. THIS LIMITED WARRANTY IS THE SOLE REMEDY FOR PRODUCT DEFECT AND NO OTHER EXPRESS OR IMPLIED WARRANTY IS PROVIDED, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. AIS SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INDIRECT, SPECIAL, PUNITIVE OR INCIDENTAL DAMAGES. vi. Describe any return and restocking fees. AIS understands that from time to time changes may be required on orders; however, as all AIS products are produced custom for each order, changes and cancellation costs will be assessed based on the following schedule. Review your acknowledgement thoroughly. All dates below are from time of acknowledgement. • No fee for orders changed or canceled within one day (24 hours) • A fee of 50% of the net pretax total of affected product if order is changed or canceled within two days (48 hours). • A fee of 100% of the net pretax total of affected product if order is changed or canceled after two days (48 days). • A fee of 100% of the net pretax total of all product on Rush Orders or orders with custom product if changed or canceled after 24 hours. Any non-standard worksurface sizes, panels, fabrics, laminates, paint colors, or product modifications are considered custom. Important: Changing a product size to another size is considered a "cancellation" of one product for another an falls under the above program. vii. Describe any additional discounts or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. Large quantity orders will always be considered for additional discounting based on product category. AIS would welcome the negotiate a "growth incentive" after year one of the contract is complete and we have complete data to assess appropriate rebate structure. Tiered volume discounts will be offered per the below. Any quote/order over our maximum order level (MOL) of $500,000 list (not net), will be negotiable. Page 4 of 6 Region 4 ESC 19-18 RFP AIS TAB 2 - Region 4 ESC Responses viii. Describe how customers verify they are receiving Contract pricing. Customers have several options to verify they are receiving contract pricing. AIS will post all published discounts from list price. Each authorized servicing dealer will be required to both list and net sell prices to the customer. Other methods to verify contract pricing are: 1. Via the custom-built dedicated website to Region 4 ESC/OMNIA customers 2. Through our robust dealer network of over 1000 dealers 3. Contacting an AIS representative ix. Describe payment methods offered. ACH/EFT, check, wire and credit cards: Amex, Visa and Mastercard x. Propose the frequency of updates to the Offeror's pricing structure. Describe any proposed indices to guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. AIS regularly reviews its costs and seeks to always remain competitive in the marketplace, offering customers the very best value. Typically list prices will adjust annually based on material, labor and transportation costs. These increases are typically 0-3%. The discounts that are proposed will stay in place through the duration of the contract. AIS uses the Price Producer Index (PPI) to gauge fluctuations in raw materials obtained from suppliers. The tiered volume discount structure for this contract will remain the same throughout the duration of the contract period, but we may request to adjust our list prices. Should a need to adjust our list pricing, we will submit PPI data to support our request to adjust list prices. The US Government has imposed tariffs in recent years that has forced us to apply a minimal tariff fee on commercial orders. Currently, AIS does not apply these tariff fees to contract orders. Should we experience a major economic worldwide situation, we may request to implement a nominal fee to cover fees imposed by the Government. xi. Describe how future product introductions will be priced and align with Contract pricing proposed. AIS was built on ingenuity and we have the same panel systems today that launched the success of our company 30 years ago. We are continuously examining existing legacy product to make improvements for the office environments of today. Many of our furniture designs are universal and can be used with all product lines. We are dedicated to providing our customers with the best in furniture solutions that meet the client's interior needs now and for years to Page 5 of 6 Region 4 ESC 19-18 RFP AIS TAB 2 - Region 4 ESC Responses come. AIS has a written non -obsolescence policy that assures a continual bridge from legacy systems to new systems. New product introductions will be priced at current market value and the same tiered volume discount structure. Consideration should be taken for the ability to reconfigure existing product by using updated products and universal parts. AIS products are easily reconfigurable and can incorporate new product introductions. This saves money on purchasing completely new office furniture. Our dealers can take the existing inventory and re- design it with selected new products that allow it to meet the current mission requirements. xii. Provide any additional information relevant to this section. A differentiating variable that benefits the customer compared to our competitors is our MOL for systems, casegoods and tables being $500,000. AIS will extend deeper discounting for quotes/orders over $500,000 list. Not to Exceed Pricing. Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. Page 6 of 6 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses b) Performance Capability i. Include a detailed response to Appendix D, Exhibit A, OMNIA Partners Response for National Cooperative Contract. Responses should highlight experience, demonstrate a strong national presence, describe how Offeror will educate its national sales force about the Contract, describe how products and services will be distributed nationwide, include a plan for marketing the products and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners. Included with Tab 3 behind OMNIA App. D, Ex. A tab. ii. The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA Partners Administration Agreement prior to Contract award. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror's.response should include any proposed exceptions to OMNIA Partners Administration Agreement on Appendix B, Terms and Conditions Acceptance Form. Included with Tab 3 behind OMNIA App. D, Ex. B tab. iii. Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. New Jersey Business Compliance. Included with Tab 3 behind OMNIA App. D, Ex. F & G tab. iv. Describe how Offeror responds to emergency orders. One of the advantages AIS has over its competition is its lead times. AIS offers the best lead times in the industry and 75% of our products ship in two (2) weeks or less. If successful as a vendor partner, we will provide key internal contacts form our customer service and project management teams that can expedite emergency orders. If all the components of the emergency order are stock items, we can typically respond in less than two (2) weeks or even shorter depending on the products specified. v. What is Offeror's average Fill Rate? Our commitment to our customers comes through and sets AIS apart. From the range of products we offer to meet today's needs to our service levels across the company, we have an ever-present urgency to meet your schedules and respond promptly. And our focus remains constant on lean practices and doing the core elements well. Average Fill Rates: 2017 - 98.2% 2018 - 98.6% 2019 - 99.1% Page 1 of 16 Region 4 ESC 19-18 RFP LTL POSTED TRANSIT (LTL PTT) AIS TAB 3 - Region 4 ESC Responses vi. What is Offeror's average on time delivery rate? Describe Offeror's history of meeting the shipping and delivery timelines. AIS's commitment to lean manufacturing has fine-tuned our ability to have the fastest lead times in the industry. We continue to invest in efficient technologies and processes. AIS hand selects suppliers who share the AIS vision and are able to deliver materials in a matter of days. All of these factors combined allow AIS to have the flexibility to offer ten-day quick ship programs. Currently AIS's average on -time delivery rate is 99.2%. As a Shingo Prize winner for Operational Excellence, AIS continues to monitor every metric from order entry to manufacturing to shipping to continually improve efficiencies developed by our own expert teams. AIS uses a combination of Full Truckloads and Consolidated Truckloads to guarantee "meet or beat" delivery dates. Shipping rates are continually measured not only for on -time delivery but for quality, safety, sustainability and value. TRUCKLOAD POSTED TRANSIT (TL PTT) Page 2 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses vii. Describe Offeror's return and restocking policy. AIS understands that from time to time changes may be required on orders; however, as all AIS products are produced custom for each order, changes and cancellation costs will be assessed based on the following schedule. Review your acknowledgement thoroughly. All dates below are from time of acknowledgement. • No fee for orders changed or canceled within one day (24 hours) • A fee of 50% of the net pretax total of affected product if order is changed or canceled within two days (48 hours). • A fee of 100% of the net pretax total of affected product if order is changed or canceled after two days (48 hours). • A fee of 100% of the net pretax total of all product on Rush Orders or orders with custom product if changed or canceled after 24 hours. Any non-standard worksurface sizes, panels, fabrics, laminates, paint colors, or product modifications are considered custom. Important: Changing a product size to another size is considered a "cancellation" of one product for another an falls under the above program. viii. Describe Offeror's ability to meet service and warranty needs. From the beginning of a project, our teams are engaged to understand needs, develop the best plans and strategies, and execute seamlessly. Customer Service AIS will work through the servicing dealer to provide product representation and sales support. AIS' customer service members are trained on AIS' product and design tools to assist the customers with a complete support system. Orders can be accepted as email, fax or electronic order entry. AIS ensures that its superior customer service representative (CSR) will acknowledge all inquiries within one business day. Most inquiries will be resolved within 24 hours, however AIS customer service will advise a daily update on each inquiry until the inquiry is answered. AIS tracks all quality issues within a database for trend analysis to identify the root cause and eliminate the error. AIS has an entire quality control department focused on customer feedback. Every AIS order is 100% digitally photographed prior to shipment. This action ensures all parts of the order have been included and are being shipped without defects. Photographs also provide better information for customer service as well as root causes for problems that are found in the field during installation, such as locating product within the shipment, if necessary. AIS' constant goal is to ensure the satisfaction of each customer. Project Management The AIS Project Management (PM) team monitors internal reports for orders exceeding $150,000 net, as this is the threshold that determines whether a project manager is required (unless otherwise requested by the AIS sales team). Page 3 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses By maintaining and shared spreadsheet, the AIS PMs track all large projects, documented from the Daily Sales Report; one AIS PM will be assigned per project and will draft a Shipping Schedule based on project details including, but not limited to: • Product/System • Quantity of Skids/Trucks • Whether the project is phased • Special delivery requirements Once the schedule is drafted, a copy will be sent to the dealership for their review and feedback. Based on the dealership's response, any modifications necessary will be made to the shipping schedule and once approved, the schedule is forwarded to our Production and Shipping Department for application to the corresponding sales orders. As the ship date(s) for the project approaches, the AIS PM will communicate directly with Production/Shipping regarding any important details pertinent to the project and ensure to the best of our ability that the sales order(s) ship complete according to the schedule provided. Once the shipment has left the AIS facility, the AIS PM will communicate with the dealership or the dealer's installer with delivery details, circle sheets for receiving the product, and overall details on the project. Once the shipment has been confirmed as received, the AIS PM will continue to work with the dealer/installer as needed to assist with any questions or concerns that may arise during the installation (product/install questions, missing/darnaged items, etc.) until the project is complete. Should any replacement items be needed to complete the installation, the AIS PM will work with the AIS Customer Service Rep (CSR), providing the necessary information so that replacement order(s) can be processed in a timely manner (part #'s, finishes, ship date, ship to, etc). In addition to this overall process, the AIS PM team is also available for any field - or product -related questions both internal and external to AIS (CSRs, dealers, etc). Field Services In conjunction with the authorized dealer's representatives and installation team, AIS field services is available to assist when necessary with several quality control inspections throughout the installation process. All product is inspected as the items are being unloaded from the trucks. All items are cross checked for inventory purposes to the shipping documents as well as inspected for obvious physical damage. The items are then moved to the staging area, inspected again and staged for installation. In addition, during the installation of the product, each item is thoroughly checked to meet standards before it is installed. After each phase of the installation is completed, there are several levels of inspection that take place. The supervisor completely walks through each workstation and verifies that the panels and work Page 4 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses surfaces are mounted correctly and flush, all drawers, overheads and task lights are working correctly and that all power is working. Next, the project manager does an independent walk-through inspecting the same things. Lastly, at the end of each phase the project manager walks the customer through each station, demonstrating that everything is to their satisfaction. If at any time during the inspections there is product that needs to be replaced, the AIS is notified immediately, and the replacement product is ordered. Frequently the product is pulled from the next phase to replace the item, allowing that area to be completed without impacting the installation schedule and allowing the replacement product being ordered to be shipped for the next phase. Specification Services Our specification department made up of 15 designers across the United States that work from an online queue offering two main services; design checks and specification requests in which both of these services dealers can submit via our dealer portal, AIS DealerNet. AIS Design will provide specifications in CAP, GIZA or Project Matrix format. CET formats will be available in 2020. Design checks are completed layouts that are specified with AIS products in which the authorized dealer requests our specification team to review the layout for accuracy prior to placing an order. Main items we look for in a check are related to the panels, connectors, electrical components and supports. We also offer an express check option which will be completed in 1-2 business days. What we do on an express check is review the layout, fix any errors and note any ways to reduce cost and send the layout only back (we do not provide 2D, 3D prints or run a BOM for these checks). Specification requests are submissions in which AIS will use a typical layout, block plan or competitor layout to assist with the specification process using AIS symbols. Completed designs/specifications will be returned to dealer with the drawing file, worksheet file and a PDF which contains 2D, 3D prints and a BOM (bill of materials), the BOM's are created from the items that are specified in the drawing file, unless otherwise noted. Specification lead times can vary daily, ranging from anywhere from 2-4 business days on average. Other design/specification services offered include: • Rendering services — The turnaround time is typically 48 hours. The AIS team and/or rendering team are not able to create or render special symbols or other manufacture items, we can only render true AIS parts and pieces. • Product Specification Training • Mock-up & Showroom reviews - The AIS team will review these projects in detail and if necessary, add in any supports or parts/pieces required to be sure the AIS product is being showcased in the best way possible. • General product & design questions can be answered by emailing the team design@ais-inc.com or contacting us via telephone 800-434-7400 during business hours M -F 8:30-5pm (EDT) Page 5 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses Warranty Protocol/Services "The overall intention for AIS is to maintain an excellent customer relationship." - Bruce Platzman, President To provide our customers with the quality they desire, AIS designs and manufactures products to live long and useful lives. This is exemplified by a limited lifetime warranty on all systems furniture to the initial purchaser which is valid for as long as the product is owned by the original Buyer. The warranty which runs from the date of manufacture, covers defects in materials and craftsmanship found during normal usage of the products during the warranty period. Please see our product Lifetime Warranty for more information. At AIS, we know that it can be difficult to foresee the future needs of your business. That's why our systems are designed to withstand repeated service, repair and handling for whatever the road ahead may bring. Our systems also feature standardized product parts and components, which are available to facilitate maintenance, servicing, and reassembly. AIS offers a limited lifetime warranty on all our products. Warranty issues are handled by our customer service department. They may be contacted directly at 800.434.7400 or through the servicing dealer. An AIS representative will be in contact within 24 hours to resolve warranty issues. ix. Describe Offeror's customer service/problem resolution process. Include hours of operation, number of services, etc. AIS participates in other GPO's and we have processes in place to be a long-term partner. We have a positive track record of reconciling issues quickly and faster than most. AIS' escalation management plan will include the following chain from the authorized dealer through AIS: • Customer Service Representative • Manager of Customer Service • Director of Customer Service • OEM Contract Administrator • Regional Vice President • Executive Vice President • President The list of personnel listed above is the chain command within the organization. Page 6 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses AIS has a flat organizational structure, what we mean by this is that we do not need to go through each level of management to get things done. AIS is a very "get it done" type of company. Our customer service team is empowered by management to do what it takes to get things done. We also understand the urgency when a customer calls with an issue or a question. We feel that we can manage the customer's account easily within the first three tiers (Customer Service Representative, Manager of Customer Service, OEM Contract Administrator). But also know our entire team is behind the Region 4 ESC contract and ready to support the needs of all Region 4 ESC customers. Many of AIS employees work outside of normal working hours of Monday through Friday, 8:00am — 5:00pm EDT. All employees have customer satisfaction as a driving force. Unlike other manufacturer's, AIS offers the below services. • Dedicated Customer Service Representatives • Project Management • Field Services • Design/Specifications Services x. Describe Offeror's invoicing process. Include payment terms and acceptable methods of payments. Offerors shall describe any associated fees pertaining to credit cards/p- cards. AIS generates an invoice at the time of shipment from our factory. Payment terms are Net 30. No fees on credit cards. xi. Describe Offeror's contract implementation/customer transition plan. AIS will be very aggressive in our efforts to market the Region 4 ESC award across the country. There are many channels we will employ to get the word out to all business entities in promoting the Region 4 ESC contract across the country. Because AIS has such a vast dealer network across the country, it provides AIS a big advantage in marketing contracts such as this. Our over 1000 dealers (with an average five (5) sales reps per dealer allows for over 4,000 sales representatives nationwide) will all have boots on the ground in their marketplace actively promoting this contract to their client base. Following AIS's standard Program Launch Plan, the executive leadership team will immediately define the messaging document and position statement for both internal stakeholders and internal and external audiences. The positioning document will include the overview of the Region 4 ESC contract and how AIS can provide workspace solutions for its customers. Upon award, AIS will draft a co -branded press release to announce to the trade publications, including Monday Morning Quarterback, Office Insight, Business of Furniture and any other industry trade publications that may choose to publish the release. The draft announcement will be sent to Region 4 ESC partners for final approval before release. Page 7 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses AIS will publish the approved Region 4 ESC partnership announcement on AIS's public website and post the master agreement and contract details within the contract section of the website, to be easily accessed by dealers and Region 4 ESC partner customers, within 90 days of award. The AIS Marketing and Contract team will create a program email announcement, social media, brochure, internal and external training presentation to share with AIS team members, dealers and Region 4 ESC partners. Upon approval from the Region 4 ESC team, these communications and materials will be released to publicly. These materials will be completed within 90 days of contract award. AIS sales representatives and sales leaders will attend regional NIGP chapter meetings and summits in their respective regions and areas. The goal to attend these shows would be to make connections with purchasing decision makers who are involved with Region 4 ESC partners or looking for a partner supplier solution. Follow up, post event will be made by AIS team members to ensure needs are met with AIS or Region 4 ESC partners. AIS will attend the annual NIGP Forum in Chicago, IL in August 2020. AIS's booth space will include AIS's most relevant products and will be staffed by our regional sales team. AIS will promote the NIGP Forum prior to the event to any pre -registered attendees, AIS dealers, designers and influencers. During the show, AIS will post on social media our participation and activities happening throughout the event. Post show follow up will include communications to all show attendees. AIS representatives will receive contact information for anyone who visits the AIS booth and wishes to learn more or has an opportunity for an AIS solution. These attendees will be contacted within 48 hours after the show, if not sooner. The AIS Marketing team will work with our creative partners and graphic design team to create advertising in appropriate trade publications, dealer network communications and social media connections. AIS will continue to update Region 4 ESC partner brochures and program presentations with client install photos, project overviews and testimonials. We will continue to reach out to AIS dealers and Region 4 ESC partner contacts with new product and program introductions and promotions through email blasts, newsletters and social media channels. AIS will create a website homepage accessed from www.ais-inc.com that will be co -branded for Region 4 ESC and AIS. This website will include a link to a pdf copy of the original RFP and Master Agreement and amendments. There will be links to the products offered on the Region 4 ESC agreement including brochures, price lists, idea starters, fabrics and finishes, product stylist, spaces by application, image library and specification resources. AIS's toll -free number, 800.434.7400 and contact email address, info(a�ais-inc.com, for Region 4 ESC will be available on this site. Page 8 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses Additionally, this web page will link to Region 4 ESC website and online registration page. As far as transitioning existing public agencies to utilizing the Region 4 ESC contract, AIS must remain compliant with existing federal, state and local contracts: When applicable, AIS will make the recommendation to use the Region 4 ESC contract. We recognize the multiple benefits to utilizing the Region 4 ESC contract. AIS will position the Region 4 ESC contract with a higher incentive to authorized dealers for using the Region 4 ESC contract. xii. Describe the financial condition of Offeror. As a privately held company, AIS has a very strong financial position with equity over $80MM. Our current ratio is 1.4 to 1. Our 2019 sales will be over $219MM. xiii. Provide a website link in order to review website ease of use, availability, and capabilities related to ordering, returns and reporting. Describe the website's capabilities and functionality. www.ais-inc.com AIS will create a website homepage accessed from www.ais-inc.com that will be co -branded for Region 4 ESC and AIS. This website will feature: • Link to PDF copy of the original RFP and Master Agreement with amendments • Link to Region 4 ESC website • Product offering • Program discounts • Price lists to verify list pricing • Product information • AIS representatives list • Search capability to find a local dealer and showrooms • Image library with thousands of images of our products • Idea starters • Colors, materials, finishes to choose from for product lines • Environmental/sustainability information • Warranty information • Ability to check order status • Design resources • Product Stylist for seating • AIS Contact information with toll free number and contact email address See example snapshots of website pages on following pages (not all above bullet points included). Page 9 of 16 Region 4 ESC 19-18 RFP AIS Product Offering Page AIS AIS TAB 3 - Region 4 ESC Responses n V 0 Click on the appropriate product category square to be navigated to desired product categories. work foes Acr Or acing Page 10 of 16 ji Region 4 ESC 19-18 RFP - AIS Price Lists Page Click on the appropriate price list to verify list pricing. AIS TAB 3 - Region 4 ESC Responses PRICE LISTS Systems kAVOILL Beam & Benching Zrairl Sea ing SEVIING ?left L Casegcoda and Reception CAq'B�NnTE Tables Universal AIS 9ExCwu05Y5TFiu suaw:o.a:n,.as wua.wua« nvo Page 11 of 16 Region 4 ESC 19-18 RFP AIS Product Information Page AIS TAB 3 - Region 4 ESC Responses PRODUCT INFORMATION AIS Click on the product line for which additional product information is needed Panel Systems uiai Beam &Benching Laminate Casegoods& Reception Tables & Coeferencing Storage Seating Work Tools & Accessories i_a Page 12 of 16 Region 4 ESC 19-18 RFP AIS Find an AIS Representative Page AIS TAB 3 - Region 4 ESC Responses o,e,.,,, a, Q WE'RE CLOSER THAN YOU THINK AIS Select a country and location above to view the Representatives For that area. Select appropriate location in drop down menu to find a local AIS representative Contact/ Find a Rep WE'RE CLOSER THAN YOU THINK Our reps are all over the puce. Up aria arun California's shoreline Across :he eastern coast. From AlasBa Jo :he tannest np of Mexico. From 1b Berina Strait to Baia and beyond. fell es where you're from and we'll find a rep closers :0 your erea United States Please Select Select a country and location above to view the Representatives for that area. Page 13 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses Image Library Page Type in a description of what you would like to see AIS WHATCHA LOOKIN' FOR? Seamh This is your one -stop shop for AIS images; including professional photography, renderings, snapshots and even videos. It's now super easy to find and download images of AIS products through dreuser-friendly interface. Simply type what you are looking for and, Voilal, the images of your ams flow in. Or used the Advanced Search feature to use the below filter options to populate the desired image AIS SEARCH IMAGE LIBRARY lifters SEARCH Page 14 of 16 TYPE PRODUCT CATEGORIES PRODUCT NAME IMAGE TYPE SPACE RV APPLICATION SPACE RV AREA MARKET Rc.