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