Loading...
CC - Item 3E - City Hall Front Counter and Interior Furnishings Improvements - Phase 2ROSEMEAD CITY COUNCIL TO: HONORABLE MAYOR AND CITY COUNCIL FROM: JEFF ALLRED, CITY MANAGER Y* - DATE: SEPTEMBER 10, 2013 STAFF REPORT SUBJECT: CITY HALL FRONT COUNTER AND INTERIOR FURNISHINGS IMPROVEMENTS - PHASE 2 SUMMARY The City Council is requested to authorize the next phase of improvements to the City Hall public counter and interior furnishings. The Council reviewed and discussed the conceptual designs for these improvements on May 28, 2013. Based on the comments provided by the Council at the May 28th meeting, the designs have been fine -tuned and construction bids have been obtained. Upon Council approval of the recommended actions, construction and furniture installation will occur in December of 2013. Funding for this project is included in the City's Capital Improvement Program (CIP) Budget. Staff Recommendation It is recommended that the City Council: 1. Approve the plans and specifications for the City Hall interior improvements; 2. Authorize the City Manager to enter into an agreement with C.E.M. Construction in the amount of $70,000 for the completion of custom cabinetry work in the City Hall front counter area. In addition, authorize an amount of $10,500 (15 %) as a contingency to cover the cost of unforeseen construction expenses; 3. Authorize the City Manager to enter into a purchase order agreement with G/M Business Interiors in an amount not to exceed $247,620.30 for the procurement of furniture, fixtures and equipment for the entire City Hall building. In addition, authorize an amount of $37,143 (15 %) as a contingency to cover the cost of unforeseen expenses. BACKGROUND / DISCUSSION In 2010, the City completed the Parks and Facilities Master Plan Projects List to serve as a guide for future capital improvements. As such, the City, with significant public input, identified a need to rehabilitate and modernize City Hall. Together with proposed improvements to parking facilities /public plaza area adjacent to the building, this ITEM NO. _„ tF - City Council Meeting September 10, 2013 Page 2 of 4 modernization work will help create a more accessible public space for the community. As part of the City's Capital Improvement Program, funding is included in the Fiscal Year 2013 -14 Budget to renovate interior spaces at City Hall. The existing facility was built in 1968 and is approximately 18,000 square feet in size. Over the last several years, the City completed several phases of interior renovation efforts, including remodeling the City Council Chambers, completing energy efficiency improvements (new windows, doors, and chiller system), and installing a new emergency generator. These upgrades have been well- received by the public, helping to modernize the facility, reduce energy usage, and remain operational during emergency situations and power outages. Additional improvements were completed last fiscal year including the remodel of the front lobby area and installation of a new administration counter area to improve service delivery to the public. Proposed interior improvements for this fiscal year will continue this effort, including remodeling remaining public counter areas, installing new flooring /paint, reconfiguring office spaces, and purchasing new furniture and filing systems. These efforts will further provide a welcoming and accessible facility for the public. The City Council discussed conceptual design options at its May 28th meeting. Revisions have been made to the original designs that reflect the comments received at the May meeting. It is planned that construction work and furniture installation will take place in December 2013. Project Description The City Hall Interior Improvement Project will include the following elements: • Expanded Front Counter — remodeling the existing front counter areas to be consistent with the remodeled administration front counter area and improve ADA access to the public. • Flooring /Painting — install new finishes to be consistent with the remodeled front lobby and administration counter areas. • Office Reconfiguration — minor remodeling to reconfigure offices that fit better with current business uses. • Office Furniture /Filing /Storage — purchasing new furniture and storage systems to present an improved appearance to the public, improve service delivery, and better organize filing systems. Revised design plans have been prepared for the above elements and are included with this report (Attachment 1). Following City Council consideration of the design plans, the City will enter into agreements with 2 vendors to complete this project. Construction of Custom Cabinetry /Millwork and Miscellaneous Remodeling Construction work will include the creation of a custom front counter area, consistent with the remodeled administration front counter (Phase 1). In order to ensure a seamless City Council Meeting September 10, 2013 Pace 3 of 4 transition between these two adjacent spaces, it is recommended that a sole source contract be authorized with the contractor that completed Phase I of the City Hall remodeling work. Staff has negotiated with the contractor, C.E.M. Construction, and has been able to secure the same unit costs for materials and labor that were used in Phase I. The scope of work included in this agreement includes cabinetry/counter fabrication and installation, remodeling work, electrical modifications, flooring installation, wall treatment installation, and finish details (floor molding, stucco, etc.). Purchase of Furniture Flooring Fixtures and Equipment for Front Counter and Offices The project includes the procurement of new furniture and equipment in several areas of City Hall. Staff has worked with G/M Business Interiors (G /M) in the design of this project. G/M is a well- respected space planning and furniture design firm located in Southern California. G/M has worked with several local cities on similar improvement projects and also assisted the City in previous space planning and furniture installation projects. In working with G /M, staff was able to negotiate the use of a competitively bid contract with the County of Riverside for the procurement of furniture and equipment. The County Contract provides the City with access to steep discounts that range from 46% to 70% off of list prices. This process, known as "piggybacking ", provides smaller cities with access to price discounts that would otherwise not be available. Additionally, the use of piggybacking also saves a considerable amount of staff time involved in a large procurement process. The City has successfully used this procurement method for other large capital purchases, including vehicles and equipment. Project Schedule It is anticipated that the design /construction process will proceed as follows: I. City Council Design and Contract Approval: September 10, 2013 II. Order Furniture /Fixtures (including fabrication): September — November 2013 III. Construction /Furniture Installation: December 2013 Following design approval, it is expected that it will take approximately 5 -10 weeks for the production of furniture and equipment. Furniture will be received by G/M Business Interiors in November and be ready for delivery to the City. As planned, the construction phase will start in early December and take approximately one (1) month to complete. During the construction phase, arrangements will be made to create a temporary public counter in the City Council Chambers and City Hall Conference Room. This temporary public counter will ensure that the public is not adversely impacted during construction activities. City Council Meeting September 10, 2013 Page 4 of 4 FINANCIAL REVIEW The total budget for the City Hall Improvements CIP Project is $500,000. The total value of contracts involved in this phase of construction is $365,263 (including contingencies). Submitted by: Q6" Chris Marcarello Director of Public Works Attachments (1) Interior Design and Renderings (2) Draft Agreement — C.E.M Construction (3) Draft Agreement/PurchaseOrder — G /M Business Interiors (4) County of Riverside Bid and Contract �1 C III 0 III 1- 1 = -- �i��: ■:u�■� :,:■:!iii MEN ===== •:� ■sril■ ■ ■ ■■MI o cO ■ ■�- Eli■ �.- �� - - -. a /.� ■!� ■7 ■1 ��� ■■ ■E Ill -- ■ . -� -��� a_ .. - �:��r.... 6r. ■■■[alivMl Irk' ■■■■■■■ 1 WIPE EI rmmii9i rml �ji7trl� ■ ■ ■ ■ ■ ■ ■ ■1 S G Z S G it l ■ ■wiq ■ ■ ■ ■ ■■1 1 ■ ■ ■ ■ ■ ■ 1 1 ■` I EYM �� ■r.■ ■ ■ ■ ■ H ■ ■■ ■OMEN maugmua krscfse��m . 1 ■•- ■ ■■ ■■ ■i=ii10 1 � 1�1■Oka ■A■ = 0 ! 1: ■: ■:N:MONe� a BEN ■ ■milMMM 11 ■ ■■ ■ ■M ■ ■ ■E ■�aO ■M ■NEE ■NI Iq■ LIEF T"1111 II ■ ■ ■ ■ ■�iO ■E ■ ■ ■M ■ ■ ■ ■ ■ ■ ■� ■I ��� ■ ■ ■ ■ ■ ■ ■1 1;���:�������� \�������f1�1 _ Lei _ _ t1■ \Emmons 11� ■t ■t ■! ■t ■i ■t ■! ■t ■ ■ ■1 ■t■ aiN� ■E ii! ■wC`r�;�iMENNEN Ir■ r■ r■ u��r�r■r ■,7�'l��r�rP.��r ■i�y_�r��l�Ilrf rMENNEN m m kff R 4 sr ® R E Of& ap I I I I ut I I � I � s i notes III enlarged plan - foyer and derlcal area z $y¢o i o5.01 `a 4 t � public counter - south, public reception side a °o `op 'u L8 k k Tit', s k k I detail -angled file drawer "I counter- public north, employee service side _ z S public counter - west, employee service side public counter. east, reception x6.01 public side = CONSTRUCTION CONTRACT CITY HALL FRONT COUNTER AND OFFICE IMPROVEMENTS PROJECT- PHASEII (CEM CONSTRUCTION) PARTIES AND DATE This Contract is made and entered into this day of 20 (Effective Date) by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ( "City ") and CEM Construction with its principal place of business at 8207 Brookgreen Road, Downey, CA 90240 (hereinafter referred to as "Contractor "). City and Contractor are sometimes individually referred to as "Party" and collectively as 'Parties" in this Contract. 2. RECITALS 2.1 Contractor Contractor desires to perform and assume responsibility for the City Hall Front Counter and Office Improvements Project — Phase II by the City on the terms and conditions set forth in this Contract. Contractor represents that it is experienced in providing such work services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project City desires to engage Contractor to render such services described herein as Project ('Project') as set forth in this Contract. 3. TERMS 3.1 Scope of Services and Term 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional construction services necessary for the Project ( "Services "), The Services are more particularly described in Exhibit "A" CEM CONSTRUCTION Page 2 of 10 attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Contract, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Contract shall be from Effective Date shown above to June 30, 2014 unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Contract if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Contract. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Contract. Any additional personnel performing the Services under this Contract on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Contract and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Contractor shall perform the Services expeditiously, within the term of this Contract, and within the schedules timeline. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates the Associate Civil Engineer, or his designee, to act as its representative for the performance of this Contract ( "City's Representative "). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates Mr. Emigdio Carrillo, or his designee, to act as its representative for the performance of this Contract ( "Contractor's Representative'). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Contract. The Contractor's Representative shall supervise and direct the Services, using his /her best skill CEM CONSTRUCTION Page 3 of 10 and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Contract. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Contract in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License if applicable, and that such licenses and approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub - contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re- employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state aind federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal /OSHA, AQMD requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance: Contractor shall maintain, prior to the beginning of and for the duration of this Contract, insurance coverage as specified in Exhibit B attached to and part of this Contract. 3.2. 10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and CEM CONSTRUCTION Page 4 of 10 regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ( "Prevailing Wage Laws "), which require the payment of prevailing wage rates and the performance of other requirements on "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, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Contract. Contractor 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 Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond: If specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in the amount of the total, not -to- exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in the amount of the total, not -to- exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total CEM CONSTRUCTION Page 5 of 10 compensation is increased in accordance with the Contract, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Contract (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Contract for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California- admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California- admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. The total compensation shall not exceed Seventy Thousand Dollars ($ 70,000.00) without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Contract. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement that indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days after receiving such statement, review the statement and pay all approved charges. The payments will be subject to a 5% retention amount, which would be released and paid after all work under the Contract has been satisfactorily completed, and 35 days after a Notice of Completion is filed with the County of Los Angeles. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Contract, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Contract. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Contract. All CEM CONSTRUCTION Page 6 of 10 such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Contract. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Contract for a period of three (3) years from the date of final payment under this Contract. 3.5 General Provisions. 3.5.1 Termination of Contract. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Contract at anytime and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services that have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Contract except for cause. 3.5.1.2 Effect of Termination. If this Contract is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Contract. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Contract is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Contract shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: CEM Construction CITY: 8207 Brookgreen Road Downey, CA 90240 Attn: Emigdio Carrillo City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Rafael Fajardo, Associate Civil Engineer Such notice shall be deemed made when personally delivered or when mailed, forty -eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. CEM CONSTRUCTION Page 7 of 10 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Contract. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Contract, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and /or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials, officers, employees, agents or volunteers. 3.5.6 Entire Contract. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations and understandings. This Contract may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Contract shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Contract or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such CEM CONSTRUCTION Page 8 of 10 attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Contract, the language of this Contract shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not workdays. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Contract. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Contract. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Contract. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Contract shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppels, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Contract is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City shall have the right to rescind this Contract without liability. For the term of this Contract, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. CEM CONSTRUCTION Page 9 of 10 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self - insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Contract. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Contract. Each Party warrants that the individuals who have signed this Contract have the legal power, right, and authority to make this Contract and bind each respective Party. 3.5.21 Counterparts. This Contract may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Contract, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. [SIGNATURES ON NEXT PAGE] CEM CONSTRUCTION Page 10 of 10 CITY OF ROSEMEAD CEM CONSTRUCTION By: Jeff Allred, City Manager Date Date Name: Attest: Title: Gloria Molleda, City Clerk Date [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Approved as to Form: 0 Name: Rachel H. Richman Date City Attorney CEM CONSTRUCTION IWAM 3k]F-,l SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE /PROPOSAL /_121x] PLANS AND SPECIFICATIONS C M CONSTRUCTION NB C. 951234 8207 BROOKGREEN RD. DOWNEY, CALIFORNIA 90240 5621708 -0014 5621714 -2886 SERVICE PROPOSAL August 19, 2013. City of Rosemead Attn.: Rafael Fajardo 8838 E. Valley Boulevard Rosemead, CA 91770 626- 569 -2151 SUBJECT City Hall Interior Renovation Project Dear Mr. Fajardo CEM Construction is pleased to submit this proposal for the interior renovation project as indicated on the attached layout submitted by City Staff. PROJECT DESCRIPTION The project consists in the installation of a new public counter, new carpet, new tile floor, wall removals, wall installation and miscellaneous. SCOPE OF WORK 1. Furnish and install public counter as indicated on the attached Plans. 2. Install Carpet and tile as indicated on the attached Plans. 3. Modify existing walls as indicated on the attached Plans. 4. Paint existing walls as indicated on the attached Plans. The scope of work will be done for the lump sum amount of Seventy thousand dollars. ($70,000.00) ALTERNATE COST (IF NECESSARY) Minor electrical work $ 5,000.00 Major electrical work $ 10,000.00 Page I I This is additional to the lump sum price. NOT PART OF THIS PROPOSAL 1. Asbestos removal, disposal and report. 2. Any electrical, security and network installation. 3. City will provide carpet and tile materials. Thank you for your consideration, if you have any question please call at 562 - 714 -2886. Sincerely, CEM Construction Emigdio Carrillo Page 12 . -.. I W . ®■� iif 1 1 I■■■ ■■■■N ■■■■ ■ ■rihlA ■ ■N ■ ■ ■■ ■ ■ ■Y+Y ■ ■� ■ ■ ■ 112MM■■■N ■■■■■■■®■■■ofiall ■Y11{rNINt� ■i ■EMI■■ RZi7 ®SIN ■ ■ ■ ■ ■ ■ ■I ■ ■ ■I ■ ■ ■I ■ C p mop" 6a� ■A ra. ®�r1,� IRIYU - C 1 a 1 I■■ ■ ■rr.� � Irav1�� ��■■al■�rr■Allrvr■in■■■■I�/I■is- n■ A+ OWE I1■■� ■1�■■_ MIKE FVFJUM ��Iv ■I ■ ■■pi 6 EEMM\ 9 I■■U NHI! :1,j -- — lIIf�17 ■■ ■1lI� ■ ■ ■� l�I� ■ ■ ■f @ai ■fifnlAlll } ■�� r ■� 0 iii j�� �ONNII!!i!� ill ONNE rM■■■ Irkr. ■� rw■■■■arr ■■■■■+u■ - - -- �----- n■■■av■� �■� -- �z iF3i =g i moll I NNE ■N AM ■ ■ ■1 ■ ■ ■ ■I �I�II s■■■■■■■■■■■■r. In■■■■■■■■■■■�!Iwr SOMME ■ ■ ■ ■ ■■R!;c� r■■■■■■■■■■■■r� In■■■■■ ■N■■■■ ■I r■■■■riRMEM■■■N In■■■■Y+uv■■■ o i�i���i+ ■ MRMM ■■■■■ ■■I ■■ 0 Ell I —I mli■■�a ■ ■■r poi ua 1 ■ ■ ■ ■ ■ ■ ■ ■I z,9 iu� zg sS II iJDW5M33aJ poawac Jaiunoa ollgnd — uold IMEJJ O I jiII a If® i3® a i i m m U a c m d r 0 e m n v u LM m c AD eY @g o c ___. jJD WS�jj2J, Poawasoy� Ja3Un» >IpM — CUOIjONVp Jowjy ❑❑ � {1 if it if { a { N O fTY b .... {l 1 }li a n iii a . � n , m m m `m . C } } ° O I 6 m 9 r U � O d p O g w m 9 1 V a V a 1 x 1 i I 4 s ' 1 • ' .1. 1 } a �, g 8 r m r r m rr r 3 m a m 1 v - �I�I i s ■ Lj :-O� CEM CONSTRUCTION EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state - approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverage. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self- insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review. CEM CONSTRUCTION Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of Califomia and with an A. M. Bests rating of A- or better and a minimum financial size V11. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insured City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Contract shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverage required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so- called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverage required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Contract. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Contract and to pay the premium. Any premium so paid CEM CONSTRUCTION by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any parry will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all Contracts with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self- insure or to use any self- insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self- insure its obligations to City. If Contractor's existing coverage includes a deductible or self- insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self- insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Contract will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non - compliance with any insurance CEM CONSTRUCTION requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and /or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverage. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this Contract. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this Contract and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Contract to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this Contract. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Contract. City assumes no CEM CONSTRUCTION obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. OP ID: M2 '4c °R° CERTIFICATE OF LIABILITY INSURANCE D0512112013Y) 05/21/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ios) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s). PRODUCER Phone: 888 -815 -7639 Hunter Insurance Services, Inc Fax: 619465 -1926 Agency Lic# ODS4594 1950 Cordell CL Ste 101 El Cajon CA 92020 Miriam 9. Rothey COAMNTEA,cT PHONE FAX C No No: EJAAL PRODUCE. PRODUCER CusroMERIDCCEMCO -1 INSURER(S) AFFO RDING COVERAGE MIUC0 INSURED C E M Construction Corporation Emigdio Carillo 8207 Brookgreen Rd Downey, CA 90240 INSURER A: Preferred Contractors Associat 12497 INSURERS: United Financial Casualty Co. 11770 INSURER D. $ 1,800, INSURER D: $ �, INSURERE: S 5,00 INSURER F : S 1,000,00 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE =5U" POLICY NUMBER ACCORDANCE WITH THE POLICY PROVISIONS. LIMITS A GENERALLIARL(TY X COMMERCIAL GENERAL LIABILITY CLAIMSMADE ❑X OCCUR X OwnedCont Prot X PC2505802 -00 051Y 7/2013 05/17/2014 EACH OCCURRENCE $ 1,800, PREMISES El oawwce $ �, MEDEXP me rwn S 5,00 PERSONAL B ADV INJURY S 1,000,00 GENERAL AGGREGATE $ 2,000,00 GENT AGGREGATE LIMIT APPLIES PER: .