HomeMy WebLinkAbout2024-09-24; City Council; Resolution 2024-220RESOLUTION NO. 2024-220
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, AUTHORIZING AN AGREEMENT WITH THE SHERIDAN GROUP
IN AN AMOUNT NOT TO EXCEED $162,614 TO PROVIDE OFFICE
FURNISHINGS FOR THE EMERGENCY OPERATIONS CENTER AS PART OF THE
POLICE AND FIRE HEADQUARTERS RENOVATION PROJECT, CAPITAL
IMPROV~MENT PROGRAM PROJECT NO. 4715
WHEREAS, the city requires ·building furnishings for the Emergency Operations Center at the
Police and Fire Headquarters Renovation Project, Capital Improvement Program Project No. 4715, or
Project, because staff evaluated the current condition of existing fixtures and building furnishings and
found them to be inadequate in quantity or functionality for the areas to be renovated; and
WHEREAS, Carlsbad Municipal Code Section 3.28.100 allows for procurement of goods and/or
services through cooperative purchasing agreements established by another agency when that agency
has made their purchase in a competitive manner and the city's Purchasing Officer has determined that
the purchase is in the city's best interest; and
WHEREAS, Carlsbad Municipal Code Section 3.28.100 also provides that the city's Purchasing
Officer has the authority to join with other public agencies in the cooperative purchasing of such goods
and/or services as long as the cost of services is at or below, the contract price established by the other
public agency; and
WHEREAS, The Sheridan Group is an authorized distributor of building furnishings and has
established cooperative purchasing agreements with Omnia Partners Agreement #2020000622-5,
BNR482, to provide and install building furnishings; and
WHEREAS, the city received a quote from The Sheridan Group in an amount not to exceed
$162,614 to provide the city with building furnishings for the Project for purchase through cooperative
purchase agreements competitively selected and priced; and
WHEREAS, the city's Purchasing Officer has determined that it is in the city's best interest to
procure the building furnishings for the Project using pricing established through the cooperative
purchase agreements and therefore approved a bidding exemption; and
WHEREAS, sufficient funding is available in the project budget, and no additional appropriation
is required; and
WHEREAS, the City Planner has determined that the project belongs to a class of projects that
the state Secretary for Natural Resources has found do not have a significant impact on the
environment, and it is therefore categorically exempt from the requirement for the preparation of
environmental documents in ~keeping with Section 15301 (d) Class 1 of the California Environmental
Quality Act Guidelines. Further, that in making this determination, the City Planner has
found that the exceptions listed in Section 15300.2 of the CEQA Guidelines do not apply to this
project, and that the project is consistent with 15301 (d) Class 1 because it consists of maintenance of
public facilities, such as restoration or rehabilitation of deteriorated or damaged structures, facilities,
or mechanical equipment to meet current standards of public health and safety.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as
follows:
1. That the above recitations are true and correct.
2. That the purchase of building furnishings through The Sheridan Group in an amount not
to exceed $162,614 is approved.
3. That the Mayor is authorized and directed to execute the building furnishings
agreement attached hereto as Attachment A.
PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of
Carl sbad on the 24th day of September, 2024, by the following vote, to wit:
AYES :
NAYS:
ABSTAIN:
ABSENT:
BLACKBURN, BHAT-PATEL, ACOSTA, BURKHOLDER, LUNA.
NONE.
NONE.
NONE.
KEITH BLACKBURN, Mayor
{)JL
SHERRY FREISINGER, City Clerk
{SEAL)
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BOB6E85720A . Attachment A
PSA25-3577FAC
AGREEMENT FOR PROVISION OF EMERGENCY OPERATIONS CENTER FURNISHINGS
THE SHERIDAN GROUP
T IS AGREEMENT is made and entered into as of the '"2. -C::S~ day of
---=="""""""4'~.LI...=-:~=----='-----' 2024, by and between the City of Carlsbad, California, a municipal
corpor tion ("City") and The Sheridan Group, a California corporation ("Contractor"). •••
RECITALS
A. City requires the services of a consultan_t that is experienced in providin~ ~ffice !'!.'"~ishi'ng
materials.
B. Contractor has the necessary experience in providing services and advi.ce related to·office
furnishing materials. ••
C. Contractor has submitted a proposal to City a_nd has affirmed its willingness and ability to
perform such work.
NOW, THEREFORE, in consideration of these reci,tplS and the mutual covehants contained h'erein,
City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that
are defined in Exhibits A, B, C and D ("Exhibits"), which are incorporated by this reference in accordance
with this Agreement's terms and conditions. In case of conflict, the terms of the Agreement govern and
supersede the Exhibits.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by re putable members of Contractor's profession practicing in the Metropolitan
Southern California area, and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above written.
The City Manager may amend the Agreement to extend it for one (1) additional one (1) year term, or parts
thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and
appropriation of funds by the City Council. The parties will prepare a written amendment indicating the
effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term shall not exceed
one hundred sixty-two thousand six hundred fourteen dollars ($162,614). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this Agreement. If the
City elects to extend the Agreement, the amount shall not exceed fifty thousand dollars ($50,000) per
Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has
accepted the work and/or Services specified in Exhibit "A."
