Loading...
HomeMy Public PortalAboutC-22-202 - GOFORTH & MARTI AMENDMENT NO. 1 2023 JUNE 21DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 AMENDMENT NO. 1 TO PURCHASE AGREEMENT THIS AMENDMENT TO PURCHASE AGREEMENT ("Amendment") by and between the CITY OF CARSON, a California municipal corporation ("City") and GOFORTH & MARTI, a C fornia corporation doing business as G/M Business Interiors ("Seller"), is effective as of the 2017lay of EJ ()y1.42 , 2023. RECITALS A. Section 2611(g) of the City's Municipal Code ("CMC") allows City, through its Purchasing Manager, to dispense with competitive bidding processes to purchase materials, supplies, equipment, or services by utilizing a cooperative purchasing program engaged in by any local, county, State, or Federal public entity or entities, even if the contracts and implementing agreements entered into by the participating entity or association under those cooperative purchasing programs were not entered into pursuant to a process that resulted in the contract being awarded to the lowest responsible and responsive bidder under CMC 2610(1); provided, that the selected bidder was selected in compliance with the competitive bidding or proposal process requirements of any participating entity or association within three years of City's approval of the City contract entered into with the selected bidder via cooperative purchasing. The City Council has made a determination that the benefits to City of utilizing cooperative purchasing outweigh any incremental higher price that may be paid by City in certain instances as a result of not soliciting directly utilizing the lowest responsible and responsive bidder standard under CMC 2610(i). B. The City of Charlotte, North Carolina ("Charlotte") is part of a cooperative purchasing program through which it entered into a contract with Herman Miller, Inc. referred to as CONTRACT #: 2020000622 after engaging in a proposal process in 2019 through RFP # 269- 2019-105 for purchase of furniture, installation and related products and services, whereby Charlotte now receives such products and services at a greatly discounted price. Such discounted price is now being made available to the City pursuant to Charlotte's cooperative purchasing program. C. Charlotte has designated OMNIA Partners as the administrative and marketing conduit for the distribution of CON TRACT #: 2020000622. CONTRACT #: 2020000622 provides that purchase orders and payments are to be issued directly to the local authorized Herman Miller, Inc. dealer. D. Seller is an authorized reseller of certain Herman Miller, Inc. goods and services covered under RFP # 269-2019-105. E. City and Seller entered into that certain Purchase Agreement dated October 4, 2022 ("Agreement") whereby Seller agreed to sell and deliver to City and City agreed to purchase from Seller, certain Herman Miller, Inc. office furniture covered under RFP # 269-2019-105 for City's use at City Hall ("Goods") for a Purchase Price not to exceed $883,209.27. 1 01007.0001/890642.1 DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 F. City and Seller desire to enter into a change order to modify certain aspects of the Goods, in particular, to change the sliding door to a swing door for card reader access, thereby increasing the Purchase Price by $18,401.19. G. The City and Seller now desire to amend the Agreement to increase the Purchase Price by $18,401.19 resulting in a new Purchase Price of $901,610.46. TERMS 1. Contract Changes. The Agreement is amended as provided herein (new text is identified in bold italics, deleted text in strike-threugh): A. Section 1 (Purchase and Sale of Goods) of the Agreement is hereby amended to read in its entirety as follows: "1. Purchase and Sale of Goods. On and subject to the terms and conditions set forth in this Agreement, Seller agrees to sell and deliver to City and City agrees to purchase and accept from Seller the furniture and related ancillary services described herein and specified in Exhibit A and Exhibit A-1, attached hereto and incorporated herein by this reference ("Goods"), for the total purchase price ("Purchase Price") set