-X1 POL CY PRO- OC PRODUCTS- COMPIOP AGO S 2.000100 S B AUTOMOBILE LWBSZTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS D222M70 05120/2013 05/20/2014 COMBINED SINGLE LIMIT (En accident) $ 1,000,00 BODILY INJURY (Per perwn) S X BODILY INJURY (Par wadwt) $ PROPERTY DAMAGE (Per amidert) S S S IA�FB.LA LNB EXCESSLVIEI OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE It DEDUCTIBLE RETENTION S S S WOE COMPENSATION ANO EMPLOYERS, UARIUTY ANY PROPRIETORFARINER,EJL =CURVE YIN OFFICFRAT£A6ER EXCLUDED? (MarldtNV in NH) If yyees dmaibe under DESCRIPTION OF OPERATIONS below NIA I WCSTATLL OTH- IM IT E.L. EACH ACGDENr f E.L DISEASE- EA EMPLOYEE S E.L.DSFASE- POLICY UMn S DESCRPTION OF OPERATIONS I LOCATIONS I VEHCLES(Atech ACORD IM. Additional Re *K Schedule N more am Is r"Wmd) Sally Tanner Park Project and all Projects that are In eft'ect for the Public Works Department City of Rosemead are included as Additional Insured in this policy with respect to operations performed by the named ' cured, per attached endorsement. All Operations CERT!RCATC HOLDER CANCELLATION CITYOF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Rosemead City Clerk 8838 East Village Blvd Rosemead, CA 91770 AUTHORIZED REPRESENTATIVE r "( ACORD 25 (2009109) © 198 8-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT TO POLICY NO. 10b THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PREFERRED CONTRACTORS INSURANCE COMPANY RISK RETENTION GROUP, LLC COMMERCIAL GENERAL LIABILITY POLICY BLANKET ADDITIONAL INSURED INCLUDING PRIMARY COVERAGE AND WAIVER OF SUBROGATION The section of the policy entitled II. — WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. The coverage afforded by this endorsement is only; (1) with respect to liability of the Additional Insured in connection with the original Named Insured's ongoing operations performed for said Additional Insured; and (2) only if the Additional Insured performs all obligations required under the Policy. The coverage afforded to an Additional Insured is limited to a claim made for a Covered Loss not covered by other insurance available to an Additional Insured, and is limited by SECTION IV. — COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance, b., of the policy, which provision applies equally to an Additional Insured and is made a part of this Endorsement. Other than as expressly modified herein, coverage for the Additional Insured is governed by the terms and conditions of this policy, including the insuring agreement. No coverage is afforded under the "products- completed operations hazard" for an Additional Insured pursuant to this endorsement. The coverage afforded to an Additional Insured under this endorsement ends as of the date of completion, abandonment or termination of the work of the original Named Insured at any jobsite, project or structure. The "work" of the original Named Insured will be deemed completed as of the date all work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or when that portion of 'your work" out of which the injury or damage arises has been put to its intended use by any person or organization, including another contractor or subcontractor engaged in performing operations as part of the same project. The coverage provided for the Additional Insured is only to the extent that the additional insured is held liable for the negligence or strict liability of the Named Insured. No coverage is provided for liability based upon the acts, errors and omissions of the Additional Insured. No coverage is provided to an Additional Insured for damages because of "bodily injury' to an employee of the original Named Insured, whether suit is brought or claim is made by the employee or the parent, spouse, child or sibling of such employee, or any entity seeking damages because of injury to such employee. If required by written contract: the insurance afforded by the policy to the Additional Insured shall be primary insurance, and any insurance or self - insurance maintained by the above Additional Insured shall be excess of the insurance afforded to the Named Insured and shall not contribute to it. If required by written contract or agreement: We waive any right of recovery we may have against an entity that is an Additional Insured per the terms of this endorsement because of payments we make for injury or damage arising out of 'your work" done under a contract with that person or organization. Policy No.: PC2505802 -00 Preferred Contractors Insurance Company Risk Retention Group, LLC Date: 5117/2013 27 North 27th Street, Suite 1900 Billing, Montana 59103 Time: 12:01 a.m. By: Authorized epresentative TSD -CL 00527 (03/12) END 10b 1 of 1 CITY OF ROSEMEAD PURCHASE ORDER REQUISITION FORM Date: 09/05/2013 Purchase Order #: Vendor Number: Vendor Name: G/M Business Interiors Requesting Dept.: Public Works Address: 1099 W. La Cadena Drive Contact Person: Chris Marcarello City, State Zip: Riverside, CA 92501 Purchase Order Type: Qty Unit Description Unit Price Tax Total Acct. Number 1 2 Furniture, Filing Systems, and Ancillary Items $ 247,620.30 3 $ 4 $ 5 $ 6 $ 7 $ 8 $ 9 $ 10 $ - Sub -Total $ 247,620.30 Shippling /Delivery TOTAL $ 247,620.30 Comments /Special Delivery Instructions: Approved: Manager Purchasing Officer Department Head • - s Who ' Where Quotation CITY HALL REMODEL PROJECT 9/4/2013 80534 s • CITY OF ROSEMEAD 8838 EAST VALLEY BOULEVARD ROSEMEAD CHRIS MARCARELLO CITY OF ROSEMEAD CITY HALL - PUBLIC WORKS 8838 EAST VALLEY BOULEVARD CA 91770 11ROSEMEAD CA 91770 Phone: (626)569 -2118 CHRIS MARCARELLO Phone: (626)569 -2118 Fax: (626)307 -9218 Fax: (626)307 -9218 I acknowledge 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 Jobshe 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. PROJECT # TBD QUOTE 80534 AND 88866 * * * * * ** BUDGETARY QUOTE FOR HERMAN MILLER ETHOSPACE SYSTEMS, SEATING, ARCADIA, ENCORE, FIRST OFFICE, OFS AND OSCAR INDUSTRIES FURNITURE * QUOTED UNDER THE COUNTY OF SAN BERNARDINO PURCHASING PIGGY -BACK CONTRACT # A31%4 FOR: CITY HALL REMODEL PROJECT """INSTALLATION START DATE: TBD * * * * * * * * * * * ** *CUSTOMER MOVE -IN DATE : TBD SCOPE OF WORK: 1) G/M TO DESIGN SYSTEMS AND FREE STANDING FURNITURE WHICH INCLUDES FIELD RESEARCH, PROGRAMMING WORKSTATIONS, MAKING COLOR SELECTIONS, PRODUCING ALL DRAWINGS, PRODUCT SPECIFICATIONS FOR REVIEW AND APPROVAL 2) COORDINATE AND PROJECT MANAGE DELIVERY OF FURNITURE AND SUPPLY ELECTRICAL AND DATA INFORMATION WHERE APPLICABLE 3) CUSTOMER WILL REMOVE EXISTING FURNITURE PRIOR TO NEW FURNITURE INSTALLATION 4) CUSTOMER WILL SUPPLY ELECTRICIAN DAY OF NEW FURNITURE INSTALL TO HOOK UP HERMAN MILLE POWER Account Executive: Paul Marzullo(pmarzulloCaDambi.net) Project PAS: Tony Nou AMA: Katie Lira(klira&Mbi.net) Page: 1 of 800 -586 -5583 500 -585 -6583 Fax: 951 -654 -0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 htto: //www.Ombi.net HARNESSES TO BUILDING POWER 5) COORDINATE ALL DELIVERIES WITH: CHRIS MARCARELLO * * ** *PROJECT MANAGER NOTES: 1) JOBSITE HAS BEEN FIELD MEASURED ' "INSTALLATION MANAGER NOTES: 1) * * ** *ORDER ENTRY NOTES: 1) Who/WhsbWhere LOT 1 OFFICE FURNITURE OFS VEGAS PRODUCT ENCORE SEATING List List Ext Sell Sell Ext 497,124.00 497,124.00 220,293.85 220,293.85 N�Iax Install Taxable install -- Freight Design Fee i .00 .00 .00 .00 Account Executive: Paul Marzullo(omarzullo0ambi.net) Project PAS: Tony Nou AMA: Katie Lira (klifa gmbi.netl Page: 2 of 3 nuu -ono -Was auu- bee -"u4 hax:957- 554 -UU37 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 httD: //www.ambi.net WholWhat/Where LOT 0 Z G/M Services GIM Furniture Planning services, it 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. GIM 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. GIM 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. GIM 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 a -mall at m 51111111 U Mir ra 2 IIII 111 i Available to Order illy, 11 I I Summer 2013` III List List Ext .00 .00 Non -Tax Install Taxable Install .00 .00 Systems Assembly (Taxable) Freight (Taxable) Services (Non - Taxable) Project App. Spec. (Non - Taxable) Sales Tax (9.000 %) Sell Sell Exd .00 .00 Freight Design Foil .00 7,500.00 $220,293.86 $0.00 $0.00 $0.00 $7,500.00 $220,293.85 $7,500.00 $19,826.45 $247,620.30 )duct at Delivery-Std Terms / Invoice Services at Completion 100% $247,620.30 Account Executive: Paul Marzullo(nmarzullodd ombi.net) Project PAS: Tony Nou AMA: Katie Lira (klirac .dmbi.net) Page: 3 of 3 800 - 686 -6583 800 - 686 -6583 Fax: 951 -684 -0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 htto: / /www.ambi.net CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • �' m Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE FIRST OFFICE <untagged> 1 1 3.7219HDW 2,372.00 2,372.00 1,257.16 1,257.16 47.00 % 72WX1 5DX1 8.5H WALLMOUNT ORGANIZER, VEGAS MLC a VEGAS VENEEI • LIGHT CHERRY JJ • VEGAS DOOR (• WOOD FRAMED ACRYLIC INSERT Tag: OFFICE FURNITURE 2 1 S3- 723908 4,632.00 4,632.00 2,454.96 2,454.96 47.00 % 36WX24DX72.5H STORAGE WARDROBE, VEGAS, FOUR HINGED WOOD FRAMED DOORS WITH ACRYLIC INSERTS. DOORS WILL BE ATTACHED TOGETHER SO THAT BOTH DOORS ON ONE SIDE OPEN AS ONE. LEFT SIDE TO HAVE 3 ADJ AND 1 FIXED SHELF. RIGHT SIDE TO HAVE COAT ROD AND ONE ADJ MLC • VEGAS VENEEI • LIGHT CHERRY VH • VEGAS PULL 0 • SATIN NICKEL FORTE PULL LW • BACK OPTION • UNFINISHED BACK Tag: OFFICE FURNITURE 3 1 3.7243HD 1,938.00 1,938.00 1,027.14 1,027.14 47.00 % 72WX15DX42.5H HIGHBACK ORGANIZER, VEGAS MLC • VEGAS VENEEI • LIGHT CHERRY HC • VEGAS DOOR(* WOOD LW • BACK OPTION • UNFINISHED BACK Tag: OFFICE FURNITURE 4 1 FT2104 476.00 475.00 251.75 251.75 47.00 % 72WX23.75H FABRIC TACKBOARD 5 • TACKBOARDNI • GRADE 5 FABRICS ETC5 • GRADE 5 FABR • OTHER GRADE 5 FABRICS TOR • •TBD Tag: OFFICE FURNITURE ENCORE SEATING <untagged> 5 6 6644 -K 908.00 5,448.00 426.76 2,560.56 53.00 % MEMENTO KNIT BACK TASK CHAIR, TASK INTENSIVE MGMT CONTROL, FIXED CANTILEVER ARMS KNIT BACK: • a #20 DESERT SAND FABRIC SEAT: • a GRADE 6 FABRIC - TBD BASE: • • POLISHED ALUMINUM Tag: OFFICE FURNITURE FIRST OFFICE <untagged> Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 1 AMA: Katie Lire CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM 08 Quote Al 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE FIRST OFFICE <untagged> 6 2 F35837XN 901.00 1,802.00 477.53 955.06 47.00 % 22.88WX23.88D SIDE CHAIR, FLAIR - HALF UPHOLSTERED BACK MSW . FINISH OPTION . SABLEIWALNUT 8 . FABRICS & LEA . GRADE 8 TEXTILES ETC8 . GRADE 8 FABR a OTHER GRADE 8 FABRICS TOR . . MAHARAM ACROSS 465964 010 EARTHEN Tag: OFFICE FURNITURE 7 1 3- 2248BR2 527.00 527.00 279.31 279.31 47.00 % 22X48 BRIDGE, VEGAS MLC . VEGAS VENEEI . LIGHT CHERRY EF . VEGAS EDGE C . SQUARE EDGE G3 a GROMMET OPT. GROMMET IN CENTER LK . GROMMET COL . SILVER Tag: OFFICE FURNITURE 8 1 3- 7222CRD2 2,422.00 2,422.00 1,283.66 1,283.66 47.00 % 72X22 DOOR CREDENZA, VEGAS MLC . VEGAS VENEEI a LIGHT CHERRY EF . VEGAS EDGE C. SQUARE EDGE VH . VEGAS PULL 0 . SATIN NICKEL FORTE PULL LW a BACK OPTION . UNFINISHED BACK Tag: OFFICE FURNITURE 9 1 3- 7222CRL2 1,737.00 1,737.00 920.61 920.61 47.00 % 72X22 LEFT PEDESTAL CREDENZA, VEGAS MLC . VEGAS VENEEI . LIGHT CHERRY EF . VEGAS EDGE C . SQUARE EDGE VH . VEGAS PULL O . SATIN NICKEL FORTE PULL LW . BACK OPTION . UNFINISHED BACK G3 . GROMMET OPT . GROMMET IN CENTER Tag: OFFICE FURNITURE HERMAN MILLER <untagged> 10 1 AE113AWC 1,495.00 1,495.00 717.60 717.60 52.00 % +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,Nonuphstil Pi . Back Support OF . +adjustable PostureFit support XT . Base /Frame Fini . +titanium with smoke frame BB . Casters/Glides . +2 112" hard caster, black yoke, carpet S8 . Armpad Finish . +smoke 4F . Pellicle® Materia a +pellicle -Pr Cat 2 03 . 4F—Colors . +pellicle waves quartz Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 2 AMA: Katie Lira We CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount %, List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE FIRST OFFICE <untagged> 11 1 3.8442EPTR2 2,689.00 2,689.00 1,425.17 1,425.17 47.00 % 84X42 RIGHT P TABLE, VEGAS MLC . VEGAS VENEEI . LIGHT CHERRY EF . VEGAS EDGE C . SQUARE EDGE FR . VEGAS PENINS. NO MODESTY MV . VEGAS PENINS. 3 -1/2" SATIN NICKEL RIBBED CYL KP . GROMMET OP1. WITH GROMMET LK . GROMMET COL. SILVER Tag: OFFICE FURNITURE HERMAN MILLER <untagged> 12 1 ZTVWC 2,890.00 2,890.00 946.48 946.48 67.25 %. @Sq -Edge Wood Oval Table,Ven Top S . Base Option . @segmented base 42 . Depth Option . @42" deep 066 . Width . @66" wide ED . Top Finish . @aged cherry BU . Column Finish . +black umber PA . Base Finish . @polished aluminum Tag: OFFICE FURNITURE FIRST OFFICE <untagged> 13 1 3.7219HDW 1,828.00 1,828.00 968.84 968.84 47.00 % 72WX15DX18.5H WALLMOUNT ORGANIZER, VEGAS MLC . VEGAS VENEEI . LIGHT CHERRY HC . VEGAS DOOR(* WOOD Tag: OFFICE FURNITURE 14 1 FT2104 475.00 475.00 251.75 251.75 47.00 % 72WX23.75H FABRIC TACKBOARD 5 . TACKBOARDNI . GRADE 5 FABRICS ETC5 . GRADE 5 FABR . OTHER GRADE 5 FABRICS TOR . . TBD Tag: OFFICE FURNITURE ENCORE SEATING <untagged> Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 3 AMA: Katie Lim CITY OF ROSEMEAD 9/412013 CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 • Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE ENCORE SEATING <untagged> 15 4 5644 -K 908.00 3,632.00 426.76 MEMENTO KNIT BACK TASK CHAIR, TASK INTENSIVE MGMT CONTROL, FIXED CANTILEVER ARMS KNIT BACK: . • #20 DESERT SAND FABRIC SEAT: . • GRADE 6 FABRIC - TBD BASE: • • POLISHED ALUMINUM Tag: OFFICE FURNITURE FIRST OFFICE <untagged> 16 2 F35837XN 901.00 1,802.00 477.53 22.88WX23.88D SIDE CHAIR, FLAIR - HALF UPHOLSTERED BACK MSW a FINISH OPTION • SABLE/WALNUT 8 • FABRICS 8 LEA • GRADE 8 TEXTILES ETC8 • GRADE 8 FABR • OTHER GRADE 8 FABRICS TOR • e MAHARAM ACROSS 465964 010 EARTHEN Tag: OFFICE FURNITURE 1,707.04 53.00 % 955.06 47.00 % 17 1 3- 2248BR2 527.00 527.00 279.31 279.31 47.00 % 22X48 BRIDGE, VEGAS MLC • VEGAS VENEEI • LIGHT CHERRY EF a VEGAS EDGE C • SQUARE EDGE G3 • GROMMET OPl • GROMMET IN CENTER LK • GROMMET COL • SILVER Tag: OFFICE FURNITURE 18 1 3- 7222CRL2 1,737.00 1,737.00 920.61 920.61 47.00 % 72X22 LEFT PEDESTAL CREDENZA, VEGAS MLC • VEGAS VENEEI • LIGHT CHERRY EF • VEGAS EDGE C • SQUARE EDGE VH • VEGAS PULL 0 • SATIN NICKEL FORTE PULL LW • BACK OPTION • UNFINISHED BACK G3 a GROMMET OPl • GROMMET IN CENTER Tag: OFFICE FURNITURE 19 1 3- 7242RPD82 2,698.00 2,698.00 1,429.94 1,429.94 47.00 % 72X42 BOW SHAPED RIGHT PEDESTAL DESK, VEGAS MLC • VEGAS VENEEI • LIGHT CHERRY EF a VEGAS EDGE C • SQUARE EDGE VH a VEGAS PULL 0 • SATIN NICKEL FORTE PULL GN • VEGAS DESK N a STRAIGHT GRAIN VENEER G1 • DESK GROMME • NO GROMMET Tag: OFFICE FURNITURE HERMAN MILLER Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 4 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • j:�m Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 20 1 AE113AWC 1,495.00 1,495.00 717.60 717.60 52.00 % +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,NonuphstPds /C Pi a Back Support 01. +adjustable PostureFit support XT . Base /Frame Fini . +titanium with smoke frame BB . Casters /Glides . +2 1/2" hard caster. black yoke, carpet S8 . Armpad Finish . +smoke 4F . Pellicle® Materis . +pellicle -Pr Cat 2 03 . 4F-Colors . +pellicle waves quartz Tag: OFFICE FURNITURE 21 1 ZTNWC 1,445.00 1,445.00 473.24 473.24 67.25 % @Sq -Edge Wood Round Table,Ven Top S . Base Option . @segmented base 28 . Height Option . a28.5' high 42 . Diameter Option . @42" dia ED . Top Finish a @aged cherry BU . Column Finish . +black umber PA . Base Finish . @polished aluminum Tag: OFFICE FURNITURE 22 3 E1120.38 23.00 69.00 7.36 22.08 68.00 % +Draw Rod 38H Tag: OFFICE FURNITURE 23 4 El 120.70 29.00 116.00 9.28 37.12 68.00 % +Draw Rod 70H Tag: OFFICE FURNITURE 24 1 E1322.06E 171.00 171.00 54.72 54.72 68.00 % +Power Entry,Ext. Dir Con 4- Circ,6Ft L Tag: OFFICE FURNITURE 25 1 E1311.A 197.00 197.00 63.04 63.04 68.00 % +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 61Pkg WN . Surface Finish . +warm grey neutral Tag: OFFICE FURNITURE 26 1 E1251.32S 75.00 75.00 24.00 24.00 68.00 +Chg of Ht Fin End Std 32H CN . Surface Finish . +metallic champagne Tag: OFFICE FURNITURE Account Executive Paul Mamullo Project PAS: Tony Nou Page: 5 AMA. Katie Lira CITY OF ROSEMEAD 9/4/2013 (� u CITY HALL REMODEL PROJECT 4:26:29 PM j.' III Quote # 80534 V LL��11 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item ay Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 27 1 28 1 29 2 30 10 31 6 32 2 33 2 34 1 E1250.38S 78.00 78.00 +Fin End,Std 38H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1250.70S 91.00 91.00 +Fin End,Std 70H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1624P 61.00 122.00 +Tile,Face Pntd 16H 24W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1630P 65.00 650.00 +Tile,Face Pntd 16H 30W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1636P 69.00 414.00 +Tile,Face Pntd 16H 36W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1648P 81.00 162.00 +TIIe,Face Pntd 16H 48W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1425.1630 204.00 408.00 +TIIe,Rail 16H 30W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1109.3824G 521.00 521.00 +Frame,Pwr 4 -Ciro W /Com Pt Lc 38H 24W CN • Top Cap Finish • +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 24.96 24.96 68.00 % 29.12 29.12 68.00 % 19.52 39.04 68.00 % 20.80 208.00 68.00 % 22.08 132.48 68.00 % 25.92 51.84 68.00 % 65.28 130.66 68.00 % 166.72 166.72 68.00 % Account Executive: Paul Maaulio Project PAS: Tony Nou Page: 6 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • • 1.(•111 Quote # 80534 �a Vff! 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 35 1 El 1109.383013 563.00 563.00 180.16 180.16 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 38H 30W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warn grey neutral Tag: OFFICE FURNITURE 36 1 E1109.3848G 662.00 662.00 211.84 211.84 68.00 % +Frame,Pwr 4-Clrc W /Com Pt Lc 38H 48W NN . Top Cap Finish . +none WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 37 3 E11109.7030G 666.00 1,998.00 213.12 639.36 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 30W CN . Top Cap Finish . +metallic champagne WN a Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 38 2 E11109.703613 707.00 1,414.00 226.24 452.48 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 36W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 39 1 TC2.1518 282.00 282.00 133.25 133.25 52.75 % +Retrofit Cush Top,Ped 2H 15W 18D 8U . Cushion Top Fat . +stitches -Pr Cat 3 14 . 81.1-Colors . +stitches olive Tag: OFFICE FURNITURE 40 1 E2393.241- 40.00 40.00 12.80 12.80 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Left CN . Surface Finish . +metallic champagne SM . Support Option . +on module Tag: OFFICE FURNITURE 41 1 E2393.301- 44.00 44.00 14.08 14.08 68.00 % +Support,Work Surf 30D (for 30" Deep surfaces) Left CN . Surface Finish . +metallic champagne SM . Support Option . +on module Tag: OFFICE FURNITURE Account Executive: Paul Manullo Project PAS: Tony Nou Page: 7 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • 1.1 111 Quote # 80534 ra V L�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 42 2 E2393.30R 44.00 88.00 14.08 28.16 68.00 % +Support,Work Surf 30D (for 30" Deep surfaces) Right CN a Surface Finish a +metallic champagne SM a Support Option a +on module Tag: OFFICE FURNITURE 43 2 E1420.1624F 116.00 232.00 37.12 74.24 68.00 % +Tile,Face Fabric 16H 24W IV a Surface Finish a +violetta -Pr Cat 4 01 e 1V-Colors a +violetta camilla Tag: OFFICE FURNITURE 44 16 E1420.1630F 121.00 1,936.00 38.72 619.52 68.00 % +Tile,Face Fabric 16H 30W IV a Surface Finish a +violetta -Pr Cat 4 01 e 1V-Colors a +violetta camilla Tag: OFFICE FURNITURE 45 8 E1420.1636F 131.00 1,048.00 41.92 336.36 68.00 % +Tile,Face Fabric 16H 36W IV a Surface Finish a +violetta -Pr Cat 4 04 a 1V-Colors a +violetta barone Tag: OFFICE FURNITURE 46 2 E1420.1648F 146.00 292.00 46.72 93.44 68.00 % +Tile,Face Fabric 16H 48W 1V a Surface Finish a +violetta -Pr Cat 4 01 a 1V Colors a +violetta Camilla Tag: OFFICE FURNITURE 47 2 E1422.1636 161.00 322.00 61.62 103.04 68.00 % +Tile,Tackable 16H 36W IV a Surface Finish a +violetta -Pr Cat 4 01 a 1V-Colors a +violetta Camilla Tag: OFFICE FURNITURE 48 1 E2290.24SL 293.00 293.00 93.76 93.76 68.00 % +Work Surface Support Panel,End,Glldes,Use with Sq- Edge,Lam,24d WN a Surface Finish a +warm grey neutral WN a Hardware Cover a +warm grey neutral Tag: OFFICE FURNITURE Account Executive: Paul Marcullo Project PAS: Tony Nou Page: 8 AMA: Katie Lire CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 • 1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 49 1 E2290.30SL 309.00 309.00 98.88 98.88 68.00 % +Work Surface Support Panel,End,Glldes,Use with Sq- Edge,Lam,30d WN • Surface Finish . +warm grey neutral WN • Hardware Cover a +warn grey neutral Tag: OFFICE FURNITURE 50 1 E2291.201. 295.00 295.00 94.40 94.40 68.00 % +Work Surface Support Panel,Mld- Run,Glides,For use with 24D or 30DD surface,Lam WN . Surface Finish • +warm grey neutral WN • Bracket Finish • +warm grey neutral Tag: OFFICE FURNITURE 51 1 E1220.38SRE 264.00 264.00 84.48 84.48 68.00 % +Conn,2 -Way 90 Vinyl,Pwr 38H WN • Surface Finish . +warm grey neutral WN a Tap Cap Finish • +warm grey neutral WN • Cable Managem a +warn grey neutral Tag: OFFICE FURNITURE 52 1 El220.70SRE 322.00 322.00 103.04 103.04 68.00 % +Conn,2 -Way 90 Vinyl,Pwr 70H WN • Surface Finish e +warn grey neutral WN • Top Cap Finish a +warm grey neutral WN . Cable Managem e +warm grey neutral Tag: OFFICE FURNITURE 53 2 E3212.30F 536.00 1,072.00 171.52 343.04 68.00 % +Flip Dr Unit BStyle Fabric W/Lock 13D 30W KA • Lock Option o +keyed alike CN • Case Finish . +metallic champagne SM . End Panel Optio • +tor Ethospace on module IV • Door Finish • +violetta -Pr Cat 4 01 • 1V-Colors • +violetta Camilla Tag: OFFICE FURNITURE 54 2 E3212.36F 570.00 1,140.00 182.40 364.80 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 36W KA • Lock Option • +keyed alike CN • Case Finish • +metallic champagne SM • End Panel Optio • +for Ethospace on module IV • Door Finish o +violeKa -Pr Cat 4 01 • 1V-Colors e +violetta cemilla Tag: OFFICE FURNITURE Account Executive: Paul Manullo Project PAS: Tony Nou Page: 9 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM j.'lll Quote # 80534 V 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % Item Qty Product OFFICE FURNITURE HERMAN MILLER <untagged> List Price Unit Extended Sell Price Unit 55 1 ZE9LA 828.00 828.00 264.96 +Sq -Edge Vinyl Comer Trans Surface,Lam Top 4848 • Width • @48" left x 48" right R • Cutout Option • +cutout on right end (for E1251.S only) ZZ • Top Color • +open line laminate (nonstandard) 9WQ3 • • W LSONART D96-60 (SHADOW) WN • Edge Color • +warm grey neutral Tag: OFFICE FURNITURE 56 1 AE113AWC 1,495.00 1,495.00 717.60 +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,NonuphstPds /C Pi • Back Support OF • +adjustable PostureFit support XT • Base /Frame Fini • +titanium with smoke frame BB • Casters /Glides • +2 1/2" hard caster, black yoke, carpet S8 • Annpad Finish • +smoke 4F a Pellicle® Materie • +pellicle -Pr Cat 2 03 • 4F—Colors • +pellicle waves quartz Tag: OFFICE FURNITURE Extended 264.96 68.00 % 717.60 52.00 % 57 1 26- 3018 -1 590.00 590.00 264.02 264.02 55.25 % +Lateral File Std Pull 1 -High 30W 18D TS • Paint/Steel Type • +smooth paint on textured steel CN • Surface Finish • +metallic champagne T1 • Top • +1"-high painted metal top with squared edge J • Module Selection • @Open Full Back 13 -1/8 NO • Counterweight • +no counterweight (must gang or anchor) B2 • Base Selection • +Base 1 -1/2 in H Tag: OFFICE FURNITURE 58 1 ZERLA 475.00 475.00 152.00 162.00 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 24 • Depth • +24" deep 60 • Wdth • +24" deep x 60" wide 9A • Back Edge /Cord • +cable management trough, no gap (standard Ethospace gap) ZZ • Top Color • +open line laminate (nonstandard) 9WQ3 • • W LSONART D96-60 (SHADOW) WN • Edge Color • +warm grey neutral CN • Supports Cable I • +metallic champagne NA • Support Option • +no supports Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 10 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM 019 Quote# 60534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 59 1 ZERLA 743.00 743.00 237.76 237.76 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 30 • Depth a +30" deep 72 a Width a +30" deep x 72" wide 9A . Back Edge /Cord • +cable management trough, no gap (standard Ethospace gap) ZZ a Top Color • +open line laminate (nonstandard) 9WQ3 • • WILSONART D96-60 (SHADOW) WN . Edge Color • +warm grey neutral CN . Supports Cable I e +metallic champagne NA . Support Option • +no supports Tag: OFFICE FURNITURE 60 1 M19V- 1518 -BF 1,249.00 1,249.00 590.15 590.15 52.75 % @Ped,Mobile,Slpd Pull,Vnr Frnt BIF TS • PainUSteel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne T2 • Top a +1 1/4" -high painted metal top with squared edge ED • Veneer Front Fir a @aged cherry KA • Lock a +keyed alike H1 • Handle . +hand grip only U1 a Pull Finish . +brushed aluminum C • Compressor a +standard compressor Tag: OFFICE FURNITURE 61 2 29V-3020 -2N 1,366.00 2,732.00 611.29 1,222.58 55.25 % @File,FS Lat Slpd Pull,2 Dwr TS • Paint/Steel Type • +smooth paint on textured steel EH • Surface Finish a +metallic bronze T2 . Top a +1 1/4" -high painted metal top with squared edge ED • Veneer Front Fir • @aged cherry KA • Lock • +keyed alike U1 • Pull Finish • +brushed aluminum B2 . Base Height . +1 1/2" -high base CB • Counterweight a +counterweight (recommended) 9P a Drawer Interior . +front -to -back filing rail Tag: OFFICE FURNITURE 62 6 El 120.38 23.00 138.00 7.36 44.16 68.00 % +Draw Rod 38H Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 11 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 . CITY HALL REMODEL PROJECT 4:26:29 PM MQuote # 80534 u • "' Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 63 5 E1120.70 29.00 145.00 9.28 46.40 68.00 % +Draw Rod 70H Tag: OFFICE FURNITURE 64 3 E1322.06E 171.00 513.00 54.72 164.16 68.00 % +Power Entry,Ext. Dir Con 4- CIrc,6Ft L Tag: OFFICE FURNITURE 65 10 G6136.24S 215.00 2,150.00 64.50 645.00 70.00 % +Task Light,Utillty,A0,Etho,Canvas,24W Tag: OFFICE FURNITURE 66 2 E1132.64 76.00 152.00 24.32 48.64 68.00 % +Trim Strip 64H CN a Surface Finish • +metallic champagne Tag: OFFICE FURNITURE OFS <untagged> 67 1 C06 -24CT 1,063.00 1,063.00 24WX24DX22H ROUND END TABLE CALYPSO MLC • WOOD FINISH *LIGHT CHERRY Tag: OFFICE FURNITURE HERMAN MILLER <untagged> 68 1 E1311.A 197.00 197.