Loading...
HomeMy WebLinkAbout2023-06-22; Dispatch Chairs for the Police and Fire Headquarters Renovation Project (District 2); Gomez, PazTo the members of the: CITY COUNCIL Date'°/ah CAL cc~ CM_LACM VDCM (3}L June 22, 2023 Council Memorandum To: Honorable Mayor Blackburn and Members of the City Council From: Paz Gomez, Deputy City Manager, Public Works Via: Geoff Patnoe, Assistant City Manager @ {city of Carlsbad Memo ID# 2023062 Re: Dispatch Chairs for the Police and Fire Headquarters Renovation Project (District 2) This memorandum provides information on the dispatch chairs procured for the Police and Fire Headquarters Renovation Project, Capital Improvement Program (CIP) Project No. 4715. The Police and Fire Headquarters is located at 2560 Orion Way. Background During the City Council meeting on June 20, 2023, a resident spoke during non-agenda public comment about an invoice for eight office chairs for approximately $14,000 as part of a staff report presented at the City Council meeting on May 23, 2023. Discussion As shown in Attachment A, during the May 23, 2023, City Council meeting, staff requested that the City Council adopt a resolution authorizing execution of an agreement with GoForth & Marti, a California corporation, dba G/M Business Interiors, (GMBI) to provide additional building furnishings in an amount not to exceed $308,770 for the Police and Fire Headquarters Renovation Project, CIP Project No. 4715. The city has been renovating the Police and Fire Headquarters to accommodate the current needs of the Police and Fire Departments. Staff identified the need for additional furnishings that were overlooked in the previous order. Staff obtained quotes from GMBI to provide these additional furnishings through cooperative purchasing agreements and requested City Council approval of an agreement with GMBI to provide these additional furnishings for the project. According to Carlsbad Municipal Code Section 3.28.070(D), City Council authorization is required for procurement of goods or services over $100,000. The project budget has adequate funds to cover this cost, and no additional appropriation was required. As shown on page 28 of 42 of Attachment A and on Attachment B, a GMBI quote for eight dispatch chairs for $14,327.53 was included in the staff report. Staff had reached out to GMBI for a quote per the California Multiple Award Schedules (CMAS) Agreement (Attachment C), in which the State of California has assessed offerings to be fair, reasonable and competitive. Public Works Branch Fleet and Facilities Department 405 Oak Avenue I Carlsbad, CA 92008 I 442-339-2980 t Council Memo -Dispatch Chairs for the Police & Fire HQ Renovation Project (District 2) June 22, 2023 Page 2 Per Carlsbad Municipal Code Section 3.28.100, cooperative purchasing, the Purchasing Officer shall have the authority to join with other public or quasi-public agencies in cooperative purchasing plans or programs for the purchase of goods and/or services by contract, arrangement or agreement as allowed by law and as determined by the Purchasing Officer to be in the city's best interest. The Purchasing Officer may buy directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner. (Ord. CS-002 § 2, 2008) Exhibit 6 of Attachment A includes the Purchasing Officer's bidding exemption approval -G/M Business Interiors, memorandum dated March 31, 2023, which was approved on April 9, 2023. Although the quote has "Fire Dept-Dispatch Seating" noted at the top, the chairs are for the Police Department's eight Russ Basset Dispatch Workstations. The chairs are 24/7 intensive-use heavy-duty chairs with an excellent warranty and were sourced based on a recommendation from Russ Basset, the dispatch console manufacturer. The chair manufacturer is Concept Seating, and below is a link to the manufacturer's website for one of the two types of chairs purchased: https://www.conceptseating.com/product/247-chairs/3152hr-operator/ GMBI is not the only vendor able to offer Concept Seating products, but they were determined to offer competitive pricing based on the CMAS contract. Given the work demands of police dispatchers who occupy these seats for 12 hours per day, staff determined that the chairs identified in the staff report were fair, reasonable and competitive. Next Steps Staff will continue to assess furnishing requirements to ensure the city receives the best value and continue to procure furnishings through the use of cooperative purchasing agreements when available. Attachments: A. City Council meeting on May 23, 2023, staff report (on file in the office of the City Council due to the size of the document) B.GMBI Quotation 203999 C.CMAS Agreement Number 4-13-71-0086B cc: Scott Chadwick, City Manager Cindie McMahon, City Attorney Laura Rocha, Deputy City Manager, Administrative Services Michael Calderwood, Fire Chief Mickey Williams, Police Chief Zach Korach, Finance Director Kristina Ray, Community & Engagement Director Gina Herrera, Deputy City Attorney Roxanne Muhlmeister, Assistant Finance Director John Maashoff, Public Works Manager CA Review ___AF__ Meeting Date: May 23, 2023 To: Mayor and City Council From: Scott Chadwick, City Manager Staff Contact: Steven Stewart, Municipal Projects Manager steven.stewart@carlsbadca.gov, 442-339-2938 Mickey Williams, Police Chief mickey.williams@carlsbadca.gov, 442-339-2130 Subject: An Agreement with GoForth & Marti to Provide Additional Building Furnishings for the Police and Fire Headquarters Renovation Project District: 2 Recommended Action Adopt a resolution authorizing execution of an agreement with GoForth & Marti, a California corporation, dba G/M Business Interiors, to provide additional building furnishings in an amount not to exceed $308,770 for the Police and Fire Headquarters Renovation Project, Capital Improvement Program Project No. 4715. Executive Summary The city has been renovating the Police and Fire Headquarters to accommodate the current needs of the Police and Fire departments. Staff identified the need for additional furnishings that were overlooked in the previous order. Staff obtained quotes from G/M Business Interiors, or GMBI, to provide these additional furnishings through cooperative purchasing agreements and now request City Council approval of an agreement with GMBI to provide these additional furnishings for the Project. According to Carlsbad Municipal Code Section 3.28.070(D), City Council authorization is required for procurement of goods or services over $100,000. The budget project has adequate funds to cover this cost, and no additional appropriation is required. Explanation & Analysis The Police and Fire Headquarters, at 2560 Orion Way (Exhibit 7), was built in 1986 for a public safety staff of 95. During the last 37 years, headquarters staffing has gradually increased to 188 to keep up with city development and demands for service. However, the building has not been significantly renovated to appropriately accommodate the increase in personnel. The City Council authorized construction of the Police and Fire Headquarters Renovation Project, Capital Improvement Program Project No. 4715 (Resolution No. 2021-236), and construction began the following December. May 23, 2023 Item #1 Page 1 of 92 ATTACHMENT A The City Council approved purchasing the fixtures and furnishings to be incorporated into the project on May 24, 2022. (Resolution No. 2022-119) As the first phase of the construction was nearing completion in late summer 2022, staff discovered that some necessary furnishings had not been included in the original furniture quote provided to the city. Additional items have also been requested by the Police Department, including refrigerated property and evidence lockers and chairs for the new dispatch consoles. GMBI provided quotes for the additional items totaling $308,770, as shown in the table below and in Exhibit 2. The quotes provided are based on cooperative purchasing agreements that guarantee government agencies low, competitive pricing. The purchasing agreements are established through: 1. California Multiple Award Schedule contract #4-13-71-0086B (Exhibit 3) 2. Sourcewell contract #010920 SPC (Exhibit 4) 3. Omnia Partners agreement #2020000622-5, BNR482 (Exhibit 5) The CMAS program creates a pool of suppliers from which an agency can solicit offers. Similarly, the Sourcewell contract obtains competitive pricing through a nationwide solicitation and award process on behalf of its current and potential government and education participating agencies. The Omnia Partners agreement is also competitively bid, and GMBI is an exclusive distributor of the Herman Miller furniture products available through this agreement. Police and Fire Headquarters Renovation Project Capital Improvement Program Project No. 4715 Product Vendor Quote Value Gym lockers Space Saver $246,697 Property and evidence lockers Space Saver $37,638 Dispatch console chairs Concept Seating $14,328 Task chairs and dividers Herman Miller $10,107 Total $308,770 Carlsbad Municipal Code Section 3.28.100 allows the city’s Purchasing Officer to join with other public or quasi-public agencies in cooperative purchasing plans or programs for purchase of goods and/or services by contract, arrangement or agreement as allowed by law and as determined by the Purchasing Officer to be in the city’s best interest. The officer may buy directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner. The Purchasing Officer has made a determination that it is in the city’s best interest to procure these furnishings through cooperative agreements and approved a bidding exemption on April 9, 2023, on a memorandum dated March 31, 2023. (Exhibit 6) Fiscal Analysis Funding is available in the project budget to support the value of this agreement as shown in the table below, so an additional appropriation is not required at this time. May 23, 2023 Item #1 Page 2 of 92 Police and Fire Headquarters Renovation Project Capital Improvement Program Project No. 4715 Total project appropriation to date $21,495,842 Total expenditures/encumbrances to date -$20,654,406 Total available balance $841,436 Agreement with GMBI -$308,770 Construction contingency (unencumbered) -$490,698 Soft costs (inspection and testing, staff and consultant time) -$41,968 Total remaining project costs $0 Additional appropriation needed $0 Options Staff provide the following options for the City Council’s consideration: 1. Adopt a resolution authorizing execution of an agreement with GMBI to provide additional building furnishings in an amount not to exceed $308,770 for the Police and Fire Headquarters Renovation Project Pros • The new building furnishings are required upon completion of the renovation work • The project’s budget includes funding for these items • The price for these furnishings has been obtained through cooperative purchasing agreements • Material prices are currently increasing due to inflation and supply chain delays, so purchasing these furnishings at this time will likely cost less than if this agreement were to be delayed Cons • None identified 2. Do not adopt a resolution authorizing execution of an agreement with GMBI to provide additional building furnishings in an amount not to exceed $308,770 for the Police and Fire Headquarters Renovation Project Pros • None identified Cons • Delays completion of the building renovation work pending acquisition of alternate furnishings • The viability of local public agency contracts may expire, eliminating the opportunity to participate in favorable cooperative purchasing agreements • Authorizing this scope of work at a future date will likely result in increased costs Staff recommend Option 1. Next Steps Upon City Council authorization, staff will complete execution of an agreement with GMBI and coordinate furniture delivery. May 23, 2023 Item #1 Page 3 of 92 Environmental Evaluation The City Planner has determined the project is exempt from the California Environmental Quality Act, under Guidelines Section 15301(a), which applies to interior or exterior alterations in existing facilities, such as interior partitions, plumbing and electrical conveyances. No exception to the exemption in Guidelines section 15300.2 applies to this project. Exhibits 1. City Council resolution 2. GMBI quotes 3. California Multiple Award Schedule contract 4. Sourcewell contract 5. Omnia Partners agreement 6. Purchasing Officer’s bidding exemption approval – G/M Business Interiors, memorandum dated March 31, 2023, approved on April 9, 2023 7. Location map May 23, 2023 Item #1 Page 4 of 92 RESOLUTION NO. 2023-134 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF AN AGREEMENT WITH GOFORTH & MARTI, A CALIFORNIA CORPORATION, D.B.A. G/M BUSINESS INTERIORS, TO PROVIDE ADDITIONAL BUILDING FURNISHINGS IN AN AMOUNT NOT TO EXCEED $308,770 FOR THE POLICE AND FIRE HEADQUARTERS RENOVATION PROJECT, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 4715 WHEREAS, the city requires additional building furnishings for the Police and Fire Headquarters Renovation Project, Capital Improvement Program, or CIP, Project No. 4715, or Project, because staff evaluated the current condition of existing fixtures and building furnishings and found them to be in a deteriorated condition or inadequate in quantity or functionality for the areas to be renovated; and WHEREAS, Carlsbad Municipal Code, or CMC, Section 3.28.100 allows for procurement of goods and/or services through cooperative purchase 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, CMC 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, and by logical extension below, the contract price established by the other public agency; and WHEREAS, GoForth & Marti, a California corporation, d.b.a. G/M Business Interiors, or GMBI, is an authorized distributor of office products and has established cooperative purchasing agreements with CMAS, 4-13-71-0086B; Sourcewell, 010920 SPC; and Omnia Partners, 2020000622-5, BNR482, to provide and install fixtures and furnishings; and WHEREAS, the city received quotes from GMBI to provide the city with additional 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 b·est interest to procure the additional 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 Exhibit 1 May 23, 2023 Item #1 Page 5 of 92 WHEREAS, the City Planner has determined that the Project is exempt from the California Environmental Quality Act, or CEQA, under Guidelines Section 15301{a), which applies to interior or exterior alterations in existing facilities, such as interior partitions, plumbing and electrical conveyances, and no exception to the exemption as set forth in CEQA Guidelines section 15300.2 applies to this Project. 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 additional building furnishings through GMBI in an amount not to exceed $308,770 is approved. 3.That the Mayor is authorized and directed to execute the fixtures and furnishings agreement attached hereto as Attachment A. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 23rd day of May, 2023, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: Blackburn, Bhat-Patel, Acosta, Burkholder, Luna. None. None. None. KEITH BLACKBURN, Mayor SHERRY FREISINGER, City Clerk (SEAL) May 23, 2023 Item #1 Page 6 of 92 l DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9B875590618A PSA23-2144FAC AGREEMENT FOR PURCHASE OF ADDITIONAL FURNISHINGS FOR THE POLICE AND FIRE HEADQUARTERS PROJECT, PROJECT NO. 4715 GOFORTH & MARTI D.B.A. GM BUSINESS INTERIORS THIS AGREEMENT is made and entered into as of the 2 � day of n 17\. "j_ , 2023, by and between the City of Carlsbad, California, a municipal c poration ("City") and Goforth & Marti, a California corporation, d.b.a. G/M Business Interiors ("Contractor"). RECITALS A.City requires the services of a consultant that is experienced in procurement, delivery, assembly, locating and alignment of fixtures and furnishings. B.Contractor has the necessary experience in providing services and advice relatedto fixtures and furnishings procurement and delivery. C.Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, 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 attached Exhibit "A," which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2.ST ANDA RD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable 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 periods 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 ESSENCETime is of the essence for each and every provision of this Agreement. 5.COMPENSATIONThe total fee payable for the Services to be performed during the initial Agreement term will be three hundred eight thousand seven hundred sixty-nine dollars sixty-one cents ($308,769.61). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." City Attorney Approved Version 12/28/2022 Attachment A May 23, 2023 Item #1 Page 7 of 92 PSA23-2144FAC City Attorney Approved Version 12/28/2022 2 6.PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 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. 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 indemnify and hold harmless the City and its officers, 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, DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 8 of 92 PSA23-2144FAC City Attorney Approved Version 12/28/2022 3 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. 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 this 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 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the 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. 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. DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 9 of 92 PSA23-2144FAC City Attorney Approved Version 12/28/2022 4 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 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. 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 three (3) 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. /// /// /// DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 10 of 92 PSA23-2144FAC City Attorney Approved Version 12/28/2022 5 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. For City For Contractor Name Steven Stewart Name Jason Stierl Title Municipal Projects Manager Title Project Manager Department Public Works Address 110 W. A Street, Suite 140 City of Carlsbad San Diego, CA 92101 Address 1635 Faraday Ave. Phone No. 800-686-6583 Carlsbad, CA 92008 Email jstierl@gmbi.net Phone No. 760-339-2938 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 in all categories. Yes No 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. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. 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 DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 11 of 92 □ PSA23-2144FAC City Attorney Approved Version 12/28/2022 6 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. 21. 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 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. 22. 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, percentage, 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 consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. 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. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 12 of 92 PSA23-2144FAC City Attorney Approved Version 12/28/2022 7 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 waive all provisions of law providing for a change of venue in these proceedings to any other county. 