Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
exhibit1
Proposal wright•line 160 Gold Star Blvd. Worcester, Massachusetts 01606 This proposal created for: Mr. Richard Nazur of City of Miami 400 NW 2nd Ave. Miami, FL 33128 Phone: 305-579-6130 Fax: 305-371-5331 Richard Nazur City of Miami P.D. Sales Proposal No: QP3TS 1 11544 Date: 04/182004 Number o1 Pages: 18 Submitted by: Ryan Schremp 5005 Collins Ave. #404 Miami Beach, FL 33140 US Phone: 305-864-7375 Fax: 305-864-0068. Email Address: Ryan.Schremp©wrightline.com Date: 04/18/2004 • Page 1 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright•Iine Proposal No: QP3TS1_I1544 (04/18/2004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schrernp©wrightline.com Fax Number: 305-864-0088 5005 Collins Ave. #404 Maami Beach, FL 33140 Proposal - Line Items Ln Qty PartNo Product Name Sp Unit Price Extended Price Reception 1 3 PABNDER 2 l PADRINK 1 3 l PAPNCUPI 4 2 PC4829S1 5 1 PC6029S1 6 L PC2429S1 7 1 PCPUCADL 8 1 PCSK1200 9 I PCSK2000 10 5 PCSK2200 11 I PCW6030L 12 L PCW2430R 13 2 PMW4816S 14 1 PDW6016S 15 1 PDWT48S1 16 1 PDWT60S1 17 1 PSC48489 18 1 PCT116PI 19 L PDW24L6S 20 2 PVETI6TI 21 4 PWFP2416 22 1 SPECIAL 23 L PPERSENV I Binder Bin Drink Holder Pen Cup 48" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 60" Profile Core, Single Sided With Back Skins '[Steel: Titanium]* 24" Profile Core, Single Sided With Back Skins *[Steel: Titanium]' Profile Swivel Cpu Caddy -Lb Swing *[Steei: Titanium]* I2W Removable Skin For Profile Core *[Steel: Titanium]' 20W Removable Skin For Profile Core '[Steel: Titanium]' 22W Removable Skin For Profile Core '[Steel: Titanium]* 60 X 30 Left Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 24 X 30 Right Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 48W X 16H Profile Modular Wall, Single Sided '[Steel: Titanium]* 16"H X 60"W Profile Fpd Wall, Single Sided With Service Panels '[Steel: Titanium]* 48" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 60" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* Ergo 48 X 48 Stationary Comer W/Spring Assist K/B Surface *[Steel: Titanium -Laminate: Silver]* 90-Degree Corner Connector For Core/Tier 1(16H) *[Steel: Titanium]* 24W X 16 H Profile Display Wall, Single Sided *[Steel: Titanium]* Vertical End Trim For Core W/16H Display Wall '[Steel: Titanium]' 24W Fabric Panel For 16" Display Wall '[Fabric: Hickory]' Special Product 72" reception top for Profile Personal Environments System $11.87 G $35.61 $7.91 G $7.91 $7.91 G $7.91 S415.24 G $830.48 $474.56 G S474.56 $316.37 G $316.37 S239.25 G $239.25 S23.73 G $23.73 $39.55 G $39.55 S39.55 G S197.75 $261.01 G $261.0I $158.19 G $158.19 $257.06 G $514.12 $355.92 G $355.92 $59.32 G $59.32 S71.18 G $71.18 $593.20 G $593.20 $152.25 G $152.25 $237.28 G $237.28 $39.55 G $79.10 $39.55 G $158.20 $300.00 $265.50 $2,100.00 $1,858.50 Page 2 City of Miami Mr. Richard Nazur 305-579-8130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright•Iine Proposal No: QP3TS1 11544 (04/18/2004) International Sales Specialist: Ryan Srhremp 305-864-7375 Ryan. Schrernpawrightiine, cam Fax Nunber: 305-864-0088 5005 Collins Ave. #404 Mani Beach, FL 33140 Proposal - Line Items (Continued) Ln Qty PartNo Product Name Unit Price Extended Price 24 l C845 25 I PUPRFLHI 26 1 PUPRFRHI 27 1 PECHOLMP2 28 2 8M99 29 4 AM84RX 30 4 AMO1FF 31 6 UM32 Complaints Supervisor l 5 PC3629S1 2 4 PC4829S1 3 I PC6029S1 4 1 PCPL2428 5 