Loading...
HomeMy WebLinkAboutC-7732-1 - Purchase and Installation Agreement for Purchase & Installation of Work Stations and Office Furniture at the City's Corporation Yardr r' PURCHASE AND INSTALLATION AGREEMENT V WITH GOFORTH & MARTI DBA G/M BUSINESS INTERIORS FOR PURCHASE & INSTALLATION OF WORK STATIONS AND OFFICE FURNITURE AT THE CITY'S CORPORATION YARD THIS PURCHASE AND INSTALLATION AGREEMENT ("Agreement") is made and entered into as of this 27th day of August, 2019 ("Effective Date") by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GOFORTH & MARTI, a California corporation doing business as ("DBA") G/M Business Interiors ("Contractor"), whose principal place of business is 1099 West La Cadena Dr. Riverside, California, 92501, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to provide Purchase & Installation of Work Stations and Office Furniture at the City's Corporation Yard as detailed in the Scope of Work and Schedule of Billing Rates attached hereto as Exhibit "A" ("Project"). C. With the assistance of the U.S. Communities Government Purchasing Alliance ("U.S. Communities"), the County of Fairfax, Virginia ("Lead Public Agency"), on behalf of itself and all local government agencies ("Participating Public Agencies"), solicited proposals from qualified providers for the provision and installation of public safety and emergency preparedness equipment and related services ("Fairfax County RFP"). Contractor responded to the Fairfax County RFP and executed that certain Lead Public Agency Master Agreement, attached hereto and incorporated herein by this reference as Exhibit "B" ("Lead Public Agency Master Agreement"). D. Pursuant to the Lead Public Agency Master Agreement, Contractor agreed that Participating Public Agencies may procure from Contractor equipment and services at the discounted prices therein, provided that each such Participating Public Agency first registers with U.S. Communities and executes a Master Intergovernmental Cooperative Purchasing Agreement ("MICPA"). City is registered with U.S. Communities and is a Participating Public Agency. A copy of the City's executed MICPA is attached hereto as Exhibit "C" and incorporated herein by this reference. E. U.S. Communities is now part of OMNIA Partners, Public Sector, a purchasing organization for public sector procurement, comprised of the nation's two leading cooperative purchasing organizations, National IPA and U.S. Communities, delivering value and savings for public agencies nationwide. F. Consistent with the City's registration and MICPA, and the City's procurement practices, City solicited and received a proposal from Contractor to provide equipment and services akin to those in the Lead Public Agency Master Agreement, GOFORTH & MARTI Page 1 and City desires to retain Contractor to render such equipment and services pursuant to the terms and conditions set forth in this Agreement. G. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK 1.1 Contractor shall provide all tangible items and perform all the services described in the Scope of Work attached hereto as Exhibit "A" and incorporated herein by reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used under reasonably competent practitioners of the same discipline under similar circumstances and that all materials will be of good quality. 1.2 Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 1.3 In consideration of the payment of the purchase price and subject to all the terms and conditions hereof, Contractor shall: Purchase & Install Work Stations and Office Furniture at the City's Corporation Yard (hereinafter referred to as "Products"), as listed and set forth in the Scope of Work attached hereto as Exhibit "A" and incorporated in full by this reference. 2. TIME OF PERFORMANCE 2.1 Time is of the essence in the performance of services under this Agreement and Contractor shall complete the Project installation, implementation and acceptance testing within the time set forth in Exhibit "A". The failure by Contractor to meet this schedule may result in termination of this Agreement by City as outlined in Section 18 below. 2.2 Force Majeure. The time period(s) specified in Exhibit "A" for performance of services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contractor, including but not restricted to acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Contractor shall within ten (10) days of the commencement of such delay notify City in writing of the cause of the delay. City shall ascertain the facts and extent of delay, and GOFORTH & MARTI Page 2 extend the time for performing the services for the period of the enforced delay when and if in the judgment of the City such delay is justified. City's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against City for any delay in performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3. TERM Unless earlier terminated in accordance with Section 18 of this Agreement, this Agreement shall continue in full force and effect until completion of the services agreed to herein or until October 31, 2020, whichever occurs first. 4. COMPENSATION 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and Exhibit "A" and incorporated herein by reference. Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Thirty Seven Thousand Eight Hundred Fifty Five Dollars and 49/100 ($37,855.49), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name of the person who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit "A" to this Agreement or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. 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 is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit "A". 4.5 Contractor shall provide City with a minimum fourteen (14) days' notice of its dates of installation to enable the City to prepare the installation sites for the Products in accordance with the instructions of Contractor. The City shall complete site preparation prior to the date of installation of the Products, and the site shall thereafter be available for GOFORTH & MARTI Page 3 inspection and approval. All costs and expenses related to the site preparation shall be at the sole expense of City. 4.6 Extra Work. Contractor shall not receive any compensation for Extra Work without the prior written authorization of the City. As used herein, "Extra Work" means any work that is determined by the City to be necessary for the proper completion of the Project, but which is not included in the Purchase Price as specified in Exhibit "A", and which parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the hourly rates set forth in Exhibit "A". 5. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Agreement. Contractor has designated Paul Marzullo to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Deputy Director of Public Works, Municipal Operations Division or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 7.1 Contractor shall use only the standard materials described in Exhibit "A" in performing services under this Agreement. Any deviation from the materials described in Exhibit "A" shall not be installed unless approved in advance by the City Project Administrator. 7.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8. RESPONSIBILITY FOR DAMAGES OR INJURY 8.1 City and all officers, employees and representatives thereof and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them, unless caused by the City's negligent acts, omissions, or willful misconduct. GOFORTH & MARTI Page 4 8.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause to the extent arising from the negligent acts, omissions, or willful misconduct of the Contractor' or any subcontractor or supplier selected by the Contractor. 8.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council. Boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement (collectively, the "Indemnified Parties") from and against: (1) any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liability, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, and Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers. Agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them); (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and/or design defects; and/or (3) any and all claims asserted by Contractor's subcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor's liability in this Subsection shall be limited to the maximum amount of its insurance coverage for claims arising out non -negligent and non -intentional acts performed under this Agreement. Contractor shall not be held responsible for consequential or special damages, or claims made to City for such consequential or special damages. Nothing herein shall require Contractor to indemnify City from the negligence or willful misconduct of City, its officers or employees. 8.4 Intellectual Property Indemnity - Contractor shall defend, indemnify and hold City, its agents, officers, representatives, employees and City Council, boards and commissions harmless from any proceeding brought against City for any intentional or unintentional violation of the intellectual property rights of any third party with respect to Products deliverables purchased in this Agreement This indemnification shall include, but is not limited to, infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Contractor's deliverables provided under this Agreement. 8.5 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall perform work as specified in Exhibit "A" to limit impacts to traffic during the system installation period. Contractor shall be liable for any private or public property damaged during the performance of the Project work. GOFORTH & MARTI Page 5 8.6 Contractor shall provide traffic control and access in accordance with Section 7-10 of the State Standard Specifications and the latest edition of the Work Area Traffic Control Handbook (WATCH), as published by Building News, Inc. 8.7 Traffic control and detours shall at a minimum meet the following requirements: 8.7.1 Emergency vehicle access shall be maintained at all times. 8.7.2 The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 8.7.3 All advanced warning sign installations shall be reflectorized and/or lighted 8.7.4 Traffic signal system shutdown or planned "red flash" shall be limited to 4 -hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday), except as authorized by the Project Administrator. 8.7.5 "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12-3.06, "Construction Area Signs," of the State Standard Specifications except that the base material for the signs shall not be plywood. Two "STOP AHEAD" signs and two "STOP" signs shall be placed for each direction of traffic. Locations of the signs shall be per the WATCH manual. 8.8 Nothing in this Section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 8.3 above. 8.9 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 9. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees, nor any of its subcontractors, are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. GOFORTH & MARTI Page 6 11. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit D, and incorporated herein by reference. 12. BONDING 12.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement: a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Agreement and in the form attached hereto as Exhibit E which is incorporated herein by this reference; and a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Agreement in the form attached hereto as Exhibit F which is incorporated herein by this reference. 12.2 The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 12.3 The Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 13. PREVAILING WAGES 13.