forth in Section 3." B. Section 2 (Description of Goods) of the Agreement is hereby amended to read in its entirety as follows: "2. Description of Goods. The Goods being sold by Seller to City consists of a multitude of furniture items, together with ancillary delivery, warranty and installation and other services detailed in Exhibit A and Exhibit A-1, with Exhibit A-1 to serve as a change order to the Goods listed in Exhibit A (services shall hereinafter be referred to as "Services"). In performing the Services, Seller shall comply with all labor laws set out in Exhibit B, attached hereto and incorporated herein by this reference." C. Section 3 (Purchase Price) of the Agreement is hereby amended to read in its entirety as follows: "3. Purchase Price. The total Purchase Price which City agrees to pay to Seller for purchase and sale of the Goods and their delivery is not to exceed Nine Eight Hundred One Eighty Throe Thousand Six Two Hundred Ten Nine Dollars and Forty Six Twenty Seven Cents ($901,610.46 $88-3320947), as provided in further detail in Exhibit A." D. Section 25 (Exhibit A) of the Agreement is hereby amended to read in its entirety as follows: "25. Exhibit A. The Parties acknowledge and understand that Exhibit A and Exhibit A-1 are is strictly intended to set forth the particulars that will comprise the Goods, Services and associated pricing, and that any text contained in Exhibit A and Exhibit A-1 that may otherwise be construed to be of legal significance ("Extraneous Text") will be disregarded by the Parties. Additionally, in the event either Party or any court of competent jurisdiction takes the position that any Extraneous Text is not to be disregarded and in fact ought to be made part of this 2 01007.0001/890642.1 DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 Agreement, to the extent of any conflict between this Agreement minus Exhibit A and Exhibit A- 1 on the one hand, and Exhibit A and Exhibit A-1 on the other hand, the former shall prevail." 2. Continuing Effect of Agreement. Except as amended by this Amendment, all provisions of the Agreement shall remain unchanged and in full force and effect. From and after the date of this Amendment, whenever the term "Agreement" appears inihe Agreement, it shall mean the Agreement, as amended by this Amendment to the Agreement. 3. Affirmation of Agreement; Warranty Re Absence of Defaults. City and Contractor each ratify and reaffirm each and every one of the respective rights and obligations arising under the Agreement. Each party represents and warrants to the other that there have been no written or oral modifications to the Agreement other than as provided herein. Each party represents and warrants to the other that the Agreement is currently an effective, valid, and binding obligation. Contractor represents and warrants to City that, as of the date of this Amendment, City is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. City represents and warrants to Contractor that, as of the date of this Amendment, Contractor is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. 4. Adequate Consideration. The parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment. 5. Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said party, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. [SIGNATURES ON FOLLOWING PAGE] 3 01007.0001/890642.1 DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date and year first -above written. CITY: CI Y F CARSON, a municipal corporation A T ptc �r uv Dr. aleah R. Bradshaw, City Clerk APPROVED : TO FORM: ALESHI WYNDER, LLP , City L , a Davis-Ho4lmes, Mayor CONTRACTOR: GOFORTH & MARTI, a California corporation doing business as G/M Business Interiors DocuSgned by: CI. b4IlI�Oi I . V *By: YEA700002F1b1AE... Name: Laurinda P. Easley Title: President, CEO, & Secretary *By: r—DocuSipned bY: ‘—D EA780882F12A AE... Name: Laurinda P. Easley Title: President, CEO, & Secretary Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. 