25.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. 26.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 supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 13 of 92 DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A 27.AUTHORITY PSA23-2144FAC 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. CONTRACTOR GOFORTH & MARTI, a California corporation, d.b.a. GM Business Interiors By: (sign here) Laurinda P. Easley, President & Secretary (print name/title) By: (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: l Keith Blackburn, Mayor ATTEST: for Sherry Freisinger, City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, orVice-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: ___ dlluf __ �_f_V'b_St __ _Assistant City Attorney 8 City Attorney Approved Version 12/28/2022 May 23, 2023 Item #1 Page 14 of 92 ~ PSA23-2144FAC City Attorney Approved Version 12/28/2022 9 EXHIBIT “A” Scope of Materials Order Police and Fire Headquarters, CIP Project 4715 Item Description Quote Reference Total Cost Lockers for Men's Locker room Quote 211242 (Exhibit “B”) $246,697.34 Lockers for Property and Evidence Quote 206007 (Exhibit “C”) $37,637.90 Chairs for Dispatch Consoles Quote 203999 (Exhibit “D”) $14,327.53 Miscellaneous furniture items Quote 211124 (Exhibit “E”) $10,106.84 TOTAL (not to exceed) $308,769.61 DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 15 of 92 Project ID / Who & Where STEVE STEWART - PD DUTY MENS LOCKERS 2112423/2/2023 SHIP TO: CARLSBAD (ORION) FIRE DEPT2560 ORION WAY CARLSBAD CA 92010 Phone:Fax: (760)602-7543 BILL TO:3845 CITY OF CARLSBAD1635 FARADAY AVE CARLSBAD CA 92008 Phone:Fax:STEVE STEWARTSTEVE STEWART (760)602-7543 Systems Desk Units Tables Files Chairs Ancillary00000 0Product Counts: QuotationDate: Storage 92 **PER COOPERATIVE PURCHASING WITH SPACESAVERS, THE TERMS OF WHICH ARE INCORPORATED HEREIN BYREFERENCE, THE PRODUCT PRICING LISTED BELOW REFLECTS THE LOWEST PRICES AVAILABLE TO THE CITYOF CARLSBAD THROUGH THE COOPERATIVE AGREEMENT. THIS COOPERATIVE PURCHASING AGREEMENTPRICING STRUCTURE IS CURRENTLY IN PLACE WITH STATE AND LOCAL GOVERNMENT AGENCIES THROUGHSPACESAVERS** CLIENT PO NUMBER: G/M BUSINESS INTERIORS TAX ID: 95-2091271 ***PREVAILING WAGE*** QUOTE FOR: (92) SPACESAVER DUTY LOCKERS FOR MEN FOR: STEVE STEWART - PD DUTY MENS LOCKERS LEAD TIMES: 18 WEEKS DUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BEVARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) G/M TO RECEIVE AND INSPECT PRODUCT. 2) G/M TO COORDINATE THE ASSEMBLY OF (92) EA SPACESAVER DUTY LOCKERS FOR MEN IN PLACE PERDRAWINGS ATTACHED. 3) G/M TO COORDINATE SCHEDULING WITH STEVE STEWART @ 760-602-7543. Product Summary / Scope of Work GRAND TOTAL $246,697.34 Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 1 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors PSA23-2144FAC Exhibit "B"DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 16 of 92 **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCTREMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND** **QUOTE VALID FOR 30 DAYS, THEN WILL NEED TO BE RE QUOTED** CUSTOMER NET INVOICE: $246,697.34 **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND Quotation # 211242G/M 1 223,256.40 223,256.40 202,082.60 Sell ExtSellList ExtList LOT STORAGE Who/What/Where 202,082.60 BOM A BOM: See Attached Bill of Materials 92Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (92) SPACESAVER DUTY LOCKERS FOR MEN Design Fee 0 .00 .00 .00 Sell ExtSellList ExtList LOT SPACESAVER INSTALLATION Who/What/Where .00 BOM B BOM: See Attached Bill of Materials Piece Count: .00.00.0029,458.54 FreightTaxable Srvcs.Non-Tax Srvcs.Description: SERVICES TO COMPLETE INSTALLATION OF (92) SPACESAVERS DUTY LOCKERS. INSTALLATION IS ESTIMATED AT 9-10 DAYS DURING NORMAL HOURS. G/M TO COORDINATE SERVICES. Design Fee Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 2 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors PSA23-2144FAC Exhibit "B" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 17 of 92 FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 211242 STEVE STEWART - PD DUTY MENS LOCKERS Page 1FabricInitial COLOR FINISH DG 2 – DESIGNER GREY SPACESAVER DUTY LOCKERS FOR MEN STORAGE PSA23-2144FAC Exhibit "B" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 1 8 o f 9 2 > Quotation # 211242G/M Product Subtotal: Services (Non-Taxable) Services (Taxable) Freight (Taxable) Design Services (Non-Taxable) Sales Tax (7.500%) $202,082.60 $29,458.54 $0.00 $0.00 $0.00 $15,156.19 $246,697.34Total: Taxable Subtotal: Non-Taxable Subtotal: $202,082.60 $29,458.54 Terms: Net 30 Days, 90% Due at Substantial Delivery 90%$222,027.60 Terms: 10% @ Punchlist 10%$24,669.73 Signed Date 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 G/M 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. I am aware of the grand total price of this contract as shown on this quote. Approved by: Signature Print Name/Title Date 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. G/M, 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. This quote is valid for 30 days. Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 3 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors PSA23-2144FAC Exhibit "B" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 19 of 92 ■ ■ ■ ■ ■ ■ ■ ■ Featured Product of the Month GIM accepts credit cards at 0% for purchases up to $10,000 Purchases over $10,000 requires a surcharge of 2.75% STEVE STEWART - PD DUTY MENS LOCKERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 3/2/2023 5:53:40 PMAQuote #211242 STORAGEDepartment: Contract SPACESAVER 92 2,426.70 223,256.40 2,196.55 202,082.60 9.481 % SPACESAVER DUTY LOCKERS MENS LOCKERS Qty (91) 24" x 24" x 84" with sloped tops, duplex outlet with 2 receptacles,adjustable hangar shelf, external locking lower drawer with 9”W wood bench Qty (1) 24" x 24" x 84" with sloped tops, duplex outlet with 2 receptacles,adjustable hangar shelf, locking lower drawer, ADA intended COLOR SELECTION DESIGNER GREY (DG 2) STORAGETag: Product Subtotal: $202,082.60 Project DesignerAccount Executive:Udeshi Weerasekera Page: 1 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "B" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 20 of 92 • • • • • • Project ID / Who & Where SAFETY CENTER - EVIDENCE LOCKERS 2060073/2/2023 SHIP TO: CARLSBAD (ORION) FIRE DEPT2560 ORION WAY CARLSBAD CA 92010 Phone:Fax: (760)602-7543 BILL TO:3845 CITY OF CARLSBAD1635 FARADAY AVE CARLSBAD CA 92008 Phone:Fax:STEVE STEWARTSTEVE STEWART (760)602-7543 Systems Desk Units Tables Files Chairs Ancillary00000 1Product Counts: QuotationDate: Storage 0 **PER COOPERATIVE PURCHASING WITH SOURCEWELL CONTRACT# 010920-SPC, THE TERMS OF WHICH AREINCORPORATED HEREIN BY REFERENCE, THE PRODUCT PRICING LISTED BELOW REFLECTS THE LOWESTPRICES AVAILABLE TO THE CITY OF CARLSBAD THROUGH THE COOPERATIVE AGREEMENT. THIS COOPERATIVEPURCHASING AGREEMENT PRICING STRUCTURE IS CURRENTLY IN PLACE WITH STATE AND LOCALGOVERNMENT AGENCIES THROUGH SOURCEWELL CONTRACT# 010920-SPC.** **PER SPACESAVERS THIS IS THE BEST PRICE AVAILABLE THROUGH SOURCEWELL CONTRACT# 010920-SPC** G/M BUSINESS INTERIORS TAX ID: 95-2091271 CLIENT PO NUMBER: ***PREVAILING WAGE*** QUOTE FOR: (01) EA SPACESAVER PASS THRU REFRIGERATED EVIDENCE UNITS W/ 4 DOORS EACH TO MATCHEXISTING EVIDENCE LOCKERS TOTAL OF (17) FOR: SAFETY CENTER - EVIDENCE LOCKERS LEAD TIME: 20 WEEKS.DUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BEVARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) G/M VENDOR TO RECEIVE AND INSPECT PRODUCT. 2) G/M TO COORDINATE SERVICES TO COMPLETE THE PASS-THRU REFRIGERATED EVIDENCE UNITS WITH (4) Product Summary / Scope of Work GRAND TOTAL $37,637.90 Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 1 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors PSA23-2144FAC Exhibit "C"DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 21 of 92 DOORS EACH. PRODUCT TO MATCH EXISTING EVIDENCE LOCKERS AS SHOWN IN DESIGN. TOTAL OF (17)OPENINGS. 2) G/M TO COORDINATE SERVICES TO COMPLETE REMOVAL OF EXISTING INSERTS AND REINSTALLATION OFNEW INSERTS BY SPACESAVER 3) G/M TO COORDINATE SCHEDULING WITH STEVE STEWART @ 760-602-7543. **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCTREMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND** **QUOTE VALID FOR 30 DAYS** **ADDITIONAL/SPECIAL SERVICES BREAKDOWN**PREVAILING WAGE NON TAXABLE LABOR SERVICES: (76.761) HRS @ $47/HR = $3,607.79 SECTION F ADDITIONAL PRODUCTS/SERVICES1. EXPRESS SHIPPING=$1,640.262. OTHER CUSTOMER RELATED SERVICES=$5,830.18 CUSTOMER NET INVOICE: $37,637.90 **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND Quotation # 206007G/M 1 32,066.00 32,066.00 24,112.03 Sell ExtSellList ExtList LOT ANCILLARY Who/What/Where 24,112.03 BOM A BOM: See Attached Bill of Materials 1Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (01) EA SPACESAVER PASS THRU REFRIGERATED EVIDENCE UNITS W/ 4 DOORS EACH TO MATCH EXISTING EVIDENCE LOCKERS TOTAL OF (17) Design Fee Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 2 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors PSA23-2144FAC Exhibit "C" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 22 of 92 Quotation # 206007G/M 0 .00 .00 .00 Sell ExtSellList ExtList LOT SPACESAVER Who/What/Where .00 BOM B BOM: See Attached Bill of Materials Piece Count: .00.00.003,607.79 FreightTaxable Srvcs.Non-Tax Srvcs.Description: G/M TO COORDINATE SERVICES FOR SPACESAVER TO COMPLETE REMOVAL OF EXISTING INSERTS AND REINSTALLATION OF NEW INSERTS BY SPACESAVER Design Fee 1 .00 .00 5,830.18 Sell ExtSellList ExtList LOT MATERIAL SURCHARGE Who/What/Where 5,830.18 BOM C BOM: See Attached Bill of Materials Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: **MATERIAL SURCHARGE IMPOSED BY SPACESAVER** Design Fee Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 3 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors PSA23-2144FAC Exhibit "C" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 23 of 92 Project #: 106368 Drawn by: M.Egbert Date Printed: 11/21/2022 Scale 1:35 Rev level: Project Name: Carlsbad PD APPROVAL This drawing Approved By: Dated Copyright © 2022 Spacesaver Corporation. This material is proprietary and confidential, and the disclosure reproduction by photography, film, blueprint or otherwise or incorporation into any information retrieval system without first receiving written approval from Spacesaver Corporation is expressly prohibited by law. CO P Y R I G H T © 2 0 2 2 S P A C E S A V E R C O R P O R A T I O N . A L L R I G H T S R E S E R V E D E 2-EE 1-E 74" 36" 24" (2) Refridgerator Unit Replacements 72" 36" PSA23-2144FAC Exhibit "C" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 2 4 o f 9 2 1111 SPACESAVER INTERMOUNTAIN LLC 249 South 400 Eost (801) 363-5882 main Salt Lake City, UT 84111 (801) 359-4326 fax www.SpacesaverlM.com Project #: 106368 Drawn by: M.Egbert Date Printed: 11/21/2022 Scale 1:35 Rev level: Project Name: Carlsbad PD APPROVAL This drawing Approved By: Dated Copyright © 2022 Spacesaver Corporation. This material is proprietary and confidential, and the disclosure reproduction by photography, film, blueprint or otherwise or incorporation into any information retrieval system without first receiving written approval from Spacesaver Corporation is expressly prohibited by law. CO P Y R I G H T © 2 0 2 2 S P A C E S A V E R C O R P O R A T I O N . A L L R I G H T S R E S E R V E D 09 08 18 09 08 18 07 170717 16061606 15 14 05 04 15 14 05 04 03 02 13 12 03 02 13 12 01 110111 E 2E 1 82" 18 15/32"9 7/32" 83"83" 18 15/32" Elevation 18 15/32" 9 7/32"35 13/16" 82" 18 15/32" 9 7/32" 9 7/32" PSA23-2144FAC Exhibit "C" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 2 5 o f 9 2 -□ □- -□ -----1 □--□ ~~ _:---I~ I -□ ■ 1111 SPACESAVER INTERMOUNTAIN LLC 249 South 400 Eost (801) 363-5882 main Salt Lake City, UT 84111 (801) 359-4326 fax www.SpacesaverlM.com Quotation # 206007G/M Product Subtotal: Services (Non-Taxable) Services (Taxable) Freight (Taxable) Design Services (Non-Taxable) Sales Tax (7.750%) $29,942.21 $3,607.79 $0.00 $1,640.26 $0.00 $2,447.64 $37,637.90Total: Taxable Subtotal: Non-Taxable Subtotal: $31,582.47 $3,607.79 Terms: Net 30 Days, 90% Due at Substantial Delivery 90%$33,874.11 Terms: 10% @ Punchlist 10%$3,763.79 Signed Date 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 G/M 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. I am aware of the grand total price of this contract as shown on this quote. Approved by: Signature Print Name/Title Date 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. G/M, 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. This quote is valid for 30 days. Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 4 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors PSA23-2144FAC Exhibit "C" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 26 of 92 ■ ■ ■ ■ ■ ■ ■ ■ Featured Product of the Month GIM accepts credit cards at 0% for purchases up to $10,000 Purchases over $10,000 requires a surcharge of 2.75% SAFETY CENTER - EVIDENCE LOCKERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 1/16/2023 2:49:57 PMAQuote #206007 ANCILLARYDepartment: Contract SPACESAVER 1 32,066.00 32,066.00 24,112.03 24,112.03 24.801 % QTY (2) PASS-THRU REFRIGERATIED EVIDENCE UNITS WITH (4) DOORS EACH. PRODUCT TO MATCH EXISTING EVIDENCE LOCKERS AS SHOWN IN DESIGN. TOTAL OF (17) OPENINGS. ANCILLARYTag: Product Subtotal: $24,112.03 Project DesignerAccount Executive:Udeshi Weerasekera Page: 1 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "C" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 27 of 92 • • Project ID / Who & Where COC FIRE DEPT - DISPATCH SEATING 2039994/4/2023 SHIP TO: CARLSBAD (2560 ORION ) CITY OF CARLSBAD 2560 Orion Way Carlsbad CA 92010 Phone: Fax: (760)602-7543 BILL TO:P22042 CONCEPT SEATING GOVERNMENT 3205 N 124TH ST BROOKFIELD WI 53005 Phone: Fax: STEVE STEWARTLARRY WEBER (818)512-1888 Systems Desk Units Tables Files Chairs Ancillary00008 0Product Counts: QuotationDate: Storage 0 **PER COOPERATIVE PURCHASING WITH CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) CONTRACT NUMBER 4-13-71-0086B, DATED 11/12/2021, EXPIRING 07/31/2026, THE TERMS OF WHICH ARE INCORPORATED HEREIN BY REFERENCE, THE PRODUCT PRICING LISTED BELOW REFLECTS THE LOWEST PRICES AVAILABLE TO THE CITY OF CARLSBAD THROUGH THE COOPERATIVE AGREEMENT. THIS COOPERATIVE PURCHASING AGREEMENT PRICING STRUCTURE IS CURRENTLY IN PLACE WITH STATE AND LOCAL GOVERNMENT AGENCIES THROUGH CONTRACT 4-13-71-0086B ATED 11/12/2021, EXPIRING 07/31/2026.** ***PREVAILING WAGE*** QUOTE FOR: CONCEPT SEATING TASK CHAIRS WITH HALF RING FOOT REST FOR: COC FIRE DEPT - DISPATCH SEATING LEAD TIMES: 5-6 WEEKS DUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BE VARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) CONCEPT SEATING TO PROVIDE ASSEMBLY OF (08) EA CONCEPT SEATING AND SHIP TO IRVINE WAREHOUSE. 2) G/M TO RECEIVE AND INSPECT PRODUCT. 2)G/M TO BRING TO SITE AND SET (04) EA CONCEPT SEATING 3142 HIGH BACK CHAIR W/ HALF RING FOOT REST, (04) EA CONCEPT SEATING 3152HR OPERATORS CHAIR W/ HALF RING FOOT REST INTO PLACE. 3) PLEASE CONTACT STEVE STEWART @ 760-602-7543 TO SCHEDULE SERVICES. Product Summary / Scope of Work GRAND TOTAL $14,327.53 Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 1 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez(lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101 G/M Business Interiors PSA23-2144FAC Exhibit "D"DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 28 of 92 **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCT REMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURING THE WEEKEND** ***QUOTE VALID FOR 60 DAYS*** PLEASE MAKE PURCHASE ORDER TO: (ORDERING ADDRESS) CONCEPT SEATING GOVERNMENT C/O G/M BUSINESS INTERIORS 3205 N 124TH ST BROOKFIELD, WI 53005 (FAX TO G/M: 951-684-0837) CMAS CONTRACT# 4-13-71-0086B (PAYMENT ADDRESS) CONCEPT SEATING GOVERNMENT 3205 N 124TH ST BROOKFIELD, WI 53005 Quotation # 203999G/M 1 31,179.44 31,179.44 11,436.00 Sell ExtSellList ExtList LOT SEATING Who/What/Where 11,436.00 BOM A BOM: See Attached Bill of Materials 8Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (04) EA CONCEPT SEATING 3142 HIGH BACK CHAIR W/ HALF RING FOOT REST (04) EA CONCEPT SEATING 3152HR OPERATORS CHAIR W/ HALF RING FOOT REST Design Fee 0 .00 .00 .00 Sell ExtSellList ExtList LOT CONCEPT SEATING ASSEMBLY Who/What/Where .00 BOM B BOM: See Attached Bill of Materials Piece Count: .00.00.00695.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: CONCEPT SEATING TO PROVIDE ASSEMBLY SERVICES OF (08) EA CONCEPT SEATING CHAIRS Design Fee Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 2 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez(lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101 G/M Business Interiors PSA23-2144FAC - Exhibit "D" cont'dDocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 29 of 92 Quotation # 203999G/M 0 .00 .00 .00 Sell ExtSellList ExtList LOT Z G/M Services Who/What/Where .00 BOM C BOM: See Attached Bill of Materials Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: G/M Furniture Planning Services, if applicable, include field measurements, drawing AutoCAD building shells, developing typical workstations and private office standards, space planning typicals into the floorplan, developing furniture color schemes, order specifications and receiving client approvals for all drawings and color schemes for order entry. G/M Project Management Services include drawings and field measure checks, order scheduling & routing, electrical consulting with contractors,field checks,monitoring construction progress along with delivery, assembly, punchlist coordination through final completion. G/M Project Services include receiving and inspecting of each product, shipping damage adjudication with vendors, transporting product if applicable, staging of products, delivery, setting in place of all furniture, level clean and polishing of all items, vacuum floors and recycling of all waste products associated with the furniture project. G/M Punchlist Services include formulation of the project punchlist, ordering and receiving of punchlist products, and delivery and assembly to finalize the punchlist and project. G/M Warranty Services Department is provided to offer clients our no-charge warranty service work for all furniture protected under valid factory warranties. G/M maintains electronic copiesof our Client's invoices for warranty enforcement. For service requests, our Warranty Department may be contacted via e-mail at warranty@gmbi.net Design Fee Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 3 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez(lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101 G/M Business Interiors PSA23-2144FAC - Exhibit "D" cont'd PSA23-2144FAC - Exhibit "D" cont'd DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 30 of 92 Quotation # 203999G/M Product Subtotal: Services (Non-Taxable) Services (Taxable) Freight (Taxable) Design Services (Non-Taxable) Sales Tax (7.750%) $11,436.00 $695.00 $0.00 $1,216.00 $0.00 $980.53 $14,327.53Total: Taxable Subtotal: Non-Taxable Subtotal: $12,652.00 $695.00 Terms: Net 30 Days 100% $14,327.53 Signed Date 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 G/M 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. I am aware of the grand total price of this contract as shown on this quote. Approved by: Signature Print Name/Title Date 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. G/M, 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. This quote is valid for 30 days. Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 4 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez(lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101 G/M Business Interiors PSA23-2144FAC - Exhibit "D" cont'dDocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 31 of 92 Featured Product of the Month ■ ■ • • • • • • COC FIRE DEPT - DISPATCH SEATING CONCEPT SEATING GOVERNMENT PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 2/28/2023 3:08:57 PMAQuote #203999 SEATINGDepartment: Contract CONCEPTSEATING 4 3,575.43 14,301.72 1,315.00 5,260.001 %4207RHLKS07 Concept Seating 3142 High-Back Chair, Black Alt Leather, Swing-away Arms, Half-ring footrestbase, Lumbar SEATINGTag: 4 4,219.43 16,877.72 1,544.00 6,176.002 %5207RALUS07 Concept Seating Model 3152HR OPERATOR'S Chair, Black Alternative Leather, Swing Away ARMS, half-ring footrest base, Lumbar, Articulating Head-Rest SEATINGTag: Product Subtotal: $11,436.00 Project DesignerAccount Executive:Udeshi Weerasekera Page: 1 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "D" (continued)DocuSign Envelope ID: 5C1552CC-64C2-4CEF-B6B5-B67F2D560E9DDocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 32 of 92 • • • • FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 203999 DISPATCH SEATING Page 1FabricInitial BASE FINISH: BLACK SEATING | QTY: 4 BLACK ALTERNATIVE LEATHER: 3142 HIGH BACK W/ HALF RING FOOT REST CONCEPT SEATING PSA23-2144FAC Exhibit "D" (continued)DocuSign Envelope ID: 5C1552CC-64C2-4CEF-B6B5-B67F2D560E9DDocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 3 3 o f 9 2 Swing Arms FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 203999 DISPATCH SEATING Page 2FabricInitial BASE FINISH: BLACK SEATING |QTY:4 BLACK ALTERNATIVE LEATHER: 3152HR OPERATORS CAHIR W/ HALF RING FOOT REST CONCEPT SEATING PSA23-2144FAC Exhibit "D" (continued)DocuSign Envelope ID: 5C1552CC-64C2-4CEF-B6B5-B67F2D560E9DDocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 3 4 o f 9 2 Swing Arms Project ID / Who & Where STEVE STEWART - ADD ON ORDERS 2111243/10/2023 SHIP TO: CARLSBAD (ORION) FIRE DEPT2560 ORION WAY CARLSBAD CA 92010 Phone:Fax: (760)602-7543 BILL TO:3845 CITY OF CARLSBAD1635 FARADAY AVE CARLSBAD CA 92008 Phone:Fax:STEVE STEWARTSTEVE STEWART (760)602-7543 Systems Desk Units Tables Files Chairs Ancillary00004 3Product Counts: QuotationDate: Storage 0 PER COOPERATIVE PURCHASING AGREEMENT WTIH OMNIA CONTRACT, THE TERMS OF WHICH AREINCORPORATED HEREIN BY REFERENCE, THE PRODUCT PRICING LISTED BELOW REFLECTS THE LOWERSPRICES AVAILABLE TO THE CITY OF CARLSBAD THROUGH THE COOPERATIVE PURCHASING AGREEMENTPRICING STRUCTURE IS IN PLACE WITH CITY OF SAN DIEGO, AND LOCAL GOVERNMENT AGENCIES THROUGHOMNIA CONTRACT. QUOTE FOR: HERMAN MILLER CANVAS WALL TACKABLE FABRIC PANELS, HERMAN MILLER CANVAS WALL ESTYLE SHELVES, 48W, HERMAN MILLER VARY EASY GALLERY PANELS, HERMAN MILLER AERON SIZE C TASKCHAIRS FOR: STEVE STEWART - ADD ON ORDERS LEAD TIMES: 6-8 WEEKS DUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BEVARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) G/M TO RECEIVE AND INSPECT ALL PRODUCT AT OUR SD WAREHOUSE 2) G/M TO RECONGIFURE AND DISASSEMBLE WORKSTATION AND REASSEMBLE WORKSTATIONS AND SET INPLACE HERMAN MILLER AERON SIZE C TASK CHAIRS PER ATTACHED DRAWINGS. 3) G/M SERVICES QUOTED AS (1) TRIP DURING NORMAL BUSINESS HOURS 4) JOBSITE MUST BE FREE AND CLEAR OF ALL EXISTING FURNITURE AND PERSONAL ITEMS PRIOR TO G/MARRIVAL Product Summary / Scope of Work GRAND TOTAL $10,106.84 Account Executive: Udeshi Weerasekera Project PAS: Heather Miller 800-686-6583 800-686-6583 Fax: 951-684-0837 Page: 1 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 9750 Irvine Blvd, Suite 108, Irvine CA, 92618G/M Business Interiors PSA23-2144FAC Exhibit "E"DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 35 of 92 5) G/M TO CONTACT STEVE STEWART @ 760-602-7543 TO SCHEDULE SERVICES DATE/TIME ONCE ALL PRODUCTHAS BEEN RECEIVED AT OUR SD WAREHOUSE AND ENTERED INTO OUR SYSTEM **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCTREMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND *QUOTE IS VALID FOR 60 DAYS* Quotation # 211124G/M 1 8,600.00 8,600.00 2,850.52 Sell ExtSellList ExtList LOT ADD-ON Who/What/Where 2,850.52 BOM A BOM: See Attached Bill of Materials 37Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (04) EA HERMAN MILLER CANVAS WALL TACKABLE FABRIC PANELS (02) EA HERMAN MILLER CANVAS WALL E STYLE SHELVES, 48W (02) EAHERMAN MILLER VARY EASY GALLERY PANELS Design Fee 1 9,248.00 9,248.00 4,716.48 Sell ExtSellList ExtList LOT SEATING Who/What/Where 4,716.48 BOM B BOM: See Attached Bill of Materials 4Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (04) EA HERMAN MILLER AERON SIZE C TASK CHAIRS Design Fee Account Executive: Udeshi Weerasekera Project PAS: Heather Miller 800-686-6583 800-686-6583 Fax: 951-684-0837 Page: 2 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 9750 Irvine Blvd, Suite 108, Irvine CA, 92618G/M Business Interiors PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 36 of 92 Quotation # 211124G/M 0 .00 .00 .00 Sell ExtSellList ExtList LOT Z G/M Services Who/What/Where .00 BOM C BOM: See Attached Bill of Materials Piece Count: .00.00160.001,781.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: G/M Furniture Planning Services, if applicable, include field measurements, drawing AutoCAD building shells, developing typical workstations and private office standards, space planning typicals into the floorplan, developing furniture color schemes, order specifications and receiving client approvals for all drawings and color schemes for order entry. G/M Project Management Services include drawings and field measure checks, order scheduling & routing, electrical consulting with contractors,field checks,monitoring construction progress along with delivery, assembly, punchlist coordination through final completion. G/M Project Services include receiving and inspecting of each product, shipping damage adjudication with vendors, transporting product if applicable, staging of products, delivery, setting in place of all furniture, level clean and polishing of all items, vacuum floors and recycling of all waste products associated with the furniture project. G/M Punchlist Services include formulation of the project punchlist, ordering and receiving of punchlist products, and delivery and assembly to finalize the punchlist and project. G/M Warranty Services Department is provided to offer clients our no-charge warranty service work for all furniture protected under valid factory warranties. G/M maintains electronic copies of our Client's invoices for warranty enforcement. For service requests, our Warranty Department may be contacted via e-mail at warranty@gmbi.net Design Fee Account Executive: Udeshi Weerasekera Project PAS: Heather Miller 800-686-6583 800-686-6583 Fax: 951-684-0837 Page: 3 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 9750 Irvine Blvd, Suite 108, Irvine CA, 92618G/M Business Interiors PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 37 of 92 FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 211124 STEVE STEWART - ADD ON PRIVACY PANEL Page 1FabricInitial TACKABLE FABRIC 2I-07 – GRASSCLOTH LEA PANEL FRAME FINISH MS – METALLIC SILVER HERMAN MILLER CANVAS WALL TACKABLE FABRIC PANELS TRAFFIC OFFICE ADD ON PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 3 8 o f 9 2 __ ) FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 211124 STEVE STEWART - ADD ON PRIVACY PANEL Page 2FabricInitial FINISH MS – METALLIC SILVER :HERMAN MILLER CANVAS WALL E STYLE SHELVES, 48W IT ROOM ADD ON PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 3 9 o f 9 2 .. "Table & panels are existing. G/M to install new shelves only• .. _y 1!;-1/2"H 67'H __ ) FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 211124 STEVE STEWART - ADD ON PRIVACY PANEL Page 3FabricInitial LAMINATE FINISH LBC – WALNUT ON ASH END FINISHES MS - METALLIC SILVER TACKABLE FABRIC 2I07 - GRASSCLOTH LEA :HERMAN MILLER CANVAS 42X42 PANELS W/ 84W TRANSACTION SURFACE & GALLERY PANEL PAULA MILIKEN ADD ON PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 4 0 o f 9 2 > FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 211124 STEVE STEWART - ADD ON PRIVACY PANEL Page 4FabricInitial PELLICLE FINISH 23103 - GRAPHITE BASE/FRAME FINISH G1 - GRAPHITE ARM PAD FINISH BK – BLACK HERMAN MILLER AERON SIZE C TASK CHAIR SEATING PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 4 1 o f 9 2 __ ) ---- Quotation # 211124G/M Product Subtotal: Services (Non-Taxable) Services (Taxable) Freight (Taxable) Design Services (Non-Taxable) Sales Tax (7.750%) $7,567.00 $1,781.00 $160.00 $0.00 $0.00 $598.84 $10,106.84Total: Taxable Subtotal: Non-Taxable Subtotal: $7,727.00 $1,781.00 Terms: Net 30 Days 100%$10,106.84 Signed Date 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 G/M 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. I am aware of the grand total price of this contract as shown on this quote. Approved by: Signature Print Name/Title Date 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. G/M, 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. This quote is valid for 30 days. Account Executive: Udeshi Weerasekera Project PAS: Heather Miller 800-686-6583 800-686-6583 Fax: 951-684-0837 Page: 4 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 9750 Irvine Blvd, Suite 108, Irvine CA, 92618G/M Business Interiors PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 42 of 92 ■ ■ ■ ■ ■ ■ ■ ■ Featured Product of the Month GIM accepts credit cards at 0% for purchases up to $10,000 Purchases over $10,000 requires a surcharge of 2.75% STEVE STEWART - ADD ON ORDERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 3/10/2023 3:22:28 PMAQuote #211124 ADD-ONDepartment: Contract HERMANMILLER 2 465.00 930.00 153.45 306.90 67.001 %FT432.1548 +Shelf,E-Style 15-1/2H 48W MS Surface Finish +metallic silver SM End Panel Option +on module ADD-ONTag:GMHARDWARE 1 .00 .00 6.82 6.822 %GMHARDWARE GM WALL ANCHORS PAULA MILIKEN ADD-ONTag: 1 .00 .00 6.82 6.823 %GMHARDWARE GM WALL ANCHORS (1) PER WALL STRIP WALL START OR OH ADD-ONTag:HERMANMILLER 1 1,427.00 1,427.00 470.91 470.91 67.004 %SA878925 Vary Easy Squared-Edge Transaction Surface PAULA MILIKEN Standard Product Reference:FT280V.184LP1TLBCMSFJL Modified Product Reference::FT280V.184LP1TLBCMSFJL Deviation::Depth - Hardware Depth:*:8.7" deep approx, to be single-sided with standard overhang on one side and align with top cap on other side. Width:84:84" wide Surface Material:L:high-pressure laminate top/thermoplastic edge Top Cap Material:P:painted standard top cap Top/Edge Combination:1T:pre-determined top/edge Top/Edge Finish:LBC:walnut on ash Top Cap Finish:MS:metallic silver Stanchion:F:flush-mount stanchion Application:JL:stacking on 42"-high base frame Hardware:**:to have custom mounting hardware to allow for no overhang on one side NOTE:**:Prevents any conflict with height adjustable tables on user side or interference with aisle on visitor side. ADD-ONTag: 1 93.00 93.00 30.69 30.69 67.005 %FT190.42 *Wall Start 42H PAULA MILIKEN ADD-ONTag: Project DesignerAccount Executive:Heather MillerUdeshi Weerasekera Page: 1 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 43 of 92 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • STEVE STEWART - ADD ON ORDERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 3/10/2023 3:22:28 PMAQuote #211124 ADD-ONDepartment: Contract HERMANMILLER 4 267.00 1,068.00 88.11 352.44 67.006 %FT180.3742T *Tile,Full-Height,Tackable Fabric 37H 42W PAULA MILIKEN MS +metallic silver 2I *grasscloth-Pr Cat 1 07 *grasscloth lea ADD-ONTag: 1 67.00 67.00 22.11 22.11 67.007 %FT16G.13P @Finished End, Gallery Panel, Standard Painted Trim 13H PAULA MILIKEN MS @metallic silver ADD-ONTag: 1 36.00 36.00 11.88 11.88 67.008 %FT128.42 *Connection Hardware, Frame-to-Frame 42H PAULA MILIKEN ADD-ONTag: 1 564.00 564.00 186.12 186.12 67.009 %FT115.2930LL @Gallery Panel, Lam/TP Edge, Left Attachment 29H 30W PAULA MILIKEN LBC @walnut on ash LBC @walnut on ash ADD-ONTag: 1 112.00 112.00 36.96 36.96 67.0010 %FT190.68 *Wall Start 68H 68 ADD-ONTag: 4 360.00 1,440.00 118.80 475.20 67.0011 %FT180.6336T *Tile,Full-Height,Tackable Fabric 63H 36W MS +metallic silver 2I *grasscloth-Pr Cat 1 07 *grasscloth lea ADD-ONTag: 4 215.00 860.00 70.95 283.80 67.0012 %FT170.3036T *Lower Tile, Tackable Fabric 30H 36W MS +metallic silver 2I *grasscloth-Pr Cat 1 07 *grasscloth lea ADD-ONTag: 2 80.00 160.00 26.40 52.80 67.0013 %FT160.35BP *Finished End,Base Cover Ptd 35H 35B MS *metallic silver ADD-ONTag: Project DesignerAccount Executive:Heather MillerUdeshi Weerasekera Page: 2 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 44 of 92 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • STEVE STEWART - ADD ON ORDERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 3/10/2023 3:22:28 PMAQuote #211124 ADD-ONDepartment: Contract HERMANMILLER 1 45.00 45.00 14.85 14.85 67.0014 %FT126.1AP *Top Cap, Conn 90-Deg, Connects-1 Frame Top Caps Ptd 1A MS *metallic silver ADD-ONTag: 1 115.00 115.00 37.95 37.95 67.0015 %FT123.333NP *Conn Cover 90-Deg, 3 Sides Covered,No Base Ptd 33H 3/33 MS *metallic silver ADD-ONTag: 1 56.00 56.00 18.48 18.48 67.0016 %FT123.135BP *Conn Cover 90-Deg, 1 Side Covered,Base Cover Ptd 35H 1/35B MS *metallic silver ADD-ONTag: 1 100.00 100.00 33.00 33.00 67.0017 %FT121.346 *Conn 90,Universal,3way-for 46H frames and lower ADD-ONTag: 4 51.00 204.00 16.83 67.32 67.0018 %FT112.36AP *Frame Top Cap,Standard Ptd 36W A MS *metallic silver ADD-ONTag: 2 339.00 678.00 111.87 223.74 67.0019 %FT110.6836N *Frame,Base Covers, no knockouts 68H 36W 68/36N MS *metallic silver ADD-ONTag: 2 285.00 570.00 94.05 188.10 67.0020 %FT110.3536N *Frame,Base Covers, no knockouts 35H 36W 35/36N MS *metallic silver ADD-ONTag: 1 75.00 75.00 23.63 23.63 68.5021 %G1190.01 @Carpet Grippers 25/Pkg (2) PER FRAME (TO GO UNDER THE GLIDE) ADD-ONTag: Project DesignerAccount Executive:Heather MillerUdeshi Weerasekera Page: 3 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 45 of 92 • • • • • • • • • • • • • • • • STEVE STEWART - ADD ON ORDERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 3/10/2023 3:22:28 PMAQuote #211124 ADD-ONDepartment: Contract Product Subtotal: $2,850.52 Project DesignerAccount Executive:Heather MillerUdeshi Weerasekera Page: 4 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 46 of 92 STEVE STEWART - ADD ON ORDERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 3/10/2023 3:22:31 PMBQuote #211124 SEATINGDepartment: Contract HERMANMILLER 4 2,312.00 9,248.00 1,179.12 4,716.48 49.001 %AER1C23DW +Work Chair,New Aeron,C Size,Std-Hgt Range Adj,Tlt Lim and Seat Angle,Fully Adj Arms,Non-Uphst Armpads PH1-F01-WO ALP Back Support Option+adjustable posturefit SL G1 Frame Finish +graphite G1 Chassis Finish +graphite G1 Base Finish +graphite C7 Casters/Glides +2 1/2" caster, black yoke, hard floors or carpet BK Armpad Finish +black 231 8Z Pellicle +8Z Pellicle-Pr Cat 1 03 231_Colors +8Z Pellicle graphite SEATINGTag: Product Subtotal: $4,716.48 Project DesignerAccount Executive:Heather MillerUdeshi Weerasekera Page: 1 Job Captain Lyzette Rodriguez PSA23-2144FAC Exhibit "E" (continued)DocuSign Envelope ID: C9024606-3E3E-49D7-BA8F-9BB75590618A May 23, 2023 Item #1 Page 47 of 92 • • • • • • • • • • • • • • • • Project ID / Who & Where STEVE STEWART - PD DUTY MENS LOCKERS 2112423/14/2023 SHIP TO: CARLSBAD (ORION) FIRE DEPT2560 ORION WAY CARLSBAD CA 92010 Phone:Fax: (760)602-7543 BILL TO:3845 CITY OF CARLSBAD1635 FARADAY AVE CARLSBAD CA 92008 Phone:Fax:STEVE STEWARTSTEVE STEWART (760)602-7543 Systems Desk Units Tables Files Chairs Ancillary00000 0Product Counts: QuotationDate: Storage 92 **PER COOPERATIVE PURCHASING WITH SOURCEWELL CONTRACT# 010920-SPC, DATED 03/25/2024, THE TERMSOF WHICH ARE INCORPORATED HEREIN BY REFERENCE, THE PRODUCT PRICING LISTED BELOW REFLECTS THELOWEST PRICES AVAILABLE TO THE CITY OF CARLSBAD THROUGH THE COOPERATIVE AGREEMENT. THISCOOPERATIVE PURCHASING AGREEMENT PRICING STRUCTURE IS CURRENTLY IN PLACE WITH STATE ANDLOCAL GOVERNMENT AGENCIES THROUGH SOURCEWELL CONTRACT# 010920-SPC FOR PRICING THROUGH03/25/2024** CLIENT PO NUMBER: G/M BUSINESS INTERIORS TAX ID: 95-2091271 ***PREVAILING WAGE*** QUOTE FOR: (92) SPACESAVER DUTY LOCKERS FOR MEN FOR: STEVE STEWART - PD DUTY MENS LOCKERS LEAD TIMES: 18 WEEKS DUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BEVARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) G/M TO RECEIVE AND INSPECT PRODUCT. 2) G/M TO COORDINATE THE ASSEMBLY OF (92) EA SPACESAVER DUTY LOCKERS FOR MEN IN PLACE PERDRAWINGS ATTACHED. Product Summary / Scope of Work GRAND TOTAL $246,697.34 Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 1 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors Exhibit 2 May 23, 2023 Item #1 Page 48 of 92 3) G/M TO COORDINATE SCHEDULING WITH STEVE STEWART @ 760-602-7543. **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCTREMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND** **QUOTE VALID FOR 30 DAYS, THEN WILL NEED TO BE RE QUOTED** CUSTOMER NET INVOICE: $246,697.34 **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND Quotation # 211242G/M 1 223,256.40 223,256.40 202,082.60 Sell ExtSellList ExtList LOT STORAGE Who/What/Where 202,082.60 BOM A BOM: See Attached Bill of Materials 92Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (92) SPACESAVER DUTY LOCKERS FOR MEN Design Fee 0 .00 .00 .00 Sell ExtSellList ExtList LOT SPACESAVER INSTALLATION Who/What/Where .00 BOM B BOM: See Attached Bill of Materials Piece Count: .00.00.0029,458.54 FreightTaxable Srvcs.Non-Tax Srvcs.Description: SERVICES TO COMPLETE INSTALLATION OF (92) SPACESAVERS DUTY LOCKERS. INSTALLATION IS ESTIMATED AT 9-10 DAYS DURING NORMAL HOURS. G/M TO COORDINATE SERVICES. Design Fee Account Executive:Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 2 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 49 of 92 FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 211242 STEVE STEWART - PD DUTY MENS LOCKERS Page 1FabricInitial COLOR FINISH DG 2 – DESIGNER GREY SPACESAVER DUTY LOCKERS FOR MEN STORAGEMa y 2 3 , 2 0 2 3 It e m # 1 P a g e 5 0 o f 9 2 > Quotation # 211242G/M Product Subtotal: Services (Non-Taxable) Services (Taxable) Freight (Taxable) Design Services (Non-Taxable) Sales Tax (7.500%) $202,082.60 $29,458.54 $0.00 $0.00 $0.00 $15,156.19 $246,697.34Total: Taxable Subtotal: Non-Taxable Subtotal: $202,082.60 $29,458.54 Terms: Net 30 Days, 90% Due at Substantial Delivery 90%$222,027.60 Terms: 10% @ Punchlist 10%$24,669.73 Signed Date 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 G/M 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. I am aware of the grand total price of this contract as shown on this quote. Approved by: Signature Print Name/Title Date 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. G/M, 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. This quote is valid for 30 days. Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 3 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 51 of 92 ■ ■ ■ ■ ■ ■ ■ ■ Featured Product of the Month GIM accepts credit cards at 0% for purchases up to $10,000 Purchases over $10,000 requires a surcharge of 2.75% STEVE STEWART - PD DUTY MENS LOCKERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 3/14/2023 11:23:11 AMAQuote #211242 STORAGEDepartment: Contract SPACESAVER 92 2,426.70 223,256.40 2,196.55 202,082.60 9.481 % SPACESAVER DUTY LOCKERS MENS LOCKERS Qty (91) 24" x 24" x 84" with sloped tops, duplex outlet with 2 receptacles,adjustable hangar shelf, external locking lower drawer with 9”W wood bench Qty (1) 24" x 24" x 84" with sloped tops, duplex outlet with 2 receptacles,adjustable hangar shelf, locking lower drawer, ADA intended COLOR SELECTION DESIGNER GREY (DG 2) STORAGETag: Product Subtotal: $202,082.60 Project DesignerAccount Executive:Udeshi Weerasekera Page: 1 Job Captain Lyzette RodriguezMay 23, 2023 Item #1 Page 52 of 92 • • • • • • Project ID / Who & Where SAFETY CENTER - EVIDENCE LOCKERS 2060073/2/2023 SHIP TO: CARLSBAD (ORION) FIRE DEPT2560 ORION WAY CARLSBAD CA 92010 Phone:Fax: (760)602-7543 BILL TO:3845 CITY OF CARLSBAD1635 FARADAY AVE CARLSBAD CA 92008 Phone:Fax:STEVE STEWARTSTEVE STEWART (760)602-7543 Systems Desk Units Tables Files Chairs Ancillary00000 1Product Counts: QuotationDate: Storage 0 **PER COOPERATIVE PURCHASING WITH SOURCEWELL CONTRACT# 010920-SPC, THE TERMS OF WHICH AREINCORPORATED HEREIN BY REFERENCE, THE PRODUCT PRICING LISTED BELOW REFLECTS THE LOWESTPRICES AVAILABLE TO THE CITY OF CARLSBAD THROUGH THE COOPERATIVE AGREEMENT. THIS COOPERATIVEPURCHASING AGREEMENT PRICING STRUCTURE IS CURRENTLY IN PLACE WITH STATE AND LOCALGOVERNMENT AGENCIES THROUGH SOURCEWELL CONTRACT# 010920-SPC.** **PER SPACESAVERS THIS IS THE BEST PRICE AVAILABLE THROUGH SOURCEWELL CONTRACT# 010920-SPC** G/M BUSINESS INTERIORS TAX ID: 95-2091271 CLIENT PO NUMBER: ***PREVAILING WAGE*** QUOTE FOR: (01) EA SPACESAVER PASS THRU REFRIGERATED EVIDENCE UNITS W/ 4 DOORS EACH TO MATCHEXISTING EVIDENCE LOCKERS TOTAL OF (17) FOR: SAFETY CENTER - EVIDENCE LOCKERS LEAD TIME: 20 WEEKS.DUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BEVARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) G/M VENDOR TO RECEIVE AND INSPECT PRODUCT. 2) G/M TO COORDINATE SERVICES TO COMPLETE THE PASS-THRU REFRIGERATED EVIDENCE UNITS WITH (4) Product Summary / Scope of Work GRAND TOTAL $37,637.90 Account Executive:Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 1 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 53 of 92 DOORS EACH. PRODUCT TO MATCH EXISTING EVIDENCE LOCKERS AS SHOWN IN DESIGN. TOTAL OF (17)OPENINGS. 2) G/M TO COORDINATE SERVICES TO COMPLETE REMOVAL OF EXISTING INSERTS AND REINSTALLATION OFNEW INSERTS BY SPACESAVER 3) G/M TO COORDINATE SCHEDULING WITH STEVE STEWART @ 760-602-7543. **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCTREMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND** **QUOTE VALID FOR 30 DAYS** **ADDITIONAL/SPECIAL SERVICES BREAKDOWN**PREVAILING WAGE NON TAXABLE LABOR SERVICES: (76.761) HRS @ $47/HR = $3,607.79 SECTION F ADDITIONAL PRODUCTS/SERVICES1. EXPRESS SHIPPING=$1,640.262. OTHER CUSTOMER RELATED SERVICES=$5,830.18 CUSTOMER NET INVOICE: $37,637.90 **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND Quotation # 206007G/M 1 32,066.00 32,066.00 24,112.03 Sell ExtSellList ExtList LOT ANCILLARY Who/What/Where 24,112.03 BOM A BOM: See Attached Bill of Materials 1Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (01) EA SPACESAVER PASS THRU REFRIGERATED EVIDENCE UNITS W/ 4 DOORS EACH TO MATCH EXISTING EVIDENCE LOCKERS TOTAL OF (17) Design Fee Account Executive:Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 2 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 54 of 92 Quotation # 206007G/M 0 .00 .00 .00 Sell ExtSellList ExtList LOT SPACESAVER Who/What/Where .00 BOM B BOM: See Attached Bill of Materials Piece Count: .00.00.003,607.79 FreightTaxable Srvcs.Non-Tax Srvcs.Description: G/M TO COORDINATE SERVICES FOR SPACESAVER TO COMPLETE REMOVAL OF EXISTING INSERTS AND REINSTALLATION OF NEW INSERTS BY SPACESAVER Design Fee 1 .00 .00 5,830.18 Sell ExtSellList ExtList LOT MATERIAL SURCHARGE Who/What/Where 5,830.18 BOM C BOM: See Attached Bill of Materials Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: **MATERIAL SURCHARGE IMPOSED BY SPACESAVER** Design Fee Account Executive:Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 3 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 55 of 92 Project #: 106368 Drawn by: M.Egbert Date Printed: 11/21/2022 Scale 1:35 Rev level: Project Name: Carlsbad PD APPROVAL This drawing Approved By: Dated Copyright © 2022 Spacesaver Corporation. This material is proprietary and confidential, and the disclosure reproduction by photography, film, blueprint or otherwise or incorporation into any information retrieval system without first receiving written approval from Spacesaver Corporation is expressly prohibited by law. CO P Y R I G H T © 2 0 2 2 S P A C E S A V E R C O R P O R A T I O N . A L L R I G H T S R E S E R V E D E 2-EE 1-E 74" 36" 24" (2) Refridgerator Unit Replacements 72" 36" Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 5 6 o f 9 2 1111 SPACESAVER INTERMOUNTAIN LLC 249 South 400 Eost (801) 363-5882 main Salt Lake City, UT 84111 (801) 359-4326 fax www.SpacesaverlM.com Project #: 106368 Drawn by: M.Egbert Date Printed: 11/21/2022 Scale 1:35 Rev level: Project Name: Carlsbad PD APPROVAL This drawing Approved By: Dated Copyright © 2022 Spacesaver Corporation. This material is proprietary and confidential, and the disclosure reproduction by photography, film, blueprint or otherwise or incorporation into any information retrieval system without first receiving written approval from Spacesaver Corporation is expressly prohibited by law. CO P Y R I G H T © 2 0 2 2 S P A C E S A V E R C O R P O R A T I O N . A L L R I G H T S R E S E R V E D 09 08 18 09 08 18 07 170717 16061606 15 14 05 04 15 14 05 04 03 02 13 12 03 02 13 12 01 110111 E 2E 1 82" 18 15/32"9 7/32" 83"83" 18 15/32" Elevation 18 15/32" 9 7/32"35 13/16" 82" 18 15/32" 9 7/32" 9 7/32" Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 5 7 o f 9 2 -□ □- -□ -----1 □--□ ~~ _:---I~ I -□ ■ 1111 SPACESAVER INTERMOUNTAIN LLC 249 South 400 Eost (801) 363-5882 main Salt Lake City, UT 84111 (801) 359-4326 fax www.SpacesaverlM.com Quotation # 206007G/M Product Subtotal: Services (Non-Taxable) Services (Taxable) Freight (Taxable) Design Services (Non-Taxable) Sales Tax (7.750%) $29,942.21 $3,607.79 $0.00 $1,640.26 $0.00 $2,447.64 $37,637.90Total: Taxable Subtotal: Non-Taxable Subtotal: $31,582.47 $3,607.79 Terms: Net 30 Days, 90% Due at Substantial Delivery 90%$33,874.11 Terms: 10% @ Punchlist 10%$3,763.79 Signed Date 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 G/M 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. I am aware of the grand total price of this contract as shown on this quote. Approved by: Signature Print Name/Title Date 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. G/M, 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. This quote is valid for 30 days. Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 4 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 58 of 92 ■ ■ ■ ■ ■ ■ ■ ■ Featured Product of the Month GIM accepts credit cards at 0% for purchases up to $10,000 Purchases over $10,000 requires a surcharge of 2.75% SAFETY CENTER - EVIDENCE LOCKERS CITY OF CARLSBAD PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 1/16/2023 2:49:57 PMAQuote #206007 ANCILLARYDepartment: Contract SPACESAVER 1 32,066.00 32,066.00 24,112.03 24,112.03 24.801 % QTY (2) PASS-THRU REFRIGERATIED EVIDENCE UNITS WITH (4) DOORS EACH. PRODUCT TO MATCH EXISTING EVIDENCE LOCKERS AS SHOWN IN DESIGN. TOTAL OF (17) OPENINGS. ANCILLARYTag: Product Subtotal: $24,112.03 Project DesignerAccount Executive:Udeshi Weerasekera Page: 1 Job Captain Lyzette RodriguezMay 23, 2023 Item #1 Page 59 of 92 • • Project ID / Who & Where COC FIRE DEPT - DISPATCH SEATING 2039993/2/2023 SHIP TO: CARLSBAD (2560 ORION ) CITY OF CARLSBAD2560 Orion Way Carlsbad CA 92010 Phone:Fax: (760)602-7543 BILL TO:P22042 CONCEPT SEATING GOVERNMENT3205 N 124TH ST BROOKFIELD WI 53005 Phone:Fax:STEVE STEWARTLARRY WEBER (818)512-1888 Systems Desk Units Tables Files Chairs Ancillary00008 0Product Counts: QuotationDate: Storage 0 **PER COOPERATIVE PURCHASING WITH CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) CONTRACTNUMBER 4-13-71-0086B, DATED 07-31-2023, THE TERMS OF WHICH ARE INCORPORATED HEREIN BY REFERENCE,THE PRODUCT PRICING LISTED BELOW REFLECTS THE LOWEST PRICES AVAILABLE TO THE CITY OF CARLSBADTHROUGH THE COOPERATIVE AGREEMENT. THIS COOPERATIVE PURCHASING AGREEMENT PRICINGSTRUCTURE IS CURRENTLY IN PLACE WITH STATE AND LOCAL GOVERNMENT AGENCIES THROUGH CONTRACT4-13-71-0086B DATED 07-31-2026.** ***PREVAILING WAGE*** QUOTE FOR: CONCEPT SEATING TASK CHAIRS WITH HALF RING FOOT REST FOR: COC FIRE DEPT - DISPATCH SEATING LEAD TIMES: 5-6 WEEKSDUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BEVARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) CONCEPT SEATING TO PROVIDE ASSEMBLY OF (08) EA CONCEPT SEATING AND SHIP TO IRVINE WAREHOUSE. 2) G/M TO RECEIVE AND INSPECT PRODUCT. 2) G/M TO BRING TO SITE AND SET (04) EA CONCEPT SEATING 3142 HIGH BACK CHAIR W/ HALF RING FOOT REST,(04) EA CONCEPT SEATING 3152HR OPERATORS CHAIR W/ HALF RING FOOT REST INTO PLACE. 3) PLEASE CONTACT STEVE STEWART @ 760-602-7543 TO SCHEDULE SERVICES. Product Summary / Scope of Work GRAND TOTAL $14,327.53 Account Executive:Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 1 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 60 of 92 **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCTREMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURINGTHE WEEKEND** ***QUOTE VALID FOR 60 DAYS*** Quotation # 203999G/M 1 31,179.44 31,179.44 11,436.00 Sell ExtSellList ExtList LOT SEATING Who/What/Where 11,436.00 BOM A BOM: See Attached Bill of Materials 8Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: (04) EA CONCEPT SEATING 3142 HIGH BACK CHAIR W/ HALF RING FOOT REST (04) EA CONCEPT SEATING 3152HR OPERATORS CHAIR W/ HALF RING FOOT REST Design Fee 0 .00 .00 .00 Sell ExtSellList ExtList LOT CONCEPT SEATING ASSEMBLY Who/What/Where .00 BOM B BOM: See Attached Bill of Materials Piece Count: .00.00.00695.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: CONCEPT SEATING TO PROVIDE ASSEMBLY SERVICES OF (08) EA CONCEPT SEATING CHAIRS Design Fee Account Executive:Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 2 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 61 of 92 Quotation # 203999G/M 0 .00 .00 .00 Sell ExtSellList ExtList LOT Z G/M Services Who/What/Where .00 BOM C BOM: See Attached Bill of Materials Piece Count: .00.00.00.00 FreightTaxable Srvcs.Non-Tax Srvcs.Description: G/M Furniture Planning Services, if applicable, include field measurements, drawing AutoCAD building shells, developing typical workstations and private office standards, space planning typicals into the floorplan, developing furniture color schemes, order specifications and receiving client approvals for all drawings and color schemes for order entry. G/M Project Management Services include drawings and field measure checks, order scheduling & routing, electrical consulting with contractors,field checks,monitoring construction progress along with delivery, assembly, punchlist coordination through final completion. G/M Project Services include receiving and inspecting of each product, shipping damage adjudication with vendors, transporting product if applicable, staging of products, delivery, setting in place of all furniture, level clean and polishing of all items, vacuum floors and recycling of all waste products associated with the furniture project. G/M Punchlist Services include formulation of the project punchlist, ordering and receiving of punchlist products, and delivery and assembly to finalize the punchlist and project. G/M Warranty Services Department is provided to offer clients our no-charge warranty service work for all furniture protected under valid factory warranties. G/M maintains electronic copies of our Client's invoices for warranty enforcement. For service requests, our Warranty Department may be contacted via e-mail at warranty@gmbi.net Design Fee Account Executive:Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 3 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 62 of 92 FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 203999 DISPATCH SEATING Page 1FabricInitial BASE FINISH: BLACK SEATING | QTY: 4 BLACK ALTERNATIVE LEATHER: 3142 HIGH BACK W/ HALF RING FOOT REST CONCEPT SEATING Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 6 3 o f 9 2 Swing Arms FabricDateProduct images are representational only. Fabrics, finishes and specifications may be different than what is pictured. G|M Business Interiors Elevate your Workplace TM Please initial & date here as approval CITY OF CARLSBAD Quote# 203999 DISPATCH SEATING Page 2FabricInitial BASE FINISH: BLACK SEATING |QTY:4 BLACK ALTERNATIVE LEATHER: 3152HR OPERATORS CAHIR W/ HALF RING FOOT REST CONCEPT SEATING Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 6 4 o f 9 2 Swing Arms Quotation # 203999G/M Product Subtotal: Services (Non-Taxable) Services (Taxable) Freight (Taxable) Design Services (Non-Taxable) Sales Tax (7.750%) $11,436.00 $695.00 $0.00 $1,216.00 $0.00 $980.53 $14,327.53Total: Taxable Subtotal: Non-Taxable Subtotal: $12,652.00 $695.00 Terms: Net 30 Days 100%$14,327.53 Signed Date 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 G/M 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. I am aware of the grand total price of this contract as shown on this quote. Approved by: Signature Print Name/Title Date 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. G/M, 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. This quote is valid for 30 days. Account Executive: Udeshi Weerasekera Project PAS: 800-686-6583 619-236-0500 Fax: 619-236-0550 Page: 4 http://www.gmbi.net (uweerasekera@gmbi.net) AMA:Lyzette Rodriguez (lrodriguez@gmbi.net) 110 W. A Street, Suite 140, San Diego CA, 92101G/M Business Interiors May 23, 2023 Item #1 Page 65 of 92 ■ ■ ■ ■ ■ ■ ■ ■ Featured Product of the Month GIM accepts credit cards at 0% for purchases up to $10,000 Purchases over $10,000 requires a surcharge of 2.75% COC FIRE DEPT - DISPATCH SEATING CONCEPT SEATING GOVERNMENT PO # Sales Order # Item Qty Product Unit Extended Unit Extended Discount % List Price Sell Price 2/28/2023 3:08:57 PMAQuote #203999 SEATINGDepartment: Contract CONCEPTSEATING 4 3,575.43 14,301.72 1,315.00 5,260.001 %4207RHLKS07 Concept Seating 3142 High-Back Chair, Black Alt Leather, Swing-away Arms, Half-ring footrestbase, Lumbar SEATINGTag: 4 4,219.43 16,877.72 1,544.00 6,176.002 %5207RALUS07 Concept Seating Model 3152HR OPERATOR'S Chair, Black Alternative Leather, Swing Away ARMS, half-ring footrest base, Lumbar, Articulating Head-Rest SEATINGTag: Product Subtotal: $11,436.00 Project DesignerAccount Executive:Udeshi Weerasekera Page: 1 Job Captain Lyzette RodriguezMay 23, 2023 Item #1 Page 66 of 92 • • • • May 23, 2023 Item #1 Page 67 of 92 May 23, 2023 Item #1 Page 68 of 92 May 23, 2023 Item #1 Page 69 of 92 Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 7 0 o f 9 2 __ ) Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 7 1 o f 9 2 .. "Table & panels are existing. G/M to install new shelves only• .. _y 1!;-1/2"H 67'H __ ) Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 7 2 o f 9 2 > Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 7 3 o f 9 2 GIM Business Interiors Elevate your Workplace™ CITY OF CARLSBAD Quote# 211124 HERMAN MILLER AERON SIZE C TASK CHAIR Product images are representational only. Fabrics, finishes and specifications may be different than what is pictured. STEVE STEWART -ADD ON PRIVACY PANEL SEATING PELLICLE FINISH 23103 -GRAPHITE ARM PAD FINISH BK-BLACK Please initial & date here as approval BASE/FRAME FINISH G1 -GRAPHITE Page 4 May 23, 2023 Item #1 Page 74 of 92 Featured Product of the Month • • • • • • • • May 23, 2023 Item #1 Page 75 of 92 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • May 23, 2023 Item #1 Page 76 of 92 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • May 23, 2023 Item #1 Page 77 of 92 • • • • • • • • • • • • • • • • May 23, 2023 Item #1 Page 78 of 92 May 23, 2023 Item #1 Page 79 of 92 • • • • • • • • • • • • • • • • Exhibit 3 May 23, 2023 Item #1 Page 80 of 92 Procurement Division 707 Third Street, 2nd Floor, MS #2-202 West Sacramento, CA 95605-2811 State of California MULTIPLE AWARD SCHEDULE Endura LLC CMAS NUMBER: 4-13-71-00868 SUPPLEMENT NUMBER: 4 CMAS TERM DATES: 12/26/2016 through 07/31/2026 CMAS CATEGORY: Non Information Technology Commodities December 1, 2017 APPLICABLE (www.dgs.ca.gov/-/media/Divisions/PD/Acquisitions/ TERMS & CONDITIONS: CMAS/Non-lT-Commod ities-CMAS-Terms-and- Conditions.ashx?la=en&hash=9AD54FF697C740F342 E8B9B5B DEEDFC263632CB3) State Agencies: See Purchasing Authority MAXIMUM ORDER LIMIT: Dollar Threshold provision Local Government Agencies: Unlimited FOR USE BY: State & Local Government Agencies BASE SCHEDULE#: GS-28F-0033S BASE SCHEDULE HOLDER: Endura, LLC This California Multiple Award Schedule (CMAS) provides for the purchase and warranty of chairs. (See page 3 for the restrictions applicable to this CMAS.) This supplement is to extend this CMAS through 07/31/2026. In addition, this supplement replaces in its entirety the existing CMAS. The most current Ordering Instructions and Special Provisions, CMAS Terms and Conditions, and products and/or services are included herein . All purchase orders issued by State agencies shall incorporate these Ordering Instructions and Special Provisions, and CMAS Terms and Conditions. Review these provisions carefully as they have changed . NOTICE: Products and/or services on this CMAS may be available on a Mandatory Statewide Contracts. If this is the case, the use of this CMAS is restricted unless the State agency has an approved exemption as explained in the Statewide Contract User Instructions. Information regarding Statewide Contracts can be obtained at the: Statewide Contract Index Listing (www.dgs.ca.gov/PD/AbouUPage-ContenUPD-Branch-lntro-Accordion-LisUAcquisitions/Statewide- Contracts). This requirement is not applicable to local government agencies. Original Signature on File Effective Date: 11/12/2021 TERRI MCINTOSH, Program Analyst, California Multiple Award Schedules Unit May 23, 2023 Item #1 Page 81 of 92 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 CMAS PRODUCT & SERVICE CODES Product & Service Codes listed below are for marketing purposes only. Review the base schedule for the products and/or services available. Brand-Concept Seating Furniture-Chair Furniture-Drafting Stools Furniture-Ergonomic Seating Furniture-Executive Office Furniture-Seatlng AVAILABLE PRODUCTS AND/OR SERVICES All of the products in the base schedule are available within the scope of this CMAS. The ordering agency must verify all products and/or services are currently available on the base General Services Administration (GSA) schedule·. Access the GSA elibrary at www .gsaelibrary.gsa.gov. EXCLUDED PRODUCTS AND/OR SERVICES_ Order-level materials are not available under this CMAS. ISSUE PURCHASE ORDER TO Agency purchase orders must be sent to the following: Endura LLC 3205 N 124th Street Brookfield, WI 53005 Attn: Joel Vento E-mail: jsvento@conceptseating.com Agencies with questions regarding products and/or services may contact the CMAS contractor as follows: Contact: Joel Vento Phone: (262) 777-2280, Ext. 291 E-mail: jsvento@conceptseating.com TOP 500 DELINQUENT TAXPAYERS In