Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contracts & Agreements_133-2014_CCv0001.pdf
AGREEMENT FOR OFFICE PARTITIONS AND INSTALLATION SERVICES This agreement for supply and installation of office partitions ("Agreement") is made and entered into this 1st day of July, 2014 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City"), and G/M Business Interiors ("Contractor"). City and Contractor are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Contractor agree as follows: ARTICLE 1 -ENGAGEMENT OF CONTRACTOR 1.1 City hereby retains Contractor to supply and install office partitions and furniture at the City's Development Services offices (the "Services") located at 35 Cajon Street in the City of Redlands. 1.2 Contractor and its subcontractors shall possess all appropriate State contractors' licenses required for the performance of the Services, and shall not be debarred pursuant to Labor Code sections 1777.1 and 1777.7. ARTICLE 2 - RESPONSIBILITIES OF CONTRACTOR 2.1 The specific Services which Contractor shall perform are more particularly described in Exhibit "A," which is attached hereto and incorporated herein by this reference. 2.2 Contractor shall comply with all applicable federal, state and local laws and regulations in the performance of the Services including, but not limited, to all applicable Labor Code and prevailing wage laws and non-discrimination laws, and the Americans with Disabilities Act. Pursuant to Labor Code section 1773.2, copies of the prevailing rates of per diem wages as determined by the Director of the California Department of Industrial Relations for each craft, classification or type of worker needed to perform the Services are on file at City's Municipal Utilities and Engineering Department, located at the Civic Center, 35 Cajon Street, Suite 15A (Mailing: P.O. Box 3005), Redlands, California 92373. 2.3 Contractor acknowledges that if it violates the Labor Code provisions relating to prevailing wages that City may enforce such provisions by withholding payments to Contractor or its subcontractors pursuant to Labor Code section 1771.6. 2.4 If Contractor executes an agreement with a subcontractor to perform any portion of the Services, Contractor shall comply with Labor Code sections 1775 and 1777.7, and shall provide the subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. Contractor acknowledges that the statutory provisions establishing penalties for failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and 1813. 2.5 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776 regarding payroll records maintenance, certifications, retention and inspection. 2.6 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor Code section 1810. 2.7 Contractor shall comply with the provisions of Labor Code section 1777.5 as to apprenticeships, and Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. 2.8 Contractor shall guarantee the Services against defective materials or workmanship for a period of (1) year from the date of City's issuance of a Notice of Completion for the Services, except where longer warranty periods are specifically provided by manufacturer of equipment installed in connection with the provision of the Services. During the (1) one year warranty period, should Contractor fail to remedy defective material and/or workmanship, or to make replacements within five (5) days after written notice by City, it is agreed that City may make such repairs and replacement and the actual cost of the required labor and materials shall be chargeable to and payable by Contractor or his surety. All work which has been rejected by City, shall be remedied, or removed and replaced by the Contractor at its own expense. Any defective material or workmanship which may be discovered before final acceptance of the Services or within (1) one year from the completion date specified in the Notice of Completion, shall be corrected immediately by Contractor at its own expense notwithstanding that such defects may have been overlooked in previous inspections and estimates. Failure to inspect work at any stage shall not relieve the Contractor from any obligation to perform sound and reliable work as herein described. It is Contractor's responsibility to deliver at the time of final acceptance a completed project that complies in all details with this Agreement. City will endeavor to locate any errors or defective materials or workmanship and call them to the attention of Contractor prior to subsequent work being performed. However, City is under no obligation to do so and shall not be held liable because errors or defective material or workmanship by Contractor are not discovered prior to subsequent work. Nothing in this section shall be construed to limit the rights of City to immediately correct conditions which may be unsafe or which may pose a public health nuisance. Should said conditions later be found to be caused by defective material and/or workmanship, Contractor and its surety shall reimburse City for costs reasonably incurred while attending the situation. ARTICLE 3 - PERIOD OF SERVICE 3.1 Contractor shall commence the Services upon City's delivery to Contractor of a written "Notice to Proceed." 3.2 Contractor shall complete the Services by July, 29, 2014 and after the date of the City's issuance to Contractor of the Notice to Proceed. ARTICLE 4 - PAYMENT AND NOTICE 4.1 City shall pay Contractor the sum of Twelve Thousand Six Hundred Sixty Seven Dollars and Thirty Five Cents ($12,667.35) as complete compensation for the Services. 4.2 Payments by City to Contractor shall be made within thirty (30) days after City's receipt and approval of Contractor's invoice, by warrant payable to Contractor. 4.3 All notices shall be made in writing and shall be given by personal delivery or by mail. Notices sent by mail shall be addressed as follows: City: Contractor: Mike Nelson William F. Easley Development Services Department G/M Business Interiors City of Redlands 1099 La Cadena Drive P.O. Box 3005 Riverside, CA 92501 Redlands, CA 92373 When so addressed, such notices shall be deemed given upon deposit in the United States mail; in all other instances, notices, bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this section 4.3. ARTICLE 5 - INSURANCE AND INDEMNIFICATION 5.1 All insurance required by this Agreement shall be maintained by Contractor throughout Contractor's performance of the Services, and shall be primary with respect to City and non- contributing to any insurance or self-insurance maintained by City. 5.2 Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Contractor is self-insured or exempt from the workers' compensation laws of the State of California. Contractor shall provide City with Exhibit "C," entitled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference prior to occupancy of the Premises. 5.3 Contractor shall secure and maintain in force throughout its performance of the Services comprehensive general liability insurance, with carriers acceptable to City, with minimum coverage of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate for public liability, property damage and personal injury. City shall be named as an additional insured and the insurance policy shall include a provision prohibiting modification of coverage limits or cancellation of the policy except upon thirty (30) days prior written notice to City. A certificate of insurance and endorsements shall be delivered to City prior to commencement of the Services. 5.4 Contractor shall secure and maintain in force throughout its performance of the Services business automobile liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall include all Contractor owned vehicles used for the Services, hired and non-owned vehicles, and employee non-ownership vehicles. City shall be named as an additional insured and the insurance policy shall include a provision prohibiting modification of coverage limits or cancellation of the policy except upon thirty (30) days prior written notice to City. A certificate of insurance and endorsements shall be delivered to City prior to commencement of the Services. 5.5 Contractor shall indemnify, hold harmless and defend City and its elected officials, employees and agents from and against any and all claims, losses and liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent or intentionally wrongful act or omission of Contractor, and its officers, employees and agents, in performing the Services. 5.6 Contractor is expressly prohibited from assigning any of the work associated with the Services without the prior written consent of City. In the event of agreement by the Parties to assign a portion of the Services, Contractor shall add the assignee as an additional insured to its insurance policies and provide City with the insurance endorsements prior to any work being performed by the assignee. Assignment does not include printing or other customary reimbursable expenses that may be provided for in this Agreement. ARTICLE 6 - GENERAL CONSIDERATIONS 6.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to recover its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party. 6.2 All documents, records, drawings, electronic data files and data base, photographic prints and negatives, designs and specifications, cost estimates, and other documents developed by Contractor for the Services shall become the property of City and shall be delivered to City upon completion of the Services. 6.3 Contractor is, for all purposes under this Agreement, an independent contractor with respect to the performance of the Services and not an employee of City. All personnel employed by Contractor to perform the Services are for its account only, and in no event shall Contractor or any personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of, City. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the Parties. 6.4 Unless earlier terminated as provided for below, this Agreement shall terminate upon completion and acceptance of the Project by City. 6.5 City may terminate this Agreement for any reason, at any time at its sole discretion, upon five (5) calendar days prior written notice to Contractor. 6.6 Upon receipt of a termination notice, Contractor shall (1) promptly discontinue all work associated with the Services and (2) deliver or otherwise make available to City, copies of any data, design calculations, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by Contractor in performing the Services. Contractor shall be compensated on a pro-rata basis for any work completed up until notice of termination. 6.7 This Agreement, including the exhibits incorporated by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein and any prior negotiations, proposals and agreements relating to the subject matter hereof are superseded by this Agreement. Any amendment to this Agreement shall be in writing and approved by City and Contractor. 6.8 This Agreement shall be governed by and construed in accordance with the laws of the State of California. IN WITNESS WHEREOF, duly authorized representatives of the Parties have signed in confirmation of this Agreement. CITY OF REDLANDS G/M BUSINESS INTERIORS Tina Kundig, Finance Director, William F. Easley, ViG President/CFO ATTEST: Sam I in it Clerk EXHIBIT "A" Scope of Services (See attached) 7 51:1 Business Interiors 'Elevate your Workofece"'m Project ID/Who&Where : Date: . .. Quotation DEVELOPMENT SERVICES DEPT 7/1/2014 97262 SILL TO: . 1420 SHIP TO: . . - : ' -• CITY OF REDLANDS CITY OF REDLANDS (35 CAJON) 1P.O. BOX 3005 35 CAJON STREET SUITE 15A REDLANDS CA 92373 REDLANDS CA 92373 MIKE NELSON Phone: (909)335-4755 MIKE NELSON Phone: (909)335-4755 Fax: Fax: 1Tledge that I have inspected color samples,fabrics and finishes specified for the products included in this order.I am satisfied the products as specified are suitable for my intended purpose.I am fully aware that this is a custom order and it is non-returnable. Legal title for my order will transfer upon receipt to my jobsite location,whether commercial or personal residence.The cost of inside delivery,staging,setting in place,assembly,leveling,cleaning,polishing and recycling of waste materials are additional services that are quoted separately and are hereby elected as an additional contract option. , ,Approved by: . i. , - Print Name Date ---.1 Product Counts: Systems 0 Desk Units 0 Tables 0 Files 0 Chairs 0 Storage 0 Ancillary 1 Product Summary I Scope of Work OPTION I -PREVAILING WAGE QUOTE FOR: HERMAN MILLER CANVAS FOR: DEVELOPMENT SERVICES DEPT LEAD-TIME 4-6 WEEKS SCOPE OF WORK: 1) G/M TO RECEIVE, INSPECT AND SET IN PLACE (1) EA LOT PANELS NEEDED TO DIVIDE SPACE PER ATTACHED APPROVED DRAWING (1) EA PARTS NEED TO COMPLETE DESIGN OF EXISTING WORKSTATION PER APPROVED DRAWING 2) G/M TO CALL MIKE NELSON TO SCHEDULE SERVICES SERVICES: SERVICES TO KNOCK DOWN ONE ETHOSPACE WORKSTATIONS PER ATTACHED APPROVED DRAWING FROM : 210 E CITRUS AVE, REDLANDS CA 92373 AND DELIVER AND INSTALL AT 35 CAJON STREET, 1ST FLOOR PER ATTACHED APPROVED DRAWING Account Executive: Gayatri Morris(gmorrisAgmbi.net) Project PAS: Shawn Gutierrez AMA: Crystal Del Rio(cdelrioAgmbi.net) Page: 1 of 4 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business interiors 1099 W. La Cadena Drive, Riverside CA, 92501 http://www.gmbi.net GIM Quotation # 97262 I A WhoIWhatANhere List List Ext Sell Set Ext • LOT 1 SYSTEMS 31,280.00 31,280.00 8,755.46 8,755.46 Description: Non-Tax Srvcs. Taxable Srvcs, Freight Design Fee PANELS TO DIVIDE SPACE PER ATTACHED APPROVED .00 .00 .00 .00 DRAWING BOM: See Attached Bill of Materials .,.Piece Count 214 . . . . . f B Who/What/Where List List Ext Sell Sell Ext i I LOT 1 EXISTNG STATION PARTS 1,457.00 1,457.00 466.24 466.24 1 __,4 Description: Non Tax Srvcs. Taxable Srvcs. Freight Design Fee : PARTS NEED TO COMPLETE DESIGN OF EXISTING .00 .00 .00 .00 WORKSTATION INTO NEW SPACE BOM: See Attached Bill of Materials Piece Count 10 Account Executive: Gayatri Morris(qmorrisAgmbinet) Project PAS: Shawn Gutierrez AMA: Crystal Del Rio(cdelrioRgmbi.net) Page:2 of 4 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 1099 W. La Cadens Drive, Riverside CA, 92501 http://www.gmbi.net GIM Quotation # 97262 C Who/VNhat/Where List List Ext Sell Sell Ext LOT 0 Z G/M Services .00 .00 .00 .00 Description: Non-Tax Srvcs. Taxable Srvcs. Freight Design Fee G/M TO DISSASSEMBLE AND RELOCATE EXISTING 878.23 1,694.15 .00 .00 WORKSTATION ***PREVAILING WAGE*** G/M Furniture Planning Services,if applicable,include field measurements,drawing AutoCAD building shells,developing typical workstations and private office standards,space planning typicals into the floorplan,developing furniture color schemes, order specifications and receiving client approvals for all drawings and color schemes for order entry. G/M Project Management Services include drawings and field measure checks,order scheduling&routing,electrical consulting with contractors,field checks,monitoring construction progress along with delivery,assembly,punchlist coordination through final completion. G/M Project Services include receiving and inspecting of each product,shipping damage adjudication with vendors, transporting product if applicable,staging of products,delivery, setting in place of all furniture,level clean and polishing of all items,vacuum floors and recycling of all waste products associated with the furniture project. G/M Punchlist Services include formulation of the project punchlist,ordering and receiving of punchlist products,and delivery and assembly to finalize the punchlist and project. G/M Warranty Services Department is provided to offer clients our no-charge warranty service work for all furniture protected under valid factory warranties.G/M maintains electronic copies of our Client's invoices for warranty