4 01007.0001/890642.1 DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On , 2023 before me, , personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: - OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT El INDIVIDUAL El CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 1 01007.0001/890642.1 TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On , 2023 before me, , personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED El GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 2 01007.0001/890642.1 TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 EXHIBIT A DESCRIPTION OF GOODS, SERVICES AND PRICING SEE ATTACHED QUOTATION 206811 3 01007.0001/890642.1 DocuSign Envelope ID: DFE66EED-E428-4489-9065-C6FC959395B2 EXHIBIT A-1 DESCRIPTION OF GOODS AND PRICING SEE ATTACHED CHANGE ORDER 4 01007.0001/890642.1 Exhibit A-1 Project ID / Who & Where Date: Quotation 216401 4806 CITY OF CARSON 206811 -CHANGE ORDER BILL TO: 11006 CITY OF CARSON 701 E CARSON ST CARSON 5/24/2023 SHIP TO: CITY OF CARSON 701 E CARSON ST CA 90745 CARSON CA 90745 ROBERT LENNOX CARSON Phone: (951)368-8103 ROBERT LENNOX CARSON Phone: (951)368-8103 Product Counts: Fax: Fax: Systems 0 Desk Units 0 Tables 0 Files 0 Chairs 0 Storage 0 Ancillary 65 GRAND TOTAL $18,401.19 Product Summary / Scope of Work QUOTE FOR: HERMAN MILLER ETHOSPACE TILES, CUSHION TOPS AND CHANGE ORDER ***PREVAILING WAGE*** FOR: 4806 CITY OF CARSON - ADD ONS LEAD TIME: 3-6 WEEKS SCOPE OF WORK: 1) G/M TO RECEIVE AND INSPECT PRODUCT. 2) G/M TO BRING TO SITE AND REPLACE PHASE 01 TILES AND CUSHION TOPS INTO PLACE. 3) G/M TO CHANGED THE SLIDING DOOR TO SWING DOOR FOR CARD READER ACCESS * CHANGE FROM PRODUCT SELECTION FROM DIVIDENS TO ETHOSPACE 4) G/M MADE CHANGES TO LAYOUT * HR LAYOUT CHANGED IN SCOPE 04 TIMES CAUSING MORE DESIGN TIME *PRICE INCREASE TOOK PLACE ON 1/1/2023 5) PLEASE CONTACT ROBERT LENNOX TO SCHEDULE SERVICES. **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** Account Executive: Brian Ogden (bogden@gmbi.net) AMA: Estela Rubio (erubioQgmbi.net) 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 9750 Irvine Blvd, Suite 108, Irvine CA, 92618 http://www.gmbi.net Project PAS: Page: 1 G/M Quotation # 216401 Who/What/Where 1 List List Ext Sell Sell Ext LOT 1 PHASE01 Description: (05) EA. HERMAN MILLER MERIDIAN CUSION TOPS (60) EA. HERMAN MILLER ETHOSPACE TILES (VARIOUS SIZES) BOM: See Attached Bill of Materials Piece Count: 65 17,940.00 17,940.00 5,815.22 5,815.22 Non -Tax Srvcs. Taxable Srvcs. Freight Design Fee .00 .00 .00 .00 Who/What/Where List List Ext Sell Sell Ext LOT 1 CHANGE ORDER FROM 206811 Description: CHANGE ORDER FROM 206811 - NO PRODUCT G/M TO CHANGED THE SLIDING DOOR TO SWING DOOR FOR CARD READER ACCESS * CHANGE FROM PRODUCT SELECTION FROM DIVIDENS TO ETHOSPACE G/M MADE CHANGES TO LAYOUT * HR LAYOUT CHANGED IN SCOPE 04 TIMES CAUSING MORE DESIGN TIME *PRICE INCREASE TOOK PLACE ON 1/1/2023 BOM: See Attached Bill of Materials Piece Count: .00 .00 11,989.91 11,989.91 Non -Tax Srvcs. Taxable Srvcs. Freight Design Fee .00 .00 .00 .00 Account Executive: Brian Ogden (bogden@gmbi.net) AMA: Estela Rubio (erubio@gmbi.net) 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 9750 Irvine Blvd, Suite 108, Irvine CA, 92618 http://www.gmbi.net Project PAS: Page: 2 G/M Quotation # 216401 Bong C ho/What/Where .00 .00 .00 .00 LOT 1 Z G/M Services 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 BOM: See Attached Bill of Materials Piece Count: .00 Account Executive: Brian Ogden (bogden@gmbi.net) AMA: Estela Rubio (erubio@.gmbi.net) 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 9750 Irvine Blvd, Suite 108, Irvine CA, 92618 http://www.gmbi.net .00 Project PAS: .00 Page: 3 .00 G/M Quotation # 216401 Featured Product of the Month DATESWEISER Highline Fifty Conference Table VISA GIM accepts credit cards at 0% for purchases up to $10,000 ME Purchases over $10,000 requires a surcharge of 2.75% Product Subtotal: Services (Taxable) Freight (Taxable) Services (Non -Taxable) Design Services (Non -Taxable) Taxable Subtotal: Non -Taxable Subtotal: Sales Tax (10.250%) Total: Terms: Net 30 Days 100% $17,805.13 $0.00 $0.00 $0.00 $0.00 $17,805.13 $0.00 $596.06 $18,401.19 $18,401.19 1 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. • 