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. GOFORTH & MARTI Page 7 13.2 Unless otherwise exempt by law, Contractor warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Contractor further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 14. SUBCONTRACTING The subcontractors authorized by City, if any, to perform work on this Project are identified in Exhibit "A". Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 15. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 16. CONFLICTS OF INTEREST 16.1 The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 16.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. GOFORTH & MARTI Page 8 17. NOTICES 17.1 All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Deputy Director of Public Works, Municipal Operations Division City of Newport Beach 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 17.2 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Paul Marzullo GoForth & Marti dba G/M Business Interiors 1099 West La Cadena Dr. Riverside, CA 92501 18. TERMINATION 18.1 Termination With Cause - In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of five (5) calendar days, or if more than five (5) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within five (5) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 18.2 Termination Without Cause. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred in the performance of such services up to the effective date of termination for which Contractor has not previously been paid. In the event of termination under this Section, City shall also pay Contractor for all Products, associated materials, and hardware delivered to City site under this Agreement that City deems usable. 19. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement by Contractor is a representation that Contractor has visited the Project site(s), has become familiarwith the local conditions under which the work GOFORTH & MARTI Page 9 is to be performed, and has taken into consideration these factors in submitting its Project proposal and Scope of Work. 20. WARRANTY 20.1 Contractor warrants to City that all Products to be delivered hereunder will be free from defects in material or workmanship and will be of the kind and quality designated or specified by Contractor in Exhibit "A". The warranty shall apply only to defects appearing within two years from the date of final acceptance by City for hardware products not manufactured by the Contractor, and two years from the date of final acceptance by City for hardware products manufactured by Contractor. If Contractor installs the Products and associated hardware and materials, or supplies technical directions of installation by Agreement, the warranty period shall run from the date of final acceptance of installation by City, provided same is not unreasonably delayed by City. 20.2 If Contractor -manufactured equipment delivered hereunder does not meet the above warranty, and if City promptly notifies Contractor in writing, Contractor shall thereupon correct any defect, including non-conformance with the specifications, either (at its option) by repairing any defective or damaged parts of the equipment, or by making available any necessary replacement parts, delivered and installed without additional charge to City within seven (7) working days. City will return the defective product to Contractor, at Contractor's expense. Contractor shall repair or replace the defective item and return it to City, shipping costs prepaid. Contractor shall perform any necessary testing, hardware and equipment removal, repair, replacement, certification, and installation at no cost to the City during the warranty period, using Contractor's equipment. 20.3 The foregoing warranty is exclusive and in lieu of all other warranties, whether written, oral, implied or statutory. Contractor does not warrant any equipment of other manufacture designated by City. 21. REPRESENTATIONS 21.1 Non -infringement. Contractor represents that to the best of its knowledge the technology embodied in the products sold herein does not infringe upon a United States patent or United States copyright in effect as of the Effective Date. 21.2 Authori . Each party represents as follows: (a) that it has full power and authority to execute, deliver and perform its obligations under this Agreement; (b) that there are no actions, proceedings or investigations, pending or, to the best of each party's knowledge, threatened against such party which may in any manner whatsoever materially affect the enforceability of this Agreement or the rights, duties and obligations of the parties hereunder; and (c) that the execution, delivery and performance of this Agreement will not constitute a breach or default under any agreement, law or court order under which such party is a party or may be bound or affected by or which may affect the rights, duties and obligations hereunder. 21.3 No Other Representations. Each party acknowledges and agrees that it is relying on no representation of the other party except as expressly set forth herein. GOFORTH & MARTI Page 10 22. CONFIDENTIAL INFORMATION. 22.1 Confidential Information. In the performance of this Agreement or in contemplation thereof, the parties and their respective employees and agents may have access to private or confidential information owned or controlled by the other party and such information may contain proprietary details and disclosures. All information and data identified in writing as proprietary or confidential by either party ("Confidential Information") and so acquired by the other party or its employees or agents under this Agreement or in contemplation thereof shall be and shall remain the disclosing party's exclusive property. The recipient of Confidential Information shall use all reasonable efforts (which in any event shall not be less than the efforts the recipient takes to ensure the confidentiality of its own proprietary and other confidential information) to keep, and have its employees and agents keep, any and all Confidential Information confidential, and shall not copy, or publish or disclose it to others, nor authorize its employees, agents or anyone else to copy or disclose it to others, without the disclosing party's written approval; nor shall the recipient make use of the Confidential Information except for the purposes of executing its obligations hereunder, and (except as provided for herein) shall return the Confidential Information and data to the first party at its request. The City's duty to maintain confidentiality as described hereunder shall be subject to the laws of the State of California. 22.2 Excluded Information. The foregoing conditions will not apply to information or data which is, or which becomes generally known to the public by publication or by any means other than a breach of duty on the part of the recipient hereunder, is information previously known to the recipient, is information independently developed by or for the recipient or is information generally released by the owning party without restriction. 22.3 Right to Injunctive Relief. Because of the unique nature of the Confidential Information, the parties agree that each party may suffer irreparable harm in the event that the other party fails to comply with any of its obligations under this Section, and that monetary damages may be inadequate to compensate either party for such breach. Accordingly, the parties agree that either party will, in addition to any other remedies available to it at law or in equity, be entitled to seek injunctive relief to enforce the terms of this Section. 23. ASSIGNMENT This Agreement shall not be assigned by any party, or any party substituted, without prior written consent of the City and the Contractor. 24. STANDARD PROVISIONS 24.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 24.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, GOFORTH & MARTI Page 11 county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 24.3 Waiver. A waiver by either parry of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 24.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 24.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 24.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 24.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 24.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 24.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 24.10 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, age or any other impermissible basis under law. 24.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 24.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] GOFORTH & MARTI Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTOR14EY'p OFFICE Date: 8 ZQ Zaki By: lN;& ia�- W: Aaron C. Harp 110A City Attorney cft�-k�-- ATTEST: Date: CITY OF NEWPORT BEACH, a Californi municipal corporation Date: / By: David A. Webb Public Works Director CONTRACTOR: GOFORTH & MARTI, a California corporation, doing business as ("DBA") G/M Business Interiors Date: Signed in Counterpart A Stephen L. Easley Chief Executive Officer/Secretary NATURES] Attachments: Exhibit A — Scope of Services and Schedule of Billing Rates Exhibit B — Lead Public Agency Master Agreement Exhibit C — Master Intergovernmental Cooperative Purchasing Agreement Exhibit D — Insurance Requirements Exhibit E — Labor and Materials Payment Bond Exhibit F — Faithful Performance Bond GOFORTH & MARTI Page 13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTOR EY' OFFICE Date: 48 %4 ?A By: ( .1.1.*1t.� �e�+ W; Aaron C. Harp 10 A City Attorney 11P-- ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: BY: David A. Webb Public Works Director CONTRACTOR: GOFORTH & MARTI, a California corporation, doing business as CQBA!}-G/M Business Interiors BY: --? Stephen L. Easley Chief Executive Officer/Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services and Schedule of Billing Rates Exhibit B — Lead Public Agency Master Agreement Exhibit C — Master Intergovernmental Cooperative Purchasing Agreement Exhibit D — Insurance Requirements Exhibit E — Labor and Materials Payment Bond Exhibit F — Faithful Performance Bond GOFORTH & MARTI Page 13 EXHIBIT A SCOPE OF SERVICES AND SCHEDULE OF BILLING RATES GOFORTH & MARTI Page A-1 eCcva�'z. c�.our wor��,c.i" 2ND FLOOR MUNICIPAL SERVICES CITY OF NEWPORT BEACH ACCOUNTS PAYABLE 3300 NEWPORT BLVD. NEWPORT BEACH MICAH MARTIN Systems 6/20/2019 Quotation 164493 NEWPORT BEACH (SUPERIOR) CITY OF NEWPORT CITY OF NEWPORT BEACH 592 SUPERIOR AVE CA 92658 NEWPORT BEACH CA 92663 Phone: (949)644-3055 MICAH MARTIN Fax: 8 Desk Units 0 Tables 0 Files 15 Chairs Phone: (949)644-3055 Fax: 0 Storage 0 Ancillary 24 $37,855.49 Scope 1 Project Overview: • COUNTY OF ORANGE NEGOTIATED PURCHASING PIGGY BACK CONTRACT RCA -017-18010014 • PREVAILING WAGE • MICAH MARTIN ORIGINALLY REQUESTED THAT G/M DESIGN 9 EA. NEW HERMAN MILLER ETHOSPACE SYSTEMS WORKSTATIONS & 1 EA. ETHOSPACE RECEPTION WORK STATION (THIS DESIGN EFFORT WAS COMPLETED UNDER THIS PREORDER) • CUSTOMERS BUDGET WAS ADJUSTED AT THE END OF THE DESIGN PHASE AND G/M WAS REQUESTED TO DOWN SIZE THE DESIGN TASK TO 1 EA. RECEPTION WORKSTATION, 2 EA. ADMINISTRATION WORKSTATIONS, 1 CONFERENCE ROOM AND 1 CONFERENCE TABLE AND SEATING. Scope 2 Design Specifics: • USE TYPICAL G/M ETHOSPACE DESIGN FROM PREORDER # 24573 (IN DOCTRAY) • NEW 8'W X 8'D X 70"H U -SHAPED ETHOSPACE SYSTEMS WORKSTATIONS WITH POWERED DESK TOPS • MINI LOGIC POWER UNIT ON DESK TOPS • SELECT NEW FABRICS AND FINISHES • HUMANSCALE DUAL MONITOR ARMS • QUARTET GLASS MARKER BOARD FOR LARGE CONFERENCE ROOM • HERMAN MILLER MERIDIAN STORAGE CASES FOR LARGE CONFERENCE ROOM • HERMAN MILLER EAMES CONFERENCE TABLE FOR LARGE CONFERENCE ROOM • HERMAN MILLER EAMES CONFERENCE