enforcement.For service requests,our Warranty Department may be contacted via e-mail at warran •mbi.net BOM:See Attached Sill of Materials Piece Count: Product Subtotal:. $9,221.70 Services (Taxable) $1,694.15 Freight(Taxable) $0.00 Services (Non-Taxable) $878.23 Project App. Spec. (Non-Taxable) $0.00 Taxable Subtotal: $10,915.85 Non-Taxable Subtotal: $878.23 Sales Tax(8.000%) $873.27 Account Executive: Gayatri Morris(gmorrisRgmbi.net) Project PAS: Shawn Gutierrez AMA: Crystal Del Rio(cdelrioA,gmbi.net) Page: 3 of 4 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 http://www.gmbi.net GIM Quotation # 97262 (IND 111111 /1/ 1- 111/111 I M rra Ncy,A, 01-c:et-al:de IIIii Total: $12,667.35 Kluct at Delivery-Std Terms/Invoice Services at Completion 100% $12,667.35 Account Executive: Gayatri Morris(gmorrisagmbimet) Project PAS: Shawn Gutierrez AMA: Crystal Del Rio(cdelrio( qmbi.net) Page:4 of 4 800-686-6583 800-686-6583 Fax: 951-684-0837 GIM Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 http://www.gmbi.net CITY OF REDLANDS 6/24/2014 2' F DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 A GI Quote# 97262 03 Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS GM HARDWARE <untagged> 1 3 WALL ANCHORS .00 .00 6.82 20.46 WALL ANCHORS • • Tag: SYSTEMS 2 3 WALL ANCHORS .00 .00 6.82 20.46 WALL ANCHORS • • Tag: SYSTEMS 3 2 WALL ANCHORS .00 .00 6.82 13.64 °A WALL ANCHORS • • Tag: SYSTEMS 4 1 WALL ANCHORS .00 .00 6.82 6.82 % WALL ANCHORS • • Tag: SYSTEMS 5 1 WALL ANCHORS .00 .00 6.82 6.82 WALL ANCHORS • • Tag: SYSTEMS 6 1 WALL ANCHORS .00 .00 6.82 6.82 % WALL ANCHORS • • Tag: SYSTEMS HERMAN MILLER <untagged> 7 2 FT110.6818N 198.00 396.00 54.95 109.90 72.25 % +Frame,Base Covers, no knockouts 68H 18W CN • Base Finish • +metallic champagne Tag: SYSTEMS 8 2 FT110.6818N 198.00 396.00 54.95 109.90 72.25 % +Frame,Base Covers, no knockouts 68H 18W CN • Base Finish • +metallic champagne Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page: 1 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 (� f DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 A Quote# 97262 Ca lel Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 9 1 FT110.6824N 209.00 209.00 58.00 58.00 72.25 % +Frame,Base Covers, no knockouts 68H 24W CN • Base Finish • +metallic champagne Tag: SYSTEMS 10 1 FT110.6824N 209.00 209.00 58.00 58.00 72.25 % +Frame,Base Covers, no knockouts 68H 24W CN • Base Finish • +metallic champagne Tag: SYSTEMS 11 1 FT110.6824N 209.00 209.00 58.00 58.00 72.25 % +Frame,Base Covers, no knockouts 68H 24W CN • Base Finish • +metallic champagne Tag: SYSTEMS 12 3 FT110.6830N 219.00 657.00 60.77 182.31 72.25 % +Frame,Base Covers, no knockouts 68H 30W CN • Base Finish • +metallic champagne Tag: SYSTEMS 13 5 FT110.6830N 219.00 1,095.00 60.77 303.85 72.25 % +Frame,Base Covers, no knockouts 68H 30W CN • Base Finish • +metallic champagne Tag: SYSTEMS 14 2 FT110.6830N 219.00 438.00 60.77 121.54 72.25 % +Frame,Base Covers, no knockouts 68H 30W CN • Base Finish • +metallic champagne Tag: SYSTEMS 15 1 FT110.6830N 219.00 219.00 60.77 60.77 72.25 % +Frame,Base Covers, no knockouts 68H 30W CN • Base Finish • +metallic champagne Tag: SYSTEMS 16 2 FT110.6830N 219.00 438.00 60.77 121.54 72.25 % +Frame,Base Covers, no knockouts 68H 30W CN • Base Finish • +metallic champagne Tag: SYSTEMS 17 4 FT110.6836N 230.00 920.00 63.83 255.32 72.25 % +Frame,Base Covers, no knockouts 68H 36W CN • Base Finish • +metallic champagne Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page:2 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 �jj DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 A �'f� Quote# 97262 �� 1�1 CO Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 18 2 FT110.6836N 230.00 460.00 63.83 127.66 72.25 % +Frame,Base Covers, no knockouts 68H 36W CN • Base Finish • +metallic champagne Tag: SYSTEMS 19 4 FT110.6836N 230.00 920.00 63.83 255.32 72.25 % +Frame,Base Covers, no knockouts 68H 36W CN • Base Finish • +metallic champagne Tag: SYSTEMS 20 2 FT110.6836N 230.00 460.00 63.83 127.66 72.25 % +Frame,Base Covers, no knockouts 68H 36W CN • Base Finish • +metallic champagne Tag: SYSTEMS 21 1 FT110.6836N 230.00 230.00 63.83 63.83 72.25 % +Frame,Base Covers, no knockouts 68H 36W CN • Base Finish • +metallic champagne Tag: SYSTEMS 22 2 FT110.6842N 241.00 482.00 66.88 133.76 72.25 % +Frame,Base Covers, no knockouts 68H 42W CN • Base Finish • +metallic champagne Tag: SYSTEMS 23 1 FT110.6842N 241.00 241.00 66.88 66.88 72.25 % +Frame,Base Covers, no knockouts 68H 42W CN • Base Finish • +metallic champagne Tag: SYSTEMS 24 2 FT112.18AP 30.00 60.00 8.33 16.66 72.25 % +Frame Top Cap,Standard Ptd 18W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 25 2 FT112.18AP 30.00 60.00 8.33 16.66 72.25 % +Frame Top Cap,Standard Ptd 18W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 26 1 FT112.24AP 32.00 32.00 8.88 8.88 72.25 % +Frame Top Cap,Standard Ptd 24W CN • Surface Finish • +metallic champagne Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page:3 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 G! I DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 Quote# 97262 03I Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 27 1 FT112.24AP 32.00 32.00 8.88 8.88 72.25 % +Frame Top Cap,Standard Ptd 24W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 28 1 FT112.24AP 32.00 32.00 8.88 8.88 72.25 % +Frame Top Cap,Standard Ptd 24W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 29 3 FT112.30AP 35.00 105.00 9.71 29.13 72.25 % +Frame Top Cap,Standard Ptd 30W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 30 5 FT112.30AP 35.00 175.00 9.71 48.55 72.25 % +Frame Top Cap,Standard Ptd 30W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 31 2 FT112.30AP 35.00 70.00 9.71 19.42 72.25 % +Frame Top Cap,Standard Ptd 30W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 32 1 FT112.30AP 35.00 35.00 9.71 9.71 72.25 % +Frame Top Cap,Standard Ptd 30W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 33 2 FT112.30AP 35.00 70.00 9.71 19.42 72.25 % +Frame Top Cap,Standard Ptd 30W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 34 4 FT112.36AP 39.00 156.00 10.82 43.28 72.25 % +Frame Top Cap,Standard Ptd 36W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 35 2 FT112.36AP 39.00 78.00 10.82 21.64 72.25 % +Frame Top Cap,Standard Ptd 36W CN • Surface Finish • +metallic champagne Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page:4 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 DEVELOPMENT SERVICES DEPT 4:26:46 PM 0A Gi Quote# 97262 03 Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 36 4 FT112.36AP 39.00 156.00 10.82 43.28 72.25 % +Frame Top Cap,Standard Ptd 36W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 37 2 FT112.36AP 39.00 78.00 10.82 21.64 72.25 (1/0 +Frame Top Cap,Standard Ptd 36W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 38 1 FT112.36AP 39.00 39.00 10.82 10.82 72.25% +Frame Top Cap,Standard Ptd 36W CN • Surface Finish •+metallic champagne Tag: SYSTEMS 39 2 FT112.42AP 43.00 86,00 11.93 23.86 72.25 % +Frame Top Cap,Standard Ptd 42W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 40 1 FT112.42AP 43.00 43.00 11.93 11.93 72.25 % +Frame Top Cap,Standard Ptd 42W CN • Surface Finish • +metallic champagne Tag: SYSTEMS 41 1 FT121.257 92.00 92.00 25.53 25.53 72.25% +Conn 90,Universal,2way,90 deg-for 57H frames and higher • • Tag: SYSTEMS 42 1 FT121.257 92.00 92.00 25.53 25.53 72.25% +Conn 90,Universal,2way,90 deg-for 57H frames and higher • Tag: SYSTEMS 43 1 FT121.257 92.00 92.00 25.53 25.53 72.25 % +Conn 90,Universal,2way,90 deg-for 57H frames and higher • • Tag: SYSTEMS 44 1 FT121.357 102.00 102.00 28.31 28.31 72.25 % +Conn 90,Universal,3way-for 57H frames and higher • • Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page:5 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 A �•(� Quote# 97262 CCI _ Department: SYSTEMS PO# Sales Order# Discount List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 45 1 FT121.357 102.00 102.00 28.31 28.31 72.25 % +Conn 90,Universal,3way-for 57H frames and higher • • Tag: SYSTEMS 46 1 FT121.357 102.00 102.00 28.31 28.31 72.25 +Conn 90,Universal,3way-for 57H frames and higher • • Tag: SYSTEMS 47 1 FT123.168BP 64.00 64.00 17.76 17.76 72.25 % +Conn Cover 90-Deg, 1 Side Covered,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 48 1 FT123.168BP 64.00 64.00 17.76 17.76 72.25 % +Conn Cover 90-Deg, 1 Side Covered,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 49 1 FT123.168BP 64.00 64.00 17.76 17.76 72.25 % +Conn Cover 90-Deg, 1 Side Covered,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 50 1 FT123.268BP 77.00 77.00 21.37 21.37 72.25 +Conn Cover 90-Deg, 2 Sides Covered,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS • 51 1 FT123.268BP 77.00 77.00 21.37 21.37 72.25 +Conn Cover 90-Deg,2 Sides Covered,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 52 1 FT123.268BP 77.00 77.00 21.37 21.37 72.25 +Conn Cover 90-Deg, 2 Sides Covered,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 53 1 FT126.2AP 31.00 31.00 8.60 8.60 72.25 +Top Cap,Conn 90-Deg, Connects-2 Frame Top Caps,90-Deg Ptd CN • Surface Finish • +metallic champagne Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page:6 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 Quote# 97262 Ca Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 54 1 FT126.2AP 31.00 31.00 8.60 8.60 72.25 % +Top Cap,Conn 90-Deg,Connects-2 Frame Top Caps,90-Deg Ptd CN • Surface Finish • +metallic champagne Tag: SYSTEMS 55 1 FT126.2AP 31.00 31.00 8.60 8.60 72.25 % +Top Cap,Conn 90-Deg,Connects-2 Frame Top Caps,90-Deg Ptd CN • Surface Finish • +metallic champagne Tag: SYSTEMS 56 1 FT126.3AP 31.00 31.00 8.60 8.60 72.25 % +Top Cap,Conn 90-Deg,Connects-3 Frame Top Caps Ptd CN • Surface Finish • +metallic champagne Tag: SYSTEMS 57 1 FT126.3AP 31.00 31.00 8.60 8.60 72.25 % +Top Cap,Conn 90-Deg,Connects-3 Frame Top Caps Ptd CN • Surface Finish • +metallic champagne Tag: SYSTEMS 58 1 FT126.3AP 31.00 31.00 8.60 8.60 72.25 % +Top Cap,Conn 90-Deg,Connects-3 Frame Top Caps Ptd CN • Surface Finish • +metallic champagne Tag: SYSTEMS 59 4 FT128.68 28.00 112.00 7.77 31.08 72.25 % +Connection Hardware, Frame-to-Frame 68H • • Tag: SYSTEMS 60 4 FT128.68 28.00 112.00 7.77 31.08 72.25 % 4-Connection Hardware, Frame-to-Frame 68H • • Tag: SYSTEMS 61 4 FT128.68 28.00 112.00 7.77 31.08 72.25 % 4-Connection Hardware, Frame-to-Frame 68H • • Tag: SYSTEMS 62 2 FT128.68 28.00 56.00 7.77 15.54 72.25 % +Connection Hardware, Frame-to-Frame 68H • • Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page: 7 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 2pm ' DEVELOPMENT SERVICES DEPT 4:26:46 PM A Quote# 97262 Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 63 1 FT128.68 28.00 28.00 7.77 7.77 72.25 +Connection Hardware, Frame-to-Frame 68H • • Tag: SYSTEMS 64 1 FT128.68 28.00 28.00 7.77 7.77 72.25 % +Connection Hardware, Frame-to-Frame 68H • • Tag: SYSTEMS 65 4 FT160.68BP 74.00 296.00 20.54 82.16 72.25 % +Finished End,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 66 4 FT160.68BP 74.00 296.00 20.54 82.16 72.25 % +Finished End,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 67 3 FT160.68BP 74.00 222.00 20.54 61.62 72.25 % +Finished End,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 68 1 FT160.68BP 74.00 74.00 20.54 20.54 72.25 % +Finished End,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 69 1 FT160.68BP 74.00 74.00 20.54 20.54 72.25 % +Finished End,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS 70 1 FT160.68BP 74.00 74.00 20.54 20.54 72.25 % +Finished End,Base Cover Ptd 68H CN • Surface Finish • +metallic champagne Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page:8 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 2 GiMDEVELOPMENT SERVICES DEPT 4:26:46 PM 0 Quote# 97262 Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 71 4 FT180.6318T 205.00 820.00 56.89 227.56 72.25 % +Tile,Full-Height,Tackable Fabric 63H 18W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X Colors • +tressel honey white Tag: SYSTEMS 72 4 FT180.6318T 205.00 820.00 56.89 227.56 72.25 +Tile,Full-Height,Tackable Fabric 63H 18W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X Colors • +tressel honey white Tag: SYSTEMS 73 2 FT180.6324T 219.00 438.00 60.77 121.54 72.25 +Tile,Fuli-Height,Tackable Fabric 63H 24W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X Colors • +tressel honey white Tag: SYSTEMS 74 2 FT180.6324T 219.00 438.00 60.77 121.54 72.25 % +Tile,Full-Height,Tackable Fabric 63H 24W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X Colors • +tressel honey white Tag: SYSTEMS 75 2 FT180.6324T 219.00 438.00 60.77 121.54 72.25 % +Tile,Full-Height,Tackable Fabric 63H 24W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X Colors • +tressel honey white Tag: SYSTEMS 76 6 FT180.6330T 237.00 1,422.00 65.77 394.62 72.25 % +Tile,Full-Height,Tackable Fabric 63H 30W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X Colors • +tressel honey white Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page:9 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 2 m • DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 A IT j•I11 Quote# 97262 I !tl Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 77 10 FT180.6330T 237.00 2,370.00 65.77 657.70 72.25 % +Tile,Full-Height,Tackable Fabric 63H 30W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 78 4 FT180.6330T 237.00 948.00 65.77 263.08 72.25 % +Tile,Full-Height,Tackable Fabric 63H 30W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 79 2 FT180.6330T 237.00 474.00 65.77 131.54 72.25 % +Tile,Full-Height,Tackable Fabric 63H 30W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 80 4 FT180.6330T 237.00 948.00 65.77 263.08 72.25 % +Tile,Full-Height,Tackable Fabric 63H 30W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 81 8 FT180.6336T 289.00 2,312.00 80.20 641.60 72.25 % +Tile,Full-Height,Tackable Fabric 63H 36W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 82 4 FT180.6336T 289.00 1,156.00 80.20 320.80 72.25 % +Tile,Full-Height,Tackable Fabric 63H 36W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page: 10 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 • 2" GDEVELOPMENT SERVICES DEPT 4:26:46 PM 0 iFil Quote# 97262 CC Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 83 8 FT180.6336T 289.00 2,312.00 80.20 641.60 72.25 % +Tile,Full-Height,Tackable Fabric 63H 36W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 84 4 FT180.63361 289.00 1,156.00 80.20 320.80 72.25 % +Tile,Full-Height,Tackable Fabric 63H 36W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag:,SYSTEMS 85 2 FT180.6336T 289.00 578.00 80.20 160.40 72.25 % +Tile,Full-Height,Tackable Fabric 63H 36W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 86 4 FT180.6342T 307.00 1,228.00 85.19 340.76 72.25 % +Tile,Full-Height,Tackable Fabric 63H 42W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 87 2 FT180.6342T 307.00 614.00 85.19 170.38 72.25% +Tile,Full-Height,Tackable Fabric 63H 42W CN • Horizontal Bead • +metallic champagne 4X • Fabric • +tressel-Pr Cat 2 06 • 4X_Colors • +tressel honey white Tag: SYSTEMS 88 3 FT190.68 77.00 231.00 21.37 64.11 72.25 % +Wall Start 68H • • Tag: SYSTEMS 89 3 FT190.68 77.00 231.00 21.37 64.11 72.25 % +Wall Start 68H • • Tag: SYSTEMS Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page: 11 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 2 DEVELOPMENT SERVICES DEPT 4:26:46 PM 0 Quote# 97262 Department: SYSTEMS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended SYSTEMS HERMAN MILLER <untagged> 90 2 FT190.68 77.00 154.00 21.37 42.74 72.25 % +Wall Start 68H • • Tag: SYSTEMS 91 1 FT190.68 77.00 77.00 21.37 21.37 72.25 % +Wall Start 68H • • Tag: SYSTEMS 92 1 FT190.68 77.00 77.00 21.37 21.37 72.25 +Wall Start 68H • • Tag: SYSTEMS 93 1 FT190.68 77,00 77,00 21.37 21.37 72.25 % +Wall Start 68H • • Tag: SYSTEMS Product Subtotal: $8,755.46 Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page: 12 AMA: Erin Carter CITY OF REDLANDS 6/24/2014 DEVELOPMENT SERVICES DEPT 4:27:27 PM 0 Quote# 97262 03 Department: EXISTNG STATION PARTS PO# Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended EXISTNG STATION PARTS HERMAN MILLER <untagged> 1 1 ZERLA 353.00 353.00 112.96 112.96 68.00 % +Sq-Edge Vinyl Rect WS,Lam Top 24 • Depth • +24"deep 48 • Width • +24"deep x 48"wide 9A • Back Edge/Cord • +cable management trough, no gap (standard Ethospace gap) 1X • Top Color • +vanilla LU • Edge Color • +soft white CN • Supports Cable I• +metallic champagne NA • Support Option • +no supports(order supports separately) Tag: EXISTNG STATION PARTS 2 1 E1250.38S 80.00 80.00 25.60 25.60 68.00 % +Fin End,Std 38H CN • Surface Finish • +metallic champagne Tag: EXISTNG STATION PARTS 3 8 E1420.1648F 128.00 1,024.00 40.96 327.68 68.00 % +Tile,Face Fabric 16H 48W 7.J • Surface Finish • +avalon-Pr Cat 2 06 • 7J Colors • +avalon freshwater Tag: EXISTNG STATION PARTS Product Subtotal: $466.24 Account Executive: Gayatri Morris Project PAS: Shawn Gutierrez Page: 1 AMA: Erin Carter .1 11-4' 4' Jr 4-r i $4 i s°2 b°a° ..,__— NEW WINDOW NEW WINDOW -- --� - —_— J 1 _ , 1- Zr '-,1H, i --cr Z,.._—. ®IS:4s1mD JO..m PE MY C Wall ral w'a q .O :I _— 1..