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 61Pkg WN • Surface Finish e +warm grey neutral Tag: OFFICE FURNITURE 69 1 E1311.B 197.00 197.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit B 61Pkg WN a Surface Finish • +warm grey neutral Tag: OFFICE FURNITURE 70 1 E1311.0 197.00 197.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit C 61Pkg WN • Surface Finish • +warm grey neutral Tag: OFFICE FURNITURE 552.76 552.76 48.00 % 63.04 63.04 68.00 % 63.04 63.04 68.00 % 63.04 63.04 68.00 % Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 12 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 r CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 �r l /l��rlll Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Oty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 71 9 E1251.32S 75.00 675.00 24.00 216.00 68.00 % +Chg of Ht Fin End Std 32H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 72 5 E1250.38S 78.00 390.00 24.96 124.80 68.00 % +Fin End,Std 38H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 73 5 E1250.70S 91.00 455.00 29.12 145.60 68.00 % +Fin End,Std 70H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 74 10 E1420.1624P 61.00 610.00 19.52 195.20 68.00 % +Tile,Face Pntd 16H 24W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 75 23 E1420.1630P 65.00 1,495.00 20.80 478.40 68.00 % +Tile,Face Pntd 16H 30W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 76 15 E1420.1636P 69.00 1,035.00 22.08 331.20 68.00 % +Tile,Face Pntd 16H 36W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 77 8 E1420.1642P 77.00 616.00 24.64 197.12 68.00 % +Tile,Face Pntd 16H 42W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 78 2 E1444.1630M 182.00 364.00 58.24 116.48 68.00 % +Tile,Open,Sq Stile,Middle /Bottom 16H 30W CN • Frame Finish • +metallic champagne Tag: OFFICE FURNITURE 79 1 E1444.1642M 215.00 215.00 68.80 68.80 68.00 % +TIIe,Open,Sq Stile,Middle /Bottom 16H 42W CN • Frame Finish • +metallic champagne Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 13 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • j•m Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 80 5 E1425.1636 220.00 1,100.00 70.40 352.00 68.00 % +Tile,Rail 16H 36W CN . Surface Finish e +metallic champagne Tag: OFFICE FURNITURE 81 5 E2931.1- 64.00 320.00 20.48 102.40 68.00 % +Work Surf Support Bracket,Lft CN • Finish e +metallic champagne Tag: OFFICE FURNITURE 82 5 E2931.R 64.00 320.00 20.48 102.40 68.00 % +Work Surf Support Bracket,Rt CN . Finish . +metallic champagne Tag: OFFICE FURNITURE 83 5 E1109.3824G 521.00 2,605.00 166.72 833.60 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 38H 24W CN . Top Cap Finish . +metallic champagne WN a Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 84 5 E1109.3824G 521.00 2,605.00 166.72 833.60 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 38H 24W CN • Top Cap Finish a +metallic champagne WN . Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 85 5 E1109.3842G 642.00 3,210.00 205.44 1,027.20 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 38H 42W CN • Top Cap Finish • +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 86 5 E1109.7030G 666.00 3,330.00 213.12 1,065.60 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 30W CN a Top Cap Finish e +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 87 5 El 109.7036G 707.00 3,535.00 226.24 1,131.20 68.00 % +Frame,Pwr 4 -Circ W /Com Pt Lc 70H 36W CN • Top Cap Finish a +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 14 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 /� fu CITY HALL REMODEL PROJECT 4:26:29 PM f.J•I� Quote # 80534 VVUJ ll��ll Department: OFFICE FURNITURE PO # Sales Order # Discount % Account Executive: Paul Marcullo Project PAS: Tony Nou Page: 15 AMA: Katie Lira List Price Sell Price Item aty, Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 88 5 TC2.1518 282.00 1,410.00 133.25 666.25 52.75 % +Retrofit Cush Top,Ped 2H 16W 18D 81.1 • Cushion Top Fat 9 +stitches -Pr Cat 3 14 . 8U Colors a +stitches olive Tag: OFFICE FURNITURE 89 6 E2393.301- 44.00 264.00 14.08 84.48 68.00 % +Support,Work Surf 30D (for 30" Deep surfaces) Left CN a Surface Finish 9 +metallic champagne SM a Support Option . +on module Tag: OFFICE FURNITURE 90 5 E2393.30R 44.00 220.00 14.08 70.40 68.00 % +Support,Work Surf 30D (for 30" Deep surfaces) Right CN • Surface Finish . +metallic champagne SM a Support Option . +on module Tag: OFFICE FURNITURE 91 10 E1420.1624F 116.00 1,160.00 37.12 371.20 68.00 % +Tile,Face Fabric 16H 24W IV • Surface Finish o +violetta -Pr Cat 4 01 e IV-Colors . +violetta Camilla Tag: OFFICE FURNITURE 92 28 E1420.1630F 121.00 3,388.00 38.72 1,084.16 68.00 % +Tile,Face Fabric 16H 30W 1V a Surface Finish . +violetta -Pr Cat 4 01 . 1V-Colors a +violetta Camilla Tag: OFFICE FURNITURE 93 20 E1420.1636F 131.00 2,620.00 41.92 838.40 68.00 % +Tile,Face Fabric 16H 36W IV a Surface Finish a +violetta -Pr Cat 4 01 a 1V Colors • +violetta Camilla Tag: OFFICE FURNITURE 94 10 E1420.1642F 137.00 1,370.00 43.84 438.40 68.00 % +Tile,Face Fabric 16H 42W 1V a Surface Finish e +violetta -Pr Cat 4 01 a 1V Colors . +violetta Camilla Tag: OFFICE FURNITURE Account Executive: Paul Marcullo Project PAS: Tony Nou Page: 15 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • �' III Quote # 80534 �a VVV 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 96 5 E1422.1630 146.00 730.00 46.72 233.60 68.00 % +Tile,Tackable 16H 30W 1V . Surface Finish e +violetta -Pr Cat 4 01 a 1V—Colors • +violetta camilla Tag: OFFICE FURNITURE 96 1 E1220.70SRE 322.00 322.00 103.04 103.04 68.00 % +Conn,2 -Way 90 Vinyl,Pwr 70H WN a Surface Finish a +warm grey neutral WN a Top Cap Finish a +warm grey neutral WN • Cable Managem a +warm grey neutral Tag: OFFICE FURNITURE 97 4 E1230.70SE 421.00 1,684.00 134.72 538.88 68.00 % +Conn,3 -Way 90 Vinyl,Pwr 70H WN . Surface Finish • +warm grey neutral WN . Top Cap Finish o +warn grey neutral WN . Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 98 5 E3212.30F 536.00 2,680.00 171.52 867.60 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 30W KA • Lock Option • +keyed alike CN • Case Finish • +metallic champagne SM . End Panel Optio a +for Ethospaoe on module IV . Door Finish . +violetta -Pr Cat 4 01 . IV—Colors • +violetta camilla Tag: OFFICE FURNITURE 99 5 E3212.36F 570.00 2,850.00 182.40 912.00 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 36W KA a Lock Option • +keyed alike CN . Case Finish . +metallic champagne SM a End Panel Optio • +for Ethospace on module IV a Door Finish • +violetta -Pr Cat 4 01 . 1V—Colors • +violetta camilla Tag: OFFICE FURNITURE Account Executive: Paul it llo Project PAS: Tony Nou Page: 16 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 (� Ju CITY HALL REMODEL PROJECT 4:26:29 PM • j�j•m Quote # 80534 sa Uj 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 100 1 ZTNWC 1,445.00 1,445.00 473.24 473.24 67.25 % @Sq -Edge Wood Round Table,Ven Top S a Base Option a @segmented base 28 a Height Option a 028.5' high 42 a Diameter Option a @42" dia ED a Top Finish a @aged cherry BU a Column Finish a +black umber PA a Base Finish a @polished aluminum Tag: OFFICE FURNITURE 101 3 AE113AWC 1,495.00 4,485.00 717.60 2,152.80 52.00 % +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,NonuphstPds /C Pi • Back Support OF a +adjustable PostureFit support XT a Base /Frame Fini a +titanium with smoke frame BB a Casters/Glides a +2 1/2" hard caster, black yoke, carpet Be a Armpad Finish a +smoke 4F a Pellicle® Materia a +pellicle -Pr Cat 2 03 a 4F Colors a +pellicle waves quartz Tag: OFFICE FURNITURE 102 5 ZECLA 1,082.00 5,410.00 346.24 1,731.20 68.00 % +Sq -Edge Vinyl Concv Cnr WS,Lam Top 3060 o Left -Hand Depth a @30" deep x 60" wide left 3042 a Right -Hand Dept a @30" deep x 42" wide right 9A a Back Edge/Cord a +cable management trough, no gap (standard Ethospace gap) ZZ a Top Color a +open line laminate (nonstandard) 9WQ3 a a WILSONART D96-60 (SHADOW) WN a Edge Color a +warm grey neutral CN a Supports Cable I a +metallic champagne NA a Support Option a +no supports Tag: OFFICE FURNITURE 103 2 ZERLA 475.00 950.00 152.00 304.00 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 24 a Depth a +24" deep 60 a Width a +24" deep x 60" wide 9A a Back Edge /Cord a +cable management trough, no gap (standard Ethospace gap) ZZ a Top Color a +open line laminate (nonstandard) 9W03 a a WILSONART D96-60 (SHADOW) WN a Edge Color a +wane grey neutral CN a Supports Cable 19 +metallic champagne NA a Support Option a +no supports Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 17 AMA: Katie Lira 1' 111 I CITY OF ROSEMEAD 9/4/2013 (� u CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 .� V 11� ill Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 104 5 ZERLA 286.00 1,430.00 91.52 457.60 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 30 • Depth • +30" deep 24 • Width • +30" deep x 24" wide 9A • Back Edge /Cord • +cable management trough, no gap (standard Ethospace gap) ZZ • Top Color • +open line laminate (nonstandard) 9WQ3 • • VNLSONART D96-60 (SHADOW) WN • Edge Color • +warm grey neutral CN • Supports Cable I • +metallic champagne NA • Support Option • +no supports Tag: OFFICE FURNITURE 105 1 ZERLA 388.00 388.00 124.16 124.16 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 30 • Depth • +30" deep 36 • Width • +30" deep x 36" wide 9A • Back Edge /Cord • +cable management trough, no gap (standard Ethospace gap) ZZ • Top Color • +open line laminate (nonstandard) 9WQ3 • • WILSONART D96-60 (SHADOW) WN • Edge Color • +warn grey neutral CN • Supports Cable I • +metallic champagne NA • Support Option • +no supports Tag: OFFICE FURNITURE 106 5 M19V- 1518 -BF 1,249.00 6,245.00 590.15 2,950.75 52.75 % @Ped,Mobile,Slpd Pull,Vnr Frnt B/F TS • Paint/Steel Type • +smooth paint on textured steel CN • Surface Finish • +metallic champagne T2 • Top • +1 1/4" -high painted metal top with squared edge ED • Veneer Front Fir • @aged cherry KA • Lock • +keyed alike H1 • Handle • +hand grip only U7 • Pull Finish • +brushed aluminum C • Compressor • +standard compressor Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 18 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 . CITY HALL REMODEL PROJECT 4:26:29 PM JJ Quote # 80534 as l Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 107 2 SPX -26 -36185 5,500.00 11,000.00 2,461.25 4,922.50 55.25 % +Lateral File Std Pull 5 -High 30W 18D. TO BE SLOPED PULL. VENEER FRONTS. TS a Paint/Steel Type e +smooth paint on textured steel CN a Surface Finish . +metallic champagne T2 . Top . +1 1/4" -high painted metal top with squared edge G e Module Selectior • +flip fixed shelf 15 -1/8 9M a Interior Selectior a +Movable Dividers KA . Lock . +keyed alike N . Module Selectior e +fixed front 11 -3/4 9P . Interior Selectior a +Front to Back Hanging N . Module Selectior a +fixed front 11 -3/4 9P a Interior Selectior . +Front to Back Hanging N e Module Selection a +fixed front 11 -3/4 912 a Interior Selectior a +Front to Back Hanging N e Module Selectior • +fixed front 11 -3/4 9P • Interior Selectior • +Front to Back Hanging NO • Counterweight a +no counterweight B2 • Base Selection . +Base 1 -1/2 in H Tag: OFFICE FURNITURE ARCADIA <untagged> 108 3 980 1,369.00 4,107.00 732.42 2,197.26 46.50 % 980 Sign Ann Chair 90 • Metal Frame Fin • Frame Finish: #90 Metallic Silver 27 • Sign Ann Cap Fi a Ann Cap Finish: 27 Ebony Beech G8 . Upholstery Selec • GRD: Upholstery Grade 8 (SP8) . Grade 8 Fabric L . Special Upholstery Grade 8 TOR . . TBD a Sign Options . Option Complete Tag: OFFICE FURNITURE FIRST OFFICE <untagged> 109 1 3- 7243HD 1,938.00 1,938.00 1,027.14 1,027.14 47.00 % 72WX15DX42.5H HIGHBACK ORGANIZER, VEGAS MLC • VEGAS VENEEI • LIGHT CHERRY HC a VEGAS DOOR (• WOOD LW • BACK OPTION a UNFINISHED BACK Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 19 AMA: Katie Lim CITY OF ROSEMEAD 9/4/2013 �I u CITY HALL REMODEL PROJECT 4:26:29 PM • +�'I�I Quote# 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE FIRST OFFICE <untagged> 110 1 FT2104 475.00 475.00 251.75 251.75 47.00 % 72WX23.75H FABRIC TACKBOARD 5 a TACKBOARDNI a GRADE 5 FABRICS ETC5 a GRADE 5 FABR a OTHER GRADE 5 FABRICS TOR . e TBD Tag: OFFICE FURNITURE 111 2 F35837XN 901.00 1,802.00 477.53 955.06 47.00 % 22.88WX23.88D SIDE CHAIR, FLAIR - HALF UPHOLSTERED BACK MSW a FINISH OPTION a SABLE/WALNUT 8 e FABRICS 8 LEA a GRADE 8 TEXTILES ETC8 a GRADE 8 FABR a OTHER GRADE 8 FABRICS TOR a a MAHARAM ACROSS 465964 010 EARTHEN Tag: OFFICE FURNITURE 112 1 3- 2248BR2 527.00 527.00 279.31 279.31 47.00 % 22X48 BRIDGE, VEGAS MLC a VEGAS VENEEI a LIGHT CHERRY EF a VEGAS EDGE C . SQUARE EDGE G3 a GROMMET OPl a GROMMET IN CENTER LK a GROMMET COL a SILVER Tag: OFFICE FURNITURE 113 1 3- 7236SCL2 4,759.00 4,759.00 2,522.27 2,522.27 47.00 % 36WX24DX72.5H STORAGE CABINET, VEGAS MLC a VEGAS VENEEI a LIGHT CHERRY JJ a VEGAS DOOR (e WOOD FRAMED ACRYLIC INSERT VH . VEGAS PULL O • SATIN NICKEL FORTE PULL LW a BACK OPTION . UNFINISHED BACK Tag: OFFICE FURNITURE 114 1 3- 6022CRD2 2,152.00 2,152.00 1,140.56 1,140.56 47.00 % 60X22 DOOR CREDENZA, VEGAS MLC a VEGAS VENEEI a LIGHT CHERRY EF a VEGAS EDGE C e SQUARE EDGE VH a VEGAS PULL 0 a SATIN NICKEL FORTE PULL LW a BACK OPTION *UNFINISHED BACK Tag: OFFICE FURNITURE Account Executive: Paul Marsullo Project PAS: Tony Nou Page: 20 AMA: Katie Lira Item Qty OFFICE FURNITURE FIRST OFFICE <untagged> 115 1 HERMAN MILLER <untagged> CITY OF ROSEMEAD 9/4/2013 u CITY HALL REMODEL PROJECT 4:26:29 PM G'lll Quote # 60534 11��11 Department: OFFICE FURNITURE PO # Sales Order # Discount % Product List Price Sell Price Unit Extended Unit Extended 3.7222CRR2 1,737.00 1,737.00 920.61 72X22 RIGHT PEDESTAL CREDENZA, VEGAS MLC . VEGAS VENEEI *LIGHT CHERRY EF . VEGAS EDGE C . SQUARE EDGE VH . VEGAS PULL O . SATIN NICKEL FORTE PULL LW . BACK OPTION *UNFINISHED BACK G3 . GROMMET OPl . GROMMET IN CENTER Tag: OFFICE FURNITURE 116 1 AE113AWC 1,495.00 1,495.00 717.60 +Wk Chr,Aeron,Std -Ht Pneu.,Th Lim /Ang,Adj Arms,NonuphstPds /C Pi . Back Support OI . +adjustable PostureFit support XT . Base /Frame Fini . +titanium with smoke frame BB . Casters /Glides . +2 1/2" hard caster, black yoke, carpet S8 . Armpad Finish . +smoke 4F . Pellicle® MateriE . +pellicle -Pr Cat 2 03 . 4F Colors . +pellicle waves quartz Tag: OFFICE FURNITURE FIRST OFFICE <untagged> 117 1 HERMAN MILLER <untagged> 118 1 119 2 S3- 724898 3,512.00 3,512.00 1,861.36 96X42 LEFT P TABLE, VEGAS MLC . VEGAS VENEEI . LIGHT CHERRY EF . VEGAS EDGE C . SQUARE EDGE FR . VEGAS PENINS. NO MODESTY MV . VEGAS PENINS. 31/2" SATIN NICKEL RIBBED CYL KP . GROMMET OPl . WITH GROMMET LK . GROMMET COL. SILVER Tag: OFFICE FURNITURE 920.61 47.00 % 717.60 52.00 % 1,861.36 47.00 % 73- 1516 -PT 20.00 20.00 9.45 9.45 52.75% +Pencil Tray for 16W Box Dwr Tag: OFFICE FURNITURE G6136.24S 215.00 430.00 64.50 129.00 70.00 % +Task Light,Udlity,A0,Etho,Canvas,24W Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 21 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM GJ•III Quote # 80534 ff 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 120 18 E1131.16 46.00 828.00 +Tile Adapter 16H Tag: OFFICE FURNITURE 121 9 El 130.64N 64.00 576.00 +Wall Strip,No Wall Fastener 64H Tag: OFFICE FURNITURE 122 1 G1331. 17.00 17.00 @Cord Cleat 2/Pkg Tag: OFFICE FURNITURE GM HARDWARE <untagged> 123 9 GM WALL ANCHOR .00 .00 GM WALL ANCHOR Tag: OFFICE FURNITURE HERMAN MILLER <untagged> 124 1 G7330. 233.00 233.00 +Shelf Div 8 1Pkg CN a Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 125 3 E1420.1630P 65.00 195.00 +Tile,Face Pntd 16H 30W CN • Surface Finish e +metallic champagne Tag: OFFICE FURNITURE 126 1 E1420.1636P 69.00 69.00 +TIIe,Face Pntd 16H 36W CN . Surface Finish . +metallic champagne Tag: OFFICE FURNITURE 127 1 E1425.1630 204.00 204.00 +Tile,Rall 16H 30W CN a Surface Finish a +metallic champagne Tag: OFFICE FURNITURE 14.72 264.96 68.00 % 20.48 184.32 68.00 % 5.10 15.00 5.10 70.00% 135.00 % 69.90 69.90 70.00 % 20.60 62.40 68.00 % 22.08 22.08 68.00 % 65.28 65.28 68.00 % Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 22 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 u CITY HALL REMODEL PROJECT 4:26:29 PM • �'m Quote# 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 128 1 E1425.1636 220.00 220.00 70.40 70.40 68.00 % +Tile,Ratl 16H 36W CN . Surface Finish a +metallic champagne Tag: OFFICE FURNITURE 129 1 TC2 -1618 282.00 282.00 133.25 133.25 52.75 % +Retrofit Cush Top,Ped 2H 15W 18D 81.1 a Cushion Top Fat • +stitches -Pr Cat 3 14 • 8U Colors • +stitches olive Tag: OFFICE FURNITURE 130 3 E2393.241- 40.00 120.00 12.80 38.40 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Left CN o Surface Finish . +metallic champagne SM . Support Option . +on module Tag: OFFICE FURNITURE 131 3 E2393.24R 40.00 120.00 12.80 38.40 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Right CN • Surface Finish • +metallic champagne SM a Support Option • +on module Tag: OFFICE FURNITURE 132 3 E1420.1630F 121.00 363.00 38.72 116.16 68.00 % +Tile,Face Fabric 16H 30W 1V • Surface Finish a +violetta -Pr Cat 4 01 e 1V-Colors e +violetta camilla Tag: OFFICE FURNITURE 133 1 E1420.1636F 131.00 131.00 41.92 41.92 68.00 % +Tile,Face Fabric 16H 36W 1V • Surface Finish • +violetta -Pr Cat 4 01 . 1V-Colors a +violetta camilla Tag: OFFICE FURNITURE 134 6 E1420.1648F 146.00 876.00 46.72 280.32 68.00 % +Tile,Face Fabric 16H 48W 1V • Surface Finish • +violetta -Pr Cat 4 01 a 1V Colors • +violetta Camilla Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 23 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • L/111 Quote # 80534 as U l�l Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 135 2 E1422.1630 146.00 292.00 46.72 93.44 68.00 % +Tile,Tackable 16H 30W IV . Surface Finish e +violetta -Pr Cat 4 01 . 1V Colors . +violetta Camilla Tag: OFFICE FURNITURE 136 1 E2291.201- 295.00 296.00 94.40 94.40 68.00 % +Work Surface Support Panel,Mid- Run,Glides,For use with 24D or 30DD surface,Lam WN a Surface Finish . +warm grey neutral WN . Bracket Finish e +warm grey neutral Tag: OFFICE FURNITURE 137 3 E3212.30F 482.00 1,446.00 164.24 462.72 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 30W KA a Lock Option . +keyed alike CN • Case Finish . +metallic champagne SM • End Panel Optio • +for Ethospace on module 8T . Door Finish • +crossing -Pr Cat 1 07 a 8T—Colors a +crossing pumpkin Tag: OFFICE FURNITURE 138 1 E3212.36F 516.00 616.00 165.12 165.12 68.00 % +Flip Dr Unit,B -Style Fabric W/Lock 13D 36W KA • Lock Option e +keyed alike CN a Case Finish a +metallic champagne SM • End Panel Optio a +for Ethospace on module 8T • Door Finish . +crossing -Pr Cat 1 07 a 8T—Colors a +crossing pumpkin Tag: OFFICE FURNITURE 139 1 AE113AWC 1,495.00 1,495.00 717.60 717.60 52.00 % +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,NonuphstPds/C Pi . Back Support Of . +adjustable PostureFit support XT a Base /Frame Fini . +titanium with smoke frame BB a Casters/Glides a +2 1/2" hard caster, black yoke, carpet SB a Annpad Finish a +smoke 4F • Pellicle® Materia e +pellicle -Pr Cat 2 03 . 4F Colors a +pellicle waves quartz Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 24 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • j'I Quote # 80534 .s 11j Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 140 1 ZECLA 598.00 598.00 191.36 191.36 68.00 % +Sq -Edge Vinyl Concv Cnr WS,Lam Top 2448 . Left -Hand Depth . +24" deep x 48" wide left 2448 . Right -Hand Dept . +24" deep x 48" wide right 9A . Back Edge /Cord . +cable management trough, no gap (standard Ethospaoe gap) ZZ . Top Color . +open line laminate (nonstandard) 9WQ3 . . WILSONART D96-60 (SHADOW) WN . Edge Color . +warm grey neutral CN . Supports Cable I. +metallic champagne NA . Support Option . +no supports Tag: OFFICE FURNITURE 141 1 ZERLA 475.00 475.00 152.00 152.00 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 24 . Depth . +24" deep 60 . Width . +24" deep x 60" wide 9A . Back Edge /Cord . +cable management trough, no gap (standard Ethospaoe gap) ZZ . Top Color . +open line laminate (nonstandard) 9WQ3 . . WILSONART D96-60 (SHADOW) WN . Edge Color . +warm grey neutral CN . Supports Cable I . +metallic champagne NA . Support Option . +no supports Tag: OFFICE FURNITURE 142 1 ZERLA 525.00 525.00 168.00 168.00 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 24 . Depth . +24" deep 66 . Width . +24" deep x 66" wide 9A . Back Edge /Cord . +cable management trough, no gap (standard Ethospaoe gap) ZZ . Top Color . +open line laminate (nonstandard) 9WQ3 . e WILSONART D96-60 (SHADOW) WN . Edge Color . +warm grey neutral CN . Supports Cable I . +metallic champagne NA . Support Option . +no supports Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 25 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM GJ•III Y Quote # 80534 jj 111��Illl Department: OFFICE FURNITURE PO # Sales Order # Discount % Item Qty Product OFFICE FURNITURE HERMAN MILLER <untagged> List Price Sell Price Unit Extended Unit Extended 143 1 M19V- 1518 -BF 1,249.00 1,249.00 590.15 590.15 52.75 % @Ped,Mobile,Slpd Pull,Vnr Frnt BIF TS a PainUSteel Type . +smooth paint on textured steel CN • Surface Finish . +metallic champagne T2 • Top • +1 1/4"-high painted metal top with squared edge ED • Veneer Front Fir a @aged cherry KA . Lock . +keyed alike H1 a Handle • +hand grip only U1 • Pull Finish . +brushed aluminum C • Compressor e +standard compressor Tag: OFFICE FURNITURE 144 1 29V- 3020 -2N 1,366.00 1,366.00 611.29 611.29 55.25 % @File,FS Let Slpd Pull,2 Dwr TS a Paint/Steel Type • +smooth paint on textured steel EH • Surface Finish e +metallic bronze T2 . Top a +1 1/4"-high painted metal top with squared edge ED • Veneer Front Fir . @aged cherry KA • Lock e +keyed alike U1 • Pull Finish e +brushed aluminum B2 o Base Height • +1 1/2" -high base CB a Counterweight • +counterweight (recommended) 912 • Drawer Interior . +front -to -back filing rail Tag: OFFICE FURNITURE Account Executive: Paul Ill Project PAS: Tony Nou Page: 26 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 r�( CITY HALL REMODEL PROJECT 4:26:29 PM G( III Quote # 80534 ff 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 145 1 146 2 147 4 148 149 SPX -26 -36185 5,500.00 5,500.00 2,461.25 2,461.25 55.25 % +Lateral File Std Pull 5 -High 36W 18D. TO BE SLOPED PULL. VENEER FRONTS. TS a Paint/Steel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne T2 . Top . +1 1/4" -high painted metal top with squared edge G • Module Selectior • +flip fixed shelf 15 -1/8 9M • Interior Selectior • +Movable Dividers KA a Look a +keyed alike N . Module Selectior 9 +fixed front 11 -3/4 9P a Interior Selectior . +Front to Back Hanging N . Module Selectior . +fixed front 11 -3/4 9P • Interior Selectior . +Front to Back Hanging N . Module Selectior . +fixed front 11 -3/4 9P a Interior Selectior e +Front to Back Hanging N a Module Selectior e +fixed front 11 -3/4 9P . Interior Selectior e +Front to Back Hanging NO • Counterweight • +no counterweight B2 a Base Selection e +Base 1 -1/2 in H Tag: OFFICE FURNITURE 73- 1516 -PT 20.00 40.00 9.45 18.90 52.75 % +Pencil Tray for 15W Box Dwr Tag: OFFICE FURNITURE Ell 120.64 24.00 96.00 7.68 30.72 68.00 % +Draw Rod 54H Tag: OFFICE FURNITURE 1 E1322.06E 171.00 171.00 54.72 64.72 68.00 % +Power Entry,Ext Dir Con 4- Circ,6Ft L Tag: OFFICE FURNITURE 2 El 120.38 23.00 46.00 7.36 14.72 68.00 % +Draw Rod 38H Tag: OFFICE FURNITURE Account Executive: Paul Manullo Project PAS: Tony Nou Page: 27 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM 1.'111 Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Oty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 150 3 El 120.54 24.00 72.00 7.68 23.04 68.00 % +Draw Rod 54H Tag: OFFICE FURNITURE 151 1 E1322.06E 171.00 171.00 54.72 54.72 68.00 % +Power Entry,Ext. Dir Con 4- CIrc,6Ft L Tag: OFFICE FURNITURE 152 9 E1120.70 29.00 261.00 9.28 83.52 68.00 % +Draw Rod 70H Tag: OFFICE FURNITURE 153 1 E1322.06E 171.00 171.00 64.72 54.72 68.00 % +Power Entry,Ext. Dir Con 4- CIrc,6Ft L Tag: OFFICE FURNITURE 154 2 G6136.24S 215.00 430.00 64.50 129.00 70.00 % +Task Light,Utility,A0,Etho,Canvas,24W Tag: OFFICE FURNITURE 155 2 G6136.42S 241.00 482.00 72.30 144.60 70.00 % +Task Light,Utility,A0,Etho,Canvas,42W Tag: OFFICE FURNITURE 156 1 OSCAR'S INDUSTRIES 1,618.00 1,618.00 .00 .00% PLAN STORAGE CUBBIES 40" DEEP X 36" WIDE X 37.75" HIGH ("BASE TO BE 1.5" HIGH -) Tag: OFFICE FURNITURE 157 2 G7330. 