2 PCPRI428 6 I PCPR2428 7 1 PCSK0400 8 I PCSK3200 9 1 PCSK1000 10 I PCSKI200 11 3 PCSK2000 12 10 PCSK2200 Box/Box/File Mobile Pedestal *[Steel: Black]* Profile Full Depth Lh Upright 30" *[Steel: Titanium]* Profile Full Depth Rh Upright 30" *[Steel: Titanium]* Echo Lamp With E-Dim 84" Partial Tamb Shell *[Opti: Black - Opti: Black]* 12" Modular Drawer *[Opti: Black]* 36" Fixed Shelf 1 @ 14.75: other on bottom of division Stackable Shelf Reception 36" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 48" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 60" Profile Core, Single Sided With Back Skins *(Steel: Titanium]* Double Cpu Docker, Left Swing Door *[Steel: Titanium]* Single Cpu Docker, Right Swing Door *[Steel: Titanium]* Double Cpu Docker, Right Swing Door *[Steel: Titanium]* 4"W Removable Skin For Profile Core *[Steel: Titanium]* 32W Removable Skin For Profile Core *[Steel: Titanium]* IOW Removable Skin For Profile Core *[Steel: Titaniumj* 12W Removable Skin For Profile Core *[Steel: Titanium]* 20W Removable Skin For Profile Core *[Steel: Titanium]* 22W Removable Skin For Profile Core *[Steel: Titanium]* $237.31 G $237.31 579.09 G $79.09 579.09 G 579.09 S158.19 G $158.19 S612.71 G 51,225.42 S143.13 G $572.52 542.01 G $168.04 $67.09 G $402.54 $9,859.09 S355.92 G $1,779.60 $415.24 G $1,660.96 S474.56 G S474.56 $326.25 G S326.25 S239.25 G $478.50 S326.25 G $326.25 $20.00 S17.70 $47.46 G 547.46 $23.73 G $23.73 $23.73 G $23.73 539.55 G S 118.65 $39.55 G S395.50 .ti e Page 3 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright•Iine Proposal No: QP3TS1 11544 (04'18/2004) International Sales Specialist: Ryan Sdirernp 305-864-7375 Ryan. Schrernp©wrightfine.cam Fax Number: 305-864-0068 5005 Collins Ave. #404 Miami Beach, FL 33140 Proposal - Line Items (Continued) Ln Qty PartNo Product Name Unit Extended Price Price 13 5 14 4 15 1 16 5 17 4 18 1 19 2 20 2 21 7 22 2 PDW36l6S PDW4816S PDW6016S PDWT36S1 PDWT4SS1 PDWT60S I PCTI 16P1 PFPDARM6 PFPDARM 1 PTW3630L 23 2 FTW3630R 24 2 PVET16T1 25 1 PWS6030I 26 2 PPERSENV 1 27 2 PECHOLMP2 28 2 PSC48489 29 2 PUPRTRNI 30 1 PUPRSLHI 3l 2 C843 32 l 2Y52 33 1 UM7l 34 l 35 l UM72MM PC3029S1 36"W X 16H Profile Fpd Wall, Single Sided *[Steel: Titanium]' 48" W X l6H Profile Fpd Wall, Single Sided *[Steel: Titanium]* 16"H X 60"W Profile Fpd Wall, Single Sided With Service Panels '[Steel: Titanium]* 36" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]' 48" Fdp Wall Top Trim, Single Sided '[Steel: Titanium]* 60" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]' 90-Degree Comer Connector For Core/Tier 1(16H) *[Steel: Titanium]* Fpd Arm -Pole Mount Double Fpd Arm -Deluxe 36 X 30 Left Transitional Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 36 X 30 Right Transitional Worksurface For Profile '[Steel: Titanium - Laminate: Silveri* Vertical End Trim For Core W/16H Display Wall *[Steel: Titanium]* 60 X 30 Linear Worksurface For Profile ' [Steel: Titanium - Laminate: Silver]' Personal Environments System Echo Lamp With E-Dim Ergo 48 X 48 Stationary Comer W/Spring Assist K/B Surface '[Steel: Titanium - Laminate: Silver]' Profile Transition Upright 30" *[Steel: Titanium]* Profile Top Support - Lh 30" * [Steel: Titanium]* Box/File Mobile Pedestal *[Steel: Black]* 30" Sidewinder For Software *[SideWinder: Black - SideWinder: Black]* Top For Opti Truck *[Laminate: Special]* Silver - V Opti Caster Base, 36"W 30" Profile Core, Single Sided