accordance with Public Contract Code (PCC) 10295.4, and prior to placing an order for non-IT goods and/or services, agencies must verify with the Franchise Tax Board and the California Department of Tax and Fee Administration that this CMAS contractor's name does not appear on either list of the 500 largest tax delinquencies pursuant to Revenue and Taxation Code 7063 or 19195. See next paragraph for information. November 03, 2021 Ordering Instructions and Special Provisions _ 3 May 23, 2023 Item #1 Page 82 of 92 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 LIQUIDATED DAMAGES FOR LATE DELIVERY The value of the liquidated damages cannot be a penalty, must be mutually agreed upon by agency and contractor and included in the purchase order to be applicable. ACCEPTANCE TESTING CRITERIA If the agency wants to include acceptance testing for all newly installed technology systems, and individual equipment, and machines which are added or field modified (modification of a machine from one model to another) after a successful performance period, the test criteria must be included in the purchase order to be applicable. AMERICANS WITH DISABILITY ACT To view the DGS Accessibility Policy, please visit www.dgs.ca .gov/Configuration/Footer-Utility- Links/Accessibility/Accessibility. November 03, 2021 Ordering Instructions and Special Provisions 19 Spacesaver Corporation proudly partners with Sourcewell, a government agency serving the United States and Canada, to offer Sourcewell members a competitively bid contract. Sourcewell is a “cooperative contract” for state and local agencies, K-12, universities and colleges, non-profits, and tribal government to purchase from awarded vendors. As a cooperative contract Sourcewell is working for both buyers (members) and vendors. Spacesaver is the innovator in storage solutions from high-density mobile, to secure storage for government and public safety, to new ideas that can streamline library and museum operations to campus solutions. Join Sourcewell at no cost and access Spacesaver’s competitively-priced storage solutions to start saving time, money, and resources today. To learn more about Spacesaver or to find a local authorized dealer, visit www.spacesaver.com. To learn more about Sourcewell or to become a member, visit www.sourcewell-mn.gov. INFO SHEET SPACESAVER’S SOURCEWELL CONTRACT INFORMATION CONTRACT NUMBER: 010920-SPC EFFECTIVE DATE: 03/25/2020 - 03/25/2024 PRODUCTS: All Spacesaver Manufactured Products; excluding ActivRAC® Stainless Steel SOURCEWELL MEMBERSHIP OPEN TO: • State & Local Government Entities • All Education: Private & Public • Non Profits (Tax Exempt Organization) • Tribal Government • Canadian Provinces • Canadian Healthcare Entities Storage Solved® VALUE OF BEING A SOURCEWELL MEMBER •The formal contracting process is satisfied on your behalf–proven process eliminates low bid, low quality results. • No cost, obligation, or liability to be a member • A legal and easier purchasing process–ensuring best use of time and money. • Contracts are requested, awarded, and regulated by a municipal agency and governed by a publicly elected board of directors • Sourcewell maintains all procurement documentation for you, a complete procurement file is posted on the website. • Sourcewell is a government entity committed to helping their members succeed in fulfilling their own public service missions. • The opportunity to purchase the very best products, equipment, and services through nationally solicited contacts. SOURCEWELL ContractsExhibit 4 May 23, 2023 Item #1 Page 83 of 92 Sourcewell ~ j · Spacesaver· I Awarded Contract Contract# 010920-SPC fl INFO SHEET SOURCEWELL CONTRACT Spacesaver has storage solutions for U.S. and Canadian Sourcewell members in a variety of markets from high-density mobile storage, to secure storage for military applications, government and public-sector safety, to new ideas that can streamline education, libraries, museums, and non-profit organization operations. Spacesaver Corporation 1450 Janesville Avenue Fort Atkinson, WI 53538-2798 800.492.3434 www.spacesaver.com © 2020 KI and Spacesaver Corporation. All Rights Reserved. Litho in USA. SSC/DEL Sourcewell-SPC_0620_InfoMay 23, 2023 Item #1 Page 84 of 92 I _,.. Spacesaver® Public Sector Save Time and Money with Cooperative Purchasing When you use the OMNIA Partners, Public Sector Cooperative Purchasing Program, there is no need to seek multiple bids. Contracts have already been competitively solicited and awarded by a lead public agency, so you save time and money. And by aggregating the demand of multiple state/local government and education customers, as well as other public agencies and nonprofits, you get the best prices on Herman Miller products. OMNIA Partners is the nation’s largest and most experienced cooperative purchasing organization for the public sector. OMNIA Partners delivers cost savings for products and services while reducing administrative costs associated with competitive bids for state and local government agencies, educational institutions, and nonprofits nationwide. Together, we connect thousands of public agencies and educational institutions with hundreds of supplier partners for combined purchasing power. Savings There is no cost or commitment to participate. An impartial lead public agency competitively solicits, evaluates, and awards all contracts. Efficiency Reduces time and resources required for contract solicitation. The transparent process protects your ethical, legal, and financial interests. Value Use of cooperative contracts reduces the cost of goods and services by aggregating the purchasing power of public agencies nationwide. Working Together for You Herman Miller and OMNIA Partners Ex h i b i t 5 Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 8 5 o f 9 2 OMNIA® PARTNERS Public Sector We Create Timeless Solutions for Fundamental Problems We’ve earned our reputation as a design leader through our relentless drive to solve problems for people at home and work. From our early collaborations with George Nelson and Charles and Ray Eames to the growing family of brands that comprise Herman Miller Group today, we partner with leading designers whose unique perspectives fuel our innovation. We Share Knowledge You Can Use By taking our human-centered insights and applying them to our customers’ unique issues and goals, we help create solutions that deliver real results to people and organizations. Our innovative solutions address the evolving and emerging needs of the Public Sector, solving for today and preparing for tomorrow. We Make Products You Can Trust With Herman Miller, you’re not just buying a product, you’re investing in a relationship. Our commitment to you doesn’t end when the product leaves the factory. Delivery, service, warranty, and timeless style are all part of the deal. We know resources are precious, so we help ensure that they are spent wisely and deliver value for years to come. We Are a Reliable Partner Herman Miller understands the needs of the Public Sector. We were the first office furniture manufacturer awarded a GSA schedule in 1975, and we’ve been serving federal, state, and local government customers for over 40 years. We leverage that experience to anticipate needs and deliver solutions seamlessly anywhere we’re needed. We Live by Our Values We believe we have a responsibility to improve our world through thoughtful design, sustainable manufacturing, and an inclusive culture that nurtures diversity, creativity, and discovery. In this spirit, we continually refresh, recalibrate, and refocus our business on things that matter, always putting people—current and future generations—at the center. For more information or to sign up for the OMNIA Partners, Public Sector Program via a quick and easy registration process, please visit omniapartners.com/publicsector/terms-and-conditions or contact your local Herman Miller dealer. Contact us at omniapartners@hermanmiller.com or call toll free +1 866 322 0700. Why Herman Miller Herman Miller has always been about people—our colleagues, our neighbors, our customers, and our partners. For the past century, a drive to harness the power of design to help people live and work better has defined our mission. Today, Herman Miller lends our name to a family of leading design brands, united in our pursuit of that mission. This translates into value to you and your organization in the following ways: © 2020 Herman Miller, Inc. Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 8 6 o f 9 2 OMNIA® PARTNERS Date: October 12, 2022 Municipal Contract 2020000622-5 GNR482 - Nem. Basic Install Education Contract No. 2019.001890 GNR895- Nem. Basic Install $400,000 + Category Name and Product Line Code Price List Date Drop Ship Inside Delivery Basic Installation Expanded Installation Drop Ship Inside Delivery Basic Installation Expanded Installation All Service Options Systems Furniture Action Office® 1 & AO2 Panels (B)October 3, 2022 70.50%68.50%65.50%63.50%71.50%69.50%66.50%64.50%Negotiable Action Office® 2 Components (J)October 3, 2022 70.50%68.50%65.50%63.50%71.50%69.50%66.50%64.50%Negotiable Canvas Channel (FZ)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Canvas Dock (FD)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Canvas Office Landscape® Group-Based (FR)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Canvas Office Landscape® Private Office (FV)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Canvas Office Landscape® Wall-Based (FT)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Canvas Vista (FX)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Ethospace® (U)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Formwork™ (CY)October 3, 2022 40.00%38.00%35.00%33.00%42.00%40.00%37.00%35.00%Negotiable Intent Solution (CF)October 3, 2022 53.00%51.00%48.00%46.00%55.00%53.00%50.00%48.00%Negotiable Layout Studio® (LS)October 3, 2022 51.00%49.00%46.00%44.00%53.00%51.00%48.00%46.00%Negotiable Prospect (CB)October 3, 2022 53.20%51.20%48.20%46.20%54.50%52.50%49.50%47.50%Negotiable Public Office Landscape™ (BV)October 3, 2022 54.00%52.00%49.00%47.00%56.00%54.00%51.00%49.00%Negotiable Systems - Ancillary Accessories (8)October 3, 2022 70.50%68.50%65.50%63.50%71.50%69.50%66.50%64.50%Negotiable C-Style Overhead Storage (CS)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Energy Distribution System (C)October 3, 2022 70.50%68.50%65.50%63.50%71.50%69.50%66.50%64.50%Negotiable Geiger Custom Product (G8)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Generic (HR)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Generic (R)October 3, 2022 64.00%64.00%59.00%57.00%66.00%66.00%61.00%59.00%Negotiable Innovative Products (IP)October 3, 2022 46.00%44.00%41.00%39.00%48.00%46.00%43.00%41.00%Negotiable Keys & Locks (KA)October 3, 2022 64.00%64.00%59.00%57.00%66.00%66.00%61.00%59.00%Negotiable Lighting (A)October 3, 2022 70.50%68.50%65.50%63.50%71.50%69.50%66.50%64.50%Negotiable Textiles (K)October 3, 2022 64.00%64.00%59.00%57.00%66.00%66.00%61.00%59.00%Negotiable Thrive® CBS Portfolio (Z2)October 3, 2022 54.00%52.00%49.00%47.00%56.00%54.00%51.00%49.00%Negotiable Thrive® Ergonomic Portfolio (ZZ)October 3, 2022 54.00%52.00%49.00%47.00%56.00%54.00%51.00%49.00%Negotiable Thrive® Global (Z3)October 3, 2022 54.00%52.00%49.00%47.00%56.00%54.00%51.00%49.00%Negotiable Freestanding Furniture AGL Table Group™ (DF)October 3, 2022 37.00%35.00%32.00%30.00%39.00%37.00%34.00%32.00%Negotiable Ambit (IH)October 3, 2022 65.00%63.00%60.00%58.00%65.50%63.50%60.50%58.50%Negotiable Burdick Group™ (Y)October 3, 2022 46.00%44.00%41.00%39.00%48.00%46.00%43.00%41.00%Negotiable Canvas Office Landscape® Metal Desk (FK)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Commend (HQ)October 3, 2022 66.50%64.50%61.50%59.50%68.50%66.50%63.50%61.50%Negotiable Eames® Tables (ET)October 3, 2022 48.70%46.70%43.70%41.70%51.30%49.30%46.30%44.30%Negotiable Nemschoff Easton Seating and Tables (5Y, 5J)October 3, 2022 48.00%47.00%45.00%42.00%48.00%47.00%45.00%42.00%Negotiable Ergonomic Computer Furniture (TE)October 3, 2022 64.00%62.00%59.00%57.00%66.00%64.00%61.00%59.00%Negotiable Everywhere™ Tables (IV)October 3, 2022 67.00%65.00%62.00%60.00%69.00%67.00%64.00%62.00%Negotiable Exclave Performance Gear (EX)October 3, 2022 53.30%51.30%48.30%46.30%54.70%52.70%49.70%47.70%Negotiable Headway Conference Tables (IM)October 3, 2022 66.50%64.50%61.50%59.50%68.60%66.50%63.50%61.50%Negotiable Herman Miller International Collection™ (IK)October 3, 2022 46.00%44.00%41.00%39.00%48.00%46.00%43.00%41.00%Negotiable Herman Miller Tables (F)October 3, 2022 69.00%67.00%64.00%62.00%71.00%69.00%66.00%64.00%Negotiable Motia Table (AH)October 3, 2022 67.00%65.00%62.00%60.00%69.00%67.00%64.00%62.00%Negotiable Nelson™ Tables (NX)October 3, 2022 37.00%35.00%32.00%30.00%39.00%37.00%34.00%32.00%Negotiable Nevi Link (IL)October 3, 2022 67.00%65.00%62.00%60.00%69.00%67.00%64.00%62.00%Negotiable Nevi Sit-to-Stand Tables (ID)October 3, 2022 67.00%65.00%62.00%60.00%69.00%67.00%64.00%62.00%Negotiable OE1 Boundary (JC)October 3, 2022 66.25%64.25%61.25%59.25%67.25%65.25%62.25%60.25%Negotiable OE1 Micro Packs (JD)October 3, 2022 67.25%65.25%62.25%60.25%68.25%66.25%63.25%61.25%Negotiable OE1 Tables and Bench (JF)October 3, 2022 67.25%65.25%62.25%60.25%68.25%66.25%63.25%61.25%Negotiable Renew Link (IB)October 3, 2022 67.00%65.00%62.00%60.00%69.00%67.00%64.00%62.00%Negotiable Renew Tables (IE)October 3, 2022 67.00%65.00%62.00%60.00%69.00%67.00%64.00%62.00%Negotiable Geiger Axon (HW)October 3, 2022 40.00%38.00%35.00%33.00%42.00%40.00%37.00%35.00%Negotiable Geiger Domino Storage™ (DS)October 3, 2022 40.00%38.00%35.00%33.00%42.00%40.00%37.00%35.00%Negotiable Geiger Catalyst™ (HL)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Caucus Conferencing Suite™ (HY)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Conference Tables (HZ)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Eco™ Group (GF)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Elsi (LC)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Levels® (HV)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger MP Tables (HE)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Occasional Tables (H9)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger One Casegoods (H1)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Other (GZ)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Petri/Eco Common (GT)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Petri™ Casegoods (GR)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Petri™ CaseSystem (GQ)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Rhythm Casegoods (RM)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Shelf (SS)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Tablet® Casegoods (G9)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Triuna™ Collection (G2)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger U-Series (AY)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Ward Bennett™ Tables & Storage (H3)October 3, 2022 43.00%41.00%38.00%36.00%45.00%43.00%40.00%38.00%Negotiable Rhythm (RM)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Nelson Lighting (NL)October 3, 2022 37.00%35.00%32.00%30.00%39.00%37.00%34.00%32.00%Negotiable Seating / Chairs OMNIA Partners Discount Summary $1 - $100,000 $100,001 - $400,000 Fixed (%) Percentage Discount off the Manufacturer’s List Price Tiers are based on List Product Value of Each Order LNR482 - Healthcare Basic InstallBNR482 - HMI Basic Install BNR895 - HMI Basic Install CNR482 - Geiger Basic Install CNR895 - Geiger Basic InstallLNR895 - Healthcare Basic Install Ma y 2 3 , 2 0 2 3 It e m # 1 P a g e 8 7 o f 9 2 Herman Miller OMNIA® P A R T N E R S $400,000 + Category Name and Product Line Code Price List Date Drop Ship Inside Delivery Basic Installation Expanded Installation Drop Ship Inside Delivery Basic Installation Expanded Installation All Service Options $1 - $100,000 $100,001 - $400,000 Fixed (%) Percentage Discount off the Manufacturer’s List Price Tiers are based on List Product Value of Each Order Aeron® Chairs (EC)October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Aside® Seating (PD)October 3, 2022 53.00%51.00%50.00%48.00%55.00%53.00%52.00%50.00%Negotiable Axa Folding Chair (XA)October 3, 2022 37.25%35.25%34.25%32.25%38.25%36.25%35.25%33.25%Negotiable Betwixt Seating (LN)October 3, 2022 40.00%38.00%37.00%35.00%42.00%40.00%39.00%37.00%Negotiable Caper® Chair (WC)October 3, 2022 53.00%51.00%50.00%48.00%55.00%53.00%52.00%50.00%Negotiable Celle® Chair (TR) Discontinued October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Chadwick™ Modular Seating (V)October 3, 2022 37.00%35.00%34.00%32.00%39.00%37.00%36.00%34.00%Negotiable Classical Seating (E)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable Collection (ER)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable Comma Seating (WR)October 3, 2022 48.00%46.00%45.00%43.00%50.00%48.00%47.00%45.00%Negotiable Cosm (FC)October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Eames® Aluminum Group (H)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable Eames® Molded Plastic and Wire Chairs (VT)October 3, 2022 40.00%38.00%37.00%35.00%42.00%40.00%39.00%37.00%Negotiable Eames® Tandem Seating (L)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable Embody® (CN)October 3, 2022 49.00%47.00%46.00%44.00%51.00%49.00%48.00%46.00%Negotiable Gaming Chairs (XB)October 3, 2022 22.00%20.00%19.00%17.00%24.00%22.00%21.00%19.00%Negotiable Goetz™ Sofa (GS)October 3, 2022 40.00%38.00%37.00%35.00%42.00%40.00%39.00%37.00%Negotiable Keyn (TV)October 3, 2022 49.00%47.00%46.00%44.00%51.00%49.00%48.00%46.00%Negotiable Limerick® Seating (PO)October 3, 2022 53.00%51.00%50.00%48.00%55.00%53.00%52.00%50.00%Negotiable Lino (MI)October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Mirra2 Seating (LF)October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Plex (XX)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable Portrait Chair (AW)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable SAYL® (AV)October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Setu® (RY)October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Stools (SO)October 3, 2022 37.00%35.00%34.00%32.00%39.00%37.00%36.00%34.00%Negotiable Verus (PI)October 3, 2022 51.00%49.00%48.00%46.00%53.00%51.00%50.00%48.00%Negotiable Geiger Foray (NG)October 3, 2022 51.00%49.00%48.00%46.00%52.00%50.00%49.00%47.00%Negotiable Geiger Guest Seating (H5)October 3, 2022 51.00%49.00%48.00%46.00%52.00%50.00%49.00%47.00%Negotiable Geiger Sotto™ (H6)October 3, 2022 51.00%49.00%48.00%46.00%52.00%50.00%49.00%47.00%Negotiable Geiger Stackable™ (H7)October 3, 2022 51.00%49.00%48.00%46.00%52.00%50.00%49.00%47.00%Negotiable Geiger Stools (H2)October 3, 2022 51.00%49.00%48.00%46.00%52.00%50.00%49.00%47.00%Negotiable Geiger Taper (FG)October 3, 2022 51.00%49.00%48.00%46.00%52.00%50.00%49.00%47.00%Negotiable Leeway (LA)October 3, 2022 51.00%49.00%48.00%46.00%51.00%49.00%48.00%46.00%Negotiable Pronta Stacking Chair (JO)October 3, 2022 53.50%51.50%50.50%48.50%54.50%52.50%51.50%49.50%Negotiable Valor Side Chair (CR)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable Whisk (HX)October 3, 2022 46.00%44.00%43.00%41.00%48.00%46.00%45.00%43.00%Negotiable Zeph (BA)October 3, 2022 53.50%51.50%50.50%48.50%54.50%52.50%51.50%49.50%Negotiable Soft Seating HAY HM (2C)October 3, 2022 46.00%44.00%43.00%39.00%48.00%46.00%45.00%41.00%Negotiable naughtone (NO)October 3, 2022 46.00%44.00%43.00%39.00%46.00%44.00%43.00%41.00%Negotiable Nemschoff October 3, 2022 48.00%47.00%45.00%42.00%48.00%47.00%45.00%42.00%Negotiable Swoop™ (OA)October 3, 2022 46.00%44.00%43.00%39.00%48.00%46.00%45.00%41.00%Negotiable Geiger Lounge Seating (H8)October 3, 2022 51.00%49.00%48.00%44.00%52.00%50.00%49.00%45.00%Negotiable Geiger Mantle (AQ)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable Geiger Reframe (HJ)October 3, 2022 51.00%49.00%48.00%44.00%52.00%50.00%49.00%45.00%Negotiable Geiger Ward Bennett™ Seating (HU)October 3, 2022 43.00%41.00%40.00%36.00%45.00%43.00%42.00%38.00%Negotiable Geiger U-Series (AY)October 3, 2022 51.00%49.00%46.00%44.00%52.00%50.00%47.00%45.00%Negotiable ColourForm Sofa Group (CU)October 3, 2022 37.00%35.00%34.00%30.00%39.00%37.00%36.00%32.00%Negotiable Objects (AB)October 3, 2022 37.00%35.00%34.00%30.00%39.00%37.00%36.00%32.00%Negotiable Striad (SD)October 3, 2022 37.00%35.00%34.00%30.00%39.00%37.00%36.00%32.00%Negotiable Filing Systems,Storage & Equipment Canvas Office Landscape® Metal Filing & Storage (FM)October 3, 2022 69.00%67.00%64.00%60.00%71.00%69.00%66.00%62.00%Negotiable Canvas Office Landscape® Wood Filing & Storage (FF)October 3, 2022 69.00%67.00%64.00%60.00%71.00%69.00%66.00%62.00%Negotiable Meridian® Laterals (MF)October 3, 2022 54.00%52.00%49.00%45.00%56.00%54.00%51.00%47.00%Negotiable Meridian® Pedestals (MP)October 3, 2022 54.00%52.00%49.00%45.00%56.00%54.00%51.00%47.00%Negotiable Meridian® Storage Cases/Book Cases (MS)October 3, 2022 52.00%50.00%47.00%43.00%54.00%52.00%49.00%45.00%Negotiable Meridian® Towers (MG)October 3, 2022 52.00%50.00%47.00%43.00%54.00%52.00%49.00%45.00%Negotiable Meridian® Verticals (MV)October 3, 2022 54.00%52.00%49.00%45.00%56.00%54.00%51.00%47.00%Negotiable Nelson™ Cabinets (NC)October 3, 2022 37.00%35.00%32.00%28.00%39.00%37.00%34.00%30.00%Negotiable Nemschoff Bedside Cabinet (CD)October 3, 2022 46.00%44.00%41.00%37.00%47.00%45.00%42.00%38.00%Negotiable OE1 Storage (JE)October 3, 2022 67.25%65.25%62.25%58.25%68.25%66.25%63.25%59.25%Negotiable Quadrant B-Front Lateral Files (2)October 3, 2022 52.00%50.00%47.00%43.00%54.00%52.00%49.00%45.00%Negotiable Quadrant B-Front Pedestals (BP)October 3, 2022 69.00%67.00%64.00%60.00%71.00%69.00%66.00%62.00%Negotiable Quadrant F-Front Lateral Files (2A)October 3, 2022 52.00%50.00%47.00%43.00%54.00%52.00%49.00%45.00%Negotiable Quadrant F-Front Pedestals (BQ)October 3, 2022 69.00%67.00%64.00%60.00%71.00%69.00%66.00%62.00%Negotiable Tu® Laterals (UL)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Pedestals (UP)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Storage (US)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Towers (UT)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Wood Cases (UW)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Wood Credenzas (UJ)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Wood Cubbies (UH)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Wood Peds (UF)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Tu® Wood Towers (UI)October 3, 2022 66.80%64.80%61.80%57.80%68.20%66.20%63.20%59.20%Negotiable Other Related Products Product Name and Code Used to Locate List Price Catalog Price List Date Drop Ship Inside Delivery Basic Installation Expanded Installation Drop Ship Inside Delivery Basic Installation Expanded Installation All Service Options S Co/Struc® (S)October 3, 2022 51.00%49.00%46.00%42.00%53.00%51.00%48.00%44.00%Negotiable TW Compass™ System (TW)October 3, 2022 54.00%52.00%49.00%45.00%55.00%53.00%50.00%46.00%Negotiable Limited Product Lines Design Within Reach October 3, 2022 20.00%18.00%15.00%11.00%20.00%18.00%15.00%11.00%Negotiable D Herman Miller for Healthcare Action Lab (D)October 3, 2022 51.00%49.00%46.00%42.00%53.00%51.00%48.00%44.00%Negotiable SA Herman Miller for Healthcare Carts (SA)October 3, 2022 12.00%10.00%7.00%3.00%12.00%10.00%7.00%3.00%Negotiable CH Mora (CH)October 3, 2022 51.00%49.00%46.00%42.00%53.00%51.00%48.00%44.00%Negotiable OS Living Office Hardware (OS) - does not include software/subscriptions October 3, 2022 50.00%50.00%50.00%50.00%50.00%50.00%50.00%50.00%Negotiable Ma y 2 3 , 2 0 2 3 It e m #1 Pa g e 88 of 92 $400,000 + Category Name and Product Line Code Price List Date Drop Ship Inside Delivery Basic Installation Expanded Installation Drop Ship Inside Delivery Basic Installation Expanded Installation All Service Options $1 - $100,000 $100,001 - $400,000 Fixed (%) Percentage Discount off the Manufacturer’s List Price Tiers are based on List Product Value of Each Order MN Overlay (MN)October 3, 2022 54.00%52.00%49.00%45.00%56.00%54.00%51.00%47.00%Negotiable CW Magis® Alliance (CW)October 3, 2022 40.00%38.00%35.00%31.00%42.00%40.00%37.00%33.00%Negotiable - Any work requiring a licensed electrician is the responsibility of the buyer. Additional Charges May Apply For: 1) Orders of an aggregate quantity of 1 - 10 chairs, desks, files, peds - NTE $300 fee per delivery. 2) Major Metro Markets and any non-ground floor installation: NTE 1% - 3.5% of list product value - Major Metro Markets include large population centers and urban environments. 3) Installation in a clinical/medical environment: NTE 1% - 3.5% of list product value 4) Special restrictions or limits established by local laws, ordinances or the directions of the buyer, including but not limited to restrictions on transportations of materials, street access to the job site and/or dock facilities: NTE 1% - 3.5% of list product value 5) Installations outside of a 50 mile radius of the servicing dealer: NTE 1% - 2% of list product value. 6) Local Prevailing Wage and/or Union Labor Rates 7) Mora, Compass, CoStruc casework systems installation to be quoted and approved by the buyer prior to performance of the work. 8) Living office installation, software, licenses, and subscriptions will be quoted and approved by the buyer prior to performance of work. Any additional charges shall be quoted by the dealer and approved by the buyer prior to performance of the work. NTE = Not To Exceed Ma y 23 , 20 2 3 It e m #1 Pa g e 89 of 92 Public Works Branch Fleet & Facilities Department 1635 Faraday Avenue Carlsbad, CA 92008 442-339-2730 t Memorandum March 31, 2023 To:Roxanne Muhlmeister, Assistant Finance Director/Purchasing Officer From:Steven Stewart, Municipal Projects Manager, Public Works Re:Request to Participate in Cooperative Purchasing Agreements with GoForth & Marti, d.b.a. GM Business Interiors, Inc. The purpose of this memorandum is to request approval from the Finance Department to participate in Cooperative Purchasing Agreements for the procurement and installation of additional building furnishings for the Police and Fire Headquarters Renovation, Capital Improvement Program Project No. 4715 (Project). Rationale: Carlsbad Municipal Code Section 3.28.100 allows for the city’s purchasing officer to join with other public or quasi-public agencies in cooperative purchasing plans or programs for the purchase of goods and/or services by contract, arrangement or agreement as allowed by law and as determined by the purchasing officer to be in the city’s best interest. The additional building furnishings selected for the Project are available for purchase through a Cooperative Purchase Agreements that were competitively sourced through the Cooperative Purchasing Network, California Multiple Award Schedule (CMAS) Contract 4-13-71-0086B, Sourcewell Contract 010920 SPC and Omnia Contract BNR482B012. The total value of this purchase agreement is as shown: Police and Fire Headquarters Renovation Capital Improvement Program Project No. 4715 Product Vendor Quote Value Gym lockers Space Saver $246,697.34 Refrigeration lockers Space Saver $37,637.90 Dispatch console chairs Concept Seating $14,327.53 Task chairs and dividers Herman Miller $10,106.84 TOTAL OF QUOTES $308,769.61 Goforth & Marti d.b.a. GM Business Interiors (GMBI)is an eligible cooperative agreement vendor, who has tendered quotes to the city to provide and install some additional office furnishings for this Project. Exhibit 6 May 23, 2023 Item #1 Page 90 of 92 {'city of Carlsbad Roxanne Muhlmeister March 31, 2023 Page 2 GMBI is an authorized vendor in San Diego County for the building furnishings selected, and the inclusion of the installation work in their contract for this work will benefit product warranties and would therefore be in the best interest of the city. Staff recently completed a thorough fee negotiation with GMBI for the building furnishings and now seeks approval from the Finance Department to proceed with this procurement. Next Steps: With Finance Department approval, staff will seek City Council authorization on May 23, 2023, to purchase and install additional building furnishings from GMBI for the Project. The value of the purchase order will be $308,769.61. Approval to Proceed ________________________________________ ________________ Roxanne Muhlmeister, Date Assistant Finance Director/Purchasing Officer CC: Shea Sainz, Senior Contract Administrator Joy Lile, Contract Administrator Eleida Felix Yackel, Senior Contract Administrator 4/9/2023 May 23, 2023 Item #1 Page 91 of 92 FARADAY AVE. PALOMAR AIRPORT RD. E L C A M I N O R E A L OR I O N ST . WHIPTAIL LO O P LO K E R AVE. W E S T E A S T SALK AVE. IMPALA DR. P A L M E R WY. GATEWAY RD. SITE PALOMAR AIRPORT EL F U E R T E ST . RUTHERFORD RD. SITE LO K E R AVE. SAFETY CENTER 1 Exhibit 7 May 23, 2023 Item #1 Page 92 of 92 LOCATION MAP V7PJ NOT TO SCALE PROJECT NAME EXHIBIT PLOTTED BY: SCOTT EVANS PLOT DA Tf: 5/29/18 PA TH: D: \Cl1Y FAQL/11£5\AUTOCAD MAPS\LOCA 110N MAPS\SAFFTY CENTER LOCA 110N MAP.DWG i COC FIRE DEPT -DISPATCH SEATING CONCEPT SEATING GOVERNMENT 3205 N 124TH ST BROOKFIELD LARRY WEBER WI 53005 Phone: (818)512-1888 Fax: O Desk Units O Tables ATTACHMENT B Quotation 203999 CARLSBAD (2560 ORION ) CITY OF CARLSBAD 2560 Orion Way Carlsbad CA 92010 STEVE STEWART Phone: (760)602-7543 Fax: 0 Files 0 Chairs 8 Storage O Ancillary $14,327.53 0 a, -4'--·♦--~?~"".:-----: ~ ---• ------,..,. y. -----: ---~""--~-~·"' '-• - ; . . :~ro'c(uct Summary I Scope-of Work --. -C --• -• -: **PER_ COQpc>ERATIVE PURCHASING WITH CALIFORN[A~MULTIP[E AWARD SCHEDULES (CMA_S) cor,J"rRACT . NUMaER 4~13~71 -00868, DATED 07-31-2023, THE: TERMS Gl=-,WHICH ARE INCORPORATED HER~IN BY REFERENCE, THE PRODUCT PRICING LISTED BELOW REFLECTS JRE LOWEST PRICES AVAILABLE TO THE 81TY-OF·CARLS8AD THROUG-H THE COOPERATIVE AGREEMENTa-THIS C00PE~A"flVE PURCHASING AGREEMENT PRTCrNG_ STRUCTL)RE IS CURRENTLY IN PLACE WITH STAT!:: AND L0C-AL GOVERNMENT AGENCIES THROUGH-CONTRACT 4-13~71-00868 DATED 07-31-2026.** --- ***PREVAILING WAGE*** QUOTE FOR: CONCEPT SEATING TASK CHAIRS WITH HALF RING FOOT REST FOR: COC FIRE DEPT -DISPATCH SEATING LEAD TIMES: 5-6 WEEKS DUE TO PANDEMIC AND SUPPLY CHAIN LOGISTICAL CONSTRAINTS, LEAD TIMES QUOTED TODAY WILL BE VARIABLE WITH POTENTIAL TO CHANGE AND ARRIVE LATER OR EARLIER THAN EXPECTED SCOPE OF WORK: 1) CONCEPT SEATING TO PROVIDE ASSEMBLY OF (08) EA CONCEPT SEATING AND SHIP TO IRVINE WAREHOUSE. 2) G/M TO RECEIVE AND INSPECT PRODUCT. 2) G/M TO BRING TO SITE AND SET (04) EA CONCEPT SEATING 3142 HIGH BACK CHAIR W/ HALF RING FOOT REST, (04) EA CONCEPT SEATING 3152HR OPERATORS CHAIR W/ HALF RING FOOT REST INTO PLACE. 3) PLEASE CONTACT STEVE STEWART@ 760-602-7543 TO SCHEDULE SERVICES. Account Executive: Udeshi Weerasekera (uweerasekera@gmbi.net) AMA: Lyzette Rodriguez (lrodriguez@gmbi.net) 800-686-6583 619-236-0500 Fax: 619-236-0550 G/M Business Interiors 110 W. A Street, Suite 140, San Diego CA, 92101 http://www.gmbi.net Project PAS: Page: 1 **G/M WILL HOLD PRODUCT FOR UP TO (2) WEEKS AT OUR WAREHOUSE FREE OF CHARGE. ANY PRODUCT REMAINING IN OUR WAREHOUSE AFTER THIS PERIOD WILL INCUR STORAGE FEES **NOTE: QUOTE WILL NEED TO BE ADJUSTED IF SERVICES TO TAKE PLACE AFTER BUSINESS HOURS, OR DURING THE WEEKEND** ***QUOTE VALID FOR 60 DAYS*** .;i, -:-"" -• r G/M. · ~ · ·. Quotation # 203999 . . I I -. . -.. . . Who/What/Where List List Ext Sell LOT 1 SEATING 31,179.44 31,179.44 11,436.00 Non-Tax Srvcs. Taxable Srvcs. Freight (04) EA CONCEPT SEATING 3142 HIGH BACK CHAIR W/ HALF RING FOOT REST (04) EA CONCEPT SEATING 3152HR OPERATORS CHAIR W/ HALF RING FOOT REST Who/What/Where LOT 0 CONCEPT SEATING ASSEMBLY CONCEPT SEATING TO PROVIDE ASSEMBLY SERVICES OF (08) EA CONCEPT SEATING CHAIRS Account Executive: Udeshi Weerasekera (uweerasekera@gmbi.net) AMA: Lyzette Rodriguez Qrodriguez@gmbi.net) .00 List .00 Non-Tax Srvcs. 695.00 800-686-6583 619-236-0500 Fax: 619-236-0550 G/M Business Interiors 110 W. A Street, Suite 140, San Diego CA, 92101 http://www.gmbi.net .00 .00 List Ext Sell .00 .00 Taxable Srvcs. Freight .00 .00 Project PAS: Sell Ext 11 ,436.00 Design Fee .00 Sell Ext .00 Design Fee .00 Page:2 r7~-.-~~:-~=-~ ~--\_-~~ '. ----~~-~. • ,:_-,~::: ;~•• -~ •-:~t=i_!. __,·:--••~ ~ .. T-~:~~_-:..'7~~ -·-~ --?"•~•--,-~~.,-• -:~•~•::~•~◄ ..... -• • z~~-= ■ .__ -:f~•.-• ",--: ·: ,._ G/M · :· ;-S_, -~-~-'C'--;"" --~~---f --· ·'J-<0 -,=;y -~. ·. . _Quotiit1on ·#_;,203999. _;. ~-'-=-~-~:-t::~ --: - --. . '-.. --,~---;~L-E:..si3--_ . -- - It.' • ~ -r_ -,~ -~ .!~'t_.Z•.i__.._~~ :·_';."-- - . ~ - . - -_ ..... ::..s~~-3ilf" ~--~-~~~i~~-... :f-t---: ~ Who/What/Where List List Ext Sell LOT 0 Z G/M Services .00 .00 .00 Non-Tax Srvcs. Taxable Srvcs. Freight G/M Furniture Planning Services, if applicable, include field measurements, drawing AutoCAD building shells, developing typical workstations and private office standards, space planning typicals into the floorplan, developing furniture color schemes, order specifications and receiving client approvals for all drawings and color schemes for order entry. G/M Project Management Services include drawings and field measure checks, order scheduling & routing, electrical consulting with contractors,field checks,monitoring construction progress along with delivery, assembly, punchlist coordination through final completion. G/M Project Services include receiving and inspecting of each product, shipping damage adjudication with vendors, transporting product if applicable, staging of products, delivery, setting in place of all furniture, level clean and polishing of all items, vacuum floors and recycling of all waste products associated with the furniture project. G/M Punchlist Services include formulation of the project punchlist, ordering and receiving of punchlist products, and delivery and assembly to finalize the punchlist and project. G/M Warranty Services Department is provided to offer clients our no-charge warranty service work for all furniture protected under valid factory warranties. G/M maintains electronic copies of our Client's invoices for warranty enforcement. For service requests, our Warranty Department may be contacted via e-mail at warranty@gmbi.net Account Executive: Udeshi Weerasekera (uweerasekera@gmbi.net) AMA: Lyzette Rodriguez Orodriguez@gmbi.net) .00 800-686-6583 619-236-0500 Fax: 619-236-0550 G/M Business Interiors 110 WA Street, Suite 140, San Diego CA, 92101 http://www.gmbi.net .00 .00 Project PAS: Sell Ext .00 Design Fee .00 Page: 3 GIM Business Interiors Elevate your Worl<place TM CITY OF CARLSBAD Quote# 203999 CONCEPT SEATING 3142 HIGH BACK W/ HALF RING FOOT REST Product images are representational only. Fabrics. finishes and specifications may be different than what is pictured. Swing Arms ALTERNATIVE LEATHER: BLACK BASE FINISH: BLACK Please initial & dale here as approval DISPATCH SEATING SEATI NG I QTY: 4 Page 1 GIM Business Interiors Elevate your Workplace TM CITY OF CARLSBAD Quote# 203999 CONOEPT.SEAll~G S1Nif)g'.A1rrns 3152HROPERATORS-CAHIR W/ HALF RING F®Oif''RES'lf I I ' :111,.,::1., Product images are representational only_ Fabrics, finishes and specifications may be different than what is pictured_ ALTERNATIVE LEATH ER: BLACK BASE FINISH: BLACK Please initial & date here as-approval DISPATCH SEATING SEATING I QTY:4 Page 2 . . .. •· ~ ... '. .. . G/M . · Quotation # 203999 . ·, _... 4 :! • Featured Product of the Month ! VISA 1 -.:=,_.:;m GIM accepts credit cards at 0% for purchases up to $10,000 ~ _.,.,. Purchases over $10,000 requires a surcharge of 2.75% Services (Taxable) Freight (Taxable) Services (Non-Taxable) Design Services (Non-Taxable) Sales Tax (7.750%) · · · Total: Net 30 Days 100% $11,436.00 $0.00 $1,216.00 $695.00 $0.00 $12,652.00 $695.00 $980.53 $14,327.53 $14,327.53 1 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 G/M or to the manufacturer. ■ I understand that legal title to the product w ill transfer upon delivery to my commercial or residential location and all associated labor is taxable until title transfers. 11 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. 