233.00 466.00 69.90 139.80 70.00 % +Shelf Div 8 /Pkg CN • Surface Finish a +metallic champagne Tag: OFFICE FURNITURE 158 1 E1311.A 197.00 197.00 63.04 63.04 68.00 % +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 6/Pkg WN a Surface Finish • +warm grey neutral Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 28 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM G' III Quote # 60534 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item City Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 159 2 160 2 161 2 162 1 163 3 164 3 165 3 166 1 167 1 E1250.54S 84.00 168.00 +Fin End,Std 54H 68.00 % CN . Surface Finish . +metallic champagne Tag: OFFICE FURNITURE 68.00 % E1420.1630P 65.00 130.00 +Tlle,Face Pntd 16H 30W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1636P 69.00 138.00 +Tile,Face Pntd 16H 36W CN a Surface Finish a +metallic champagne Tag: OFFICE FURNITURE E1420.1642P 77.00 77.00 +Tile,Face Pntd 16H 42W CN • Surface Finish a +metallic champagne Tag: OFFICE FURNITURE E1420.1648P 81.00 243.00 +Tile,Face Pntd 16H 48W CN • Surface Finish . +metallic champagne Tag: OFFICE FURNITURE E1420.1642W 241.00 723.00 @Tile,Face Vnr w /Hortz Grain 16H 42W RM • Surface Finish a @mahogany Tag: OFFICE FURNITURE E1420.1648W 263.00 789.00 @Tile,Face Vnr w /Hortz Grain 16H 48W RM a Surface Finish . @mahogany Tag: OFFICE FURNITURE E1311.A 197.00 197.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 61Pkg WN a Surface Finish • +warm grey neutral Tag: OFFICE FURNITURE E1251.165 64.00 64.00 +Chg of Ht Fin End Std 16H CN a Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 26.88 53.76 68.00 % 20.80 41.60 68.00 % 22.08 44.16 68.00 % 24.64 24.64 68.00 % 25.92 77.76 68.00 % 77.12 231.36 68.00 % 84.16 252.48 68.00 % 63.04 63.04 68.00 % 20.48 20.48 68.00 % Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 29 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM G/M Quote # 80534 111 Department: OFFICE FURNITURE PO # Sales Order # Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 168 1 E1250.385 78.00 78.00 +Fin End,Std 38H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 169 1 El 250.54S 84.00 84.00 +Fin End,Std 54H CN a Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 170 2 E1420.1624P 61.00 122.00 +Tile,Face Pntd 16H 24W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 171 4 E1420.1636P 69.00 276.00 +Tile,Face Pntd 16H 36W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 172 1 E1420.1642P 77.00 77.00 +Tile,Face Pntd 16H 42W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 173 9 E1420.1648P 81.00 729.00 +Tile,Face Pntd 16H 48W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 174 3 E2931.L 64.00 192.00 +Work Surf Support Bracket,Lft CN a Finish • +metallic champagne Tag: OFFICE FURNITURE 175 3 E2931.R 64.00 192.00 +Work Surf Support Bracket Rt CN • Finish • +metallic champagne Tag: OFFICE FURNITURE 176 2 E1420.1642W 241.00 482.00 @TIIe,Face Vnr wlHortz Grain 16H 42W RM • Surface Finish • @mahogany Tag: OFFICE FURNITURE 24.96 24.96 68.00 % 26.88 26.88 68.00 % 19.52 39.04 68.00 % 22.08 88.32 68.00 % 24.64 24.64 68.00 % 25.92 233.28 68.00 % 20.48 61.44 68.00 % 20.48 61.44 68.00 % 77.12 164.24 68.00 % Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 30 AMA: Katie Llrs CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM G�•M Quote # 80534 11��11 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 177 2 178 1 179 2 180 4 181 8 182 2 183 8 184 1 185 1 E1420.1648W 263.00 526.00 @Tile,Face Vnr w /Hortz Grain 16H 48W 63.04 RM • Surface Finish • @mahogany Tag: OFFICE FURNITURE 58.24 E1311.A 197.00 197.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 6 1Pkg WN • Surface Finish • +warm grey neutral Tag: OFFICE FURNITURE El 250.70S 91.00 182.00 +Fin End,Std 70H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1624P 61.00 244.00 +TIIe,Face Pntd 16H 24W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1630P 65.00 520.00 +Tile,Face Pntd 16H 30W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1636P 69.00 138.00 +TIle,Face Pntd 16H 36W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1420.1648P 81.00 648.00 +TIIe,Face Pntd 16H 48W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE E1444.1648M 232.00 232.00 +Tlle,Open,Sq Stile,Middle /Bottom 16H 48W CN • Frame Finish • +metallic champagne Tag: OFFICE FURNITURE E1425.1648 259.00 259.00 +Tile,Rail 16H 48W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 84.16 168.32 68.00 % 63.04 63.04 68.00 % 29.12 58.24 68.00% 19.52 78.08 68.00% 20.80 166.40 68.00 % 22.08 44.16 68.00 % 25.92 207.36 68.00 % 74.24 74.24 68.00 % 82.88 82.88 68.00 % Account Executive: Paul Marrullo Project PAS: Tony Nou Page: 31 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM 08� Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 186 3 E2931.1- 64.00 192.00 20.48 61.44 68.00 % +Work Surf Support Bracket,Lft CN . Finish . +metallic champagne Tag: OFFICE FURNITURE 187 3 E2931.R 64.00 192.00 20.48 61.44 68.00 % +Work Surf Support Bracket,Rt CN . Finish . +metallic champagne Tag: OFFICE FURNITURE 188 1 E1109.5430G 615.00 615.00 196.80 196.80 68.00 % +Frame,Pwr 4 -Circ W /Com Pt Lc 54H 30W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 189 1 E1109.5436G 655.00 655.00 209.60 209.60 68.00 % +Frame,Pwr 4 -Circ W /Com Pt Lc 54H 36W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 190 1 E1109.5442G 694.00 694.00 222.08 222.08 68.00 % +Frame,Pwr 4 -Circ W /Com Pt Lc 54H 42W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 191 2 E1109.5448G 734.00 1,468.00 234.88 469.76 68.00 % +Frame,Pwr 4 -Circ W /Com Pt Lc 54H 40W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 192 2 TC2 -1518 282.00 564.00 133.25 266.50 52.75 % +Retrofit Cush Top,Ped 2H 15W 18D 8U . Cushion Top Fat . +stitches -Pr Cat 3 14 . 8U Colors . +stitches olive Tag: OFFICE FURNITURE 193 2 E2393.241- 40.00 80.00 12.80 25.60 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Left CN . Surface Finish . +metallic champagne SM . Support Option . +on module Tag: OFFICE FURNITURE Account Executive. Paul Mamullo Project PAS: Tony Nou Page. 32 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM •' III y Quote # 80534 u jfj Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 194 2 195 2 196 2 197 2 198 4 199 2 200 2 E2393.24R 40.00 80.00 +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Right CN . Surface Finish . +metallic champagne SM . Support Option . +on module Tag: OFFICE FURNITURE E1420.1630F 121.00 242.00 +Tile,Face Fabric 16H 30W 1V . Surface Finish . +violetta -Pr Cat 4 01 . 1V Colors . +violetta camilla Tag: OFFICE FURNITURE E1420.1636F 131.00 262.00 +Tile,Face Fabric 16H 36W 1V . Surface Finish . +violetta -Pr Cat 4 01 . 1V Colors . +violetta camilla Tag: OFFICE FURNITURE E1420.1642F 137.00 274.00 +Tile,Face Fabric 16H 42W 1V . Surface Finish . +violetta -Pr Cat 4 01 . IV-Colors . +violetta Camilla Tag: OFFICE FURNITURE E1420.1648F 146.00 584.00 +Tile,Face Fabric 16H 48W 1V . Surface Finish . +violetta -Pr Cat 4 01 . 1V-Colors . +violetta camilla Tag: OFFICE FURNITURE E1422.1630 146.00 292.00 +Tile,Tackable 16H 30W 1V . Surface Finish . +violetta -Pr Cat 4 01 . 1V Colors . +violetta camilla Tag: OFFICE FURNITURE E1422.1636 161.00 322.00 +TIIe,Tackable 16H 36W 1V . Surface Finish . +violetta -Pr Cat 4 01 . 1V-Colors . +violetta camilla Tag: OFFICE FURNITURE 12.80 25.60 68.00 % 38.72 77.44 68.00 % 41.92 83.84 68.00 % 43.84 87.68 68.00 % 46.72 186.88 68.00 % 46.72 93.44 68.00 % 51.52 Account Executive: Paul Manullo Project PAS: Tony Nou AMA: Katie Lira 103.04 68.00 % Page: 33 CITY OF ROSEMEAD 9/4/2013 . CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 • Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 201 2 202 1 203 1 204 4 205 1 206 1 207 9 E1422.1648 159.00 318.00 +Tile,Tackable 16H 48W 1Z • Surface Finish a +penumbra -Pr Cat 1 01 • 1Z-Colors a +penumbra janus Tag: OFFICE FURNITURE E1109.3842G 642.00 642.00 +Frame,Pwr 4 -Circ W /Com Pt Lc 38H 42W CN a Top Cap Finish • +metallic champagne WN • Cable Managem a +warm grey neutral Tag: OFFICE FURNITURE El 109.3848G 681.00 681.00 +Frame,Pwr 4-Circ W /Com Pt Lc 38H 48W CN a Top Cap Finish a +metallic champagne WN a Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE E1109.5448G 734.00 2,936.00 +Frame,Pwr 4-Circ W /Com Pt Lc 54H 48W CN • Top Cap Finish a +metallic champagne WN a Cable Managem a +warm grey neutral Tag: OFFICE FURNITURE TC2 -1518 282.00 282.00 +RetroFlt Cush Top,Ped 2H 15W 18D 8U • Cushion Top Fat a +stitches -Pr Cat 3 14 a 8U Colors a +stitches olive Tag: OFFICE FURNITURE E1420.1642F 137.00 137.00 +Tllo,Face Fabric 16H 42W 1V a Surface Finish a +violetta -Pr Cat 4 01 a 1V Colors . +violetta Camilla Tag: OFFICE FURNITURE E1420.1648F 146.00 1,314.00 +Tile,Face Fabric 16H 48W 1V a Surface Finish a +violetta -Pr Cat 4 01 • 1V-Colors a +violetta camilla Tag: OFFICE FURNITURE 50.88 101.76 68.00 % 205.44 205.44 68.00 % 217.92 217.92 68.00 % 234.88 939.52 68.00 % 133.25 133.25 52.75 % 43.84 43.84 68.00 % 46.72 420.48 68.00 % Account I_xeculive: Paul Mar ullo Project PAS: Tony Nou Page: 34 AMA: Katie Lim CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM Quote# 80534 as VVV !'1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 208 8 E1422.1648 192.00 1,636.00 61.44 491.52 68.00 % +Tile,Tackable 16H 48W 1V . Surface Finish . +violetta -Pr Cat 4 01 . 1V Colors . +violetta Camilla Tag: OFFICE FURNITURE 209 1 El 109.7030N 507.00 507.00 162.24 162.24 68.00 % +Frame,Npwr No Access 70H 30W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 210 1 El 109.7036N 647.00 547.00 175.04 175.04 68.00 % +Frame,Npwr No Access 70H 36W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 211 2 E1109.7024G 625.00 1,250.00 200.00 400.00 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 24W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 212 2 E1109.703043 666.00 1,332.00 213.12 426.24 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 30W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 213 4 E1109.7048G 783.00 3,132.00 250.56 1,002.24 68.00 % +Frame,Pwr 4 -Circ W /Com Pt Lc 70H 48W CN . Top Cap Finish . +metallic champagne WN . Cable Managem . +warm grey neutral Tag: OFFICE FURNITURE 214 1 TC2 -1518 282.00 282.00 133.25 133.25 52.75 % +Retrofit Cush Top,Ped 2H 15W 18D 81.1 . Cushion Top Fat . +stitches -Pr Cat 3 14 . BU Colors . +stitches olive Tag: OFFICE FURNITURE Account Executive: Paul Maaullo Project PAS: Tony Nou Page: 35 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM nip Quote# 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 215 2 E2393.241- 40.00 80.00 12.80 25.60 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Left CN • Surface Finish a +metallic champagne SM • Support Option a +on module Tag: OFFICE FURNITURE 216 1 E2393.24R 40.00 40.00 12.80 12.80 68.00 % +SupporkWork Surf 24D (for 20" or 24" Deep surfaces) Right CN . Surface Finish • +metallic champagne SM . Support Option • +on module Tag: OFFICE FURNITURE 217 1 E2393.301L 44.00 44.00 14.08 14.08 68.00 % +Support,Work Surf 30D (for 30" Deep surfaces) Left CN • Surface Finish • +metallic champagne SM . Support Option • +on module Tag: OFFICE FURNITURE 218 1 E2393.30R 44.00 44.00 14.08 14.08 68.00 % +Support,Work Surf 30D (for 30" Deep surfaces) Right CN a Surface Finish • +metallic champagne SM . Support Option . +on module Tag: OFFICE FURNITURE 219 12 E1420.1624F 116.00 1,392.00 37.12 445.44 68.00 % +TIIe,Face Fabric 16H 24W 1V . Surface Finish . +violetta -Pr Cat 4 01 . 1V Colors . +violetta Camilla Tag: OFFICE FURNITURE 220 12 E1420.1630F 121.00 1,452.00 38.72 464.64 68.00 % +TIIe,Face Fabric 16H 30W 1V • Surface Finish . +violetta -Pr Cat 4 01 . 1V Colors a +violetta Camilla Tag: OFFICE FURNITURE 221 4 E1420.1636F 131.00 524.00 41.92 167.68 68.00 % +Tile,Face Fabric 16H 36W 1V . Surface Finish • +violetta -Pr Cat 4 01 a 1V Colors e +violetta Camilla Tag: OFFICE FURNITURE Account Executive: Paul Manullo Project PAS: Tony Nou Page: 36 AMA: Katle Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM 1'h111 Quote # 80534 UU( 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount% OPTION 228 1 SPX- E2280.30W @Support Panel,Wk Surf Vnr,End TO BI ED • Surface Finish CN • Bracket Finish WN • Base Finish Tag: OFFICE FURNITURE <untagged> Account Executive: Paul Maaullo AMA: Katie Lira 1,500.00 1,500.00 36" DEEP. • @aged cherry • +metallic champagne • +warm grey neutral 480.00 Project PAS: Tony Nou 480.00 68.00 % Page: 37 List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 222 20 E1420.1648F 146.00 2,920.00 46.72 934.40 68.00 % +Tile,Face Fabric 16H 48W IV • Surface Finish • +violetta -Pr Cat 4 01 • 1V-Colors • +violetta camilla Tag: OFFICE FURNITURE 223 2 E1422.1630 146.00 292.00 46.72 93.44 68.00 % +Tile,Tackable 16H 30W IV • Surface Finish • +violetta -Pr Cat 4 01 • 1V Colors • +violetta camilla Tag: OFFICE FURNITURE 224 1 E1422.1648 192.00 192.00 61.44 61.44 68.00 % +TIIe,Tackable 16H 48W IV • Surface Finish • +violetta -Pr Cat 4 01 • 1V-Colors • +violetta camilla Tag: OFFICE FURNITURE 225 2 E1415.1630M 150.00 300.00 48.00 96.00 68.00 % +Tile,Window Mid /Bot 16H 30W WN • Frame Finish • +warm grey neutral TV • Glazing Finish • +dot patterned Tag: OFFICE FURNITURE 226 2 E1415.1636M 166.00 332.00 53.12 106.24 68.00 % +Tile,Window Mid /Bot 16H 36W WN • Frame Finish • +warm grey neutral TV • Glazing Finish • +dot patterned Tag: OFFICE FURNITURE 227 1 E2280.24W 585.00 585.00 187.20 187.20 68.00 % @Support Panel,Wk Surf Vnr,End 24D ED • Surface Finish • @aged cherry CN • Bracket Finish • +metallic champagne WN • Base Finish • +warm grey neutral Tag: OFFICE FURNITURE OPTION 228 1 SPX- E2280.30W @Support Panel,Wk Surf Vnr,End TO BI ED • Surface Finish CN • Bracket Finish WN • Base Finish Tag: OFFICE FURNITURE <untagged> Account Executive: Paul Maaullo AMA: Katie Lira 1,500.00 1,500.00 36" DEEP. • @aged cherry • +metallic champagne • +warm grey neutral 480.00 Project PAS: Tony Nou 480.00 68.00 % Page: 37 Item Qty OFFICE FURNITURE HERMAN MILLER <untagged> 229 1 230 1 231 2 232 1 233 3 234 1 CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM j.J•III Quote# 80534 Ufff 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % Product List Price Sell Price Unit Extended Unit Extended E2281.W 585.00 585.00 187.20 @Support Panel,Wk Surf Vnr,Mld -Run ED a Surface Finish a @aged cherry CN a Bracket Finish a +metallic champagne WN a Base Finish a +warm grey neutral Tag: OFFICE FURNITURE El220.54SRE 298.00 298.00 95.36 +Conn,2 -Way 90 Vinyl,Pwr 54H WN a Surface Finish a +wane grey neutral WN a Top Cap Finish a +wane grey neutral WN a Cable Managem a +wane grey neutral Tag: OFFICE FURNITURE E2280.24W 585.00 1,170.00 187.20 @Support Panel,Wk Surf Vnr,End 24D ED a Surface Finish a @aged cherry CN a Bracket Finish a +metallic champagne WN a Base Finish a +warm grey neutral Tag: OFFICE FURNITURE E2281.W 585.00 585.00 187.20 @Support Panel,Wk Surf Vnr,Mid -Run ED a Surface Finish a @aged cherry CN a Bracket Finish a +metallic champagne WN a Base Finish a +warm grey neutral Tag: OFFICE FURNITURE E1220.70SRE 322.00 966.00 103.04 +Conn,2 -Way 90 Vinyl,Pwr 70H WN a Surface Finish a +warm grey neutral WN a Top Cap Finish a +warm grey neutral WN a Cable Managem a +warm grey neutral Tag: OFFICE FURNITURE EWS21V.2448LF 447.00 447.00 143.04 +Vary Easy Concave Comer Surf,Sq- Edge,Lam top/thenno edge,Etho frame attach 24D 48W S1 a Back Edge /Cord a +1" gap 3T a Top /Edge Comb a +top /edge specified separately ZZ a Top Finish a @open line laminate (nonstandard) 9WQ3 a e MAHARAM ACROSS 465964 010 EARTHEN HF a Edge Finish a +inner tone light Tag: OFFICE FURNITURE 187.20 68.00 % 95.36 68.00 % 374.40 68.00 % 187.20 68.00 % 309.12 68.00 % 143.04 68.00 % Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 38 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • �'lll Quote # 80534 ra j�j Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 235 2 E3212.30F 536.00 1,072.00 171.52 343.04 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 30W KA • Lock Option a +keyed alike CN a Case Finish • +metallic champagne SM a End Panel Optio • +for Ethospace on module IV • Door Finish • +violetta -Pr Cat 4 01 a 1V—Colors • +violetta camilla Tag: OFFICE FURNITURE 236 2 E3212.48F 633.00 1,266.00 202.56 405.12 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 48W KA a Lock Option • +keyed alike CN . Case Finish a +metallic champagne SM • End Panel Optio . +for Ethospace on module IV a Door Finish e +violetta -Pr Cat 4 01 . 1V—Colors . +violetta camilla Tag: OFFICE FURNITURE 237 1 AE713AWBXT 1,933.00 1,933.00 927.84 927.84 52.00 % +Stool,Aeron,Low- Ht,Tlt Lim /Ang,Adj Arms,NonuphstPds,titanlum base w /smoke Irma Pi a Back Support OF • +adjustable PostureFit support NN • Frame Applique • +none BB . Casters/Glides • +2 1/2" hard caster, black yoke, carpet S8 a Annpad Finish • +smoke 4F • Pellicle® Materie e +pellicle -Pr Cat 2 03 • 4F Colors a +pellicle waves quartz Tag: OFFICE FURNITURE 238 4 AE113AWC 1,495.00 5,980.00 717.60 2,870.40 52.00 % +Wk Chr,Aeron,Std -Ht Pneu.,TN Urn /Ang,Adj Arms,NonuphstPds /C Pi a Back Support OF • +adjustable PostureFit support XT • Base /Frame Fini a +titanium with smoke frame BB • Casters/Glides • +2 1/2' hard caster, black yoke, carpet S8 . Armpad Finish a +smoke 4F • Pellicle® Materie • +pellicle -Pr Cat 2 03 • 417_Colors • +pellicle waves quartz Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 39 AMA: Katie Lim CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM 08 Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 239 1 26- 3018 -2 978.00 978.00 437.66 437.66 55.25 % +lateral File Std Pull 2 -High 30W 18D TS a Paint/Steel Type e +smooth paint on textured steel CN a Surface Finish a +metallic champagne T1 a Top e +1 %high painted metal top with squared edge J • Module Selector a @Open Full Back 13-1/8 J . Module Selecior . @Open Full Back 13 -1/8 NO a Counterweight • +no counterweight B2 . Base Selection . +Base 1 -1/2 in H Tag: OFFICE FURNITURE 240 2 ZCELA 1,027.00 2,054.00 459.58 919.16 55.25 % @Exact Size File Top,Sq- Edge,Lam Top D02 • Depth Range . adeoth 30.01 in - 54 +00in 37.50 • e 37.50 INCHES DEEP W07 . Width Range a Awidth: 84.01 in - 96.00in84.01 in - 96.00in 92.00 • o 92.00 INCHES WIDE ZZ . Laminate Selecti • @open line laminates 9WQ3 . • WILSONART D96-60 (SHADOW) WN . Vinyl Edge Selec a @warm grey neutral Tag: OFFICE FURNITURE 241 1 ZERLA 657.00 657.00 210.24 210.24 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 24 • Depth • +24" deep 78 a Width . +24" deep x 78" wide 9A • Back Edge /Cord • +cable management trough, no gap (standard Ethospace gap) ZZ o Top Color • +open line laminate (nonstandard) 9WQ3 . . WILSONART D96-60 (SHADOW) WN • Edge Color a +warn grey neutral CN a Supports Cable I • +metallic champagne SM a Support Option • +on module Tag: OFFICE FURNITURE Account Executive: Paul Marcullo Project PAS: Tony Nou Page: 40 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • f Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 242 2 M19V- 1518 -BF 1,249.00 2,498.00 590.15 1,180.30 52.75 % @Ped,Mobiie,Slpd Pull,Vnr Fmt B/F TS a PainttSteel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne T2 a Top a +1 1/4" -high painted metal top with squared edge ED a Veneer Front Fir a @aged cherry KA a Lock a +keyed alike H1 a Handle a +hand grip only U1 a Pull Finish a +brushed aluminum C a Compressor a +standard compressor Tag: OFFICE FURNITURE OPTION 243 1 SPX -49V- 4218 -55 3,500.00 3,500.00 1,653.75 1,65175 52.75 % @Sloped Pull Storage Case, Veneer Fronts 30W 18D. HEIGHT TO BE 26 TS a Paint/Steel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne NS1 a Interior a +1 shelf total T2 o Top a @1 1/4" -high painted metal top with squared edge ED • Veneer Front Fir a @aged cherry KA o Lock a @keyed alike U1 a Pull Finish a @brushed aluminum B2 a Base Height a +1 1/2" -high base Tag: OFFICE FURNITURE <untagged> 244 2 ZERLA 373.00 746.00 119.36 238.72 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 24 a Depth a +24" deep 48 a Width a +24" deep x 48" wide 9A a Back Edge /Cord a +cable management trough, no gap (standard Ethospace gap) ZZ a Top Color a +open line laminate (nonstandard) 9WQ3 a a WILSONART D96-60 (SHADOW) WN a Edge Color a +warm grey neutral CN a Supports Cable 19 +metallic champagne NA a Support Option a +no supports Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 41 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 ry �/ CITY HALL REMODEL PROJECT 4:26:29 PM • IT'lll Quote # 80534 �a UUU 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 245 1 ZERLA 761.00 761.00 243.52 243.52 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 24 a Depth a +24" deep 96 a Width a @24" deep x 96" wide 9A a Back Edge /Cord a +cable management trough, no gap (standard Ethospaoe gap) ZZ a Top Color a +open line laminate (nonstandard) 9WQ3 a e WILSONART D96-60 (SHADOW) WN a Edge Color a +warm grey neutral CN a Supports Cable 19 +metallic champagne SM a Support Option a +on module Tag: OFFICE FURNITURE 246 1 M19V- 1518 -BF 1,249.00 1,249.00 590.15 590.15 52.75 % @Ped,Mobile,Slpd Pull,Vnr Frnt B/F TS a Paint/Steel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne T2 a Top a +1 1/4" -high painted metal top with squared edge ED a Veneer Front Fir a @aged cherry KA a Lock a +keyed alike H1 a Handle a +hand grip only U1 a Pull Finish a +brushed aluminum C e Compressor a +standard compressor Tag: OFFICE FURNITURE OPTION 247 1 SPX-49V -4220 -56 4,000.00 4,000.00 1,890.00 1,890.00 52.75 % @Sloped Pull Storage Case, Veneer Fronts 30W 18D. HEIGHT TO BE 26 TS a Paint/Steel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne NS1 a Interior a +1 shelf total T2 a Top a @1 1/4" -high painted metal top with squared edge ED a Veneer Front Fir o @aged cherry KA a Look a @keyed alike U1 a Pull Finish a @brushed aluminum B3 a Base Height a +1 1/4" -high base Tag: OFFICE FURNITURE <untagged> Account Executive: Paul Manullo Project PAS: Tony Nou Page: 42 AMA: Katie Llra CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM ((•III Quote # 80534 Ujf! 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % Item Qty Product List Price Sell Price Unit Extended Unit Extended OFFICE FURNITURE Rect WS,Lam Top HERMAN MILLER . Depth . +24" deep <untagged> . Width . +24" deep x 48" wide 248 1 ZECLA 967.00 967.00 309.44 309.44 68.00 % . Top Color +Sq -Edge Vinyl Concv Cnr WS,Lam Top . 