With Back Skins '[Steel: Titanium]' $2,100.00 $158.19 $593.20 $276.82 G $1,384.10 S316.37 G S1,265.48 $355.92 G $355.92 $39.55 G $197.75 $59.32 G $237.28 $71.18 G $71.18 $152.25 G $304.50 $336.15 G $672.30 $261.01 G $1,827.07 $174.00 G $348.00. $174.00 G $348.00 $39.55 G $79.10 $261.01 G $261.01 $3,717.00 G $316.38 G $1,186.40 $79.09 G $158.18 $39.55 G $39.55 $286.20 $506.57 $523.32 G $523.32 $68.85 G $68.85 $171.99 G $171.99 $336.15 G $336.15 Page 4 City of Miami Mr. Richard Nazur 305-579.8130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright•line Proposal No: QP3TS1_11544 (04/18/2004) International Sales Specialist: Ryan Schram!) 305-864-7375 Ryan.Schrempewnghtline.com Fax Number: 305-864-0068 5005 Collins Ave. #404 Mimi Beach, FL 33140 Proposal - Line Items (Continued) Ln Qty PartNo Product Name Unit Price Extended Price 36 1 PCPL1428 37 1 PDW3016S 38 1 PDWT30S1 39 1 PWS36301 40 1 PWS30301 Call takers 1 4 PC3629D1 2 16 PC3629S1 3 6 PC4829131 4 12 PCPL2428 5 12 PCSK1000 6 12 PCSK3200 7 4 PDWT36D1 8 16 PDWT36S1 9 6 PDWT48D1 10 2 PMW3616D 11 8 PMW3616S 12 6 PMW4816D 13 16 PVETI6T1 14 24 PWFP2416 Single Cpu Docker, Left Swing Door *[Steel: Titanium]* 30W X 16H Profile Display Wall, Single Sided *[Steel: Titanium]* 30" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 36 X 30 Linear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 30 X 30 Linear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* Complaints Supervisor 36" Profile Core, Double Sided With No Skins *[Steel: Titanium]* 36" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 48" Profile Core, Double Sided With No Skins *[Steel: Titanium]* Double Cpu Docker, Left Swing Door *[Steel: Titanium]* IOW Removable Skin For Profile Core *[Steal: Titanium]* 32W Removable Skin For Profile Core *[Steel: Titanium]* 36" Fdp Wall Top Trim, Double Sided *[Steel: Titanium]* 36" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 48" Fdp Wall Top Trim, Double Sided *[Steel: Titanium]* 36W X 16H Profile Modular Wall, Double Sided *[Steel: Titanium]* 36W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium]* 48W X 16H Profile Modular Wall, Double Sided *[Steel: Titanium]* Vertical End Trim For Core W/16H Display Wall *[Steel: Titanium]* 24W Fabric Panel For 16" Display Wall *[Fabric: Hickory]* $239.25 $257.06 $39.55 S 174.00 $174.00 G $239.25 G $257.06 G $39.55 G $174.00 G $174.00 $20,932.83 $296.60 G $1,186.40 $355.92 G S5,694.72 $320.33 G $1,921.98 $326.25 G $3,915.00 $23.73 G S284.76 $47.46 G $569.52 $39.55 G $158.20 $39.55 G $632.80 $59.32 G S355.92 S197.73 G $395.46 $237.28 G $1,898.24 $217.51 G S1,305.06 S39.55 G $632.80 $39.55 G S949.20 Page 5 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371.5331 Miami, FL 33128 Richard Nazur wright•fine Proposal No: QP3TS1_11544 (04/18/2004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan. Schremp©wnghtNne.com Fax Number: 305-864-0068 5005 Collins Ave. #404 Miani Beach, FL 33140 Proposal - Line Items (Continued) Ln Qty PartNo Product Name 15 12 PWFP3616 16 12 PPERSENVI 17 12 SPECIAL 18 12 SPECIAL 19 12 SPECIAL 20 12 SPECIAL 21 12 SPECIAL 22 12 PADRINKI. 23 12 PAIBSHFC 24 12 PAB1NDER 25 12 PAPNCUPI 26 12 C846 27 12 PECHOLMP2 28 2 PDW3616D 29 8 PDW3616S Dispatch -Channel 9 1. 