- INSP. RA'I'ROOM - L7 in .V.. NCR]e"WIDE COCK II .,f!_ o 1 - - - - WONEN'S * Ing I ® �1 ... raw cent arcs ,I BATHROOM w �/ _ -_ I+VAC F IIT IEG'C. —_ µ Nno WMY,D WC.C,'sirk CO.Ms� 4 it ID pSTS V]IrM:IN MS Ir- __._- —-_ - _ --_ r . I—w IaAM - a r.Isleu nrculrAt m I . I FaCIFV I.0,,IUS.ra,owrs A+w sw.,cles.w VDT s.arw FOR,F • .z,mD D r Es m], NW RED al C �1. E= e e { ON:R IMA Q.s.ll NE llD CDA Cmt °,HeSHI w It Ca1W�L �:1 z NPNY 4l INQUIRED.DU,01,s m PIC riELO. I Ln 7 rnc)5E © CONE. RN. -3 POr Wk vad. .WINDOWS w0 ODORS APr — ---- l. m p .VANOOWSSHOWN NO DOOORS°T.Jnr SHOWi.'Nr WALLS. ..WRAC, S l°NAP,rµy SITES AND Or,nms w Ir csO I nrcPE NT-nvI _ _ �sw�s W+w'n4 u¢,Ivc rPuc�i ° 1-rr ID,' '� �— - U 1 �.,,c m Hs xY TN( wRllP a Rl two eEr°xs �� --. - — —` Z r IranrueO wm1 ra rnoxe* I O U 7 's COPY ROOM L - it L �� PNip[rua t,z�mc [w N•; S'-IC 1'i' win MN.4 PEEom 51""�` I Ho0vs i l x LX'ST•NG 13J-.DING N x,w N ROOM (NO1 St IOWN) AAD 4 ZI 1 a a' i .7I I +1 II k. 0 // a f E cane IIII Y�1 :. P 4i' -- -. - "- l er FILL e 0157.Aa-Pi'.:.:ncnanllR a ROOv coca Niw raw Ilea e 1(,a cim,e17 D a p w1n 'I Huw nwi .. rear • ® P )111-114: ,I�. '.ORwA, A 1D DRYA'VAj IIItour II MOO coo■ - - - _- _- e 1; - + art:risa URORc oN r..A' Nw :3 a. ® �� ' FIR SI SDn 1': ''O MS.,lrmc a'Ws 00,11 AM`5 II � 111 11 n us we IC'W x 1`v� ® I ®- ip _. " _ r. . --- -6 -w,r vow A 4.r 3.-10 , N 1 I Ir S to I R-r I:\08 Design Riv\Projects\CITY OF REDLANDS\Redland♦♦♦s,Ca\35 Cajon St.Suite 15A\CAD\F-COR-35-1.dwg,6/24/2014 1:52:1fif ff 7 PM, ff SHAWN 5° 2° NEW WI \DOW ii -- IIIWALL START I O) '1 00 GL, I SII I' 1 r I Cn C .. c❑❑ , 11 0000 1Z \ 5p . 3'-41" co WALL START , 68/36N 68/36N 68/30Nc ,' CoI ' I)\/ 31 H MIT Zo I' 4.1: coo I o NI �1 AN co WALL START I I:\08 Deign Riv\Projects\CITY OF REDI,ANOS\Redlands,Ca\35 Cajon St.Suite 15A\CAD\F-COR-35-1.dwg,6/24/2114 1:52:51 PM, SHAWN / ti . , .. Herman Miller, Inc. 3D View • 111 IT_ 1 1 1 1 1 I I 0110•41%11% , Allommoimoilii , 1:\08 Design Riv\Projects\CITY OF REDLANDS\Redlands,Ca\35 Cajon St Suite 15A\CAD\F-COR-35-1.dwg,6/24/2014 2:11:08 PM, SHAWN n i ® L.C) �, I ire I Pe) 0 I 1 70/48G COOB 30"6 1 -4 4' ca S 41 i WALL START ) 3 II X x x X ...0...... 1 6 , N0£189 NO£/',;1 I 0 D:1 41 411i 1 --16.. IL I a i i , 11 CibX�Z i . , , , .. 1 , J 11 _ T 1 , 0 , \ - 09t/i3S9t/9t 171_511 \08 Design Riv\Projects\CIT(OF REDLANDS\Redlan / P.\08ds,Ca\35 Cajon St.Suite 15A\CAD\F-COR-3S-1.dwg,6/24/20141:53:19 PM, SHAWN Customer I ---r--- „ i . , y ,: ......:. •.„ „....., �P+glruvq ..p,". m'gfiav^'Zq ,,,, i ... , ,,,,...,,,,r,_,._„,,,,,;;.,„:„.,,,•:,,,,„„..„.:.,,„.„,,...._,,,5?„,„,,„:„..„,.„,„,::„..„.„ . ... .. ....,. ..... . _..., 't,'-'44-,:.A":-:.i .f.It'l.,.1, 7-it.sWi:T.!A,!,,X*,Asil.' .,7.,:.' ' ',.4W,I,',4-J:3k7W _ i • t a yy ,��,, ...,,... .... ...-..._.._....�_.._ - —'1 ' L R"axy� • _3 0 C) 1 1 Z-Axis®Software under license from Herman Miller,Inc.(1(41.0)author ._ _ _ -- - -- ---- - - -- -- - -- -- - Customer 1 57048G AE, cn E► E IH Canvas Well-Ba A d A- N0E99 NOB89 Ai A� In D) E IG: J N C/ E IG L) •B V, 'ES 0948CS F, 2-AHannan xisA Software under license from Hean Miller,Inc.(v41.0) author —-- Customer a N a_ Canvas Wall-Based .. I K► J O' :4l4 03 8V/VZSM Z-Axis®Software under license from Herman Maier,Inc.(v41.0) suthor - - Customer ® Ethospace OO Ethospace OE Ethospace FP FP WC 1 TF1 - RT- I I 1 WC 1 1 I FF1 FF1 FF1 i FF1 I I - it - - -- — I I FP l' FP FP FP I - 1 I 3848 7048 7048 7048 I ® Ethospace OH Ethospace OI Ethospace • i FF1 J limmi_.... 1111111.1, - I I FF1 I I MIMI FF1 1 FF1 FP II 1 FF1 PD. Pp. lI I - - 7048 7048 7048 1:8T03 Wicker Nheat author Z-Axis®Software under license from Herman Miller,Inc.(v41.0) ROOM t zg, 16 0 RI E ol 4 •I...4 ci. "7 tli 8 8'‘ ) Q.) 4, .0 *ALL START 1-L--. ..----iit j I 1 -H ri) 1' . C3 21 co 14 ,9, §1 . Ca ' f, 1 i t 0 1 6 0 cz I 0003 a) -o Ilia „ E ! WAR,START ?I) WALL STA., CO a I 88118N 68130N 68/30N OL r -,, >t i NOE/89 NOE/89 3'-1 a" N9 V89 3-1 M W PAIN1111S ROOM 3-1 1-9--" 1 6 4 il" WALS AND CEILING NI W V) WALL BRANT 0 88142N _ , Z '-i 3'-'7 ___ 0 i E F-) a L I — LUCG LL 6 w .-, o ; g 9 0 o , 1 - / 1 ,.. 3' , 0 1 -- WAIL IMO — \ \ N9E,/99 Nt089 I i co . I m 0004 PROJECT* 97262 I DATE 6/11/2014 ACCOUN1 EXEC • iGAYATRI MORRIS PAS S.GUTIERREZ bzi • CHECKED BE , I P, W) I 1 i DRAWING - Fa MIX I 2 I 1 REVISIONS OM XXXXXXO DAZ XXSX)XCX [ 1001 %/MAW I CD ao4 xxxxxxxx = DOS XXXX.XX301 i Cal/ALL START (I) DRAWING LPLE DWG NAME I. -— - , ':1 — \ \ \ SCALE: \ X/X=r-0" ' i \ \ SHEET t 3'-IO" I6'-3" / of- / # # I:\08Design Riv\Projects\CITY OF REDLANDS\Redlands,Ca\35 Cajon St.Suite 15A\CAD\F-COR-35-1.dwg,6/24/2014 1:53:53 PM, SHAWN Herman Miller, Inc. 3D View I 0000 L\08 Design Riv\Projects\CITY OF REDLANDS\Redlands,Ca\35 Cajon St.Suite 15A\CAD\F-COR-35-1.dwg,6/24/2014 2:14:53 PM, SHAWN N \J I 1 \_J V V I N ) • 010 0 o � � o $ I ( C005 co 6�� WALL START 3'-41 CID cti x x x x % x x NZ17/89 N9E/89 N9E/89 C C003 WALL START 68/30N 68/30N 31-1 6 W AND DR` WAI NLW DOORWAY WALL START 42N ►'� 3'-7�„ 1 - Z I:\08 Design Riv\Projects\CITY OF REDLAN i' . . ,,. �.,. on St. ite 15A\CAD -COR-35-1.dwg,6/24/2014 1:54:17 PM, SHAWN Herman Miller, Inc. 3D View i I:\08 Design Riv\Projects\CITY OF REDLANDS\Redlands,Ca\35 Cajon St Suite 15A\CAD\F-COR-35-1.dwg,6/24/2014 2:15:43 PM, SHAWN _.. 2,\ i \ , \ ,,,, ,... 10 _XS [ NC , luJII \C \ -1- S �C)ON Drx) ISI OCA ' AS \ HI i) ELOCA E ELECTRIC 30X F V OV F WA. I_ AND CAS: \ EW DX - WAYO -L \I \C 39 "X82 " II 1 NiZ/89 " w 0006 ' o 11 Z I11rnw NI W 2X WAI , 1Z AND WA`s OQ WALL START A \ L , I:\08 Design Riv\Projects\CITY OF REDLAND• Red! nds,Ca\35 Cajon St.Suite 15A\CAD\F-COR-35-1 wg,6 /2014 2:16:45 PM, SHAWN Herman Miller, Inc. 3D View -401011111111111111111111111.11.1.11111111111.17 I:\08 Design Riv\Projects\CITY OF REDLANDS\Redlands,Ca\35 Cajon St.Suite 15A\CAD\F-COR-35-1.dwg,6/24/2014 2:17:19 PM, SHAWN GOING INTO C008 AREA. EXISTING 70/30N 70/48G 7,0148G. z of — r �. cv, w co w z d88 0 ti1 1 _ G g \. Ii N0E10L 9817101 08ti101 1:\08 Design Riv\Projects\CITY OF REDLANDS\Redlands,Ca\35 Cajon St.Suite 15A\CAD\F-COR-35-1.dwg,6/24/2014 2:05:29 PM, SHAWN CITY OF REDLANDS I QUOTE # 97262 HERMAN MILLER ETHOSPACE PARTS FOR WORKSTATION ',.4.**-1.4tIllik 0! s,-(7.:1e.; . .j...‘ .... r P ►r +lj, 7l{dk rr•��4 "Jl�1"1 r> 4 Y oc ....,�'g 1 ,�,,f :�'ii X71 • ii,.it V. ,TO 463 :4 8_ lith1�14 . fad 17 e •, opt, 13 FABRIC TILES: ". J 1X VANILLA 7J06 AVALON FRESHWATER _ j 4 VINYL EDGE: FRAME/TRIM: LU SOFT WHITE CN METALLIC CHAMPAGNE CITY OF REDLANDS I QUOTE # 97262 HERMAN MILLER CANVAS PANELS TO DIVIDE SPACE ' ti f f ,J f'I "• 4'"t^.*,.: rrti;.,g4 }.--:;:ke,„: ',!` .'.a:' 04 11.'0' ! s rr f! h ( ti ill',y 'Tie►: •1 ...M/kh `f: -A,i:..,;,,r,,(.141�y�.�,., ___M ,,;dif •.4Ary,/1, "y; 'i !. 1, �,rd„del , l.�,;.i. ki ` • -,,:„G;',.,, ' ' , ,`` , S .;y4 r .l `.. yr I� f.mr it k ,�- ;.5;f� '^• .• J �'� 'h a1. ',•S rTa r '.1�xJ 1' 'L, ,�i t ,s FABRIC TILES: 4X06 TRESSEL HONEY WHITE 11111111%%0 iiiiiiiiiiiiiii 1111111.1111111111111%M FRAME/TRIM: CN METALLIC CHAMPAGNE EXHIBIT "B" WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of industrial Relations, a certificate of consent to self-insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees. CHECKECONE v I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement. (Labor Code §1861). l affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if i employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self-insure, or a certification of workers' compensation insurance. I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. G/M Business Interiors Date: '7 /z(i({ By: c-th+ -9- William William F. Easley, Vice President/CFO ATTACHMENT "C" INTERGOVERNMENTAL PIGGYBACK REQUEST FORM RDIILNDS "Acn Dur WORKS" Intergovernmental/ Piggyback Contract Use Request (Attach to PR form) The Development Services department requests the purchase of the following item(s) from: Original Contracting Entity: County of San Bernardino — GM Business Interiors Contract#: 10-209 Contract Term: 04/13/201 — 04/12/2015 Method of original contract award: X Competitive o Non-Competitive, based on: Preferred source Sole _Single source Emergency Other: Does the original contract contain language contemplating contract extension to additional users? X Yes No Please attach: vendor agreement to sale to the City AND Entity agreement/contract language allowing Piggyback Description of Product/Service intend to acquire Unit Price Total Office partitions See quote See quote Grand Total See quote Vendor: Delivery/Service Location GM Business Interiors Contact: Contact: Mike Nelson Gayatri Morris Telephone: Address 1 : 909-335-4755, Ext. 1 1099 W. La Cadena Drive Department: Development Services Address 2: Address 1 : _35 Cajon Street City/State/Zip: Address 2: Riverside, CA 92501 Redlands, CA 92373 Telephone: Additional 909-327-5782 Comments Fax: 951-684-0837 Web/E-Mail: gmorris@gmbi.net 7 Purchasing Agent Approval: ` _ � Date: 1 l y City Manager Approval: /:,4 _ �:Y` tip= - r '�'� -� � c\\\ Y�i1 ATTACHMENT "D" SAN BERNARDINO COUNTY BOARD APPROVAL 4 t REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA AND RECORD OF ACTION June 15, 2010 FROM; LAURIE ROZKO, Director Purchasing Department SUBJECT: AMENDMENT TO SYSTEMS/FREESTANDING FURNITURE CONTRACTS RECOMMENDATION(S1 Approve Amendment No. 1 to the following Agreements to expand the participation clause to include public agencies throughout the State of California. a. GIM Business Interiors No. 10-209 b. Tangram Interiors No. 10-212 (Affected Districts: All) (Presenter: Laurie Rozko, Director, 387-2074) BACKGROUND INFORMATION County Policy 11-05 requires departments to obtain Board of Supervisors (Board) approval for services in excess of $100,000. On April 13, 2010 (Item No. 75) the Board approved six agreements for Systems/Freestanding Furniture, Filing Systems, and Seating. The participation clause in the agreements included Municipalities, School Districts, and other Tax Districts within the County of San Bernardino. On May 26 and June 1, 2010, the Purchasing Department received requests from neighboring public agencies to utilize the County of San Bernardino contract for upcoming furniture purchases. Both vendors support the requests. Under the terms of the Agreement, the County is not liable for any purchase made between the vendor and another governmental body who uses the contract. This action would amend the participation clause, and all other contractual terms would remain the same. FINANCIAL IMPACT None. This action is to extend the above contracts to other entities for use. REVIEW BY OTHERS This item was reviewed by County Counsel (Michelle Blakemore, Principal Assistant County Counsel, 387-5445) on May 28, 2010, and by the County Administrative Office (Kathy Kubesh, Principal Administrative Analyst, 387-4636) on June 1, 2010. ctIon • Board cc: Purchasing-Candelaria w/agree Reco of Supervisors I, tit nl'f. ' Contractorc/o Dept w/agree A RICI,VED (CONS NST CALENDAR) ACR-Acct Pay Mgr w/agree 'OF SAN (3,ElkNARDINO EBIX do Risk w/agree Purchasing-Rozko ft IQiJEtY, Slentors , . County Counsel-Blakemore MOTION SECOND CAO-Kubesh k'-'ABiENT.- MOVE/ AYE AYE ',, ;;•... 2. 1" File-w/agree jr 6/17/10 6 ‘1-1 711-1 - LAURA H. ' • • -OF 'ARD ITEM 89 BY "Vgb.a, e.2 •••,. 070BRI DATED: June 15, sic•-•• • FOR COUNTY USE ONLY New Vendor Code Dept. Contract Number _a Change A $14 GOFORTH271 SC PUR 10-209 A-1 Cancel County Department Dept. Orgn. Contractors License No. PURCHASING PUR PUR County Department Contract Representative Telephone Total Contract Amount County of San Bernardino Michael Candelaria (909)387-2463 F A SContract Type n !Revenue fl Encumbered tRI Unencumbered fl Other: STANDARD CONTRACT It not encumbered or revenue contract type,provide reason: Commodity Code Contract Start Date Contract End Date Original Amount Amendment Amount 42500 4/13110 4/12/13 Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No Amount Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJIJOB No. Amount Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount Project Name Estimated Payment Total by Fiscal Year FY Amount I/D FY Amount IID THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereinafter called the County, and Name G/M Business Interiors hereinafter called Vendor Address 1099 W. La Cadena Drive Riverside, CA 92501 Telephone Federal ID No.or Social Security No. (909)856-4974 95-2091271 IT IS HEREBY AGREED AS FOLLOWS: (Use space below end additional bond sheets. Set forth service to be rendered,amount to be paid,manner of payment, time for performance or completion, determination of satisfactory performance and cause for termination,other terms and conditions,and attach plans,specifications,and addenda,if any.) Amendment No. 1 Amend Agreement No. 10-209 with G/M Business Interiors (Vendor)as follows: 1. Amend Section C. General Requirements Clause 9. Participation as follows: The County desires that Public Agencies, Municipalities, School Districts, and other Tax Districts within the "State of California" requiring System/Case goods furniture may at their option and through the County Purchasing Agent, avail themselves of this Agreement. Upon notice, in writing, the Vendor agrees to the extension of the terms of a resultant contract with such Governmental bodies as though they have been expressly identified in this bid, with the provision that: a. Such Governmental Body does not have and will not have in force any other contract for like purchases. Auditor/Controller-Recorder Use Only 0 Contract Database 0 FAS Input Date Keyed By Page 1 of 2 • • b. Such Governmental body does not have under consideration for award any other bids or quotations for like purchases. c. Such Governmental body shall make purchases directly through and to the vendor. The County will not be liable for any such purchase made between the Vendor and another Governmental body who avails themselves of this contract. All other terms and conditions of Agreement No. 10-209 shall remain unchanged. / / / / / COUNTY AN BER Ri 1111 G/M Business Interiors (Print or type name of co -oratio ,.,.. pany,contractor,etc.) I By Gary C. Ovitt, Ch an, Board of Supervisors (Authorized signature-sign in blue ink) JUN 1 5 2010- Dated: Name Stephen L. Easley •...:� (Print or type name of person signing contract) SIGNED AND CER•.• I►P . H, ••;•PY OF THIS DOCUMENT HA: D 4.14' li p"i•.