TABLE FOR MICAH MARTIN'S OFFICE • ENCORE MEMENTO SEATING FOR BOTH CONFERENCE TABLES Account Executive: Paul Marzullo (pmarzullo(o)gmbi.not) Project PAS: Alexandria Martinez AMA: Kierstyn Sidor (ksidorQgmbi.net) Page: 1 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 hftp://www.pmbi.net Scope 3 Project Scope (Phasing/Naming/Dates/Size/Goals): * THIS PROJECT INSTALL WILL BE COMPLETED IN 1 PHASE. * NO OTHER CONTRACTORS WILL BE INVOLVED OTHER THAN THE CITY OF NEW PORT BEACH ELECTRICIAN & BUILDING SERVICES STAFF WHICH WILL DISASSEMBLE AND REMOVE EXISTING SYSTEMS FURNITURE * G/M WORK WILL BE COMPLETED DURING A STANDARD WORK WEEK, MONDAY - FRIDAY UNLESS CUSTOMER REQUESTS WEEKEND WORK Scope 4 Invoicing (Phases/MegaSIF Construction): * INVOICE WILL BE DONE IN 1 PHASE * MEGA SIF BY WORKSTATIONS * INVOICE WILL BE SENT TO MICAH MARTIN "ONLY" Scope 5 Electrical Needs: * CITY ELECTRICIAN WILL NEED TO DISCONECT POWER SOURCE BEFORE G/M DIASSEMBLES AND DISPOSES OF THE EXISTING SYSTEMS FURNITURE * RECOMMEND THAT THE CITY ELECTRICIAN BE ON SITE 3 - 4 HOURS AFTER THE NEW FURNITURE IS DELIVERED AND CARRIED UP TO THE 2ND FLOOR Scope 6 Technology * NEW DUAL MONITOR ARMS * POWERED DESK TOPS * MINI LOGIC UNITS Scope 7 Project Timeline: * STANDARD WORK WEEK IS RECOMMENDED. * CUSTOMER WILL LET G/M KNOW BEFORE ORDER IS PLACED Scope 8 Industry Partners. Gen Contractor, Const Mgr, Architect, Interior Designer, Real Estate Broker, A/V: * CITY ELECTRICIAN • CITY BUILDING SERVICES Scope 9 Purchasing Vehicle: Contract: * COUNTY OF ORANGE PURCHASING CONTRACT Scope 10 Other Notes: * CUSTOMER WILL REMOVE EXISTING SYSTEMS FURNITURE COUNTY OF ORANGE MASTER CONTRACT RCA -017-18010014 CLIENT PO NUMBER: G/M BUSINESS INTERIORS TAX ID: 95-2091271 **PREVAILING WAGE** Account Executive: Paul Marzullo (pmarzullo(a)gmbi.net) Project PAS: Alexandria Martinez AMA: Kierstyn Sidor (ksidorCc)gmbi.net) Page: 2 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 http://www.gmbi.net QUOTE FOR: HERMAN MILLER, HUMANSCALE, & ENCORE FOR: CITY OF NEWPORT BEACH - 2ND FLOOR MUNICIPAL SERVICES LEAD TIME: 5-6 WEEKS SCOPE OF WORK: 1) G/M TO RECEIVE AND INSPECT HUMANSCALE PRODUCT AT RIVERSIDE WAREHOUSE. ***ALL HERMAN MILLER PRODUCT WILL BE DIRECT SHIPPED TO CLIENTS SITE WHERE G/M INSTALLERS WILL INSPECT, UNLOAD, CARRY UP 2 FLIGHTS OF STAIRS AND INSTALL. 2) G/M TO SET IN PLACE: (03) EA HERMAN MILLER EHTOSPACE WORKSTATIONS WITH OVERHEAD STORAGE UNITS AND HEIGHT ADJ. DESKS (06) EA HUMANSCALE SINGLE CLAMP MOUNT MONITOR ARMS (02) EA HERMAN MILLER MINI LOGICS (02) EA HERMAN MILLER MERIDIAN STORAGE CASES WITH COMMON TOP (01) EA HERMAN MILLER EAMES OVAL CONF. TABLE 54X120 (01) EA QUARTET GLASS DRY ERASE BOARD (12) EA ENCORE MEMENTO HIGH BACK TASK CHAIRS (04) EA ENCORE MEMENTO HIGH BACK TASK CHAIRS (01) EA HERMAN MILLER EAMES OVAL CONF. TABLE 36X72 3) PLEASE CONTACT MICAH MARTIN @949-644-3055 TO SCHEDULE SERVICES CUSTOMER NET TOTAL: $36,856.30 * G/M WORK WILL BE COMPLETED DURING A STANDARD WORK WEEK, MONDAY - FRIDAY UNLESS CUSTOMER REQUESTS WEEKEND WORK **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURING THE WEEKEND low • Who/What/Where List List Ext LOT 1 2ND FL -MUNICIPAL SVCS 65,974.00 65,974.00 = 1t Non Tax Styes. Taxable Swes. (03) EA HERMAN MILLER EHTOSPACE WORKSTATIONS WITH .00 .00 OVERHEAD STORAGE UNITS AND HEIGHT ADJ. DESKS (06) EA HUMANSCALE SINGLE CLAMP MOUNT MONITOR ARMS (02) EA HERMAN MILLER MINI LOGICS Account Executive: Paul MarzuIIo (pmarzullo(ogmbi.not) AMA: Kierstyn Sidor (ksidor(a)gmbi.net) 800-686-6583 800-686-6583 Fax: 951.684-0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 http://www.qmbi.net Project PAS: Sell Sell Ext 20,592.99 20,592.99 Freight Design Fee .00 .00 Alexandria Martinez Page:3 Who/WhatrNhere List List Ext Sell Sell Ext LOT 1 CONFERENCE ROOM 21,576.00 21,576.00 9,894.54 9,894.54 ' " • Non -Tax Srvcs. Taxable Srvcs. Freight Design Fee (02) EA HERMAN MILLER MERIDIAN STORAGE CASES WITH .00 .00 .00 .00 COMMON TOP (01) EA HERMAN MILLER EAMES OVAL CONF. TABLE 54X120 (01) EA QUARTET GLASS DRY ERASE BOARD (12) EA ENCORE MEMENTO HIGH BACK TASK CHAIRS Who/What/Where List List Fitt Sell Sell Ext LOT 1 MICAHS OFFICE 6,751.00 6,751.00 2,839.14 2,839.14 Non -Tax Srvcs. Taxable Srvcs. Freight Design Fee (04) EA ENCORE MEMENTO HIGH BACK TASK CHAIRS .00 .00 .00 .00 (01) EA HERMAN MILLER EAMES OVAL CONF. TABLE 36X72 BOM: See Attached Bill of Materials Piece Count: 5 e WhOIWhaHWhere = List List Ext Sell Sell Ext LOT 1 SHIPPING .00 .00 .00 .00 Non -Tax Srvcs. Taxable Smcs. Freight Design Fee SHIPPING .00 .00 .00 .00 Account Executive: Paul Marzullo (pmarzullo(r)pmbi.net) AMA: Kierstyn Sidor (ksidor(a)pmbi.net) 800-686-6583 800-686.6583 Fax: 961-684-0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 http://www.gmbi.net Project PAS: Alexandria Martinez Page:4 llwli #' r WholWhat/Where LOT 0 Z GIM services r: GIM Furniture Planning Services, if applicable, include field measurements, drawing AutoCAD building shells, developing typical workstations and private office standards, space planning typicals into the floorplan, developing furniture color schemes, order specifications and receiving client approvals for all drawings and color schemes for order entry. GIM Project Management Services include drawings and field measure checks, order scheduling & routing, electrical consulting with contractors,fieid 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. GIM Warranty Services Department is provided to offer clients our no -charge warranty service work for all furniture protected under valid factory warranties. GIM maintains electronic copies of our Client's invoices for warranty enforcement. For service requests, our Warranty Department may be contacted via e-mail at warranty@gmbi.net Who/What/Where LOT 1 ADMINISTRATIVE FEE ADMINISTRATIVE FEE Quotation # 164493 List List Ed Sell Sell Ext .00 .00 .00 .00 Non -Tax Swcs. Taxable Swes. Freight Design Fee 00 .00 .00 1,400.00 List List Ext Sell Sell Ed .00 .00 546.00 546.00 Non -Tax Swcs. Taxable Swcs. .00 .00 Account Executive: Paul Marzullo (pmarzullo(D_gmbi.not) Project PAS AMA: Kierstyn Sidor (ksidor gmbi.net) 800.686.6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 hftp://www.gmbi.net Freight Design Fee .00 .00 Alexandria Martinez Page:5 InStock for immediate delivery! 'I frtamery Services (Taxable) Freight (Taxable) Services (Non -Taxable) Design Services (Non -Taxable) Sales Tax (7.750%) $33,872.67 $0.00 $0.00 $0.00 $1,400.00 $33,872.67 $1,400.00 $2,582.82 $37,855.49 Invoice Product at Delivery -Std Terms/ Invoice Services at Completion 100% $37,855.49 I have reviewed the quote, the bill of materials, the drawings (if applicable), the color cards (if applicable), and other associated exhibits for my order. • I approve the colors, fabrics. and finishes as previously selected and correct as shown on the attached exhibit. • I am satisfied that the product I have selected is the correct size and is suitable and will perform for its intended purpose. • I am aware this product is manufactured to order and is not returnable to GIM or to the manufacturer. • I understand that legal title to the product will transfer upon delivery to my commercial or residential location and all associated labor is taxable until title transfers. ■ I am aware additional costs charged for inside delivery. staging. setting in place. assembly. leveling. cleaning, polishing, recycling of waste materials are separately stated and are elected as an additional contract option. ■ 1 am aware of the grand total price of this contract as shown on this quote. ■ G/M is ordering your furniture from a variety of manufacturers to be aggregated and received into our G/M operated warehouse. Once the final portion of your order has been received, a "ready to deliver" notification will be sent to you. GIM, at this point, will graciously, store your complete order for up to two weeks at no charge. If for some reason you cannot accept a timely delivery within two weeks. a quote for one month's handling and storage shall be calculated and forwarded to you. S. nature Account Executive: Paul Marzullo (pmarzu11oPpmbi.net) AMA: Kierstyn Sidor (ksidor((Dgrr i.net) Print Name/Title Date 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 1099 W. La Cadena Drive, Riverside CA, 92501 http://www.qmbi.net Project PAS: Alexandria Martinez Page 6 CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM ZI Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 1 1 ZECLA 976.00 976.00 282.06 282.06 71.10 % +Sq -Edge Vinyl Concv Cnr WS,Lam Top 2458 . Left -Hand Depth . @24" deep x 58" wide left 2458 . Right -Hand Dept . @24" deep x 58" wide right 9A . Back Edge/Cord . +cable management trough, no gap (standard Ethospace gap) 29 . Top Color . +misted 29 . Edge Color . +misted WL . Supports Cable I . +sandstone NA . Support Option . +no supports (order supports separately) Tag: 2ND FL -MUNICIPAL SVCS 2 1 Y7217.4 45.00 45.00 19.04 19.04 57.70 % +Vertical Tray 4W XF . Surface Finish . +frosted Tag: 2ND FL -MUNICIPAL SVCS 3 2 Y7217.4 45.00 90.00 19.04 38.08 57.70 % +Vertical Tray 4W XF . Surface Finish . +frosted Tag: 2ND FL -MUNICIPAL SVCS 4 2 Y7216.10 40.00 80.00 16.92 33.84 57.70 % +Paper Tray 10W XF . Surface Finish . +frosted Tag: 2ND FL -MUNICIPAL SVCS 5 6 Y7216.10 40.00 240.00 16.92 101.52 57.70 % +Paper Tray 10W XF . Surface Finish . +frosted Tag: 2ND FL -MUNICIPAL SVCS 6 1 Y7000.29 345.00 345.00 145.94 145.94 57.70 % +Tool Rail,Wk Surf Att,29W WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 7 1 Y7000.14 225.00 225.00 95.18 95.18 57.70 % +Tool Rail,Wk Surf Att,14W WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 8 2 Y1414.J10S 361.00 722.00 152.70 305.40 57.70 % @Logic Mini, 1 Simplex Rcpt/2 Pwrd USB, 10' Cord, Surface Clamp 91 . Finish . @white Tag: 2ND FL -MUNICIPAL SVCS Account ExecutivePaul Mamullo Project PAS: Alexandria Martinez Page' 1 AMA. Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 �a Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 9 1 TC2-1518 134.00 134.00 58.83 58.83 56.10 % +Retrofit Cush Top,Ped 2H 15W 18D 8R . Cushion Top Fat . @twist -Pr Cat 2 05 . BR -Colors . +twist wicker Tag: 2ND FL -MUNICIPAL SVCS 10 2 TC2-1518 134.00 268.00 58.83 117.66 56.10 % +Retrofit Cush Top,Ped 2H 15W 18D 8R . Cushion Top Fat . @twist -Pr Cat 2 05 . 8R Colors . +twist wicker Tag: 2ND FL -MUNICIPAL SVCS 11 1 M16 -1518 -BF 754.00 754.00 331.01 331.01 56.10 % +Ped,Mobile,Std Pull,BIF 15W 18D TS . Paint/Steel Type . +smooth paint on textured steel WL . Surface Finish . +sandstone T2 . Top . +1 1/4" -high painted metal top with squared edge KA . Lock . +keyed alike H1 . Handle . +hand grip only C . Compressor . +standard compressor Tag: 2ND FL -MUNICIPAL SVCS 12 2 M16 -1518 -BF 754.00 1,508.00 331.01 662.02 56.10 % +Ped,Mobile,Std Pull,BIF 15W 18D TS . Paint/Steel Type . +smooth paint on textured steel WL . Surface Finish . +sandstone T2 . Top . +1 1/4" -high painted metal top with squared edge KA . Lock . +keyed alike H1 . Handle . +hand grip only C . Compressor . +standard compressor Tag: 2ND FL -MUNICIPAL SVCS 13 1 G1331. 22.00 22.00 6.03 6.03 72.60 % +Cord Cleat 2IPkg Tag: 2ND FL -MUNICIPAL SVCS 14 2 G1331. 