City Attorney Approved Version 5/22/2024
Page 1
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BDB6E85720A
PSA25-3577FAC
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A."
6. CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may utilize the Owner's Procore
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. The Contractor is required to create a free web-based Procore user
account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system.
Unless the Engineer approves otherwise, the Contractor shall process all project documents through
Procore because this platform will be used to submit, track, distribute and collaborate on project. If
unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall
complete a free training certification course located at http://learn.procore.com/procore-certification-
subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either
through the on line training or reaching out to the Procore support team. It will be the responsibility of the
Contractor to regularly check Procore and review updated documents as they are added. There will be no
cost to the Contractor for use of Procore.
It is recommended that the Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, RFls, submittals, schedules, change orders, project documents, as well as any deficient
observations or punch list items. Providing mobile access will improve communication, efficiency, and
productivity for all parties. The use of Procore for project management does not relieve the contractor of
any other requirements as may be specified in the contract documents.
7. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit
of Contractor's independent calling, and not as an employee of City. Contractor will be under control of
City only as to the result to be accomplished, but will consult with City as necessary. The persons used by
Contractor to provide services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete compensation
to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of
Contractor or its agents, employees or subcontractors. City will not be required to pay any workers'
compensation insurance or unemployment contributions on behalf of Contractor or its employees or
subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers' compensation
payment which City may be required to make on behalf of Contractor or any agent, employee, or
subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct
the indemnification amount from any balance owing to Contractor.
8. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City. If
Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and
omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the
subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor.
Sept. 24, 2024
City Attorney Approved Version 5/22/2024
Page 2
Item #5 Page 7 of 34
Docusign Envelope ID: 3BAE8833-2E 1E-4B16-BFA0-7BDB6E85720A
PSA25-3 577FAC
Nothing contained in this Agreement will create any contractual relationship between any subcontractor
of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind
every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement
applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved
in writing by City.
9. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City
and its officers, elected and appointed officials, employees and volunteers from and against all claims,
damages, losses and expenses including attorney's fees arising out of the performance of the work
described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable.
If Contractor's obligation to defend, indemnify, and/or hold harmless arises out of Contractor's
performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then,
and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein,
Contractor's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to
the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a
final adjudication by a court of competent jurisdiction. Contractor's liability for such claim, including the
cost to defend, shall not exceed the Contractor's proportionate percentage of fault.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or
on behalf of an injured employee under the City's self-administered workers' compensation is included as
a loss, expense or cost for the purposes of t his section, and that this section will survive the expiration or
early termination of this Agreement.
11. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all amendments,
insurance against claims for injuries to persons or damage to property which may arise out of or in
connection with performance of the services by Contractor or Contractor's agents, representatives,
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
authorized to do business in the State of California. The insurance carrier is required to have a current
Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of
Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X'';
OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC)
latest quarterly listings report.
11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations
under this Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect
Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense.
City Attorney Approved Version 5/22/2024
Page 3
Sept. 24, 2024 Item #5 Page 8 of 34
Docusign Envelope ID: 3BAE8833-2E1 E-4816-BFA0-7BDB6E85720A
PSA25-3577FAC
The full limits available to the named insured shall also be available and applicable to the City as an
additional insured.
11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis,
including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general
aggregate limit applies, either the general aggregate limit shall apply separately to this project/location
or the general aggregate limit shall be twice the required occurrence limit.
11.1.2 Automobile liability. (if the use of an automobile is involved for Contractor's work for
City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession
with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years
following the date of completion of the work.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 The City will be named as an additional insured on Commercial General Liability which
shall provide primary coverage to the City.
11.2.2 Contractor will obtain occurrence coverage, excluding Professional liability, which will be
written as claims-made coverage.
11.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires
and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City.
11.2.4 This insurance will be in force during the life of the Agreement and any extensions of it
and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant
to the Notice provisions of this Agreement.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages,
then City will have the option to declare Contractor in breach, or may purchase replacement insurance or
pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor
is responsible for any payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor under this
Agreement.
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and
certified copies of any or all required insurance policies and endorsements.
City Attorney Approved Version 5/22/2024
Page 4
Sept. 24, 2024 Item #5 Page 9 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BDB6E85720A
PSA25-3577FAC
12. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as
may be amended from time-to-time.
13. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during
normal business hours to examine, audit, and make transcripts or copies of records and any other
documents created pursuant to .this Agreement. Contractor will allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of four (4) years from the
date of final payment under this Agreement.
14. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this
Agreement is the property of City. In the event this Agreement is terminated, all work product produced
by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered
at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's
records.
15. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor
relinquishes all claims to the copyrights in favor of City.
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement are:
For City
Name
Title
Steven Stewart
Municipal Projects Manager
Department Public Works
City of Carlsbad
Address 1635 Faraday Ave.