• THE Title President/CEO CHAIRMAN 0 .' fr SRO; ., '. '� (Print or Type) OLau :H WelcliN rf ; Dated 06/02/10 •• t 'Certi'o• h } � 1'#,i,Xtpardpf Su:1rvisors ofjt�le,COunt.A Ber -rdino By Address 1099 W. La Cadena Drive tr�ti� U� Riverside. CA 92501 •••proved as • Leg• Dlh Reviewed by Contract Compliance -resented to BOS for Signatur i• 41. County Couns71111 Department Head / Date ' 1--10 Date Date co — 7 -la Revised 1/13/2009 Page 2 of 2 ATTACHMENT "E" SAN BERNARDINO COUNTY CONTRACT l' I wiecit i FOR COU 'SE ONLY l New Vendor Code Dept. iterCt ottram b Change GOFORTH271 SC PUR At County Department Dept. Orgn. Contractor's License No. PURCHASING PUR PUR - County Department Contract Representative Telephone Total Contract Amount County of San Bernardino Michael Candelaria (909)387-2463 $ F A S Contract Type n evenue fl Encumbered g Unencumbered Cl Other: STANDARD CONTRACT If not encumbered or revenue contract type,provide reason: I Commodity Code Contract Start Date Contract End Date Original Amount Amendment Amount 42500 4/13/10 4/12/13 Fund Dept. OrganIzatIon Appr. Obj/Rev Source -GRC/PROJ/JOB No Amount $ i . Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount $ J I Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount $ I I Project Name Estimated Payment Total by Fiscal Year FY Amount I/O FY Amount I/D THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereinafter called the County, and Name G/M Business Interiors hereinafter called Vendor Address 1099 W. La Cadena Drive . Riverside, CA 92501 Telephone Federal ID No.or Social Security No. (909)856-4974 95-2091271 IT IS HEREBY AGREED AS FOLLOWS: (Use space below and additional bond sheets. Set forth service to be rendered, amount to be paid,manner of payment,time for performance or completion, determination of satisfactory performance and cause for termination,other terms and conditions,and attach plans, specifications,and addenda,if any.) This Agreement is entered into as of April 13, 2010 between G/M Business Interiors (hereinafter referred to as Vendor) and the County of San Bernardino(hereinafter referred to as County). RECITALS WHEREAS, the County of San Bernardino desires to designate a vendor of choice to provide and install systems/freestanding furniture, filing systems, and seating to all County departments, AND WHEREAS, the County conducted a competitive process to find vendors able to provide the necessary services, AND _ V. r r _ _V" — .._ Auditor/Controller-Recorder Use Only 0 Contract Database 0 FAS Input Date Kayed By Page 1 of 16 • WHEREAS, G/M Business Interiors has been evaluated by the County Purchasing Department (hereinafter referred to as Purchasing) and has been determined to have the necessary skills to provide services under the terms and conditions provided herein, NOW, THEREFORE, the County designates G/M Business Interiors as a vendor of choice to provide and install systems/freestanding furniture, filing systems, and seating to all County departments as follows: A. TERM OF AGREEMENT The term of this Agreement is for three (3) years, beginning April 13, 2010 and ending April 12, 2013, plus two (2)one-year options to extend the Agreement at the County's discretion upon satisfactory performance. The County reserves the right to terminate the entire Agreement with a thirty (30) day written notice of termination in the event the Vendor does not perform service in a satisfactory manner. The County and the Vendor each reserve the right to terminate the Agreement, for any reason, with a sixty (60) day written notice of termination. Such termination may include all or part of the services described herein. The Director of Purchasing for the County shall have the right to exercise the County's authority under this Agreement including the right to extend the Agreement and/or give notice of termination on behalf of the County at its sole discretion. B.GENERAL AGREEMENT TERMS 1. TAXES County is exempt from Federal excise taxes and no payment shall be made for any personal property taxes levied on Vendor or on any taxes levied on employee wages. The County shall only pay for any State or local sales or use taxes on the services rendered or equipment and/or parts supplied to the County pursuant to the Agreement. 2. NOTIFICATION REGARDING PERFORMANCE In the event of a problem or potential problem that could impact the quality or quantity of work, services, or the level of performance under the Agreement, the Vendor shall notify the County within one (1) working day, in writing and by telephone. 3. CONFLICT OF INTEREST Vendor shall make all reasonable efforts to ensure that no County officer or employee, whose position in the County enables him/her to influence any award of the Agreement or any competing offer, shall have any direct or indirect financial interest resulting from the award of the Agreement or shall have any relationship to the Vendor or officer or employee of the Vendor. 4. IMPROPER CONSIDERATION Vendor shall not offer (either directly or through an intermediary) any improper consideration such as, but not limited to cash, discounts, service, the provision of travel or entertainment, or any items of value to any officer, employee or agent of the County in an attempt to secure favorable treatment regarding the Agreement. The County, by written notice, may immediately terminate any Agreement if it determines that any improper consideration as described in the preceding paragraph was offered to any officer, employee or agent of the County with respect to the proposal and award process. This prohibition shall apply to any amendment, extension or evaluation process once an Agreement has been awarded. Vendor shall immediately report any attempt by a County officer, employee or agent to solicit (either directly or through an intermediary) improper consideration from Vendor. The report shall be made to the supervisor or manager charged with supervision of the employee or to the County Administrative Office. In Revised 1/13/2009 Page 2 of 16 ' the event of a termination under this provision, the County is entitled to pursue any available legal remedies. 5. INACCURACIES OR MISREPRESENTATIONS If in the course of Agreement, if the County determines that Vendor has made a material misstatement or misrepresentation or that materially inaccurate information has been provided to the Counb/, the Vendor may be terminated from the RFP process or in the event an Agreement has been awarded, the Agreement may be immediately terminated. In the event of a termination under this provision, the County is entitled to pursue any available legal remedies. 6. EMPLOYMENT OF FORMER COUNTY OFFICIALS Vendor agrees to provide or has already provided information on former County of San Bernardino administrative officials (as defined below) who are employed by or represent Vendor. The information provided includes a list of former County administrative officials who terminated County employment within the last five years and who are now officers, pdnc/pa(a, partnero, associates or members of the business. The information also includes the employment with or representation of Vendor. For purposes of this provision, "County administrative official" is defined as a member of the Board of Supervisors or such officer's staff, County Administrative Officer or member of such officer's otaff. County department or group head, assistant department or group head, or any employee in the Exempt Group, Management Unit or Safety Management Unit. 7. OWNERSHIP OF DOCUMENTS All documenta, data, produoUa, gnophica, computer programs and reports prepared by Vendor pursuant to the Agreement shall be considered property of the County upon payment for services. All such items shall be delivered to County at the completion of work under the Aonaennent, subject to the requirements of Section III -Termination for Convenience. Unless otherwise directed by County, Vendor may retain copies of such items. 8. RELEASE OF INFORMATION No news ra|emoeo, adve/f|oernantm, public announcements or photographs arising out of the Agreement or Vendor's relationship with County may be made or used without prior written approval of the County. 9. DAMAGE TO COUNTY PROPERTY, FACILUT|ES, BUILDINGS, OR GROUNDS Vendor shall repair, or cause to be repoinad, at its own cost, all damage to County vehicles, haoihUem, buildings or grounds caused by the willful or negligent acts of Vendor or employees or agents of the Vendor. Such repairs shall be made immediately after Vendor becomes aware of such damage, but in no event later than thirty (30) days after the occurrence. If the Vendor fails to make timely repairs, the County may make any necessary repairs. The Vendor, as determined by the County, for such repairs shall repay all costs incurred by the Counhy, by cash payment upon demand, or County may deduct such costs from any amounts due to the Vendor from the County. 10.AIR, WATER POLLUTION CONTROL, SAFETY AND HEALTH Vendor shall comply with all air pollution control, water pollution, safety and health ordinances and statutes, which apply to the work performed pursuant to this contract. 11. DRUG AND ALCOHOL-FREE WORKPLACE In recognition of individual rights to work in a safe, healthful and productive work p|oco, as a material condition of this agreement, the Vendor agrees that the Vendor and the Vendor's emp|oyees, while performing service for the County, on County property, or while using County equipment: . - - - _ _---�-°�-- ----_ Revised 1/13/2009 Page 3 of 16 • a. Shall not be in any way impaired because of being under the influence of alcohol or a drug. b. Shall not possess an open container of alcohol or consume alcohol or possess or be under the influence of an illegal drug. c. Shall not sell, offer, or provide alcohol or a drug to another person. This shall not be applicable to a Vendor or Vendor's employee who, as part of the performance of normal job duties and responsibilities, prescribes or administers medically prescribed drugs. The Vendor shall inform all employees that are performing service for the County on County property, or using County equipment, of the County's objective of a safe, healthful and productive work place and the prohibition of drug or alcohol use or impairment from same while performing such service for the County. The County may terminate for default or breach of this agreement and any other agreement the Vendor has with the County, if the Vendor or Vendor's employees are determined by the County not to be in compliance with above. 12. NOTICE OF DELAYS Except as otherwise provided herein, when either party has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this contract, that party shall, within twenty-four (24) hours, give notice thereof, including all relevant information with respect thereto, to the other party. 13. PRICE GUARANTEE AND PRICE ESCALATION All prices will be considered firm for the entire period of the contract unless otherwise stated. If the Vendor seeks any increases in price, the County requires bona fide proof of cost increases on contracts prior to any price escalation adjustment. A minimum thirty (30) days advance written notice is required to secure such adjustments. No retroactive pricing adjustments will be considered. Written approval of the County must be obtained prior to the effective date of any adjustments. The County may enforce, adjust, or terminate escalating price contracts as it sees fit. C. GENERAL REQUIREMENTS 1. DISCOUNTS Terms of less than thirty (30) days for cash discount will be considered as net. 2. TIME OF DELIVERY Time of delivery is a part of the consideration and must be stated in definite terms and adhered to. Failure to comply can result in a termination for failure to perform in a satisfactory manner. 3. DELIVERY SERVICE AND INSTALLATION All deliveries shall be inside delivery to each County address and department as ordered, and to the specified inside point as directed by the receiving department. County departments will contact and coordinate with vendor's liaison person for delivery and installation, which is included in product pricing. All products shall be supplied on FOB destination basis. Vendor is required to use County's contracted vendors for delivery when applicable as instructed on each purchase order. Goods shall be preserved, packed and marked in accordance with industry standard practice. Prompt delivery and efficient service are essential. Failure to furnish such delivery and service will constitute a breach of this agreement. Delivery shall be made complete as ordered within the time quoted by vendor from receipt of order. Vendor shall deliver each item of an order in one shipment, as partial shipment of an order may be rejected, at the County's option, unless specifically authorized on the order. One invoice shall be provided per one delivery, in the format requested by the receiving department. Revised 1/13/2009 Page 4 of 16 Y Delivery includes uncrating, assembly, installation, if required, and removal of all debris from the premises. Installation services shall include all material tools and labor necessary for acceptance of materials from carrier at ordering departments. Job sites are to be left clean and neat. Any damage to County property caused by the Vendor will be repaired at the Vendor's expense and any repairs will not be accepted unless approved by the County. If installation is required during evening or weekend hours, at times normally considered "overtime" as provided under state law, the Vendor shall provide a hourly charge and the total estimated time of completion before work is to be done. 4. VENDOR'S GUARANTEE In quoting, the Vendor guarantees to make delivery of all items quoted, either from its stock, from warehouse stock, or via manufacturer's shipment. If unavailable from Vendor's stock or if Vendor is unable to secure from warehouse or manufacturer, it shall be the Vendor's responsibility to see that the item is obtained from any other source having the item in stock. In case of default by Vendor, the County may procure the item from other sources and will charge the vendor for excess costs so paid and the prices paid by the County shall be considered to be the prevailing market price at the time such purchase is made. 5. PAYMENT Invoices are payable monthly unless otherwise agreed upon by department. Invoices must reflect both purchase order number and applicable proposal number to initiate payment. 6. INVOICING Invoices shall include the scope of services, retail cost of the item, the cost percentage discount, the cost in dollars, extended cost in dollars and brief descriptions of the products. Invoicing is to be sectioned off with subtotals and a title description per workstation. Freight, if applicable, is to be separated by line item separately. 7. RETURNED MERCHANDISE In quoting, the Vendor agrees to give full credit on returned merchandise resulting from this Agreement, with exception of custom orders. 8. TERMINATION FOR CONVENIENCE The County for its convenience may terminate this Agreement in whole or in part upon sixty (60) calendar days' written notice. Upon such termination, payment will be made to the Vendor for services rendered and expenses reasonably incurred prior to the effective date of termination. Upon receipt of termination notice Vendor shall promptly discontinue services unless the notice directs otherwise. Vendor shall deliver promptly to County and transfer title (if necessary) all completed work, and work in progress, including drafts, documents, plans, forms, data, products, graphics, computer programs and reports. 