22.00 44.00 6.03 12.06 72.60 % +Cord Cleat 2IPkg Tag: 2ND FL -MUNICIPAL SVCS Account Executive. Paul Marzullo Project PAS. Alexandria Martinez Page: 2 AMA: Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 " 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 as Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 15 1 G1190.01 52.00 52.00 14.25 14.25 72.60 % @Carpet Grippers 25IPkg Tag: 2ND FL -MUNICIPAL SVCS 16 2 G1190.01 52.00 104.00 14.25 28.50 72.60 % @Carpet Grippers 25IPkg Tag: 2ND FL -MUNICIPAL SVCS 17 4 FV696.48 72.00 288.00 20.95 83.80 70.90 % +Stiffener, 48W Tag: 2ND FL -MUNICIPAL SVCS 18 1 EWS10.2496LF 609.00 609.00 176.00 176.00 71.10 % +Rect Surf,Sq-Edge,Lam Top[TP Edge,Frame aft 24D 96W 7X . Top Finish . +cardamom 29 . Edge Finish . +misted Tag: 2ND FL -MUNICIPAL SVCS 19 1 E2393.24R 40.00 40.00 11.56 11.56 71.10 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Right WL . Surface Finish . +sandstone SM . Support Option . +on module Tag: 2ND FL -MUNICIPAL SVCS 20 1 E2393.241- 40.00 40.00 11.56 11.56 71.10 % +Support,Work Surf 24D (for 20" or 24" Deep surfaces) Left WL . Surface Finish . +sandstone SM . Support Option . +on module Tag: 2ND FL -MUNICIPAL SVCS 21 1 E2291.201- 352.00 352.00 101.73 101.73 71.10 % +Work Surface Support Panel,Mid-Run,GI ides, For use with 24D or 30DD surface,Lam WL . Surface Finish . +sandstone WL . Bracket Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 22 1 E2290.24SL 350.00 350.00 101.15 101.15 71.10 % +Work Surface Support Panel, End,G lides,Use with Sq-Edge,Lam,24d WL . Surface Finish . +sandstone WL . Hardware Cover . +sandstone Tag: 2ND FL -MUNICIPAL SVCS Account Executive. Paul Marzullo Project PAS: Alexandria Martinez Page: 3 AMA. Kierstyn Sidor IN CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % Account Executive: Paul Marzullo Project PAS: Alexandria Martinez Page: 4 AMA: Kierstyn Sider List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 23 1 E1444.16301M 207.00 207.00 59.82 59.82 71.10 % +Tile,Open,Sq Stile,Middle/Bottom 16H 30W WL • Frame Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 24 1 E1440.11636M 246.00 246.00 71.09 71.09 71.10 % +Tile,Open Mid/Bottom 16H 36W WL • Frame Finish • +sandstone Tag: 2ND FL -MUNICIPAL SVCS 25 1 E1436.0842F 188.00 188.00 54.33 54.33 71.10 % +Tile,Cable Access,Rcp/Comm Pt Loc,Fabric 8H 42W WL • Receptacle Filler • +sandstone 5D . Surface Finish • +kira 2 -Pr Cat 3 14 . 5D Colors • +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 26 1 E1436.0836F 175.00 175.00 50.58 50.58 71.10 % +Tile,Cable Access,Rcp/Comm Pt Loc,Fabric 8H 36W WL • Receptacle Filler . +sandstone 5D • Surface Finish . +kira 2 -Pr Cat 3 14 • 5D Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 27 1 E1425.1636 246.00 246.00 71.09 71.09 71.10 % +Tile,Rail 16H 36W WL . Surface Finish • +sandstone Tag: 2ND FL -MUNICIPAL SVCS 28 1 E1422.1636 176.00 176.00 50.86 50.86 71.10 % +Tile,Tackable 16H 36W 5D • Surface Finish • +kira 2 -Pr Cat 3 14 • 5D Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 29 1 E1422.1624 146.00 146.00 42.19 42.19 71.10 % +Tile,Tackable 16H 24W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors • +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Marzullo Project PAS: Alexandria Martinez Page: 4 AMA: Kierstyn Sider CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM i Quote # 164493 uo Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 30 1 E1420.6442F 448.00 448.00 129.47 129.47 71.10 % +Tile,Face Fabric,64H 42W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 31 1 E1420.6436F 421.00 421.00 121.67 121.67 71.10 % +Tile,Face Fabric,64H 36W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 32 1 E1420.6424F 365.00 365.00 105.49 105.49 71.10 % +Tile,Face Fabric,64H 24W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 33 10 E1420.3236F 215.00 2,150.00 62.14 621.40 71.10 % +Tile,Face Fabric,32H 36W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 34 4 E1420.3230F 203.00 812.00 58.67 234.68 71.10 % +Tile,Face Fabric,32H 30W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 35 10 E1420.3230F 203.00 2,030.00 58.67 586.70 71.10 % +Tile,Face Fabric,32H 30W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 36 3 E1420.3224F 187.00 561.00 54.04 162.12 71.10 % +Tile,Face Fabric,32H 24W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Marzullo Project PAS: Alexandria Martinez Page. 5 AMA: Kierstyn Sidor C CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 37 1 38 2 39 1 40 2 41 3 42 1 43 4 44 6 23.70 23.70 71.10 % 42.77 85.54 71.10 % 21.10 21.10 71.10 % 21.10 42.20 71.10 % 40.75 122.25 71.10 % 40.75 40.75 71.10 % 19.36 77.44 71.10 % 19.36 116.16 71.10 Account Executive: Paul Mamullo Project PAS: Alexandria Martinez Page. 6 AMA: Kierstyn Sidor E1420.1642P 82.00 82.00 +Tile,Face Pntd 16H 42W WL • Surface Finish • +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1420.1642F 148.00 296.00 +Tile,Face Fabric 16H 42W 5D • Surface Finish • +kira 2 -Pr Cat 3 14 • 5D Colors • +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS E1420.1636P 73.00 73.00 +Tile,Face Pntd 16H 36W WL a Surface Finish e +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1420.1636P 73.00 146.00 +Tile,Face Pntd 16H 36W WL a Surface Finish a +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1420.1636F 141.00 423.00 +Tile,Face Fabric 16H 36W 5D a Surface Finish . +kira 2 -Pr Cat 3 14 a 5D Colors e +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS E1420.1636F 141.00 141.00 +Tile,Face Fabric 16H 36W 5D a Surface Finish o +kira 2 -Pr Cat 3 14 a 5D Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS E1420.1630P 67.00 268.00 +Tile,Face Pntd 16H 30W WL • Surface Finish • +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1420.1630P 67.00 402.00 +Tile,Face Pntd 16H 30W WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 23.70 23.70 71.10 % 42.77 85.54 71.10 % 21.10 21.10 71.10 % 21.10 42.20 71.10 % 40.75 122.25 71.10 % 40.75 40.75 71.10 % 19.36 77.44 71.10 % 19.36 116.16 71.10 Account Executive: Paul Mamullo Project PAS: Alexandria Martinez Page. 6 AMA: Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 R I �a Department: 2ND FL -MUNICIPAL SVCS < PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 45 4 E1420.163OF 129.00 516.00 37.28 149.12 71.10 % +Tile,Face Fabric 16H 30W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 46 11 E1420.1630F 129.00 1,419.00 37.28 410.08 71.10 % +Tile,Face Fabric 16H 30W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 47 1 E1420.1624P 62.00 62.00 17.92 17.92 71.10 % +Tile,Face Pntd 16H 24W WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 48 1 E1420.1624P 62.00 62.00 17.92 17.92 71.10 % +Tile,Face Pntd 16H 24W WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 49 2 E1420.1624F 124.00 248.00 35.84 71.68 71.10 % +Tile,Face Fabric 16H 24W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 50 1 E1420.1624F 124.00 124.00 35.84 35.84 71.10 % +Tile,Face Fabric 16H 24W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 51 1 E1420.0842F 113.00 113.00 32.66 32.66 71.10 % +Tile,Face Fabric 08H 42W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 52 1 E1420.0836F 99.00 99.00 28.61 28.61 71.10 % +Tile,Face Fabric 08H 36W 5D . Surface Finish . +kira 2 -Pr Cat 3 14 . 5D -Colors . +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Marzullo Project PAS. Alexandria Martinez Page: 7 AMA: Kierstyn Sidor x 'y CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 w -N ea6 Department: 2ND FL -MUNICIPAL SVCS g1n_ ., PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 53 1 E1420.0830F 88.00 88.00 25.43 25.43 71.10 % +Tile,Face Fabric 08H 30W 5D • Surface Finish e +kira 2 -Pr Cat 3 14 • 5D Colors • +kira 2 incense Tag: 2ND FL -MUNICIPAL SVCS 54 4 E1415.1630T 181.00 724.00 52.31 209.24 71.10 % +Tile,Window Top 16H 30W WL • Frame Finish • +sandstone TR . Glazing Finish . +clear Tag: 2ND FL -MUNICIPAL SVCS 55 1 E1353.42E1 370.00 370.00 106.93 106.93 71.10 % +Harness, Beltline,4-Circ,1 Ext -End Pwr Conn 42W Tag: 2ND FL -MUNICIPAL SVCS 56 1 E1353.36E 245.00 245.00 70.81 70.81 71.10 % +Harness, Be ltline,4-Ci rc,Std Pwr Conn 36W Tag: 2ND FL -MUNICIPAL SVCS 57 1 E1353.30E 241.00 241.00 69.65 69.65 71.10 % +Harness, Beltline,4-Ci rc,Std Pwr Conn 30W Tag: 2ND FL -MUNICIPAL SVCS 58 1 E1341.3E 129.00 129.00 37.28 37.28 71.10 % +Power Jumper,4-Circ,4th 8H Tile Above Base Tag: 2ND FL -MUNICIPAL SVCS 59 2 E1341.2E 120.00 240.00 34.68 69.36 71.10 % +Power Jumper,4-Circ,3rd 8H Tile Above Base Tag: 2ND FL -MUNICIPAL SVCS 60 1 E1322.06E 205.00 205.00 59.25 59.25 71.10 % +Power Entry,Ext. Dir Con 4-Circ,6Ft L Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Marzullo Project PAS. Alexandria Martinez Page. 8 AMA: Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 61 1 62 1 63 1 64 2 65 2 66 2 67 3 68 1 59.25 59.25 71.10 % 67.05 67.05 71.10 % 67.05 67.05 71.10 % 24.57 49.14 71.10 % 19.65 39.30 71.10 % 25.43 50.86 71.10 % 25.43 76.29 71.10 % 115.31 115.31 71.10 % Account Executive. Paul Marzullo Project PAS. Alexandria Martinez Page: 9 AMA: Kierstyn Sidor E1322.06E 205.00 205.00 +Power Entry,Ext. Dir Con 4-Circ,6Ft L Tag: 2ND FL -MUNICIPAL SVCS E1311.13 232.00 232.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit B 6/Pkg WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1311.13 232.00 232.00 +15 Amp Receptacle 4 Circuit, Duplex, Circuit B 6/Pkg WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1251.32S 85.00 170.00 +Chg of Ht Fin End Std 32H WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1251.165 68.00 136.00 +Chg of Ht Fin End Std 16H WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1250.38S 88.00 176.00 +Fin End,Std 38H WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1250.385 88.00 264.00 +Fin End,Std 38H WL . Surface Finish . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1230.38SE 399.00 399.00 +Conn,3-Way 90 Vinyl,Pwr 38H WL . Surface Finish . +sandstone WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 59.25 59.25 71.10 % 67.05 67.05 71.10 % 67.05 67.05 71.10 % 24.57 49.14 71.10 % 19.65 39.30 71.10 % 25.43 50.86 71.10 % 25.43 76.29 71.10 % 115.31 115.31 71.10 % Account Executive. Paul Marzullo Project PAS. Alexandria Martinez Page: 9 AMA: Kierstyn Sidor ua, CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM 1 Quote # 164493 as ' Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 69 2 E1222.38SE 345.00 690.00 99.71 199.42 71.10 % +Spacer Vinyl,Pwr 38H WE . Surface Finish S . +sandstone WE . Surface Finish S . +sandstone WE . Top Cap Finish . +sandstone WE . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 70 2 E1220.70SSE 402.00 804.00 116.18 232.36 71.10 % +Conn,2-Way 90 Vinyl,Sq,Pwr 70H WL . Surface Finish . +sandstone WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 71 2 E1220.54SSE 370.00 740.00 106.93 213.86 71.10 % +Conn,2-Way 90 Vinyl,Sq,Pwr 54H WE . Surface Finish . +sandstone WE . Top Cap Finish . +sandstone WE . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 72 4 E1220.38SSE 327.00 1,308.00 94.50 378.00 71.10 % +Conn,2-Way 90 Vinyl,Sq,Pwr 38H WE . Surface Finish . +sandstone WE . Top Cap Finish . +sandstone WE . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 73 2 E1120.70 39.00 78.00 11.27 22.54 71.10 % +Draw Rod 70H Tag: 2ND FL -MUNICIPAL SVCS 74 1 E1120.54 32.00 32.00 9.25 9.25 71.10 % +Draw Rod 54H Tag: 2ND FL -MUNICIPAL SVCS 75 5 E1120.38 31.00 155.00 8.96 44.80 71.10 % +Draw Rod 38H Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Mamullo Project PAS. Alexandria Martinez Page: 10 AMA: Kierstyn Sidor GM CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 76 12 77 1 78 1 79 1 80 2 81 1 82 1 8.96 E1120.38 31.00 372.00 71.10 % +Draw Rod 38H 254.90 213.57 71.10 % 213.57 Tag: 2ND FL -MUNICIPAL SVCS % E1109.7042G 882.00 882.00 +Frame,Pwr 4 -Circ W/Com Pt Lc 70H 42W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1109.7036G 837.00 837.00 +Frame,Pwr 4 -Circ W/Com Pt Lc 70H 36W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS El 109.7024G 739.00 739.00 +Frame,Pwr 4 -Circ W/Com Pt Lc 70H 24W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1109.5430N 537.00 1,074.00 +Frame,Npwr No Access 54H 30W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1109.3836N 520.00 520.00 +Frame,Npwr No Access 38H 36W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS E1109.3836G 711.00 711.00 +Frame,Pwr 4 -Circ W/Com Pt Lc 38H 36W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 8.96 107.52 241.89 71.10 % 254.90 254.90 213.57 71.10 % 241.89 241.89 71.10 % 213.57 213.57 71.10 % 155.19 310.38 71.10 % 150.28 150.28 71.10 % 205.48 205.48 71.10 % Account Executive: Paul Marzullo Project PAS. Alexandria Martinez Page: 11 AMA: Kierstyn Sidor „ CITY OF NEWPORT BEACH 6/6/2019 ;. 