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. Approved by: Signature Print Name/Title Date Account Executive: Brian Ogden (bogden@gmbi.net) AMA: Estela Rubio (erubio@gmbi.net) 800-686-6583 800-686-6583 Fax: 951-684-0837 G/M Business Interiors 9750 Irvine Blvd, Suite 108, Irvine CA, 92618 http://www.gmbi.net Project PAS: Page: 4 Item CITY OF CARSON 5/24/2023 4806 CITY OF CARSON 206811-CHAI 5:57:00 PM Quote # 216401 Department: PHASE 01 PO # Sales Order # Discount % Qty Contract Product List Price Unit Extended Sell Price Unit Extended HERMANMILLER 1 2 2 3 4 5 6 7 8 E1420.3230F +Tile,Face Fabric,32H 30W 8T • Surface Finish 19 • 8T_Colors Tag: PHASE 01 2 E1420.3248F +Tile,Face Fabric,32H 48W 8T • Surface Finish 19 • 8T_Colors Tag: PHASE 01 4 12 2 2 8T 19 Tag: PHASE 01 8T 19 Tag: PHASE 01 2 C2 2 8T 19 Tag: PHASE 01 Account Executive: Job Captain Brian Ogden Estela Rubio 8T 19 Tag: PHASE 01 TC2-1518 8T 19 Tag: PHASE 01 8T 19 Tag: PHASE 01 227.00 454.00 • +crossing -Pr Cat 1 • +crossing shale 290.00 580.00 • +crossing -Pr Cat 1 • +crossing shale E1420.4030F 277.00 1,108.00 +Tile,Face Fabric,40H 30W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale E1420.4036F 302.00 3,624.00 +Tile,Face Fabric,40H 36W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale E1420.4830F 318.00 636.00 +Tile,Face Fabric,48H 30W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale E1420.4848F 419.00 838.00 +Tile,Face Fabric,48H 48W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale 125.00 250.00 +Retrofit Cush Top,Ped 2H 15W 18D • Cushion Top Fat • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale E1420.3230F 227.00 454.00 +Tile,Face Fabric,32H 30W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale Project Designer 72.03 144.06 68.27 % 92.02 184.04 68.27 % 87.89 351.56 68.27 % 95.82 1,149.84 68.27 % 100.90 201.80 68.27 % 132.95 265.90 68.27 % 64.25 128.50 48.60 % 72.03 144.06 68.27 Page: 1 8T 19 Tag: PHASE 01 Account Executive: Job Captain Brian Ogden Estela Rubio 8T 19 Tag: PHASE 01 0 A CITY OF CARSON 5/24/2023 4806 CITY OF CARSON 206811-CHAI 5:57:00 PM Quote # 216401 Department: PHASE 01 PO # Sales Order # Discount Item Qty Contract Product List Price Unit Extended Sell Price Unit Extended HERMANMILLER 9 1 10 11 12 2 6 1 8T 19 Tag: PHASE 01 8T 19 Tag: PHASE 01 8T 19 Tag: PHASE 01 E1420.3248F 290.00 290.00 +Tile,Face Fabric,32H 48W 8T • Surface Finish • +crossing -Pr Cat 1 19 • 8T_Colors • +crossing shale Tag: PHASE 01 E1420.4030F +Tile,Face Fabric,40H 30W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale 277.00 554.00 E1420.4036F 302.00 1,812.00 +Tile,Face Fabric,40H 36W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale E1420.4848F 419.00 419.00 +Tile,Face Fabric,48H 48W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale 13 1 C2 TC2-1518 125.00 +Retrofit Cush Top,Ped 2H 15W 18D • Cushion Top Fat • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale 125.00 14 2 E1420.3230F +Tile,Face Fabric,32H 30W 8T • Surface Finish • +crossing -Pr Cat 1 19 • 8T_Colors • +crossing shale Tag: PHASE 01 227.00 454.00 15 4 E1420.3236F 241.00 964.00 +Tile,Face Fabric,32H 36W 8T • Surface Finish • +crossing -Pr Cat 1 19 • 8T_Colors • +crossing shale Tag: PHASE 01 16 12 E1420.4030F 277.00 3,324.00 +Tile,Face Fabric,40H 30W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale Project Designer 132.95 92.02 92.02 68.27 % 87.89 175.78 68.27 % 95.82 574.92 68.27 132.95 68.27 % 64.25 64.25 48.60 % 72.03 144.06 68.27 76.47 305.88 68.27 % 87.89 1,054.68 68.27 % Page: 2 Item CITY OF CARSON 5/24/2023 4806 CITY OF CARSON 206811-CHAI 5:57:00 PM Quote # 216401 Department: PHASE 01 PO # Sales Order # Discount Qty Contract Product List Price Unit Extended Sell Price Unit Extended HERMANMILLER 17 18 2 2 8T 19 Tag: PHASE 01 19 2 C2 TC2-1518 20 2 8T 19 Tag: PHASE 01 8T 19 Tag: PHASE 01 8T 19 Tag: PHASE 01 E1420.4830F +Tile,Face Fabric,48H 30W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale E1420.4836F +Tile,Face Fabric,48H 36W • Surface Finish • 8T_Colors 318.00 636.00 357.00 714.00 • +crossing -Pr Cat 1 • +crossing shale 125.00 250.00 +Retrofit Cush Top,Ped 2H 15W 18D • Cushion Top Fat • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale E1420.3230F +Tile,Face Fabric,32H 30W • Surface Finish • +crossing -Pr Cat 1 • 8T_Colors • +crossing shale 227.00 454.00 100.90 113.28 64.25 72.03 201.80 68.27 % 226.56 68.27 % 128.50 48.60 % 144.06 68.27 % Account Executive: Brian Ogden Job Captain Estela Rubio Product Subtotal: Project Designer $5,815.22 Page: 3 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE National Union Fire Ins Co of Pittsburg New Hampshire Insurance Company Hiscox Insurance Company Inc. 5/15/2023 EPIC Insurance Midwest 560 5th Street, Suite 202 Grand Rapids, MI 49504 Sue Nisoff - sue.nisoff@epicbrokers.com Goforth & Marti Inc. dba GM Business GM Business Interiors 1099 W. La Cadena Dr. Riverside, CA 92501 19445 23841 10200 A X X X X 5180177 03/01/2023 03/01/2024 1,000,000 300,000 25,000 1,000,000 2,000,000 2,000,000 A X X X X X 2961606 03/01/2023 03/01/2024 1,000,000 A N X 80756387 03/01/2023 03/01/2024 X 1,000,000 1,000,000 1,000,000 C Professional Liab ANE405372523 03/01/2023 03/01/2024 $1,000,000 Each Occ $2,000,000 Agg City of Carson, its elected and appointed officers, employees, volunteers and agents named as additional insured (on a primary and non-contributory basis) with respects to General Liability and Auto Liability as required by written contract; A Waiver of Subrogation is issued in favor of City of Carson, its elected and appointed officers, employees, volunteers and agents with respects to General Liability, Auto Liability and Workers' Compensation as required by written contract; All (See Attached Descriptions) City of Carson 701 E Carson Street Carson, CA 90745 1 of 2 #S5565365/M5283427 GMBUSINClient#: 164812 KWI01 SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) policies contain a 30 day notice of cancellation (10 days for non-pay) subject to policy terms and conditions; GL additional insured endorsements include ongoing and completed operations. 2 of 2 #S5565365/M5283427 ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 143525 02/22 ©Includes copyrighted material of Insurance Services Office, Inc ., with permission. Page 1 of 1 This endorsement, ef fective 12:01 a.m., Forms a part of Policy No.: 5180177 Issued to: Goforth & Marti dba GM Business By: National Union Fire Insurance Company of Pittsburgh, PA ADDITIONAL INSURED – OWNERS, LESSEES, OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Entity: Location(s): I.Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and d escribed in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard" This endorsement serves to modify only those terms, conditions and/or exclusions of the policy referenced therein. The remainder of the policy shall remain unchanged by this endorsement. __________________________ Authorized Representative 3/1/2023 ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY WRITTEN CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. ALL LOCATIONS AND ALL PROJECTS AS REQUIRED BY WRITTEN CONTRACT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 143526 02/22 ©Includes copyrighted material of Insurance Services Office, Inc ., with permission. Page 1 of 1 This endorsement, effective 12:01 a.m., Forms a part of Policy No.: 5180177 Issued to: Goforth & Marti dba GM Business By: National Union Fire Insurance Company of Pittsburgh, PA ADDITIONAL INSURED – OWNERS, LESSEES, OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Entity: I.Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing op erations for the additional insured(s) at the location(s) designated above. II.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage " occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operatio ns for a principal as a part of the same project. This endorsement serves to modify only those terms, conditions and/or exclusions of the policy referenced therein. The remainder of the policy shall remain unchanged by this endorsement. __________________________ Authorized Representative 3/1/2023 ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY WRITTEN CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Location(s): ALL LOCATIONS AND ALL PROJECTS AS REQUIRED BY WRITTEN CONTRACT