Carlsbad, CA 92008
Phone No. 442-339-2938
For Contractor
Name
Title
Address
Joel Bunn
Account Manager
Phone No.
Email
2045 Pontius Ave
Los Angeles, CA 90025
310-914-3473
JBunn@Sheridaninc.com
Each party will notify the other immediately of any changes of address that would require any notice or
delivery to be directed to another address.
17. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or
interests as required in the City of Carlsbad Conflict of Interest Code.
Yes □ No ~
City Attorney Approved Version 5/22/2024
Page 5
Sept. 24, 2024 Item #5 Page 10 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BDB6E85720A
PSA25-3577FAC
18. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which
in any manner affect those employed by Contractor, or in any way affect the performance of the Services
by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and
regulations and will be responsible for the compliance of Contractor's services with all applicable laws,
ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will
comply with those requirements, including, but not limited to, verifying the eligibility for employment of
all agents, employees, subcontractors and consultants whose services are required by this Agreement.
19. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
Contractor's vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb. ca .gov/ ou r-wo rk/progra ms/advanced-clean-fleets.
20. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
21. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will be used
to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties.
Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A
copy of such documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative receiving the letter
will reply to the letter along with a recommended method of resolution within ten (10) business days. If
the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will
be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended
by each party and may then opt to direct a solution to the problem. In such cases, the action of the City
Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the
parties from seeking remedies available to them at law.
22. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate
this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City
decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City
may terminate this Agreement upon written notice to Contractor. Upon notification of termination,
Contractor has five (5) business days to deliver any documents owned by City and all work in progress to
City address contained in this Agreement. City will make a determination of fact based upon the work
product delivered to City and of the percentage of work that Contractor has performed which is usable
and of worth to City in having the Agreement completed. Based upon that finding City will determine the
final payment of the Agreement.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor
may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of
Sept. 24, 2024
City Attorney Approved Version 5/22/2024
Page 6
Item #5 Page 11 of 34
Docusign Envelope ID: 3BAE8833-2E1 E-4B16-BFA0-7BOB6E85720A
PSA25-3577FAC
termination of this Agreement by either party and upon request of City, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed and
the compensation to be made.
23. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other than a
bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has
not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission,
perce ntage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award
or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this
Agreement without liability, or, in its discretion, to deduct from the Agreement price or co nsideration, or
otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent
fee.
24. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be
asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of
litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to
City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor
acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this
Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public
entity. These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the
False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor
acknowledges that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work
or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another
jurisdiction is grounds for City to terminate this Agreement.
25. JURISDICTION AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California. Any action at
law or in equity brought by eitner of the parties for the purpose of enforcing a right or rights provided for
by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of
California, and the parties wa ive all provisions of law providing for a change of venue in these proceedings
t o any other county.
26. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and
their respective successors. Neither this Agreement nor any part of it nor any monies due or to become
due under it may be assigned by Contractor without the prior consent of City, which shall not be
unreasonably withheld.
27. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than the
City and Contractor.
City Attorney Approved Version 5/22/2024
Page 7
Sept. 24, 2024 Item #5 Page 12 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BOB6E85720A
PSA25-3577FAC
28. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along with
the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the
Agreement govern and supersede the purchase order and Exhibits. Neither this Agreement nor any of its
provisions may be amended, modified, waived or discharged except in a writing signed by both parties.
This Agreement may be executed in counterparts.
29. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor
each represent and warrant that they have the legal power, right and actual authority to bind Contractor
to the terms and conditions of this Agreement.
[signatures on following page]
City Attorney Approved Version 5/22/2024
Page 8
Sept. 24, 2024 Item #5 Page 13 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BDB6E85720A
PSA25-3577FAC
Executed by Contractor this 17th day of septemmber , 2024.
CONTRACTOR
SHERIDAN GROUP, a California corporation
By:
(sign here)
Dannine Sheridan, President
(print name/title)
By:
(sign here)
Scott Sheridan, CFO
(print name/title)
CITY OF CARLSBAD, a municipal corporation of
the State of California
By: t
Keith Blackburn, Mayor
ATTEST:
SHERRY FREISINGER, City Clerk
By:
Deputy City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must be attached. !f._g_
co rporation, Agreement must be signed by one corporate officer from each of the following two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
By: __ bt_~_-'--fu,m,r, __ ~----
Assistant City Attorney
City Attorney Approved Version 5/22/2024
Page 9
Docusign Envelope ID: 3BAE8833-2E1E-4816-BFA0-7BDB6E85720A
PSA25-3577FAC
EXHIBIT A
SCOPE OF SERVICES AND FEE
Contractor shall provide all furniture, equipment and materials as outlined on the attached pricing
breakdown, Exhibit "B", and the furniture layout drawings, Exhibit "C".