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 83 5 El 109.3836G 711.00 3,555.00 205.48 1,027.40 71.10 % +Frame,Pwr 4 -Circ W/Com Pt Lc 38H 36W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 84 2 E1109.3830N 473.00 946.00 136.70 273.40 71.10 % +Frame,Npwr No Access 38H 30W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 85 3 E1109.3830N 473.00 1,419.00 136.70 410.10 71.10 % +Frame,Npwr No Access 38H 30W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 86 2 E1109.3830G 666.00 1,332.00 192.47 384.94 71.10 % +Frame,Pwr 4 -Circ W/Com Pt Lc 38H 30W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 87 5 E1109.3830G 666.00 3,330.00 192.47 962.35 71.10 % +Frame,Pwr 4 -Circ W/Com Pt Lc 38H 30W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 88 2 E1109.3824N 427.00 854.00 123.40 246.80 71.10 % +Frame,Npwr No Access 38H 24W WL . Top Cap Finish . +sandstone WL . Cable Managem . +sandstone Tag: 2ND FL -MUNICIPAL SVCS 89 1 DU7F.D24C 4,543.00 4,543.00 1,394.70 1,394.70 69.30 % @Table Base Kit - 3 Legs, Elec Ext Range, 24D, C Foot Type NNP . Hidden Power A, . @no power access SUD . Switch Option . @simple up down WL . Leg/Foot Finish . @sandstone leg with sandstone foot 57 . Casters/Glides . @glides Tag: 2ND FL -MUNICIPAL SVCS Account Executive. Paul Marzullo Project PAS: Alexandria Martinez Page. 12 AMA: Kierstyn Sidor meCITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER <untagged> 90 2 D1.17F.D24C 4,543.00 9,086.00 1,394.70 2,789.40 69.30 @Table Base Kit - 3 Legs, Elec Ext Range, 24D, C Foot Type NNP a Hidden Power Ai o @no power access SUD a Switch Option a @simple up down WL a Leg/Foot Finish a @sandstone leg with sandstone foot 57 a Casters/Glides a @glides Tag: 2ND FL -MUNICIPAL SVCS 91 1 26.3620-2N 1,100.00 1,100.00 452.10 452.10 58.90 +File,FS Lat Std Pull,2 11 3/4" Dwr 36W 20D TS a Paint/Steel Type a +smooth paint on textured steel WL a Surface Finish a +sandstone T2 a Top a +1 1/4" -high painted metal top with squared edge KA a Lock a +keyed alike B2 a Base Height a +1 1/2" -high base CB o Counterweight a +counterweight (recommended) 9P a Drawer Interior o +front -to -back filing rail Tag: 2ND FL -MUNICIPAL SVCS 92 1 26-3020-2E 1,081.00 1,081.00 444.29 444.29 58.90 % +File,FS Let Std Pull,2 13 1/8" Dwr 30W 20D TS a Paint/Steel Type a +smooth paint on textured steel WL a Surface Finish a +sandstone TL a Top a +1 1/4" -high laminate top with thermoplastic edge 29 a Top Finish a +misted 29 a Edge Finish a +misted KA a Lock a +keyed alike B2 a Base Height a +1 1/2" -high base CB a Counterweight a +counterweight (recommended) 9P a Drawer Interior a +front -to -back filing rail Tag: 2ND FL -MUNICIPAL SVCS KEY 93 3 232092-229 .00 .00 .00 .00 % Lock Plug & Keys Tag: 2ND FL -MUNICIPAL SVCS a 94 3 232092-227 .00 .00 .00 .00 % Lock Plug & Keys Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Marzullo Project PAS: Alexandria Martinez Page: 13 AMA: Kierstyn Sidor weCITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11 25 30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER KEY 95 2 232092-226 .00 .00 .00 .00 % Lock Plug & Keys Tag: 2ND FL -MUNICIPAL SVCS OPT 96 1 SA768577 320.00 320.00 92.48 92.48 71.10 % Squared -Edge Transaction Surface, Rectangular End • • Standard Product Reference:E2812.48LN2929 • • Modified Product Reference::E2812.**LN2929 • • Deviation:: Depth, Width, Radius • • Edge:V:vinyl edge • Depth:**:single sided trans top, 8.75" deep, overhanging the normal • Released for Production:T:true • Width:**:approx. 63.5" wide. Spanning from users left to right, (1) 2 • Finished End Cutout:N:no cutout • Top Finish:29:misted • Edge Finish:29:misted • • Radius:**:visitor's side to have a 3" radius on corners • • NOTE 1:" All mounting hardware to be included • NOTE 2:**:Prevents any conflict with height adjustable table on the Tag: 2ND FL -MUNICIPAL SVCS 97 2 SA762057 644.00 1,288.00 186.12 372.24 71.10 % Squared -Edge Transaction Surface, Rectangular End • Standard Product Reference:E2812.48LN2929 • Modified Product Reference::E2812.**LN2929 • • Deviation:: Depth, Width, Radius • Edge:V:vinyl edge • Depth:**:single sided trans top, 8.75" deep, overhanging the normal • Released for Production:T:true • • Width:**:approx. 100.5" wide. Spanning from user's left to right, (1)2 • Finished End Cutout:N:no cutout • • Top Finish:29:misted • • Edge Finish:29:misted • • Radius:**:visitor's side to have a 3" radius on corners • • NOTE 1:**:AII mounting hardware to be included • • NOTE 2:**:Prevents any conflict with height adjustable table on the Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Mamullo Project PAS. Alexandria Martinez Page: 14 AMA: Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM 0 Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER OPT 98 1 SA761866 987.00 987.00 303.01 303.01 69.30 % Renew Sit -to Stand 90 Degree Extended Corner Table Top • . Standard Product Reference:U1BC4KF306060DNNPSL2929NNN • Modified Product Reference::U1BC4KF24786030D . Deviation::Width - Shape - Depth . Shape:**:curved corner with no back corner cut . Depth:2430:24" deep left x 30" deep right (23" x 29" surface size) . VYidth:7860:78" Wide Left, 60" Wide right (76" x 58" surface size) . Edge:S:squared-edge . Surface Material: L:laminate top/thermoplastic edge . Top Finish:29:misted . Edge Finish: 29:misted . Power Access Cutout:NNN:no cutout • . NOTE:**:No predrilled holes Tag: 2ND FL -MUNICIPAL SVCS 99 1 SA756728 892.00 892.00 273.84 273.84 69.30 % Renew Sit -to Stand 90 Degree Extended Comer Table Top • • Standard Product Reference:U1BC4KF246060DNNPSL2929NNN • • Modified Product Reference::U1BC4KF246072D • • Deviation:: Shape - Width - No Predrilled Holes • Shape:**:curved corner with no back corner cut • • Leg Type:C:C-leg • Depth:24:24" deep (23" surface size) • Width:6072:60" wide left x 72" wide right (58" x 70" surface size) • Height Adjustment: D:electricextended range • Hidden Power Access:NNP:nopower access • Edge:S:squared-edge • Surface Material: L: laminate top/thermoplastic edge • Top Finish: 29: misted • • Edge Finish:29:misted • Power Access Cutout:NNN:no cutout • • NOTE:**:No predrilled holes Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Mamullo Project PAS: Alexandria Martinez Page: 15 AMA: Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM w Quote # 164493 u Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS HERMANMILLER OPT 100 1 (1) PER SA673504 70.00 70.00 21.49 21.49 69.30 % TABLE Renew/ Motia Cable Management Kit • • Standard Product Reference:RENEW / MOTIA CABLE MANAGEM • Modified Product Reference:: RENEW/ MOTIA CABLE MANAGEM • • Deviation:: External Cable Management Kit for Renew or Motia Tabl • Description:: Kit to include: (1) 15.62' long wire manager, part # 900 • • NOTE #1::Kit to be attached to back of Renew/Motia table leg (Star • • NOTE #2:**:HMI not resposible for durability of mesh Tag: 2ND FL -MUNICIPAL SVCS 101 2 (1) PER TABLE HUMANSCALE <untagged> 102 2 103 4 GMHARDWARE SA573504 70.00 140.00 21.49 42.98 69.30 % Renew / Motia Cable Management Kit • Standard Product Reference: RENEW/ MOTIA CABLE MANAGEM'. • Modified Product Reference:: RENEW/ MOTIA CABLE MANAGEM • • Deviation:: External Cable Management Kit for Renew or Motia Tabl • Description:: Kit to include: (1) 15.62' long wire manager, part # 900 • NOTE #1::Kit to be attached to back of Renew/Motia table leg (Star • NOTE #2:**:HMI not resposible for durability of mesh Tag: 2ND FL -MUNICIPAL SVCS M2 350.00 700.00 150.14 300.28 57.10 % M2 Monitor Arm C- • M2 Mount Optior • Clamp Mount S • M2 Color Option • Silver with Gray Trim 2 • M2 Arm Style • 8" Straight Link/Dynamic Link S • M2 End of Arm • Standard Ball Joint • M2 VESA Plate • Standard 100mm x 100mm Black -also with 75x75 • Individual Packs. • Standard packaging for orders of 3 or more -•- • Plug and Cable ( • No Selection Tag: 2ND FL -MUNICIPAL SVCS M2 350.00 1,400.00 150.14 600.56 57.10 % M2 Monitor Arm C- • M2 Mount Optior • Clamp Mount S • M2 Color Option • Silver with Gray Trim 2 • M2 Arm Style • 8" Straight Link/Dynamic Link S • M2 End of Arm • Standard Ball Joint • M2 VESA Plate • Standard 100mm x 100mm Black - also with 75x75 • Individual Packa. • Standard packaging for orders of 3 or more --- • Plug and Cable ( • No Selection Tag: 2ND FL -MUNICIPAL SVCS Account Executive: Paul Mamullo Project PAS: Alexandria Martinez Page: 16 AMA: Kierstyn Sidor GJ CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:30 AM Quote # 164493 Department: 2ND FL -MUNICIPAL SVCS PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended 2ND FL -MUNICIPAL SVCS GMHARDWARE <untagged> 104 1 (1) PER GMHARDWARE .00 .00 17.50 OFFICE 1 (1) GM -SURGE -8'--WHITE PER RENEW HEIGHT ADJ. TABLE Tag: 2ND FL -MUNICIPAL SVCS 105 2 (1) PER GMHARDWARE .00 .00 17.50 OFFICE 1 (1) GM -SURGE - 8' --WHITE PER RENEW HEIGHT ADJ. TABLE Tag: 2ND FL -MUNICIPAL SVCS Product Subtotal: $20,592.99 17.50 % 35.00 % Account Executive. Paul Marzullo Project PAS: Alexandria Martinez Page: 17 AMA. Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 j 2ND FLOOR MUNICIPAL SERVICES 11:25:37 AM { Quote # 164493 Department: CONFERENCE ROOM PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended CONFERENCE ROOM HERMANMILLER <untagged> 1 1 TPL-07218 374.00 374.00 153.71 @Meridian File Top, Lam Top[TP Edge 72W 18D LBD . Top Finish . +dark brown walnut LBD . Edge Finish . +dark brown walnut Tag: CONFERENCE ROOM QUARTET <untagged> 2 1 G9648NMW .00 .00 626.24 Quartet Infinity Glass Dry -Erase Board, 8'x 4', White Tag: CONFERENCE ROOM HERMANMILLER <untagged> 3 1 ET1V58VSLSQNG 5,024.00 5,024.00 1,567.49 @Eames Conference Table,Oval,Segmented Base,Laminate Top,Sq Vinyl Edge,No Grommet,28-112H 54D 120W LBD . Top Finish . @dark brown walnut LBD . Edge Finish . @dark brown walnut MS . Column Finish . @metallic silver MS . Base Finish . @metallic silver G . Casters/Glides . @glides Tag: CONFERENCE ROOM ENCORE <untagged> 4 12 HERMANMILLER <untagged> 5554-U 1,182.00 14,184.00 551.99 5554-U Memento Executive Swivel Tilt Chair, Upholstered Back, Fixed Arm FP01 . Polished Alumim . Arm Finish: Fully Polished Arm (No Arm Cap) PA . Base Selection . Base. Polished Aluminum G5 . Upholstery Seler. GRD: Upholstery Grade 5 M05 . Grade 5 Fabric L . Momentum Grade 5 (FORAY) . Momentum Grac. PATTERN. Foray TOR . .IRON Options Available Options Complete Tag: CONFERENCE ROOM 153.71 58.90 % 626.24 % 1,567.49 68.80 % 6,623.88 53.30 % Account Executive. Paul Marzullo Project PAS: Alexandria Martinez Page. 1 AMA: Kierstyn Sidor *I] CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:37 AM Quote # 164493 Department: CONFERENCE ROOM PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended CONFERENCE ROOM HERMANMILLER <untagged> 5 2 46-3618-29 997.00 1,994.00 461.61 923.22 53.70 % +Stg Case,Std Pull 36W 18D CaseHgt 26 1/41-1 TS . Paint/Steel Type . +smooth paint on textured steel MS . Surface Finish . +metallic silver NS2 . Interior . +2 shelves total KA . Lock/Doors . +keyed alike, black T2 . Top . +1 1/4" -high painted metal top with squared edge B2 . Base Height . +1 1/2" -high base Tag: CONFERENCE ROOM Product Subtotal: $9,894.54 Account Executive: Paul Marzullo Project PAS: Alexandria Martinez Page: 2 AMA. Kierstyn Sidor CITY OF NEWPORT BEACH 6/6/2019 2ND FLOOR MUNICIPAL SERVICES 11:25:37 AM Quote # 164493 Department: MICAHS OFFICE PO # Sales Order # Discount % List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended MICAHS OFFICE HERMANMILLER <untagged> 1 1 ET1V43VSLSQNG 2,023.00 2,023.00 631.18 631.18 68.80 % @Eames Conference Table,Oval,Segmented Base,Laminate Top,Sq Vinyl Edge,No Grommet,28-1/2H 36D 72W LBD • Top Finish • @dark brown walnut LBD • Edge Finish • @dark brown walnut MS . Column Finish . @metallic silver MS . Base Finish . @metallic silver G . Casters/Glides . @glides Tag: MICAHS OFFICE ENCORE <untagged> 2 4 5554-U 1,182.00 4,728.00 551.99 2,207.96 53.30 % 5554-U Memento Executive Swivel Tilt Chair, Upholstered Back, Fixed Arm FP01 . Polished Alumini • Arm Finish: Fully Polished Arm (No Arm Cap) PA . Base Selection • Base: Polished Aluminum G5 . Upholstery Selec . GRD: Upholstery Grade 5 M05 . Grade 5 Fabric L . Momentum Grade 5 (FORAY) . Momentum Grac . PATTERN: Foray TOR • • IRON ""` • Options Availabl, • Options Complete Tag: MICAHS OFFICE Product Subtotal: $2,839.14 Account Executive. Paul Marzullo Project PAS: Alexandria Martinez Page: 1 AMA: Kierstyn Sidor N C W w U U Q > m w w LLI U) p m J F- a_ F-- "' _U Z Q' LL LUU W U- 0 O U J JO a F - LL. N p O Z = N F— W w W J J_ Z Q W W m O c� CL v w C.0 Z LL O LU W O U O L O Z O_ x U) LU C) W U y H a O W J m F¢ - W Q 0 a 0 2 U Q W CO H Of d rn W CSO Z LL 41- O LL F- C-) O U CJ a 0 •• co 0 •• .. I , r�Z CN; 1 ♦} • ' tiY*. LU I, t I t e t I• I •y V� LLI 2 U Q W CO H Of d rn W CSO Z LL 41- O LL F- C-) O U CJ a 0 LU U w J a U Z W O O J U- 0 O Z N U Q w m O w W Z LL O } H U Q K O H Z O W J z _Z CO N ME W J Q U Cl) Z Q 2 ii i C_ 2 CO Z LL W F- CO w U it W N J a U Z a' O O J LL 0 Z N S U Q w m O CL w Z LL O } H U 0 0 U O O w W U Z W w w LL Z O U M rn v w O CY n w 6i U CO Z 0 LU � U LL) KQ p LU of C7 Q a 0 N of w LU V) Z a w O Z F- F- � w O w U n w U w Z 0 LU a KQ p o of u a Z N O O m V) Z a w V) O w � FX a LU w L w LU J J x J z 0z r - Z Z LLJ 'G w J m Lr w w fn = H = U U' a 0 co LU _U LU W J a U z 0 0 J LL 0 z N U Q W 00 F- O CL Z: z LL O } U w U LL LL 0 N 2 Q _U M N N W J no H lL z 0 U N W Q W it W J J_ z a LU LU Cl) 0) IT C. W F— m9 J w CO F' U W w o 0 w O Z =2 F-- to (n W O W U w U W N J a U Z O O J LL 0 Z N O Z W M W m W O U Z W } O U- 6 U w LL C/) m (D Wg c7 LL Z Of W uj 0 O _J Q� CO 0 0 v a E 04 S3JIn83S lVdIJINf1W ' a � � � � ? 00 � HJVIS MdM3N JO ),llD 3 a a a t a a a e ,.1. �. \ S3JIA83S lW H�V38 1MOdMDN M3N A j011Alli Y (WV 00 5 4 O LL � 'z ai 9499§s _ i m 10 a ®®T , 0 N S3OIh213S IYdIOIVdIZ)lNf1W 00 s HOVH iNOdM3N JO Ai O a 4 s s s s s LL z lin W Uu N Q Z Z V N 00 M U C C f6 —w c� m0 EE a`) o 2U W Oo W m w co W W O R A W W O W OD W O AM - o - V c c�i T E 0 3 W 3 NO£18£ JO£18£ ONE L1,11,1111 il co Jim! LliIli 54130N 54130N wco A "CONIIIIIIIII—I co co 100 fl II 1 'fes O :ti NO£18£ NO£18£ 90M o - CJ - = N - - o i ao x S. 2W C U E N N _ 2W D- U V C 40 - le Q lw U W 3 u LL o m u m a d W V U'. M �- LL U LL F i w v W � _ 4 1N N C U (0 C � ELU w w i a _ N O 3 O N T OJ 3 C _ 3 U M cc M 0 Cl) za Cl) M, O co za Cl) U C C m a c� Co O EE N o 2U JAM o 0 1 W 3 V < LL 3 € —Cc Cc 11 BF � Z z r iiu ccu C � n x r JAM o 0 1 W 3 V < LL 3 O C"> 00 m U C co U co �a C co @'C U N N 2W o _ z N ' O 3 W 3 w 00 M 11J p co m o IV Z co C W O O Mwl O C"> 00 m U C co U co �a C co @'C U N N 2W o _ z N ' O 3 W 3 r 0 V V V I G U tz N S - _ 3 O U C o - U ' o i ro 3 U C i N C (6 N E> co N N y ; g a Am p N Ila S30IAd3S WJ OINfiW H0V]q iaOdM3N AO Al a e a a a a 3 v a CV N CV 10 CINDER BLOCKI U� Ocr) p z_ O r " r LX F 0 U J� I� w Q cl Q (7 m N h 3 8 - � U a m AMS3JVA83Stl1Vd101NnvN HOV39 I8OdM3N 40All0 a a a a a a a s F, 3�Nvav3i� vav G V V (V NO m U C i N c3 mm E> wo 2m N O 3 O - � U N O OJ EXHIBIT B LEAD PUBLIC AGENCY MASTER AGREEMENT GOFORTH & MARTI Page B-1 c.Gp��Y OF F�IR9� County of Fairfax, Virginia To protect and enrich the quality of life for the people, neighborhoods and diverse communities of Fairfax County 1)41 VIRGIN\P OCT 10 2012 Herman Miller, Inc. 855 East Main Ave P.O. Box 302 Zeeland, MI 49464 Attention: Dave Gillman, Contract Manager Reference: RFP2000000330 — Office Furniture and Related Services and Solutions Dear Mr. Gillman: ACCEPTANCE AGREEMENT Contract Number: 4400003403 This acceptance agreement signifies a contract award to Herman Miller, Inc. in it's entirety for Office Furniture and Related Services and Solutions. The period of the contract is from January 1, 2013, through December 31, 2016, with four (4), one (1) year renewal options. The contract award shall be in accordance with the following: 1) This Acceptance Agreement; 2) The signed Memorandum of Negotiations Please note that this is not an order to proceed. A Purchase Order, which constitutes your notice to proceed, will be issued by the County. Please provide your Insurance Certificate according to Special Provisions paragraph 14 within ten (10) days of receipt of this letter. Contract award documents may be viewed on the Department of Purchasing and Supply Management website at www.fairfaxcounty.gov/cregister. " PA�_X�- - Cathy A. M e, CPPO Director/County Purchasing Agent Department of Purchasing and Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035 Website: www,fairfaxcounty.gov/dpsm Phone: 703-324-3201, TTY: 1-800-828-1140, Fax: 703-324-3228 GOJ��y OFF, County of Fairfax, Virginia To protect and enrich the quality of life for the people, neighborhoods and diverse communities of Fairfax County vaz �rRGIN�P MEMORANDUM OF NEGOTIATION RFP2000000330 The County of Fairfax (hereinafter called the County) and Herman Miller, Inc. (hereinafter called the Contractor) hereby agree to the following in the execution of Contract 4400003403. The final contract contains the following items: a. Fairfax County's RFP2000000330 b. All Addenda C. Herman Miller, Inc. Technical and Business proposal as amended by this Memorandum of Negotiations d. Response to clarifications dated August 7, and 8, 2012 e. The Memorandum of Negotiations The following and are to be included in the contract: 1. This contract will begin on January 1, 2013 and terminate on December 31, 2016. Fairfax County reserves the right to renew the contract for four (4) years, one (1) year at a time by mutual agreement. 2. Revised Cost Proposal Attachment A — Price Sheet— submitted via e-mail on August 9, 2012. 3. Discounts will remain firm for the duration of the contract. Discounts will be taken from the price books dated September 4, 2012 until new price books are released. All other prices, terms, and conditions remain the same. John Aprhin, vice President of Operations Date & North erica Strategy Development Hermani er Inc. l wqiz Cathy A. Muse, PFIO Date Director/County urchasing Agent Department of Purchasing and Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035 Website: www.fairfaxcounty.gov/dpsm Phone: 703-324-3201, TTY: 1-800-828-1140, Fax: 703-324-3228 {y OFF,I County of Fairfax, Virginia �rRCIN�N AMENDMENT NO. 15 MAR — 8 2018 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR SUPPLIER CODE CONTRACT NO. Herman Miller Inc. 1000011666 4400003403 855 East Main Ave. Zeeland, MI 49464 By mutual agreement, contract 4400003403 is amended as indicated below, effective immediately. ADD New Products Discounts $04100,000 List Dock Inside Basic Expanded Install Install Mora System 51% 49% 46% 44% All other discounts, to and conditions remain the same. � .1 �-Steve mana Cathy A. Muse, CPPO Director/County Purchasing Agent DISTRIBUTION Department of Finance — Accounts Payable Facilities Management Dept. — Bill Robinson/e Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities — Tyler McCall—tmccallpuscommunities.org Contractor—clave gillman(a)hermanmiller.com Contract Specialist — G. Bright Asst. Contract Specialist - Team 2 $100,000 - $400,000 List Dock Inside Basic Expanded Install Install 53% 51% 48% 46% Department of Procurement & Material Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www. fairfaxcounly. kovi procurement Phone (703) 324-3201, TTY: 711, Fax: (703) 324-3228 tt OF Fq� County of Fairfax, Virginia i ❑4t AMENDMENT NO. 14 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR Herman Miller Inc. 855 East Main Ave. Zeeland, MI 49464 SUPPLIER CODE 1000011666 JAS! 12 2018 CONTRACT NO. 4400003403 By mutual agreement contract 4400003403 is amended as indicated below effective February 5, 2018. PRICE ADJUSTMENT/INCREASE The purpose of this amendment is to notify all users that Herman Miller Inc. is implementing a price list adjustment effective February 5, 2018. There is an overall average increase on the price list of 1.9%. All other discounts, terms, and conditions remain the same. - Pw Steve Pierson, CPPB Cathy A. Muse, CPPO Contracts Manager Director/County Purchasing Agent DISTRIBUTION Department of Finance — Accounts Payable Contractor: dave_gillman@hermanmiller.com Facilities Management Dept. — Bill Robinson/e Contract Specialist— G. Bright Facilities Management Dept. — Rhinda Edwards/e Asst, Contract Specialist - Team 2 Facilities Management Dept. — Christine Covey/e U. S. Communities — Tyler McCall — tmccall(a)uscommunities.org Department of Procurement & Material Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website! www.fairfaxcountv.eov/procurement Phone (703) 324-3201, TTY: 711, Fax: (703) 324-3228 , County of Fairfax, Virginia i L/fl GIMP AMENDMENT NO. 13 DEC 0 7 2017 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR SUPPLIER CODE CONTRACT NO. Herman Miller Inc. 1000011666 4400003403 855 East Main Ave. Zeeland, MI 49464 By mutual agreement, contract 4400003403 is amended as indicated below, effective immediately. ADD New Products Discounts $04100,000 List Dock Inside Basic Expanded Install Install Prospect Portfolio 51% 49% 46% 44% Intent Solution 53% 51% 48% 46% All other othher d7�—' rms, and conditions remain the same. l • ^ ve pterson OPPB Cathy A. Muse, CPPD iwacts Director/County Purchasing Agent DISTRIBUTION $100,000 - $400,000 List Dock Inside Basic Expanded Install Install 53% 51% 48% 46% 55% 53% 50% 48% Department of Finance — Accounts Payable Contractor — clave gillman(cDhermanmiller.com Facilities Management Dept. — Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities — Corey Imhoff—tmccallt7a.uscommunities.org Department of Procurement & Material Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www.fairfaxcounygov/domm/dpmm Phone (703) 324-3201, TTY: 711, Fax: (703) 324-3228 � OPp,V County of Fairfax, Virginia 1992 1%RGM1P SEP 2 9 2017 AMENDMENT NO. 12 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR SUPPLIER CODE CONTRACT NO. Herman Miller 1000011666 4400003403 855 East Main Ave. Zealand, MI 49464 By mutual agreement, Contract 4400003403 is renewed for three (3) years at existing prices, discounts, terms, and conditions, effective January 1, 2018, through December 31, 2020. There are no more renewal options remaining for this contract. ACCEPTANCE: BY: (Signature) a- 65► (Printed) Ca y A. Muse, CPPD Director/County Purchasing Agent DISTRIBUTION q•20 •201^7 (Date) Department of Finance — Accounts Payable Contract Specialist — G. Bright Facilities Management Dept. — Bill Robinson/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Cathy Spaine/e Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities—Corey Imhoff —cimhoff0uscommunities.orc Contractor: clave aillmanahermanmiller.com Department of Procurement & Material Managc rnent 12000 Government Center Parkway, Suitc 427 Fairfax, VA 22035-0013 Website: www.fairfaxcoiiM..gov/dlt3mm Phone 703-324-3201, TTY: 711, Fax: 703-324-3228 County of Fairfax, Virginia t ��RctN�n AMENDMENT NO. 11 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR Herman Miller Inc. 855 East Main Ave. Zeeland, MI 49464 SUPPLIER CODE MAY 2 3, CONTRACT 4400003403 By mutual agreement contract 4400003403 is amended as indicated below effective immediate 1. ADD New Products Discounts $04100,000 List Dock Inside Basic Expanded Install Install Verus Seating 51% 49% 48% 46% (Ergonomic chair) All other discounts, terms, and conditions remain the same. —`/ Qj� ft" CPPB /Cathy A. Muse, CPPD C,OfMfeCs /o DirectorlCounty Purchasing Agent Menalpir DISTRIBUTION $100,000 - $401 Dock Inside Basic E Install Ir 53% 51% 50% 4 Department of Finance — Accounts Payable Contractor Facilities Management Dept. — Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Tea Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities— Corey Imhoff — cimhoffCaluscommunities.org Department of Procurement & Material M 12000 Government Center Parkwa Fairfax, VA Website: www.fairfaxcounri Phone (703) 324-3201, TTY: 1-800- 828-1140, Fax: (70: County of Fairfax, Virginia yRGIN��' AMENDMENT NO. 10 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR SUPPLIER CODE Herman Miller Inc. 855 East Main Ave. Zeeland, MI 49464 1000011666 JAN 312 CONTRACT 4400003403 By mutual agreement contract 4400003403 is amended as indicated below effective February 6 PRICE ADJUSTMENT/INCREASE The purpose of this amendment is to notify all users that Herman Miller Inc. is implemer price list adjustment effective February 6, 2016. There is an overall average increase on list of 1.96%. 