9. PARTICIPATION The County desires that Municipalities, School Districts, and other Tax Districts within the County of San Bernardino requiring System/Case goods furniture may at their option and through the County Purchasing Agent, avail themselves of this Agreement. Upon notice, in writing, the Vendor agrees to the extension of the terms of a resultant contract with such Governmental bodies as though they have been expressly identified in this bid, with the provision that: a. Such Governmental Body does not have and will not have in force any other contract for like purchases. b. Such Governmental body does not have under consideration for award any other bids or quotations for like purchases. c. Such Governmental body shall make purchases directly through and to the vendor. The County will not be liable for any such purchase made between the Vendor and another Governmental body who avails themselves of this contract. Revised 1/13/2009 Page 5 of 16 10. VOLUME PURCHASE DISCOUNTS The County may, from time to time, have the need for a large individual spot punohaoe, warranting special pricing. Separate quotes with vendors shall be permitted in these cases. 11. NONEXCLUSIVE AGREEMENT This is not an exclusive Agreement. The County reserves the right to enter into an Agreement with other vendors for the same or similar services. The County does not guarantee or represent that the Vendors will be permitted to perform any minimum amount of work, or receive compensation other than on a per order basis, under the terms of this Agreement. 12. INDEMNIFICATION AND INSURANCE REQUIREMENTS Indemnification — The Contractor agrees to indemnify, defend (with counsel reasonably approved by County) and hold harmless the County and its authorized off)cers, employees, agents and volunteers from any and all claims, actions, |osomm, dannages, and/or liability arising out of this contract from any cause vvhatoomvmr, including the acts, errors or omissions of any person and for any costs or expenses incurred by the County ¢n account of any claim except where such indemnification is prohibited by law. This indemnification provision shall apply regardless of the existence or degree of fault of indemnitees. The Contractor's indemnification obligation applies to the County's "active" as well as "passive" negligence but does not apply to the County's "sole negligence" or "willful misconduct" within the meaning of Civil Code Section 2782. Additional Insured — All po|icims, except for the Workers' Compensation, Errors and Omissions and Professional Liability po|idam, shall contain endorsements naming the County and its offinens, ernp|oymes, agents and volunteers as additional insureds with respect to liabilities arising out of the performance of services hereunder. The additional insured endorsements shall not limit the scope of coverage for the County to vicarious liability but shall allow coverage for the County to the full extent provided by the policy. Such additional insured coverage shall be at least as broad as Additional Insured (Form B) endorsement form ISO. CG 2010.11 85. Waiver of Subrogation Rights—The Contractor shall require the carriers of required coverages to waive all rights of subrogation against the County, its off/oers, ennp|oyaem, agentu, vo|unteers, contractors and subcontractors. All general or auto liability insurance coverage provided shall not prohibit the Contractor and Contractor's employees or agents from waiving the right of subrogation prior to a loss or claim. The Contractor hereby waives all rights of subrogation against the County. Policies Primary and Non-Contributory—All policies required herein are to be primary and non-contributory with any insurance or self-insurance programs carried or administered by the County. Severability of Interests — The Contractor agrees to ensure that coverage provided to meet these requirements is applicable separately to each insured and there will be no cross liability exclusions that preclude coverage for suits between the Contractor and the County or between the County and any other insured or additional insured under the policy. Proof of Coverage — The Contractor shall furnish Certificates of Insurance to the County Department administering the contract evidencing the insurance coverage, including endoromrnento, as requ)nad, prior to the commencement of performance of services hereunde,, which certificates shall provide that such insurance shall not be terminated or expire without thirty (30) days written notice to the Department, and Contractor shall maintain such insurance from the time Contractor commences performance of services hereunder until the completion of such services. Within fifteen (15) days of the commencement of this contract, the Contractor shall furnish a copy of the Declaration page for all applicable policies and will provide complete certified copies of the policies and endorsements immediately upon request. Revised 1/13/2009 Page 6 of 16 ' Acceptability of Insurance Carrier— Unless otherwise approved by Risk K8aneQement, insurance shall be written by insurers authorized to do business in the State of California and with a minimum "Best" Insurance Guide rating of"A-V||^. Deductibles and Self-Insured Retention — Any and all deductibles or self-insured retentions in excess of $10,000 shall be declared to and approved by Risk Management. Failure to PnocupeCovanaoe — /n the event that any policy of insurance required under this contract does not comply with the requirements, is not pnocunad, or is canceled and not replaced, the County has the right but not the obligation or duty to cancel the contract or obtain insurance if it deems necessary and any premiums paid by the County will be promptly reimbursed by the Contractor or County payments to the Contractor will be reduced to pay for County purchased insurance. Insurance Review— Insurance requirements are subject to periodic review by the County. The Director of Risk Management or designee is authorized, but not required, to reduce, waive or suspend any insurance requirements whenever Risk Management determines that any of the required insurance Is not available, is unreasonably phoed, or is not needed to protect the interests of the County. In mddiUon, if the Department of Risk Management determines that heretofore unreasonably priced or unavailable types of insurance coverage or coverage limits become reasonably priced or available, the Director of Risk Management or designee is authorized, but not required, to change the above insurance requirements to require additional types of insurance coverage or higher coverage limits, provided that any such change is reasonable in light of past claims against the Counhy, inOation, or any other item reasonably related to the County's risk. Any change requiring additional types of insurance coverage or higher coverage limits must be made by amendment to this contract. Contractor agrees to execute any such amendment within thirty (30) days of receipt. Any fai|une, actual or alleged, on the part of the County to monitor or enforce compliance with any of the insurance and indemnification requirements will not be deemed as a waiver of any rights on the part of the County. The Contractor agrees to provide insurance set forth in accordance with the requirements herein. If the Contractor uses existing coverage to comply with these requirements and that coverage does not meet the specified requirements, the Contractor agrees to amend, supplement or endorse the existing coverage to do so. The type(s) of insurance required is determined by the scope of the contract services. Without in anyway affecting the indemnity herein provided and in addition thereto, the Contractor shall secure and maintain throughout the contract term the following types of insurance with limits as shown: Workers' Conlpmnsabor/Enmo/oyera Liability — A program of Workers' Compensation insurance or a state- approved, self-insurance program in an amount and form to meet all applicable requirements of the Labor Code of the State of California, including Employer's Liability with $250.000 limits covering all persons including volunteers providing services on behalf of the Contractor and all risks to such persons under this contract. If Contractor has no mnnp\oyees, it may certify or warrant to the County that it does not currently have any employees or individuals who are defined as "employees" under the Labor Code and the requirement for Workers' Compensation coverage will be waived by the County's Director of Risk Management. With respect to Contractors that are non-profit corporations organized under California or Federal law, volunteers for such entities are required to be covered by Workers' Compensation insurance. Revised 1/13/2009 Page 7of10 Commercial/General Liability Insurance - The Contractor shall carry General Liability Insurance covering all operations performed by or on behalf of the Contractor providicoverage for bodily injury and property damage with a combined single limit of not less than one million dollars ($1,000,000), per occurrence. The policy coverage shall include: a. Premises operations and mobile equipment. b. Products and completed operations. c. Broad form property damage (including completed operations). d. Explosion, collapse and underground hazards. e. Personal injury. f. Contractual liability. g. $2,000,000 general aggregate limit. Automobile Liability Insurance - Primary insurance coverage shall be written on ISO Business Auto coverage form for all ovvnmd, hired and non-owned automobiles or symbol 1 (any auto). The policy shall have a combined single limit of not less than one million dollars ($1 000,000) for bodily injuryjury and property damage, per occurrence. If the Contractor is transporting one or more non-employee passengers in performance of contract oarviceu, the automobile liability policy shall have a combined single limit of two million dollars /$2.000.000\ for bodily injury and property damage per occurrence. If the Contractor owns no autos, a non-owned auto endorsement to the General Liability policy described above is acceptable. Umbrella Liability Insurance - An umbrella (over primary) or excess policy may be used to comply with limits or other primary coverage requirements. When used, the umbrella policy shall apply to bodily injury/property damage, personal injury/advertising injury and shall include a ^dnopdovxn" provision providing primary coverage for any liability not covered by the primary policy. The coverage shall also apply to automobile liability. 13. RIGHT TO MONITOR AND AUDIT The County shall have absolute right to review and audit all recondm, boohm, papara, doounnents, corporate minutes, and other pertinent items as requested, and shall have absolute right to monitor the performance of Vendor in the delivery of services provided under this Agreement. Vendor shall give full cooperation, in any auditing or monitoring conducted. Vendor shall cooperate with the County in the irnp|onnentation, monitoring and evaluation of this agreement and comply with any and all reporting requirements established by the County. Availability of Records All records pertaining to services delivered and all fiscal, statistical and management books and records shall be available for examination and audit by County representatives for a period of three years after final payment under the Agreement or until all pending County, State and Federal audits are completed, whichever is later. 14. DISCLOSURE OF CRIMINAL AND CIVIL PROCEEDINGS The County reserves the right to request the information described herein from the vendor selected for contract award. Failure to provide the information may result in a disqualification from the selection process and no award of contract to the vendor. The County also reserves the right to obtain the requested information by way of a background check performed by an investigative firm. The selected vendor also may be requested to provide information to clarify initial responses. Negative information provided or discovered may result in disqualification from the selection process and no award of contract. \V\ -_- - ' '_ -- - The selected vendor may be asked to disclose whethn», the firm, or any of its partners, prinoipmks, mnannbens, associates or key employees (as that term is defined heny|n), within the last ten years, has been indicted on or had charges brought against it or them (if still pending) or convicted of any crime or offense arising directly or indirectly from the conduct of the firm's buoinmmo, or whether the firnn, or any of it partners, principals, members, associates or key employees, has within the last ten years, been indicted on or had charges brought against it or them (if still pending) or convicted of any crime or offense involving financial misconduct or fraud. If the response is affirmative, the vendor will be asked to describe any such indictments or charges(and the status thereof), convictions and the surrounding circumstances in detail. In addiUon, the selected vendor may also be asked to disclose whether the yirrn, or any of its par1nans, phnoipa|s, rnembmrs, associates or key ernp|oymoo, within the last ten yearo, has been the subject of legal proceedings as defined herein arising directly from the provision of services by the firm or those individuals. "Legal proceedings" means any civil actions filed in a court of competent jurisdiction, or any matters filed by an administrative or regulatory body with jurisdiction over the firm or the individuals. If the response is oMinnaUve, the vendor will be asked to describe any such legal proceedings (and the status and disposition thereof)and the surrounding circumstances in detail. For purposes of this provision ''hey employees" includes any individuals providing direct service to the County. "Key employees" do not include clerical personnel providing service at the firm's offices or locations. 15, REPRESENTATION OF THE COUNTY In the performance of the Agreement, Vandor, its agents and amnp|oymeo, shall act in an independent capacity and not as officers, emp|oyaes, or agents of the County. 16.VENDOR PRIMARY CONTACT The Vendor will designate an individual to serve as the primary point of contact for the Agreement. Vendor or designee must respond to County inquiries within two (2) business days. Vendor shall noichanQo the primary contact without written acknowledgement to the County. 17.CHANGE OF ADDRESS Vendor shall notify the County in writing, of any change in mailing address within ten (10) business days of the change. 18, SUBCONTRACTING Vendor agrees not to enter into any subcontracting agreements for work contemplated under the Agreement without first obtaining written approval from the County. Any subcontracting shall be subject to the same terms and conditions as Vendor. Vendor shall be fully responsible for the performance and payments of any subcontractor's agreement. 19.AGREEMENT ASSIGNABILITY Without the prior written consent of the County, the agreement is not assignable by Vendor either in whole or in part. 20. AGREEMENT AMENDMENTS Vendor agrees any a|temahona, variations, rnodificabonm, or waivers of the provisions of the Agreement, shall be valid only when reduced to writing, executed and attached to the original Agreement and approved by the required persons. 21.ATTORNEY FEES AND COSTS If any legal action is instituted to enforce any party's rights hermunder, each party shall bear its own costs and attorney fees, regardless of who is the prevailing party. This paragraph shall not apply to those costs ~=- _ -- - -- Revised 1/13/2008 Page 9 of 16 and attorney fees directly arising from a third-party legal action against a party hereto and payable under Indemnification and Insurance Requirements. 22.VENUE The venue of any action or claim brought by any party to this Agreement will be the Central District Court of San Bernardino County. Each party hereby waives any law or rule of the court, which would allow them to request or demand a change of venue. If any action or claim concerning this Agreement is brought by any third-party and filed in another venue, the parties hereto agree to use their best efforts to obtain a change of venue to San Bernardino County. 