2460 . Left -Hand Depth . @24" deep x 60" wide left . Edge Color 3048 . Right -Hand Dept . @30" deep x 48" wide right . Supports Cable 9A . Back Edge /Cord . +cable management trough, no gap (standard Ethospace gap) . Support Option ZZ . Top Color . +open line laminate (nonstandard) FURNITURE 9W03 . . WILSONART D96 -60 (SHADOW) WN . Edge Color . +warm grey neutral Rect WS,Lam Top CN . Supports Cable 19 +metallic champagne . Depth NA . Support Option . +no supports . Width Tag: OFFICE FURNITURE 249 1 ZERLA 373.00 373.00 119.36 119.36 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) ZZ . Top Color . +open line laminate (nonstandard) 9WQ3 . . WILSONART D96-60 (SHADOW) WN . Edge Color . +warm grey neutral CN . Supports Cable I . +metallic champagne NA . Support Option . +no supports Tag: OFFICE FURNITURE 250 1 ZERLA 475.00 475.00 152.00 152.00 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 30 . Depth . +30" deep 48 . Width . +30" deep x 48" wide 9A . Back Edge /Cord . +cable management trough, no gap (standard Ethospace gap) ZZ . Top Color . +open line laminate (nonstandard) 9WQ3 . . WILSONART D9M0 (SHADOW) WN . Edge Color . +warm grey neutral CN . Supports Cable I e +metallic champagne NA . Support Option . +no supports Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 43 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM Gf•111 Quote# 80534 j L�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % Item Qty Product 3,666.00 14,264.00 1,595.79 6,383.16 65.25 % List Price Sell Price Unit Extended Unit Extended OFFICE FURNITURE TS • PainUSteel Type . +smooth paint on textured steel EH HERMAN MILLER . +metallic bronze T2 . Top <untagged> ED • Veneer Front Fir a @aged cherry 251 1 M19V- 1518 -BF a +keyed alike 1,249.00 1,249.00 590.15 590.15 52.75 % • Pull Finish @Ped,Mobile,Slpd Pull,Vnr Fmt B/F a Base Height . +1 1/4" -high base TS . Paint/Steel Type • +smooth paint on textured steel • +counterweight (recommended) CN . Surface Finish e +metallic champagne Tag: OFFICE FURNITURE T2 • Top . +1 1/4" -high painted metal top with squared edge 3,295.00 13,180.00 1,474.51 5,898.04 55.25 % ED a Veneer Front Fir • @aged cherry a PainUSteel Type a +smooth paint on textured steel KA a Lock a +keyed alike T2 H1 a Handle a +hand grip only a Veneer Front Fir . @aged cherry Ul a Pull Finish . +brushed aluminum 1.11 C • Compressor e +standard compressor o Base Height Tag: OFFICE FURNITURE CB 252 4 SPX -29V- 3618.4E 3,666.00 14,264.00 1,595.79 6,383.16 65.25 % @File,FS Let Slpd Pull,4 Dwr TS • PainUSteel Type . +smooth paint on textured steel EH • Surface Finish . +metallic bronze T2 . Top . +1 1/4" -high painted metal top with squared edge ED • Veneer Front Fir a @aged cherry KA • Lock a +keyed alike U1 • Pull Finish a +brushed aluminum B3 a Base Height . +1 1/4" -high base CB . Counterweight • +counterweight (recommended) 9P • Drawer Interior • +front - to-back filing rail Tag: OFFICE FURNITURE 253 4 SPX29V- 3018.4E 3,295.00 13,180.00 1,474.51 5,898.04 55.25 % @FIIe,FS Let Slpd Pull,4 Dwr TS a PainUSteel Type a +smooth paint on textured steel EH . Surface Finish . +metallic bronze T2 . Top . +1 1/4" -high painted metal top with squared edge ED a Veneer Front Fir . @aged cherry KA . Lock a +keyed alike 1.11 . Pull Finish e +brushed aluminum B3 o Base Height • +1 1/4" -high base CB . Counterweight . +counterweight (recommended) 9P a Drawer Interior o +front - to-back filing rail Tag: OFFICE FURNITURE Account Executive: Paul Manullo Project PAS: Tony Nou Page: 44 AMA: Katie Lire CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • • 1.(•111 Quote # 60534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 264 1 ZESLA 1,007.00 1,007.00 322.24 322.24 68.00 % @Sq -Edge Vinyl Rect Penin,Lam Top 36 a Depth a @36" deep 72 a Length a @72" long D a Base a @column base C a Attachment Harc a @cantilever 9A a Back Edge /Cord a @cable management trough, no gap (standard Ethospace gap) ZZ a Top Color a @open line laminate (nonstandard) 9WQ3 a a WILSONART D96-60 (SHADOW) WN a Edge Color a @warm grey neutral CN a Base Finish a @metallic champagne Tag: OFFICE FURNITURE 255 3 29VJ620 -2N 1,516.00 4,548.00 678.41 2,035.23 55.25 % @Filo,FS Lat Slpd Pull,2 Dwr TS o Paint/Steel Type a +smooth paint on textured steel EH a Surface Finish a +metallic bronze T2 a Top a +1 1/4" -high painted metal top with squared edge ED a Veneer Front Fir a @aged cherry KA a Lock a +keyed alike U1 . Pull Finish a +brushed aluminum B2 a Base Height a +1 1 /7-high base CB a Counterweight a +counterweight (recommended) 9P a Drawer Interior a +front -to -back filing rail Tag: OFFICE FURNITURE 256 4 SPX -29V- 3618 -4E 3,566.00 14,264.00 1,595.79 6,383.16 65.25 % @Flle,FS Lat Slpd Pull,4 Dwr TS a PaintfSteel Type a +smooth paint on textured steel EH . Surface Finish a +metallic bronze T2 a Top a +1 1/4" -high painted metal top with squared edge ED . Veneer Front Fir a @aged cherry KA . Lock a +keyed alike U1 a Pull Finish a +brushed aluminum B3 a Base Height a +1 1/4" -high base CB a Counterweight a +counterweight (recommended) 9P a Drawer Interior a +front -to -back filing rail Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 45 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM GIM Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % Item City Product OFFICE FURNITURE HERMAN MILLER <untagged> List Price Sell Price Unit Extended Unit Extended 257 6 SPX -29V- 4218 -4E 3,888.00 23,328.00 1,739.88 10,439.28 55.25 % @File,FS Let Sipd Pull,4 Dwr TS . Paint/Steel Type • +smooth paint on textured steel EH • Surface Finish e +metallic bronze T2 . Top • +1 1/4" -high painted metal top with squared edge ED a Veneer Front Fir • @aged cherry KA • Lock e +keyed alike U1 • Pull Finish e +brushed aluminum B3 . Base Height a +1 1/4" -high base CB • Counterweight a +counterweight (recommended) 9P a Drawer Interior . +front - to-back filing rail Tag: OFFICE FURNITURE 258 10 SPX -36- 1528 -3 2,600.00 26,000.00 1,163.50 11,635.00 55.25 % @Vertical File,SLOPE- Pull,15w 28d,3 modules. TO BE VENEER FRONTS (ED) TS . Paint/Steel Type • @smooth paint on textured steel CN a Surface Finish • @metallic champagne T1 • Top • @t" -high painted metal top with squared edge KA • Lock • @keyed alike V • Configuration (Tr. @file V • Configuration (2r a @file V . Configuration (3r a @file B2 • Base Height e @1 1/7' -high base CB • Counterweight e @counterweight Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 46 AMA: Katie Lim CITY OF ROSEMEAD 9/4/2013 G1 CITY HALL REMODEL PROJECT 4:26:29 PM rJJ Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount %. Item Qty Product List Price Sell Price Unit Extended Unit Extended OFFICE FURNITURE TS . Paint/Steel Type . @smooth paint on textured steel HERMAN MILLER . Surface Finish . @metallic champagne TL <untagged> IZ . Top Finish . @open line laminate (nonstandard) 259 10 SPX -36- 1528 -3 2,273.00 22,730.00 1,017.17 10,171.70 55.25 % . Edge Finish . @warm grey neutral @Vertical FIIe,Standard- Pull,15w 28d,3 modules. TO BE SLOPED PULL. . Lock/Filler Top a @1" locking filler top TO BE VENEER FRONTS. . Lock . @keyed alike TS a Paint/Steel Type . @smooth paint on textured steel V CN . Surface Finish . @metallic champagne . Configuration (3r . @file TL a Top . @1 1/4" -high laminate top with vinyl edge B2 ZZ . Top Finish . @open line laminate (nonstandard) . Counterweight . @counterweight 9WQ3 . . WILSONART D96 -60 (SHADOW) WN . Edge Finish . @warm grey neutral 10 . Lock/Filler Top . @1" locking filler top KA . Lock . @keyed alike V . Configuration (T(. @file V . Configuration (2r. @file V . Configuration (31 . @file B2 . Base Height . @1 1/2" -high base CB . Counterweight . @counterweight Tag: OFFICE FURNITURE 260 8 SPX36 -15223 2,463.00 19,704.00 1,102.19 8,817.52 55.25 % @Vertical FIIe,Standard- Pull,15w 22d,4 modules. TO BE SLOPED PULL. TO BE VENEER FRONTS. TS . Paint/Steel Type . @smooth paint on textured steel CN . Surface Finish . @metallic champagne TL . Top . @1 1/4" -high laminate top with vinyl edge IZ . Top Finish . @open line laminate (nonstandard) 9WQ3 . . WILSONART D96-60 (SHADOW) WN . Edge Finish . @warm grey neutral 10 . Lock/Filler Top a @1" locking filler top KA . Lock . @keyed alike V . Configuration (T(. @file V . Configuration (2r. @file V . Configuration (3r . @file V . Configuration (4t. @file B2 . Base Height . @1 1/7' -high base CB . Counterweight . @counterweight Tag: OFFICE FURNITURE Account Executive: Paul Maaullo Project PAS: Tony Nou Page: 47 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • �1p� Quote # 80534 ea 111 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 261 2 SPX -26 -30185 4,500.00 9,000.00 2,013.75 4,027.50 55.25 % +Lateral File Std Pull 5 -High 30W 18D. TO BE SLOPED PULL. VENEER FRONTS. TS a Paint/Steel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne T2 a Top a +1 1/4" -high painted metal top with squared edge G a Module Selectior a +flip fixed shelf 15-1/8 911111 a Interior Selectior a +Movable Dividers KA a Lock a +keyed alike N e Module Selectior a +fixed front 11 -3/4 913 a Interior Selectior a +Front to Back Hanging N a Module Selectior a +fixed front 11 -3/4 9P a Interior Selectior a +Front to Back Hanging N a Module Selection a +fixed front 11 -3/4 9P a Interior Selectior a +Front to Back Hanging N a Module Selectior a +fixed front 11 -3/4 9P a Interior Selectior s +Front to Back Hanging NO a Counterweight a +no counterweight B2 a Base Selection a +Base 1 -1/2 in H Tag: OFFICE FURNITURE 262 3 SPX - 2636185 5,500.00 16,500.00 2,461.25 7,383.75 55.25 % +Lateral File Std Pull 5-High 30W 18D. TO BE SLOPED PULL. VENEER FRONTS. TS a Paint/Steel Type a +smooth paint on textured steel CN a Surface Finish a +metallic champagne T2 a Top a +1 1/4" -high painted metal top with squared edge G e Module Selectior a +flip fixed shelf 15 -1/8 911111 a Interior Selectior a +Movable Dividers KA a Lock a +keyed alike N e Module Selection a +fixed front 11 -3/4 9P a Interior Selectior a +Front to Back Hanging N e Module Selectior a +fixed front 11 -314 9P a Interior Selectior a +Front to Back Hanging N a Module Selectior a +fixed front 11 -3/4 9P a Interior Selectior a +Front to Back Hanging N e Module Selectior a +fixed front 11 -3/4 9P a Interior Selectior a +Front to Back Hanging NO a Counterweight a +no counterweight B2 a Base Selection a +Base 1 -1/2 in H Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 48 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM Glm Quote# 80534 j 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Oty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 263 5 El 120.70 29.00 145.00 +Draw Rod 70H Tag: OFFICE FURNITURE 264 1 E1322.06E 171.00 171.00 +Power Entry,Ext. Dir Con 4- Circ,6Ft L Tag: OFFICE FURNITURE 265 1 G6136.245 215.00 215.00 +Task Light,Utility,A0,Etho,Canvas,24W Tag: OFFICE FURNITURE 266 3 G6136.305 219.00 657.00 +Task Light,Utility,A0,Etho,Canvas,30W Tag: OFFICE FURNITURE 267 1 E1311.A 197.00 197.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 61Pkg WN • Surface Finish . +warm grey neutral Tag: OFFICE FURNITURE 268 2 El 250.70S 91.00 182.00 +Fin End,Std 70H CN . Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 269 1 E2394.DY 250.00 250.00 +Peninsula Column Support, Plain Column CN • Surface Finish . +metallic champagne Tag: OFFICE FURNITURE 270 2 E1420.1624P 61.00 122.00 +Tile,Face Pntd 16H 24W CN a Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 271 3 E1420.1630P 65.00 195.00 +Tile,Face Pntd 16H 30W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 9.28 46.40 68.00 % 64.72 54.72 68.00 % 64.50 64.50 70.00 % 65.70 197.10 70.00 % 63.04 63.04 68.00 % 29.12 58.24 68.00 % 80.00 80.00 68.00 % 19.52 39.04 68.00 % 20.80 62.40 68.00 % Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 49 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM �Im Quote# 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 272 6 E1420.1636P 69.00 414.00 22.08 132.48 68.00 % +Tile,Face Pntd 16H 36W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 273 3 E1420.1642P 77.00 231.00 24.64 73.92 68.00 % +Tile,Face Pntd 16H 42W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 274 1 E1444.1630M 182.00 182.00 58.24 58.24 68.00 % +Tile,Open,Sq Stile,MiddleBottom 16H 30W CN • Frame Finish • +metallic champagne Tag: OFFICE FURNITURE 275 2 E1425.1636 220.00 440.00 70.40 140.80 68.00 % +Tile,Rail 16H 36W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 276 1 E1109.702413 625.00 625.00 200.00 200.00 68.00 % +Frame,Pwr 4-Circ W /Corn Pt Lc 70H 24W CN • Top Cap Finish • +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 277 2 E1109.7030G 666.00 1,332.00 213.12 426.24 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 30W CN • Top Cap Finish • +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 278 2 Elf 109.7036G 707.00 1,414.00 226.24 452.48 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 36W CN • Top Cap Finish • +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 279 1 E1109.7042G 745.00 745.00 238.40 238.40 68.00 % +Frame,Pwr 4 -Circ W /Com Pt Lc 70H 42W CN • Top Cap Finish • +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 50 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM G'M Quote # 60534 Department: OFFICE FURNITURE PO # Sales Order # Discount % Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 51 AMA: Katie Lira List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 280 1 TC2 -1518 282.00 282.00 133.25 133.25 52.75 % +Retrofit Cush Top,Ped 2H 15W 18D 81.1 a Cushion Top Fat a +stitches -Pr Cat 3 14 a 8U Colors a +stitches olive Tag: OFFICE FURNITURE 281 1 E2393.241. 40.00 40.00 12.80 12.80 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Left CN a Surface Finish a +metallic champagne SM a Support Option . +on module Tag: OFFICE FURNITURE 282 1 E2393.24R 40.00 40.00 12.80 12.80 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Right CN a Surface Finish a +metallic champagne SM a Support Option a +on module Tag: OFFICE FURNITURE 283 1 E2393.301. 44.00 44.00 14.08 14.08 68.00 % +Support,Work Surf 30D (for 30" Deep surfaces) Left CN a Surface Finish a +metallic champagne SM a Support Option a +on module Tag: OFFICE FURNITURE 284 1 E2393.30R 44.00 44.00 14.08 14.08 68.00 % +SuppoMWork Surf 30D (for 30" Deep surfaces) Right CN a Surface Finish a +metallic champagne SM a Support Option a +on module Tag: OFFICE FURNITURE 285 6 E1420.1624F 116.00 696.00 37.12 222.72 68.00 % +Tile,Face Fabric 16H 24W IV a Surface Finish a +violetta -Pr Cat 4 01 e 1V-Colors a +violetta camilla Tag: OFFICE FURNITURE 286 10 E1420.1630F 121.00 1,210.00 38.72 387.20 68.00 % +Tile,Face Fabric 16H 30W 1V a Surface Finish a +violetta -Pr Cat 4 01 e 1V-Colors a +violetta Camilla Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 51 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 /f CITY HALL REMODEL PROJECT 4:26:29 PM �I•M Quote # 80534 j 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % 291 1 S3- 723908 4,632.00 4,632.00 2,454.96 36WX24DX72.5H STORAGE WARDROBE, VEGAS, FOUR HINGED WOOD FRAMED DOORS WITH ACRYLIC INSERTS. DOORS WILL BE ATTACHED TOGETHER SO THAT BOTH DOORS ON ONE SIDE OPEN AS ONE. LEFT SIDE TO HAVE 3 ADJ AND 1 FIXED SHELF. RIGHT SIDE TO HAVE COAT ROD AND ONE ADJ MLC • VEGAS VENEEI • LIGHT CHERRY VH • VEGAS PULL 0 • SATIN NICKEL FORTE PULL LW • BACK OPTION • UNFINISHED BACK Tag: OFFICE FURNITURE 2,454.96 47.00 % ENCORE SEATING <untagged> 292 4 5644 -K 908.00 3,632.00 426.76 1,707.04 53.00 % MEMENTO KNIT BACK TASK CHAIR, TASK INTENSIVE MGMT CONTROL, FIXED CANTILEVER ARMS KNIT BACK: • • #20 DESERT SAND FABRIC SEAT: • • GRADE 6 FABRIC - TBD BASE: • POLISHED ALUMINUM Tag: OFFICE FURNITURE Account Executive: Paul Marsullo Project PAS: Tony Nou Page: 52 AMA: Katie Lira List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 287 8 E1420.1636F 131.00 1,048.00 41.92 335.36 68.00 % +Tile,Face Fabric 16H 36W 1V • Surface Finish • +violetta -Pr Cat 4 01 • 1V Colors • +violetta cannilla Tag: OFFICE FURNITURE 288 4 E1420.1642F 137.00 648.00 43.84 175.36 68.00 % +Tile,Face Fabric 16H 42W 1V • Surface Finish • +violetta -Pr Cat 4 01 • 1V Colors • +violetta cannilla Tag: OFFICE FURNITURE 289 1 E1422.1630 146.00 146.00 46.72 46.72 68.00 % +Tile,Tackable 16H 30W 1V • Surface Finish • +violetta -Pr Cat 4 01 • 1V—Colors • +violetta cannilla Tag: OFFICE FURNITURE 290 1 E1422.1642 178.00 178.00 56.96 56.96 68.00 % +Tile,Tackable 16H 42W 1V • Surface Finish • +violetta -Pr Cat 4 01 • 1V Colors • +violetta camilla Tag: OFFICE FURNITURE FIRST OFFICE <untagged> 291 1 S3- 723908 4,632.00 4,632.00 2,454.96 36WX24DX72.5H STORAGE WARDROBE, VEGAS, FOUR HINGED WOOD FRAMED DOORS WITH ACRYLIC INSERTS. DOORS WILL BE ATTACHED TOGETHER SO THAT BOTH DOORS ON ONE SIDE OPEN AS ONE. LEFT SIDE TO HAVE 3 ADJ AND 1 FIXED SHELF. RIGHT SIDE TO HAVE COAT ROD AND ONE ADJ MLC • VEGAS VENEEI • LIGHT CHERRY VH • VEGAS PULL 0 • SATIN NICKEL FORTE PULL LW • BACK OPTION • UNFINISHED BACK Tag: OFFICE FURNITURE 2,454.96 47.00 % ENCORE SEATING <untagged> 292 4 5644 -K 908.00 3,632.00 426.76 1,707.04 53.00 % MEMENTO KNIT BACK TASK CHAIR, TASK INTENSIVE MGMT CONTROL, FIXED CANTILEVER ARMS KNIT BACK: • • #20 DESERT SAND FABRIC SEAT: • • GRADE 6 FABRIC - TBD BASE: • POLISHED ALUMINUM Tag: OFFICE FURNITURE Account Executive: Paul Marsullo Project PAS: Tony Nou Page: 52 AMA: Katie Lira CITY OF ROSEMEAD 914/2013 CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 u Department: OFFICE FURNITURE PO # Sales Order # Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 293 1 E1220.70SRE 322.00 322.00 103.04 103.04 68.00 % +Conn,2 -Way 90 Vinyl,Pwr 70H WN a Surface Finish a +warm grey neutral WN a Top Cap Finish a +wamt grey neutral WN a Cable Managem a +wamt grey neutral Tag: OFFICE FURNITURE FIRST OFFICE <untagged> 294 2 F35837XN 901.00 1,802.00 477.53 955.06 47.00 % 22.88WX23.88D SIDE CHAIR, FLAIR - HALF UPHOLSTERED BACK MSW a FINISH OPTION a SABLE/WALNUT 8 a FABRICS & LEA a GRADE 8 TEXTILES ETC8 a GRADE 8 FABR a OTHER GRADE 8 FABRICS TOR a e MAHARAM ACROSS 465964 010 EARTHEN Tag: OFFICE FURNITURE 295 1 3- 6622CRD2 2,312.00 2,312.00 1,225.36 1,225.36 47.00 % 66X22 DOOR CREDENZA, VEGAS MLC a VEGAS VENEEI a LIGHT CHERRY EF a VEGAS EDGE C a SQUARE EDGE VH a VEGAS PULL O e SATIN NICKEL FORTE PULL LW a BACK OPTION *UNFINISHED BACK Tag: OFFICE FURNITURE HERMAN MILLER <untagged> 296 1 E3212.30F 536.00 636.00 171.52 171.62 68.00 % +Flip Dr Unit,B -Style Fabric W /Lock 13D 30W KA a Lock Option a +keyed alike CN a Case Finish a +metallic champagne SM a End Panel Optio a +for Ethospace on module 1V a Door Finish a +violetta -Pr Cat 4 01 e 1V—Colors a + violetta camilla Tag: OFFICE FURNITURE 297 2 E3212.36F 516.00 1,032.00 165.12 330.24 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 36W KA a Lock Option a +keyed alike CN a Case Finish a +metallic champagne SM a End Panel Optio a +for Ethospace on module 8T a Door Finish a +crossing -Pr Cat 1 07 a 8T—Colors a +crossing pumpkin Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 53 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • VIII Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 298 1 E3212.42F 605.00 605.00 193.60 193.60 68.00 % +Flip Dr Unit,BStyle Fabric W /Lock 13D 42W KA a Lock Option . +keyed alike CN o Case Finish • +metallic champagne SM • End Panel Optio a +for Ethospace on module IV . Door Finish a +violetta -Pr Cat 4 01 . 1V Colors . +violetta camilla Tag: OFFICE FURNITURE 299 1 AE113AWC 1,495.00 1,495.00 717.60 717.60 5100 % +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,NonuphstPds /C Pi • Back Support OF a +adjustable PostureFit support XT • Base /Frame Fini a +titanium with smoke frame BB • Casters /Glides • +2 1/2" hard caster, black yoke, carpet S8 • Armpad Finish e +smoke 4F a Pellicle@ Materie a +pellicle -Pr Cat 2 03 • 4F Colors • +pellicle waves quartz Tag: OFFICE FURNITURE 300 1 ZTNWC 1,445.00 1,445.00 473.24 473.24 67.25 % @Sq -Edge Wood Round Table,Ven Top S e Base Option e @segmented base 28 . Height Option e a28.5' high 42 • Diameter Option . @42" dia ED • Top Finish . @aged cherry BU • Column Finish • +black umber PA a Base Finish • @polished aluminum Tag: OFFICE FURNITURE 301 1 ZERLA 388.00 388.00 124.16 124.16 68.00 % +Sq -Edge Vinyl Rect WS,Lam Top 30 a Depth . +30" deep 36 • Width . +30" deep x 36" wide 9A • Back Edge /Cord • +cable management trough, no gap (standard Ethospace gap) ZZ . Top Color . +open line laminate (nonstandard) 9WQ3 • • WILSONART D96-50 (SHADOW) WN • Edge Color • +warm grey neutral CN • Supports Cable 1 • +metallic champagne NA o Support Option e +no supports Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 54 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM 1 �Ml Quote # 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % Item Qty Product 864.00 864.00 276.48 276.48 68.00 % List Price Sell Price Unit Extended Unit Extended OFFICE FURNITURE 30 a Depth a @30" deep HERMAN MILLER a Length . @72" long D <untagged> a @column base C . Attachment Harc a @cantilever 302 1 M19V- 1518 -BF ZZ 1,249.00 1,249.00 590.15 590.15 52.75 % • @open line laminate (nonstandard) @Ped,Mobile,Slpd Pull,Vnr Fmt B/F • WILSONART D96 -60 (SHADOW) WN TS a PaintlSteel Type . +smooth paint on textured steel CN CN . Surface Finish a +metallic champagne FURNITURE T2 a Top • +1 1/4" -high painted metal top with squared edge ED • Veneer Front Fir . @aged cherry KA . Lock • +keyed alike H1 a Handle . +hand grip only U1 a Pull Finish • +brushed aluminum C o Compressor . +standard compressor Tag: OFFICE FURNITURE 303 1 ZESLA 864.00 864.00 276.48 276.48 68.00 % @Sq -Edge Vinyl Rect Penin,Lam Top 30 a Depth a @30" deep 72 a Length . @72" long D • Base a @column base C . Attachment Harc a @cantilever 9A a Back Edge /Cord • @cable management trough, no gap (standard Ethospace gap) ZZ • Top Color • @open line laminate (nonstandard) 9W03 • • WILSONART D96 -60 (SHADOW) WN . Edge Color • @wan) grey neutral CN • Base Finish . @metallic champagne Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 55 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM LJ•111 Y Quote # 80534 VJ l�l Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 304 2 305 306 307 306 2 SPX - 26.36185 5,600.00 11,000.00 2,461.25 4,922.50 55.25 % +Lateral File Std Pull 5 -High 30W 18D. TO BE SLOPED PULL. VENEER FRONTS. TS • Paint/Steel Type a +smooth paint on textured steel CN . Surface Finish a +metallic champagne T2 a Top • +1 1/4" -high painted metal top with squared edge G • Module Selection e +flip fixed shelf 15 -1/8 9M . Interior Selectior a +Movable Dividers KA • Lock a +keyed alike N • Module Selectior • +fixed front 11 -3/4 9P • Interior Selectior • +Front to Back Hanging N • Module Selectior . +fixed front 11 -3/4 9P a Interior Selectior . +Front to Back Hanging N e Module Selectior • +fixed front 11 -3/4 9P • Interior Selectior • +Front to Back Hanging N • Module Selectior . +fixed front 11 -3/4 9P a Interior Selectior a +Front to Back Hanging NO a Counterweight a +no counterweight B2 a Base Selection • +Base 1 -112 in H Tag: OFFICE FURNITURE E1120.70 29.00 58.00 9.28 18.56 68.00 % +Draw Rod 70H 144.60 70.00 % Tag: OFFICE FURNITURE 1 E1322.06E 171.00 171.00 54.72 54.72 68.00 % +Power Entry,Ext. Dir Con 4- Circ,6Ft L Tag: OFFICE FURNITURE 2 G6136.42S 241.00 482.00 72.30 144.60 70.00 % +Task Light,U8lity,A0,Etho,Canvas,42W Tag: OFFICE FURNITURE 1 E1311.A 197.00 197.00 63.04 63.04 66.00 % +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 6 /Pkg WN . Surface Finish a +warm grey neutral Tag: OFFICE FURNITURE Account Executive: Paul Mamullo Project PAS: Tony Nou Page: 56 AMA: Katie Lire CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • llhlll Quote # 80534 �r Ur L�1 Department: OFFICE FURNITURE PO # Sales Order# Discount% List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 309 2 E1250.70S 91.00 182.00 29.12 58.24 68.00 % +Fin End,Std 70H CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 310 1 E2394.DY 250.00 250.00 80.00 80.00 68.00 % +Peninsula Column Support, Plain Column CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 311 6 E1420.1648P 81.00 486.00 25.92 155.52 68.00 % +Tile,Face Pntd 16H 48W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 312 1 E1444.1648M 232.00 232.00 74.24 74.24 68.00 % +TIfe,Open,Sq Stile,Middle /Bottom 16H 48W CN • Frame Finish • +metallic champagne Tag: OFFICE FURNITURE 313 1 E1425.1648 259.00 259.00 82.88 82.88 68.00 % +Tile,Rail 16H 48W CN • Surface Finish • +metallic champagne Tag: OFFICE FURNITURE 314 3 E1109.7048G 783.00 2,349.00 250.56 751.68 68.00 % +Frame,Pwr 4-Circ W /Com Pt Lc 70H 48W CN • Top Cap Finish • +metallic champagne WN • Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE 315 1 TC2 -1518 282.00 282.00 133.25 133.25 52.75 % +Retrofit Cush Top,Ped 2H 15W 18D 81.1 • Cushion Top Fat • +stitches -Pr Cat 3 14 • 8U Colors • +stitches olive Tag: OFFICE FURNITURE 316 2 E2393.241. 