2. ADD New Products Discounts $0-$100,000 List Dock Inside Basic Expanded Install Install Keyn Seating 49% 47% 46% 44% (Ergonomic side chair) Naughtone 46% 44% 43% 41% (Lounge Seating) All other discounts, terms, and conditions remain the same. Cathy A. Mu e, CPPO Director/County Purchasing Agent DISTRIBUTION $100,000 - $400 Dock Inside Basic E) Install In: 51% 49% 48% 4E 46% 44% 43% 41 Department of Finance — Accounts Payable Contractor Facilities Management Dept. — Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Teai Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities — Corey Imhoff — cimhoffQuscommunities.org Department of Purchasing & Supply M: 12000 Government Center Parkway Fairfax, VA 2 Website: www.fairfaxcount) Phone (703) 324-3201, TTY: 1-800- 828-1140, Fax: (703 County of Fairfax, Virginia 1 JR 1 �Hl;INIJ' CONTRACT TITLE: CONTRACTOR Herman Miller 855 East Main Ave. Zealand, MI 49464 AMENDMENT NO. 9 Office Furniture and Related Services SUPPLIER CODE 1000011666 OCT 0 3 2016 CONTRACT NO. 4400003403 By mutual agreement. Contract 4400003403 is renewed for one (1) year at existing prices, discounts, terms, and conditions, effective January 1, 2017, through December 31, 2017. This is the first of four (4) renewal options available. BY: (Si lure) (Title) (Printed) (Date) . Q�r�� ",/ Cathy Muse, CPPD ' /l/l Director/r/ County Purchasing Agent DISTRIBUTION Steve Pierson, CPPB Contracts Manager Department of Finance—Accounts Payable Contractor Facilities Management Dept. — Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. —Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. —Christine Covey/e U. S. Communities — Corey Imhoff — cimhoffOuscommunities.org partment of Procurement & Material Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www,fairfaxcounty.gov/bmmm Phone 703-324-3203, TTY: 711, Fax: 703-324-3228 Virginia County of Fairfax, °eciN.n AMENDMENT NO. 8 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR Herman Miller Inc. 855 East Main Ave. Zeeland, MI 49464 SUPPLIER CODE 1000011666 AUG 0 3 1016 CONTRACT NO. 4400003403 By mutual agreement contract 4400003403 is amended is indicated below effective immediately, 1. ADD: New Products Discounts $04100,000 List Dock Inside Basic Expanded Install Install Plex Lounge Furniture 46% 44% 43% 41°% Motia Sit -To -Stand 67°% 65% 62°% 60°% Tables All other discoun ms, and conditions remain the same. Cathy A. Muse, CPPO COltVWW MtsfWK Director/County Purchasing Agent DISTRIBUTION $100,000 - $400,000 List Dock Inside Basic Expanded Install Install 48% 46% 45% 43°% 69% 670/. 64°% 62°% Department of Finance — Accounts Payable Contractor Facilities Management Dept. — Bill Robinsonle Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities — Corey Imhoff — cimhoffAuscommunities orr Department of Proenrement and Material Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Wehsite: www fairfaxcount% eov/dQmm Phone (703) 324-3201, TTY: 711, Fax: (703) 324-3228 County of Fairfax, Virginia hRCIN�P AMENDMENT NO. 7 Revised CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR SUPPLIER CODE Herman Miller Inc. 855 East Main Ave. Zeeland, MI 49464 1000011666 APR 2 0 2016 CONTRACT NO. 4400003403 By mutual agreement contract 4400003403 is amended as indicated below effective May 1, 2016. ADD New Product Discounts $0-$100,000 List $100,000 - $400,000 List Dock Inside Basic Expanded Dock Inside Basic Expanded Install Install Install Install Nemschoff 48% 47% 46% 45% 48% 47% 46% 45% Furniture NOTE: This will include the full vocabulary of Nemschoff products with the exception of Nemschoff furniture with motion mechanisms, e.g. reclining lounge chairs and similar furniture with a moving mechanical mechanism. All other dis �ms, and conditions remain the same. �� MM Plie ", CPPB 6athyA. Muse, CPPD Director/County Purchasing Agent DISTRIBUTION Department of Finance — Accounts Payable Contractor Facilities Management Dept. — Bill Robinsonle Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Coveyle U. S. Communities — Corey Imhoff — cimhoff(c uscommunities.org Department of Purchasing & Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www.fairfaxcounry.eov/dosm Phone (703) 324-3201, TTY: 1-800- 828-1140, Fax: (703) 324-3228 J��Y OF Fq� County of Fairfax, Virginia 1742 LrRGIN�P AMENDMENT NO. 6 Revised CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR VENDOR CODE Herman Miller Inc. 1000011666 855 East Main Ave. Zeeland, MI 49464 JAN 0 6 2016 CONTRACT NO. 4400003403 By mutual agreement contract 4400003403 is amended as indicated below effective February 1, 2016. 1. PRICE ADJUSTMENT/DECREASE The purpose of this amendment is to notify all users that Herman Miller Inc. is implementing a price list adjustment effective February 1, 2016. There is an overall average reduction on the price list of .45% 2. ADD New Products Discounts 3. IMPROVED DISCOUNT (Sit -on -It Seatin $0-$100,000 List Dock Inside Basic Expanded 52.50% Install Install Domino Storage 40% 38% 35% 33% (Storage Modules) $100,001 -$250,000 58.25% Ward Bennett 43% 41% 38% 36% (Classical Seating, Storage i & Other Furniture) Renew link 67% 65% 62% 60% (Benching System) Exclave Performance 53% 51% 48% 46% Gear (Collaborative Furniture Product Line) 3. IMPROVED DISCOUNT (Sit -on -It Seatin $100,000 - $400,000 List Dock Inside Basic Expanded Install Install 42% 40% 37% 35% 45% 43% 40% 38% 69% 67% 64% 62% 55% 53% 50% 48% Basic Install Expanded Install 51.50% Dock Inside $0-$15,000 54.50% 52.50% $15,001 - $50,000 55.2% 53.25% $50,001 -$100,000 56.25% 54.25% $100,001 -$250,000 58.25% 56.25% $250,001+ Negotiated Negotiated $100,000 - $400,000 List Dock Inside Basic Expanded Install Install 42% 40% 37% 35% 45% 43% 40% 38% 69% 67% 64% 62% 55% 53% 50% 48% Basic Install Expanded Install 51.50% 49.50% 51.50% 50% 52.25% 50.25% 55% 53% Negotiated Negotiated Department of Purchasing & Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www.fairfaxcounty.gov/dosm Phone(703)324-3201, TTY: 1-800- 828-1140, Fax: (703) 324-3228 Amendment No. 6 4400003403 Page 2 4. PRODUCTS DISCONTINUED Sense Desking My Studio environments Q Tables First Office Products All other discounts, terms, and conditions remain the same. Cal Cathy A. MU#3, CPPO Director/County Purchasing Agent Department of Finance — Accounts Payable Contractor Facilities Management Dept. — Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwardsle Facilities Management Dept. — Christine Covey/e U. S. Communities — Corey Imhoff —cimhofflcDuscommunitiesog oJ�ty or ra�� rt County of Fairfax, �n2GiN1P CONTRACT TITLE CONTRACTOR Herman Miller Inc. 855 East Main Ave. Zeeland, MI 49464 AMENDMENT NO. 5 Office Furniture and Related Services SUPPLIER CODE 1000011666 Virginia JUN 17 2015 CONTRACT NO. 4400003403 By mutual agreement contract 4400003403 is amended as indicated below effective immediately, Add: New Products Discounts $04100,000 List Dock Inside Basic Expanded Install Install Canvas Dock 69% 67% 64% 62% Metaform Portfolio 53% 51% 48% 46% Compass System 54% Neg. Neg. Neg. All other discounts, terms, and conditions remain the same. —...J S',2ve P'lolson, CPPB, VCO P. CPPD COCiiraCtS Mmager Purchasing Agent $100,000 - $400,000 List Dock Inside Basic Expanded Install Install 71% 69% 66% 64% 55% 53% 50% 48% 55% Neg. Neg. Neg. Department of Finance — Accounts Payable Contractor Facilities Management Dept. —Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities—Corey Imhoff —cimhoff(o)uscommunities.oro Department of Purchasing & Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www.fairfaxcounly.Pov/dPsm Phone(703)324-3201, TTY: 1-800- 828-1140, Fax: (703)324-3681 TY OF F� County of Fairfax, Virginia 1]42 �rACIN�N AMENDMENT NO. 4 CONTRACT TITLE: Office Furniture and Related Services and Solutions SUPPLIER CODE Herman Miller Inc. 1000011666 855 East Main Ave. Zeeland, MI 49464 JAN 2 0 2015 CONTRACT NO. 4400003403 1. PRICE INCREASE The purpose of this amendment is to notify all users that Herman Miller Inc. is implementing a price list adjustment of 1.7%, effective February 2, 2015. The new price list also includes new and refreshed fabrics, finishes and options. 2. ADD New Products Discounts $0-$100,000 List Dock Inside Basic Expanded Install Install Layout Studio 51% (A Flexible Bench Solution) AGL Tables 40% (Conference Room Table) 49°/a 46% 44% 38% 37% 35% Herman Miller 400% 38% 37% 35% Collection (A group of design oriented products for office and lounge areas) All other terms and conditions remain the same. J � Steve Person, CPPB, VCO Cd Cathy Muse, CPPD Contracts Manager Director/County County Purchasing Agent DISTRIBUTION $100,000 - $400,000 List Dock Inside Basic Expanded Install Install 53% 51% 48% 46% 42% 40% 39% 37% 42% 40% 39% 37% Department of Finance — Accounts Payable Contractor Facilities Management Dept. —Christine Covey/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwards/e U. S. Communities — Corey Imhoff — cimhoff@uscommunities.org Department of Purchasing & Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www,fairfaxcounty.gov/dpsm Phone (703) 324-3201, TTY: I-800- 828-1140, Fax: (703) 324-3681 County of Fairfax, Virginia 1]42 %RGIrnP AMENDMENT NO. 3 MAR 2 7 2014 CONTRACT TITLE: Office Furniture and Related Services CONTRACTOR SUPPLIER CODE CONTRACT NO. Herman Miller Inc. 1000011666 4400003403 855 East Main Ave. Zeeland, MI 49464 By mutual agreement contract 4400003403 is amended as indicated below effective immediately. Add: New Products Discounts $0-$100,000 List $100,000 - $400,000 List Dock Inside Basic Expanded Dock Inside Basic Expanded Install Install Install Install Renew Sit -to -Stand 67% 65% 62% 60% 69% 67% 64% 62% Locale 58% 56% 53% 51% 60% 58% 55% 53% Public Office 54% 52% 49% 47% 56% 54% 51% 49% Landscape All other discounts, terms, and conditions remain the same. F,—,,.,----.SleveP'ierson,CPPB,VCO -Cathy A. Muse, CPPO Cortims Manager Director/County Purchasing Agent DISTRIBUTION Department of Finance — Accounts Payable Contractor Facilities Management Dept. — Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities — Corey Imhoff — cimhoffouscommunities.or Department of Purchasing & Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www.fairfaxcounty.Pov/dpsrn Phone (703) 324-3201, TTY: 1-800- 828-1140, Fax: (703) 324-3681 OJ�.C( OF Pq�q' �f County of Fairfax, Virginia hncrnn DEC 2 0 2013 AMENDMENT NO. 2 CONTRACT TITLE: Office Furniture and Related Services and Solutions CONTRACTOR SUPPLIER CODE CONTRACT NO. Herman