�mm.-nJwJ Filter by: • Product Categories • Product Name • Image Type • Space by Application • Space by Area • Market Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses xiv. Describe the Offeror's safety record. Health & Safety There is no job so important — nor any service so urgent — that can't we take time to work safely. At AIS, we believe that every person is entitled to a safe and healthy environment in which to work. Our policy is oriented toward affirmative control and minimization of risk to the greatest extent possible. We have a basic responsibility to make the safety of employees our concern because, at AIS, our employees are our most valuable asset. Therefore, safety is everybody's business and is to be given primary importance in every aspect of planning and performing all AIS activities so that our employees are protected against industrial injury and illness. Establishment and maintenance of a safe working atmosphere is the shared responsibility between AIS and its employees at all levels of the organization. To this end, every effort will be made to achieve the goal of accident prevention and health preservation. Each employee begins their career at AIS with comprehensive Health & Safety Training. The AIS' Health & Safety Team meets regularly to coordinate new hire training, and to keep informed on new processes and regulations that relate to employee health and safety. Regularly, the AIS Health & Safety Team will review and update our policy to incorporate any changes in the laws and regulations that govern our conduct, such as OSHA, as well as internal procedures and requirements. We expect our employees to do their part in making our program an effective one. All employees are required to immediately report any job -related injury to their direct supervisor or manager so that corrective actions can be implemented that will detect, avoid, or respond to actual and potential threats to the health and safety of AIS' personnel. • Avoid overloading electrical outlets with too many appliance or machines • Use flammable items, such as cleaning fluids, with caution • Walk — don't run • Use stairs one at a time • Report your manager if you or a co-worker becomes ill or is injured • Ask for assistance when lifting heavy objects or moving heavy furniture • Smoke only in designated smoking areas. • Keep cabinet doors, file and desk drawers closed when not in use • Sit firmly and squarely in chair that roll or tilt • Wear or use appropriate safety equipment as required in your work • Avoid "horseplay" or practical jokes • Start work on any machine only after safety procedures and requirements have been explained (and you understand them) • Use air hoses only for the use intended. Avoid blowing air at yourself or anyone else • Wear appropriate personal protective equipment, like shoes, hats, gloves, goggles, spats, hearing protectors, etc., in designated areas or when working on operation which requires their use. • Keep your work area clean and orderly, and the aisles clear • Stack materials only to safe heights Page 15 of 16 Region 4 ESC 19-18 RFP AIS TAB 3 - Region 4 ESC Responses • Watch out for the safety of fellow employees • Use the right tool for the job, and use it correctly • Wear gloves whenever handling castings, scrap, barrels, etc. • No cell phones on factory floor or in use during work hours • No headphones are allowed on the factory floor • Operate motorized equipment only if authorized by your immediate manager. All operators must be licensed by AIS xv. Provide any additional information relevant to this section. Page 16 of 16 Region 4 ESC 19-18 RFP AIS Appendix D, Exhibit A 3.1 Company A. Brief history and description of Supplier. A Story of Innovation. TAB 3 - OMNIA Responses In 1989 founders, Arthur Maxwell and Bruce Platzman started AIS by procuring and installing used furniture. AIS grew quickly in the early 90s to be a scalable company that embarked into manufacturing. We believe that good ideas will get you everywhere. In Tess than 30 years, we've evolved from a start-up based on the simple intent to adopt lean manufacturing to become one of the most highly regarded names in the industry. AIS has earned acclaim for product design, ground -breaking manufacturing and unparalleled sustainability across the industry and within our local and regional communities. And, our deep roots in New England are a great source of pride for us. Tremendous growth and recognition. AIS set out to disrupt the industry through true innovation and sustainability—a vision that has consistently paid off for our company and our customers. The talented, enthusiastic AIS team has virtually reinvented product development and manufacturing processes, helping us grow far faster than industry benchmarks and earning OFDA Manufacturer of the Year nine times since 2008. Today, with sales teams across North America and over 800 employees at our new 600,000 -square -foot factory and headquarters, we've risen to annual sales of more than $200 million. One thing, however, will never change —our commitment to superior products with industry -beating lead times and attractive prices. A series of successes. 1989 Founded 1992 Lean manufacturing facility 1996 MWall and 402 product launch 2001 Post -9/11 Pentagon refurnish 2002 Matrix product launch 2003 Shingo Prize for Excellence in Lean Manufacturing 2003 Named as Industry Week's Top 25 Manufacturing Plants in North America 2005 A15 launches first seating lines 2007 Divi product launch 2007 First GREENGUARDa certification 2011 Calibrate Casegoods 5, Storage product launch 2012 BIFMA e3 levele 2 certification 2013 Best of NeoCon Silver - Oxygen Benching 2014 MassEcon Economic Gold Award 2015 Best of NeoCon Silver - Aloft Height -Adjustable Benching 2017 AIM Sustainability Award 2018 7504- employees and 5200 million in sales 2018 Selected Manufacturer of the Year by the State of Massachusetts 2018 Calibrate Conferencing product launch 2018 Day -to -Day Tables product launch 2019 Worcester Business Journal's Manufacturing General Excellence Award 2019 MassHire Central Region Growing and Readying Our Workforce (GROW) Award 2019 Day -to -Day PowerBeam product launch Ongoing recognition from the Office Furniture Dealers Alliance 2008 OFDA Bronze 2009 OFDA Silver 2010-2018 OFDA Manufacturer of the Year Page 1 of 48 Region 4 ESC 19-18 RFP AIS More than providers. True partners. TAB 3 - OMNIA Responses Through a robust network of expert dealers, our employees drive to continually break new ground with inventive products and processes, and unwavering dedication to our customers and community. AIS has established itself as a partner of choice —whether furnishing a start-up space or fulfilling a new vision for a Fortune 500® firm. Strong Dealer Network Across North America. Sustainable from the start. Since the beginning, AIS has led the way in sustainability—making social responsibility and our environment a top priority. Our visionary team recognized early on that efficient manufacturing is naturally more sustainable, requiring fewer resources and less energy. We've invested in alternative energy and moved toward carbon neutrality. And as a privately held firm, AIS has greater freedom to explore innovative processes and equipment, as well as ways to eliminate wasted time, steps, inventory and resources, as we strive to inspire a greener industry overall. Today, all AIS products are SCS Indoor AdvantageTM Gold certified for air quality, and AIS systems contain at least 40% recycled materials. What's more, we've achieved BIFMA e3 level® certification on our products, and more than 50% of the power used in our state-of-the-art facility is returned to the grid through our rooftop solar panels. From the talent we hire to the way we design, manufacture and distribute our products, AIS has always thought differently. Page 2 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses B. Total number and location of sales persons employed by Supplier AK -�K East & Canada Senior Vice President: 1 Senior Territory Managers: 2 Territory Managers: 7 Independent Representatives: 9 Business Development Managers: 1 A&D Representative: 1 GSA Business Development Managers: 1 Mid Atlantic Regional Vice Presidents 1 Territory Managers: 5 Independent Representatives: 5 Sales Associates: 1 Page 3 of 48 Region 4 ESC 19-18 RFP AIS Mil -West .. , lional Vice PresiLieilt: rrritory Managers. 2 New England & IL/WI Regional Vice President: 1 Territory Managers: 6 Business Development Managers: 1 Contract Sales Specialist: 1 Sales Associates: 1 Central Regional Vice President: 1 Territory Managers: 3 Independent Representatives: 20 GSA Business Development Managers: 1 West Regional Vice President: 1 Territory Managers: 4 Independent Representatives: 8 C. Number and location of support TAB 3 - OMNIA Responses AIS has permanent showrooms at its Leominster headquarters and in Chicago, New York City and Washington, D.C. With locations across the U.S., AIS has more than 800 employees and over 1 million square feet of office, showroom and factory space. Chicago: Merchandise Mart, Suite 1086, Chicago, IL 60654 On the 10th floor of the Merchandise Mart in Chicago you'll find our 7000+ sf showroom where visitors are welcome daily. Page 4 of 48 Region 4 ESC 19-18 RFP AIS New York: 257 Park Avenue South, 3rd Floor, New York, NY 10010 This recently renovated showroom highlights our products and houses our New York sales team. TAB 3 - OMNIA Responses Washington D.C.: 1400 I Street, Suite 750, Washington DC 20005 Located on I Street in Washington, DC — just a stone's throw from the White House, our AIS showroom features a wide range of our products and welcomes visitors regularly. Page 5 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Corporate Headquarters: 25 Tucker Drive, Leominster, MA 01453 Just 45 miles from Boston, our headquarters shines, and guests visit regularly. AIS has over 1000 dealers/support centers located across the United States and other countries. Our authorized dealer list is included in our response. Strong Dealer Network Across North America. Page 6 of 48 Region 4 ESC 19-18 RFP AIS D. Annual sales for the three previous fiscal years. • 2019: $219MM • 2018: $197MM • 2017: $170MM E. Submit FEIN and Dunn & Bradstreet report. TAB 3 - OMNIA Responses Affordable Interior Systems, Inc. (AIS) FEIN: 04-3489948 Our Dunn & Bradstreet report is managed by our parent company, Haworth, Inc. We are not able to provide the report in our response. Haworth, Inc FEIN: 38-6053093 F. Describe any green or environmental initiatives or policies. At AIS, sustainability isn't about making incremental changes to meet third -party standards —it's about fully reimagining design and manufacturing to create the leanest, most earth -friendly products and processes possible. Our company was founded on a single noble vision —to build tremendous value and efficiency into superior workplace products. Reducing waste, minimizing energy use and keeping items out of landfills are a natural part of achieving our mission. For example, durable, reconfigurable products last longer and can be reused. Cutting out weight reduces the drain on resources. And returning more than 50% of the energy we use every year back to the grid through our 10,000 solar panels ensures savings can be passed along to our customers. All AIS systems are SCS Indoor Advantage"' Gold certified for air quality, we hold BIFMA e3 level® certification, and we can help customers gain points toward LEED® certification for new and renovated environments. Our AIM Sustainability award further reinforces our leadership and commitment to sustainable practices. ASSOCIATFF INDUSTRIES Of MASSACHUSETTS Over 10,000 solar panels on roof of HQ in Leominster, MA. Page 7 of 48 2017 40% - 55% 50% Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Sustainability from design through delivery. The AIS design philosophy recognizes that the greatest environmental impact can be made at the concept stage, as we select materials and construction methods. We continually challenge ourselves and, as a result, our products all contain at least 40% recycled materials and are manufactured in a facility where a majority of the energy is returned to the grid through rooftop solar panels. Investments in emerging manufacturing technologies, alternative energy and carbon offsetting have helped bring our carbon footprint to almost zero. Our partnership with ANEW helps ensure our used furniture has new life at nonprofits and public agencies. And, since our products are designed for easy disassembly and recycling, they will minimize environmental impact at the end of their useful lives. Sustainability is not a single, discrete initiative. It's been woven through everything AIS has done since we opened our doors. Sustainability is not a single, discrete initiative. It's been woven through everything AIS has done since we opened our doors. Corporate Sustainability Policy AIS is committed to achieving excellence through continuous improvement and teamwork. As an established world- class manufacturer, it is our goal to achieve prominence within the office furniture industry by providing the best value to both our customers and our shareholders. AIS will aggressively pursue our following beliefs: • AIS will exceed our customers' expectations in all that we do. • AIS will pursue profitable growth returning value to our shareholders and better opportunities for our employees. • AIS will deliver a low cost, innovative product on time, every time AIS will continuously improve our product quality as we strive for perfection. • AIS will utilize the most environmentally friendly manufacturing processes and materials. • AIS will aggressively eliminate all wastes throughout our operations. • AIS will train and nurture our employees, our most valuable resource. • AIS will operate with integrity and will participate in our civic duties. • AIS will comply with all applicable environmental, health, safety, and inclusiveness laws and regulations 1.0 Environmental Sustainability AIS is committed to the production of high quality, durable products that conserve resources. We understand that today's actions could be tomorrow's consequences. That's why AIS carries the philosophy of using today's actions to build a cleaner, healthier environment we can all benefit from. At AIS, sustainability is our corporate responsibility — from the environment, our products, our people and our processes, we are committed to developing sustainable business practices while enhancing the value offered to our customers. Page 8 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Design for Environment The opportunity for improving the environmental performance of our products starts on the drawing board. AIS' recognizes the importance of environmentally conscious design and has developed a Design for Environment (DfE) team committed to incorporating sustainable elements into our design process. When developing new products our DfE team considers and strives to improve the following design elements: Renewable Materials, Recycled Materials, Recyclable and Biodegradable Materials, End of Life Management, Water Management and Energy Efficiency. Design for Durability / Upgradeability To provide our customers with the quality they desire, AIS designs and manufactures products to live long and useful lives. This is exemplified by a limited lifetime warranty on all systems furniture to the initial purchaser which is valid for as long as the product is owned by the original Buyer. The warranty which runs from the date of manufacture, covers defects in materials and craftsmanship found during normal usage of the products during the warranty period. Please see our product Lifetime Warranty for more information. At AIS, we know that it can be difficult to foresee the future needs of your business. That's why our systems are designed to withstand repeated service, repair and handling for whatever the road ahead may bring. Our systems also feature standardized product parts and components, which are available to facilitate maintenance, servicing, and reassembly. Energy Conservation By reducing our energy consumption and GHG emissions, AIS is making great strides in reducing our impact upon the environment while ensuring our sustainability as an organization. To do so, AIS practices an approach of continuous improvement to reduce our energy and carbon footprint. In fact, AIS has established a goal of zero GHG emissions. Our environmental management system ensures that we are establishing realistic targets and objectives for the future while holding ourselves accountable to these goals. Still we felt this was not enough. We decided to think outside of the manufacturing walls and investigate ways to reduce our current global greenhouse gas (GHG) footprint by investing in renewable energy solutions and other low or zero GHG emission strategies. We believe this would provide benefits to not only AIS and our customers, but also the industry as a whole by taking a leading position in the right direction. Annually, AIS measures the CO2 emissions produced from our manufacturing operations, and with this data we are able to identify and implement strategies that ensure our energy is produced by renewable sources. To involve our stakeholders on this journey, AIS is committed to publishing our GHG emissions to hold ourselves accountable as we continue to strive towards our zero emissions goal. Energy Efficient Purchasing Whenever possible the AIS Purchasing Team will quote and purchase products that are Energy Star rated or have high energy efficiencies. Page 9 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Solid Waste Management As a part of the AIS Lean manufacturing philosophy, we analyze our manufacturing streams thoroughly and cut waste from every possible avoidable angle. With every new process or product that is developed our Lean committee continues to review and reduce waste whenever possible. Through these efforts, it is the goal of AIS to achieve 100% landfill diversion of solid waste from our manufacturing operations through our waste reduction efforts, lean manufacturing, recycling and product reuse. Harmful Chemicals It is the goal of AIS to assess and manage all chemicals associated with our products, processes, and maintenance operations in a manner that complies with all applicable federal, state, and local environmental regulations. As a good steward of human health and the environment, AIS will also go beyond basic chemical management to develop and implement a program that will address areas such as, but not limited to: i. continuous improvement in the identification, reduction, and potential elimination of chemicals of concern Updated: 10/4/18 ii. prevention of pollution through reductions in exposure of workers, customers, and the environment to harmful chemicals iii. consideration of the life cycle impacts through our DfE and chemical management plan of our products, manufacturing processes, and maintenance activities iv. responsibility to the well-being of our workers, community, and the broader environment G. 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. As a large business GSA contract holder, AIS is required to submit yearly small business subcontractor plans and reports to GSA. These plans and reports must be approved by GSA and the Small Business Administration (SBA). AIS makes a good faith effort to meet the established small business subcontracting goals while being cognizant of the overall cost to customers. Utilizing small businesses has the potential to reflect an increase in purchasing costs, resulting in inflated selling points. AIS' team of professionals will explore all small business opportunities that fall within our subcontracting plan while avoiding any extended impact on our customers. AIS has numerous authorized dealers that hold minority status. Certificates for minority status can be provided by the authorized dealer. AIS can offer the following socio-economic set -aside solutions: • Small Business • Small Disadvantaged • Woman Owned • Woman Owned Small Business • Veteran Owned Small Business • Service -Disabled Veteran Owned Small Business • HUBZone • 8(a) • And more Page 10 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Being awarded the Region 4 ESC/OMNIA Master Agreement would provide a purchasing avenue for our clients that qualify. The Master Agreement would reduce our client's administrative costs by accessing this cooperative contract that has already been advertised and publicly competed, as well as enables the economic benefits of volume purchasing. H. Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and woman owned, small or disadvantaged, disable veterans, etc. AIS is classified as a large business and does not hold any set aside certifications. I. Describe how supplier differentiates itself from its competitors. AIS is known in the marketplace for being an innovator that leads the industry in sustainable, lean manufacturing, lead-time performance and manufacturing flexibility. The many advantages that differentiate AIS from its competitors include: 1. Our growth. AIS has outpaced the industry by more than 400%. Our growth is remarkable every year and our teams are committed to our customers every day. 09/0 Leading Growth • AIS Sales Industry 1\5 2 employees/ SO sales oS�cV �a co NCO` 700 employees/ 5175M sales 750 employees/ S200M sales 1989 2018 MWall and A02 Matrix. D e Oxygen Calibrate' Series Seating and tables Product Launch Product Launch Product Launch Product Launch Product Launch Collection Expanded Recognized for Sisingo Prize of Excellence Recognized for Inclustry's Top 25 OFDA Nlanufacturer Manufacturing Plants in North America of the Year 2010-2017 AIM Award Page 11 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses 2. A dealer network of over 1000 dealers across the United States and other countries. Our authorized dealer list is included in our response. 3. AIS offers the best lead times in the industry and 75% of our products ship in two (2) weeks or less. If successful as a vendor partner, we will provide key internal contacts form our customer service and project management teams that can expedite emergency orders. If all the components of the emergency order are stock items, we can typically respond in less than two (2) weeks or even shorter depending on the products specified. 4. A low maximum order limit (MOL) allowing increased opportunity for extending deeper discounting. 5. Shingo Prize winner for lean manufacturing. The Shingo Prize for Operational Excellence was established in 1988 to promote awareness of lean manufacturing concepts and recognize companies in the United States, Canada, and Mexico that achieve world -class manufacturing starts. The Shingo Prize philosophy is that world -class business performance may be achieved through focused improvements in core manufacturing and business processes. AIS is a proud recipient of the Shingo Prize, and continues to uphold the highest manufacturing standards. 6. The AIS design philosophy recognizes that the greatest environmental impact can be made at the concept stage, as we select materials and construction methods. We continually challenge ourselves and, as a result, our products all contain at least 40% recycled materials and are manufactured in a facility where a majority of the energy is returned to the grid through rooftop solar panels. SHINGO PRIZE for OPERATIONAL EXCELLENCE aim Page 12 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Investments in emerging manufacturing technologies, alternative energy and carbon offsetting have helped bring our carbon footprint to almost zero. Our partnership with ANEW helps ensure our used furniture has new life at nonprofits and public agencies. And, since our products are designed for easy disassembly and recycling, they will minimize environmental impact at the end of their useful lives. Sustainability is not a single, discrete initiative. It's been woven through everything AIS has done since we opened our doors. Sustainability is not a single, discrete initiative. It's been woven through everything AIS has done since we opened our doors. 7. No third -party design houses. All products are designed in-house by a small team. 8. Ability to reconfigure existing product by using updated products and universal parts. AIS products are easily reconfigurable and can easily incorporate new product additions. This saves time and money on purchasing agencies by not having to purchase completely new office furniture. 9. Few layers of management. We accomplish action items faster and can implement change quickly. 10. No job is too small. Whether you're a two -person firm or a global enterprise, AIS and our broad dealer network are ready to help you create work environments that best support your people and their unique needs. 11. Specification department to facilitate multiple design needs include design checks, specification support, rendering services and mock-up/showroom reviews. 12. Project managers and field service managers available on call to assist with installations. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. AIS does not have any present or past litigation, bankruptcy or reorganization. K. Felony Conviction Notice: Indicate if the supplier B. is not owned or operated by anyone who has been convicted of a felony. L. Describe any debarment or suspension actions taken against supplier AIS has not and does not have any debarment or suspension actions. Page 13 of 48 Region 4 ESC 19-18 RFP AIS 3.2 Distribution, Logistics TAB 3 - OMNIA Responses A. Describe the full line of products and services offered by supplier. AIS is offering our entire product portfolio and all current commercial price lists. Our products can be classified in the following categories: • Systems Furniture • Freestanding Furniture • Seating/Chairs • Soft Seating • Filing Systems, Storage and Equipment • Technology Support Furniture • Cafeteria Furniture • Educational Office Furniture • Career/Technical Education Furniture • Related Products, Support Services and Solutions The AIS product portfolio includes panel systems, benching and desking systems, tables, casegoods, storage and seating. The percentage of 2018 sales per product line is illustrated below. ■ Systems Benching/Desking ❑ Seating rill Laminate Casegoods AIS provides products and services for all phases of this project that will not only meet, but also exceed your expectations. AIS and our extensive dealer network will work together to accomplish your goals of a best -in -class office space that meets a wide variety of needs, while providing an environmentally preferred product, installed in a timely manner, at the lowest cost possible. We are proposing our complete product portfolio listed on following pages. Page 14 of 48 Region 4 ESC 19-18 RFP AIS Matrix Creates sophisticated, flexible work spaces that stack up to stand the test of time —in the open plan, private offices, reception areas, conference rooms, and more. Paired with components and accessories from our Calibrate line, employees enter a new dimension of collaboration and productivity. TAB 3 - OMNIA Responses Open Plan Options: Introduced in 2002, Matrix offers users a 3" stackable panel with multiple options, including open raceways and upmounted glass. It's broad statement of line provides options for departments that need openness in order to collaborate, to departments that have a high need for privacy. Functionality: Strong foundational and power elements ensure a broad range of applications thanks to the steel frame, stackability and flexible power management, ensuring that Matrix can withstand multiple changes. Clients can refresh the look of their space with tiles that can be interchanged quickly on -site. Stack options allow a client to modify their space - an open workspace can easily become a private office with stacks that can go floor to ceiling and an optional door for complete privacy. Matrix offers power every 8" of height, allowing for more capacity and placement options than any tile system in the market. Integration: Matrix integrates well with the Calibrate Series of Casegoods and Storage to create a higher end look in the open plan or within the walls of a floor -to -ceiling Matrix office. A Matrix spine can easily integrate with Day -to -Day and Calibrate Conference height adjustable tables for a more ergonomic option, with power and data easily accessible at any height. Page 15 of 48 Region 4 ESC 19-18 RFP AIS Divi Slice, dice, and define the open plan with Divi. This smart, scalable panel system was made for the realities of modern work, where people need a healthy balance of privacy and connection. A smart subset of popular Divi elements are available through the Divi Fast Track program, with 10 -day lead times. TAB 3 - OMNIA Responses Open Plan Options: Divi Linear is offered in monolithic, segmented, glass and limited stack panels, used alone or blended. Additional panel options include embossed metal, laminate and whiteboard. Change the look of open plan with upmounted storage and frameless glass screens. Functionality: Divi's uncomplicated design allows for quick installation and ease of change with a universal hinge that allows 90-, 120- and 135 -degree configurations using a single platform. Power and data needs are easily met through a 6" base raceway. The new Divi Linear is compatible with the former Divi panel design, ensuring elements can be retrofitted with ease. Integration: Divi Linear forms the foundation for integration with Calibrate® Series laminate storage, Day -to -Day® Tables and readily accommodates height adjustable tables. Divi Fast Track: Quick ship program with 10 -day lead times. Page 16 of 48 Region 4 ESC 19-18 RFP AIS A02 One of our longest tenured products for a reason —it works, like all timeless design should. AO2 is a monolithic panel system designed to be stand-alone, but it can also be used interchangeably or in tandem with Herman Miller® Action Office Series 2. Open Plan Options: AO2 provides you the flexibility to design your space to meet your needs. Panels 2" thick and are offered in three heights, six widths and quarter - glass, half -glass and full glass options. From cluster working environments to private offices, you can design AO2 to work for you. Utilize low - panel heights to boost a teaming environment or integrate high panels to create an increasingly private configuration. Couple your chosen layout with storage options and an Element Executive chair to create a complete office space. TAB 3 - OMNIA Responses Functionality: The AO2 system is equipped with a 6" base raceway, 3 3/8" thick, to meet demanding electrical and data needs. AO2 panels are constructed of a rigid honeycomb core and trimmed with a steel frame. With virtually unlimited worksurfaces, components, accessories and finish options, AO2 is the ideal combination of performance and value. These features, coupled with its compatibility with Herman Miller® Action Office®, make A02 a sensible value -based option to expand an existing office space for less. Page 17 of 48 Region 4 ESC 19-18 RFP TAB 3 - OMNIA Responses MWaII Looks like a panel system but acts like a chameleon —blending naturally into virtually every office setting. The engineering is based upon a well-known, high -end system and can be enhanced for increased flexibility and electrical options. And it's priced right for companies on a tight budget. Open Plan Options: With panels offered in four varying heights from 41" - 80" and six varying widths from 18" - 60", as well as quarter glass, half glass, and full glass options - you can create spaces that will work for every type of environment. MWall's connection system allows panel connections at 90, 120 and 135 degrees. MWall utilizes an aluminum topcap and base that can be painted in any color. Panels at 80" high can be used to create private office spaces and conference rooms. Functionality: There is ample room in the MWall powered raceway for Category 5/6, or other cable requirements. The top channel data raceway allows for added capacity and flexibility with true power and data separation in a single panel. MWall includes the patented Z -Panel option, providing desk -height access to power and communications. Z -Panel enables workers to plug in power or data cables with ease while also providing voice and data cable separation. Page 18 of 48 Region 4 ESC 19-18 RFP AIS Day -to -Day Power Beam Ultra -efficient PowerBeam adds impressive capabilities to Day -to -Day tables. Available in multiple lengths, angles, and heights to optimize space within your floorplate, PowerBeam ties it all together, putting power just where it's needed. Thousands of table combinations, and the power to support them. There's nothing this dynamic duo can't do. TAB 3 - OMNIA Responses • Extruded aluminum 2.5" x 8" beam • Straight, 90-, 120 -degree connections • Heights (3): 21", 25", 29" • Widths (11): 36", 42", 48", 54", 60", 66", 72", 78", 84", 90" & 96" • Supports: o 12" and 18" T -base and disc -base o End Panel o Calibrate Series Storage (29" PowerBeam only) • Legs have 2" of built-in leveling • Power Options: o 4 duplexes (equaling 8 outlets) o 3 duplexes (equaling 6 outlets) and 1 data outlet o Dual USB ports • Basefeed options: o Undermount, ceiling and wall feed • Non -powered option available • Optional Vertical Wire Manager and Powercord Tray • Screen Options: Fabric, Whiteboard, and Glass • Paints: All AIS paint grades and COM • Optional attachments: bag hook and mini -shelf Page 19 of 48 Region 4 ESC 19-18 RFP AIS 11111111111111111114 Oxygen From open, collaborative spaces to more focused environments, Oxygen is designed to meet the demands of any workplace. It's engineered for the way your customers work today, but since change happens, it's also designed for their future. More people? No worries. Switching spaces? Not a problem. Oxygen can constantly adapt with its flexible components and versatile design. TAB 3 - OMNIA Responses Open Plan Options: Oxygen benching offers many options for the open plan including straight or angled legs, fabric and glass screens, and a rail system that houses all the worktools needed to be productive throughout the day. Oxygen's sleek lines and straightforward design create an open plan that is lighter in scale than traditional workspace options. Its broad product offering was designed to maximize density requirements in order to utilize real estate and adjust to changing business needs. Functionality: Oxygen's structural spine accommodates electrical needs with a standard 8 - wire multi -circuit powerway. A 10 -wire multi -circuit options is also available. Oxygen includes a standard tiered wire management basket for routing electrical and data bundles separately. The optional flip -top worksurface access box provides termination single gang device plates and access to duplex outlets. Desktop power access is also available. Integration: Like many AIS products, Oxygen was designed to integrate. Storage needs can be met with Calibrate or L Series Storage. Work needs can be met through the integration with the AIS Universal Worktool line of products. Page 20 of 48 Region 4 ESC 19-18 RFP AIS Aloft Aloft is height -adjustable benching that's tailor- made for the open plan. A NeoCon Silver award winner, Aloft combines the features and functionality of a bench system with the ergonomic health benefits of standing workstations. For teams that need dynamic benching, this thoughtfully designed platform rises — and lowers — to the occasion. TAB 3 - OMNIA Responses Open Plan Options: Aloft worksurfaces are offered at fixed height or fluid programmable motorized option and are designed to meet the latest ergonomic standards for maximum health benefit. Aloft offers multiple worksurface shapes to meet the needs different workstyles. Its height adjustable 120 -degree worksurfaces maximize space and provide more room to work. Additionally, privacy can be achieved at any height with screens that are mounted to Aloft's worksurfaces. Functionality: Aloft's under the worksurface lateral baskets and vertical belts keep the office neat while channeling cables to the worksurface. The under -mount power can support up to four duplex outlets or combinations with two USBs per seat. It's return surfaces can receive power and data, creating multi -purpose work areas that allow users to find their most comfortable working position. Users will never be at a loss for their power needs in Aloft's user-friendly responsive spaces. Page 21 of 48 Region 4 ESC 19-18 RFP AIS Calibrate Series Calibrate Series has you covered —case closed. This collection of high -quality laminate casegoods looks great and works well across the private office. It's got a myriad of finishes, hardware options, and loads of styles to choose from. Best of all, it won't break the bank. TAB 3 - OMNIA Responses Comprehensive Product Offering: Calibrate offers an extensive statement of line with options for 2" high aluminum feet or a base that extends full to the floor. Pull options include Bar, L, Loop and Rectangle. Edge options include reverse knife edge and 2 mm. Leg options include tapered, round post, and straight. Existing AIS legs can be used: slim, slant, N, and A legs. Height adjustable options are available with a laminate base and can be ordered in programmable or manual lifts with a range of 26" - 46". Wide Variety of Finish Options: Calibrate Series includes over 20 laminate colors and 5 paints. All of the aesthetic options can be used interchangeably between Calibrate Series Casegoods, Storage and Conferencing. Integration: All Calibrate Series elements can be used alone to create beautiful private offices and boardrooms. Elements can also be integrated into the open plan to enhance Matrix, Divi, Oxygen and Aloft. All heights are synchronized within the line and with other AIS products without misalignment of heights. Calibrate Series laminates can be shared with all relevant AIS products to create a cohesive look across the floorplate. Page 22 of 48 Region 4 ESC 19-18 RFP AIS Calibrate Conferencing TAB 3 - OMNIA Responses Calibrate Conferencing is current. It's contemporary. It's created for productive meetings, where people are connected to their technology and each other. Design choices include a variety of sizes, shapes, edge details, and bases. Power and data options optimize convenience. Best of all, with more than 20 high -quality laminate options, they coordinate seamlessly with other Calibrate Series products. Comprehensive Product Offering: Calibrate Conferencing offers an extensive statement of line including buffets, bookcases and receptacle bins. Table shapes include rectangular, boat and tapered. Edge options include reverse knife edge and 2 mm. Legs are always fully laminate with 2, 3, and 4 base options. The line includes a height adjustable table with a laminate base and can be ordered in programmable or manual lifts with a range of 26" - 46". Additionally, tables are available with end panel storage with and without monitor mounting at standing or seated height. All tables can offer power and data integration. Page 23 of 48 Region 4 ESC 19-18 RFP AIS Day -to -Day Tables With over 6,500 design combinations, Day -to -Day Tables aren't just any table. They're every table. Formal, informal, training, cafe, height adjustable, occasional —whatever you need. From Monday meetings to Friday deadlines, Day -to -Day Tables deliver choice, value, and flexibility you can count on daily. TAB 3 - OMNIA Responses Features: o Flip-top/nesting, height adjustable and fixed tables o A variety of top shapes to select from o Multiple base options in polished aluminum or painted finishes o Available in 16", 29" and 42" heights o Tables available with glides or locking casters o 2mm or reverse knife edge options o 18 Grade A laminate options o Many power/data choices Height Adjustable Table Features: o Electronic adjustment with soft start/stop and memory presets o Travel speed: 1.5" per second o Dual motors o 23.6" to 49.2" height adjustment range o 350-Ib. lifting capacity o 42.25" to 74" adjustable base width Page 24 of 48 Region 4 ESC 19-18 RFP AIS Calibrate Storage (Laminate) With pull-out storage, wardrobes, bookcases, pedestals, lockers, and more, Calibrate Series does everything good storage should. No matter the application — traditional, open plan, etc. — you'll appreciate the finish choices, storage possibilities, smart design details, and super -easy integration with other AIS products. TAB 3 - OMNIA Responses Comprehensive Product Offering: Calibrate Series Storage offers an extensive statement of line including pedestals, lateral files, wardrobe storage towers, pantry pull-out storage, bookcases and lockers. Storage ranges from 28-42" on the floor, has four handle options and 2 feet options. Page 25 of 48 Region 4 ESC 19-18 RFP AIS L -Series Storage (Metal) TAB 3 - OMNIA Responses A dynamic storage solution, L Series Steel Storage features loads of design options and finishes, ensuring ample design choices for working spaces. And they integrate beautifully with AIS desking and systems. Classic yet contemporary, L Series meets the needs of many users. Features: o 2, 3, 4, and 5 Drawer Lateral Files o 49" and 65" Wardrobes o B/F, B/B/F, F/F Mobile and Stationary Pedestals o All storage standard with locks o Bookcases o 2 door cabinets o 1" leveling glides o Available with a laminate fronts Page 26 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Seating Task: Our task seating portfolio has just what you need for private offices, open plan spaces and conference rooms. From beautiful mesh backs to fully upholstered solutions, you'll see AIS has a great range of ergonomic task seating designed to ensure your teams have the support they need to perform. Portfolio includes 24/7 Devens, Natick, Upton, Bolton and Granite. Side: Whether side or guest seating — or collaborative spaces, Grafton, Paxton, and Trix each bring their own personality to space. And with a variety of upholstery options to select from, it's easy to make the seating statement you want. Multi-Purpose/Stack: Stow, Pierce, Triad and Rutland Stools: Our range of stools and perches provide options for users today. And with height adjustability continuing to gain traction in the office, having the right seating to support posture shifts is important. Includes Natick, Upton, Pierce, Triad and Rutland. Lounge: We haven't forgotten about the need for soft seating. In fact, we cover the range of fun to sophisticated with Volker Cubes and our LB Lounge Collection. Whether it's mobile cubes for side seating, settees for the lobby, booths for the cafe, or ottomans for the conference room, AIS has solutions. Express Seating: The AIS Express Seating program supports those who need quality, comfortable seating quickly. We've selected the most common models, finishes and materials for our three-day ship program. When your employees need a place to sit, AIS has you covered with high -performing seating for workspaces, cafes, conference rooms, and more. With the AIS Express Seating program, new seating will be on its way in just three days. Page 27 of 48 Region 4 ESC 19-18 RFP AIS Work Tools & Accessories o Tasklights o CPU holders o Mobile whiteboards o Paper flow elements o Screens o Anti -fatigue mat o Monitor arms o Hospitality cart o And more! TAB 3 - OMNIA Responses Page 28 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses AIS and our dealer network as a team can provide the following services: • Furniture Sales and Consulting • Design and Planning • Delivery and Installation • Project Management / Field Services • Customer Service • Reconfiguration Services • Furniture Maintenance • Furniture Refurbishment • Furniture Removal and Repurpose • Inventory and Inventory Control • Technology Support • Storage • Product End -of -Life Support via ANEW We have a fully staffed project team including furniture sales consultants, interior designers, space planners, project managers and project coordinators that use fully automated tools to take a project from concept to reality. Our customer service team will respond to Region 4 ESC/OMNIA staff and participating agency inquiries within one business day after receiving the request. Our project team is able to make field modifications and repairs on any item ordered. This process is supported through the utilization of electronic tools including, but not limited to CAD, 20/20, CAP and electronic order entry process. With our authorized dealer network, we have the personnel, vehicles and equipment available to make deliveries. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. AIS' manufacturing facility fulfills 250 sales orders a day that equates to coordinating approximately 650 pallets and dozens of trucks a day. AIS successfully supports large projects including international projects, as well as shipping small orders. AIS will work through the servicing dealer network of over 1000 dealers to provide product representation and sales support. AIS will serve its customers through a network of locally owned and operated dealers across the entire United States and Outlying Areas. AIS' robust dealer network of authorized dealers will design, order and install products. For product specification, pricing and services, customers can email info ais-inc.com or call our headquarters at 978.562.7500 or toll -free at 800.434.7400. The customer's request will be forwarded to a local AIS representative and/or dealer within 24 hours. All products are made at our factory headquarters in Leominster, MA. Our geographic coverage includes the entire United States and Outlying Areas. For international shipments, the authorized dealer secures the freight forwarder of choice. AIS works with expert freight forwarders to coordinate product leaving AIS to the appropriate port. The freight forwarding company will then work with customers/service providers to manage containers and further Page 29 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses international shipping logistics. Once the freight leaves AIS's docks, the dealer is responsible for coordinating delivery to the final destination. C. Describe how Participating Agencies are ensure they will receive the Master Agreement pricing; including all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. Participating agencies can work with our authorized dealer network to verify Master Agreement pricing compliance. Our authorized dealers' proposals/quotes to Participating agencies will have list price and net price. Participating agencies will work with our dealer network for direct ordering and for showroom locations. Any participating agency is welcome to work with our accounting department to perform necessary audits to confirm compliance with the Master Agreement. In addition to working with our authorized dealer network, Participating agencies will have a Master Agreement dedicated website that will house all pertinent and useful information required by Region 4 ESC and OMNIA customers. This website will feature: • Product offering • Program discounts • Price lists to verify list pricing • Product information • AIS representatives list • Search capability to find a local dealer and showrooms • Image library with thousands of images of our products • Idea starters • Colors, materials, finishes to choose from for product lines • Environmental/sustainability information • Warranty information • Ability to check order status • Design resources • Product Stylist for seating See example snapshots of website pages on following pages (not all above bullet points included). Page 30 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Product Offering Page AIS AIS Click on the appropriate product category square to be navigated to desired product categories. ..eanr :. Ronching l.Unrtnate Ca:egoods 4 Recep.:on rnal York Tools L Accessories Page 31 of 48 Region 4 ESC 19-18 RFP AIS Price Lists Page Click on the appropriate price list to verify list pricing. AIS TAB 3 - OMNIA Responses PRICE LISTS Si,stenis WINALL Bean. Ft Beaching Seating nne Casegoads and Aeccptian Tables Unineasal AIS Agt`�iBiE Bixexnac W.R.Ifilf MIS II 0 Page 32 of 48 Region 4 ESC 19-18 RFP AIS Product Information Page AIS TAB 3 - OMNIA Responses PRODUCT INFORMATION AIS Click on the product line for which additional product information is needed Panel Systems Beam & Benching Laminate Casegoods & Reception Tables & Conferencing Storage Seating Work Tools & Accessories Page 33 of 48 Region 4 ESC 19-18 RFP AIS Find an AIS Representative Page AIS TAB 3 - OMNIA Responses +.,duct. .p=ee. 7e. Akv:t a,e.at„tat WE'RE CLOSER THAN YOU THINK AIS Sett:*a count, and loc above to view the Hepe e ,ntativns for that are. Select appropriate location in drop down menu to find a local AIS representative Contact/ Find a Flop WE'RE CLOSER THAN YOU THINK Our rep;: are all over the place. Up ano down California's shoreline. Across the eastern east. From Alaska to the farthest tip of Mexico. From the Bering Strait to Bala and beyond. fellus yeher€ you're from and well find aarep closest to your area. United States v Please Select Select a country and location above to view the Representatives for that area. Page 34 of 48 Region 4 ESC 19-18 RFP AIS Image Library Page Type in a description of what you would like to see AIS WHATCHA LOOKIN' FOR? Advanced S..ad, TAB 3 - OMNIA Responses This is your one -stop shop for AIS images; including professional photography, renderings, snapshots and even videos. It's now super easy to find and download images of AIS products through dre er-friendly interface. Simply type what you are looking for and, Voila!, the images of your ams flow in. Or used the Advanced Search feature to use the below filter options to populate the desired image AIS SEARCH IMAGE LIBRARY SEARCH Filter by: Page 35 of 48 SORT P.TTomrnTY,Td TYPE • PRODUCT CATEGORITS PRODUCT NAME IMAGE TYPE SPACE BY APMICAT1011 SPACE BY AREA MARKET • Product Categories • Product Name • Image Type • Space by Application • Space by Area • Market Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. AIS works through a network of over 1,000 dealer service providers across North America. These dealers will work with the end users to identify project specifications, delivery and installation needs. Once the project scope has been defined through specification, the purchase order is sent to AIS's Data Entry team. The Data Entry team process the order for manufacturing. After the order is built, AIS shipping team will coordinate logistics using third party shipping carriers. Depending on size the size of the order/number of pallets AIS will arrange either a dedicated Full Truck load carrier or a shared shipping carrier or LTL. During the specification process the dealer and AIS will work with the end user to select a certified AIS installer to assist with product installation within the customer's facility. E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as applicable. AIS operates both its manufacturing and administrative facilities under the same roof in our 600,000 sq/ft headquarters facility located in Leominster, MA. This facility features a newly updated and expanded showroom. Additionally, AIS operates an additional 550,000 sq/ft private label OEM facility in Cameron, TX. MA AIS has permanent showrooms at its Leominster headquarters and also in Chicago, New York City and Washington, D.C. With locations across the U.S., AIS has more than 800 employees and over 1 million square feet of office, showroom and factory space. Additional showrooms are located in various cities throughout the US including Pittsburg, Buffalo, Atlanta, Phoenix, Salt Lake City, Philadelphia, Denver, San Francisco managed through AIS Representatives. All of our over 1000 authorized dealers have access to warehouses to receive furniture shipments and store product until ready for furniture install date. Page 36 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses 3.3 Marketing and Sales A. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector as the public sector go -to -market strategy within the first 10 days ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners, Public Sector team within the first 90 days Following AIS's standard Program Launch Plan, the executive leadership team will immediately define the messaging document and position statement for both internal stakeholders and internal and external audiences. The positioning document will include the overview of the Omnia contract and how AIS can provide workspace solutions for its customers. AIS has been successful over the years launching national contract initiatives. AIS currently holds a GSA Contract that has been in place for almost twenty years. This has enabled AIS to market directly to the Department of Defense as well as civilian agencies nationwide. AIS has been recognized for our excellence in supporting the needs of the Federal marketplace by not only GSA but from many DOD and agencies. We are a BPA holder with the US Navy supporting the Spiral II Navy BPA program. It has been AIS' belief that in order to support contracts such as these, a targeted and successful program launch is key in gaining immediate awareness and developing success. First 10 Days • Once an award is made to AIS, we will distribute a company -wide announcement to announce our OMNIA Partners, public sector award and what the award means to the AIS sales efforts nationwide. The email will detail the business sectors that this contract will target and provide a timeline for the field sales launch effort. • Send out an announcement of award to our dealer distribution and map out timeline of launch to our dealer distribution. • Conference call coinciding with a webinar will be set up with our field sales group to introduce OMNIA Partners, public sector and what it means to AIS from a new business development perspective. Provide an overview of the contract itself, rolls and responsibilities, reporting, business development efforts and communication roll out to our dealer distribution. (Invite POC from OMNIA to participate in this call if interested) First 90 Days • Distribute launch packages to field sales by region with identified target accounts to penetrate and introduce with direct representation AIS and OMNIA contract. • Distribute launch packages to dealer distribution which outlines OMNIA program and provide additional secondary target accounts identified by region and allow dealers to make contact and introduce AIS and OMNIA contract. Page 37 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses • Initiate email campaign to end users to get the word out on OMNIA award and AIS participation. • All this would be implemented within 30 days of award by OMNIA. Post 90 days • Continue to uncover potential users and introduce OMNIA contract as a channel of procurement for their business segment. • Repeat marketing emails and communications on a monthly basis with flyers and highlighted products from the OMNIA Partners, public sector contract to draw continued interest. B. 