Table A -Communitv Risk Reduction and EOC Furnishinas
Item Description Valuation
1 Glass Boards $8,594.50
2 Meeting Tables $4,114.70
3 Podium $1,262.89
4 Private offices $22,696.35
5 Seating $58,261.84
6 Workstations $50,784.36
7 Storage Case $2,238.92
Subtotal of product items $147,953.56
Freight $597.69
Sales tax $11,512.75
Project Management Services $2,550.00
TOTAL (not to exceed) $162,614.00
• See attached Exhibit "D" for authorization from MillerKnoll
City Attorney Approved Version 5/22/2024
Page 10
Sept. 24, 2024 Item #5 Page 15 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BDB6E85720A
.SHERIDAN
• GROUP
·-
PSA25-3577FAC
Exhibit "B"
SHERIDAN GROUP
2045 Pontius Ave
Los Angeles, CA 90025
SHERIDANINC.COM
Sales Agreement
Order Number: 535448
08/23/2024 Date:
Customer Name: CITY OF CARLSBAD
Customer PO:
Sold To: CITY OF CARLSBAD
1635 FARADAY A YE.
CARLSBAD, CA 92008
ATTN: STEVEN STEWART
Phone: (760) 317-3508
Email: steven.stewart@carlsbadca.gov
Account
Executive:
Project #:
Terms:
Quote valid for:
Emai l:
Joel Bunn
50% DEPOSIT ET 15
30 days
9@sheridaninc.com
Ship To: CITY OF CARLSBAD
1635 FARADAY AVE.
CARLSBAD, CA 92008
A TIN: STEVEN STEWART
Phone: (760) 317-3508
Email: steven.stewart@carlsbadca.gov
This quote is based on a cooperative purchasing agreement that guarantees government agencies low. competitive pricing.
The purchasing agreements is established through: I. Omnia Partners agreement #2020000622-5, BNR482 (Exhibit 5)
The Omnia Partners agreement is also competitively bid, and Sheridan Group is a distributor of the Herman Miller furniture products
avail able tnrough this agreement.
lll'm QI\ lll'm OL·scription l nil E\ll'ndt·d
FREIGHT 1.0 Freight 597.69 597.69
lll'm QI\ ltt·m Dt•scription l 'nil E,ll'ndL·d
GLASS
BOARDS
1.0 Qty. 2 Mobile, Qty. 3 Wall Mounted
With markers and magnets
8,594.50 8,594.50
lll'm QI\' lll'm lkscription l nit E\ll'ndL•cl
MEETING
TABLES
1.0 Qty. 2, 48x60 w/ Power
Qty .1, Small round table
4,114.70 4,114.70
lll'm QI\ lll'm Dl'scription l nil E,ll'mkcl
PODI"UM 1.0 Qty. I with Power Included 1,262.89 1,262.89
llt•m QI\ Item lll'sniption l nit E,ll'ndl'd
PRIVATE
OFFICES
1.0 Per Plan
PO-01 , PO-02, PO-03, PO-04
22,696.35 22,696.35
lll'm QI\ ltt·m lkscription l nit E,ll'mkd
SEATING 1.0 Qty. 56 Aeron Task Chairs, Qty. 20 Verus Side Chairs 58,261.84 58,261.84
ltl'lll QI\' lll'm Dl'scription l'nil E,lcndl'cl
SERVICES 1.0 Project Management and Design, 2,550.00 2,550.00
labor to be submitted on separate agreement
lll'm QI\ lll'm DL•scriJ>tion l nit ExtL•ncll'd
STORAGE
CASE
1.0
Sept. 24, 2024
Qty. 4, with keys
Page: of 4
2,238.92 2,238.92
Item #5 Page 16 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7B0B6E85720A PSA25-3577FAC
Exhibit "B" (cont'd)
.SHERIDAN
.GROUP
·-
Order Number: 535448
Date: 08/23/2024
Customer Name: CITY OF CARLSBAD
Customer PO:
Sales Agreement
Account Joel Bunn
Executive:
Project #:
SHERIDAN GROUP
2045 Pontius Ave
Los Angeles, CA 90025
SHERIDANINC.COM
Terms: 50% DEPOSIT NET 15
Quote valid for: 30 days
Email: 9@sheridaninc.com
ltl'm QI\ lfl'm Description l nit Estcndcd
WORK
STATIONS
1.0 Per Plan. Qty. 9
WS-0 I > WS-09
PRODUCT SUBTOTAL
FREIGHT SUBTOTAL
SERVICE SUBTOTAL
SALES TAX
GRANO TOTAL
Required Deposit 50.0%:
50,784.36 50,784.36
$147,953.56
$597.69
$2,550.00
$11,512.75
$162,614.00
$81,307.00
PLEASE REVIEW THlS SALES AGREEMENT AND NOTIFY US PROMPTLY OF ANY CORRECTIONS REQUlRED
Financing Options For Your Consideration
We are pleased to offer the following finance proposal to help faci litate the acquisition of your new furniture solution. Our goal is to
offer the best possible payment structure to meet your current and ongoing financing needs. We can provide a wide range of
financing options and customized tem1s. Below, you will find the monthly payment amount for this proposal, for the typical 60
month term. This proposed financing is subject to credit approval by LEAF Commercial Capital, Inc. or its affiliates and the
execution of mutually acceptable lease documentation. Does not include applicable sales tax. If you are interested in learning more
about this option, please contact your The Sheridan Group representative.