23. LICENSES AND PERMITS Vendor shall ensure that it has all necessary licenses and permits required by the laws of Federal, State, County, and municipal laws, ordinances, rules and regulations. The Vendor shall maintain these licenses and permits in effect for the duration of this Agreement. Vendor will notify County immediately of loss or suspension of any such licenses and permits. Failure to maintain a required license or permit may result in immediate termination of this Agreement. 24. PREVAILING WAGE LAWS By its execution of this Agreement, Contractor certifies that it is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq. As well as California Code of Regulations, Title 8, Section 16000 et seq. ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Vendor agrees to fully comply with such Prevailing Wage Laws. Vendor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Vendor's principal place of business and at the project site. Vendor will also adhere to any other applicable requirements, including but not limited to, those regarding the employment of apprentices, travel and subsistence pay, retention and inspection of payroll records, workers compensation and forfeiture of penalties prescribed in the Labor Code for violations. Vendor shall defend, indemnify and hold the County, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with Prevailing Wage Laws. 25. ELECTRONIC FUND TRANSFER PROGRAM Vendor shall accept all payments from County via electronic funds transfer(EFT) directly deposited into the Vendor's designated checking or other bank account. Vendor shall promptly comply with directions and accurately complete forms provided by County required to process EFT payments. 26. ENVIRONMENTAL REQUIREMENTS All furniture submitted for bid and purchased by the County must meet minimum requirements set by the EPA (Environmental Protection Agency) guidelines for Office Furniture and Panel Systems, meeting both post-consumer content and total recovered material content as listed with EPA. In accordance with County Policy 11-10, the County prefers to acquire and use products with higher levels of post-consumer recycled content. Environmentally preferable goods and materials must perform satisfactorily and be available at a reasonable price. Although the County has not committed to allowing a cost preference, if two products are equivalent and the cost is feasible the environmentally preferable product would be selected. The intent is to utilize vendors that reduce environmental impacts in their production and distribution systems whenever fiscally practicable. To assist the County in meeting the reporting requirements of the California Integrated Waste Management Act of 1989 (AB939), vendor must be able to annually report the County's environmentally preferable Revised 1/13/2009 Page 10 of 16 purchases using Exhibit I. Service providers are also asked to report on environmentally preferable goods and materials used in the provision of their service to the County. D. SPECIFICATIONS 1. GENERAL SCOPE OF WORK Agreements are for the brands and series indicated on Attachment A. Where a brand name or series is indicated, it is meant to include the "Full Line"within that brand or series. a. DESIGN Furniture pricing, in the form of a percentage (%) discount off manufacturer's lowest published list price, shall remain in effect during the entire contract period. The price shall include: design cost to program and develop new furniture p}anm, furniture co/oro, materials and finiohen, furniture specifications; insurance; project management required to facilitate a well managed and efficient jobsite installation; handling of damage claims and manufacturer's errors; offsite removal of all packing material and debris; and all other costs. Charges not specified in the proposal will not be honored. Vendors are also required to provide precise electrical needs and exact number of electrical circuits required for proper operation of electrical equipment to be used within the furniture. The Counhy, at its discretion, can increase the number of required circuits. All working plans must include all circuits wired and used in all furniture clusters. A 20 amp receptacle must be installed where copiers or other large equipment are to be used. Vendor will provide to the electrical contractor, via the General Contractor or Agency Representative, wiring schematics for the systems furniture. It is mandatory that any systems furniture used by the County can supply 20 amp receptacles. Information Services Department (ISD) has the responsibility for all County information technology. All vendors must notify ISO before installation of data/telephone cabling and data/telephone jacks placements. All vendors must follow ISD install procedures. Pject teams shall determine placement of all data/telephone jacks. b. PRODUCT WARRANTY The County shall have a minimum product warranty defects in materials and workmanship of 5 years. This warranty shall cover all parts and |obor, travel time and replacement of any defective parts. Products sold to the County must contain a |obe|, which defines the lineage of the product, when manufactured or when placed in service for warranty tracking issues. The label information should include a way to track the order by using either a "factory order number" the Vendor can track or a "serial nwnnbmr" the manufacturer can track. This label shall be provided as standard procedure by the Vendor or Manufacturer of the product and is not the responsibility of the County. c. SPACE PLANNING In the event that a qualified office furniture Vendor may offer additional design ommicam, an hourly design rate shall be offered and negotiated with the Vendor, by the County. Additional design services would ino|udm, but not be limited to feasibility mtudien, space plan conceptual mmde|ing, full building finish schedules to include paint aohedu|es, wall hnimhem. flooring, tile, corpeting, cove base, vva||- oovmhng, reflective ceiling p1onm, reconfiguration p|anning, move management and technology planning. The qualified Vendor shall employ certified interior designers with NCIDQ or CCIDC certifications with licenses and/or 4-year architectural degrees. d. SPECIAL EQUIPMENT AND/OR ACCESSORIES The County will expect the Vendor to provide additional products and/or accessories as required by the requesting department. These accessories may include various signage, ergonomic specialty items, mail- room oquipnnent, special filing equ/pnmant, transport carts, specialized lobby and training seating and other equipment such as wardrobe acoaanor|es, floor nnatm, waste nooeptao|es, audio-visual presentation equipnment, c)ocko, organizing nnate,ia|o, arbworh, p|mnts, specific healthcare related items, lunchroom Revised 1/13/2009 Page 11 of 16 S equipment and specialized task lighting. These items may be included with the project products, as separate line items and will be scrutinized by the County Purchasing Agent for appropriateness and price/value. e. VENDOR PARTICIPATION Vendors are a very important link in completing a project. The County requires that vendors be part of the project team. Project teams will consist of typically an assigned Architect, County Architecture and Engineering Project Manager, Contractor, Building Manager, County Information Technology Representative, Agency or Department Representatives, and Specialized Contractors such as, Electrical and Structural Engineers, Movers and the awarded vendors. It shall be the Vendor's responsibility to communicate all project requirements and understand all project timelines by attending the agency project meetings. The Vendor shall gain a clear understanding of when furniture must arrive to the jobsite along with necessary installation time to maintain proper project completion timelines. The Vendor must factor all products lead times into their equation to be a successful team member. Attending project meetings is imperative to maintaining critical knowledge of timeline status. f. RISK MANAGEMENT Risk Management has the responsibility of insuring the County against liability. Therefore, it is requested that Vendor will make available all items that may pose a risk to County employees. Risk Management will review and submit a list of items meeting their requirements to Purchasing. Vendor must receive final approval before any item is to be sold to the County. Any furniture that is deemed unusable or unsafe by the Purchasing Agent or the County Safety Officer shall be replaced, at the vendor's expense, with approved furniture. 2. PRODUCT STANDARDS The County has established a standard series as the guideline for future procurements of office furnishings for County personnel. For the purposes of this RFP the standard shall be defined as: Any system, freestanding furniture or work surfaces, seating, or filing equipment that has an estimated life cycle of five to ten years. Materials for this series may include, but are not limited to, vinyl, fabric, melamine over particleboard, steel with powder coated or baked enamel, wood veneers, plastic, or other materials. Vendor will provide systems/modular furniture that includes: 1). Production by a major manufacturer that meets all Occupational Safety and Health Administration (OSHA) standards and regulations, all Business and Institutional Furniture Manufacturers Association (BIFMA) acceptance test levels, and all Underwriters Laboratory (UL) requirements. 2). Compliance with specific building and fire code restrictions. 3). Multiple options available including materials, finishes, designs, sizes, functions, etc. 4). Provide ergonomically designed systems. 5). High quality steel lateral files, shelving and storage in various widths and heights. 6). Accessories such as paper management, keyboard trays, pencil drawers and other work tools. 7). Standard and Quick Ship Lead Times. Vendor certifies that the items offered, or functionally similar items that will interface with the system offered under the Agreement, shall remain available for a period of ten (10) years from date of award. a. SYSTEMS FURNITURE Systems furniture is expected to provide comprehensive office environments through a variety of workstation configurations. The systems furniture shall consist of connecting, structural panels with provisions for mounting a wide range of furniture components, panel supported and/or freestanding Revised 1/13/2009 Page 12 of 16 work surfaces and drawer pedestals meeting the requirements specified herein. The system shall be capable of being installed over finished flooring without penetration or demarcation or the use of floor fasteners so as to allow for reconfiguration without any floor patching. Systems should include data, voicn, and electrical cabling management systems within the system in a racetrack either at the top of the panel or along the bottom of the panel. All pieces of a system should be interchangeable to allow for design and remodel alterations at a future date. Product lines shall include paper management items used for sorting and organization of letter, |ego|. ADP printout sized paper, and rolled drawings "A" through "E" sheet sizes. These items may be suspended by rails attached to the panel and/or provided as inserts to the pedestal drawers, overhead storage bins, and lateral file drawers. The various components shall be positioned in a task related manner within easy reach of station occupant(s). Panels All panels and components shall be of a dasign, rnate,ia|, and workmanship to withstand hard, daily usage over an extended life with a minimum of maintenance and repair. A variety of panels should be offered to include acoustical and non-acoumUoa|, safety glazed, open, taohob|a, electrified and non- electrified with raceways. All panels shall stand erect and rest firmly on their bases to assure yataty. good oppaonannos, and provide for a stationary work position. All panels shall be plumb and level. Panels and components shall have identical range of modularity so that they are interchangeable between workstations. Wire management provisions shall be field convertible from powered to non- powered. Fabric is to be mid grade or better. Flammability All panels offered shall have a maximum smoke development rating of 150 and a maximum flame spread rating of 25 when tested as specified herein. The fabric covering shall be flame resistant. Acoustics Acoustical panels shall have a Noise Reduction Co-efficient (NRC) of approximately 0.85 and a Sound Transmission Class (STC) of approximately 40. Dimensions Panels shall be available in a variety of nominal heights and widths ranging from 28" to 80" high and 12"to 72"wide. Electrical Panel raceways shall be designed to provide distribution of electrical, data, and communications cables in one or more raceways that are an integral part of the panel. The raceway(s) shall be totally accessible from both sides of the panel through the use of covers that are hinged or operable without the use of tools. 1. The electrical power distribution system shall be an integral component of the systems furniture. All electrical system components, outlets and circuitry must be UL listed and CSA certified. 2. Power shall be supplied from the building wiring system to the systems furniture through base or ceiling feeds. 3. In addition to the power distribution system, the raceway system shall be capable of containing both data and communication cabling equivalent to eight 25-pair category 5 awg 24 cables without interference from raceway electrical system Connections The panel system shall be capable of connecting in a variety of configurations including connection of panels of differing heights and connection of two, three, or four panels from a single point. — '- -Revised 1/13/2009 Page 13 of 16 Component mounting The system shall provide for suspending components at varying heights on both sides of the panel, Leveling and alignment The system shall provide precise alignment of adjacent panels and shall include leveling glides to compensate for uneven floors. A minimum 3/4" adjustment range is required. When placed on a level surface with the glides fully retracted the maximum distance between the panel and the floor shall be one inch. Work Surfaces The furniture system shall include work surfaces that are panel supported and/or freestanding, in depths between 18" and 30" and widths between 30" and 72". Dimensions outside these ranges are also acceptable, but shall be compatible with panel widths. When panel supported and freestanding surfaces are offered, they shall be of similar construction and appearance and shall allow the integration of both types within a workstation. Top surfaces shall be high-pressure plastic laminate. The top shall be balanced to resist warping, and the underside shall be smoothly finished. Edges shall be vinyl T-molding or self edge. When self- edging is used, the corners shall be eased. Drawer Pedestals Furniture systems shall include drawer pedestals or individual drawer units that can form pedestals. Types may include surface mounted, freestanding and mobile pedestals. Drawer types shall include pencil or personal drawers, box drawers, and file drawers. Finish options for drawer fronts to be metallic paint or wood veneer. Freestanding and mobile pedestals shall be designed to allow use beneath a work surface. Pedestals shall be available with locks or locking devices. Units may be gang locks or may be individual drawer locks. Shelves and Cabinets The furniture system shall include shelves and cabinets ranging from 2'-O" to 6'-0" widths (minimum). Cabinets shall be provided with a receding door or may be formed from a shelf and separate top and door assembly. Cabinet locks shall be available. Lateral