40.00 80.00 12.80 25.60 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Left CN • Surface Finish • +metallic champagne SM • Support Option • +on module Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 57 AMA: Katie Lira CITY OF ROSEMEAD 914/2013 CITY HALL REMODEL PROJECT 4:26:29 PM r`tyT' Quote # 80534 • " • Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Oty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 317 1 E2393.24R 40.00 40.00 12.80 12.80 68.00 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Right CN . Surface Finish a +metallic champagne SM . Support Option • +on module Tag: OFFICE FURNITURE 318 14 E1420.1648F 146.00 2,044.00 46.72 654.08 68.00 % +TIIe,Face Fabric 16H 48W 1V • Surface Finish a +violetta -Pr Cat 4 01 • 1V Colors a +violetta camilla Tag: OFFICE FURNITURE 319 1 E1422.1648 192.00 192.00 61.44 61.44 68.00 % +Tile,Tackable 16H 48W 1V a Surface Finish • +violetta -Pr Cato 01 o 1V-Colors • +violetta Camilla Tag: OFFICE FURNITURE 320 1 E1220.70SRE 322.00 322.00 103.04 103.04 68.00 % +Conn,2 -Way 90 Vinyl,Pwr 70H WN a Surface Finish • +warm grey neutral WN . Top Cap Finish a +warm grey neutral WN . Cable Managem • +warm grey neutral Tag: OFFICE FURNITURE OFS <untagged> 321 2 30837 922.00 1,844.00 479.44 958.88 48.00 % 22WX23.38DX32H GUEST, RHYME MSW • FINISH OPTION . SABLEANALNUT UG • RHYME BACK II • NO INSERT (STD) 8 • FABRICS & LEA • GRADE 8 FABRIC MAH- ACROSS • GRADE 8 FABR . MAH- ACROSS 010 a Maharam Across. Earthen Tag: OFFICE FURNITURE HERMAN MILLER <untagged> Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 58 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 u CITY HALL REMODEL PROJECT 4:26:29 PM G' m Quote # 80534 1�1 Department: OFFICE FURNITURE PO # Sales Order # Discount % 323 1 AE113AWC 1,495.00 1,495.00 717.60 +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,NonuphstPds /C List Price Sell Price Item Qty Product a Base /Frame Fini e +titanium with smoke frame Unit Extended Unit Extended OFFICE FURNITURE S8 . Arnpad Finish . +smoke 4F HERMAN MILLER 03 a 4F—Colors a +pellicle waves quartz Tag: <untagged> 322 2 E3212.48F 633.00 1,266.00 202.56 405.12 68.00 % +Flip Dr Unit,B -Style Fabric W /Lock 13D 48W KA • Lock Option • +keyed alike CN • Case Finish • +metallic champagne SM a End Panel Optio . +for Ethospace on module IV a Door Finish . +violetta -Pr Cat 4 01 . 1V Colors e +violetta camilla Tag: OFFICE FURNITURE 323 1 AE113AWC 1,495.00 1,495.00 717.60 +Wk Chr,Aeron,Std -Ht Pneu.,Tlt Lim /Ang,Adj Arms,NonuphstPds /C Pi a Back Support Of a +adjustable PostureFit support XT a Base /Frame Fini e +titanium with smoke frame BB • Casters /Glides e +2 1/2 hard caster, black yoke, carpet S8 . Arnpad Finish . +smoke 4F . Pellicle® Matene . +pellice -Pr Cat 2 03 a 4F—Colors a +pellicle waves quartz Tag: OFFICE FURNITURE 717.60 52.00 % 324 1 ZECLA 598.00 598.00 191.36 191.36 68.00 % +Sq -Edge Vinyl Concv Cnr WS,Lam Top 2448 a Left -Hand Depth a +24" deep x 48" wide left 2448 • Right -Hand Depi • +24" deep x 48" wide right 9A • Back Edge /Card • +cable management trough, no gap (standard Ethospace gap) ZZ . Top Color • +open line laminate (nonstandard) 9WQ3 • . WILSONART D96-60 (SHADOW) WN • Edge Color a +warm grey neutral CN • Supports Cable I a +metallic champagne NA a Support Option . +no supports Tag: OFFICE FURNITURE 325 1 ZECLA 1,072.00 1,072.00 343.04 343.04 68.00 % +Sq -Edge Vinyl Concv Cnr WS,Lam Top 2448 • Left -Hand Depth a +24" deep x 48" wide left 2472 • Right -Hand Depi • @24" deep x 72 wide right 9A a Back Edge /Cord • +cable management trough, no gap (standard Ethospace gap) ZZ a Top Color • +open line laminate (nonstandard) 9WQ3 a • WILSONART D96-60 (SHADOW) WIN • Edge Color • +warm grey neutral CN • Supports Cable I • +metallic champagne NA • Support Option • +no supports Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 59 AMA: Katie Lim CITY OF ROSEMEAD 9/4/2013 CITY HALL REMODEL PROJECT 4:26:29 PM • �Im Quote# 80534 Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 326 1 M19V- 1518 -BF 1,249.00 1,249.00 590.15 590.15 52.75 % @Ped,Mobile,Slpd Pull,Vnr Fmt B/F TS • Paint/Steel Type • +smooth paint on textured steel CN • Surface Finish e +metallic champagne T2 a Top . +1 1/4" -high painted metal top with squared edge ED . Veneer Front Fir • @aged cherry KA a Lock • +keyed alike H1 a Handle . +hand grip only U1 . Pull Finish . +brushed aluminum C . Compressor . +standard compressor Tag: OFFICE FURNITURE 327 1 SPX -26 -30185 5,500.00 5,500.00 2,461.25 2,461.25 55.25 % +Lateral File Std Pull 5 -High 30W 18D. TO BE SLOPED PULL. VENEER FRONTS. TS • Paint/Steel Type a +smooth paint on textured steel CN • Surface Finish a +metallic champagne T2 . Top • +1 1/4" -high painted metal tap with squared edge G . Module Selection . +flip fixed shelf 15 -1/8 9M . Interior Selectior • +Movable Dividers KA a Lock e +keyed alike N . Module Selectior e +fixed front 11 -3/4 9P a Interior Selectior . +Front to Back Hanging N e Module Selectior • +fixed front 11 -3/4 9P a Interior Selectior • +Front to Back Hanging N e Module Selectior e +fixed front 11 -3/4 913 a Interior Selectior e +Front to Back Hanging N e Module Selectior a +fixed front 11 -3/4 9P a Interior Selectior • +Front to Back Hanging NO a Counterweight • +no counterweight B2 . Base Selection . +Base 1 -1/2 in H Tag: OFFICE FURNITURE 328 1 .00 .00 12,500.00 12,500.00 % ANCILLARY FURNITURE Tag: OFFICE FURNITURE Account Executive: Paul Marzullo Project PAS: Tony Nou Page: 60 AMA: Katie Lira CITY OF ROSEMEAD 9/4/2013 . CITY HALL REMODEL PROJECT 4:26:29 PM Quote # 80534 • Department: OFFICE FURNITURE PO # Sales Order # Discount % List Price Sell Price Item Qty Product Unit Extended Unit Extended OFFICE FURNITURE HERMAN MILLER <untagged> 329 1 SPX -26 -36185 5,600.00 5,500.00 2,461.25 2,461.25 55.25 % +Lateral File Std Pull 5 -High 36W 18D. TO BE SLOPED PULL. VENEER FRONTS. TS • PaintlSteel Type a +smooth paint on textured steel CN • Surface Finish . +metallic champagne T2 • Top e +1 1/4" -high painted metal top with squared edge G . Module Selectior . +flip fixed shelf 15 -1/8 9M . Interior Selectior . +Movable Dividers KA a Lock • +keyed alike N e Module Selectior a +fixed front 11 -3/4 9P • Interior Selectior e +Front to Back Hanging N . Module Selectior e +fixed front 11 -3/4 9P • Interior Selectior e +Front to Back Hanging N • Module Selection . +fixed front 11 -3/4 9P • Interior Selectior e +Front to Back Hanging N • Module Selection a +fixed front 11 -3/4 9P • Interior Selectior . +Front to Back Hanging NO . Counterweight . +no counterweight B2 a Base Selection . +Base 1 -1/2 in H Tag: OFFICE FURNITURE Product Subtotal: $220,293.85 Account Executive: Paul Maaullo Project PAS: Tony Nou Page: 61 AMA: Katie Lira VI 0� o� z YQ O o� zpp ' ■ mA A 0 5 0 c i F, I I o i l a CITY OF ROSEMEAD I N Business Interiors 'Elevate your Workplace• � 4 _ cma.+cn Rlv.tfkM R.Q01 Sm Db0o www.,r*Lmt nocw S z 0 Il�li 7 z i r 0 m m a D r r f x �I Q f� r 0 C I z a c FLOOR TO COOLING WINDOW N ED T �i N z Q', p _ I n 1S3 C3 q I� �r r I A r vnn. nu y r Tu .yon 3333 3333 �... v r u A 2 Tw •iaan to Kw1� TIJ '17gA pII.N pol �+ Dumas u fnumn INDYR.1 w�w R" TIl'MA I A. A A z m 11] r m m A a4A [J D V A A A 3333 3333 3333 3333 3333 3333 aso fi d a D D d D �o o� d 0o DD 00 M D 0 m FF16 3:g mm EE mm Ert mm r� FF16 � mm �; r TT r 9kW 6N�INNllll IfA LL FF16 vtl Yr A FF16 w FF16 mm g rkrt ON °WALL WWALL +� 5 SUDINO DOOR m� n O P � o d N° 6 T� FFi6 mm r� FF16 � mm �; r TT r 9kW 6N�INNllll IfA LL FF16 vtl Yr A FF16 w FF16 0 �o o� 0o D mw I 0 3 ��,, d l: op z rg op i� i< mH W r8 D 0 an I I I I ure CITY OF ROSEMEAD r Business ss Interiors GIB I bvaby urWWW "" , i € cros.�En RNaI.YW Radufb Sm Obpo www.plblrwl ii nw� z ❑� (3 2 O 14 s F I A I r t P R g P 0 iff Z7_ J n m I ®< �M M m ® D4 D i P r M 9l.w girl Slid FF16 OW 9lU oku 91dd Ma C U I mu o� m -q)�, o n Z m �v 0 D rq l n r I l 7 I s® n v a F S e m O U do H T A 0 N m i m a 0 h P N S O UA O O ,y O E c> m m m m 0 „ m m 0 m 0 0 m C00040to EL F- EEk mmmm cotococo ���LE 0 m 3 i L� �_ C Rl Z7 �1 m �. m �, 0 m 0 0 m co, I J F c®eO=c® PPP P CL LJL La- LL LIL Lft- ILL. ILL. - 1 a ',- LZ LL LI II LL LL U I 1 0 Z T m r T t� m ^T V z m 0 T 0 m I h�q'� B9D Lq I h�q'� B9D i NIe I D n II � tlVtl V6 VtlV� i NIe Contract ID #RIVCO- 93145- 006 -12/10 PROFESSIONAL AGREEMENT for :mw i � , MkKeWiti al.r 0 CiR" m:at�rl INCLUDING DESIGN AND INSTALLATION SERVICE between Celli WY11'&01al7\/ 11I1a and G/M BUSINESS INTERIORS OF \r 9, 1s% RFP #PUARC -997 Page 1 of 30 Form #116 -310 4/07/2009 Conttttct ID #Rrvca93145- 006-12tlo SFMON RFADUVG Syr 7lgaipti000f Services ...... .. _... __ ......._...... __...._.._3 1. 2. Period ......«... 3. Compmatioa ..«..... » ..... ....... ». - ... «........« _. ._ ».._ »__ ..... ».._..._ » «..... ..» .... »..._... ».. «..»3 4. AllerationorCheogesto the Agreement .. _.. _ _. » ». .._» .. » ........_ .............._.. »_.._ ....5 S. Ta®hutlon...... ».. » »...._ ».. .» »»...._»»..........»»..»..»»»..»»» ...............»....»...._... ...................... » ».. » »..S 6. OwserehWUn ofContmct Materials asd Products .........» ..... » ..... «..... »_... ».... ».. »..... ». »... ». »...» .. «6 7. CenductofCoruactor...._.._» 8. Inspection of Service: Qwiity CoaWYAssmaoce ........................................................».. ........................ ».....7 9. iodependsmContractor ._» ». » »_» » ».... ... » ».. » »......._...... »..» .... ». ..._. ».. » » »«.7 10. Sub000tract for Work or 1l. Disputes ..._ ..... ............... ........ ................................. .... ........ ...... »» 12. Iioeoeing asd Permits ...» ................. ..............................» .._ _.... W. _ ... ».... ..._ .. 8 13. Use by Other Political Eotities ..»..........»........._...»».........»» ...................»............. .......................... » »... ...9 U. N ......_ . 13. Recortds and Docume ...._ �.... ».. « .» _....« ...» ..«»...._.... _ _..._....... » ».» » »»....9 16. Coa6dsmialiry . »........_ ...W » ».... »......_.... ».......« «« ...... «..» «.. «.. »..... »... 17. AdmituwubdContractLiakao......._ ...._...... ».. ».......__ ._._ _ .. ._.... _.._ ».. »10 18. Notias ............................................. » .... _ ............................................................................ . ..... ............. .......... 10 19. Fome 20. EDD Reporting Requi .... ».... » 1l 21. Hold Harmlma7indemm6cation .... ».. ..» »............ _ » »........ » . .. «.» ................. »...» «.« _..I t 22. Insumme .................... » ................. ».. ... I ... ............ ..._...._. __.. _ ...._.»..... ..._..__.. »»» »..____..12 Exdubit A-RFP VUARCA97 iocW g Addmdams I & 2 (Agachad Sepatately) ......................... .......................... »..17 Exhrbh B- Psymeat Provis m. »....... » «...«... »___ »» « « »» .._ «..» _.... » »_ ». ... ».._ » ............. » »_ ».. » ».. 18 Attachment I -HIPAA Bps Asmciaos Attachment to tic Agreenoeat.»......__ ._»._ ... .» ......... » » ....... ».. »»« 23 RFP #PUARC -997 Page 2 of 30 Contract M #RIVCO- 93145- 006 -12/10 This Agreement, made and entered into this 1st day of January, 2010, by and between G/M Business Interiors, (herein referred to as "CONTRACTOR "), and the COUNTY OF RIVERSIDE, a political subdivision of the State of California, (herein referred to as "COUNTY "). The parties agree as follows: 1. Descrintion of Services 1.1 CONTRACTOR shall provide all services as outlined and specified in Exhibit A, RFP #PUARC -997 including Addendums 1 & 2, consisting of (65) pages (attached separately) and the prices stated in Exhibit B, Payment Provisions, consisting of (7) pages, and Attachment I, HIPAA Business Associate Attachment to the Agreement, consistingl l of (6) pages. 1.2 CONTRACTOR represents that it has the skills, experience and knowledge necessary to fully and adequately perform under this Agreement, and the COUNTY relies upon this representation. CONTRACTOR shall perform to the satisfaction of the COUNTY and in conformance to and consistent with the highest standards of firms/pmfessionals in the same discipline in the State of California. 13 CONTRACTOR affirms this it is fully apprised of all of the work to be performed under this Agreement, and the CONTRACTOR agrees it can properly perform this work at the prices stated in Exhibit B. CONTRACTOR is not to perform services or provide products outside of the Agreement. 1.4 Acceptance by the COUNTY of the CONTRACTOR's performance under this Agreement does not operate as a release of CONTRACTOR's responsibility for full compliance with the terms of this Agreement. 2. Period of Performance 2.1 This Agreement shall be effective upon signature of this Agreement by both parties and continue in effect through December 31, 2014, with the option to renew for (5) years, renewable in one year increments by written amendment, unless terminated earlier. CONTRACTOR shall commence performance upon signature of this Agreement by both parties and shall diligently and continuously perform thereafter. 3. Compensation 3.1 The COUNTY shall pay the CONTRACTOR for services performed, products provided and expenses incurred in accordance with the terms of Exhibit B, Payment Provisions. Maximum payments by COUNTY to CONTRACTOR shall not exceed $5, 000,000 annually including all expenses. The COUNTY is not responsible for any fees or costs incurred above or beyond the contracted amount and shall have no obligation to purchase any specified amount of services or products. Unless otherwise specifically stated in Exhibit B, COUNTY shall not be responsible for payment of any of CONTRACTOR's expenses related to this Agreement. RFP #PUARC -997 Page 3 of 30 Contract ID #RIVCO- 93145- 006 -12/10 3.2 No price increases will be permitted during the first year of this Agreement All price decreases (for example, if CONTRACTOR offers lower prices to another governmental entity) will automatically be extended to the COUNTY. The COUNTY requires written proof satisfactory to COUNTY of cost increases prior to any approved price adjustment After the first year of the award, a minimum of 30 -days advance notice in writing is required to be considered and approved by COUNTY. No retroactive price adjustments will be considered Any price increases must be stated in a written amendment to this Agreement The net dollar amount of profit will remain firm during the period of the Agreement Annual increases shall not exceed the Consumer Price Index- All Consumers, All Items - Greater Los Angeles, Riverside and Orange County areas in system and conventional fumiture including design and installation services and be subject to satisfactory performance review by the COUNTY and approved (if needed) for budget finding by the Board of Supervisors. 33 CONTRACTOR shall be paid only in accordance with an invoice submitted to COUNTY by CONTRACTOR and COUNTY shall pay the invoice within thirty (30) calendar days from the date of receipt of an accurate invoice. Prompt navment discount as described in Exhibits A and B shall apply to all orders. Payment shall be made to CONTRACTOR only after services have been rendered or delivery of materials or products, and acceptance has been made by COUNTY through a signed POD (Proof of Delivery). For this Agreement, sand the original invoices to: RIVERSIDE COUNTY PURCHASING AND FLEET' SERVICES 2980 Washington St Riverside, Ca 92504 a) Each invoice shall contain a minimum of the following information: invoice number and date; remittance address; bill -to (should always be Purchasing and Fleet Services) and ship -to addresses of ordering department/division; agreement number (#RIVCO- 93145- 006- 12/10); PO number, quote number, payment terms, quantities; item descriptions, unit prices, extensions, sales/use tax if applicable, and an invoice total. b) In accordance with California Government Code Section 926.10, COUNTY is not allowed to pay excess interest and late charges. 3A The COUNTY obligation for payment of this Agreement beyond the current fiscal year end is contingent upon and limited by the availability of COUNTY funding from which payment can be made. No legal liability on the part of the COUNTY shall arise for payment beyond June 30 of each calendar year unless funds are made available for such payment. In the event that such funds are not forthcoming for any reason, COUNTY shall immediately notify CONTRACTOR in writing; and this Agreement shall be deemed terminated and have no further force and effect RFP #PUARC -997 Page 4 of 30 Contract ID #RIVCO- 93145- 006 -12/10 4. Alteration or Chanees to the Agreement 4.1 The Board of Supervisors and the COUNTY Purchasing Agent and/or his designee are the only authorized COUNTY representatives who may at any time, by written order, make alterations to this Agreement. If any such alteration causes an increase or decrease in the cost of, or the time required for the performance under this Agreement, an equitable adjustment shall be made in the Agreement price or delivery schedule, or both, and the Agreement shall be modified by written amendment accordingly. 4.2 Any claim by the CONTRACTOR for additional payment related to this Agreement shall be made in writing by the CONTRACTOR within 30 days of when the CONTRACTOR has or should have notice of any actual or claimed change in the work which results in additional and unanticipated cost to the CONTRACTOR. If the COUNTY Purchasing Agent decides that the facts provide sufficient justification, he may authorize additional payment to the CONTRACTOR pursuant to the claim. Nothing in this section shall excuse the CONTRACTOR from proceeding with performance of the Agreement even if there has been a change. 5. Termination 5.1. COUNTY may terminate this Agreement without cause upon 30 days written notice served upon the CONTRACTOR stating the extent and effective date of termination. 5.2 COUNTY may, upon five (5) days written notice, terminate this Agreement for CONTRACTOR's default, if CONTRACTOR refuses or fails to comply with the terms of this Agreement, Refuses or fails to comply with all provisions stated in Exhibit A (RFP #PUARC -997 including Addendums 1 and 2) or fails to make progress so as to endanger performance and does not immediately cure such failure. In the event of such termination, the COUNTY may proceed with the work in any manner deemed proper by COUNTY. 5.3 After receipt of the notice of termination, CONTRACTOR shall: (a) Stop all work under this Agreement on the date specified in the notice of termination; and (b) Transfer to COUNTY and deliver in the manner as directed by COUNTY any materials, reports or other products which, if the Agreement had been completed or continued, would have been required to be famished to COUNTY. 5.4 After termination, COUNTY shall make payment only for CONTRACTOR's performance up to the date of termination in accordance with this Agreement and at the rates set forth in Exhibit B. RFP #PUARC -997 Page 5 of 30 Contract ID #RIVCO- 93145- 006 -12/10 5.5 CONTRACTOR's rights under this Agreement shall terminate (except for fees accrued prior to the date of termination) upon dishonesty or a willful or material breach of this Agreement by CONTRACTOR; or in the event of CONTRACTOR's unwillingness or inability for any reason whatsoever to perform the terms of this Agreement. In such event, CONTRACTOR shall not be entitled to any further compensation under this Agreement. 5.6 The rights and remedies of COUNTY provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or this Agreement. 6. Ownersbio/Use of Contract Materials and Products The CONTRACTOR agrees that all materials, reports or products in any form, including electronic, created by CONTRACTOR for which CONTRACTOR has been compensated by COUNTY pursuant to this Agreement shall be the sole property of the COUNTY; and may be used by the COUNTY for any purpose COUNTY deems to be appropriate, including, but not limit to, duplication and/or distribution within the COUNTY or to third parties. CONTRACTOR agrees not to release or circulate in whole or part such materials, reports or products without prior written authorization of the COUNTY. 7. Conduct of Contractor 7.1 The CONTRACTOR covenants that it presently has no interest, including, but not limited to, other projects or contracts, and shall not acquire any such interest, direct or indirect, which would conflict in any manner or degree with CONTRACTOR's performance under this Agreement. The CONTRACTOR further covenants that no person or subcontractor having any such interest shall be employed or retained by CONTRACTOR under this Agreement. The CONTRACTOR agrees to inform the COUNTY of all the CONTRACTOR's interests, if any, which are or may be perceived as incompatible with the COUNTY's interests. 7.2 The CONTRACTOR shall not, under circumstances which could be interpreted as an attempt to influence the recipient in the conduct of his/her duties, accept any gratuity or special favor from individuals or firms with whom the CONTRACTOR is doing business or proposing to do business, in accomplishing the work under this Agreement. 73 The CONTRACTOR or its employees shall not offer gifts, gratuity, favors, and entertainment directly or indirectly to COUNTY employees. RFP #PUARC -997 Page 6 of 30 Contract ID #RIVCO- 93145- 006 -12/10 8. Inspection of Service; Quality Control/Assurance 8.1 All performance (which includes services, workmanship, materials, supplies and equipment furnished or utilized in the performance of this Agreement) shall be subject to inspection and test by the COUNTY or other regulatory agencies at all times. The CONTRACTOR shall provide adequate cooperation to any inspector or other COUNTY representative to permit him/her to determine the CONTRACTOR's conformity with the terms of this Agreement. If any services performed or products provided by CONTRACTOR are not in conformance with the terms of this Agreement, the COUNTY shall have the right to require the CONTRACTOR to perform the services or provide the products in conformance with the terms of the Agreement at no additional cost to the COUNTY. When the services to be performed or the products to be provided are of such nature that the difference cannot be corrected, the COUNTY shall have the right to: (1) require the CONTRACTOR immediately to take all necessary steps to ensure future performance in conformity with the terms of the Agreement; and/or (2) reduce the Agreement price to reflect the reduced value of the services performed or products provided - The COUNTY may also terminate this Agreement for default and charge to CONTRACTOR any costs incurred by the COUNTY because of the CONTRACTOR's failure to perform. 8.2 CONTRACTOR shall establish adequate procedures for self- monitoring and quality control and assurance to ensure proper performance under this Agreement; and shall permit a COUNTY representative or other regulatory official to monitor, assess or evaluate CONTRACTOR's performance under this Agreement at any time upon reasonable notice to CONTRACTOR. 9. Independent Contractor The CONTRACTOR is, for purposes relating to this Agreement, an independent contractor and shall not be deemed an employee of the COUNTY. It is expressly understood and agreed that the CONTRACTOR (including its employees, agents and subcontractors) shall in no event be entitled to any benefits to which COUNTY employees are entitled, including but not limited to overtime, any retirement benefits, worker's compensation benefits, and injury leave or other leave benefits. There shall be no employer - employee relationship between the parties; and CONTRACTOR shall hold COUNTY harmless from any and all claims that may be made against COUNTY based upon any contention by a third party that an employer - employee relationship exists by reason of this Agreement. It is finther understood and agreed by the parties that CONTRACTOR in the performance of this Agreement is subject to the control or direction of COUNTY merely as to the results to be accomplished and not as to the means and methods for accomplishing the results. RFP #PUARC -997 Page 7 of 30 Contract ID #RIVCO- 93145- 006 -12110 10. Subcontract for Work or Services No contract shall be made by the CONTRACTOR with any other party for furnishing any of the work or services under this Agreement without the prior written approval of the COUNTY; but this provision shall not require the approval of contracts of employment between the CONTRACTOR and personnel assigned under this Agreement, or for parties named in the proposal and agreed to under this Agreement. 11. Disputes 11.1 The parties shall attempt to resolve any disputes amicably at the working level. If that is not successful, the dispute shall be referred to the senior management of the parties. Any dispute relating to this Agreement which is not resolved by the parties shall be decided by the COUNTY's Purchasing Department's Compliance Contract Officer who shall furnish the decision in writing. The decision of the COUNTY's Compliance Contract Officer shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, capricious, arbitrary, or so grossly erroneous as necessarily to imply bad faith. The CONTRACTOR shall proceed diligently with the performance of this Agreement pending the resolution of a dispute. 11.2 Prior to the filing of any legal action related to this Agreement, the parties shall be obligated to attend a mediation session in Riverside County before a neutral third party mediator. A second mediation session shall be required if the first session is not successful. The parties shall share the cost of the mediations. 