Total Monthly Payment Amount: $3,343.34
Terms and Conditions of Sale
Sales Tax -Sales tax rates are subject to change without notice. The correct sales tax will be charged based on the DATE when the
items are delivered/installed.
General-It is mutually understood and agreed that Sheridan Group's services and obligations are limited in scope to those items of
work as set forth in the scope of this proposal and that Sheridan Group shall not be held responsible for breach of these services as a
result of an act of God, strikes, work stoppages or any other delay beyond the control of Sheridan Group.
Additional Services-This agreement does not provide for services not specifi cally called out in this document. Such services as
painting/marking of furniture on the floor, field measure, inventory documentation of existing furniture, CADD/Specification work
due to more than two changes to a floor plan, cleaning or repair of furniture necessitated by contractor or others related damage/dirt/
debris/use, can be quoted based on hourly rates and estimated hours.
Reimbursable Expenses-Reimbursable expenses include, but are not limited to: travel expenses, printing expenses, express
shipping charges, and are billed at cost.
Lead Time-Lead time estimates are based on the manufacturer's published production time in effect at the date of the proposal plus
order processing and transit time. Lead times may vary based on time elapsed for receipt of Buyer's acceptance.
Page: 2 of 4
Sept. 24, 2024 Item #5 Page 17 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BDB6E85720A
.SHERIDAN
• GROUP
·-
Order Number:
Date:
Customer Name:
Customer PO:
535448
08/23/2024
CITY OF CARLSBAD
Sales Agreement
Account
Executive:
Project #:
Terms:
Quote valid for:
Email:
PSA25-3577FAC
Exhibit "B" (cont'd)
Joel Bunn
SHERIDAN GROUP
2045 Pontius Ave
Los Angeles, CA 90025
SHERIDANINC.COM
50% DEPOSIT NET 15
30 days
9@sheridaninc.com
Buyer Request Cancellation or Changes -Requests for changes/revisions after order entry, must be reviewed by Sheridan Group
to determine feasibility, cost ramifications and lead time impact. You may change or cancel an order ONLY with our prior written
consent. Products are made to order and non-returnable after fabrication, shipment & delivery. Order changes and cancellations
might be subject to price adjustment and/or restocking fees. Buyer agrees to pay all costs incurred by Sheridan Group as a result of
the implementation of a revision. On-site changes order requests will incur charges as appropriate.
Delays-In the event that construction delays, or other causes not within SG's control, force postponement of the installation, the
furnishings will be stored until installation can be resumed, and will be considered accepted by the Buyer for purposes of payment.
Transfer and Storage charges incurred shall be paid by Buyer.
Freight Claims-Claims for transportation damage will be processed by the Buyer if product is shipped direct to the Buyer's
facilities or other directed location, and received by Buyer. Claims for transportation damage will be processed by SG if product is
shipped to SG's facil ities or Buyer's facility and received by TSG; any damaged merchandise will be repaired or replaced. Buyer
will not withhold payment to TSG because of freight damage.
Installation-Unless otherwise stated, the rates quoted are based on the following conditions: Non-Union labor, normal working
hours (no over-time). elevator access directly into staging/installation area, site free and clear of conflicting trades. Site must include
lighting and appropriate environmental conditions, priority use of elevators during off-loading, related trash removal, and loading
dock availability. Hardwiring of electrical is not included and must be supplied by licensed electrician. Buyer will be available for
final walk-through/punch list sign off.
Punch List-If necessary, after installation SG will prepare a punch list noting items requiring additional attention. Punch list items
unusable, due to damaged product or manufacturer's delay of delivery, may be temporarily deducted from invoice. Payment for all
products delivered and installed in good condition is to be made in full. In no case is payment to be withheld for acceptable products
should any po1tion of the total job be unacceptable or undelivered. Payment for completed punch list items is due upon receipt of
invoice for remaining balance.
Insurance-Once product has been delivered to Buyer's faci lity, Buyer agrees to take immediate full responsibility for full insurance
coverage in TSG's favor against the risks of fire, theft and physical damage until such tim e that invoice is paid in full. If Buyer
authorizes SO to perform services on Buyer's existing furniture (i.e. refinishing, reconditioning, reupholstering) and SG is required
to remove the furniture from Buyer's prem ises, Buyer agrees to provide proof of insurance for Buyer's existing furniture and further
agrees to bold SO hannless and indemnified for any damages done to their existing furniture.
Fabric/Leather/Finishes-Yardages/square-footages quoted for fabrics/leathers are approximate and subject to variation by virtue of
actual physical measure and/or pattern or mill overruns. Any additional such fabric/leather shall be billed to Buyer at stated unit
prices, payable upon receipt of invoice. SO will not be responsible for damages due to fading, sun rot, cleaning, or abnom,al wear.