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: i. Creation and distribution of a co -branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days iii. Design, publication and distribution of co -branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners, Public Sector at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier -specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners, Public Sector 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, Public Sector. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners, Public Sector internet web -based homepage on Supplier's website with: • OMNIA Partners, Public Sector 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, Public Sector's website including the online registration page; • A dedicated toll -free number and email address for OMNIA Partners, Public Sector Page 38 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Upon award, AIS will draft a co -branded press release to announce to the trade publications, including Monday Morning Quarterback, Office Insight, Business of Furniture and any other industry trade publications that may choose to publish the release. The draft announcement will be sent to OMNIA partners for final approval before release. AIS will publish the approved OMNIA partnership announcement on AIS's public website and post the master agreement and contract details within the contract section of the website, to be easily accessed by dealers and OMNIA partner customers, within 90 days of award. The AIS Marketing and Contract team will create a program email announcement, social media, brochure, internal and external training presentation to share with AIS team members, dealers and OMNIA partners. Upon approval from the OMNIA team, these communications and materials will be released to publicly. These materials will be completed within 90 days of contract award. AIS sales representatives and sales leaders will attend regional NIGP chapter meetings and summits in their respective regions and areas. The goal to attend these shows would be to make connections with purchasing decision makers who are involved with OMNIA partners or looking for a partner supplier solution. Follow up, post event will be made by AIS team members to ensure needs are met with AIS or OMNIA partners. AIS will attend the annual NIGP Forum in Chicago, IL in August 2020. AIS's booth space will include AIS's most relevant products and will be staffed by our regional sales team. AIS will promote the NIGP Forum prior to the event to any pre -registered attendees, AIS dealers, designers and influencers. During the show, AIS will post on social media our participation and activities happening throughout the event. Post show follow up will include communications to all show attendees. AIS representatives will receive contact information for anyone who visits the AIS booth and wishes to learn more or has an opportunity for an AIS solution. These attendees will be contacted within 48 hours after the show, if not sooner. The AIS Marketing team will work with our creative partners and graphic design team to create advertising in appropriate trade publications, dealer network communications and social media connections. AIS will continue to update OMNIA partner brochures and program presentations with client case studies including install photos, project overviews and testimonials. We will continue to reach out to AIS dealers and OMNIA partner contacts with new product and program introductions and promotions through email blasts, newsletters and social media channels. AIS will create a website homepage accessed from www.ais-inc.com that will be co -branded for OMNIA partners, Public Sector and AIS. This website will include a link to a pdf copy of the original RFP and Master Agreement and amendments. There will be links to the products offered on the OMNIA partner agreement including brochures, price lists, idea starters, fabrics and finishes, product stylist, spaces by application, image library and specification resources. AIS's toll -free number, 800.434.7400, and contact email address, info anais-inc.com, for OMNIA Partners will be available on this site. Page 39 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses Additionally, this web page will link to OMNIA Partners, Public Sector website and online registration page. C. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners, Public Sector. 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. AIS must remain compliant with existing federal, state and local contracts. When applicable, AIS will make the recommendation to use the Master Agreement. We recognize the multiple benefits to utilizing the Master Agreement. AIS will position the Master Agreement with a higher incentive to authorized dealers for using the Master Agreement. Current cooperative contracts include: • GSA • Navy BPA • NCPA • TIPS • Haworth GPO (Vizient, Premier, Intalere, HealthTrust & Greenhealth Exchange) • Massachusetts Higher Education Consortium (MHEC) • Illinois Public Higher Education Cooperative (IPHEC) • State of AL • University of AL • State of AR • CMAS • State of CT • State of FL • State of GA • State of KS • University of KY • State of MA • State of MS • State of NJ • State of NM • State of NY • State of NC • State of PA • State of SC • State of SD • TXMAS D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public Sector and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners, Public Sector logo will require permission for reproduction, as well. AIS agrees to provide its logo(s), as well as branding guidelines to OMNIA Partners, Public Sector and will grant permission for reproduction of such logo in marketing communications and promotions. AIS will obtain permission from OMNIA Partners, Public Sector to use its logo for reproduction purposes. E. 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, Public Sector. All sales materials are to use the OMNIA Partners, Public Sector logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency Page 40 of 48 Region 4 ESC 19-18 RFP AIS ii. Best government pricing iii. No cost to participate iv. Non-exclusive TAB 3 - OMNIA Responses AIS will be proactive in direct sales of good and services to Public Agencies nationwide. We will follow up on leads established by OMNIA Partners, Public Sector in a timely manner within 24 hours. AIS will obtain permission for use of OMNIA Partners, Public Sector logo and upon approval will use it on all sales materials. All sales material will include the above listed four (4) advantages to the OMNIA Partners contract. F. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners, Public Sector iv. Knowledge of benefits of the use of cooperative contracts AIS will train our national sales force on the Master Agreement via various methods. The training will include a sales presentation that will at a minimum address the above four (4) items. This sales presentation will serve as a sales tool that can by used by AIS representatives and our authorized dealers to present to interested agencies, as well as end users. The outline for the sales presentation is below. 1. OMNIA Partners Overview a. Key features of Master Agreement b. General listing of who can utilize the Master Agreement with link to full listing of approved agencies c. Benefits to use the Master Agreement 2. General Information for Master Agreement a. Contract # b. Contract Term c. Products on Contract d. Price Lists to Use e. Design specification information f. Freight information g. Services and the Service Rates 3. Solicitation Process a. Verification of agency's qualification to use the Master Agreement with link to, "How to become a OMNIA Partners Approved Agency" b. Authorized dealer proposal/quote requirements c. Required items to be listed on agency PO (Who the PO is made out to, contract #, etc.) 4. AIS Order Entry Requirements a. Documentation requirements b. Important information (ship to address, requested ship date, etc.) 5. Invoicing Process 6. AIS OMNIA Partners Master Agreement Team (lists AIS points of contact) 7. Frequently Asked Questions (FAQ) Page 41 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses a. Include questions and answers on Master Agreement b. Include links to Master Agreement resources (OMNIA website, Approved agency list, etc.) G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support v. Financial Reporting vi. Accounts Payable vii. Contracts a. Executive Support: Nick Haritos, Executive Vice President Sales & Distribution nharitos ais-inc.com 617.259.4214 b. Marketing: Tracy Reed, Vice President of Marketing treed ais-inc.com 616.610.7036 c. Sales Nick Haritos, Executive Vice President Sales & Distribution nharitos(&ais-inc.com 617.259.4214 d. Sales Support Amy Transue, Director of Marketing & Strategic Resources atransue ais-inc.com 978.567.5122 e. Financial Reporting James Wiley, Financial Analyst/Senior Accountant jwiley(a�ais-inc.com 978.567.5137 f. Accounts Payable Konny Ly Braga, Accounts Payable Coordinator kbraqa ais-inc.com 978.567.5174 g. Contracts Helen Woods, Contract Specialist hwoods(c�ais-inc.com 978.567.5163 Page 42 of 48 Region 4 ESC 19-18 RFP I AIS TAB 3 - OMNIA Responses H. 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. Nick Haritos, Executive Vice President, Sales & Distribution nharitosaais-inc.com 617.259.4214 Nick Haritos is the Executive Vice President of Sales & Distribution for AIS. He manages a team of six Regional Vice Presidents who manage market six market regions in North America. These market teams are comprised of AIS direct employees, Territory Managers and Independent Representatives who are contract representatives. Below is the organization of these regions and team members. The Territory Managers and Independent Representatives manage the network of over 1,000 dealers that service end -users who are looking to specify, purchase and install AIS products. Executive Vice President Nick Haritos Executive Vice President of Sales C. Distribution r Mark Paccianl 1 (Mi gio lic Recgiono)) rii lay Nix Vice President (Central Region) Southeast, New York City and Canada Brian Gerdes Vice President (West Region) Wendy GrictttS Vice President (Mid West) p' Ben Maxwell Senior Vice President Bdanne Devine Director of Seating &Tables Steve Lyons Sr. Torr. Mgr. (North Florida) Catherine Daler Sr. Terr. Mgr. Mew Jersey) Raquel Salvato Terr. Mgr. (North Florida) igi Nick Lamendeia. rerr. Mgr. (New York) Page 43 of 48 Kathy Kajosi len. Mgr. (New York) n DeborahVaill Ten. Mgr. (New York) Kalt Kennedy ncD Dave Bolduc 'y Y Vine President Y` (Carolinas) Anthony Helm Terr. Mgr. (Carolinas) QS0 5 eve West GSARu De. Mgr. (Soot) Hamilton Contract (Alabama 6 Tennessee) Workplace Elements (Cast Canada) Workplace Design (Georgia) RRS Contract Specialty (Latin America) Office Deal (Memo) Axess Intemational, LLC (Middle East) Region 4 ESC 19-18 RFP AIS New England M id -States Page 44 of 48 Vern Badger Terr. Mgr. (Connecticut) n Chelsea Snow Terr. Mgr. (New England) Jackie Deslauriers Terr. Mgr. (New England) U.11Matt Scimone Terr. Mgr. (New England) TAB 3 - OMNIA Responses Brian Sheehan Contract Sales Specialist Juba TFji ySIgau, Sales Associate (New Englan d) Wendy ,Grisiu Vice President (Mid West) Brett Stortr. Terr. Mgr. (Midwest Plains) Mallory Hoohler RH. Terr. Mgr. (Midwest Plains) Anastasia Beccera ND Rep L Showroom Mgr. Region 4 ESC 19-18 RFP AIS Mid-Atlantic/Upstate New York PVice President of Mid -Atlantic Region Mark Facciani TAB 3 - OMNIA Responses Amy O'Brien Open Philadelphia Sales Associate (New) Central Sandi Vershay Ten. Mgr. (Missouri) Bob Werking Tee. Mgr. (Maryland, North Virginia & V/ashington D.C) inc. Mgr. (Maryland, North Virginia G Washington D.C.) Casey Drake Ten. Mgr. (Iowa, Kansas, Nebraska) TC Temple inc. Mgr. (South Virginia) Jay Nix Vice President of Central Region 13 Terr gr. Dakota & So (Minnesota, North Dakota & South ,6 Dakota) Adrian Leal Kelsey Loo*, r Showroom Mgr. & Designer (Washington D.C) i Denise I .= U Spalding GSA Bus. Devi Mgr. (Central & West) Elsaman Contract Associates (Upstate New York, West Pennsylvania & WestVirginia) Cronan G Associates (Arkansas, Louisiana, Mississippi, Oklahoma E. Texas) Page 45 of 48 Region 4 ESC 19-18 RFP AIS West Todd D. Smith Ten. Mgr. (San Diego) Brian Castellanos Ten. Mgr. (Los Angeles) Brian Gerdes vice President Region of � west egiaa qiJason Lauro West Regional Sales Director (North California) TAB 3 - OMNIA Responses The Eaton Group (Alaska, Hawaii, Oregon, Washington, Guam & Japan ) 360 Furniture Group (Arizona L Nevada -Las Vegas) The Scranton Group (Colorado, New Mozieo E Wyoming) CW Contract Office Furnishings Qdaho, Montana G Utah) I. Explain in detail how the sales teams will work with the OMNIA Partners, Public Sector team to implement, grow and service the national program. AIS Executive Team to work alongside Omnia Executive Team/Directors to ensure nationwide training efforts are rolled out timely and effectively once contract is awarded. AIS Field Sales Team will partner with respective Omnia Regional Managers and Directors to ensure new supplier product offering is communicated to Members via face to face meetings as time permits, printed catalog distribution as well as a digital catalog offering. AIS to attend ongoing Premiere Cooperative Purchasing Events - Regional Connections once 2020 schedule is released. AIS Sales Team and authorized dealers to proactively call on agencies in tandem to generate new business and follow up on leads. AIS will proactively survey our completed Omnia furniture projects and create case studies (large and small) on an annual basis to ensure Omnia Partners has fresh, digital content with professional photography. These mutually created co -branded case studies would be utilized by AIS and Omnia Partners for marketing and social media campaigns to increase brand awareness, grow sales and ultimately grow Omnia Partner memberships of all sizes in each region. J. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. Al S's will have a dedicated team supporting the management and growth of the OMNIA Partners, Public Sector program. Sales leadership will ensure ongoing national sales team training, networking and prospecting through quarterly AIS sales team webinars, monthly sales leadership conference calls, weekly sales team meetings and weekly one on one meetings. Continued Marketing efforts will include broad promotion of AIS through trade publications, event marketing, direct target promotion and social media campaigns. As new product and programs Page 46 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses are introduced to the commercial market, a special dedicated campaign will also be targeted directly to OMNIA Partner customers. Internal contract management will continue to educate support, reporting and customer service teams on account setup. As any changes are administered through OMNIA Partners, the AIS team will effectively communicate throughout the organization through documented process updates, webinar and live meeting trainings. K. State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. Our state agency sales equate to over $7MM last year in 2018. In 2018, our GSA sales were approximately $9MM. No. Public Agency Total Purchases Key Contact 1 State of New Jersey - Department of Children & Family $1,104,495 Susan Santiago 2 State of New Jersey - Property Rentals $512,789 N/A 3 State of New Jersey - Camden County Courthouse $403,449 Glen Stranix 4 Cumberland County Improvement Authority $369,468 Roseanne Duffy 5 State of New Jersey - Superior Courts $348,667 Joanne Diego 6 State of New York - Onondaga County Facilities $340,756 Julie McCarthy 7 Naval Surface Warfare Center at Navy Activity Station - Crane, IN $200,000 Morgan Hughes 8 State of New York - Nassau County $195,341 Margaret Reynolds 9 State of New Jersey - Atlantic County Civic Court Building $153,404 Glen Stranix 10 State of NJ Dept of Labor - Division of Unemployment Insurance $127,393 Marcia Szedula Total State of NewJersey agency sales for 2018 $2.8MM Ben Maxwell Total State of New York agency sales for 2018 $2.6MM Ben Maxwell L. 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. Orders may be submitted to AIS via email, fax or through electronic upload submission through the website. Order formats can be pdf, SIF/SP4 and XML. AIS accepts company check, direct deposit, ACH, wire transfer and credit cards (except for Discover card) as form of payment. M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). .00 in year one .00 in year two .00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. Page 47 of 48 Region 4 ESC 19-18 RFP AIS TAB 3 - OMNIA Responses AIS is confident that our sales and distribution network will generate significant sales throughout North America as we have done with our GSA and other GPO contracts. We would welcome the opportunity to negotiate an additional incentive after year one of our contract is completed as it relates to guaranteed incentive. Historical data is essential to ensure that we put the appropriate minimum contract sales in place. N. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners, Public Sector). If solicitation does not specify which contracts are to be utilized, AIS will respond with the Master Agreement pricing and will report Master Agreement sales to OMNIA Partners, Public Sector. AIS will electronically provide the OMNIA Partners, Public Sector Contract Sales Monthly Report using the issued OMNIA Partners, Public Sector Exhibit C, Contract Sales Reporting Template in Microsoft Excel format. In the event items are returned (pre -approval required) credits on administrative fees will be deducted from the following month's reporting as a reconciliation and noted in report details. ii. If competitive conditions require pricing lower than the standard Master Agreement not - to -exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners, Public Sector under the Master Agreement. If utilizing the Master Agreement and the competitive solicitation environment is such that requires us to offer deeper discounting to an agency to secure award, AIS will report the sales to OMNIA Partners, Public Sector in compliance with the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners, Public Sector). AIS may respond with pricing that is higher than that of the Master Agreement and will report these sales as necessary to the appropriate contract agency, if applicable. iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. If an alternate proposal is acceptable, AIS will provide an option utilizing the Master Agreement pricing. If the Master Agreement pricing is favorable and results in a contract, AIS will report the sales to OMNIA Partners, Public Sector. Detail Supplier's strategies under these options when responding to a solicitation. Page 48 of 48 Region 4 ESC 19-18 RFP Aanendix 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.) a Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove 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 Specification Exception/Proposed Modification Accepted (For Region 4 ESC's use) Appendix A, #14 Page 4 Delivery. Conforming Delivery. Conforming product shall be 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. 7 days of receipt of shipped within Purchase Order within the timeframe mutually agreed to by the Vendor and the purchasing agency. 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. Page 1 of 2 Exhibit F, Federal Certifications, Page 40 of 55 CERTIFICATION OF CERTIFICATION OF COMPLIANCE COMPLIANCE WITH WITH BUY AMERICA PROVISIONS BUY AMERICA To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, vendor may be requested to certify individual product compliance offeror certifies that its PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. products demply the with all applicable provisions of Buy America Act. and Vendor agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. It is the responsibility of the Purchasing Agency to notify the Vendor that requested product(s) must adhere to the Buy America Act. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. 2.2 Pricing Commitment, Page 20 of 55 Pricing Commitment Supplier commits the not -to -exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. Pricing Commitment Supplier commits the not -to -exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) at the time the Vendor submits their proposal to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. The "lowest, not -to -exceed pricing" shall be compared to other cooperative state and local contracts, buying the same product mix, for the same geographical areas, under the same terms and conditions. Page2of2 EXHIBIT F FEDERAL FUNDS CERTIFICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non —Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -through entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass -through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass -through entity and the non —Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: (1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or (2) An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; (iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in § 200.101 Applicability; or (2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in § 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost - reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. 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 Requirements for National Cooperative Contract Page 36 of 45 (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 $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro -purchase.) Subaward means an award provided by a pass -through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass -through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass -through entity considers a contract. Subrecipient means a non —Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, 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 Initials of Authorized Representative of offeror (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 resujti,ng from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms o e contract. Does offeror agree? YES Initials of Authorized Representative of offeror (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all 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 Requirements for National Cooperative Contract Page 37 of 55 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror (D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141.3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the 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 comgl hce with all applicable Davis -Bacon Act provisions. Does offeror agree? YES Initials of Authorized Representative of offeror (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). 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 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 proces/ Does offeror agree? YES /'/ Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting fro this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) aJ' e. Does offeror agree? YES Initials of Authorized Representative of offeror Requirements for National Cooperative Contract Page 38 of 55 (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 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) Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal ule (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 (I) 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 (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid for 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 grant 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 covered sub -awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Does offeror agree? YES fit' Initials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that Requirements for National Cooperative Contract Page 39 of 55 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 plicable, and all other pending matters are closed. Does offeror agree? YES 0 Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES If; Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Does offeror agree? YES Initials of Authorized Representative of offeror 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 for the purpose of interview and discussion relating oisuch documents. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall b�bound by the foregoing terms and conditions. Does offeror agree? YES Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror's Name; Affordable Interior Systems, Inc. (AIS) Address, City, State, and Zip Code: 25 Tucker Drive, Leominster, MA 01453 Phone Number: 978.562.7500 Fax Number: 978.562,0811 Printed Name and Title of Authorized Representative: Bryan Foist, Chief Financial Officer (CFO) Email Address: bpoist@ais-inc.com Signature of Authorized Representative: Date: Requirements for National Cooperative Contract Page 40 of 55 DOC #1 OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Affordable Interior Systems, Inc. (AIS) Street: 25 Tucker Drive City, State, Zip Code: Leominster, MA 01453 Complete as appropriate: / , certify that I am the sole owner of , that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: I , a partner in , do hereby certify that the following is a list of all individual partners who own a 10% or greater interest therein. I further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10% or more of that corporation's stock or the individual partners owning 10% or greater interest in that partnership. OR: / Bryan Poist , an authorized representative of AIS , a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10% or more of the corporation's stock or the individual partners owning a 10% or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10% or more interest, indicate none.) Name Address Interest Haworth, Inc. No owners with 10% or more One Haworth Center, Holland, MI 49423 95% I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and elief or -5 ri Date Authorized Signature and Title Requirements for National Cooperative Contract Page 42 of 55 DOC #2 NON -COLLUSION AFFIDAVIT Company Name: Affordable Interior Systems, Inc. (AIS) Street: 25 Tucker Drive City, State, Zip Code: Leominster, MA 01453 State of Massachusetts County of Worcester /, Bryan Poist of the Affordable Interior Systems, Inc. (AIS) Leominster Name City in the County of Worcester , State of Massachusetts of full age, being duly sworn according to law on my oath depose and say that: I am the Chief Financial Officer (CFO) of the firm of Affordable Interior Systems, Inc. (AIS) Title Company Name the Offeror making the Proposal for the goods, services or public work specified under the attached proposal, and that I executed the said proposal with full authority to do so; that said Offeror 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 proposal, and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that relies upon the truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. 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 Affordable Interior Systems, Inc. (AIS) Company Name Subscribed/�and sworn before me this ,� !