12. Licensinz and Permits CONTRACTOR shall comply with all State or other licensing requirements, including but not limited to the provisions of Chapter 9 of Division 3 of the Business and Professions Code. All licensing requirements shall be met at the time proposals are submitted to the COUNTY. CONTRACTOR warrants that it has all necessary permits, approvals, certificates, waivers and exemptions necessary for performance of this Agreement as required by the laws and regulations of the United States, the State of California, the County of Riverside and all other governmental agencies with jurisdiction, and shall maintain these throughout the term of this Agreement. RFP #PUARC -997 Page 8 of 30 Contract ID #RIVCO- 93145- 006 -12/10 13. Use By Other Political Entities The CONTRACTOR agrees to extend the same pricing, terms and conditions as stated in this Agreement to each and every political entity, special district, and related non -profit entity in Riverside County. It is understood that other entities shall make purchases in their own name, make direct payment, and be liable directly to the CONTRACTOR; and COUNTY shall in no way be responsible to CONTRACTOR for other entities' purchases. 14. Non - Discrimination CONTRACTOR shall not be discriminate in the provision of services, allocation of benefits, accommodation in facilities, or employment of personnel on the basis of ethnic group identification, race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status or sex in the performance of this Agreement; and, to the extent they shall be found to be applicable hereto, shall comply with the provisions of the California Fair Employment and Housing Act (Gov. Code 12900 et. seq), the Federal Civil Rights Act of 1964 (P.L. 88 -352), the Americans with Disabilities Act of 1990 (42 U.S.C. 51210 et seq.) and all other applicable laws or regulations. 15. Records and Documents CONTRACTOR shall make available, upon written request by any duly authorized Federal, State or COUNTY agency, a copy of this Agreement and such books, documents and records as are necessary to certify the nature and extent of the CONTRACTOR's costs related to this Agreement. All such books, documents and records shall be maintained by CONTRACTOR for at least five years following termination of this Agreement and be available for audit by the COUNTY. CONTRACTOR shall provide to the COUNTY reports and information related to this Agreement as requested by COUNTY. 16. Confidentiality 16.1 The CONTRACTOR shall not use for personal gain or make other improper use of privileged or confidential information which is acquired in connection with this Agreement. The term "privileged or confidential information" includes but is not limited to: unpublished or sensitive technological or scientific information; medical, personnel, or security records; anticipated material requirements or pricing/purchasing actions; COUNTY information or data which is not subject to public disclosure; COUNTY operational procedures; and knowledge of selection of contractors, subcontractors or suppliers in advance of official announcement. RFP #PUARC -997 Page 9 of 30 Contract ID ##RIVCO- 93145- 006 -12110 16.2 The CONTRACTOR shall protect from unauthorized disclosure names and other identifying information concerning persons receiving services pursuant to this Agreement, except for general statistical information not identifying any person. The CONTRACTOR shall not use such information for any purpose other than carrying out the CONTRACTOR's obligations under this Agreement. The CONTRACTOR shall promptly transmit to the COUNTY all third party requests for disclosure of such information. The CONTRACTOR shall not disclose, except as otherwise specifically permitted by this Agreement or authorized in advance in writing by the COUNTY, any such information to anyone other than the COUNTY. For purposes of this paragraph, identity shall include, but not be limited to, name, identifying number, symbol, or other identifying particular assigned to the individual, such as finger or voice print or a photograph. 16.3 The CONTRACTOR is subject to and shall operate in compliance with all relevant requirements contained in the Health Insurance Portability and Accountability Act of 1996 (HIPAA), Public Law 104191, enacted August 21, 1996, and the related laws and regulations promulgated subsequent thereto. 17. Administration/Contract Liaison The COUNTY Purchasing Agent, or designee, shall administer this Agreement on behalf of the COUNTY. The Purchasing Department is to serve as the liaison with CONTRACTOR in connection with this Agreement. 18. Notices All correspondence and notices required or contemplated by this Agreement shall be delivered to the respective parties at the addresses set forth below and are deemed submitted two days after their deposit in the United States mail, postage prepaid: COUNTY OF RIVERSID E CONTRACTOR PURCHASING AND FLEET SERVICES G/M BUSINESS INTERIORS 2980 WASHINGTON ST 1099 W. LA CADENA DR RIVERSIDE, CA. 92504 RIVERSIDE, CA. 92501 RFP ##PUARC -997 Page 10 of 30 Contract ID #RIVCO- 93145- 006 -12/10 19. Force Maieure If either party is unable to comply with any provision of this Agreement due to causes beyond its reasonable control, and which could not have been reasonably anticipated, such as acts of God, acts of war, civil disorders, or other similar acts, such party shall not be held liable for such failure to comply. 20. EDD Reoortine Requirements In order to comply with child support enforcement requirements of the State of California, the COUNTY may be required to submit a Report of Independent Contractor(s) form DE 542 to the Employment Development Department. The CONTRACTOR agrees to famish the required data and certifications to the COUNTY within 10 days of notification of award of Agreement when required by the EDD. This data will be transmitted to governmental agencies charged with the establishment and enforcement of child support orders. Failure of the CONTRACTOR to timely submit the data and/or certificates required may result in the contract being awarded to another contractor. In the event a contract has been issued, failure of the CONTRACTOR to comply with all federal and state reporting requirements for child support enforcement or to comply with all lawfully served Wage and Earnings Assignments Orders and Notices of Assignment shall constitute a material breach of Agreement. If CONTRACTOR has any questions concerning this reporting requirement, please call (916) 657 -0529. CONTRACTOR should also contact its local Employment Tax Customer Service Office listed in the telephone directory in the State Government section under "Employment Development Department' or access their Internet site at www.edd.ca.eov. 21. Hold Harniless/Indemnification 21.1 CONTRACTOR shall indemnify and hold harmless the County of Riverside, its Agencies, Districts, Special Districts and Departments, their respective directors, officers, Board of Supervisors, elected and appointed officials, employees, agents and representatives from any liability, claim, damage or action whatsoever, based or asserted upon any act or omission of CONTRACTOR, its officers, employees, subcontractors, agents or representatives arising out of or in any way relating to this Agreement, including but not limited to property damage, bodily injury, or death. CONTRACTOR shall defend, at its sole cost and expense, including but not limited to attorney fees, cost of investigation, defense and settlements or awards, the County of Riverside, its Agencies, Districts, Special Districts and Departments, their respective directors, officers, Board of Supervisors, elected and appointed officials, employees, agents and RFP #PUARC -997 Page 11 of 30 Contract ID #RIVCO- 93145 -006 -12/10 representatives in any such action or claim. With respect to any action or claim subject to indemnification herein by CONTRACTOR, CONTRACTOR shall, at its sole cost, have the right to use counsel of its own choice and shall have the right to adjust, settle, or compromise any such action or claim without the prior consent of COUNTY; provided, however, that any such adjustment, settlement or compromise in no manner whatsoever limits or circumscribes CONTRACTOR's indemnification of COUNTY. CONTRACTOR's obligations hereunder shall be satisfied when CONTRACTOR has provided to COUNTY the appropriate form of dismissal (or similar document) relieving the COUNTY from any liability for the action or claim involved. The specified insurance limits required in this Agreement shall in no way limit or circumscribe CONTRACTOR's obligations to indemnify and hold harmless the COUNTY. 21.2 In the event there is conflict between this clause and California Civil Code Section 2782, this clause shall be interpreted to comply with Civil Code 2782. Such interpretation shall not relieve the CONTRACTOR from indemnifying the COUNTY to the fullest extent allowed by law. 21.3 CONTRACTOR's indemnification obligations shall also apply to any action or claim regarding actual or alleged intellectual property infringement related to any material or product provided to COUNTY pursuant to this Agreement. In the event of any such action or claim, CONTRACTOR shall provide immediate notice to COUNTY of the action or claim. CONTRACTOR may defend or settle the action or claim as CONTRACTOR deems appropriate; however, CONTRACTOR shall be required to obtain for COUNTY the right to continue to use the material or product (or a similar non-infringing material or product with the same function) on terms identical to those stated in this Agreement. 22. Insurance Without limiting or diminishing the CONTRACTOR's obligation to indemnify or hold the COUNTY harmless, CONTRACTOR shall procure and maintain or cause to be maintained, at its sole cost and expense, the following insurance coverages during the term of this Agreement: 22.1 Workers' Compensation If the CONTRACTOR has employees as defined by the State of California, the CONTRACTOR shall maintain statutory Workers' Compensation Insurance (Coverage A) as prescribed by the laws of the State of California. Policy shall include Employers' Liability (Coverage B) including Occupational Disease with limits not less than $1,000,000 per person per accident. The policy shall be endorsed to waive subrogation in favor of the County of Riverside, and, if applicable, to provide a Borrowed Servant/Altemate Employer Endorsement. RFP #PUARC -997 Page 12 of 30 Contract ID #RIVCO- 93145- 006 -12/10 22.2 Commercial General Liability Commercial General Liability insurance coverage, including but not limited to, premises liability, contractual liability, products and completed operations liability, personal and advertising injury covering claims which may arise from or out of CONTRACTOR'S performance of its obligations hereunder. Policy shall name all Agencies, Districts, Special Districts, and Departments of the COUNTY of Riverside, their respective directors, officers, Board of Supervisors, employees, elected or appointed officials, agents or representatives as Additional Insureds. Policy's limit of liability shall not be less than $1,000,000 per occurrence combined single limit. If such insurance contains a general aggregate limit, it shall apply separately to this agreement or be no less than two (2) times the occurrence limit. 223 Vehicle Liability If vehicles or mobile equipment are used in the performance of the obligations under this Agreement, then CONTRACTOR shall maintain liability insurance for all owned, non -owned or hired vehicles so used in an amount not less than $1,000,000 per occurrence combined single limit If such insurance contains a general aggregate limit, it shall apply separately to this agreement or be no less than two (2) times the occurrence limit. Policy shall name all Agencies, Districts, Special Districts, and Departments of the COUNTY of Riverside, their respective directors, officers, Board of Supervisors, employees, elected or appointed officials, agents or representatives as Additional Insureds. 22.4 General Insurance Provisions - All lines a) Any insurance carrier providing insurance coverage hereunder shall be admitted to the State of California and have an A M BEST rating of not less than A: VIII (A:8) unless such requirements are waived, in writing, by the COUNTY Risk Manager. If the COUNTY's Risk Manager waives a requirement for a particular insurer such waiver is only valid for that specific insurer and only for one policy term. b) The CONTRACTOR must declare its insurance self - insured retentions. If such self - insured retentions exceed $500,000 per occurrence such retentions shall have the prior written consent of the County Risk Manager before the commencement of operations under this Agreement Upon notification of self insured retention unacceptable to the COUNTY, and at the election of the Country's Risk Manager, CONTRACTOR'S carriers shall either, 1) reduce or eliminate such self- insured retention as respects this Agreement with the COUNTY, or 2) procure a bond which guarantees payment of losses and related investigations, claims administration, and defense costs and expenses. C) CONTRACTOR shall cause CONTRACTOR'S insurance carrier(s) to furnish the COUNTY of Riverside with either 1) a properly executed original Certificate(s) of Insurance and certified original copies of Endorsements effecting coverage as required herein, or 2) if requested to do so orally or in writing RFP #PUARC -997 Page 13 of 30 Contract ID #RIVCO- 93145- 006 -12/10 by the COUNTY Risk Manager, provide original Certified copies of policies including all Endorsements and all attachments thereto, showing such insurance is in full force and effect. Further, said Certificate(s) and policies of insurance shall contain the covenant of the insurance carrier(s) that thirty (30) days written notice shall be given to the COUNTY of Riverside prior to any material modification, cancellation, expiration or reduction in coverage of such insurance. In the event of a material modification, cancellation, expiration, or reduction in coverage, this Agreement shall terminate forthwith, unless the COUNTY of Riverside receives, prior to such effective date, another properly executed original Certificate of Insurance and original copies of endorsements or certified original policies, including all endorsements and attachments thereto evidencing coverage's set forth herein and the insurance required herein is in full force and effect. CONTRACTOR shall not commence operations until the COUNTY has been furnished original Certificate (s) of Insurance and certified original copies of endorsements or policies of insurance including all endorsements and any and all other attachments as required in this Section. An individual authorized by the insurance carrier to do so on its behalf shall sign the original endorsements for each policy and the Certiflcate of Insurance. d) It is understood and agreed to by the parties hereto and the insurance company(s), that the Certificate(s) of Insurance and policies shall so covenant and shall be construed as primary insurance, and the COUNTY'S insurance and/or deductibles and/or self - insured retention's or self-insured programs shall not be construed as contributory. e) The COUNTY'S Reserved Rights— Insurance. If, during the term of this Agreement or any extension thereof, there is a material change in the scope of services; or, there is a material change in the equipment to be used in the performance of the scope of work (such as the use of aircraft or watercraft) the COUNTY reserves the right to adjust the types of insurance required under this Agreement and the monetary limits of liability for the insurance coverage's currently required herein, if; in the COUNTY Risk Manager's reasonable judgment, the amount or type of insurance carried by the CONTRACTOR has become inadequate. f) CONTRACTOR shall pass down the insurance obligations contained herein to all tiers of subcontractors working under this Agreement. g) The insurance requirements contained in this Agreement may be met with a program(s) of self- insurance acceptable to the COUNTY. RFP #PUARC -997 Page 14 of 30 Contract ID #RIVCO- 93 1 45- 006 -1 2/10 23. General 23.1 CONTRACTOR shall not delegate or assign any interest in this Agreement, whether by operation of law or otherwise, without the prior written consent of COUNTY. Any attempt to delegate or assign any interest herein shall be deemed void and of no force or effect. 23.2 Any waiver by COUNTY of any breach of any one or more of the terms of this Agreement shall not be construed to be a waiver of any subsequent or other breach of the same or of any other term of this Agreement. Failure on the part of COUNTY to require exact, full and complete compliance with any terms of this Agreement shall not be construed as in any manner changing the terms or preventing COUNTY from enforcement of the terms of this Agreement. 23.3 In the event the CONTRACTOR receives payment under this Agreement which is later disallowed by COUNTY for nonconformance with the terms of the Agreement, the CONTRACTOR shall promptly refund the disallowed amount to the COUNTY on request; or at its option the COUNTY may offset the amount disallowed from any payment due to the CONTRACTOR. 23.4 CONTRACTOR shall not provide partial delivery or shipment of services or products unless specifically stated in the Agreement. 23.5 CONTRACTOR shall not provide any services or products subject to any chattel mortgage or under a conditional sales contract or other agreement by which an interest is retained by a third party. The CONTRACTOR warrants that it has good title to all materials or products used by CONTRACTOR or provided to COUNTY pursuant to this Agreement, free from all liens, claims or encumbrances. 23.6 Nothing in this Agreement shall prohibit the COUNTY from acquiring the same type or equivalent equipment, products, materials or services from other sources, when deemed by the COUNTY to be in its best interest The COUN'T'Y reserves the right to purchase more or less than the quantities specified in this Agreement. 23.7 The COUNTY agrees to cooperate with the CONTRACTOR in the CONTRACTOR's performance under this Agreement, including, if stated in the Agreement, providing the CONTRACTOR with reasonable facilities and timely access to COUNTY data, information and personnel. 23.8 CONTRACTOR shall comply with all applicable Federal, State and local laws and regulations. CONTRACTOR will comply with all applicable COUNTY policies and procedures. In the event that there is a conflict between the various laws or regulations that may apply, the CONTRACTOR shall comply with the more restrictive law or regulation. 23.9 CONTRACTOR shall comply with all air pollution control, water pollution, safety and health ordinances, statutes or regulations which apply to performance under this Agreement RFP #PUARC -997 Page 15 of 30 Contract ID #RIVCO- 93 1 45- 006 -1 2/1 0 23.10 CONTRACTOR shall comply with all requirements of the Occupational Safety and Health Administration (OSHA) standards and codes as set forth by the U.S. Department of Labor and the State of California (Cal/OSHA). 23.11 This Agreement shall be governed by the laws of the State of California. Any legal action related to the performance or interpretation of this Agreement shall be filed only in the Superior Court of the State of California located in Riverside, California, and the parties waive any provision of law providing for a change of venue to another location. In the event any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. 23.12 This Agreement, including any attachments or exhibits, constitutes the entire Agreement of the parties with respect to its subject matter and supersedes all prior and contemporaneous representations, proposals, discussions and communications, whether oral or in writing. This Agreement may be changed or modified only by a written amendment signed by authorized representatives of both parties. COUNTY: PURCHASING AND FLEET SERVICES 2980 WASHINGTON ST CONTRACTOR: G/M BUSINESS INTERIORS 1099 W. LA CADENA DR. RIVERSIDE, CA. 92501 Q7- Signature: Ai 4n --?- � (Primary Contact) Print Name: "14114s, C s / �% J� (Primary Contact) Title: //1 %�/� �yiC�'f .Oftr M� //Mew Title: ✓ P 1<4o Dated: RFP #PUARC -997 Page 16 of 30 Dated: 'Iv "- Zo /,c Signature: — —7 (Authorized Contact, if other than Primary Contact) Print Name: Siw,,,,Kv / Fwsrry (Authorized Contact, if other than Primary Contact) Title: i�r�rr Contract ID #R1VCO- 93145- 006 -12/10 1 *;4'11:3YII� SEE RFP #PUARC -997, ADDENDUM #1 AND ADDENDUM #2 RFP #PUARC -997 Page 17 of 30 Contract ID #RNCO- 93145- 00612/10 EXHIBIT B PAYMENT PROVISIONS Cowry of Riveaide Request for Pmpoeal M PUAPr --M Purchasing & Flaet Serviws Closing Dam: 10/01/09 on or before 01:30 FM COST PROPOSAL SHEET (can't) All casts piloted shall be F.O.B delivered with applicable inks to shown separately: • The list price must remain in effect for the entire fnst period of the contract and the discount shall remain fpm • Vendor shall provide as part of bid package a full product listing including all applicable discounts. . *Based on prevailing wage DIR rates Installation of Product $ 39 /Hourly rate *Under no circumstance will the % of product cost exceed 4.75 % of List or 18.00% of Net Installation of Product: $ 49 maturity rate— (After Hours) **Under no circumstance will the % of product cost exceed 6.00 % on after boura/weekeuds/holidays Installation hours shall be Monday through Friday— 7:00am to 5:00pm Seating shall not incur a setup /installation charge when systems furniture Is being installed. Re- Configuration of Product: $ 39 /Hourly rate Mon. through Fri. 7:00 AM to 5:00 PM Re- Configuration of Product: $ 49 _/Hourly rate after hours, weekdays and holidays (A department requests some portion of furniture to be disassembled and re- installed for the County department). Design Fee: $ 45 /Hotly rate * ** ** *Under no circumstance will the % of product cost exceed % Design fee shall be inclusive of all space designs, job site inspections and final drawings. Prompt Pay Discount: 4% 20 /N 30 Days (3% 20 / Net 30 Days - Minimum Required) Storage Fee: $ 3.47 per bay /Daily rate Charge Is for one bay that is equal to 12' L x 4' D x 6' H Monthly charge per square foot - $ 220 Charge per bay per month = $ 105.60 This charges do not include additional handling at the request of the County, lust storage. 116-105 4/119/08 RFP Templam 1 rr RFP #PUARC -997 Page 18 of 30 Contract ID #RIVCO- 93145- 006 -12/10 County of Rivufidc R<pvsst for Propoml a PUARC -997 Purchasing i Fleet Scvim OmImg Dale: I Q V D09 oa a before 07:30 PM. COST PROPOSAL SHEET (con't) Vendor may ass as many shaafa u roeossarysnd must Imjudo s11 Products ltatod and mgeYW M this RFP. PLEASE LIST IN ORDER OF C.A4EGOW LISTED IN EXHIBfr C: 4) Systems Work t.[bns, 2) Fina- atantfi g SPrMb Office, 3) Sooting. MANUFACTURER CATEGORY BRAND LIST PRICE LIST PRICE DATE DISCOUNT Herman Miller 1 -system Action Office 1 72.00% Heenan Mina I- System Action Office 2 72.00% Herman Miller I-Systent Vivo 70.75% Herman Miller I- System EMospace 70.75% Herman Muter I-Systprn Abak 60.50% Herman Miller i-System MY Studio 46.00% Herman Miller I-System Prospects 72.75% Herman Miller 2- Freesfand Avive 62.00% Herman Muter 2- Freestand Sense Not Avail Yet Herman Miler 2- Freestand Maddan 5000 51.75% Herman Miller 2- Freestard Intent 69,50% Herman Miller 2- Freestand Vivo Freestand 70.75% Herman Miller 2- Freecterid Passaw 47.00% Herman Miller 2- Freestan i Ardo 66.00% Haman Miler 2- Freestand CLT Tables 42.00% Herman Miller 2- Freestand Eames Tables 69,50% Herman Miller 2- FreestaM Ergo Comp Ftrn 6725% Herman Miller 2- FraesMnd Intersect Portfolio 50.00% Haman Miller 3-Seating Anon 5200% Haman Miller Ambl 53.50% Haman Miller Aside 52.DD% Haman Miller 51.00% Herman Miller 3-Seafing Calls 51,50% Herman Miller 3-Sesting Celeste 45.00% Herman Miller 3-Swiling Classical 45.00% Haman Miller 3,Rud Eames Alum Sp,Op% Haman Miller 3-Seafing Eames Shell 49.50% Herman Miller Embody 44,50% Herman Miller 3-Seating Equ&2 57.75% Herman Miller 3-seating 63.00% Herman Miller 3-Se International 49.50% Hartman Miller 3-Seafing Limerick 52,00% Herman Miller 3-Seating Mira 52,00% Herman Miller 3- Seating Reaction 53,OD% Herman Miller 3-Seating Seal 44,75% 116 -105 4MY08 RFP TwVWe G/M Business Interiors 115 RFP t/PUARC -997 Page 19 of 30 Contract ID #RNCO- 93145- 006 -12/10 CowlorRhevi4 Aagam I'm Prcpa aPUARCAV! R6.8C F"Srv= Cbe v wm bera. 0130 P.M. COSTPROPOSAL SHEET(DWt) At meb auotwl e1Wl b&fD.B. dabMW Wah sdolluble."in tax ehewn eeeawteN Vendor may. se ae mwWvheeb as neaskawy mW past tndude en W.64 hated endm lukW by dts RFP. PLOWE 1137 N ORDER OR CANEOORY IJSM IN EXH IBR C: 1) ayslems Workatmti .2) FraeeamM➢ S Pdveb 011be, 3) Seating. MANUFACTURER CATEGORY BRAND L19T PRICE LIST PRICE DATE DISCOUNT Henan Mier I-Systern caSbuc Heam 38.75% Herrmw Mier 1 m Tedilee 89.50% Herman Miler 1 m Lightiria 71.71% Herman Miler 1 -syswm Be CosecbDn 61.00% Heenan Mftr I-Sysism Aocessodes 70.75% Hamlen MDler 1 Overhead 70.75% Herman Miler I-Svswm Emray Diet 71.71% Hamm Mier IS yswm Rawl" - 8150% Flertnen War 2- FreaataM Merlon Pods 53.75% Hemlen Miler 2- Freestend MerMlsn SbrW 54.50% Hennes Mir 2- Fmstw,4 MwWlan Twee 5450% Hannan Mir 2- FrawtwW Mandan Ved Flke 60.OD% Hannan Mir 2- Freestand Medr9en Lateral 60.00% Hannan Mier 2- FrsesWW Quadrat B Pads 72.75% Hearn Miler 2- FrsestarM OuedroM F Peds 72.75% Hannan Meer 2- Fosswld QuadrsM B tats 48.50% Herman MMr 2- Freesbnd Quedrant F Lab 48.50% Hannan Miler 2- Freast" Taneo Storage 432.5% Hannan Miser 2 -From and TU Pedestals 86.6D% Hennes Miser 2- Freerard TU Laterals 66.50% Hansen Mlser 2- Frxamrk TU Storage 6650% Herman Miler 2- Fr"sW4 TU Towers 66." Hen Miller 2-Freest" Carta Heash 38.75% Hemlen MBr 2- Fra9etaM Casework Hae6h 38.75% Herron Mar 2- FreestaW Carts SS Haenh 38.75% Hermeri Mir 2- FnsaNnd Action Lab 36.76% Herman Mier 2- Freeeterd Q -Tables 65.00% 116 -105 Its RFP #PUARC -997 Page 20 of 30 Contract ID #RIVCO- 93145- 006 -12/10 Cauory of Itivanide Regma far Proponl A PUARC497 P.rdmi g a Meer S.