Files and File Bins Panel supported lateral files and file bins may be offered. Freestanding lateral files, specifically designed to be used beneath a work surface may be included. Lighting The furniture systems shall include task lighting. As a minimum, task lights shall be capable of mounting beneath a shelf or cabinet. Articulated arm, task lights which are panel mounted, ambient lights and under counter or panel mounted lights are also acceptable. Variable intensity or adjustable task lights are also acceptable. All lights offered shall be CSA approved. Task lights shall have individual on/off switches and shall be equipped with a diffusion lens to provide glare free light. Lights shall be shielded to prevent direct viewing of the lamp or bulb at eye level from a seated position. b. FREESTANDING FURNITURE Include complete catalogs of all case goods, furniture lines, and accessories available from the Vendor to include all types of case goods; such as freestanding conventional desks and credenzas and matching pedestals (freestanding) with various drawer and accessory configurations. Included also in this group are computer desks, stationary tables, mobile tables, occasional tables, mobile pedestals, fax/printer stands, screens, cable management devices, mobile filing cabinets, and other innovative/mobile storage cabinets. Revised 1/13/2009 Page 14 of 16 c. FILING SYSTEMS AND EQUIPMENT The complete catalog of all filing systems, freestanding filing umbinehs, equipment and accessories available from the Vendor; to include all types of vertical files, lateral files, high-density storage files, freestanding pedestals, |onkero, storage cabinets, and specialized storage. All products offered for this category shall be deemed of commercial grade and must meet or exceed ANSI/BIFMA standards for durability and performance. All products in the vertical, |oterm|, high-density storege, and pedestal products must include interlock devices (allowing only a single drawer to be open at one time, precluding the possibility of the unit becoming unbalanced and tipping over unexpectedly), single locking mechanisms (locking all drawers and doors with one lock), and tectonic devices (to preclude the unit tipping over during earthquakes). All products in this category must be ANSI/BIFMA rated for commercial grade performance characteristics, functionality, durability and longevity of performance. d. SEATING The County requires that all seating offered on contract must have a minimum of five (5) years parts and labor warranty. The complete catalog of chairs and other seating available from the Vendor; to include desk and task chairn, group/conference room uhaira, executive chairs. This category shall also include lounge seating, reception seating, side oeating, and stacking seating. All desk/task chairs must meet or exceed OSHA ergonomic program standards. If samples of chairs are requested, the chair will be brought to that particular site for the employee to sample and picked up by the vendor upon completion of the evaluation. E. STATUS OF PARTIES 1. The parties hereby expressly understand and agree that this Agreement is not intended and shall not be construed to create a relationship of agent, senxant, employee, partnership, joint ventuna, or association between Vendor and County but is rather an Agreement by and between independent corWaptors. ' 2. The parties hereby expressly understand and agree that their ennp|oyees, agents,;. rid independent contractors are not the employees or agents of the other pallyfov any purpooe.'inc\uding.!.bu{not limited to, compensation for services, employee welfare and pension benafits. other fringe b o�teofemp|oyment. or vvorkenu' oon1ponsatipninsurance. ' \ � F. MODIFICATION No modification, amendment, supplement to, orwaiver ofany provision of this Agreement shall be binding upon the parties unless made in writing and duly signed by all parties. G.SEVERABILITY The provisions of this Agreement are specifically made severable. If any o|muse, provimion, right and/or remedy provided herein are unenforceable or inoperative, the remainder of this Agreement shall be enforced as if such c|aume, provision, right and/or remedy were not contained herein. H. ALTERNATIVE DISPUTE RESOLUTION In the event the County determines that service is unsohofautVry, or in the event of any other dispute, u|ainn, question or disagreement arising from or relating to this Agreement or breach thereof, the parties hereto shall use their best efforts to settle the dispute, claim, question or disagreement. To this effecY, they shall consult and negotiate with each other in good faith and, recognizing their mutual intmrests, attempt to reach a just and equitable solution satisfactory to both parties. I. NOTICES All written notices provided for in this Agreement or which either party desires to give to the other shall be ---^-- --- ` - ---- Revised 1/1312009 Page 15 of 16 deemed fully given, when made in writing and personally delivered to the other party or deposited in the United States mail, certified with return receipt requested and postage prepaid, and addressed to the other party as follows: County of San Bernardino Purchasing Department G/M Business Interiors Attention: Michael Candelaria 1099 W. La Cadena Drive 777 E. Rialto Avenue Riverside, CA 92501 San Bernardino, CA 92415-0760 J. ENTIRE AGREEMENT This Agreement contains the final, complete and exclusive Agreement between the parties hereto. Any prior Agreement promises, negotiations or representations relating to the subject matter of this Agreement not expressly set forth herein are of no force or effect. This Agreement is executed without reliance upon any promise, warranty or representation by any party or any representative of any party other than those expressly contained herein. Each party has carefully read this Agreement and signs the same of its own free will. Any and all terms and conditions contained in the Agreement shall supersede any conflicting terms and conditions contained in any documents, Purchase Orders, Bills of Lading or similar documents. COUNTY OF 411P4ERNARDI 0 G/M Business Interiors (Print or type name of corporatio ,company,contractor,etc.) t �� f I► tf� �irBy Y`-' d Gary C.Ovitt, Chairman, oard of Supervisors (Authorized signature-sign in blue ink) Dated: APR 1 S Mg Name (/Ji!/r:f.1. sem, i A 7 ••.rvH •, (Print or type name of person signing contract) SIGNED AND CERTIFIE' ,: 'Tz.i ?'.. THIS v DOCUMENT HAS BEE {� IZ Title p G '� CHAIRMAN OF THE '46 " ''._^;��si f�. (Print or Type) Arat#a�;1 .i' ii; rl Dated 3 l3 I l,ca i ler *frit) ofrf'u. Isar: �/� , ;.f th C l • ,frE.a.?:= dino e 1 � ti B An i ',.., %.:„. „, \--,,,.....,) ! Address 1099 W. La Cadena Drive 4 'L �� ® �. Riverside,CA 92501 Approved as to Le •'‘'4-1,4•+..!,.. Reviewed by Contract Compliance Presented to BOS for Signature I. County Counsel Department Head Date 1-1-'2 -/0 Date Date Revised 1/13/2009 Page 16 of 16 ATTACHMENT "F" SAN BERNARDINO COUNTY FURNITURE VENDOR LIST Attachment A-G/M Business Interiors VOLUME DISCOUNTS 2,000,000 00 . ;;'. 4,500,000.00 ..:.:.:6,000,0.00.00; 1.50% 1 2.25% 3.00% EXTENUATING:LABOR STANDARD CHARGES RECONFi,GURAtION :: 'SPACE t)ESIGN•SERVICES DELIVERIES . .:..... .. . CpgTg ..:..:PIAt�IttiNG Overtime Weekend 28-36 DAYS $47.00/HR $47.00/HR $38.00/HR $45.00/HR $59.00/HR MANUFACTURER CATEGORY:: .. - . ;:. ;:`:;SERIES;;: :DISCOUNT :QUICK SH1P _ DISCOUNT HERMAN MILLER SYSTEMS ENERGY 70 70 DISTRIBUTION _ C STYLE HERMAN MILLER SYSTEMS OVERHEAD 70.00% 70.00% STORAGE HERMAN MILLER - SYSTEMS - TEXTILES 70.50% 70.50% HERMAN MILLER SYSTEMS V-M WALL35.00% 35.00% HERMAN MILLERSYSTEMS ETHOSPACE 68.00% 68.00% HERMAN MILLER SYSTEMS VIVO 66.75% 66.75% HERMAN MILLER SYSTEMS AO1 70.00% 70.00% HERMAN MILLER SYSTEMS A02 _ 70.00% 70.00% HERMAN MILLER SYSTEMS MY STUDIO 47.50% 47.50% HERMAN MILLER , SYSTEMS PASSAGE __ 47.25% 47.25% HERMAN MILLER SYSTEMS PROPECTS 70.00% 70.00% HERMAN MILLER SYSTEMS A03 70.00% 70.00% HERMAN MILLER SYSTEMS RESOLVE _ 60.25% 60.25% HERMAN MILLER SYSTEMS LIGHTING 70.00% 70.00% BAKER • FREESTANDING/CA ALL TABLES 59.00% N/A MANUFACTURING , SEGOODS AMERICAN FREESTANDING/CA ALL DESKS AND FURNITURE SEGOODS CASEGOODS 46.00% N/A SYSTEMS VIRCO FREESTANDING/CA ALL DESKS AND 54.00% N/A SEGOODS CASEGOODS _ VERSTEEL FREESTANDING/CA ALL TABLES 45.00% N/A _ SEGOODS VERSTEEL FREESTANDING/CA ALL CASEGOODS 45.00% N/A SEGOODS , FIXTURES FREESTANDING/CA ALL TABLES AND 46.000/0 N/A SEGOODS CASEGOODS TAYLOR CASEGOODS ALL DESKS 46.50% N/A TAYLOR CASEGOODS ALL TABLES _ 46.50% N/A SURFACE WORKS • FREESTANDING/CA ALL 42.00% N/A SEGOODS - SPEC FURNITURE _ CASEGOODS ALL CASEGOODS , 39.50% N/A PAOLI CASEGOODS ALL DESKS _ 50.00% OMNI-PACIFIC CASEGOODS ALL DESKS 37.00% N/A OFS CASEGOODS ALL DESKS/TABLES , 48.00% N/A NUCRAFT CASEGOODS ALL TABLES 41.50% N/A /DESKS NATIONAL • FREESTANDING ALL DESK/TABLES , 52.50% N/A MAVERICK CASEGOODS ALL DESK 51.25% N/A MARTIN BRATTRUD CASEGOODS ALL TABLES 41.00% _ N/A ALL MARKANT CASEGOODSCASEGOODS/TABL 45.50% N/A t Page 1 of 3 Pages Attachment A-G/M Business Interiors • MANUFACTURER CATEGORY ;:;.:.SERIES DISCOUNT QUICK SHIP _ a:.. . DISCOUNT ES MALIK CASEGOODS ALL TABLES _ 41.00% _ N/A KRUG CASEGOODS ALL DESKS/TABLES 45.50% N/A ALL JOFCO CASEGOODS CASEGOODS/DESK 46.00% N/A S ALL IZZY CASEGOODS CASEGOODS/DESK 48.00% N/A S ALL DESKS, HON FREESTANDING/ CONFERENCE 52.00% TABLES, VISUAL CABINETS HERMAN MILLER FREESTANDING INTENT 61.50% 61.50% HERMAN MILLER FREESTANDING MERIDIAN 5000 49.00% 49.00% _ HERMAN MILLER FREESTANDING ERGO DESKING 67.25% 67.25% HERMAN MILLER FREESTANDING ARRIO 64.25% 64.25% HERMAN MILLER FREESTANDING _ AVIVE 58.75% 58.75% HERMAN MILLER FREESTANDING CLT 40.25% 40.25% HERMAN MILLER FREESTANDING EAMES 67.25% 67.25% HERMAN MILLER FREESTANDING INTERSECT 50.00% 50.00% PORTFOLIO HERMAN MILLER FREESTANDING Q SERIES 60.25% 60.25% ALL GUNLOCKE FREESTANDING DESKS/TABLES/CO 51.00% 51.00% NFERENCE GEIGER FREESTANDING r ALL 40.00% 40.00% FIRST OFFICE FREESTANDING ALL 47.00% 47.00% FALCON GROUP CASEGOODS ALL 44.00% 44.00% ERG CASEGOODS ALL 45.00% 45.00% DAVIS CASEGOODS ALL 44.00% 44.00% CHERRYMAN FREESTANDING ALL 57.00% 57.00% BRETFORD CASEGOODS ALL 43.00% 43.00% BRETFORD CASEGOODS-HM ALL 48.00% 48.00% AMERICAN FILING ALL 46.50% 46.50% FURNTURE MAYLINE _ FILING ALL 42.50% 42.50% WESTERN PACIFIC FILING ALL 30.00% 30.00% RICHARD WILCOX FILING ALL 39.00% 39.00% KORDEN FILING ALL 45.00% 45.00% _ HON FILING ALL 52.00% 52.00% HERMAN MILLER FILING _ QUADRANT F 71.00% 71.00% HERMAN MILLER FILING TENEO FILES 42.75% 42.75% HERMAN MILLER FILING TU 63.00% 63.00% HERMAN MILLER FILING MERIDIAN 55.25% 55.25% FIRE KING FILING ALL 41.50% 41.50% HAG SEATING ALL 49.50% N/A FIXTURES _ SEATING ALL 46.00% 46.00% EXEMPLIS/IDEON SEATING ALL 46.50% [ 46.50% ENCORE SEATING ALL 53.00% N/A DAVIS SEATING ALL 44.00% 44.00% -~_ DAUPHIN SEATING ALL _ 44.50% 44.50% CAROLINA SEATING • ALL 48,50% 48.50% BRANDRUD SEATING _ ALL 43.00% 43.00% GEIGER _ SEATING ALL _ 40.00% 40.00% Page 2 of 3 Pages Attachment A-G/M Business Interiors MANUFACTURER CATEGORY SERIES DISCOUNT QUICK SHIP 1 _ DISCOUNT PAOLI SEATING ALL 50.00% _ N/A KRUG - JORDAN SEATING ALL 45.50% 45.50% _ HARTER SEATING ALL 42.00% N/A GUNLOCKE SEATING _ ALL 51.00% N/A ERG SEATING ALL 45.00% N/A CABOT WRENN SEATING ALL 34.50% N/A BRETFORD SEATING LOBBY 48.00% N/A BRETFORD SEATING LIBRARY 43.00% N/A _ BRANDRUD SEATING LIBRARY 43,00% N/A BRANDRUD SEATING LOBBY 48,00% _ N/A ARCADIA SEATING ALL 46.50% _ N/A _ AUGUST SEATING ALL 34.00% N/A WIELAND SEATING ALL 39.50% 39.50% WEST COAST SEATING ALL 38.00% N/A VIRO SEATING _ ALL 54.00% N/A VIA SEATING ALL 49.00% N/A VERSTEEL _ SEATING ALL 45.00% N/A STYLEX SEATING ALL 43.00% N/A SPEC INTL SEATING ALL 39.50% N/A SOURCE INTL SEATING ALL 43.00% N/A _ SOFTCARE SEATING ALL 40.00% N/A _ SIT ON IT SEATING ALL 54.00% N/A SANDLER SEATING ALL 38.00% N/A NORIX SEATING ALL 36.00% N/A NEMSCHOFF SEATING ALL 36.00% N/A NATIONAL SEATING ALL 52.50% N/A MODUFORN SEATING ALL 35.50% N/A MARTIN BRATTRUD SEATING ALL 41.00% N/A MALIK SEATING ALL 41.00% N/A LOEWENSTEIN SEATING ALL 42.50% N/A LELAND SEATING ALL 38.00% N/A KI KRUEGER SEATING ALL 46.00% N/A JOFCO SEATING ALL 46.00% N/A IZZY DESIGN SEATING ALL 48.00% N/A HUMANSCALE SEATING ALL 45.00% N/A HON SEATING ALL 55.00% N/A HILLCREST - SEATING ALL 46.00% N/A HIGHMARK SEATING ALL 53.00% N/A HERMAN MILLER SEATING EMBODY 43.25% N/A HERMAN MILLER SEATING EQUA 2 60.00% N/A HERMAN MILLER SEATING ERGON 2 63.75% N/A HERMAN MILLER SEATING LIMERICK 52.00% N/A HERMAN MILLER SEATING MIRRA 52.00% N/A _ HERMAN MILLER SEATING REACTION 53.25% N/A HERMAN MILLER SEATING SETU 44.00% N/A HERMAN MILLER SEATING AERON 52.00% N/A _ HERMAN MILLER SEATING EAMES ALUMINUM 49.00% N/A HERMAN MILLER SEATING AMBI 53.50% N/A _ HERMAN MILLER SEATING ASIDE 51.25% N/A HERMAN MILLER SEATING CAPER 51.00% N/A _ HERMAN MILLER SEATING CELLE 51.00% N/A HERMAN MILLER SEATING CLASSIC 47.50% N/A HERMAN MILLER SEATING EAMES SHELL 50.00% N/A Page 3 of 3 Pages EXHIBIT I- REPORT OF ENVIRONMENTALLY PREFERABLE GOODS AND SERVICES County of San Bernardino Green Purchasing Report from (vendor) Account No, MM/DD/YYYY to MM/DD/YYYY Billing Information Product Information Supplier Erwironmental Information Information \� C Y r ,`• \ • • • �• Ki;{Stf'7l;Q>cCf• • • w'T' . l \ . , atF�Green i encilo3 t. inVbiCCO �, 3CCtdittl C n nvorodref; Green (see ctitrehf � ,attachtr(6tit), �.;;- T 1 _� 1 1 EXAMPLES OF GREEN ATTRIBUTES EXAMPLES OF CERTIFICATION AND/OR ACCREDITATION Biobased Certified Approved Product(AP) Non-Toxic Biodegradable Ecologo Certified Carcinogen-free Energy Star Electronic Product Environmental Assessment Tool (EPEAT) Chlorofluorocarbon(CFC)-free program Compostable Forest Stewardship Council Certified Energy efficiency Green Seal Certified Lead-free Greenguard Certified Less hazardous Scientific Certification Systems (SCS) Low toxicity Mercury-free Persistent bioaccumulative toxin (PBT)-free Rapidly renewable Rechargeable' Recyclable Recycled content Reduced greenhouse gas emissions Reduced packaging Refill/refillable Remanufactured/refurbished Renewable materials Responsible forestry Upgradeable Water efficiency Vendor Contacts Name Street City State Zip Phone Rep Email Contract No. Interior Office Solutions 17800 Mitchell North Irvine Ca 92614 949-724-9444 Brian K Sigler bsioleraiosinc.net #10-207 G/M Business Interiors 1099 W. La Cadena Drive Riverside Ca 92501-909-856-4987 Theresa Cummins tcummins(6igmbi.net #10-209 Office Depot 685 E Carnegie Drive,Suite 260 San Bernardino Ca __92408 Carolyn Swisher carotin.swisherCa�officedeoot.com #10-948 O M Workspace _2855 Michelle Drive Suite 150 Irvine Ca +92606 562-400-4759 Susan Deese susandeeseCa?officemax.com #10-210 Tangram Interiors 1325 Spruce Street Ave Riverside Ca _906767951-777-2592.