11 I 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. G/M, 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. a This quote is valid for 30 days. Signature Print Name/Title Account Executive: Udeshi Weerasekera (uweerasekera@gmbi.net) AMA: Lyzette Rodriguez Qrodriguez@gmbi.net) 800-686-6583 619-236-0500 Fax: 619-236-0550 G/M Business Interiors 110 W. A Street, Suite 140, San Diego CA, 92101 http://www.gmbi.net Date Project PAS: Page:4 OO IM CONCEPT SEATING GOVERNMENT CCC FIRE DEPT-DISPATCH SEATlf' Quote# Department: PO# 203999 SEATING 2/28/2023 3:08:57 PM Sales Order# Discount% List Price Sell Price Item Qty Contract Product Unit Extended Unit Extended CONCEPTSEATING 4 2 4 4207RHLKS07 3,575.43 14,301.72 1,315.00 Concept Seating 3142 High-Back Chair, Black Alt Leather, Swing-away Arms, Half-ring footrestbase, Lumbar • Tag: SEATING 5207RALUS07 • 4,219.43 16,877.72 1,544.00 Concept Seating Model 3152HR OPERATOR'S Chair, Black Alternative Leather, Swing Away ARMS, half-ring footrest base, Lumbar, Articulating Head-Rest • • Tag: SEATING Product Subtotal: $11,436.00 Account Executive: Udeshi Weerasekera Project Designer Job Captain Lyzette Rodriguez 5,260.00 6,176.00 % % Page: 1 Procurement Division 707 Third Street, 2nd Floor, MS #2-202 West Sacramento, CA 95605-2811 State of California MULTIPLE AWARD SCHEDULE Endura LLC CMAS NUMBER: 4-13-71-00868 SUPPLEMENT NUMBER: 4 CMAS TERM DATES: 12/26/2016 through 07/31/2026 CMAS CATEGORY: Non Information Technology Commodities December 1, 2017 APPLICABLE (www.dgs.ca.gov/-/media/Divisions/PD/Acquisitions/ TERMS & CONDITIONS: CMAS/Non-lT-Commodities-CMAS-Terms-and- Conditions.ashx?la=en&hash=9AD54FF697C7 40F342 E8B9B5B DEEDFC263632CB3) State Agencies: See Purchasing Authority MAXIMUM ORDER LIMIT: Dollar Threshold provision Local Government Agencies: Unlimited FOR USE BY: State & Local Government Agencies BASE SCHEDULE#: GS-28F-0033S BASE SCHEDULE HOLDER: Endura, LLC This California Multiple Award Schedule (CMAS) provides for the purchase and warranty of chairs. (See page 3 for the restrictions applicable to this CMAS.) This supplement is to extend this CMAS through 07/31/2026. In addition, this supplement replaces in its entirety the existing CMAS. The most current Ordering Instructions and Special Provisions, CMAS Terms and Conditions, and products and/or services are included herein. All purchase orders issued by State agencies shall incorporate these Ordering Instructions and Special Provisions, and CMAS Terms and Conditions. Review these provisions carefully as they have changed. NOTICE: Products and/or services on this CMAS may be available on a Mandatory Statewide Contracts. If this is the case, the use of this CMAS is restricted unless the State agency has an approved exemption as explained in the Statewide Contract User Instructions. Information regarding Statewide Contracts can be obtained at the: Statewide Contract Index Listing (www.dgs.ca.gov/PD/About/Page-Content/PD-Branch-lntro-Accordion-List/Acquisitions/Statewide­ Contracts). This requirement is not applicable to local government agencies. Original Signature on File Effective Date: 11/12/2021 TERRI MCINTOSH, Program Analyst, California Multiple Award Schedules Unit Attachment C r CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 State agencies cannot use this CMAS to purchase products available through the California Prison Industry Authority (CALPIA) without a one-time exemption from CALPIA. Agencies may request an exemption at the following website: www.calpia.ca.gov/products-services/customer- support/exemption-process/. A copy of the approved exemption must be kept with the purchase order for audit purposes. Agency non-compliance with the requirements may result in the loss of delegated authority to use the CMAS program. CMAS contractor non-compliance with the requirements may result in termination. November 03, 2021 Ordering Instructions and Special Provisions 2 CALI FORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-0086B, SUPPLEMENT NO. 4 CMAS PRODUCT & SERVICE CODES Product & Service Codes listed below are for marketing purposes only. Review the base schedule for the products and/or services available. Brand-Concept Seating Furniture-Chair Furniture-Drafting Stools Furniture-Ergonomic Seating Furniture-Executive Office Furniture-Seating AVAILABLE PRODUCTS AND/OR SERVICES All of the products in the base schedule are available within the scope of this CMAS. The ordering agency must verify all products and/or services are currently available on the base General Services Administration (GSA) schedule. Access the GSA elibrary at www.gsaelibrary.gsa.gov. EXCLUDED PRODUCTS AND/OR SERVICES Order-level materials are not available under this CMAS. ISSUE PURCHASE ORDER TO Agency purchase orders must be sent to the following: Endura LLC 3205 N 124th Street Brookfield, WI 53005 Attn: Joel Vento E-mail: jsvento@conceptseating.com Agencies with questions regarding products and/or services may contact the CMAS contractor as follows: Contact: Phone: E-mail: Joel Vento (262) 777-2280, Ext. 291 jsvento@conceptseating.com TOP 500 DELINQUENT TAXPAYERS In accordance with Public Contract Code (PCC) 10295.4, and prior to placing an order for non-IT goods and/or services, agencies must verify with the Franchise Tax Board and the California Department of Tax and Fee Administration that this CMAS contractor's name does not appear on either list of the 500 largest tax delinquencies pursuant to Revenue and Taxation Code 7063 or 19195. See next paragraph for information. November 03, 2021 Ordering Instructions and Special Provisions 3 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 The Franchise Tax Board's list of Top 500 Delinquent Taxpayers is available at www.ftb.ca.gov/about-ftb/newsroom/top-500-past-due-balances/index.html. The California Department of Tax and Fee Administration's list of Top 500 Sales & Use Tax Delinquencies in California is available at www.cdtfa.ca.gov/taxes-and-fees/top500.htm. CALIFORNIA SELLER'S PERMIT The CMAS contractor's California Seller's Permit Number is 102441606. Prior to placing an order with this company, agencies must verify that this permit is still valid at the California Department of Tax and Fee Administration website (cdtfa.ca.gov). MINIMUM ORDER LIMITATION There is no minimum dollar value limitation on orders placed under this CMAS. CMAS PRICES The maximum prices allowed for the products and/or services available are those set forth in the base schedule. The ordering agency is encouraged to seek prices lower than those in the base schedule. When responding to an agency's Request for Offer (RFO), the CMAS contractor can offer lower prices to be competitive. PRICE DISCOUNTS This CMAS contains quantity discounts. See the base schedule for the specific percent of discount. CANCELLATION AND/OR RESTOCKING FEE Cancellation Fee: Cancellation shall be at No Charge prior to production. Once in production the contractor shall be entitled to collect cost incurred if products are not sold within 120 days. Restocking Fee: Restocking shall be authorized in writing prior to return of items. Restocking charges of 25% shall apply. The government shall pay and bear responsibility for transportation. Return credit is subject to product being returned in salable condition DARFUR CONTRACTING ACT This CMAS contractor has certified compliance to the Darfur Contracting Act, per PCC 10475. It is the agency's responsibility to verify that the contractor has a Darfur Contracting Act Certification on file. November 03, 2021 Ordering Instructions and Special Provisions 4 CALIFORN IA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868 , SUPPLEMENT NO. 4 CALIFORNIA CIVIL RIGHTS LAW CERTIFICATION Pursuant to PCC 2010, effective January 1, 2017, applicants must certify their compliance with the California Civil Rights laws and Employer Discriminatory Policies (Civil Code 51, GC 12960). It is the agency's responsibility to verify that the contractor has a California Civil Rights Law Certification on file. WARRANTY For warranties, see the base schedule, the CMAS Terms and Conditions, General Provisions, and CMAS Warranty. DELIVERY 45 days after receipt of order or as negotiated between agency and CMAS contractor and included in the purchase order. SHIPPING INSTRUCTIONS F.O.B. (Free On Board) Origin. PPA CONUS/POE (Pre Pay & Add: Zone shipment) See zone matrix in price list. Rates provided for up to 4 chairs. Call for L TL rate for other quantities. Buying agency pays the freight charges. State agencies shall follow the instructions below whenever the weight of the purchase is 100-lbs or more and F.O.8. Destination, Freight Prepaid is not used. This requirement is not applicable to local government agencies . All shipments will be made by ground transportation unless otherwise ordered on the purchase order. Before placing order, contact DGS Transportation Management Unit (TMU) to determine the routing of freight shipments. The TMU contact information can be found at the TMU website (www.dgs.ca.gov/PD/About/Page-Content/PD-Branch-lntro-Accordion- List/Acquisitions/Transportation-Management). You will need to provide Transportation Management with the point of origin and destination. They will also want to know the commodity being shipped and the estimated shipping weight of the order. If shipping overnight, the account number must be included. Routing information should be shown on the face of the purchase order in the format shown below. Shipping Instructions: Supplier route via: Carrier's telephone number: ______ _ Annotate bill/s of lading as follows: November 03, 2021 Ordering Instructions and Special Provisions 5 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 "Freight for account of State of California. Tender Number: _____ applies. State of California Purchase Order Number: ____ SHIP FREIGHT COLLECT." Estimated Freight charges: If supplier is unable to use this carrier, contact TMU. The following statement must be noted on the purchase order when the commodities are being shipped via United Parcel Service (UPS) and the State is paying directly to UPS (Collect). Shipping Instructions: Supplier route via United Parcel Service (ground). State of California, Department of _____ UPS account number applies. State of California Purchase Order Number ____ . SHIP COLLECT. Estimated UPS charges: ____ _ If supplier is unable to use UPS, contact TMU. CMAS Contractor Note: Additional shipping costs incurred by deviation to above shipping instructions without Transportation Management approval shall be charged to the CMAS contractor. PURCHASING AUTHORITY DOLLAR THRESHOLD Order limits for the purchase of goods and/or services is determined by the individual agency purchasing authority threshold. No CMAS order may be executed by a State agency that exceeds that agency's purchasing authority threshold. State agencies with approved purchasing authority, along with their dollar thresholds can be obtained at the List of State Departments with Approved Purchasing Authority website (www.dgs.ca.gov/PD/Resources/Page-Content/Procurement-Division-Resources-List- Folder/List-of-State-Departments-with-Approved-Purchasing-Authority). HOW TO USE CMAS Agencies must adhere to the detailed requirements in the State Contracting Manual (SCM) when using CMAS. The requirements for the following bullets are in SCM, Volume 2, Chapter 6 (for non- IT), SCM, Volume 3, Chapter 6 (for IT), and SCM, Volume FISCal, Chapter 5 (FISCal): • Develop an RFO, which includes a Scope of Work (SOW) and Bidder Declaration form. For information on the Bidder Declaration requirements, see SCM, Volume 2, Chapter 3, 3.5. 7 and Volume 3, Chapter 3, 3.4.7. • Search for potential CMAS contractors on the CMAS website (www.dgs.ca.gov/PD/About/Page-Content/PD-Branch-lntro-Accordion- List/Acquisitions/California-Multiple-Award-Schedules) and select "Find a CMAS Contractor." November 03, 2021 Ordering Instructions and Special Provisions 6 CALI FORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 • Request offers from a minimum of 3 CMAS contractors including one small business (SB) and/or Disabled Veteran Business Enterprise (DVBE), if available, who are authorized to sell the products and/or services needed. • If requesting offers from a certified DVBE, include the Disabled Veteran Business Enterprise Declarations form (Standard 843) in the RFO. This declaration must be completed and returned by the DVBE prime contractor and/or any DVBE subcontractors. (See SCM Volumes 2, 3, and FISCal, Chapter 3). • This is not a bid transaction, so the small business preference, DVBE incentives, protest language, intent to award, evaluation criteria, advertising, etc., are not applicable. • If less than 3 offers are received, State agencies must document their file with the reasons why the other suppliers did not respond with an offer. • Assess the offers received using best value methodology, with cost as one of the criteria. • Issue a Purchase Order to the selected CMAS contractor. • For CMAS transactions under $10,000, only one offer is required if the State agency can establish and document that the price is fair and reasonable. The fair and reasonable method can only be used for non-customizable purchases. SPLITTING ORDERS Splitting orders to avoid any monetary limitations is prohibited. Do not circumvent normal procurement methods by splitting purchases into a series of delegated purchase orders, per PCC 10329. Splitting a project into small projects to avoid either fiscal or procedural controls is prohibited, per State Administrative Manual (SAM) 4819.34. ORDERIN G PROCEDURES 1. Purc hase Ord ers All Ordering Agency purchase order documents executed under this CMAS must contain the applicable CMAS number as show on page 1. a. State Departments: Standard 65 Purchase Documents -State departments not transacting in FISCal must use the Purchasing Authority Purchase Order (Standard 65) for purchase execution. An electronic version of the Standard 65 is available at the Department of General Services (DGS), Procurement Division (PD) website (www.dgsapps.dgs.ca.gov/osp/StatewideFormsWeb/Forms.aspx), select Standard (STD) Forms. FISCAL Purchase Documents -State departments transacting in FISCal will follow the FISCal procurement and contracting procedures. November 03, 2021 Ordering Instructions and Special Provisions 7 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-0086B, SUPPLEMENT NO. 4 b. Local Government Agencies: Local government agencies may use their own purchase order document for purchase execution. The agency is required to complete and distribute the purchase order. For services, the agency shall modify the information contained on the order to include the service period (start and end date), and the monthly cost (or other intermittent cost), and any other information pertinent to the services. The cost for each line item must be included in the order, not just system totals. The contractor must immediately reject purchase orders that are not accurate. Discrepancies are to be negotiated and incorporated into the purchase order prior to product delivery and service implementation. 2. Service and Delivery after CMAS Expiration The purchase order must be issued before the CMAS expires. However, delivery of the products or completion of the services may be after the CMAS expires (unless otherwise specifically stated in the purchase order). Amending the purchase order to add quantity, time, or money is not possible if the CMAS expired. 3. Multiple CMAS Agreements on a Single Purchase Order Agencies wishing to include multiple CMAS agreements on a single FISCal purchase order must adhere to the following guidelines: • All CMAS must be for the same CMAS contractor. • The purchase order must go to one contractor location. • Enter the word "CMAS" in the space reserved for the Leveraged Procurement Agreement (LPA) number. The word "CMAS" signifies that the purchase order contains items from multiple CMAS agreements. The purchasing agency may only use one bill code. • For each individual CMAS, the agency must identify and group together the CMAS number with the line items and subtotal per CMAS number (do not include tax in the subtotal), and sequentially identify each individual CMAS as Sub #1, Sub #2, Sub #3, etc. This facilitates accurate billing of administrative fees by the Procurement Division. • The total of all items on the purchase order must not exceed the purchase order limit identified in the CMAS. • Do not combine items from IT and non-IT CMAS agreements. An Information Technology CMAS begins with the number "3" and a non-IT CMAS begins with the number "4." The purchase order limits are different for these CMAS agreements. November 03, 2021 Ordering Instructions and Special Provisions 8 CALI FORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868 , SU PPLE MENT NO. 4 4. Amendments to State Agency's Pu rchase Orders Agency purchase orders cannot be amended if the CMAS has expired. SCM, Volumes 2 & 3, Chapter 6, 6.A5.0 and SCM, Volume FISCal, Chapter 5, 5.A4.0 provides the following direction regarding amendments to all types of LPA purchase orders: Original orders, which include options for changes (e.g., quantity or time), that were evaluated and considered in the selection for award during the RFO process, may be amended consistent with the terms of the original order, provided that the original order allowed for amendments. If the original order did not evaluate options, then amendments are not allowed unless an NCB is approved for those amendments. Amendments unique to non-IT services are covered in SCM, Volume 2, Chapter 6, 6.B2.9 and SCM, Volume FISCal, Chapter 5, 5.A4.1 as follows: If the original contract permitted amendments, but did not specify the changes (e.g., quantity or time), it may be amended, per Public Contract Code (PCC) § 10335 (d)(1). Only a contract may be amended once under this exemption. The time shall not exceed one year, or add not more than 30% of the original order value and may not exceed $250,000. If the original contract did not have language permitting amendments, the NCB process must be followed. CMAS CONTRACTOR OWNERSHIP INFORMATION The CMAS contractor is a large business enterprise. SMALL BUSINESS MUST BE CONSIDERED Prior to placing orders under the CMAS program, State agencies shall whenever practicable first consider offers from small businesses that have established CMAS (GC 14846(b)). NOTE: DGS auditors will request substantiation of compliance with this requirement when agency files are reviewed. CMAS Small Business and Disabled Veteran Partners lists (www.dgs.ca.gov/PD/About/Page- Content/PD-Branch-lntro-Accordion-List/Acquisitions/California-Multiple-Award-Schedules) can be found on the CMAS website by selecting "Find a CMAS Contractor". In response to our commitment to increase participation by small businesses, the Department of General Services waives the administrative fee (a fee charged to customer agencies to support the CMAS program) for orders to California certified small business enterprises. SMALL BUSINESS/DVBE -TRACKING State agencies are able to claim subcontracting dollars towards their SB or DVBE goals whenever the CMAS contractor subcontracts a commercially useful function to a certified SB or DVBE. The CMAS contractor will provide the ordering agency with the name of the SB or DVBE used and the dollar amount the ordering agency can apply towards its SB or DVBE goal. November 03, 2021 Ordering Instructions and Special Provisions 9 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 SMALL BUSINESS/DVBE -SUBCONTRACTING 1. The amount an ordering agency can claim towards achieving its SB or DVBE goals is the dollar amount of the subcontract award made by the CMAS contractor to each SB or DVBE. 2. The CMAS contractor will provide an ordering agency with the following information at the time the order is quoted: a. The CMAS contractor will state that, as the prime contractor, it shall be responsible for the overall execution of the fulfillment of the order. b. The CMAS contractor will indicate to the ordering agency how the order meets the SB or DVBE goal, as follows: i. List the name of each company that is certified by the Office of Small Business and DVBE Services that it intends to subcontract a commercially useful function to; and ii. Include the SB or DVBE certification number of each company listed, and attach a copy of each certification; and iii. Indicate the dollar amount of each subcontract with a SB or DVBE that may be claimed by the ordering agency towards the SB or DVBE goal; and iv. Indicate what commercially useful function the SB or DVBE subcontractor will be providing towards fulfillment of the order. 3. The ordering agency's purchase order must be addressed to the prime contractor, and the purchase order must reference the information provided by the prime contractor as outlined above. WITHHOLD LANGUAGE (58588) Option 1 -Withhold Language Upon delivery or completion of ordered goods or services for which the Contractor committed to DVBE subcontractor participation, state departments must require the Contractor to certify all the following: 1. The amount and percentage of work the Contractor committed to provide to one or more DVBEs under the requirements of the contract and the amount each DVBE received from the Contractor. 