� day of .,�6C e/46- , 20 %� Notary Public of /y1fi My commission expires -7- / 7 - , 20 -27 Aut orized Signature & Title SEAL DOC #3 Requirements for National Cooperative Contract Page 43 of 45 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Affordable Interior Systems, Inc. (AIS) Street: 25 Tucker Drive City, State, Zip Code: Leominster, MA 01453 Proposal Certification: Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1. A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2. A photo copy of their Certificate of Employee Information Report OR 3. A complete Affirmative Action Employee Information Report (AA302) Public Work — Over $50,000 Total Project Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the B. Approved Federal or New Jersey Plan — certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. fm's -- Date Authorized Signature and Title Requirements for National Cooperative Contract Page 44 of 55 Certification 33282 CERTIagR OF EMPLOYEE INFORMATION REPORT This is to certify that the contractor listedJ3 ° J astUbmitte tap kloyee Information Report pursuant to N.J.A.C. 17:27-1. 1 et. seq. and the Sta r asurer•. has>app'``raved ski •'tbport. This approval will remain in 15 8-20'1�_-;= ;= 15EB-2022 effect for the period of ., to : ;•w _ ELIZABETH MAHER MUOIO State Treasurer 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: Affordable Interior Systems, Inc. (AIS) Address: 25 Tucker Drive City: Leominster State: MA Zip: 01453 The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. Signature Bryan Poist Printed Name CFO Title Part II — Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name None None Recipient Name N/A Date Dollar Amount $ N/A Requirements for National Cooperative Contract Page 50 of 55 ❑ Check here if the information is continued on subsequent page(s) Requirements for National Cooperative Contract Page 51 of 55 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: O I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR I 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: O Partnership © Corporation 0 Sole Proprietorship O Limited Partnership 0 Limited Liability Corporation 0 Limited Liability Partnership 0Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: Home Address: Name: Home Address: Name: Home Address: Name: Home Address: Name: Home Address: Name: Home Address: Subscribed and sworn before me this -7 day of ikr J 2ahtTh (Notary Public) /2/V- My Commission expires: '7 —111 % '(-6 (Affiant) Bryan Poist, CFO (Print name & title of affiant) (Corporate Seal) Requirements for National Cooperative Contract Page 53 of 55 STATE OF NEW JERSEY -- DIVISION OF PURCHASE AND PROPERTY DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN Quote Number: Region 4 ESC 19-18 Bidder/Offeror: Affordable Interior Systems, Inc. (AIS) PART 1: CERTIFICATION BIDDERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX. FAILURE TO CHECK ONE OF THE BOXES WILL RENDER THE PROPOSAL NON -RESPONSIVE. Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents, subsidiaries, or affiliates, is identified on the Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division's website at http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list prior to completing the below certification. Failure to complete the certification will render a bidder's proposal non -responsive. If the Director finds a person or entity to be in violation of law, s/he shall take action as may be 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 or suspension of the party PLEASE CHECK THE APPROPRIATE BOX: 1 certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder's parents, subsidiaries, or affiliates is listed on the N.J. Department of the Treasury"s list of entities determined to be engaged in prohibited I✓ activities in Iran pursuant to P.L. 2012, c. 25 ("Chapter 25 List"). 1 further certify that I am the person listed above, or 1 am an officer or representative of the entity listed above and am authorized to make this certification on its behalf. I will skip Part 2 and sign and complete the Certification below. OR am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the Department's Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below responsive and appropriate penalties, fines and/or sanctions will be assessed as provided by law. PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below. EACH BOX WILL PROMPT YOU TO PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS. PLEASE PROVIDE THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL ENTRIES, CLICK THE "ADD AN ADDITIONAL ACTIVITIES ENTRY" BUTTON. Name Relationship to Bidder/offeror Description of Activities Duration of Engagement Anticipated Cessation Date Bidder/Offeror Contact Name Contact Phone Number ADD AN ADDITIONAL ACTIVITIES ENTRY Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above -referenced person or entity. I acknowledge that the State of New Jersey is relying on the information contained herein and thereby acknowledge that I am under a continuing obligation from the date of this certification through the completion of any contracts with the State to notify the State in writing of any changes to the answers of information contained herein. I acknowledge 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 recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach of my agreement(s) with the State of New Jersey and that the State at Its option may declare any contract(s) resulting from this certification void and unenforceable. ri Full Name (Print): Bryan Poist Signature: ../z--f--2-e'—•_/ 6- Title: CFO Date: X-' -- ,-if 3 DPP Standard Forms Packet 11/2013 N.J. Department of Treasury - Division of Revenue, On -Line Inquiry Page 1 of 1 STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE Taxpayer Name: Trade Name: Address: Certificate Number: Effective Date: Date of Issuance: AFFORDABLE INTERIOR SYSTEMS, INC. 25 TUCKER DR LEOMISTER, MA 01453 2234713 November 14, 2019 For Office Use Only: 20191114085941645 https://wwwl.state.nj.us/TYTR_BRC/servlet/common/BRCLogin 11/14/2019 AIS TAB 4 - Region 4 ESC Responses c) Qualification and Experience i. Provide a brief history of the Offeror, including year it was established and corporate office location. AIS was established in 1989. Our corporate address is 25 Tucker Drive, Leominster, MA 01453. A Story of Innovation. In 1989 founders, Arthur Maxwell and Bruce Platzman started AIS by procuring and installing used furniture. AIS grew quickly in the early 90s to be a scalable company that embarked into manufacturing. We believe that good ideas will get you everywhere. In less than 30 years, we've evolved from a start-up based on the simple intent to adopt lean manufacturing to become one of the most highly regarded names in the industry. AIS has earned acclaim for product design, ground -breaking manufacturing and unparalleled sustainability across the industry and within our local and regional communities. And, our deep roots in New England are a great source of pride for us. Tremendous growth and recognition. AIS set out to disrupt the industry through true innovation and sustainability—a vision that has consistently paid off for our company and our customers. The talented, enthusiastic AIS team has virtually reinvented product development and manufacturing processes, helping us grow far faster than industry benchmarks and earning OFDA Manufacturer of the Year nine times since 2008. Today, with sales teams across North America and 750 employees at our new 600,000 - square -foot factory and headquarters, we've risen to annual sales of more than $200 million. One thing, however, will never change —our commitment to superior products with industry -beating lead times and attractive prices. A series of successes. 1989 Founded 1992 Lean manufacturing facility 1996 MWall and A02 product launch 2001 Post -9111 Pentagon refurnish 2002 Matrix product launch 2003 Shingo Prize for Excellence in Lean Manufacturing 2003 Named es Industry Week's Top 25 Manufacturing Plants in North America 2005 AIS launches first seating lines 2007 Divi product launch 2007 First GREENGUARDn certification 2011 Calibrate Casegoods G Storage product launch 2012 BIFMA e3 level. 2 certification 2013 Best of NeoCon Silver - Oxygen Benching 2014 MessEcon Economic Gold Award 2015 Best of NeoCon Silver - Aloft Height -Adjustable Benching 2017 AIM Sustainability Award 2018 750, employees and $200 million in sales 2018 Selected Manufacturer of the Year by the State of Massachusetts 2018 Calibrate Conferencing product launch 2018 Day -to -Day Tables product launch 2019 Worcester Business Journal's Manufacturing General Excellence Award 2019 MassHire Central Region Growing and Readying Our Workforce (GROW) Award 2019 Day -to -Day PowerBeam product launch Ongoing recognition from the Office Furniture Dealers Alliance 2008 OFDA Bronze 2009 OFDA Silver 2010-2018 OFDA Manufacturer of the Year Page 1 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - Region 4 ESC Responses More than providers. True partners. Through a robust network of expert dealers, our employees drive to continually break new ground with inventive products and processes, and unwavering dedication to our customers and community. AIS has established itself as a partner of choice —whether furnishing a start-up space or fulfilling a new vision for a Fortune 500® firm. Strong Dealer Network Across North America. Sustainable from the start. Since the beginning, AIS has led the way in sustainability—making social responsibility and our environment a top priority. Our visionary team recognized early on that efficient manufacturing is naturally more sustainable, requiring fewer resources and less energy. We've invested in alternative energy and moved toward carbon neutrality. And as a privately held firm, AIS has greater freedom to explore innovative processes and equipment, as well as ways to eliminate wasted time, steps, inventory and resources, as we strive to inspire a greener industry overall. Today, all AIS products are SCS Indoor Advantage TM Gold certified for air quality, and AIS systems contain at least 40% recycled materials. What's more, we've achieved BIFMA e3 level® certification on our products, and more than 50% of the power used in our state-of-the-art facility is returned to the grid through our rooftop solar panels. From the talent we hire to the way we design, manufacture and distribute our products, AIS has always thought differently. Page 2 of 9 Region 4 ESC 19-18 RFP AIS ii. Describe Offeror's reputation in the marketplace. TAB 4 - Region 4 ESC Responses AIS is known for offering market -relevant, feature -rich product lines that entice designers and support the diverse needs of end -users while offering exceptional value. AIS is an innovator that leads the industry in sustainable, lean manufacturing, lead-time performance and manufacturing flexibility. AIS is a self-taught and self -grown company. We know our capabilities and leverage the products and services we are confident we can deliver. We can be easy to do business with by answering the phone and really listening to our customers. We can do things quicker, because we have the passion. If we make a commitment, we deliver on that commitment. All these attributes are the fiber of our culture and existence. AIS is known for being generously socially responsible. AIS is dedicated to supporting the local community and part of our culture is philanthropy. Whether it's volunteering time, providing financial assistance or both, employees are committed to making a difference. AIS was named one of the top 105 most charitable companies in Massachusetts for 2019 and was honored at the Boston Business Journal Corporate Citizenship Awards. Another significant philanthropic gesture was donating nearly $700,000 worth of installed office furniture for the new Make - A -Wish Massachusetts and Rhode Island headquarters in Boston. AIS also works with United Way of North Central Massachusetts, the American Red Cross and the cities of Leominster and Fitchburg. AIS works with a diverse customer base stretching throughout North America. Customers include federal government, healthcare, high tech/IT companies, department stores/fashion, colleges and universities, general contractors, automobile manufacturers and airline companies just to name a few categories. Major U.S. customers and installations have included J.D. Power and Associates, IBM, Google, Macy's, Children's Hospital of Wisconsin, University of Chicago, NYSE, Lockheed Martin, Nissan, GM, JetBlue Airways and many, many others as shown below. Our Clients Cnr Sec my McNei. tspen ifrDQ ncArvr� l El ����\ I���ANT pvtiy� fF� 1305"rON \✓j UNI\'L.RtiI'I Y I.RKSFII Rh 11 a. drugstore Time jetBlue Warner �'�iLOGISTICS Cable' �� AIRWAYS - \/ r. lwmen "Cure Herald Go ggle NYSE U, Reed Business HUE OHM ALLEGIS CBS % \3 LIlSSAP� PLACE * mac0 mostercord Sotheby's Arwav O/ymp(rs J.1), POWEK CVS Si ES:TRADE RELIANT MEDICAL GROUP V AT&T Page 3 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - Region 4 ESC Responses iii. Describe Offeror's reputation of products and services in the marketplace. AIS products are mid -market with a full line of office furniture that is smartly in tune with customers' needs in the constantly changing landscape of the workplace. AIS is known for providing panel systems, benching and desking systems, tables, casegoods, storage and seating. We may not be first to the market with a product, but we see product trends evolve and engineer our new products better based on market feedback. AIS has been recognized by the Office Furniture Dealers Alliance (OFDA) for various product awards for the past 11 years. In 2019, AIS received four (4) OFDA Dealers' Choice Awards in categories of Workstations, Casegoods, Seating and Tables. This year's OFDA Dealers' Choice Survey ran from early March to the end of April. According to OFDA, the survey is a carefully structured, anonymous dealer poll that measures six functional areas of manufacturer performance that are of greatest importance to a diverse cross-section of dealers throughout North America. The survey provides product category -level feedback from dealers of all sizes on the full range of support they receive from their primary non-aligned suppliers. Dealers are asked to rate these top -volume, non-aligned suppliers in each of six product categories recognized by the Business and Institutional Furniture Manufacturers Association (BIFMA) based on their 2018 interaction. The six product categories are: Casegoods, Storage, Filing, Tables, Seating and Workstations/Systems. The purpose of the survey is to promote an open discussion of business issues between dealers and manufacturers and improve the office furniture industry overall. In July 2019, AIS conducted an Effective Partnering Survey Report, a customer satisfaction survey of selected Dealer staff. The AIS Effective Partnering Survey evaluated the business process (how the Dealer interacts with AIS) as well as how the Dealership utilizes and values existing AIS resources. The survey measured both importance and expectations in six categories: Sales Support, Product Focus, Marketing, Pre -Order Process, Quote -To -Invoice Process and Improvements. Subcategories provided additional detail. There was a total of 17 subcategories, 76 specific areas, and 25 open - response feedback opportunities. Strong scores in several key areas indicate Dealer acknowledgment that AIS does many things well. This survey confirms that AIS has several strengths to draw upon, and that Dealers value the investment AIS has made in people, processes and product. Overall, AIS meets or exceeds Dealer expectations in all 17 of the subcategories surveyed. Page 4 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - Region 4 ESC Responses The survey data suggests that AIS is a good partner. The respondents rated 76 areas in the survey, rating all but two areas as important or higher and 64 areas as meeting or exceeding expectations. AIS uses this dealer survey to identify areas of continuous improvement. AIS uses IMOS, SolidWorks and woodCADICAM software. We were able to set up a very efficient system using the latest technology capable of doing production manufacturing that is also very flexible for custom. We have the ability to stretch products, add shelves and do all sorts of other things our customers request. By embracing technology and not having the layers other manufacturers have for a company structure. All our products are designed in-house by a small on -site team and this allows us to get to the market a lot faster than other manufacturers. AIS universalizes products maybe a lot more than the other manufacturers do. We can use the same pedestal in all of our different laminate case goods lines as opposed to having a more designed conceptual product that requires multiple SKUs and multiple disciplines for manufacturing. The variety and the speed with which we can design and manufacture product using this very consistent product is what our customers are requiring right now. Over the past 10 years, we have focused on expanding our product lines to increase our breadth of line. The marketplace has seen us release new seating lines and complementary products for existing lines. Our employees make a difference. In a sense our employees are all entrepreneurs and self -motivated. We are up for each challenge presented to us. Because of the very few layers of management at AIS, our people can do their jobs and take pride in the true value they add to AIS. The Project Management team is an internal advocate for our dealers from purchase order planning to punch lists. The team checks, tests and double checks all aspects of a project. They are the primary contact for our dealers from the inception to the completion of the project. With a combined over 100 years of experience in the office furniture industry, each member brings their unique experience to the team. One reason for the team's success is the collaborative approach to process and risk mitigation. AIS offers field services expertise for select installations. Field services conducts trainings for dealer installation teams on all AIS products. This department is on call 24/7. You can often find them "Facetiming" with installers to provide installation advice. For high profile projects, they can be on site to ensure the installation is successfully completed to end user's specification. Our customer service representatives (CSR) go above and beyond daily to make sure our customers are satisfied. A few examples are responding to phone calls and emails in less than 24 hours, working closely with production and monitoring progress to ensure a ship date is met and pulling parts needed off the factory floor to FedEx out to customers to ensure installations can be completed on time. This department works outside of normal business hours to ensure they are responding to inquiries and resolving issues within one day. This department provides our customers with a complete support system. Page 5 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - Region 4 ESC Responses iv. Describe the experience and qualification of key employees. Nick Haritos, Executive Vice President of Sales & Distribution Nick joined AIS in January 2018. He leads all sales and distribution throughout North America. Haritos' career spanning three decades in management and business development includes more than 25 years in contract furniture, including 16 years with Haworth, most recently as vice president of sales and distribution covering a five -region territory stretching from New England to the Caribbean. Before Haworth, he served as senior vice president of sales for Office Environments of New England. The native New Englander earned a bachelor's degree from Plymouth State University in New Hampshire and a master's degree from Saint Michael's College in Vermont. He earned a certificate in mediation from Woodbury College in Vermont and completed additional post -graduate work in alternative dispute resolution at Nova Southeastern University in Florida. Tracy Reed, Vice President of Marketing Tracy joined AIS in January 2017 as Marketing Vice President and brings over 20 years of vast industry experience to the role. Her strong understanding of dealer sales, product line management, marketing communications, and new product introductions ideally suit her as she leads AIS brand forward. Prior to joining the office furniture industry, she held various agency roles with Biggs - Gilmore Communications and led international product launches for Amway Corporation. Tracy hold a BBA and a BAS from Western Michigan University, and an MBA from Grand Valley State University. Amy Transue, Director of Marketing and Strategic Resources Amy began her career with AIS in 2005. As AIS Director of Marketing & Strategic Resources, she leads marketing, sustainability, bid opportunities, competitive strategies and forecasting. With her broad experience and holistic contract furniture industry experience, she provides leadership to the sales team with special projects and training. Through her acute market focus and creativity, she leads her team to deliver exemplary sales tools positioning AIS Best -In -Class. Transue holds a Bachelor of Science in Business Administration with a concentration in Management from Fitchburg State College. Page 6 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - Region 4 ESC Responses Helen Woods, Bid & Contract Specialist Helen joined the AIS team in 2016, however she has more than ten years of experience in the office furniture industry, six of which were focused on GSA bid and contract response. With experience both from the manufacturer and the dealer perspective in office furniture design, management and sales, Helen is adept in coordinating thorough, detailed responses to both commercial and government opportunities. With a background in design, Helen has an intimate understanding of furniture specification, configuration, space planning, and installation. Helen also contributes additional skills including communication with end -users, database maintenance and finance management to her role at AIS. She manages over 30 contracts including all GSA, Navy BPA, state and cooperative contracts. Helen has a Bachelor of Fine Arts degree in Interior Design as well as a Bachelor of Science degree in psychology. v. Describe Offeror's experience working with the government sector. AIS' GSA contract was awarded in 2000 and our Spiral III Navy BPA contract was awarded in 2017. Federal sales account for 10-15% of our overall sales. Our GSA sales for 2019 will exceed $11 MM. AIS has been elected to government offices across the country. Our success includes, but by no means limited to the following federal clients: • Pentagon • Consumer Products Safety Commission • US Department of Defense • US Department of Energy • US Department of Navy • Drug Enforcement Agency (DEA) • National Guard • NASA • and more. For over 20 years, the federal government has chosen AIS to meet their office furniture needs — and we've been honored to answer the call. For example, in 2001, right after 9/11, AIS was the chosen office furniture provider for the Pentagon. We delivered faster than any manufacturer could delivering and installing over 2000 workstations in 30 days. Governments often have to react and respond quickly. And we do the same. Our products are high quality, lifetime guaranteed and manufactured 15-20 days after we receive the order. We meet tight deadlines and tough expectations. Example of successful projects include the below. Page 7 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - Region 4 ESC Responses Sheppard Air Force Base Project 142 Matrix and Calibrate workstations The new "80th Operations Group" sought office furniture with high environmental standards. AIS was selected for this project not only due to the company's emphasis on environmentally -sound materials and lean manufacturing, but also our ability to provide a quality product at reasonable pricing. U.S. Department Of Wildlife Project 300 Matrix workstations The Southeast Region of the U.S. Fish and Wildlife Service covers 430,000 square miles. The Division of Realty is in the regional office headquarters located in Atlanta, GA, and is responsible for land acquisition and all aspects of realty management on 128 national wildlife refuges and 19 fish hatcheries throughout the Southeast region. AIS's Matrix was selected due to its ability to meet their strict technical specifications, product quality, short leadtimes and affordability. Ft. Lewis Readiness Center Project 200 Matrix workstations The "Joint Base Lewis-McChord Readiness Center" (JBLM) validates authority for personnel, administrative and medical readiness of JBLM soldiers and civilians, and designates ARNG and USAR soldiers in preparing for mobilization or deployment. AIS was selected as part of a team to complete this project for its professional yet durable product. Centers for Disease Control And Prevention Project 600 Matrix workstations The CDC focuses on infectious diseases worldwide and acts as the single mouthpiece for the U.S. on diseases. The offices located in Hyattsville, MD are a regional headquarters for the agency based in Atlanta, GA. Housing 591 employees, the regional office will span four floors of a 10 -story office building. The CDC selected Matrix because of the product's flexibility, power and data management capabilities and the overall aesthetics. vi. Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors. AIS has not and does not have any past litigation, bankruptcy, reorganization, state investigations of any current officers and directors. Page 8 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - Region 4 ESC Responses vii. Provide a minimum of 10 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. No. Entity Contact Nara Contact Tale Contact Phone Contact Endl Location of Entity Years Served CescalpSlon of Produchaervlces Mnod Volume 1 Digital Credit Union Gayle Lombardi Director of Real Estate 800.328.8797 glombardi5dcu.orq New England 5 Devens seating Natick seating, Grafton side chairs, Stow chairs, Day- $ 350,000.00 2 Phold Leslie Weatherbie MGR NFR CapEx Sourcing 207.885.2528 Leslie.Weatherbie a0Retail Quincy MA Eastern Seaboard 10 Day -to -Day Tables, Stow seating, Bolton seating, Devens seating and Natick $ 600,000.00 BusinessServices.com 3 Fidelity National Financial Vanessa Proudfoot Sourcing Manager, AVP 904.854,8904 Vanes sa.Proudfoot5)o fnf.cor Jacksonville, FL 4 to -Day Tables, Stow chairs, Bolton seating, Devens seating and Natick $ 1,000,000.00 4 Delta Dental Ryan Carlson Account Executive 952.925.7543 rcarlson0ggpco.com Mnneappolis, Bemidji 1 Systems, Seating, Tables ! $ 1,000,000.00 5 Altamed Health Services Corporation Gustavo Avatar Purchasing Manager 323.722.8300 x261 gevelalgteamtcs.com Various — HQ at 2040 Camfield Ave. Los Angeles, CA 90040 10 Primarily Matrix. We provide workstations for clinics and administrative spaces. Clinics are typically 50 workstations and the administrative projects can be approximately 350 workstations. Currently completing a $700,000 net Matrix installation. $ 2,500,000.00 6 USI Insurance Services Patti Vreeland Vice President, Corporate Real Estate & Procurement USI Insurance Services 914.749.8548 patti.vreeland43usi.com Valhalla, NY 8 USI is standardized on DM with Calibrate, LB Lounge and Day -to -Day Tables. $ 3,000,000.00 7 PVH Corp. Bryan Duggan VP Facilities 908.698.6525 BryanDuggannq,pvh.com New York, New York 6 stations with Calibrate Storage and 200 Oxygen stations with Calibrate $ 1,500,000.00 8 City Bank Brian Kimberly Facilities Manager 806.792.7101 bnmberlv5)city.bank Lubbock, TX 4 DM workstations $ 75,000.00 9 Virginia Department of Environmental Quality Jay Gutshall General Services Manager 804.698.4402 jay.qutshallhdeq.virginia.go 1111 East Main Street, Richmond, VA 23219 2 DM workstation, Paxton side chairs and conferenceltraining tables $ 1,050,000.00 10 Pentagon Federal Credit Union Raghu Babu Director of Construction 571.328.2625 Raghu.Babu[dPenFed.org Multiple national locations 2 DM workstations, Calibrate, Seatig and Tables $ 1,000,000.00 viii. Provide any additional information relevant to this section. Page 9 of 9 Region 4 ESC 19-18 RFP AIS TAB 4 - R eferen ce s No. Entity C ontact Name Contact Title Contact Ph one C ontact Email L ocatio n of Entity Years Sensed Description of Pr odu ct s/Servlces Annual V olume 1 Digital Credit Union Gayle Lombardi Director of Real Estate 800.328 .8797 glombardi 7a dcu.orq New England 5 seating Natick seating, Grafton side chairs, Stow chairs, D ay -t o -Day Tables $ 350,000.00 2 Aho ld Leslie We ath erbi e MGR NFR CapEx S ourcing 207.885 .2528 Leslie .Weatherbie anRetailBu Quincy MA, Eastem Seaboard 10 Day -to -Day Tables, St ow seating, Bolton seating, Devens seating and Natick $ 600,000 .00 sinessS ervices.com 3 Fidelity Na tional Financial Van essa Proudfoot Sourcing Manager, AVP 904 .854 .8904 Van essa.Proudfo ot(cilfnf .c om Jacksonville, FL 4 to -Day Tables, Stow chairs, Bolton seating, Devens seating and Natick seating $ 1,000,000.00 4 Delta Dental Ryan Carlson Account Executive 952.925.7543 rcarlson@gopco.com Minneappolis, Bemidji 1 Systems, Seating, Tables & C $ 1,000,000.00 5 Altamed Health Services Corporation Gustav o Avelar Purchasing Manager 323.722 .8300 x261 gavelar( @teamtcs.com Various — HQ at 2040 Camfield Av e. L os Angel es, CA 90040 10 Primarily Matrix . We provide workstations for clinics and administr ativ e spac es. Clinics are typically 50 workstations and the administrative projects can be approximat ely 350 workstations. Curr ently completing a $700,000 net Matrix installation . $ 2,500,000 .00 6 USI Insura nce Services Patti Vreeland Vice President, Corporate Real Estate & Procurement USI Insurance Services 914 .749.8548 patti .vre el and(&usi.com Valhalla, NY 8 USI is standardized on Divi with Calibrate, LB Lounge and Day -to -Day Tabl es. $ 3,000,000.00 7 PVH Co rp. Bryan Duggan VP Facilities 908.698.6525 BrvanDuqqanpvh .com New York, New York 6 with Calibrate Storage and 200 Oxygen stations with Calibrate Storage installed. $ 1,500,000.00 8 C ity Bank Brian Kimberly Facilities M anager 806.792.7101 bkimberlvi citv.bank Lubbock, TX 4 Divi workstations $ 75,000 .00 9 Virginia Department of Environmental Quality Jay Gutshall General Services Manager 804.698. 4402 jay.qutshall a[7,dea.virginia.gov 1111 East Main Street, Richmond, VA 23219 2 Divi workstation, Paxton side chairs and c onf er ence/training tables $ 1,050,000 .00 10 Pentagon Federal Credit Union Raghu Babu Director of Construction 571.328.2625 Raghu.Babu(aPenFed .org Multiple national locations 2 Divi w orkstations, Calibrate, Seaitng and Tables $ 1,000,000.00 1 of 1 TAB 5 - Region 4 ESC Responses AIS d) Value Add i. Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. AIS value add capabilities include: • AIS is an award -winning lean manufacturer. Our manufacturing excellence sets us apart from the competition. By implementing innovative lean production methods, we are able to build superior product at a lower cost than the competition. • Vast dealer network of over 1000 dealers. • AIS uses IMOS, SolidWorks and woodCADICAM software. We were able to set up a very efficient system using the latest technology capable of doing production manufacturing that is also very flexible for custom. We have the ability to stretch products, add shelves and do all sorts of other things our customers request. By embracing technology and not having the layers other manufacturers have for a company structure. All our products are designed in-house by a small on -site team and this allows us to get to the market a lot faster than other manufacturers. • AIS universalizes products maybe a lot more than the other manufacturers do. We can use the same pedestal in all of our different laminate case goods lines as opposed to having a more designed conceptual product that requires multiple SKUs and multiple disciplines for manufacturing. The variety and the speed with which we can design and manufacture product using this very consistent product is what our customers are requiring right now. • AIS has a flat organizational structure, what we mean by this is that we do not need to go through each level of management to get things done. AIS is a very "get it done" type of company. Our customer service team is empowered by management to do what it takes to get things done. We also understand the urgency when a customer calls with an issue or a question. We feel that we can manage the customer's account easily within the first three tiers (Customer Service Representative, Manager of Customer Service, OEM Contract Administrator). But also know our entire team is behind the Region 4 ESC contract and ready to support the needs of all Region 4 ESC customers. • Our employees make a difference. In a sense our employees are all entrepreneurs and self -motivated. We are up for each challenge presented to us. Because of the very few layers of management at AIS, our people can do their jobs and take pride in the true value they add to AIS. Many of AIS employees work outside of normal working hours of Monday through Friday, 8:00am — 5:00pm EDT. All employees have customer satisfaction as a driving force. • Our specification department made up of 15 designers across the United Page 1 of 2 Region 4 ESC 19-18 RFP AIS TAB 5 - Region 4 ESC Responses States that work from an online queue offering two main services; design checks and specification requests. This department also facilitates rendering requests, product specification support and mock-up/showroom reviews to ensure our products are showcased in the best way. • The Project Management team is an internal advocate for our dealers from purchase order planning to punch lists. The team checks, tests and double checks all aspects of a project. They are the primary contact for our dealers from the inception to the completion of the project. With a combined over 100 years of experience in the office furniture industry, each member brings their unique experience to the team. One reason for the team's success is the collaborative approach to process and risk mitigation. • AIS offers field services expertise for select installations. Field services conducts trainings for dealer installation teams on all AIS products. This department is on call 24/7. You can often find them "Facetiming" with installers to provide installation advice. For high profile projects, they can be on site to ensure the installation is successfully completed to end user's specification. • AIS offers the best lead times in the industry and 75% of our products ship in two (2) weeks or less. If successful as a vendor partner, we will provide key internal contacts form our customer service and project management teams that can expedite emergency orders. If all the components of the emergency order are stock items, we can typically respond in less than two (2) weeks or even shorter depending on the products specified. • Freight costs are included for seating product category. • Commitment to social responsibility with our many sustainable practices. AIS has partnered with ANEW to provide a take -back solution for surplus office furniture and materials. This partnership provides AIS clients with a means to repurpose their furniture, fixtures and architectural materials, diverting the items from landfill. All captured materials are donated to public agencies and charities within a 50 mile radius, benefiting the local communities to which the furniture resided. 3. Competitive Range: It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. 4. Past Performance: An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. 5. Additional Investigations: Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. Page 2 of 2 Region 4 ESC 19-18 RFP C' Jj) region t 7145 West Tidwell Road — Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR ADDENDUM NO. 1 Solicitation Number 19-18 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC") for Furniture, Installation, and Related Services This Addendum No. 1 amends the Request for Proposals (RFP) for Furniture, Installation, and Related Services 19-18 ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. Region 4 Education Service Center ("Region 4 ESC") requests proposals from qualified suppliers with the intent to enter into a Contract for Furniture, Installation, and Related Services. Addendum No. 1 is hereby issued as follows: CLARIFICATIONS: 1. The changes being made to this RFP are being made to add Appendix C Documents #5- 7 in order to fulfill FEMA requirements. While it is not expected that the services outlined in this RFP would be utilized in a disaster recovery or emergency situation, Region 4 ESC is including language should it be needed. CHANGES TO THE RFP: 1. Remove Appendix C, Additional Required Documents, and replace with the version attached to this Addendum No. 2. This is the Appendix C that should be used for this solicitation and submitted as part of the Offeror's proposal. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 1 of 25 Appendix C ADDITIONAL REQUIRED DOCUMENTS DOC #1 Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy DOC #2 Antitrust Certification Statements (Tex. Government Code § 2155.005) DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) DOC #4 Texas Government Code 2270 Verification Form DOC #5 Special Conditions DOC #6 Questionnaire DOC #7 For applicable construction/reconstruction/renovation and related services, a bid guarantee is required 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 Texas and authorized to underwrite bonds in the amount of the bid bond. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 2 of 25 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.) / Date Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Authittized Signature & Tk4e Page 3 of 25 AIS Appendix C, Doc #1 Open Record Exemptions Tab Page Exemption Response Request Detailed. Reason 2 Pages 1 - 6 All Sections of Products/Services/Pricing Our pricing and services are a proprietary strategy of AIS. These will be shared with internally and with our dealer community. They can be sent to end users upon request and appropriate information will be incorporated into our dedicated OMNIA Partners website. The answers and strategies discussed are unique to AIS and we request they not be published publically. 3 Pages 1-16 All Sections of Performance Capability Our pricing and services are a proprietary strategy of AIS. These will be shared with internally and with our dealer community. They can be sent to end users upon request and appropriate information will be incorporated into our dedicated OMNIA Partners website. The answers and strategies discussed are unique to AIS and we request they not be published publically. 3 Pages 1 - 48 All Sections of Company; Distribution, Logistics; Marketing and Sales Our pricing and services are a proprietary strategy of AIS. These will be shared with internally and with our dealer community. They can be sent to end users upon request and appropriate information will be incorporated into our dedicated OMNIA Partners website. The answers and strategies discussed are unique to AIS and we request they not be published publically. 4 Pages 1 - 9 All Sections of Qualification and Experience Our pricing and services are a proprietary strategy of AIS. These will be shared with internally and with our dealer community. They can be sent to end users upon request and appropriate information will be incorporated into our dedicated OMNIA Partners website. The answers and strategies discussed are unique to AIS and we request they not be published publically. 4 Page 1 All References Our pricing and services are a proprietary strategy of AIS. These will be shared with internally and with our dealer community. They can be sent to end users upon request and appropriate information will be incorporated into our dedicated OMNIA Partners website. The answers and strategies discussed are unique to AIS and we request they not be published publically. 5 Pages 1 - 2 All Sections of Value Add Our pricing and services are a proprietary strategy of AIS. These will be shared with internally and with our dealer community. They can be sent to end users upon request and appropriate information will be incorporated into our dedicated OMNIA Partners website. The answers and strategies discussed are unique to AIS and we request they not be published publically. Pages 1 -17 Entire List of Authorized Dealers Our pricing and services are a proprietary strategy of AIS. These will be shared with internally and with our dealer community. They can be sent to end users upon request and appropriate information will be incorporated into our dedicated OMNIA Partners website. The answers and strategies discussed are unique to AIS and we request they not be published publically. 6 Appendix C, DOC # 3 Form 1295 Due to being a privately held company, we request to not publish this form publically. 6 Ownership Disclosure Form Entire Form Due to being a privately held company, we request to not publish this form publically. 1 of 1 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. I am duly authorized to execute this Contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; 2. In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; 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 Affordable Interior Systems, Inc. (AIS) Bryan Poist Printed Name Chief Financial Officer Address Position with Company 25 Tucker Drive Leominster, MA 01453 Official Authorizing Proposal Sign ure Bryan Poist Printed Name Phone 978.562.7500 Chief Financial Officer Fax 978.562.0811 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Position with Company Page 4 of 25 Appendix C, DOC # 3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission's website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016, the commission made available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form. The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission's filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract. This process is known as acknowledging the certificate. The commission will post the acknowledged Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. The posted acknowledged form does not contain the declaration of signature information provided by the business. A certificate will stay in the pending state until it is acknowledged by the governmental agency. Only acknowledged certificates are posted to the commission's website. Electronic Filing Application: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Frequently Asked Questions: https://www.ethics.state.tx.us/resources/FAQs/FAQ Form 1295.php Changes to Form 1295: https://www.ethics.state.tx.us/data/filinqinfo/1295Changes.pdf Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 5 of 25 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos, 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2019-566254 Date Filed: 12/03/2019 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Affordable Interior Systems Inc Leominster, MA United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Region 4 ESC 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. TXMAS-7-7110170 Contract Office Furniture 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) PP ) Controlling Intermediary Haworth Inc Holland, MI United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is , and my date of birth is , . My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 . (month) (year) Signature of authorized agent of contracting business entity (Declarant) 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. Bryan Poist representative of Affordable Interior Systems, Inc. (AIS) as an authorized a contractor engaged by Insert Name of Company 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/purchasing/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. Signature ofl me orized Company Representative Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Date Page 6 of 25 Appendix C, DOC # 5 SPECIAL CONDITIONS Awarded Offerors may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a proposal, the Offeror is accepted these Special Conditions required by the Federal Emergency Management Agency (FEMA). 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, 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, 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 for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an "apparent" conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of Region 4 ESC nor the Participating Public Agency ("NFE") must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE's may set standards for situations 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 for a 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 Chapter III, ¶ 6.d must be rejected and cannot receive contract awards at any level. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 7 of 25 Public Polio 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. Prevailing Wage Requirements 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 to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 8 of 25 Alternative Pricing for Federal Funding When applicable, such as when products and services are used in response to an emergency or disaster recovery situation in which federal funding may be used, pricing may not include cost plus a percentage of cost or pricing based on time and materials. If time and materials is necessary in an applicable federal funding situation, a ceiling price that the contract exceeds at its own risk will be needed. In addition, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited, the to the 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II , Required Contract Clauses. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R.,$ 200.326 and 2 C.F.R. Part 200, Appendix II , Required Contract Clauses 1. Termination for Convenience: The right to terminate this Contract for the convenience of Region 4 ESC is retained by Region 4 ESC. In the event of a termination for convenience by Region 4 ESC, Region 4 ESC shall, at least ten (10) calendar days in advance, deliver written notice of the termination for convenience to Contractor. Upon Contractor's receipt of such written notice, Contractor immediately shall cease the performance of the Work and shall take reasonable and appropriate action to secure and protect the Work then in place. Contractor shall then be paid by Region 4 ESC, in accordance with the terms and provisions of the Contract Documents, an amount not to exceed the actual labor costs incurred, the actual cost of all materials installed and the actual cost of all materials stored at the project site or away from the project site, as approved in writing by Region 4 ESC but not yet paid for and which cannot be returned, and actual, reasonable and documented demobilization costs, if any, paid by Contractor and approved by Region 4 ESC in connection with the Scope of Work in place which is completed as of the date of termination by Region 4 ESC and that is in conformance with the Contract Documents, less all amounts previously paid for the Work. No amount ever shall be owed or paid to Contractor for lost or anticipated profits on any part of the Scope of Work not performed or for consequential damages of any kind. 2. Equal Employment Opportunity: Region 4 ESC highly encourages Contractors to implement Affirmative Action practices in their employment programs. This means Contractor should not discriminate against any employee or applicant for employment because of race, color, religion, sex, pregnancy, sexual orientation, political belief or affiliation, age, disability or genetic information. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 9 of 25 Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment 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 for employment because such employee or applicant has inquired about, discussed, or disclosed 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 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 complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which 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 contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with 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 September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting 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 non-compliance with the nondiscrimination clauses of this contract or with any of such 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 in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 10 of 25 contractor may request the United States to enter into such litigation to protect the interests of the United States. 3. "During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, 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, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) 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 as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided bylaw. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 11 of 25 (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States." 4. Davis Bacon Act and Copeland Anti-KickbackAct. a. Applicability of Davis -Bacon Act. The Davis -Bacon Act only 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. It does not apply to other FEMA grant and cooperative agreement oroarams, includina the Public Assistance Proararn. b. 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 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. c. 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 aweek. d. 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. e. In contracts subject to the Davis -Bacon Act, 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 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 part of the Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 12 of 25 compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to FEMA. f. The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis -Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis -Bacon Act does not apply to Public Assistance recipients and subrecipients. In situations where the Davis -Bacon Act does not evilly. neither does the Copeland "Anti -Kickback act," However, for purposes of grant programs where both clauses do apply, FEMA requires the following contract clause: "Compliance with the Copeland "Anti -Kickback" Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40U.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. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the 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 (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12." 5. Contract Work Hours and SafetyStandards Act. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Where applicable (see 40 U.S.C. § 3701), 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. c. 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 for all hours worked in excess of 40 hours in the workweek. d. 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 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 13 of 25 articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: "Compliance with the Contract Work Hours and Safetv Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work 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 for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages: liquidated damages. In the event of any violation of the clause set forth in paragraph (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 for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 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 (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or 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, or any other federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (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 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 14 of 25 subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." 6. Rights to Inventions Made Under a Contract or Agreement. a. Stafford Act Disaster Grants. This requirement does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and 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." b. If the FEMA award meets the definition of "funding agreement" under 37 C.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. c. The regulation at 37 C.F.R. § 401.2(a) currently 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, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor 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 FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, ¶ G. a. The following provides a sample contract clause concerning compliance for contracts of amounts in excess of$150,000: "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 (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No, 1 Page15of25 government) will, in turn, report each violation as required to assure notification to the (name of recipient), 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 applicable standards, 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 (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), 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 partwith Federal assistance provided by FEMA." 8. Debarment and Suspension. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. 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). c. 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 Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PDAT Supplement]. 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 Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 16 of 25 agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6.d and Appendix C, If 2. d. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and 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 subrecipient. e. Specifically, a covered transaction includes the following contracts for goods or services: (1) The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. (2) The contract requires the approval of FEMA, regardless of amount. (3) The contract is for federally required audit services. (4) A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified: "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 contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). 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 (name of state agency serving as recipient and name of subrecipient), the Federal Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 17 of 25 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 bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." 9. Byrd Anti -Lobbying Amendment. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PDAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c. 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. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4. d. The following provides a Byrd Anti -Lobbying contract clause: "Byrd Anti -Lobbying 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 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." APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 18 of 25 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 an 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 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 certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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. The Contractor, Affordable Interior Systems, Inc. (AIS) , certifies or affirms the truthfulness and accuracyof each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. .,j Signature of Contractor's Authorized Official Bryan Poist, CFO Name and Title of Contractor's Authorized Official December 5, 2019 Date" Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 19 of 25 10. Procurement of Recovered Materials. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, ¶7. c. 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. The following provides the clause that a state agency or agency of a political subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: "(1) 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— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA- designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-quideline-cpq-program." 11. Additional FEMA Requirements. a. The Uniform Rules authorize FEMA to require additional provisions for non - Federal entity contracts. FEMA, pursuant to this authority, requires or recommends the following: b. Changes. To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 20 of 25 agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. 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. c. Access to Records. All non -Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, ¶ XXVI (2013). d. The following provides a contract clause regarding access to records: "Access to Records. The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), 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 Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) 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. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." 12. DHS Seal, Logo, and Flags. a. All non -Federal entities must 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. See DHS Standard Terms and Conditions, v 3.0, IT XXV (2013). b. The following provides a contract clause regarding DHS Seal, Logo, and Flags: "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval." Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 21 of 25 13. Compliance with Federal Law, Regulations, and Executive Orders. a. All non -Federal entities must 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. b. The following provides a contract clause regarding Compliance with Federal Law, Regulations, and Executive Orders: "This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives." 14. No Obligation by Federal Government. a. The non -Federal entity must 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 the contract. b. The following provides a contract clause regarding no obligation by the Federal Government: "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." 15. Program Fraud and False or Fraudulent Statements or Related Acts. a. 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. The following provides a contract clause regarding Fraud and False or Fraudulent or Related Acts: "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." Additional contract clauses per 2 C.F.R. 5 200.325 For applicable construction/reconstruction/renovation and related services: A payment and performance bond are both required for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. A "payment bond" is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided in the contract. Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 22 of 25 Offeror agrees to comply with all terms and conditions outlined in the Special Conditions section of this solicitation. Offerors Name: Affordable Interior Systems, Inc. (AIS) Address, City, State, and Zip Code: 25 Tucker Drive, Leominster, MA 01453 Phone Number: 978.562.7500 or 800.434,7400 Fax Number: 978.562.0811 Printed Name and Title of Authorized Representative: Bryan Poist, Chief Financial Officer (CFO) Email Address: bpoist@ais-inc.com Signaturez;/ of Authorized Representative: Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Date: Page 23 of 25 Appendix C, DOC # 6 QUESTIONNAIRE Please provide responses to the following questions that address your company's operations, organization, structure and processes for providing products and services. 1. Diversity Programs • Do you currently have a diversity program or any diversity partners that you do business with? ®Yes No (If the answer is yes, attach a statement detailing the structure of your program, along with a list of your diversity alliances and a copy of their certifications) 2. Diverse Vendor Certification Participation Region 4 ESC encourages the use of under-utilized businesses (HUB), minority and women business enterprises (MWBE), and small and/or disadvantages business enterprises (SBE) both as prime and subcontractors. Offerors shall indicate below whether or not they and/or any of their subcontractors (and if so which) hold certification in any of the classified areas and include proof of such certification with their response. a. Minority Women Business Enterprise Respondent certifies that this firm is an MWBE DYes ®No List certifying agency: b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Respondent certifies that this firm is a SBE or DBE ❑Yes ®No List certifying agency: c. Historically Underutilized Businesses (HUB) Respondent certifies that this firm is a HUB ❑Yes ®No List certifying agency: d. Historically Underutilized Business Zone Enterprise (HUBZone) Respondent certifies that this firm is a HUBZone ❑Yes ©No List certifying agency: e. Other Respondent certifies that this firm is a recognized diversity Yes ®No certificate holder List certifying agency: 3. Has Offeror made and is Offeror committed to continuing to take all affirmative steps set forth in 2 CFR 200.321 as it relates to the scope of work outlined in this solicitation? ®Yes ❑No Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 24 of 25 AIS Region 4 ESC Solicitation 19-18 Furniture, Installation and Related Services Appendix C, Doc #6 Questionnaire Diversity Statement As a large business GSA contract holder, AIS is required to submit yearly small business subcontractor plans and reports to GSA. These plans and reports must be approved by GSA and the Small Business Administration (SBA). AIS makes a good faith effort to meet the established small business subcontracting goals while being cognizant of the overall cost to customers. Utilizing small businesses has the potential to reflect an increase in purchasing costs, resulting in inflated selling points. AIS' team of professionals will explore all small business opportunities that fall within our subcontracting plan while avoiding any extended impact on our customers. AIS has numerous authorized dealers that hold minority status. Certificates for minority status can be provided by the authorized dealer. AIS can offer the following socio- economic set -aside solutions: • Small Business • Small Disadvantaged • Woman Owned • Woman Owned Small Business • Veteran Owned Small Business • Service -Disabled Veteran Owned Small Business • HUBZone • 8(a) • And more Set aside certifications can be supplied upon request. 25 Tucker Dr., Leominster, MA 01453 1 P 978.562.7500 1 ais-inc.com ,IVE'nE RECEIPT OF ADDENDUM NO. 1 ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name Affordable Interior Systems, Inc. (AIS) Contact Person Bryan Poist, CFO Signature Date Crystal Wallace Region 4 Education Service Center Business Operations Specialist Furniture, Installation, and Related Services Solicitation Number 19-18 Addendum No. 1 Page 25 of 25 APS Authorized Dealers Dealer Company Name City State AMJ Campbell Vanlines (Edmonton) Edmonton AB AMJ Office Interiors (Calgary) Calgary AB Indoff (Edmonton) Edmonton AB Office Concepts Incorporated (AB) Calgary AB RGO Office Products Edmonton AB Solutions Business Interiors Edmonton AB Stor Office Furniture Calgary AB AA -K Business Environments, Inc. Anchorage AK Alabama Contract Sales, Inc. Aubum AL A -Z Office Resource, Inc (AL1) DBA West Business Interiors Madison AL B & L Associates, Inc Montgomery AL Bruce Office Supply and Furniture Birmingham AL Burgess Commercial Interiors Birmingham AL Business Interiors (AL) Birmingham AL Cox Commercial Interiors Birmingham AL DeKalb Office (AL) Birmingham AL Facilities Resource Group, Inc. Spanish Fort AL Indoff (AL2) Birmingham AL Indoff (AL5) Birmingham AL Indoff (AL7) Decatur AL Innerspaice Architectural Interiors - North Birmingham AL Innerspaice Architectural Interiors - South Mobile AL Interior Elements, LLC - Birmingham Birmingham AL Klein Enterprises, LLC Montgomery AL Kyle Office Solutions Tuscaloosa AL KyserOfficeWorks Inc. Montgomery AL McAleer's Office Furniture Mobile AL OEC (Mobile) Mobile AL OFCworkscapes Pelham AL Office Environments, Inc. (AL) Birmingham AL Office Interiors By Osco Inc. Decatur AL Printers & Stationers. Inc Florence AL Red Rhino Office Tuscaloosa AL Southeast Distribution Services, DBA Business Environment Birmingham AL Spur Plantation, LLC Montgomery AL Workspace Interiors LLC Mobile AL Division 12 Consulting Birmingham AL Burris, Inc. Russellville AR Cousins Office Furniture Rogers AR Indoff (AR4) Bentonville AR Indoff (AR5) Maumelle AR Innerplan Office Interiors North Little Rock AR JMP Industries Inc. d/b/a Allied Corporate Furniture Jonesboro AR LaHarpe's Little Rock AR Norman Co. Ft. Smith AR Southem Office Services, Inc Little Rock AR Pettus Office Products (Little Rock) Little Rock AR Arizona School Fumishings Phoenix AZ Creative Office Solutions (AZ) Phoenix AZ Elontec Phoenix AZ Facilitec Inc. (AZ) Phoenix AZ Faciliteq (AZ) Tempe AZ FineWal Office Solutions Phoenix AZ Furniture Resource & Design, LLC Chandler AZ Interior Solutions of Arizona, LLC Phoenix AZ JKaiser Workspaces, LLC Tucson AZ Tucson Business Interiors, Inc. Tucson AZ Brooks Corning Company, Ltd. Vancouver BC Canada Chairlines Ltd Vancouver BC Encore Office Interiors Maple Ridge BC Heritage Office Fumishings Vancouver BC M & E Business Fumishings Port Coquitlam BC Westport Group Vancouver BC 2010 Office Furniture Inc South El Monte CA 1 of 17 AIS Authorized Dealers Dealer Company Name City State Affordable Office Fumiture Yuba City CA All Systems Go Furniture, Inc. Escondido CA Altemative Workspace Solutions, LLC Gilroy CA BBI Interiors Costa Mesa CA Better Source Liquidators, LLC Campbell CA Blaisdell's Business Products Oakland CA CA Office Interiors Cerritos CA Caliber Office Fumiture, LLC Redding CA CDS Office Interiors, LLC Irvine CA CN School & Office Solutions, Inc. Corona CA Contract Interior Consultants, Inc. Santa Ana CA Contract Office Group San Jose CA CORE Business Interiors Fresno CA Corporate Design Group, Inc. Roseville CA Corporate Furniture Solutions San Jose CA Corporate Modular Services Inc. Orange CA COV Workplace Interiors Poway CA COV Workplace Interiors (Fullerton) Fullerton CA Cov Workplace Interiors (San Leandro) San Leandro CA Culture San Diego CA Durst Contract Interiors Stockton CA Esplanade Office Chico CA Executive Business Products (CA) Fresno CA FMI Office Space Development, LLC Commerce CA Gazor Group, Inc. San Francisco CA General Business Projects dba CoDesign San Francisco CA Global Concepts Carmel Valley CA Hamel School Outfitters, Inc Murrieta CA Hoovers Commercial Services, Inc. dba Be. Workplace Design Concord CA Indoff (CA10) Bakersfield CA Indoff (CA46) Hanford CA Indoff (CA48) Lake Elsinore CA Indoff (CA49) Chula Vista CA Indoff (CA50) Saratoga CA Indoff (CA51) Benicia CA Indoff (CA52) Santa Ana CA Indoff (CA53) Campbell CA Indoff (CA54) Martinez CA Indoff (CA6) Orange CA Innovative Commercial Environments (ICE) San Diego CA Innovative Office Solutions - Anaheim Anaheim CA Inside Source, Inc. San Carlos CA Integrated Office Interiors (CA1) Watsonville CA Interior Office Systems, Inc. (Thousand Oaks) DBA Spear Enterprises Thousand Oaks CA Interior Resources 2 Rancho Santa Margarit CA Interiors Incorporated Santa Rosa CA KBM-Hogue San Jose CA Key International, Inc. (CA) Gardena CA Marsha Jurasin & Associates Burlingame CA MCI Workplace Solutions Inc. Hayward CA MG West (CA1) San Francisco CA Northern Office Products And Office Fumiture El Centro CA NRS Inc. Pomona CA Nuspace Corporate Interiors Campbell CA Pacific Office Interiors (P01) Agoura Hills CA Palace Business Solutions Santa Cruz CA PeopleSpace (Irvine) Irvine CA PeopleSpace (Los Angeles) Los Angeles CA Poletti Associates, Inc. Woodside CA Professional Modular Installations, LLC Corona CA Seats and Stations Roseville CA Shore Total Office San Diego CA Sierra School Equipment Bakersfield CA SLM Contract Fumiture San Diego CA 2 of 17 AIS Authorized Dealers Dealer Company Name City State SourceOne Office Products Santa Fe Springs CA Strategic Fumiture Group dba Group Vivo Torrance CA Systems Source, Inc Newport Beach CA Tab Products (CA) San Francisco CA The Office City Redwood City CA Top Drawer Design Mission Viejo CA Total Corporate Solutions Torrance CA Total Office Calexico CA Totalplan Business Interiors, Inc. Riverside CA Unilav Los Angeles CA Unisource Solutions (Hayward) Hayward CA Unisource Solutions (Pico Rivera) Pico Rivera CA Veterans Interiors Solutions San Jose CA Westem Contract Fumishers Rancho Cordova CA Workspace Connexions San Jose CA A&J Commercial Interiors Windsor CO Affordable Moving Centennial CO Blue Skies Furniture LLC Colorado Springs CO Boulder Commercial Interiors Boulder CO Broxton Design & Development, Inc. Denver CO Canter Lakewood CO Caribou Venture Group, LLC Longmont CO Desks Incorporated Denver CO Elontec (CO) Centennial CO Govemment Contract Sales, Inc Lakewood CO ICE3D Greenwood Village CO Indoff (CO11) Golden CO Indoff (CO12) Littleton CO Indoff (C013) Boulder CO Indoff (C014) Denver CO Indoff (C015) Castle Rock CO Indoff (CO16) Golden CO Interior Concepts Denver CO Merchants Office Fumiture Denver CO Office Interiors Denver Westminster CO Office Outfitters & Planners Grand Junction CO OfficeScapes (C01) Denver CO OfficeScapes (CO2) Colorado Springs CO OfficeScapes (CO3) Fort Collins CO Pear Workplace Solutions Denver CO Piedmont Office Suppliers (CO) Aurora CO Q+E Design Source (CO) Denver CO RMRM Inc. Business Environments Colorado Springs CO SameDay Office Supply Louisville CO Springhaus Design Timnath CO Workplace Partners Fort Collins CO Workspace Elements DBA Workspace Innovations Fort Collins CO Arenson Office Fumishings (CT) Stamford CT Corporate Office Specialists West Hartford CT Creative Office Interiors Hartford CT DeClercq Office Group (DOG) Hamden CT Indoff (CT1) Trumbull CT Insalco Corporation Wallingford CT Jefferson Group, LLC Stamford CT John Watts Associates Hartford CT OFI (Newington) Newington CT People Places and Spaces, LLC West Hartford CT Red Thread (CT) East Hartford CT Robert H. Lord Company Manchester CT Strategic Spaces LLC (CT) Trumbull CT Suburban Inc. Middletown CT Trademark Corporate dba Adform Manchester CT W.B. Mason (E. Windsor) E. Windsor CT W.B. Mason (Hamden) Hamden CT 3 of 17 AIS Authorized Dealers Dealer Company Name City State W.B. Mason (Norwalk) Norwalk CT W.B. Mason (Old Lyme) Old Lyme CT Workspace Consulting Group Stamford CT EvensonBest, LLC (DC) Washington DC MOI (VA1) Washington DC Peabody Office Furniture (DC) Washington DC Price Modern of DC (MD3) Washington DC The Forum Washington DC W.B. Mason (DE) Newark DE Haworth NOLA Mexico City DF Planeacion, Ambientacion Y Proyectos, S.A. de C.V. - Mexico City Mexico City DF Moduloffice Santo Domingo DN Muebles Omar, S.A. Santo Domingo DR A to Z Fumishings Pensacola FL Accent Office Interiors Tallahassee FL Advanced Fumiture Solutions Jacksonville FL All American Office Fumiture Fort Myers FL Apricot Office Fumiture Miami Gardens FL B & B Fumiture Concepts Melbourne FL Boca Office Fumiture, LLC. Boca Raton FL Business Interior Group, Inc DeBary FL Business Office Systems (Lake Mary) Lake Mary FL Business Resource, Inc. Sarasota FL Center Line Associates, LLC Fort Walton Beach FL Central Florida Office Supply Gainesville FL CK Office Designs Coral Springs FL Commercial Design Services, Inc. (Jacksonville) Jacksonville FL Commercial Design Services, Inc. (Orlando) Altamonte Springs FL Commercial Design Services, Inc. (Tallahassee) Tallahassee FL Commercial Design Services, Inc. (Tampa) Tampa FL Commercial Works (FL) Orlando FL Contract Fumiture Options LLC Jacksonville FL Corporate Design Choice, Inc. Miami FL Empire Office (FL) Hollywood FL Empire Office (FL2) Tampa FL Empire Office (FL3) Orlando FL Emie Moms Enterprises, Inc. Bushnell FL Florida Business Interiors - Tampa Tampa FL Florida Office Interiors Jacksonville FL Global Commercial Fumishings, Inc. Wellington FL HiTouch Business Services - Jacksonville Jacksonville FL HiTouch Business Services - Tampa Tampa FL Indoff (FL11) Pembroke Pines FL Interior Contract Services, Inc. Orlando FL Interior Fusion - Jacksonville Jacksonville FL Interior Fusion LLC St Petersburg FL JC White Architectural - Miramar Miramar FL M Hanson and Company, Inc. Fort Lauderdale FL Modular Office Environments, Inc Oakland Park FL New Studio, LLC Boca Raton FL OEC (Pensacola) Pensacola FL Office Dimensions, Inc. Miami FL Office Environments & Services (OE&S) Jacksonville FL Office Environments, Inc. (FL2) Pensacola FL Office Fumiture & Design Concepts Ft Myers FL Office Fumiture Solutions of Florida, LLC Pompano Beach FL Office Liquidation Inc. Orlando FL Office ReWorks, Inc. Pompano Beach FL Office Worx, Inc. Oldsmar FL OfficeFumiture4Sale Hialeah FL Perdue Office Interiors Jacksonville FL Pradere Manufacturing Hialeah Gardens FL RKR & Associates, LLC Ocala FL Suddath Office Solutions Jacksonville FL 4 of 17 AIS Authorized Dealers Dealer Company Name City State The CI Group Jacksonville FL The CI Group - Boca Raton Boca Raton FL W.B. Mason (FL) Orlando FL Workspace2/Integrated Fumiture Solutions Palm Harbor FL Wrk Lab, Inc. Doral FL 5 Star Office Furniture, Inc Avondale Estates GA Atlanta Business Products Inc. Atlanta GA Atlanta Office Center Atlanta GA Atlanta Office Fumiture Norcross GA Atlanta Office Liquidators Inc. Atlanta GA Barth Associates Kennesaw GA Best Office Solutions Waynesboro GA Business Environments (GA) Atlanta GA Business Transition 360 Dacula GA Carrollton Office Equipment Company, Inc. Carrollton GA Cessi Ergonomics Atlanta GA Classic Office Interiors Norcross GA Consultants & Builders, Inc Duluth GA Contract Business Interiors, Inc. East Point GA Creative Office Design, Inc (GA) Dunwoody GA CWC, LLC Atlanta GA Design Management Associates, Inc. Kennesaw GA Diversified Resource Group Norcross GA Envision Office Solutions Milton GA Fens Associates (GA) Alpharetta GA Franklin McNeal, Ltd. Atlanta GA Indoff (GA5) Oxford GA Indoff (GA6) Fayetteville GA Indoff (GA7) Macon GA Indoff (GA8) Woodstock GA Johnson's Office Solutions, Inc. Hazlehurst GA Lot's Office Supply LaGrange GA Malone Office Environments Columbus GA Mason, Inc. Thunderbolt GA McGarity's Business Products Gainesville GA Metro Commercial Fumiture Dallas GA Modem Business Systems, Inc. (GA) Augusta GA MOFCO-LLC Atlanta GA Nowak Office Solutions Canton GA Office Fumiture Resources Norcross GA Office Images, Inc Roswell GA Office Interiors (GA) Atlanta GA Panel Systems Unlimited Tucker GA Pure Office Environments Peachtree Corners GA R3 Office Solutions Lawrenceville GA Sheffield Office Products Duluth GA Source America Douglasville GA TurnerBoone Contract Atlanta GA Weinberger's Business Interiors Augusta GA OnPointe Atlanta, LLC Suwanee GA Infinium Interiors, Inc. Honolulu HI Office Fumiture Solutions (HI) Aiea HI The Systemcenter, Inc. Honolulu HI Beirman Fumiture Urbandale IA Indoff (IA9) Altoona IA Saxton Des Moines IA Triplett Office Essentials Corporation Des Moines IA Business Interiors of Idaho Boise ID Complete Office (ID) Boise ID Idaho Correctional Industries Boise ID Office Environment Co. Boise ID Workspace Concepts Nampa ID Affordable Office Interiors - Roselle Roselle IL APEX Design Build Rosemont IL 5 of 17 AIS Authorized Dealers Dealer Company Name City State Applied Ergonomics Skokie IL Axios Office Solutions Inc. Mokena IL Business Office Systems - Carol Stream Carol Stream IL Business Office Systems - Chicago Chicago IL Everything Division 12, Inc Chicago IL Forward Space Chicago IL Illini Supply, Inc. Forsyth IL Indoff (IL2) Carmel IL Indoff (IL3) Chicago IL Indoff (IL5) Alhambra IL Indoff (IL6) Chatham IL Kayhan International Schaumburg IL Kentwood Office Fumiture (IL) Lombard IL Key Interior Design Lombard IL Louer Facility Planning, Inc. Collinsville IL Office Revolution, LLC Bannockburn IL Rightsize Facility Performance Chicago IL SEAATS Chicago IL Terrace Interiors Inc Lisle IL Advanced Office Logistics Indianapolis IN Baker Street Office Fumishings Ft. Wayne IN Business Furniture Specialists, Inc. (dba Business Environments) Evansville IN Business Furniture, LLC (Indianapolis) Indianapolis IN Commercial Office Environments Indianapolis IN Commercial Works (IN) Indianapolis IN Complete Office Supply Indianapolis IN Corporate Design, Inc. Evansville IN d2p Indianapolis IN ESP Business Fumishings Indianapolis IN Indoff (IN5) Mitchell IN Indoff (IN6) Layfayette IN Indoff (IN7) Chesterton IN iSpace Office Interiors Indianapolis IN Jack Laurie Business Furniture Fort Wayne IN Kentwood Office Fumiture - Indianapolis Indianapolis IN Office Installation Services, Inc. Indianapolis IN Premier Fumishing Solutions Newburgh IN RJE BUSINESS INTERIORS Indianapolis IN Benson Method, LLC Overland Park KS Indoff (KS7) Girard KS Key Office Products (KS) Dodge City KS Pure Workplace Solutions Prairie Village KS Quality Interiors Group Overland Park KS United Office Products Olathe KS Commercial Works (KY1) Louisville KY Hosea Project Movers Covington KY KDA Office Furniture Solutions Lexington KY Luckett & Farley Procurement, LLC Louisville KY Office Resources Inc. Louisville KY The RCF Group (KY) Louisville KY Associated Office Systems (AOS) NEW ORLEANS LA B & B Enterprises of Lafayette, LLC Lafayette LA Frost -Barber, Inc. Baton Rouge LA GBP Direct Kenner LA General Office Supply (LaFayette) LaFayette LA KV Workspace, LLC Mandeville LA Lake Charles Office Supply Lake Charles LA Modem Market New Orleans LA MyOfficeProducts (LA) Harahan LA Pettus Office Products (Bossier City) Bossier City LA Pettus Office Products (Monroe) Monroe LA Sayes Office Supply Alexandria LA B2B Holdings, Inc. d/b/a Alpha Office Fumiture Uxbridge MA BBE Office Interiors Pittsfield MA 6 of 17 AIS Authorized Dealers Dealer Company Name City State Broadway Office Interiors Springfield MA Chuck Marshall Boston MA Environments at Work Boston MA Facility Management Consultants Boston MA Fens Associates (MA) Groveland MA Ideal Office Solutions Methuen MA J&J Moving Installing and Storage Inc. Seekonk MA Key Office Interiors Boston MA Legacy Office Solutions Milford MA Lexington Group West Springfield MA National Premier Partner (Corporate) Newton MA Office Concepts, Inc. (MA) Beverly MA Office Resources (MA) Boston MA Peabody Office Furniture Boston MA Red Thread Boston MA Red Thread (MA2) Marlborough MA Resources for Office Interiors Sudbury MA ROI lndustries Fitchburg MA Strategic Space Boston MA Tactical Office Solutions (MA) Haverhill MA The M1 Project Boston MA W.B. Mason (Greenfield) Greenfield MA W.B. Mason (Hyannis) Hyannis MA W.B. Mason (Worcester) Worcester MA W.B. Mason Co., Inc (Woburn) Wobum MA W.B. Mason Co., Inc. (Boston) Boston MA W.B. Mason Co., Inc. (Brockton) Brockton MA W.B. Mason Co., Inc. (Framingham) Framingham MA Wayfair - Online Fumiture Boston MA Wayfair - Projects Boston MA Workplace Resource Worcester MA Office Outlets LLC Amold MD Anthony Allan Office Fumishings Winnipeg MB American Design Associates Baltimore MD Business Interiors & Design, Inc. Damascus MD Contract Furniture Options, Inc. (MD) Bethesda MD Contract Interior Services, Inc. Annapolis MD Dancker, Sellew & Douglas (Baltimore) Baltimore MD Dancker, Sellew & Douglas (Capitol Heights) Capitol Heights MD Enterprise Fumiture Consultants - EFC Baltimore MD Glover Furniture & Design Group, Inc Towson MD HiTouch Business Services - Maryland Annapolis Junction MD Impact Office Beltsville MD Interior Resource Group, Inc. Owings Mills MD Lewis Stevenson Office Solutions (MD) Nottingham MD Mark Downs 2.0, Inc. Cockeysville MD Martek Global Services, Inc. Bethesda MD MOI (MD1) Baltimore MD National Harbor Interiors National Harbor MD Price Modern of Washington (MD2) Lanham MD Price Modem, LLC Baltimore MD W.B. Mason (MD) Columbia MD Washington Office Interiors, LLC Silver Spring MD wurkSPACE Baltimore MD Maine Business Furniture, Inc. Westbrook ME Office Resources (ME) Portland ME Red Thread (ME) Westbrook ME Tab Office Systems, Inc (ME1) Saco ME W.B. Mason (ME1) Portland ME Affordance Office Environments Warren MI AIREA Inc. Southfield MI DBI Business Interiors, Inc. Lansing MI Indoff (MI3) Grand Rapids MI Interphase Interiors Grand Rapids MI 7 of 17 AIS Authorized Dealers Dealer Company Name City State ISCG Royal Oak MI Jones Office Interiors Ann Arbor MI Kentwood Office Fumiture LLC Grand Rapids MI Metro Office Environments, Inc. Warren MI Michigan Office Environments Kalamazoo MI Office Express Troy MI Rightsize Facility Performance (MI) Southfield MI SBD Commercial Interiors Grass Lake MI SPACE, Inc. Midland MI SpaceCare Interiors Berkeley MI Standard Office Supply (MI) Port Huron MI The Office Connection Farmington Hills MI The Office Supply Guys Madison Heights MI UP Office Furnishings, Inc Iron Mountain MI Wolverine Office Interiors Ann Arbor MI Form and Function Bay City MI Kelly Hansen Interiors DBA Mid -Michigan Commercial Interiors Howell MI Pinnacle Design Saginaw MI The Office Shop Aitkin MN Great Journey West, LLC Saint Charles MO Indoff (KS8) Kansas City MO Indoff (MO9) Maryland Heights MO The Maurer Group LLC, dba Interior Planning Associates Saint Louis MO Altemative Business Furniture, Inc. Eden Prairie MN Brooks Office Interiors, Inc. Minneapolis MN Fluid Interiors Minneapolis MN General Office Products Co. Minneapolis MN Ideal Commercial Interiors New Hope MN iSpace Minneapolis MN Northern Business Products St. Cloud MN Spectrum Interiors Bumsville MN Tuohy Furniture Chatfield MN Turner Office Resources Shoreview MN Affinity Office Furniture Columbia MO Color Art Office Interiors, Inc. St. Louis MO Commercial Interior Services of St Louis Saint Peters MO Contract Furnishings (MO) Kansas City MO encomeas Kansas City MO Indoff (GA9) St. Louis MO Indoff (MO10) Springfield MO Indoff (MO8) Springfield MO Interior Dimension, Inc. Nixa MO NewSpace Business Interiors St. Louis MO Olson Office LLC Independence MO Professional Office Environments Maryland Heights MO Trilogie LLC Kansas City MO Business Interiors (MS) Ridgeland MS Commercial Business Interiors _ Hattiesburg MS Gulf Copy Systems Gulfport MS Indoff(MS1) Jackson MS Interior Elements, LLC Ridgeland MS Kimbrell Office Supply Co., Inc. Natchez MS OEC (Gulfport) Gulfport MS Office Fumiture Solutions (MS) Gulfport MS Sullivan's Office Supply (MS) Starkville MS Whittington Office Furniture Tupelo MS 360 Office Solutions Billings MT Office Solutions & Services Missoula MT Westem Office Equipment Great Falls MT All American Office Solutions Raleigh NC Bumbarger's, Inc Hickory NC Business Furniture Solutions (NC) Greensboro NC Carolina Office Exchange Raleigh NC Commercial Works (NC1) Charlotte NC 8 of 17 AIS Authorized Dealers Dealer Company Name City State Commercial Works (NC2) Morrisville NC Connecting Elements, Inc. Charlotte NC Contract Business Solutions, Inc Winston Salem NC Corporate Interiors & Sales, Inc. Fayetteville NC Edge Office Raleigh NC FSI Inc. (NC) Charlotte NC FSI Office Charlotte NC Furniture Solutions Plus / Piedmont Facilities Services Winston Salem NC HICAPS Inc. Greensboro NC Indoff (NC12) Greensboro NC Indoff (NC14) Charlotte NC Indoff (NC19) Sneads Ferry NC Indoff (NC20) Charlotte NC Indoff (NC21) Greensboro NC Indoff (NC4) Wilmington NC Indoff (NC8) Raleigh NC Indoff (NC9) Zebulon NC lndoff Western NC Chandler NC Institutional Interiors Inc. (Raleigh) Raleigh NC J. Morgan Design Associates, Inc. Greenville NC Lake Norman