-Lori Bourassa Ibourassa( tanoraminteriors.com #10-212 Systems Source 3161 Michelson Drive Suite 110 Irvine Ca 92612 949-224-0493-Kimberly L Kirksey kkirkseytlsystemsource.com_ #10-211 California Workplace 1316 W 9th Street Upland Ca -91786 909-931-4600 Mark Clifton mclifton(�califomiaworkplace.com #10-208 CONTRACT IS GOOD FROM APRIL 13,2010-APRIL 12,2013 WITH OPTION OF 2 ONE-YEAR EXT ONE YEAR TO APRIL 13,2014 Vendor Contacts VOLUME DISCOUNTS VENDORS 2,000,000.00 4,500,000.00 6,000,000.00 SYSTEMS SOURCE-KIMBALL 0.005% 0.0075% 0.0100% SYSTEMS SOURCE-KNOLL 0.005% 0.0075% 0.0100% SYSTEMS SOURCE-ODS 0.005% 0.0075% 0.0100% Vendor Contacts ESCALATIONS VENDORS PERIOD OF TIME PERCENTAGE OF INCREASE CALIFORNIA WORKSPACE 3-4 YEARS 1% SYSTEMS SOURCE ANNUALLY 5% TANGRAM AFTER ONE YEAR 5% Vendor Contacts tX I tNUA 1 INti LAIbUK KtL►UNI-WUKAHUN VENDOR STANDARD DELIVERIES CHARGES COSTS DESIGN SERVICES SPACE PLANNING OVERTIME WEEKEND G/M BUSINESS 28-36 DAYS 347.00/HR $47.00/HR 538,00/HR $45.00/HR $59.00/HR TANGRAM 2-12 WEEKS . $100.00/HR $100.00/HR $45.00/HR $79.00/HR $79.00/HR OFFICE DEPOT 30-45 DAYS _ 1.50% 1.50% $65.00/HR $65.00/HR $65.00/HR SYSTEMS SOURCE $60.00/HR $80.00/HR $130.00/HR $45.00/HR $45.00/HR IOS 25-30 DAYS $60.00/HR $80.00/HR $70.00/HR $70.00/HR $70.00/HR CALIFORNIA WORKSPACE 30 DAYS $40.00/HR $40.00/HR $28.00/HR $45.00/HR $45.00/HR Cal Workspace Vendor Contacts MANUFACTURER CATEGORY SERIES DISCOUNT QUICK SHIP PRODUCT USAGE DISCOUNT UNISOURCE TO BE USED FOR (CLONE) SYSTEMS MIRAGE 72% N/A RECONFIGURATION ONLY UNISOURCE TO BE USED FOR (CLONE) SYSTEMS MIRAGE VS 72% N/A RECONFIGURATION ONLY UNISOURCE TO BE USED FOR (CLONE) SYSTEMS EXTREME 65% N/A RECONFIGURATION ONLY HERMAN MILLER TO BE USED FOR (REMANUFACTURED) SYSTEMS AO2 82% N/A RECONFIGURATION ONLY HERMAN MILLER TO BE USED FOR (REMANUFACTURED) SYSTEMS A01 82% N/A RECONFIGURATION ONLY GM Business Interiors Vendor Contacts MANUFACTURER CATEGORY SERIES DISCOUNT QUICK SHIP DISCOUNT BRETFORD CASEGOODS ALL 43.00% 43.00% DAVIS CASEGOODS ALL 44.00% 44.00% DESKMAKER CASEGOODS ALL 52.00% 52.00% ENWORK CASEGOODS ALL 62.00% w 62.00% ERG CASEGOODS ALL 45.00% 45.00% FALCON GROUP CASEGOODS ALL 44.00% 44.00% ALL CASEGOODS/DE IZZY CASEGOODS SKS 48.00% N/A ALL CASEGOODS/DE JOFCO CASEGOODS SKS 46.00% N/A ALL KRUG CASEGOODS DESKS/TABLES 45.50% N/A MALIK CASEGOODS ALL TABLES 41.00% N/A ALL CASEGOODS/TA MARKANT CASEGOODS BLES 45.50% N/A MARTIN BRATTRUD CASEGOODS ALL TABLES 41,00% N/A MAVERICK CASEGOODS ALL DESK 51.25% N/A ALL TABLES NUCRAFT CASEGOODS /DESKS 41.50% N/A ALL OFS CASEGOODS DESKS/TABLES 48.00% N/A OMNI-PACIFIC • CASEGOODS ALL DESKS 37.00% N/A PAOLI CASEGOODS ALL DESKS 50.00% SPEC FURNITURE CASEGOODS ALL CASEGOODS 39.50% N/A TAYLOR CASEGOODS ALL DESKS 46.50% N/A TAYLOR CASEGOODS ALL TABLES 46,50% N/A BRETFORD CASEGOODS-HM ALL 48.00% 48.00% ESI ERGONOMIC ALL 42.50% 42.50% AMERICAN FURNTURE FILING ALL 46.50% 46.50% FIRE KING FILING ALL 41.50% 41.50% HERMAN MILLER FILING QUADRANT F 71.00% 71.00% HERMAN MILLER FILING TENEO FILES 42.75% 42.75% HERMAN MILLER FILING TU 63.00% 63.00% HERMAN MILLER FILING MERIDIAN 55.25% 55.25% HON FILING ALL 52.00% 52.00% KORDEN FILING ALL 45.00% 45.00% MAYLINE FILING ALL 42.50% 42.50% GM Business Interiors Vendor Contacts RICHARD WILCOX FILING ALL 39.00% 39.00% WESTERN PACIFIC FILING ALL 30.00% 30.00% CHERRYMAN FREESTANDING ALL 57.00% 57.00% FIRST OFFICE FREESTANDING ALL 47.00% 47.00% GEIGER FREESTANDING ALL 40.00% 40.00% EveryWhere HERMAN MILLER FREESTANDING Tables 67.50% 67.50% HERMAN MILLER FREESTANDING "Saye' 50.25% 50.25% HERMAN MILLER FREESTANDING MERIDIAN 5000 49.00% 49.00% HERMAN MILLER FREESTANDING ERGO DESKING 67.25% 67.25% HERMAN MILLER FREESTANDING ARRIO 64.25% 6425.00% HERMAN MILLER FREESTANDING AVIVE 58.75% 58.75% HERMAN MILLER FREESTANDING CLT 40.25% 40.25% HERMAN MILLER FREESTANDING EAMES 67.25% 67.25% INTERSECT HERMAN MILLER FREESTANDING PORTFOLIO 50.00% 50.00% HERMAN MILLER FREESTANDING 0 SERIES 60.25% 60.25% ALL NATIONAL FREESTANDING DESK/TABLES 52.50% N/A ALL DESKS/TABLES/C GUNLOCKE FREESTANDING ONFERENCE 51.00% 51.00% HERMAN MILLER FREESTANDING INTENT 61.50% 61.50% ALL DESKS, CONFERENCE TABLES,VISUAL HON FREESTANDING/ CABINETS 52.00% AMERICAN FURNITURE FREESTANDING/ ALL DESKS AND SYSTEMS CASEGOODS CASE GOODS 46.00% N/A BAKER MANUFACTURIN FREESTANDING! G CASEGOODS ALL TABLES 59.00% N/A FREESTANDING/ ALL TABLES AND FIXTURES CASEGOODS CASE GOODS 46.00% N/A SURFACE FREESTANDING! WORKS CASEGOODS ALL 42.00% N/A FREESTANDING/ VERSTEEL CASEGOODS ALL TABLES 45.00% N/A GM Business Interiors Vendor Contacts FREESTANDING/ VERSTEEL CASEGOODS ALL CASEGOODS 45.00% N/A FREESTANDING/ ALL DESKS AND VIRCO CASEGOODS CASE GOODS 54.00% N/A FULBRIGHT GLASS BOARDS ALL 40.00% 40.00% ALUR GLASS WALLS ALL QUOTE QUOTE ELIO LIGHTING ALL 49.00% 49.00% LA-Z-BOY RECLINERS ALL 51.00% 51.00% 9T05 SEATING SEATING ALL 59.00% 59.00% ARCADIA SEATING ALL 46.50% N/A AUGUST SEATING ALL 34.00% N/A BRANDRUD SEATING ALL 43.00% 43.00% BRANDRUD SEATING LIBRARY 43.00% N/A BRANDRUD SEATING LOBBY 48.00% N/A BRETFORD SEATING LOBBY ' 48.00% N/A BRETFORD SEATING LIBRARY 43.00% N/A CABOT WRENN : SEATING ALL 34.50% N/A . CAROLINA SEATING ALL 48.50% 48.50% DAUPHIN SEATING ALL 44.50% 44.50% DAVIS SEATING ALL 44.00% , 44.00% ENCORE SEATING ALL 5300.00% N/A ERG SEATING ALL 45.00% N/A EXEMPLIS/IDEON SEATING ALL 46.50% 4650.00% FIXTURES SEATING ALL 46.00% 46.00% GEIGER SEATING ALL 40.00% 40.00% GUNLOCKE SEATING ALL 51.00% N/A HAG SEATING ALL 49.50% N/A HARTER SEATING ALL 42.00% N/A HERMAN MILLER SEATING EMBODY 43.25% N/A HERMAN MILLER SEATING EQUA 2 60.00% N/A HERMAN MILLER SEATING ERGON 2 63.75% N/A HERMAN MILLER SEATING LIMERICK 52.00% N/A HERMAN MILLER SEATING MIRRA 52.00% N/A HERMAN MILLER SEATING REACTION 53.25% N/A HERMAN MILLER SEATING SETU 44.00% N/A EAMES HERMAN MILLER SEATING ALUMINUM 49.00% N/A HERMAN MILLER SEATING AMBI 53.50% N/A HERMAN MILLER SEATING ASIDE 51.25% N/A HERMAN MILLER SEATING . CAPER 51.00% N/A GM Business Interiors Vendor Contacts HERMAN MILLER SEATING CELLE 51.00% N/A HERMAN MILLER SEATING CLASSIC 47.50% N/A HERMAN MILLER SEATING EAMES SHELL 50.00% N/A HERMAN MILLER SEATING AERON 52.00% N/A HIGHMARK SEATING ALL 53.00% N/A HILLCREST SEATING ALL 46.00% N/A HON SEATING ALL 55.00% N/A HUMANSCALE SEATING ALL 45.00% N/A IZZY DESIGN SEATING ALL 48.00% N/A _ JOFCO SEATING ALL 46.00% N/A KI KRUEGER SEATING ALL 46.00% N/A LELAND SEATING ALL 38.00% N/A LOEWENSTEIN SEATING ALL 4250.00% N/A MALIK SEATING ALL 41.00% N/A MARTIN BRATTRUD SEATING ALL 41.00% N/A MODUFORN , SEATING ALL 35.50% N/A NATIONAL SEATING ALL 52.50% N/A NEMSCHOFF SEATING ALL 36.00% N/A NORIX SEATING ALL 36.00% N/A OCI SITWELL SEATING ALL 56.00% 56.00% PAOLI SEATING ALL 50.00% N/A SANDLER SEATING ALL 38.00% N/A SIT ON IT SEATING ALL 54.00% N/A SOFTCARE SEATING ALL 40.00% N/A SOURCE INTL SEATING ALL 43.00% N/A SPEC INTL SEATING ALL 39.50% N/A STYLEX SEATING ALL 43.00% N/A VERSTEEL SEATING ALL 45.00% N/A VIA SEATING ALL 49.00% N/A VIRO SEATING ALL 54.00% N/A WEST COAST SEATING ALL 38.00% N/A WIELAND SEATING ALL 39.50% 39.50% KRUG-JORDAN SEATING ALL 45.50% 45.50% 1-1•41-1,A7 1 HERMAN MILLER SYSTEMS DISTRIBUTION 70 70 V JI ILL HERMAN MILLER_ SYSTEMS OVERHEAD 70.00% 70.00% HERMAN MILLER SYSTEMS V-M WALL 35.00% 35.00% HERMAN MILLER SYSTEMS ETHOSPACE 68.00% 68.00% GM Business Interiors Vendor Contacts HERMAN MILLER SYSTEMS VIVO 66.75% 66.75% HERMAN MILLER SYSTEMS A01 70.00% 70.00% HERMAN MILLER SYSTEMS A02 70.00% 70.00% HERMAN MILLER SYSTEMS MY STUDIO 47.50% 47.50% HERMAN MILLER SYSTEMS PASSAGE 47.25% 47.25% HERMAN MILLER SYSTEMS PROPECTS 70.00% 70.00% HERMAN MILLER SYSTEMS A03 70.00% 70.00% HERMAN MILLER SYSTEMS RESOLVE 60.25% 60.25% HERMAN MILLER SYSTEMS LIGHTING 70.00% 70.00% HERMAN MILLER SYSTEMS TEXTILES 70.50% 70.50% IOS Vendor Contacts MANUFACTURER CATEGORY SERIES DISCOUNT QUICK SHIP DISCOUNT HAWORTH CASEGOODS PREMISE 60.50% 45% HAWORTH COMPONETS ' PREMISE ADAPT 75.50% 55% HUMANSCALE ERGO ACCESS ALL 51.00% 40% GLOBAL FLING ALL 48.00% 40% HAWORTH FILING X-SERIES 60.50% 45% HAWORTH FILING V-SERIES 55.00% 45% NATIONAL FILING ALL 50.00% 40% MASTERS/ORLANDO HAWORTH FREESTANDING /YORK 47.00% 35% FREESTANDING/CAS NATIONAL EGOODS ALL 50.00% 40% FREESTANDING/GO GLOBAL ODS ALL 48.00% 40% GLOBAL SEATING GLOBAL 48.00% 40% HAWORTH SEATING LOOK 62.00% 47% HAWORTH - SEATING IMPROV 60.50% 45% ZODYNERY/CANDO R/HELLOW 7 HAWORTH SEATING COMPOSITE 47.00% 35% HIGHMARK SEATING ALL 43.00% 35% NATIONAL SEATING ALL 50.00% 40% HAWORTH SYSTEMS PREMISE 74.25% 47% HAWORTH SYSTEMS UNIGROUP 75.50% 55% Office Depot Vendor Contacts QUICK SHIP MANUFACTURER CATEGORY SERIES DISCOUNT DISCOUNT WORKRITE ALL ERGONOMIC ACCESSORIES 44% 46% GLOBAL ALL FILING SYSTEMS 52% HON ALL FILING SYSTEMS 56% 54% HON ALL FILING SYSTEMS 40%NEXT DAY DESKMAKERS ALL FREESTANDING 53% N/A FRIANT ALL FREESTANDING 49% 49% GLOBAL ALL FREESTANDING 52% HON ALL FREESTANDING 54% 52% HON ALL FREESTANDING 35% NEXT DAY ECD ALL SEATING 53% 53% GLOBAL ALL SEATING 52% HON ALL SEATING 54% 52% HON IN STOCK SEATING 30% NEXT DAY , NATIONAL ALL SEATING 48% 46% OFFICE MASTER ALL SEATING 53% 53% RFM SEATING ALL SEATING 53% 53% HON ALL - SYSTEMS 56% 52% OM Workspace Vendor Contacts MANUFACTURER CATEGORY SERIES DISCOUNT QUICK SHIP DISCOUNT TEKNION SYSTEMS MARKETPLACE 62% 59% TEKNION SYSTEMS DISTRICT 62% 59% HON SYSTEMS ALL 57% 54% ENWORK SYSTEMS ALL 60% N/A TEKNION FREESTANDING ALL 53% 50% HON FREESTANDING ALL 48% 45% GLOBAL FREESTANDING ALL 44% 41% NATIONAL FREESTANDING ALL 50% 47% TEKNION FILING ALL 66% 63% HON FILING ALL 48% 45% NATIONAL FILING ALL 50% 47% GLOBAL FILING ALL 44% 41% TEKNION SEATING ALL 55% 52% HON SEATING ALL 48% 45% NATIONAL SEATING ALL 50% 47% GLOBAL SEATING ALL 44% 41% ECD SEATING ALL 55% 52% HUMANSCALE SEATING ALL 39% N/A TEKNION ERGONOMICS ALL 70% 67% HON ERGONOMICS ALL 57% 54% GRANDSTANDS ERGONOMICS GRANDSTANDS 48% 45% HUMANSCALE ERGONOMICS ALL 50% 47% Systems Source Vendor Contacts QUICK SHIP MANUFACTURER CATEGORY SERIES DISCOUNT DISCOUNT ENWORK CASEGOODS TABLES 66.30% N/A FIXTURES FURNITURE CASEGOODS ALL TABLES 54.00% N/A KIMBALL CASEGOODS TABLES- UP TO$99,999 56.00% N/A KIMBALL CASEGOODS TABLES UP TO$250,000 58.00% N/A KIMBALL CASEGOODS ALL UP TO$99,000 54.00% N/A KIMBALL CASEGOODS ALL UP TO$250,000 56.00% N/A KIMBALL CASEGOODS ALL OVER$250,000 NEGOTIABLE N/A GRANDSTANDS ERGONOMICS ALL 50.60% N/A WORKRITE ERGONOMICS ALL 54.00% N/A KIMBALL FILING ALL UP TO$99,999 56.00% N/A KIMBALL FILING ALL$100,00 TO $249,000 58.00% N/A KNOLL FILING CALIBRE OVER$250,000 47.00% N/A NEGOTIABLE KNOLL FILING SERIES 2 OVER 62.00% N/A $250,000 NEGOTIABLE KNOLL FILING TEMPLATE OVER 62.00% N/A $250,000 NEGOTIABLE MARATHON FILING HIGH DENSITY FILING 32.50% N/A , KIMBALL FILING ALL OVER$250,000 NEGOTIABLE N/A CHERRYMAN FREESTANDING ALL 65.40% N/A , EOC FREESTANDING ALL UP TO$250,000 40.00% N/A MARATHON FREESTANDING MODULAR MAILROOM 58.00% N/A NATIONAL FREESTANDING ALL 58.00% N/A KNOLL FREESTANDING DIVIDENDS NORIAON 62.00% N/A ALL UP TO$249.999 CHERRYMAN SEATING ALL 63.40% N/A ECEMPLIS SEATING ALL 52.00% N/A ENCORE SEATING ALL 52.10% NIA FIXTURES SEATING ALL 54.00% N/A , IZZY SEATING ALL 51.60% N/A , KIMBALL SEATING ALL$100,000 TO 56.00% N/A $250,000 KIMBALL SEATING ALL OVER$250,000 NEGOTIABLE N/A CHADWICK/LIFE/GENER KNOLL SEATING ATION/RPM/ESSENTIAL 47.00% N/A SUP TO$249,999 NATIONAL SEATING ALL 58.00% N/A , ZOOM SEATING ALL 53.00% N/A KIMBALL SEATING ALL UP TO$99,999 56.00% N/A CHADWICK/LIFE/GENER KNOLL SEATING ATION/RPM/ESSENTIAL NEGOTIABLE N/A S UP TO$250,000 DOUG MOCKETT SYSTEMS ALL 51.00% N/A FRIANT SYSTEMS ALL 59.00% N/A HON SYSTEMS ALL 50.00% XSlTE INTERWORKS UP KIMBALL SYSTEMS 63.00% N/A TO$250,000 Systems Source Vendor Contacts KIMBALL SYSTEMS HUM UP TO$250,000 58.00% N/A KIMBALL SYSTEMS XSITE-FOOTPRINT UP 63,00% N/A TO$250,000 KNOLL SYSTEMS DIVIDENS HORIZON UP 62.00% N/A TO 250,000 KNOLL SYSTEMS REFF/REUTER UP TO 58.00% N/A $250,000 KNOLL SYSTEMS AUTOSTRADA/CURREN 61.00% N/A TS UP TO$250,000 , KNOLL SYSTEMS TEMPLATE UP TO 62.00% N/A $250,000 KNOLL SYSTEMS MORRISON UP TO 61.00% N/A $250,000 MAVERICK SYSTEMS ALL 45.00% N/A ODS SYSTEMS SYSTEMS ALL 68.00% N/A Tangram Vendor Contacts MANUFACTURER CATEGORY SERIES DISCOUNT QUICK SHIP. DISCOUNT STEELCASE ALL PARTS ' ALL 30% N/A CHERRYMAN CASEGOODS ALL 56% 56% COALESSE CASEGOODS ALL 41% N/A FIXTURES CASEGOODS ALL 46% N/A GLOBAL , CASEGOODS ALL 48% N/A WEST COAST CASEGOODS ALL 43% N/A FIRE KING FILING ALL 46% N/A MAYLINE FILING ALL 49% N/A STEELCASE FILING UNIVERSAL 57% 44% STEELCASE FILING _ ALL 57% 44% ISE FREESTANDING ALL 43% N/A NATIONAL FREESTANDING ALL 49% N/A STEELCASE FREESTANDING BALANCE OF 49% 44% STEEL STEELCASE FREESTANDING BALANCE OF 42% 36% WOOD TAB FREESTANDING ALL 48% N/A TURNSTONE FREESTANDING KICK 56% N/A TURNSTONE FREESTANDING MOBILE 57% N/A VERSTEEL FREESTANDING ALL 43% N/A ALL SEATING SEATING ALL 52% N/A CHERRYMAN SEATING RESPOND 54% 54% CRAMER SEATING ALL 43% N/A ERG SEATING ALL 43% N/A FIXTURES SEATING STACKING 46% N/A CHAIRS GLOBAL SEATING ALL 48% N/A HUMANSCALE SEATING ALL 43% N/A NATIONAL SEATING ALL 49% N/A Sit on It SEATING ALL 51% N/A STEELCASE SEATING AMIA 51% 48% STEELCASE SEATING LEAP/CACHET/MOVE 41% 37% STEELCASE SEATING COBI/i2i 43% N/A STEELCASE SEATING SIENTO 47% N/A ZOOM SEATING ALL 49% N/A DETAILS SYSTEMS ALL 43% N/A MAISPACE SYSTEMS ALL 62% N/A STEELCASE SYSTEMS WALDEN 42% 36% STEELCASE SYSTEMS CURRENCY 47% N/A STEELCASE SYSTEMS ELECTIVE 45% 39% ELEMENT STEELCASE SYSTEMS KICK 56% N/A STEELCASE WORKSURFACE ANSWER/UNIVER 62% 44% SAL SYSTEMS ATTACHMENT "G" SAN BERNARDINO COUNTY AGREEMENT EXTENSION 4/12/14 PURCHASING DEPARTMENT COUNTY OF SAN BERNARDINO . •1-7;: :24.1 • MaiNW.74•-•'. 777 East Rialto Avenue • San Bemardlno,CA 92415-0760 • (909)387-2060 / LAURIE ROZKO Fax (909)387-2666 • -. Director - March 4, 2013 G/M Business Interiors ATTN: William F. Easley 1099 W. La Cadena Drive Riverside, CA 92501 SUBJECT: Agreement #10-209 Systems/Freestanding Furniture, Filing Systems, and Seating The County of San Bernardino Purchasing Department is exercising the option to extend the above agreement through April 12, 2014. The County reserves the right to terminate the Agreement with a thirty (30) day written notice in the event the Vendor does not perform service in a satisfactory manner. The County and Vendor each reserve the right to terminate the Agreement for any reason, with a sixty (60) day written notice of termination. Such termination may include all or part of the services described herein. The Director of Purchasing for the County shall have the right to exercise the County's authority under this Agreement including the right to give notice of termination on behalf of the County at their sole discretion. All other provisions and terms of this Agreement shall remain the same. Please indicate below in writing our acceptance to extend the Agreement and return to Michael Candelaria by email to m andelariaa.pur.sbcounty.gov or FAX to 909-387-2099. !Pr. T: Laurie Rozko, Director Purchasing Department /vs Signature (-•'!)•1 Title tc V°/ C . 0 Date / / 3 Attachment A.1 Additional —GIM Business Interiors QUICK SHIP MANUFACTURER CATEGORY SERIES DISCOUNT DISCOUNT OCI SITWELL SEATING ALL 56% 56% 9T05 SEATING SEATING ALL 59% 59% ELIO LIGHTING ALL 49% 49% DESKMAKER CASEGOODS ALL 52% 52% GLASS WHITE FULBRIGHT ALL 40% 40% BOARDS ESI ERGONOMIC ALL 42.50% 42.50% LA-Z-BOY RECLINERS ALL 51% 51% CASEGOODS/TABL ENWORK ALL 62% 62% ES Page 1 of 1 Pages ATTACHMENT "H" SAN BERNARDINO COUNTY AGREEMENT EXTENSION 4/12/15 PURCHASING DEPARTMENT COUNTY OF SAN BERNARDINO Woor4 - - 777 East Rialto Avenue • San Bernardino,CA 92415-0760 • (909)387-2(160 LAURIE ROZKO Fax (909)367-2666 Director February 21, 2014 GIM Business Interiors ATTN: William F. Easley 1099 E. La Cadena Drive Riverside, CA 92501 SUBJECT: Agreement#10-209 Systems/Freestanding Furniture, Filing Systems, and Seating The County of San Bernardino Purchasing Department is exercising the option to extend the above agreement through April 12, 2015. The County reserves the right to terminate the Agreement with a thirty (30) day written notice in the event the Vendor does not perform service in a satisfactory manner. The County and Vendor each reserve the right to terminate the Agreement for any reason, with a sixty (60) day written notice of termination. Such termination may include all or part of the services described herein. The Director of Purchasing for the County shall have the right to exercise the County's authority under this Agreement including the right to give notice of termination on behalf of the County at their sole discretion. All other provisions and terms of this Agreement shall remain the same. Please indicate below in writi • our acceptance to extend the Agreement and return to Michael Candelaria by emao m•andelaria • •ur.sbcount .•ov or FAX to 909-387-2099. - aro' 1, Laurie Rozko, .• - e Purchasing oepartment /vs Signature Title l'71e-s/ 7-/C--&-e3 Date e2— 20