Miller Inc. 1000011666 4400003403 855 East Main Ave. Zeeland, MI 49464 The purpose of this amendment is to notify all users that Herman Miller Inc. is implementing a price list adjustment of 2.6%, effective February 3, 2014. The new price list also includes new and refreshed fabrics, finishes and options. All other terms and conditions remain the same. pu—, Steve Pierson, CPPB, VCO athy A. Muse, CPPO Contracts Manager Director/County Purchasing Agent Department of Finance — Accounts Payable Contractor Facilities Management Dept. — Bill Robinsonle Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spaine/e Asst. Contract Specialist - Team 2 Facilities Management Dept. — Rhinda Edwards/e Facilities Management Dept. — Christine Covey/e U. S. Communities — Corey Imhoff — cimhoff(cDuscommunities.oro Department of Purchasing & Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www.fairfaxcounty.gov/dpsm Phone (703) 324-3201, TTY: 1-800- 828-1140, Fax: (703) 324-3681 County of Fairfax, Virginia AMENDMENT NO. 1 JUL 19 2013 CONTRACT TITLE: Office Furniture and Related Services and Solutions CONTRACTOR SUPPLIER CODE CONTRACT NO. Herman Miller Inc. 1000011666 4400003403 855 East Main Ave. Zeeland, MI 49464 By mutual agreement contract 4400003403 is amended as indicated below effective immediately. This change is for Fairfax County only. Herman Miller Inc. is structured to sell their products through their distributors, therefore, Fairfax County is adding the following dealer to the contract. This dealer has been assigned their own contract number and supplier code. This dealer is authorized to issue quotes, receive purchase orders, process, deliver and provide customer support in accordance with the discounts, terms, and conditions established with Herman Miller Inc. Name of Dealer Supplier Code Contract Number American Office of Gaithersburg Inc. 1000000148 4400004122 14801 Willard Road Chantilly, VA 20151 Contact: Denise Carlston, Director of Sales E-mail: dcarlston( )a.americanoffice.com Telephone: 703-788-0800, ext. 237 Fax: 703-788-0805 Payment Terms: Net 30 This change in no way alters the responsibilities of Herman Miller, Inc. under the above referenced contract. &i,�XmtA� Cathy A. M e, CPPO Director/County Purchasing Agent DISTRIBUTION Department of Finance—Accounts Payable Contractor Facilities Management Dept. — Bill Robinson/e Contract Specialist — G. Bright Facilities Management Dept. — Cathy Spainele Asst. Contract Spec., Team 2 Facilities Management Dept. — Shirley Dowell/e Facilities Management Dept. — Christine Covey/e U. S. Communities — Corey Imhoff —cimhoff()uscommunities.org Department of Purchasing & Supply Management 12000 Government Center Parkway, Suite 427 Fairfax, VA 22035-0013 Website: www.fairfaxcounrY.Pov/dpsrn Phone (703) 324-3201, TTY: 1-800- 828-1140, Fax: (703) 324-3681 EXHIBIT C MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT GOFORTH & MARTI Page C-1 US.COMMUNITIES" G1�[O(]V�ERNNIFNT PURCHASING ALLIANCE j d !S NC MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement ("Agreement") is made between certain government agencies that execute a Lead Public Agency Certificate (collectively, "Lead Public Agencies") to be appended and made a part hereof and other government agencies ("Participating Public Agencies") that agree to the terms and conditions hereof through the U.S. Communities registration process and made a part hereof. RECITALS WHEREAS, after a competitive solicitation and selection process by Lead Public Agencies, in compliance with their own policies, procedures, rales and regulations, a number of suppliers (each, a "Contract Supplier") have entered into Master Agreements with Lead Public Agencies to provide a variety of goods, products and services based on national and internationnl volumes (herein "Products and Services"); WHEREAS, Master Agreements are made available by Lead Public Agencies through U.S. Communities and provide that Participating Public Agencies may purchase Products and Services on the same terms, conditions and pricing as the Lead Public Agency, subject to any applicable local purchasing ordinances and the laws of the State of purchase; WHEREAS, the parties desire to comply with the requirements and formalities of any intergovernmental cooperative act, if applicable, to the laws of the State of purchase; WHEREAS, the parties hereto desire to conserve resources and reduce procurement cost; WHEREAS, the parties hereto desire to improve the efficiency, effectiveness and economy of the procurement of necessary Products and Services; NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties agree as follows: I. That each party will facilitate the cooperative procurement of Products and Services. 2. That the procurement of Products and Services subject to this Agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules and regulations that govern each party's procurement practices. 3. That the cooperative use of solicitations obtained by a party to this Agreement shall be in accordance with the terns and conditions of the solicitation, except as modification of those terms and conditions is otherwise allowed or required by applicable law. 4. That the Lead Public Agencies will make available, upon reasonable request and subject to convenience, information which may assist in improving the effectiveness, efficiency and economy of Participating Public Agencies' procurement of Products and Services 5. That the Participating Public Agency will make timely payments to the Contract Supplier for Products and Services received in accordance with the tents and conditions of the procurement. Payment, inspections and acceptance of Products and Services ordered by the Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. Disputes between the Participating Public Agency and Contract Supplier are to be resolved in accord with the law and venue rules of the State of purchase. G. The Participating Public Agency shall not use this Agreement as a method for obtaining additional concessions or reduced prices for similar products or services. 7. The Participating Public Agency shall be responsible for the ordering of Products and Services wider this Agreement. A Lead Public Agency shall not be liable in any fashion for any violation by a Participating Public Agency, and the Participating Public Agency shall hold the Lead Public Agency harmless from any liability that may arise from action or inaction of the Participating Public Agency. 8. The exercise of any rights or remedies by the Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. 9. This Agreement shall remain in effect until termination by a party giving thirty (30) days prior written notice to U.S. Communities at 2999 Oak Road, Suite 710, Walnut Creek, CA 94597. 10. This Agreement shall become effective after execution of the Lead Public Agency Certificate or Participating Public Agency registration, as applicable. Lead Public Agency Certificate LEAD PUBLIC AGENCY CERTIFICATE I hereby acknowledge, on behalf of City of Newport Beach (the "Lead Public Agency') that I have read and agree to the general terms and conditions set forth In the enclosed Master Intergovernmental Cooperative Purchasing Agreement (MICPA) regulating the use of the Master Agreements and purchase of Products and Services that from time to time are made available by Lead Public Agency to Participating Public Agencies nationwide through U.S. Communities. Copies of Master Agreements and any amendments thereto made available by Lead Public Agency will be provided to Suppliers and U.S. Communities to facilitate use by Participating Public Agencies. I understand that the purchase of one or more Products or Services under the provisions of the MICPA is at the sole and complete discretion of the Participating Public Agency. �� G -t s oP 4A,, eft 6euIn Authorized Signature, Lead Government Agency Date EXHIBIT D INSURANCE REQUIREMENTS 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. GOFORTH & MARTI Page D-1 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. GOFORTH & MARTI Page D-2 D. Enforcement of Aqreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non- compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. 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 all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no 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. I. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. GOFORTH & MARTI Page D-3 EXHIBIT E CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GOFORTH & MARTI, a California corporation doing business as ("DBA") G/M Business Interiors, hereinafter designated as the "Principal," an Agreement for the purchase and installation of Work Stations and Office Furniture at the City's Corporation Yard, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Thirty Seven Thousand Eight Hundred Fifty Five Dollars and 49/100 ($37,855.49), lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Agreement; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. GOFORTH & MARTI Page E-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Agreement or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of , 20_ Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED ACKNOWLEDGMENT GOFORTH & MARTI Page E-2 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State County of ) ss. On (seal) of California 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) GOFORTH & MARTI Page E-3 EXHIBIT F CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ rate of $ , being at the thousand of the Agreement price. WHEREAS, the City of Newport Beach, State of California, has awarded to GOFORTH & MARTI, a California corporation doing business as ("DBA") G/M Business Interiors, hereinafter designated as the "Principal," an Agreement for the purchase and installation of Work Stations and Office Furniture at the City's Corporation Yard„ in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a Bond for the faithful performance of the Agreement. NOW, THEREFORE, we, the Principal, and , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Thirty Seven Thousand Eight Hundred Fifty Five Dollars and 49/100 ($37,855.49), lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Agreement, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Agreement Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive GOFORTH & MARTI Page F-1 notice of any such change, extension of time, alterations or additions of the Agreement or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GOFORTH & MARTI Page F-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. Cor, 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) GOFORTH & MARTI Page F-3 From: EXIGIS RiskWorks <notifications@riskworks.com> Sent: Friday, August 23, 2019 9:05 AM To: Morgan, Shelby Subject: City of Newport Beach: Notice of Compliance for Goforth & Marti dba G/M Business Interiors Dear Business Partner, The insurance documentation submitted on behalf of Goforth & Marti dba G/M Business Interiors satisfies the minimum insurance requirements for City of Newport Beach and has been verified as compliant. No further action is required at this time. You will receive a renewal notice requesting updated insurance documents in advance of expiration. If you have any questions, please contact EXIGIS Risk Management Services at support@exi ig s.com or 800-430-1589. Thank you for your cooperation and timely fulfillment of this important request. Sincerely, EXIGIS Risk Management Services On behalf of City of Newport Beach 800-430-1589 support,exi ig s.com Organizational Unit : City of Newport Beach -> Public Works Agreement Name : Purchase and Installation of Work Stations and Office Furniture at the City's Corporation Yard