Office Furniture Huntersville NC National Contract Fumiture Raleigh NC Office Fumiture Concepts, Inc. Wilkesboro NC Office Interior Systems, LLC Chapel Hill NC Piedmont Office Supplies (NC) Greensboro NC PMC Commercial Interiors (Charlotte) Charlotte NC PMC Commercial Interiors (Morrisville) Morrisville NC Professional Business Interiors Asheville NC RE Workspaces (Rivers Edge NC) Winston-Salem NC Stephens Office Systems, Inc. Charlotte NC ValueBiz Charlotte NC Veteran Office Design Charlotte NC Christianson's Business Fumiture Plus Fargo ND Hannahers Fargo ND Rough Rider Industries / State of North Dakota Bismarck ND Bold Office Solutions Omaha NE Indoff (NE2) Omaha NE Indoff (NE5) Omaha NE Pay -LESS Office Products Omaha NE Sheppards Business Interiors (Omaha) Omaha NE Provision Workspaces Salem NH Interior Innovations Syracuse NY Tech Valley Office Interiors New York NY Element Portsmouth NH Joe's Discount Office Furniture Salem NH Office Interiors ltd Dover NH Office Resources (NH1) Manchester NH Office Resources (NH2) Portsmouth NH Red Thread (NH2) Manchester NH Re -Source Office Fumiture Salem NH W.B. Mason (NH) Manchester NH Allstate Office Interiors, Inc. Robbinsville NJ ARD Facilities Management Group LLC DBA Paramount Branchburg NJ Arenson Office Fumishings (NJ) Woodbridge NJ Bellia Office Furniture Woodbury NJ Commercial Furniture Interiors, Inc. Mountainside NJ Complete Fumiture Solutions Tinton NJ County Business Systems Pennington NJ Dancker, Sellew & Douglas (NJ1) Somerville NJ Design Alternatives Scotch Plains NJ Focus Interior Products LLC Berkeley Heights NJ Furniture Consultants (NJ) Morristown NJ FurniturePlan, Inc Cream Ridge NJ Glenwood Office Fumiture (NJ2) Hillside NJ 9 of 17 Authorized Dealers AIS Dealer Company Name City State HiTouch Business Services (NJ) SADDLE BROOK NJ JC Office Consultants Somerville NJ Jey Furniture LLC Lakewood NJ K Offices Manalapan NJ KAD Associates Woodbridge NJ Lisa Fairclough Enterprises Newton NJ M C Office Furniture, Inc Maplewood NJ M2 Enterprises Mine Hill NJ Millennium Office Solutions Orange NJ Next Generation Interiors Dover NJ Next Office Fumiture KENILWORTH NJ Nickerson Corporation (NJ) Union Beach NJ NJ Office Fumiture Depot Monroe NJ Palazzo Interiors Titusville NJ PTI Office Fumiture Ridgefield NJ W.B. Mason (NJ1) Secaucus NJ W.B. Mason I NJ2) Egg Harbor Township NJ W.B. Mason (NJ3) Cranbury NJ W.B. Mason (PA1) Bellmawr NJ W.S. Goff Company Inc. Mays Landing NJ WB Wood (NJ) Basking Ridge NJ Workspaces Escobedo NL Albuquerque Office Systems, LLC Albuquerque NM Business Environments (NM) Albuquerque NM Contract Associates Inc. Albuquerque NM lndoff (NM2) Albuquerque NM Tema Contemporary Fumiture Albuquerque NM Atlantic Business Interiors Dartmouth NS Ergoworks Dartmouth NS Office Interiors (Nova Scotia) Dartmouth NS Faciliteq Business Interiors Las Vegas NV FUSCH COMMERCIAL INTERIORS & DESIGN Las Vegas NV Marrcor inc. Las Vegas NV Nevada Business Fumiture Las Vegas NV Office Suppliers, Inc. Las Vegas NV A.C. Desk Co., Inc. Mineola NY ADA Business Supplies Brooklyn NY Adirondack Tool Co Inc, dba Commercial Sales Plattsburgh NY AFD Contract Fumiture Inc. New York NY Alianza Services LLC Nyack NY Alliance Transfer Brooklyn NY AMC Transfer, Inc. Oceanside NY Arenson Office Fumishings (NY1) New York City NY Bell Yorktown, Inc. Bedford Hills NY Benhar Office Interiors New York NY BFI (NY2) New York NY Broadway Office Fumiture (NYC) New York NY Buffalo Office Interiors Buffalo NY Charlie's Office Fumiture, Inc. Queensbury NY Complete Office Fumiture Brooklyn NY Contract Fumiture Services Inc. Rochester NY Contract Interior Solutions, LLC. Lakewood NY COOLEY GROUP INC Rochester NY Corporate Office Furniture (New York) Bohemia NY Cubicles.com Long Island City NY D.A.F. Office Networks Inc. Cicero NY DRB Business Interiors Saratoga Springs NY Eaton Office Supply Amherst NY ELLIOTT INTERIORS LLC Goshen NY Empire Office Fumiture New York NY EvensonBest, LLC (NY1) New York NY Facilities Equipment and Service, Inc. Pittsford NY Facilities Exchange New York City NY Fern Office Supplies Monsey NY 10 of 17 AIS Authorized Dealers Dealer Company Name City State FM Office Express Inc (NYC) Bayside NY FM Office Products Rochester NY Govemment Office Furniture New York NY Grassroots Contract Interiors LLC Buffalo NY HiTouch Business Services (NY) New York NY Hudson Valley Office Fumiture, Inc. Poughkeepsie NY Hummel's Office Plus Mohawk NY Indoff (NY15) New York Mills NY Indoff (NY18) Staten Island NY Interior Solutions of WNY LLC Buffalo NY Just the Right Stuff, Inc Syracuse NY Kimberly Scott Inc Albany NY L.P.S. Office Interiors Framingdale NY Lane Office Furniture New York NY LB's Fumiture Solutions, LLC Spencerport NY Lewis Stevenson Office Solutions (NY) New York NY Lincoln Office Systems, Inc. (NY) Brooklyn NY LLV Office Concepts, LLC Saratoga Springs NY Meadows Office Fumiture (NY1) New York NY Millington Lockwood Business Interiors BUFFALO NY MJP Environments, Inc. Massapequa NY Nathan Office Interiors LLC Slingerlands NY Nickerson Corporation (NY) Rochester NY Office Environment Consulting, Inc. Oneida NY Office Fumiture Direct (NY) Farmingdale NY Office Fumiture Heaven New York NY OFFICE FURNITURE INC. Westbury NY Office Resources (NY) New York NY Peck's Office Plus Brooklyn NY Prentice Office Env/ Office Fumiture Ctr Tonawanda NY Pucci Carpet 8, Fumiture Inc. Fredonia NY Ray Hess Business Interiors New York NY Renotech Interiors Tappan NY Right Price Companies,lnc. Syracuse NY Rochester Office Interiors Pittsford NY School Fumiture and Interiors, LLC Rochester NY Sedgwick Business Interiors Syracuse NY Seely Conover's Office Centre, Inc. Amsterdam NY Smart Space, LLC. New York NY Standard Commercial Interiors Albany NY Stevens Office Interiors Syracuse NY Studio Office Solutions LLC New York NY Sustainable Office Solutions, LLC Liverpool NY Syracuse Office Environments Syracuse NY The Fumished Office New York NY The Irishmen on the Hudson Rockville Center NY The Office Furniture Warehouse Islandia NY The Syracuse Business Center Inc. Syracuse NY The Telcar Group Holbrook NY Tower Fumiture Sales Lawrence NY Tri State Office Interiors New York NY Turf Office Supplies Brooklyn NY Upstate Office Fumiture Johnson City NY VRD Contracting Inc Holbrook NY W.B. Mason (Buffalo) Buffalo NY W.B. Mason (NY1) New York NY W.B. Mason (NY2) Albany NY W.B. Mason (NY3) Hauppauge NY W.B. Mason (NY4) Syracuse NY W.B. Mason (NY5) Newburgh NY W.B. Mason (NY6) The Bronx NY Waldner's Business Environments (Farmingdale) Farmingdale NY Waldner's Business Environments (NYC) New York NY WB Wood (NY2) New York NY 11 of 17 Authorized Dealers AIS Dealer Company Name City State Weeks Lerman Maspeth NY Workplace Interiors Fairport NY Workstation Consultants LLC Albany NY Y Y Distributors Monroe NY American Interiors Cleveland OH American Interiors, Inc. Toledo OH Business Furniture, LLC (Dayton) Dayton OH Clair David Interiors Toledo OH Commercial Works (OH1) Columbus OH Commercial Works (0H3) Cincinnati OH Corporate Interior Concepts Columbus OH ELEMENTS IV INTERIORS Dayton OH Friends Business Source (Findlay) Findlay OH GWS FFE, LLC West Chester OH Incognition, LLC. dba WeDolnstallation.com Vandalia OH Indoff (0H15) Youngstown OH Indoff (0H16) Wilmington OH Indoff (OH171 Lebanon OH Indoff (0H19) Cleveland OH Indoff (0H5) Hubbard OH Innovative Office Solutions, Inc. (OH) Maria Stein OH King Business Interiors Columbus OH Martin Public, LLC dba Kay-Twelve.com Columbus OH My Office Design Dayton OH OstermanCron Inc Cincinnati OH RSFI Office Furniture Worthington OH Temple Square Interiors Akron OH The Bradley Company Columbus OH The City Desk Company Cleveland OH The RCF Group (OH1) Cleveland OH The RCF Group (0H2) West Chester OH Unisan LLC Columbus OH W.B. Mason (OH) Cleveland OH Wegman Company Cincinnati OH Workscape, LLC (Cleveland) Cleveland OH Indoff (OH18) Wooster OH Furniture Marketing Group - Oklahoma Oklahoma City OK Indoff (0K4) Cleveland OK Interiors for Business Oklahoma City OK Interiors for Business Tulsa OK L & M Office Fumiture Tulsa OK Merrifield Office Supply Enid OK Pinnacle Design Group, LLC Norman OK Workspace Resource, Inc. Tulsa OK Advanced Business Interiors (ONT1) Ottawa ON AMJ Campbell Office Interiors Mississauga ON atWork Office Interiors Cambridge ON Blair's Atwork Office Furniture Vaughan ON Brigholme Interiors Group Markham ON Celia Roberts & Associates Inc. Oakville ON CTI Working Environments Mississauga ON Drechsel Business Interiors Toronto ON Fluidconcepts Mississauga ON IN2Space Interior Solutions London ON POI Business Interiors Markham ON Sensyst - The Business Interiors Group, Inc. Mississauga ON Streamline Resource Group London ON Wayne Berwick Office Furnishings Kitchener ON Workplace Design Inc. Ancaster ON ABCO Group Toronto ON Alliance Interiors, Inc. Jackson's Point ON Creative Office Designs (Ontario) Newmarket ON Footprint Business Interiors MISSISSAUGA ON Integral Business Interiors Inc. Brampton ON 12 of 17 AIS Authorized Dealers Dealer Company Name City State TCB Office Furniture and Supplies Peterborough ON Towercor International Mississauga ON Verticalspaces Inc Toronto ON verto360 London ON Hams WorkSystems, Inc. Tigard OR Indoff (OR1) Creswell OR Interior Office Concepts Medford OR NW Office Interiors Milwaukie OR Office Interior Concepts Portland OR Office Space Planners, Inc. Portland OR Onesource Office Interiors, inc. Portland OR PeopleSpace (Portland) Portland OR Rose City Office Furnishings Portland OR Total Office Interiors (OR) Salem OR King Office Designs Albany OR Richmark Enterprises, LLC West Linn OR SK Consulting Portland OR A. Pomerantz & Company Philadelphia PA Advanced Office Environments, Inc. Malvern PA Anderson Interiors Verona PA Bauman Office Equipment Inc. Beaver Falls PA Benjamin Roberts, LTD Lancaster PA Burke & Michael, Inc. Pittsburgh PA Commerce Office Fumiture Norristown PA Corporate Environments, A One Point Company Bethlehem PA Delaney Brothers Cranberry Township PA Easley & Rivers, Inc. MONROEVILLE PA Educational Furniture Solutions Norristown PA Ethosource, LLC Morgantown PA Facility Works Lemoyne PA Formcraft Interiors Folcroft PA Indoff (PA3) Pittsburgh PA Indoff (PA5) Pittsburgh PA Indoff (PA9) Harrisburg PA Kershner Office Fumiture King of Prussia PA McCartney's Inc. Altoona PA Natural Office Furniture, LLC Pittsburgh PA Nolt's Discount Office Fumiture Ephrata PA Office Environments, Inc. (PA) Bristol PA Office Fumiture Source Feasterville PA Pulman Interiors Scranton PA Sanner Office Supply Erie PA Storage Concepts, Inc. Ambler PA Supplysource, Inc. (PA1) Williamsport PA Tanner Fumiture Harrisburg PA Target Office Products Pittsburgh PA The Phillips Group Harrisburg PA Today's Home Inc/TH Trade Pittsburgh PA Today's Systems Bala Cynwyd PA Top To Bottom Interiors, Inc Altoona PA Total Office Interiors (PA) Montgomeryville PA TransAmerican Office Fumiture, Inc Philadelphia PA Tri-State Office Fumiture, Inc McKees Rocks PA W.B. Mason (Erie) Pittsburgh PA W.B. Mason (Oaks) Phoenixville PA W.B. Mason (PA2) Philadelphia PA W.B. Mason (PA3) Allentown PA W.B. Mason (PA4) York PA W.B. Mason (PA5) North Versailles PA W.B. Mason (Pittsburgh/Export) N. Versailles PA Westmoreland Telephone Company (WTC) dba/ Westmoreland Contract Furniture (V Greensburg PA Workscape, Inc Pittsburgh PA WorkSpace Solutions, Inc. (PA) Pittsburgh PA Caribbean Office Design Ponce PR 13 of 17 AIS Authorized Dealers Dealer Company Name City State Contract Design Group, LLC Hato Rey PR Distribuidora Blanco Bayamon PR Innovative Office Solutions Guaynabo PR Krone Contract Fumiture San Juan PR LF@Office Interiors San Juan PR Multidesk Aguada PR Office Design Solutions Rio Grande PR Office Space Contractors Caguas PR Systronics Tres Monjitas Hato Re PR Esteves Trading & Logistics Group, Inc. dba Office One San Juan PR Ofi-Start San Juan PR Bureau Extra Technique (B.E.T.) Inc Lachine QC GROUPE AMEUBLEMENT FOCUS INC. Boucherville QC Creative Office Environments (RI) East Providence RI Office Direct Warwick RI Office Fumiture Solutions (RI) Tiverton RI Pannello Systems Portsmouth RI Sheehans Portsmouth RI W.B. Mason Co., Inc. (Cranston) Cranston RI American Pen & Panel, Inc. Rock Hill SC Indoff (SC5) Oak Island SC Indoff (SC7) Lancaster SC Indoff (SC9) Fair Play SC Marketplace Interiors, LLC Mount PLeasant SC PMC Commercial Interiors (Greenville) Greenville SC Wilcox Office Mart (Florence) Florence SC Wilcox Office Mart of Charleston N. Charleston SC Canfield Business Interiors Sioux Falls SD Office Peeps Inc Watertown SD HBI Office Plus Regina SK Indoff (SC10) Seneca SC Spaces Interior Design North Sioux City SD A & W Office Supply & Design, Inc. Knoxville TN A -Z Office Resource, Inc (TN1) - DBA West Business Interiors Columbia TN Commercial Environments, Inc. Knoxville TN COS Business Products & Interiors (Chatanooga) Chattanooga TN GBI Brenwoord TN Genesis Interiors Sevierville TN HighbarTrading Co. Memphis TN HiTouch Business Services (TN) LaVergne TN HST Interior Elements Nashville TN ID+A Brentwood TN Indoff (TN2) Tullahoma TN Indoff (TN7) Jackson TN Indoff (TN8) Columbia TN Inner Design Purchasing LLC Brentwood TN Lucas Business Solutions, Inc. Cordova TN Nashville Office Interiors - Nashville Nashville TN Office Fumiture & Related Services, Inc. Nashville TN Office Fumiture Concepts- Nashville Nashville TN Office Images - Nashville Nashville TN Office Resources, Inc. (ORI) - Nashville Nashville TN Office Scapes, Inc (TN) Bartlett TN OfficeWorks LLC Knoxville TN Spaces Group Cordova TN Synergy Business Environments - Nashville Nashville TN WorkPlace Fumiture Memphis TN Workspace Interiors (TN) Knoxville TN 180 Office Solutions Roundrock TX 1st Class Solutions Lubbock TX Bauhaus Dallas TX Built For Dreams, Inc. Lubbock TX Business Concepts LLC Round Rock TX Business Interiors (TX) Irving TX 14 of 17 A.I S Authorized Dealers Dealer Company Name City State Clark, Duncan & Morris, Inc. Houston TX Coastal Office Solutions Victoria TX Contract Associates of El Paso El Paso TX Core Business Solutions Pharr TX Corporate Outfitters, LTD Houston TX Creative Office Fumiture, Inc. Houston TX Culture Based Interiors (Austin) Austin TX Culture Based Interiors (San Antonio) San Antonio TX DC Interiors - Rio Grande Valley McAllen TX DC Interiors (TX) San Antonio TX Debner + Company Houston TX Embrace Office Interiors Houston TX Facility Interiors, Inc. Carrollton TX Furniture Marketing Group - Austin Austin TX Furniture Marketing Group - Houston Houston TX Furniture Marketing Group - Plano Plano TX Furniture Solutions Dallas TX HBI Office Solutions, Inc. Huntsville TX III Office Resource Group Carrollton TX Indoff (TX16) Austin TX Indoff (TX24) Fort Worth TX Indoff (TX26) Houston TX Indoff (TX27) Lewisville TX Indoff (TX29) Tyler TX Indoff (TX30) El Paso TX Indoff (TX31) El Paso TX Indoff (TX32) Fort Worth TX Indoff (TX33) Lewisville TX Kay Davis Associates Houston TX Lindsey Office Fumiture Houston TX Manning's Beaumont TX Move Solutions Dallas TX Office Boy Inc. Dallas TX Office Fumiture Concepts - Texas Temple TX Office Fumiture Connection (TX) Houston TX Office Fumiture Interiors, Inc. San Antonio TX Office Fumiture Source (TX) Farmers Branch TX Office Interiors Group (OIG) Grapevine TX Royer & Schutts Ft Worth TX S.L.I. Design, Inc. Houston TX SHELBY DISTRIBUTIONS Inc. El Paso TX Spencer + Company Dallas TX Systems Office Furniture, Inc. College Station TX Tascosa Office Machines Amarillo TX The Exceptional Home Center McAllen TX The Luck Company Houston TX The Wells Group, Inc. Houston TX Turnkey Project Services Fort Worth TX Vanguard Environments, Inc. Houston TX Wilson Office Supply Wichita Falls TX Wittigs Office Interiors (Corpus Christi) Corpus Christi TX Wittigs Office Interiors (Houston) Houston TX Wittigs Office Interiors (San Antonio II) San Antonio TX Workscape Designs Round Rock TX WorkSpace Resource (TX) Conroe TX WRG, LLC dba Workplace Resource Group Carrollton TX CCG, LLC Salt Lake City UT Interior Solutions (UT) Salt Lake City UT The Office Products Salt Lake City UT Utah Office Solutions/Bluefin Design Orem UT Amerisys Chantilly VA Atrium Facilities & Interiors Vienna VA Creative Ashland VA DC Interiors (VA) Casias VA 15 of 17 AIS Authorized Dealers Dealer Company Name City State Design Business Fumiture, Inc. Woodbridge VA DK Workspaces, LLC Richmond VA FurnitureSpeak, Inc. Fairfax VA Indoff (VA7) Richmond VA Indoff (VA8) Portsmouth VA JMJ Corporation Henrico VA Miller's Supplies at Work Lorton VA Modem Environments Virginia Beach VA MOI (VA2) Richmond VA MOI (VA3) Virginia Beach VA New Day Office Products and Fumishings Suffolk VA NxVet, LLC Woodridge VA Office Environments International Arlington VA Pilato, Counts, and Arrington (PC & A) Norfolk VA reDistrict Alexandria VA SCS Integrated Support Solutions, LLC (VA) Manassas VA Smith Contract Fredericksburg VA Sumner Furniture Sterling VA Tactical Office Solutions Hampton VA Vision Business Products Newington VA W.B. Mason (VA) Winchester VA Washington Group Solutions Falls Church VA Washington Workplace Arlington VA Workplace Solutions, Inc. Virginia Beach VA OSV Group Inc. Fountain VC Office Armor (NOAH) Virginia Beach VA Exterus Business Furniture Shelburne VT Office Environments (VT) South Burlington VT W.B. Mason (VT) South Burlington VT W.B. Mason (VT2) Lyndonville VT APEX Facility Resources Inc. Kent WA BAM Office Interiors Vancouver WA BRAG Investments Inc dba Saxton Bradley Kent WA Brutzman's Office Solutions Richland WA Complete Office (WA) Seattle WA Contract Resource Group, Inc (WA) Spokane WA Davis Furniture & Equipment inc. Spokane WA Duckys Office Fumiture Seattle WA Global Commercial Furnishings, Inc. Spokane WA Great Spaces Coeur d' Alene WA HLW Workspace Solutions inc Gig Harbor WA Indoff (WA3) Tacoma WA Indoff (WA4) Bonney WA Integrity Interior Solutions, LLC Kent WA Keeney's Office Supply Redmond WA Legacy Group Renton WA MRG dba Workpointe Seattle WA Northwest Modular Systems Fumiture Tukwila WA Open Plan LLC Leavenworth WA OpenSquare Seattle WA Peoplespace (WA) Seattle WA Re -Juiced Studio LLC Edmonds WA RW Sales Office Fumiture Vancouver WA Sound Office Solutions Kirkland WA The Creative Office Olympia WA Total Office Concepts, Inc (WA) Walla Walla WA Trico Office Interiors Bellingham WA Working Spaces Pacific, Inc. (WA) Kirkland WA Omega Commercial Interiors Morgantown WV Affordable Office Interiors - Madison Madison WI Brothers Business Interiors Milwaukee WI CJ & Associates, Inc. New Berlin WI Indoff (W I4) Onalaska WI M & M Office Interiors - Middleton Middleton WI 16 of 17 APS Authorized Dealers Dealer Company Name City State M & M Office Interiors, Inc. Pewaukee WI Nordon Business Environments Appleton WI Office Enterprises, Inc. Weston WI RCS Commercial Interiors Milwaukee WI School Specialty (TX) Greenville WI Schroeder Solutions New Berlin WI Spin Business Group Wausau WI Capitol Business Interiors (WV1) Charleston WV Indoff (WV1) Wheeling WV Indoff (WY4) Cheyenne WY Wyoming Office Products & Interiors Casper WY 17 of 17 AIS OMNIA Partners, Public Sector Contract # R191801 Systems, Casegoods, Tables, Universal & Specials (All finish grades) DIVI FAST TRACK Seating Services Effective 05/01/2020 — 04/30/2025 Last Updated: 11/08/2023 Based on Current Commercial Price Lists Entire AIS Product Offering is available on OMNIA Discounting for Matrix, Divi, MWall, A02, Universal, Oxygen, Aloft, PowerBeam, PowerBench, Calibrate Community, Calibrate Series, Tables and Specials List Price of Order OMNIA Member Discount $1-$45,000** 74% $45,001-$110,000 79% $110,001-$325,000 81% $325,001 + Negotiable Steel Storage Cabinets & Bookcases (S -CAB and S -BC model #'s only) $1 + 65% **All orders under $17,500 list will have a 15% of net freight charge. Discounts do not include delivery and installation. Discounting is for all finish grades. All AIS Specials and any custom product within these product categories are available on contract. Discounting for Divi Fast Track List Price of Order OMNIA Member Discount $17,500-$45,000*** 76% $45,001-$110,000 81% $110,001-$325,000 82% $325,001 + Negotiable ***Orders less than $6,000 net will have a small order charge of $100 per order. Divi Fast Track items cannot be combined with non-Divi Fast Track items for deeper discounting. Discounts do not include delivery and installation. Must use all Divi Fast Track finish options and qualifying products. Must be complete workstations. To qualify, full workstations must consist of panels, worksurfaces and storage (upper and/or lower storage). Discounting for Seating including Divi Fast Track Seating (freight included) List Price of Order OMNIA Member Discount $1 + 57% Discount does not include delivery and installation. Seating cannot be combined with Systems, Casegoods, Tables, Universal & Specials category for deeper discounting. Service OMNIA Member Rate (not to exceed) Design $65/hour Project Management $85/hour Installation Negotiable Approved Price Lists: Current Commercial Price Lists. Freight & Delivery: • All orders under $17,500 list will have a 15% of net freight charge. Does not apply to seating. Any questions, email omniapartners(a�ais-inc.com OMNIA PARTNERS PROGRAM AIS and OMNIA Partners work closely together to make ordering furniture simple and easy. AIS provides quality office and contract furnishings produced at our headquarters in Leominster, MA. Our diverse cross section of products are perfect for office, educational, and institutional use. Whether you're looking for tables, seating, storage, or desking solutions, we have what you need. And, if you happen to be looking for them quickly, we can do that too. Best of all, it won't break the bank. OMNIA Partners is the purchasing organization that provides immense purchasing power and industry -leading suppliers to public sector, educational, and non-profit organizations. With no cost to participate and no minimum order requirements, organizations of any size have the ability to purchase the products, services and solutions they need at volume discount prices that would be nearly impossible to attain individually. No project is too small to reap the benefits of this competitively solicited contract. To learn more visit: To learn more, visit: OMNIA Partners & AIS Overview. Save Time + Money With A Competitively Sourced Cooperative Contract AIS & OMNIA Partners Lead Agency: Region 4 ESC -TX Contract Number: R191801 Last updated: 11/2023 OMPA R T N E NIR SA® AI S FURNITURE FOR PRIVATE OFFICES OR MEETING SPACES Calibrate® Series has you covered —case closed. This collection of high -quality laminate casegoods and conferencing solutions looks great and performs well year after year. You'll appreciate the many finish choices, hardware options and styles to choose from. Calibrate Private Office with Height Adjustable Cantilevered Return and L Shelves. Shown with Devens Task and Side Chair. Calibrate Conferencing Table with Boat Top, Three Bases and Incorporated Power and Data. Shown with Devens Task Seating, Calibrate Private Office with Height Adjustable Table in Bookcase Base. Shown with Auburn Chair and Grafton Side Chair. Calibrate End Panel Table at Standing Height with Pierce Stools. 2 A RANGE OF WORKSTATIONS TO SUPPORT YOUR TEAMS Open Plan Open landscape offices continue to resonate. And we've got the right products to fill 'em —like Divi® and Matrix®. These panel -based systems offer high panels for privacy and low panels that keep employees close to the action. For benching, we designed Day -to -Day® PowerBeam and PowerBench—two proven desking solutions for the open plan. With a variety of storage and screen options, we've got the open plan solutions to help define space and support individual needs. Divi Linear with Channel Mounted Screens, Devens Task Chair and Mobile Pedestal Storage. Matrix with Quarter Glass Panels, Tri-Wheel Laminate Mobile Whiteboard to divide stations, and Calibrate Storage. Day -to -Day PowerBeam and Height Adjustable Tables with Slimline Screens. Day -to -Day PowerBench with Slimline Screens and Suspended Caddy. 3 YOU'LL APPRECIATE EVERTHING THAT'S POSSIBLE WITH AIS AIS Training Rooms Flip top, height adjustable and powered table options create flexible, interactive and effective training rooms. Choose from a variety of seating to support users' comfort and wellbeing. i AIS Lounge Spaces Individual, small team, or collaborative meeting spaces provide comfort, relaxation and dedicated focus time. AIS Cafe Spaces Create engaging and flexible spaces with the level of technology support you need. 4 STORE YOUR STUFF, PULL UP A CHAIR, AND TAKE A SEAT AT ONE OF OUR TABLES Storage AIS' extensive statement of line - including lateral files, bookcases, wardrobes, suspended storage, pull-out pantry towers, personal storage, and lockers - will solve any storage need. With robust construction, tight tolerances, precision ball bearings and heavy weight shelf supports, AIS Storage will perform year after year. ■ Seating When your team needs a place to sit, AIS has you covered with high -performing seating for workspaces, cafes and lounges, collaborative areas, training and conference rooms, and everywhere else. And when they need it fast, new seating can be on its way in a few days with the AIS Express Seating program. ■ , • Tables From Monday meetings to Friday deadlines, AIS Tables deliver choice, value, and flexibility you can count on, Formal, informal, training, collaborative, cafe, height -adjustable, occasional — whatever you need. 5 CONTRACT to. CONTACT INFORMATION OMNIA Partners Furniture, Installation and Related Services Region 4 ESC -TX Contract Number: R191801 May 1, 2020 to April 30, 2025 OMNIA Partners national cooperative contract has been competitively solicited and publicly awarded by Region 4 Education Service Center and can be viewed here. Find an AIS Rep near you omniapartnersCaais-inc.com or call 800.434.7400 Systems, Casegoods, Tables, Universal, Accessories & All Screens Discounting for all finish grades List Price of Order OMNIA Participant Discount $1-$45,000 74% $45,001-$110,000 79% $110,001-$325,000 81% 5325,001 + Negotiable Steel Storage Cabinets and Bookcases (S -CAB and S -BC model #'s only) $1 + 65% For orders under $1Z500list, a small freight fee applies. Divi Fast Track Discounting for Divi Fast Track List Price of Order OMNIA Participant Discount $17,500 -$45,000 76% $45,001-$110,000 81% 5110,001 -$325,000 82% 5325,001-F Negotiable Divi Fast Track items cannot be combined with non-Divi Fast Track items for additional discounting. Seating Discounting for Standard, Express, and Divi Fastrack Programs List Price of Order OMNIA Participant Discount 51+ 57% Seating cannot be combined with Systems, Casegoods, Tables, Universal, and Specials category for deeper discounting. Please contact your AIS representative to verify current pricing, fees, delivery, and installation. 6 ORDERING INFORMATION How to Place an OMNIA Partners Order with AIS rO CONTACT © REQUEST QUOTE Q SEND P.O. Q P.O. REVIEW Contact an Authorized AIS Dealer. Our authorized AIS Dealer will provide a detailed quote and instructions for placing your order. Send your completed P.O. directly to our authorized AIS Dealer. Our Authorized AIS dealer will review your order for accuracy and discuss current leadtimes, delivery and installation. SUBMIT ORDER Our AIS Authorized Dealer will submit your order to AIS and will coordinate and communicate details on the shipment and delivery of your products. What to include on your purchase order: - AIS Contract number: R191801. - PO's may be issued to the authorized dealer or directly to AIS, c/o the dealer. - Complete shipping information and contact details. Please contact your AIS representative to verify current pricing, fees, delivery, and installation. ONE OF THE FASTEST GROVVIN ES E. INDUSTRY f *Mkt tIt a, ON AIS P ANT I/5 N E 800.434.7400 1 978.562.7500 1 www.ais-inc.com 111/2023