SO does not guarantee uniformity of any product's fini sh or color.
Ownership-SO shall have a security interest in and retain title to all product purchased hereunder until Buyer has fully performed
all of its obligations under thi s agreement, including any future add-ons, late and extension charges, time charges and all other
charges permitted by this agreement or by law. So long as SO continues to have such a security interest and retain title, Buyer shall,
with regard to all such product, assume full risk of loss or damage, pay any discharge taxes and liens promptly, maintain in good
order and make all repairs, use only for lawful purposes, use and keep only at the location delivered, sell, encumber or otherwise
transfer part or all thereof only with the prior written consent of SO.
Claims and Warranties-SG shall pass all manufacturers warranties to Buyer. Other than the manufacturer's warranty, SO makes
no other warranty, either express or implied, as to any matter whatsoever, including without limitation, the product's condition, or
fitness for any particular use or purpose.
Enforcement Costs-Buyer shall pay all costs, charges, expenses, fees, and disbursements incurred by SO in taking and reselling the
product, collecting any sums which may be due from Buyer, or any other enforcement of terms defined in this agreement.
Entire Agreement-This instrument constitutes the entire agreement between the Buyer and SO.
Page: 3 or 4
Sept. 24, 2024 Item #5 Page 18 of 34
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BOB6E85720A
.SHERIDAN
• G1lOIIP
·-
Order Number:
Date:
Customer Name:
Customer PO:
535448
08/23/2024
CITY OF CARLSBAD
Sales Agreement
Account
Executive:
Project #:
Term s:
Quote val id for:
Email:
PSA25-3577FAC
Exhibit "B" (cont'd)
Joel Bunn
SHERIDAN GROUP
2045 Pontius Ave
Los Angeles, CA 90025
SHERIDAN INC.COM
50% DEPOSIT NET 15
30 days
9@sheridaninc.com
•..::ti, WARNING : Some or all of the products listed on this document were manufactured with chemicals that the State of California
determined are a Health risk. For more information go to www.P65Warnings.ca.gov/furniture.
CLIE T ACCEPTANCE-Signature indicates acceptance of this sales agreement and it's tenns and conditions.
Client Authorized Signature Date
Company Name PO Number
Page: 4 of 4
Sept. 24, 2024 Item #5 Page 19 of 34
Docuslgn Envelope ID: 3BAE8833-2E1E-<4816-IIFA~78DB6E8S720A
V, 11)
~
N !>
N 0 N ,.
;:; 11) 3 .. V1
"U "' ... 11)
~ s. w ,.
OVERALL PLAN
:OMMUNITY
R.ISK ----
~
878SF
OFFICE
103
136 SF
OFFICE
104
136SF
VESTIBULE
I E103 I
28 SF
ELECT.
E108
47SF
0 SHERIDAN GROUP+ CITY OF CARLSBAD
271 SF
ii
u Im~
HALLWAY
~
606SF
I I
"ii° I ~ a>~ta
I I ~ ID I j. {0 ~
s· {ti ~
r-,11111::=:::;:::::::;;;;;;;;;;~~L~ I ~
I I
(]} {1jJ i i]}
I z
«) & iJ>
OPEN (1~
}-J--L{i=-t '-In I I -,Qf _ 1
~ .. ~"'
,,...,r ,-6 -.
bPEN (1j
Jfi N°
6 g
l -g-_1
C..f01;
,;t,o•r ,-6-,
bPEN (1}
,a I I E.O.C. 1 -i9r -l 1oe I e ..... ~,
=--•1171 2043 s~... . -8-.
,-e -: I ,-.. f'll'l
I I lff"t ·t::: ~
I I ll!:,!I t::, I
PSA25-3577FAC
Exhibit "C"
0
a
a
E.1
DIRE
0:
131
w [ ~~ I > H'll[I .t, ~
rJ} {fj ~
I I ~
I I i a> ~ Q
I I I !z I
Q} t,E' ~~~a>
: t::. I ~ ~ : ~
@-@ i ~ Jfe\ ~ a> 10
CONFERENCE
I i .{Q &
I
I
(I} {ti
i sro, t
I
i & ¢J> {ti~~ ~i ,,
I I
Oocusign Envelope 10: 3BAE8833-2E1E,..816--BFA~780B6E85720A
V, "' ~
PRIVATE OFFICES
..,--_,,.
~ ~
Overall Plan View
'11 :.,.: LO'-~ ~
"· .. e ... :,;1,1 tlf'Pitot !