2. That all payments under the contract have been made to the DVBE. Upon request, the Contractor must provide proof of payment for the work. November 03, 2021 Ordering Instructions and Special Provisions 10 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868 , SUPPLEMENT NO. 4 In accordance with the Military and Veterans Code 999.7, state departments shall withhold $10,000 from the final payment, or the full final payment if less than $10,000, if the Contractor fails to meet the certification requirements identified above. State departments shall notify the Contractor of their failure to meet the certification requirements and give the Contractor an opportunity to comply with the certification requirements. If after 30 calendar days from the date of notice, the Contractor refuses to comply with the certification requirements, the state department shall permanently deduct $10,000 from the final payment, or the full payment if less than $10,000. Option 2 -No W ith hold Language During the contract term and upon completion of the contract for which a DVBE subcontractor commitment was made, DGS-PD will require the Contractor to certify all participation commitments and payments under the contract have been made to the DVBE. Upon request by DGS-PD, the Contractor shall provide proof of payment for the work. PRODUCT SUBSTITUTIONS Substitution of Deliverables may not be tendered without advance written consent of the Buyer. The Contractor must offer an equivalent or newer model of the product from the same manufacturer at the same or lower price. Contractor cannot use any specification in lieu of those contained in the Contract without written consent from the Buyer. NEW EQUIPMENT REQUIRED The State will procure new equipment. All equipment must be new (or warranted as newly manufactured) and the latest model in current production. Used, shopworn, demonstrator, prototype, or discontinued models are not acceptable. Where Federal Energy Management Program (FEMP) standards are available, all State agencies shall purchase only those products that meet the recommended standards. All products displaying the Energy Star label meet the FEMP standards. SPECIAL MANUFACTURED GOODS Any CMAS for goods to be manufactured by the CMAS contractor specifically for the State and not suitable for sale to others may require progress payments. For a Non-IT goods CMAS, see the CMAS Non-IT Commodities Terms and Conditions, Provision 69, Progress Payments. TRADE-IN EQUIPMENT Trade-ins at open market price may be considered. The product description and trade-in allowance must be identified on the purchase order. November 03, 2021 Ordering Instructions and Special Provisions 11 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 Agencies are required to adhere to SAM 3520 through 3520.6, Disposal of Personal Property and Surplus Personal Property, as applicable, when trade-ins are considered. A Property Survey Report, Standard 152, must be submitted for approval prior to disposition of any State-owned personal property, including general office furniture regardless of the acquisition value, or if the property was recorded or capitalized for accounting purposes. STATE AGENCY BUY RECYCLED CAMPAIGN State ordering agencies are required to report purchases made within the eleven product categories in the California Department of Resources Recycling and Recovery's State Agency Buy Recycled Campaign per PCC 12200 through 12217. Contractor will be required to complete and return a Recycled-Content Certification form (www.calrecycle.ca.gov/contracts/forms) upon request by the state ordering agency. NOT SPECIFICALLY PRICED ITEMS The only time that open market/incidental, non-schedule items may be included in a CMAS order is when they fall under the parameters of the Not Specifically Priced (NSP) Items provision. CMAS contractors must be authorized providers of the hardware, software and/or services they offer under the NSP Items provision. Agency and CMAS contractor use of the NSP provision is subject to the following requirements: 1. Purchase orders containing only NSP items are prohibited . 2. A purchase order containing NSP items may be issued only if it results in the lowest overall alternative to the State. 3. NSP items shall be clearly identified in the order. Any product or service already specifically priced and included in the base schedule may not be identified as an NSP item. 4. NSP Installation Services: The CMAS contractor is fully responsible for all installation services performed under the CMAS. Product installations must be performed by manufacturer authorized personnel and meet manufacturer documented specifications. The prime contractor, as well as any subcontractors, must hold any certifications and/or licenses required for the project. The total dollar value of all installation services included in the purchase order cannot exceed the dollar value of the products included in the purchase order, nor can they exceed the NSP Maximum Order Limitation. 5. Maximum Order Limitation: For orders $250,000, or less, the total dollar value of all NSP items included in a purchase order shall not exceed $5,000. For orders exceeding $250,000, and at the option of the contractor, the total dollar value of all NSP items in a purchase order shall not exceed 5% of the total cost of the order or $25,000 whichever is lower. November 03, 2021 Ordering Instructions and Special Provisions 12 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 6. An NSP item included in an order issued against a CMAS is subject to all of the terms and conditions set forth in the contract. 7. Trade-ins, upgrades, involving the swapping of boards, are permissible, where the contract makes specific provisions for this action. In those instances, where it is permitted, the purchase order must include the replacement item and a notation that the purchase involves the swapping of a board. The following NSP items are specifica lly excluded from any order issued under this CMAS: 1. Items not intended for use in direct support of the priced items included in the same order. An NSP item must be subordinate to the specifically priced item that it is supporting. For example, a cable, which is not otherwise specifically priced in the base schedule, is subordinate to a specifically priced printer or facsimile machine and is eligible to be an NSP item subject to that cable meeting the remaining NSP requirements. However, a printer or facsimile machine, which is not otherwise specifically priced in the base schedule, is not subordinate to a specifically priced cable, and is not eligible to be an NSP item. 2. Supply type items, except for the minimum amount necessary to provide initial support to the priced items included in the same order. 3. Items that do not meet the Productive Use Requirements for information technology products, per SCM, Volume 3, Chapter 2, 2.B6.2 and SCM, Volume FISCal, Chapter 2, 2.E3.2. 4. Any other item or class of items specifically excluded from the scope of this CMAS. 5. Public Works components NOT incidental to the total purchase order amount. 6. Products or services the CMAS contractor is NOT factory authorized or otherwise certified or trained to provide. 7. Follow-on consultant services that were previously recommended or suggested by the same CMAS contractor. The CMAS contractor is required to reject purchase orders containing NSP items that do not conform to the above requirements. The CMAS contractor will promptly notify the agency issuing the non-conforming order of its non -acceptance and the reasons for its non-acceptance. November 03, 2021 Ordering Instructions and Special Provisions 13 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 STATE AND LOCAL GOVERNMENTS CAN USE CMAS State and local government agency use of CMAS is optional. A local government is any city, county, city and county, district, or other local governmental body or corporation, including Universities of California, California State Universities, K-12 schools, and community colleges empowered to expend public funds. While the State makes this CMAS available, each local government agency should make its own determination whether the CMAS program is consistent with its procurement policies and regulations. PCC 10298 allows any city, county, city and county, district, or other local governmental body or corporation empowered to expend public funds to contract with suppliers awarded CMAS without further competitive bidding. See complete PCC 10298 language at (leginfo.legislature.ca.gov/faces/codes_displaySection.xhtml?lawCode=PCC&sectionNum=10298). PCC 10299 allows any school district empowered to expend public funds to utilize CMAS without further competitive bidding. See complete PCC 10299 language at (leginfo.legislature.ca.gov/faces/codes_displaySection.xhtml?lawCode=PCC&sectionNum=10299). UPDATES AND/OR CHANGES A CMAS supplement is not required for updates and/or changes once the update and/or change becomes effective for the base schedule, except as follows: • A CMAS supplement is required when the CMAS is based on specific products and/or services from another contractor's multiple award contract and the contractor wants to add a new manufacturer's products and/or services. • A CMAS supplement is required for new federal contract terms and conditions that constitute a material difference from existing contract terms and conditions. A material change has a potentially significant effect on the delivery, quantity or quality of items provided, the amount paid to the contractor or on the cost to the State. SELF-DELETING BASE SCHEDULE TERMS AND CONDITIONS Instructions, or terms and conditions that appear in the Special Items or other provisions of the base schedule and apply to the purchase, license, or rental (as applicable) of products or services by the US Government in the United States, and/or to any overseas location shall be self-deleting. (Example: "Examinations of Records" provision). Federal regulations and standards, such as Federal Acquisition Regulation, Federal Information Resources Management Regulation, Federal Information Processing Standards, General Services Administration Regulation, or Federal Installment Payment Agreement shall be self-deleting. Federal blanket orders and small order procedures are not applicable. November 03, 2021 Ordering Instructions and Special Provisions 14 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-1 3-71-00868, SUPPLEMENT NO. 4 ORDER OF PRECEDENCE The CMAS Terms and Conditions takes precedence if there is a conflict between the terms and conditions of the contractor's base schedule, packaging, invoices, catalogs, brochures, technical data sheets or other documents (see CMAS Terms and Conditions, CONFLICT OF TERMS). APPLICABLE CODES, POLI CIES AND GUIDELINES All California codes, policies, and guidelines are applicable. The use of CMAS does not reduce or relieve state agencies of their responsibility to meet statewide requirements regarding contracting or the procurement of goods or services. Most procurem~nt and contract codes, policies, and guidelines are incorporated into CMAS agreements. Nonetheless, there is no guarantee that every possible requirement that pertains to all the different and unique State processes has been included. PAYMENTS AND INVOICES 1. Payment Terms Payment terms for this CMAS are net 45 days. Payment will be made in accordance with the provisions of the California Prompt Payment Act, GC 927. Unless expressly exempted by statute, the Act requires State agencies to pay properly submitted, undisputed invoices not more than 45 days after (1) the date of acceptance of goods or performance of services; or (2) receipt of an undisputed invoice, whichever is later. 2. Payee Data Record (Standard 204) State Agencies not transacting in FISCal, must obtain a copy of the Payee Data Record (Standard 204) in order to process payments. State Ordering Agencies must forward a copy of the Standard 204 to their accounting offices. Without the Standard 204, payment may be unnecessarily delayed. State Agencies should contact the CMAS contractor for copies of the Payee Data Record. 3. DGS Adm inistrative and Incentive Fees Orders from State Agencies: DGS will bill each State agency directly an administrative fee for use of CMAS. The administrative fee should NOT be included in the order total or remitted before an invoice is received from DGS. This administrative fee is waived for CMAS purchase orders issued to California certified small businesses. November 03, 2021 Ordering Instructions and Special Provisions 15 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-0086B, SUPPLEMENT NO. 4 Orders from Local Government Agencies: CMAS contractors, who are not California certified small businesses, are required to remit to DGS an incentive fee equal to a percentage of the total of all local government agency orders (excluding sales tax and shipping) placed against their CMAS. The incentive fee is waived for CMAS purchase orders issued to California certified small businesses. 4. Contractor Invoices Unless otherwise stipulated, the CMAS contractor must send their invoices to the agency address set forth in the purchase order. Invoices shall be submitted in triplicate and shall include the following: • CMAS number • Agency purchase order number • Agency Bill Code (State Only) • Line item number • Unit price • Extended line item price • Invoice total State sales tax and/or use tax shall be itemized separately and added to each invoice as applicable. The company name on the CMAS, purchase order and invoice must match or the State Controller's Office will not approve payment. 5. Advance Payments Advance payment is allowed for services only under limited, narrowly defined circumstances, i.e., between specific departments and certain types of non-profit organizations, or when paying another government agency (GC 11256 through 11263 and 11019). It is NOT acceptable to pay in advance, except software maintenance and license fees, which are considered a subscription and may be paid in advance if a provision addressing payment in advance is included in the purchase order. Software warranty upgrades and extensions may also be paid for in advance, one time. 6. Credit Card The CMAS contractor accepts the State of California credit card (CAL-Card). A purchase order is required even when the ordering department chooses to pay the CMAS contractor via the CAL-Card. November 03, 2021 Ordering Instructions and Special Provisions 16 CALI FORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71 -0086B, SUPPLEMENT NO. 4 7. Leasing/Financin g California State Agencies are required to utilize the Golden State Financial Marketplace (GS SMart) program for all financing and leasing needs. California Local Government Agencies (counties, cities, K-12 school districts, community colleges, California State Universities, Universities of California, etc.) may utilize the GS SMart program for financing and leasing according to PCC 14937. The minimum dollar amount for Local Government Agency financing and leasing is $100,000. 8. Lease/Purchase Analysis State agencies must complete a Lease/Purchase Analysis (LPA) to determine best value when contemplating a lease/rental and retain a copy for future audit purposes (SAM 3710). For short-term rental equipment, the lease/purchase analysis must be approved by DGS Office of legal Services. The lease/purchase analysis for all other purchases must be approved by the Department of General Services, GS SMart State Financial Marketplace. Buyers may contact the GS SMart Administrator, Kris Bianchini via e-mail at kristopher.bianchini@dgs.ca.gov for further information. 9. Leasing The State reserves the right to select the form of payment for all procurements, be it either an outright purchase with payment rendered directly by the State, or a financing/lease-purchase or operating lease via the State Financial Marketplace (GS SMart and/or Lease SMart). If payment is via the financial marketplace, the Supplier will invoice the State and the State will approve the invoice and the selected Lender/Lessor for all product listed on the State's procurement document will pay the supplier on behalf of the State. Buyers may contact the GS SMart Administrator, Kris Bianchini via e-mail at kristopher.bianchini@dgs.ca.gov for further information. OBTAINING COPY OF ORIGINAL CMAS AND SUPPLEMENTS A copy of a CMAS and supplements, if any, can be obtained at Cal eProcure (caleprocure.ca.gov). A complete CMAS consists of the following: • CMAS cover pages (which includes the signature page, ordering instructions and special provisions, and any attachments or exhibits as prepared by the CMAS Unit) • CMAS Terms and Conditions. • Base schedule terms and conditions • Product/service listing and prices • Supplements, if applicable. November 03, 2021 Ordering Instructions and Special Provisions 17 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00SGB, SUPPLEMENT NO. 4 It is important for the agency to confirm that the required products, services, and prices are included in the CMAS and are at or below base schedule rates. To streamline substantiation that the needed items are in the base schedule, the agencies should ask the CMAS contractor to identify the specific pages from the base schedule that include the required products, services, and prices. Agencies should save these pages for their file documentation. CONTRACTORS ACTING AS FISCAL AGENTS ARE PROHIBITED When a subcontractor ultimately provides all of the products or performs all of the services that a CMAS contractor has agreed to provide, and the prime contractor only handles the invoicing of expenditures, then the prime contractor's role becomes that of a fiscal agent because it is merely administrative in nature and does not provide a Commercially Useful Function. It is unacceptable to use fiscal agents in this manner because the agency is paying unnecessary administrative costs. AGENCY RESPONSIBILITY Each agency is responsible for its own contracting program and purchasing decisions, including use of the CMAS program and associated outcomes. This responsibility includes, but is not necessarily limited to, ensuring the necessity of the services, securing appropriate funding, complying with laws and policies, preparing the purchase order in a manner that safeguards the State's interests, obtaining required approvals, and documenting compliance with GC 19130.b (3) for outsourcing services. It is the responsibility of each agency to consult as applicable with their legal staff and contracting offices for advice depending upon the scope or complexity of the purchase order. If you do not have legal services available to you within your agency, DGS Office of Legal Services is available to provide services. CONFLICT OF INTEREST Agencies must evaluate the proposed purchase order to determine if there are any potential conflict of interest issues. See the CMAS Terms and Conditions, Conflict of Interest, for more information. FEDERAL DEBARMENT When federal funds are being expended, the agency is required to obtain (retain in file) a signed "Federal Debarment" certification from the CMAS contractor before the purchase order is issued. This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, Participants; responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). CONTRACTOR TRAVEL The Travel provision is not applicable to this CMAS. November 03, 2021 Ordering Instructions and Special Provisions 18 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ENDURA LLC CMAS NO. 4-13-71-00868, SUPPLEMENT NO. 4 LIQUIDATED DAMAGES FOR LATE DELIVERY The value of the liquidated damages cannot be a penalty, must be mutually agreed upon by agency and contractor and included in the purchase order to be applicable. ACCEPTANCE TESTING CRITERIA If the agency wants to include acceptance testing for all newly installed technology systems, and individual equipment, and machines which are added or field modified (modification of a machine from one model to another) after a successful performance period, the test criteria must be included in the purchase order to be applicable. AMERICANS WITH DISABILITY ACT To view the DGS Accessibility Policy, please visit www.dgs.ca.gov/Configuration/Footer-Utility- Links/Accessibility/Accessibility. November 03, 2021 Ordering Instructions and Special Provisions 19