-A. Croeloa Date: I0/0IA9 ov or bviue OIJ0 P.WL IM Vendor may "a ee MANUFACTURER Acne MFG Age Allannuir American Fum Sys Anekrme Appenx Arcadia Aurora Baker Bernhardt Bredord (Lbrary) Bretlord (HIA) Campbell Coat ect Cemllra CMd7Greasco Couna Contract Cramer Creative Wood Davis Egan Teamboard Egan Visual ERG Fire -King First Office Fo +Surreces Geiger Gunlocke Hlllvad HON Casegoodt Howe Hunanscals Erpon Ideae at Work Inta9aspece ISE Ergonomics Jorco KIIKA Korden Krueger Intl Krug Kvnk -File 1) Systema required by Me RFP. CATEGORY BRAND LIST PRICE LIST PRICE DATE DISCOUNT 2- Freestard 40.75% 2- Freestand 28.76% 2- Freestand 36.50% 2- Freestsnd 49.00% 2- Freestard 5625% 2- Freestand 5625% 2- Freestend 50.00% 2- Freestand 31.88 2- Freestand 61.50% 2- Freestand 36.00% 2- Freeatand 44.68% 2- Free3tard 50.08% 2- Freestend 36.00% 2- Freestend 50.00% 2- Freestand QUOTE 2- Freestand 35.00% 2- Freestand 4228% 2- Freest" 36.04% 2- Freastand 43.60% 2- Freestand 12.3096 2- Freestand 43.60% _ 2- FreestaM 29.75% 2- Freest" 44.90% 2- Freeatand 49.60% 2- Freestand QUOTE 2- Freestand 43.00% 2- Freestand 54.75% 2- Freestand 4930% 2- Freesfmd 54.10% 2- Freestand 39.94% 2- Freestand 59.00% 2- Freastand 60.30% 2- Freestand 50.18% 2- Freestand 42.80% 2- Freestand 48.00% 2- Freestand 48.62% 2- Freestand 45.14% 2- Freestand 46.40% 2- Freest3nd 48.10% 2- Freeetand 47.00% RFP #PUARC -997 Page 21 of 30 Contract ID #RNCO- 93145- 006 -12/10 Cowry ofRiwoide Reryw for Proposal 9 PUARCA97 Parobmina G Fbru Service Cbma Date: MUM on m bafizc 0130 PM. COST PROPOSAL SHEET #vv t) Vendor may use a many *twat as sroaaoar4 and mua imp"a 411 prepuUs 1Wtad and required by this RFP. P.LEASEU T IN Or1GESIR OF CAMOOPYiIST 4111.✓<.1fNIBG Q. MANUFACTURER Falcon Group Leland UpMCorp Meprwson Wilk Markmn Martin Bratnud Maverick Mayline McMurray Siam Moduforn Netsonal Norix Nuoraft OFS Omnl -PedSc Paoy Paler Pepper Richelieu RW -Time. 2 Selman SCA Walla Source Intl Spacesavar Surfaoe Works Take Form Taylor Versteel Watson Deskinp West Coest Intl Western Pacific WonOtte CATEGORY BRAND LIST PRICE LIST PRICE DATE DISCOUNT 2- Freestand 46.40% 2- Freestand 31175% 2- Freestand 51.75% 2- Freesfand 32.40% 2- Freestand 40.75% 2- Freesland 47.00% 2- Freestand 4230% 2- Freestand - 55.50% 2- Freestand 31.36% 2- Freestand QUOTE 2- Freesland 37.60% 2- Freealend 55.10% 2 -Frees arld 37.60% 2- Freestand 43.85% 2- FreesWnd 50.609'. 2-Freesfan4 38.60% 2- Freestand 53.20% 2- Free3<end 44.27% 2- Freestand 46.06% 2- Freestand 4280% 2- Freestand 43.00% 2- Freestand 5625% 2- Freestand 43.&5% 2- Freestand QUOTE 2- Freest" 43.85% 2- Freestand QUOTE 2-Fn111e5tuld 51.20% 2- Freestand 47.00% 2- Freeetand 46.00% 2- FreesNnd 41.35% 2- Freestand 33.45% 2- Freestand 43.85% RFP #PUARC -997 Page 22 of 30 Contract ID #RIVC0.93145- 006 -12/10 County ofRiveeide F-wwat for Prapoml a PUARC-M Purdwsue & Pket Servim Clmial Drtr 10/01/09 m or before 0130 Pfd. Vendor may use MANUFACTURER Agati Albnnutr Allseeling Arcadia AUQ W Bernhardt Brendrud Bretrord (HMI) Cabot W rann Campbell Contract Cape Contract .Cardfna Chanyrrten Councill Contract DaupNn Davis ECD Fast Ol6ce FomreiSurlaces Geiger Gudoc9e HAG Harter Higlvnark HON Seating Humanscals Seating ISE Ergonomics lay Design Jofcc Jordan (Krug) Krueger lrel Klug Encore ERG Exemais Falcon Group Fixtures C(WT PROPOSAL S) EET4.ocn't) 1) $"USE. by Oft RFP. CATEGORY BRAND LIST PRICE LIST PRICE DATE DISCOUNT 3-Sewing 28.76% 3-5ea6n g 36.50% 3-Seaft 51.80% S0.DD% 3-Seatina 36.50% 3-Seaft 38.00% 3-Sealing 44.88% 3'seating 50.08% 3-Sealing 35.50% 3-Seating 35.00% 3-Sealing 35.00% 3,Saafing 50.00% 3Zeating 62.10% 3 -Seals 35:00% 3-Se 4325% 3-Seallng 43.60% 3,%a 56.10% 3-Seating 49.60% 3-Seating QUOTE $-Seating 43.00% 3-Seating 3-Sesting 54.75% 3-Swft 49.90% 44.90% 5240% 54.10% $6mUng 44.30% 3-Sealliv 42.80% 3-Soating 49.90% 3-Sealing 48.00% 3-S 46.40% 3-Seating 48.40% 3-Seating 48.10% 3-Seating 51.20% 3-Seating 29.75% 3-Sealing 46.409'0 3-Seefing 46.40% 3-Seating 47.40% RFP #PUARC -997 Page 23 of 30 Contract ID #RNCO- 93145- 006 -12/10 Cwwya('R,caidc Cimint mP INdlMw �ac IARC- . sarchnungR Savior COST PROPOSAL Vendor may we as m8nyal "t; ere pecisarympi! mirikinblGdi ,ellyroeurJs]iated.�iid rpuired by this RFP. MANUFACTURER Leland Loewenstein Malik Merlin 6raW W MayNne Maluronn Nalimal NemechoR Niankampar Nodx OFS Pwl Patricia Sandler Sit on n Spec Furniture Wax vereteel vte Vim Wieland Zoom Sealing RFP #PUARC -997 Page 24 of 30 I' " ' I®' _ - - - -__ mm -, - - -®;- ME - -- - - -� - -- mmm -- mmm� RFP #PUARC -997 Page 24 of 30 Contract ID #RIVCO- 93145 -006 -12/10 Attachment I HIPAA Business Associate Addendum to the Agreement Between the County of Riverside and G/M BUSINESS INTERIORS This HIPAA Business Associate Agreement Addendum ( "Addendum') supplements, and is made part of the Agreement for Services (the "Underlying Agreement ") between the COUNTY OF RIVERSIDE ( "County") and G/M BUSINESS INTERIORS ( "Contractor ") as of the date of approval by both parties (JANUARY 1, 2010). RECITALS WHEREAS, County and Contractor entered into the Underlying Agreement pursuant to which Contractor provides services to County, and in conjunction with the provision of such services certain Protected Health Information ( "PHP') and /or certain electronic Protected Health Information (ePHI) may be made available to Contractor for the purposes of carrying out its obligations under the Underlying Agreement; and, WHEREAS, the provisions of the Health Insurance Portability and Accountability Act, Pub. L. No. 104 -161 of 1996 ( "HIPAA'), more specifically the regulations found at Title 45, CFR, Parts 160 and 164 (the "Privacy Rule ") and/or Part 162 (the "Security Rule "), as may be amended from time to time, which are applicable to the protection of any disclosure.of PHI and /or ePHI pursuant to the Underlying Agreement; and, WHEREAS, County is a Covered Entity, as defined in the Privacy Rule; and, WHEREAS, Contractor, when a recipient of PHI and/or ePHI from County, is a Business Associate as defined in the Privacy Rule; and, WHEREAS, the parties agree that any disclosure or use of PHI and/or ePHI be in compliance with the Privacy Rule, Security Rule, or other applicable law; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the Parties agree as follows: 1. Definitions. Unless otherwise provided in this Addendum, capitalized terms shall have the same meanings as set forth in the Privacy Rule and/or Security Rule, as may be amended from time to time. 2. Scone of Use and Disclosure by Contractor of County Disclosed PHI and/or ePHI A. Contractor shall be permitted to use PHI and/or ePHI disclosed to it by the County: (1) On behalf of the County, or to provide services to the County for the purposes contained herein, if such use or disclosure would not violate the Privacy Rule and/or Security Rule; (2) As necessary to perform any and all of its obligations under the Underlying Agreement. RFP #PUARC -997 Page 25 of 30 Contract ID #RIVCO- 93145- 006 -12/10 B. Unless otherwise limited herein, in addition to any other uses and/or disclosures permitted or authorized by this Addendum or required by law, Contractor may: (1) Use the PHI and/or ePHI in its possession for its proper management and administration and to fulfill any legal obligations. (2) Disclose the PHI and/or ePHI in its possession to a third party for the purpose of Contractor's proper management and administration or to fulfill any legal responsibilities of Contractor. Contractor may disclose PHI and/or ePHI as necessary for Contractor's operations only if: (a) The disclosure is required by law; or (b) Contractor obtains written assurances from any person or organization to which Contractor will disclose such PHI and/or ePHI that the person or organization will: (i) Hold such PHI and/or ePHI in confidence and use or further disclose it only for the purpose of which Contractor disclosed it to the third party, or as required by law; and, (ii) The third party will notify Contractor of any instances of which it becomes aware in which the confidentiality of the information has been breached. (3) Aggregate the PHI and/or ePHI aggregate the PHI and/or ePHI with that of other data for the purpose of providing County with data analyses related to the Underlying Agreement, or any other purpose, financial or otherwise, as requested by County. (4) Not disclose PHI and/or ePHI disclosed to Contractor by County not authorized by the Underlying Agreement or this Addendum without patient authorization or de- identification of the PHI and/or ePHI as authorized in writing by County. (5) De- identify any and all PHI and/or ePHI of County received by Contractor under this Addendum provided that the de- identification conforms to the requirements of the Privacy Rule and/or Security Rule and does not preclude timely payment and/or claims processing and receipt. C. Contractor agrees that it will neither use nor disclose PHI and/or ePHI it receives from County or from another business associate of County, except as permitted or required by this Addendum, or as required by law, or as otherwise permitted by law. D. Notwithstanding the foregoing, in any instance where applicable state and/or federal laws and/or regulations are stricter in their requirements than the provisions of HIPAA and prohibit the disclosure of mental health, and/or substance abuse records, the applicable state and/or federal laws and/or regulations shall control the disclosure of records. 3. Obligations of County. RFP #PUARC -997 Page 26 of 30 Contract ID #RNCO- 93145- 006 -12/10 A. County agrees that it will make its best efforts to promptly notify Contractor in writing of any restrictions on the use and disclosure of PHI and/or ePHI agreed to by County that may affect Contractor's ability to perform its obligations under the Underlying Agreement, or this Addendum. B. County agrees that it will make its best efforts to promptly notify Contractor in writing of any changes in, or revocation of, permission by any Individual to use or disclose PHI and/or ePHI, if such changes or revocation may affect Contractor's ability to perform its obligations under the Underlying Agreement, or this Addendum. C. County agrees to make its best efforts to promptly notify Contractor in writing of any known hmitation(s) in its notice of privacy practices to the extent that such limitation may affect Contractor's use of disclosure of PHI and/or ePHI. D. County shall not request Contractor to use or disclose PHI and/or ePHI in any manner that would not be permissible under the Privacy Rule and/or Security Rule. E. County will obtain any authorizations necessary for the use or disclosure of PHI and/or ePHI, so that Contractor can perform its obligations under this Addendum and/or the Underlying Agreement. 4. Obligations of Contractor. In connection with its use of PHI and/or ePHI disclosed by County to Contractor, Contractor agrees to: A. Use or disclose PHI and/or ePHI only as permitted or required by this Addendum or as required by law. B. Use reasonable and appropriate safeguards to prevent use or disclosure of PHI and/or ePHI other than as provided for by this Addendum. C. To the extent practicable, mitigate any harmful effect that is known to Contractor of a use or disclosure of PHI and/or ePHI by Contractor in violation of this Addendum. D. Report to County any use or disclosure of PHI and/or ePHI not provided for by this Addendum of which Contractor becomes aware. E. Require sub - contractors or agents to whom Contractor provides PHI and/or ePHI to agree to the same restrictions and conditions that apply to Contractor pursuant to this Addendum. F. Use appropriate administrative, technical and physical safeguards to prevent inappropriate use or disclosure of PHI and/or ePHI created or received for or from the County. G. Obtain and maintain knowledge of the applicable laws and regulations related to HIPAA, as may be amended from time to time. Access to PHI. Amendment and Disclosure Accounting. Contractor agrees to: A. Provide access, at the request of County, within five (5) days, to PHI in a Designated Record Set, to the County, or to an Individual as directed by the County. RFP #PUARC -997 Page 27 of 30 Contract ID #RIVCO- 93 1 45 -006 -1 2/1 0 B. To make any amendment(s) to PHI in a Designated Record Set that the County directs or agrees to at the request of County or an Individual within sixty (60) days of the request of County. C. To assist the County in meeting its disclosure accounting under HIPAA: (1) Contractor agrees to document such disclosures of PHI and information related to such disclosures as would be required for the County to respond to a request by an Individual for an accounting of disclosures of PHI. (2) Contractor agrees to provide to County or an Individual, within sixty (60) days, information collected in accordance with this section to permit the County to respond to a request by an Individual for an accounting of disclosures of PHI. (3) Contractor shall have available for the County the information required by this section for the six (6) years preceding the County's request for information (except the Contractor need have no information for disclosures occurring before April 14, 2003). D. Make available to the County, or to the Secretary of Health and Human Services, Contractor's internal practices, books and records relating to the use of and disclosure of PHI for purposes of determining Contractor's compliance with the Privacy Rule, subject to any applicable legal restrictions. E. Within thirty (30) days of receiving a written request from County, make available any and all information necessary for County to make an accounting of disclosures of County PHI by Contractor. F. Within thirty (30) days of receiving a written request from County, incorporate any amendments or corrections to the PHI in accordance with the Privacy Rule in the event that the PHI in Contractor's possession constitutes a Designated Record Set. G. Not make any disclosure of PHI that County would be prohibited from making. 6. Access to ePHI, Amendment and Disclosure Accountin¢. In the event contractor needs to create or have access to County ePHI, Contractor agrees to: A. Implement and maintain reasonable and appropriate administrative, physical, and technical safeguards to protect the confidentiality o1, the integrity of, the availability of, and authorized persons' accessibility to, County ePHI as applicable under the terms and conditions of the Underlying Agreement. The ePHI shall include that which the Contractor may create, receive, maintain, or transmit on behalf of the County. B. Ensure that any agent, including a subcontractor, to whom Contractor provides ePHI agrees to implement reasonable and appropriated safeguards. C. Report to County any security incident of which Contractor becomes aware that concerns County ePHI. 7. Term and Termination. RFP #PUARC -997 Page 28 of 30 Contract ID #RNCO- 93145- 006 -12/10 A. Term — this Addendum shall commence upon the Effective Date and terminate upon the termination of the Underlying Agreement, except as terminated by County as provided herein. B. Termination for Breach — County may terminate this Addendum, effective immediately, without cause, if County, in its sole discretion, determines that Contractor has breached a material provision of this Addendum. Alternatively, County may choose to provide Contractor with notice of the existence of an alleged material breach and afford Contractor with an opportunity to cure the alleged material breach. In the event Contractor fails to cure the breach to the satisfaction of County in a timely manner, County reserves the right to immediately terminate this Addendum. C. Effect of Termination — upon termination of this Addendum, for any reason, Contractor shall return or destroy all PHI and/or ePHI received from the County, or created or received by Contractor on behalf of County, and, in the event of destruction, Contractor shall certify such destruction, in writing, to County. This provision shall apply to all PHI and/or ePHI which is in possession of subcontractors or agents of Contractor. Contractor shall retain no copies of the PHI and/or ePHI. D. Destruction not Feasible — in the event that Contractor determines that returning or destroying the PHI and/or ePHI is not feasible, Contractor shall provide written notification to County of the conditions which make such return or destruction not feasible. Upon determination by Contractor that return or destruction of PHI is not feasible, Contractor shall extend the protections of this Addendum to such PHI and/or ePHI and limit further uses and disclosures of such PHI and/or ePHI to those purposes which make the return or destruction not feasible, for so long as Contractor maintains such PHI and/or ePHI. 8. Hold Harmless/Indemnification A. Contractor shall indemnify and hold harmless all Agencies, Districts, Special Districts and Departments of the County, their respective directors, officers, Board of Supervisors, elected and appointed officials, employees, agents and representatives from any liability whatsoever, based or asserted upon any services of Contractor, its officers, employees, subcontractors, agents or representatives arising out of or in any way relating to this Addendum, including but not limited to property damage, bodily injury, or death or any other element of any kind or nature whatsoever including fines, penalties or any other costs and resulting from any reason whatsoever arising from the performance of Contractor, its officers, agents, employees, subcontractors, agents or representatives from this Addendum. Contractor shall defend, at its sole expense, all costs and fees including but not limited to attorney fees, cost of investigation, defense and settlements or awards all Agencies, Districts, Special Districts and Departments of the County, their respective directors, officers, Board of Supervisors, elected and appointed officials, employees, agents and representatives in any claim or action based upon such alleged acts or omissions. B. With respect to any action or claim subject to indemnification herein by Contractor, Contractor shall, at their sole cost, have the right to use counsel of their choice, subject to the approval of County, which shall not be unreasonably withheld, and shall have the right to adjust, settle, or compromise any such action or claim without the prior consent of County; provided, however, that any such adjustment, settlement or compromise in no manner RFP NPUARC -997 Page 29 of 30 Contract ID #RIVCO -93 1 45 -006 -1 2/1 0 whatsoever limits or circumscribes Contractor's indemnification to County as set forth herein. Contractor's obligation to defend, indemnify and hold harmless County shall be subject to County having given Contractor written notice within a reasonable period of time of the claim or of the commencement of the related action, as the case may be, and information and reasonable assistance, at Contractor's expense, for the defense or settlement thereof. Contractor's obligation hereunder shall be satisfied when Contractor has provided to County the appropriate form of dismissal relieving County from any liability for the action or claim involved. C. The specified insurance limits required in the Underlying Agreement of this Addendum shall in no way limit or circumscribe Contractor's obligations to indemnify and hold harmless the County herein from third party claims arising from the issues of this Addendum. D. In the event there is conflict between this clause and California Civil Code Section 2782, this clause shall be interpreted to comply with Civil Code 2782. Such interpretation shall not relieve the Contractor from indemnifying the County to the fullest extent allowed by law. E. In the event there is a conflict between this indemnification clause and an indemnification clause contained in the Underlying Agreement of this Addendum, this indemnification shall only apply to the subject issues included within this Addendum. 9. General Provisions. A. Amendment — the parties agree to take such action as is necessary to amend this Addendum from time to time as is necessary for County to comply with the Privacy Rule and HIPAA generally. B. Survival — the respective rights and obligations of this Addendum shall survive the termination or expiration of this Addendum. C. Regulatory References — a reference in this Addendum to a section in the Privacy Rule means the section as in effect or as amended. D. Conflicts — any ambiguity in this Addendum and the Underlying Agreement shall be resolved to permit County to comply with the Privacy Rule, Security Rule, and HIPAA generally. E. Interpretation of Addendum — this Addendum shall be construed to be a part of the Underlying Agreement as one document. The purpose is to supplement the Underlying Agreement to include the requirements of HIPAA. RFP #PUARC -997 Page 30 of 30 COUNTY OF RIVERSIDE AMENDMENT NO. 2 TO THE AGREEMENT (Contract ID #RIVCO- 93145 -006 - 12/10) WITH G/M Business Interiors Contractor: G/M Business Interiors Contract Term: January 1st, 2010 through December 31St, 2014 Effective Date of Amendment: July 26, 2012 Annual Maximum Contract Amount: $5,000,000.00 NIGP Codes: 42500, 42594, 93145, 97742, 99846, The Agreement between Riverside County, herein referred to as COUNTY and G/M Business Interiors, herein referred to as CONTRACTOR, is amended as follows: 1) On page 9 of the Agreement, amend Section 13 the "Use By Other Political Entities": The County of Riverside and G/M Business interiors agrees to extend the same pricing, terms and conditions to Riverside, San Bernardino, San Diego and Orange Counties stated in G/M Business Interiors' Awarded Furniture Contract ID #RIVCO- 93145- 006 - 12/10, which was originally bid through RFP #PUARC -997. This agreement can be used by each and all political entities, schools, special districts, and related non -profit entities within the boundaries of Riverside County, San Bernardino County, San Diego, and Orange County. It is understood that these other entities shall make purchases in their own name, make direct payments, and be liable directly to the contractor: and the County of Riverside is in no way responsible to the contractor for other entities' purchases. 2) All other terms and conditions of the Agreement are to remain unchanged. IN WITNESS WHEREOF, the Parties hereto have caused their duly authorized representatives to execute this Amendment. County County, of Riverside Purchasing and Fleet Services 2980 Washington Street Riverside, CA 92504 -4647 By:� P stn? Nam .. tWaddon Title: Sr. PCS Date: _17 /Z U/ i L RFP # PUARC -997 Form #116311 Revision Date: 04/21109 Contractor G/M Business Interiors 1099 W. La Cadena Drive Riverside, CA 92501 -1413 By li Name: Scott Davis Title: Vice President of Client Management Date: 7 Z4 County of Riverside Purchasing and Fleet Services' 2980 Washington Street Riverside, CA 92504 -4547 Phone: (951) 9554937 Fax: (951) 955-4948