[()«!(()~[
l i,qiJaicit
1» «i H»cd ad,,.,._._.
l i~H::bl
;::; "' 3 .. V,
-0 QI 00 "' "' i ==='--i-t
w ""Detailed Plan View
,_l
0 SHERIDAN GROUP • CITY Of CARLSBAD
P0-01 I QTY 1
HMI I Canvas!TU/Renew
30D x 6/JW Hgt Adj. Table, Simple Upl()own, C-Leg HP l.igll Anig-e
High Density Cable Trough, Surge Protector, Cable Mgt. Lamlnale
aamp On Logic Mini, Simplex+ USB NC
aamp On Single Ao Monitor Ann
30D x 66W Freestanding Laminate Desk
TU Metal eJ8IF + lwo '36W 2H Lateral Files
Common Top (20D x 72W] ----
24H x 72W Tackboard + lwo '36W Wallmounled Sliding Door ~=:bric
O;erheads, 91 While Second Door Finish
CH-01 I QTY 56
HMI I Aeron Task Chair
SNCSaln
Gart>on Panl
GI Loge Mini
and Flo Arm
[Blad<]
Size B, Std. Height Adjustment
Standard Tilt, Fully Adj. Anns
Adj. Lumbar Support
Graphle Frame, Black Arm Pad
Chassis and Base
Hard Casters, Carpel Only
Graphle Mesh
P0-02 I QTYl
HMI I Canvas!TU/Renew
30D x 6/JW Hgt. Adj. Table, Simple Upl()own, C-Leg
High Density Cable Trough, Surge Protector, Cable Mgl
Single Flo Monitor Ann, Surtace Clamp
aamp On Logic Mini, Simplex+ USB NC
30D x 72W Freestanding Laminate Desk
TU Mela! eJ8IF + two 30W 2H Lateral Files
Common Top [20D x 72W]
24H x 96W Tackboard + lwo 48W Wallmounted Sliding Door
OJerheads, 91 White Second Door Finish
24.75
,~25-3577FAC
EX~ffilt!itcC" (cont'd)
HP l.igll Anli,e SNC Sain
Lamlnale Gamon Panl
2k>7 Grassclolh GI Logic Mini
Si~er Blrdl Fabric and Flo Arm
IBlacl<J
I 18.5 I
A~ 17 ~
CH-02 1 QTY 20 [2•2•12•4]
HMI I Verus Side Chair
Mesh Back
Upholstered Seat
Stackable up to 4 high
350 lbs. Weight Capacity
Solt Wheel Caster, Carpel or Hard Floors
Bl( Black
Frame
k'll81'\'.'8ilVe
Shale Mesh
SNCSalilGart>on
Leg
Medley Pewter
Seal Upholsle,y
Docusign en .. lOpe ID: 38AE8833-2E1E .. B16-BFA0-7BDB6E85720A
PRIVATE OFFICES+ CONFERENCE ROOM
VI 11) ~ rv--
,l>
N 0 N ..
;;;
3
Overall Plan View
e; Detailed Plan View
--0 .,
00 (1)
N N
~ w ..
.,r 7 .. i r lOL 7.Q.r -C!D
6 e. ""."e-··' ~ .. ! ~"! ; : ()
l~~l~C!r ~4l
I !»~I !P cjl t>.; l_1»0~libci ?0 [..
-......J '-J '-J '-J"
0 SHERIDAN GROUP+ CITY OF CARLSBAD
TB-O2 I QTY 2
HMI I Eames Table
480 x row Mobile Table
Laminate Top, Metal Base
2 ea Round Power CUtoulS per Table
2 ea. Round Pwr Mod, 1 simplex receptacle, 1 USB-C
(18W),pwr cord wl plug end,10' cord
P0-O4 I QTY 1
HMI I Canvas/TU
300 x row Hgt. Adj. Table, Simple Up/Down, C-Leg
High Density Cable Trough, Surge Protector, Cable Mg1.
Single Ro Monitor Anm, Surtace aamp
Clamp On Logic Mini, Simplex + USB /VC
(2) 30W t 12142W x 2H Storage Cabinets+ (1) 42W x 2H
lateral File
Common Tops(200 x row+ (1) 200x 84W) + (1} 200x42
[ 1) 42W x 64H Storage Cabinet
24H x 84W Tackboards (2); 42W Wallmounted Sliding Door
Overheads, 91 White Second Door Finish
~·.
7'1-;
Tu.:.u
11,r-rl•• t.::iif \,: I
Cool Grey
Nevlral
l..amilate
Polished
All.mim.m/
BlackP'MUn!
'
SNCSalin
car1>on Pa1n1
HP Llg)t Anlgre SNC Satin
1.amnate carbon Pail!
21)7 Grassdolh G 1 Loge Mini
Silver Birch Fabric and Flo Arm
[Bladcj
P0-O3 I QTYl
HMI I Canvas/TU
300 x 58W Freestanding laminate Desk
Single Ro Monitor Arm, Through Surlace Mount With Rotation
Stop, Up to 1 3/8' Thick
Grommet Mount Logic Mini, Simplex+ USB NC
36W + 42W x 2H Storage Cabinets
Common Top (200 x 78W)
24H x 78W Tackboard t 24'H x 58W Tackboard
36W + 42W+ 58W Wallmounted Sliding Door Overheads, 91
White Second Door Finish
TB-O1 I QTY 1
HMI I Eames Table
4801A Eames Round Table
laminate Top, Metal Contract Base
No Power
PSA25-3577FAC
Exhibit "C" (cont'd)
HP Llg)t Anlge
lamina.le
2il7 Grassciolh
Silver Bird> Fabric
SNC Satil
cart>on Pail!
GI Logic Mili
Md Flo Arm
(Blackl
HP Liglt Anlge SNC Satil
l.amilale carbon Pail!
Ooo.Jsign EnveJope ID: 38AE8833-2E1E-4B16-BFA0-78086E85720A
V, ,.
~
WORKSTATIONS
rv--_,,.
N 0 N ,,.
N w g_
w
Overall Plan View
,,. Detailed Plan View
0 SHERIDAN GROUP• CITY OF CARLSBAD
,..r"'Ilf":f .. ··tr·· u.c. ··g ·· C!!D -· ... e ... e .. ,
11t1 tl'tll1•I : ; (1
!»«itiP~.~«l t»()fj)cii 0 '
WS-01-O9 I QTY 9
HMI I Canvas/TU
68H, 53H + 46H Canvas Panels, Tackable Fabric TIies
300 x 54W Hgt. Adj. Table, Simple U~wn, C-Leg
Sliding Door Overheads
High Density Cable Trough, Surge Protector, Cable Mg!.
Single Flo Monitor Arm, Surlace aamp
aamp On Logic Mini, Simplex+ USB A/C
240 84W Return wl BIB/Fand 30W Lateral Files
HP l.igll Anlge SNC Salil
Lammie Carbon Pailt
21>7 Grassdolh Gt Logic Mili
Siver Biren Fabric and Flo Ann
IBlacl<I
PSA2S-3577FAC
Exhibit "C" (cont'd)
OoaJsign Envelope ID: 38AE8833--2E1E---481~FA~78086E85720A
V, n, ~
"' 0 "' ,.
;::; n,
3
~
-0 cu "" n,
"' J:> s. w
STORAGE+ ACCESSORIES
kf.hi.iii.L I fr.1 ~I
Overall Plan View
,. Detailed Plan View
0 SHERIDAN GROUP• CITY OF CARLSBAD
ST-01 I QTY4
HMI I Meridian Storage
• 21:JW x 180 Cabinet w/ 1.25' laminate Top, Bar Pull
ACC-01 I QTY 2
CLARUS I Go! Mobile
Magnetic Glassboard XL
4 Wheel Mobile
40Wx73H
I
HP !4>i Arili,e SNC Salin
Lami1ale carbon Pain!
Graphnesar
Pul
Pure White Black casters
CIOO Glass
Salrl Silver
Frame
ACC-O2 I QTY 1
OFS I Layer AV Lectern
One Adj. Shelf
Two Stationary Shelves
Paper Stop on Angled Lectern Top
Approach Side Wire Access Door
Vented Side
Power/Data PS-55
HPL Top, LPL Bod\'
No Lock
PSA25-3577FAC
Exhibit "C" (cont'd)
_,..,
□□ 180 TBD
Chassis/Body LPL Top/Edge HPl
lus!e<Gll!'f
Hardw.lre
httpsJ/catalog.ofs.cony'ofs/oaaellaver-traininH!esk-desk/coofigure/EDAIED1 -2444A VLEC 6
Docusign Envelope ID: 3BAE8833-2E1E-<4B16-BFA0-7B0B6E85720A
V, .. ~
ACCESSORIES CONT'D
....,--_,,.
N 0 N ,,.
;:. ..
3 "' V,
"" QJ "" ..
N V,
~ w
Overall Plan View
,,. Detailed Plan View
0 SHERIDAN GROUP + CITY Of CARLSBAD
ACC-03 J QTY 6
HMI I Thrive Glass Board
60W x 48H Wall Mounted
Available in Magnetic
Rear Hanger Brackets
Marller/Eraser Holder
ACC-04 J QTY 5 [Office 107, 109 + 104]
OM I Grommet
Duplex Grommet to be cut on site to give
access at tackboards for outlets
®J
Marl<ei/Eraser Hoiler
While Glass
ChaoN Finish (Of' Pl"IC#lg
■□ □
PSA25-3577FAC
Exhibit "C" (cont'd)
Docusign Envelope ID: 3BAE8833-2E1E-4B16-BFA0-7BDB6E85720A
MillerKnoll
David Slania
MillerKnoll, Inc.
Public Sector Executive
Phone: 619-733-4595
Email: david slania@millerknoll.com
August 22, 2024
City of Carlsbad, CA
To whom it may concern:
PSA25-3577FAC
Exhibit "D"
The Sheridan Group, Inc. is a certified MillerKnoll dealer and is authorized to utilize the Omnia Partners
contracts listed below:
2020000622 Omnia Partners Herman Miller Contract
2020000608 Omnia Partners Knoll Contract
Please do not hesitate to contact me if you have any further questions or concerns.
Sincerely,
D~CS~
David C. Slania
Public Sector Executive
619-733-4595
David Slania@millerknoll.com
Sept. 24, 2024 Item #5 Page 26 of 34