1 1Y02 2 1 AMOIFF 3 14 PABINDER 4 2 PAPNCUPI 5 2 PC3629D1 6 7 PC3629S1 36W Fabric Panel For 16" Display Wall * [Fabric: Hickory] * Personal Environments System Special Product 36"w curvilinear wing w/22.5 angled side left: Color W Special Product 36"w curvilinear wing w/22.5 angled side right; Color W Special Product 48"w linear ergolill & manual KB w. 22.5 angled sides: Co1or=VV Special Product 360 Wedge Connector 3way 135/135/90: Color a V Special Product Pull Out Worksurface: Color = VV Drink Holder 18" Shelf Binder Bin Pen Cup File/File Mobile Pedestal *[Steel: Black]* Echo Lamp With E-Dim 36"W X 16H Profile Fpd Wall, Double Sided *[Steel: Titanium]* 36"W X 16H Profile Fpd Wall, Single Sided *[Steel: Titanium]* Call takers 28" Sidewinder Cabinet Shell *[SideWinder: Black - SideWinder: Black]* Titanium Steel Shell: Black Door 36" Fixed Shelf @l3" down Binder Bin Pen Cup 36" Profile Core, Double Sided With No Skins *[SteeI: Titanium]* 36" Profile Core, Single Sided With Back Skins "[Steel: Titanium]* Unit Extended Price Price $39.55 G $474,60 $2,100.00 $22,302.00 $220.00 52,336.40 $220.00 $2,336.40 $3,750.00 $39,825.00 $192.50 $2,044.35 $250.00 $2,655.00 $7.91 G $94.92 $19.78 G $237.36 $11.87 G $142,44 $7.91 G $94.92 $225.44 G $2,705.28 $158.19 G $1,898.28 $375.70 G $751.40 $276.82 G $2,214.56 5100,012.97 $382.82 G $382.82 $42.01 G $42.01 $11.87 G $166.18 $7.91 G S15.82 $296.60 G $593.20 $355.92 G $2,491.44 0 Page 6 City of Miami Mr. Richard Nazur 305-579-8130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright*line Proposal - Line Items (Continued) Ln Qty PartNo 7 4 PC4829D1 8 9 PC4829S1 9 1 PC7229S1 10 6 PCPL1428 11 1 PCPI_2428 12 6 PCPR 1428 13 I PCPR2428 14 5 PCSK1000 15 1 PCSK2400 16 9 PCSK2000 17 5 PCSK2200 18 2 PET116PI 19 3 PCW3630L 20 3 PCW363OR 21 2 PDW3616S 22 1 PDW4816S 23 1 PDW7216S 24 2 PDWT36D1 25 7 PDWT36SI 26 4 PDWT48D1 27 9 PDWT48S1 28 1 PDWT72SI Product Name Proposal No: 4P3TS1 11544 (04/18/2004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan. Schremp®wrdghtline.corn Fax Number: 305-884-00t38 5005 Collins Ave. #404 Miami Beach, FL 33140 48" Profile Core, Double Sided With No Skins *[Steel: Titanium)* 48" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 72" Profile Core, Single Sided With Back Skins *[Steel: Titanium)* Single Cpu Docker, Left Swing Door *[Steel: Titanium]* Double Cpu Docker, Left Swing Door *[Steel: Titanium]* Single Cpu Docker, Right Swing Door *[Steel: Titanium]* Double Cpu Docker, Right Swing Door *[Steel: Titanium]* IOW Removable Skin For Profile Core *[Steel: Titanium]* 24W Removable Skin For Profile Core *[Steel: Titanium)* 20W Removable Skin For Profile Core *[Steel: Titanium]* 22W Removable Skin For Profile Core *[Steel: Titanium]* 90-Degree Corner Connector For Core/Tier I/Ergo *[Steel: Titanium)* 36 X 30 Left Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 36 X 30 Right Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 36"W X 16H Profile Fpd Wall, Single Sided *[Steel: Titanium)* 48"W X 16H Profile Fpd Wa11, Single Sided *[Steel: Titanium]* 72"W X 16H Profile Fpd Wall, Single Sided *[Steel: Titanium)* 36" Fdp Wall Top Trim, Double Sided *[Steel: Titanium)* 36" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 48" Fdp Wall Top Trim, Double Sided *[Steel: Titanium]* 48" Fdp Wall Top Trim, Single Sided *[Steel: Titanium)* 72" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* Unit Price $320.33 S415.24 $533.88 S239.25 S326.25 $239.25 $326.25 $23.73 $39.55 $39.55 $39.55 $152.25 $174.00 $174.00 $276.82 $316.37 $375.70 $39.55 $39.55 $59.32 $59.32 $79.09 Extended Price G $1,281.32 G $3,737.16 G S533.88 G $1,435.50 G $326.25 G $1,435.50 G $326.25 G 5118.65 G $39.55 G $355.95 G $197.75 G $304.50 G $522.00 G $522.00 G $553.64 G $316.37 G $375.70 G $79.10 G $276.85 G $237.28 G $533.88 G $79.09 Page 7 _e City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright•Iine Proposal - Line I Ln Qty PartNo tams (Continued) Product Name Proposal No: QP3TS1 11544 (04/18/2004) international Sales Specialist: Ryan Sclremp 305-864-7375 Ryan. Schremp©wrlghtline.com Fax Number: 305-864-0068 5005 Collins Ave. *404 Miami Beach, FL 33140 29 7 PEC48482 30 3 PET116P2 31 3 PMW3616D 32 5 PMW3616S 33 9 PMW4816D 34 8 PMW4816S 35 3 PTW3630L 36 2 PTW363OR 37 5 PVCTI6T1 38 2 SPECIAL 39 36 PWFP24I6 40 6 PWFP36I6 41 1 PWS72301 42 7 PECHOLMP2 43 5 PRMM3616 44 7 PPERSENVI 45 1 RIRS42MV 46 1 RIRS36MV 47 1 PUPRSLH1 48 1 PUPRSRH1 49 7 C843 50 1 PDW3616D 51 1 PDW4816D Ergo 48 X 48 Dual Ergolift Corner For Profile *[Steel: Titanium - Laminate: Silver]* 180-Degree Corner Connector For Core/Tier 1/Ergo *[Steel: Titanium]' 36W X 16H Profile Modular Wall, Double Sided '[Steel: Titanium]* 36W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium]' 48W X 16H Profile Modular Wall, Double Sided *[Steel: Titanium]* 48W X 16H Profile Modular Wall, Single Sided '[Steel: Titanium]* 36 X 30 Left Transitional Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 36 X 30 Right Transitional Worksurface For Profile *[Steel: Titanium - Laminate: Silver]' Vertical End Trim For Core W/16H Display Wall/Cable Port '[Steel: Titanium]* Special Product Vertical wall trim/16h Tier 2 Trans 24W Fabric Panel For 16" Display Wall *[Fabric: Hickory]* 36W Fabric Panel For 16" Display Wall '[Fabric: Hickory]* 72 X 30 Linear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* Echo Lamp With E-Dim 36"W Desktop Rackmount Module (6U) *[Steel: Titanium]* Personal Environments System Rotary Resource System, 42"Dia, Silver Top Rotary Resource System, 36"Dia, Silver Top Profile Top Support - Lh 30" *[Steel: Titanium]* Profile Top Support - Rh 30" *[Steel: Titanium]' Box/File Mobile Pedestal *[Steel: Black]* 36"W X 16H Profile Fpd Wall, Double Sided *[Steel: Titanium]* 48"W X 16H Profile Fpd Wall, Double Sided *[Steel: Titanium)* Dispatch -Channel 9 Unit Extended Price Price $2,965.98 G $20,76i.86 $152.25 G $456.75 $197.73 G $593.19 $237.28 G $1,186.40 $217.51 G $1,957.59 $257.06 G $2,056.48 $174.00 G $522.00 $174.00 G $348.00 $39.55 G $197.75. $60.00 $106.20 $39.55 G $1,423.80 $39.55 G $237.30 $304.51 G $304.51 S158.19 G $1,107.33 $316.37 G $1,581.85 S2,100.00 $13,009,50 $2,827.50 $2,502.34 $2,307.50 $2,042.14 $39.55 G $39.55 $39.55 G $39.55 $286.20 $1,773.01 $375.70 G 5375.70 $415.24 G $415.24 $70,317.68 Page 8 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2rtd Ave. 305-371-5331 Warn', FL 33128 Richard Nazur Proposal - Line Items (Continued) Ln Qty PartNo Product Name wright*Iine Proposal No: OP3TS 1 11544 (04/18/2004) international Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schremp©wrightiine.com Fax Number: 305-884-0068 5005 Collins Ave. 8404 Mianl Beach, FL 33140 Unit Price Supervisor/Call Taker 1 2 PABINDER 2 1 PAPNCUP I 3 2 PC3629S1 4 2 PC4829S1 5 1 PCPL1428 6 1 PCPR2428 7 1 PCSKI000 8 l PCSK2000 9 1 PCW3630L 10 I PCW3630R 11 1 PDW36I6S I2 2 PMW48I6S 13 2 PDWT36S1 14 2 PDWT48S1 15 I PEC48482 16 4 PWFP24I6 17 1 PECHOLMP2 18 2 PVET16T1 19 1 PET1I6PI 20 2 LFPDARM I 21 1 PPERSENVI 22 1 C846 23 1 PAPHONEI 24 1 PWFP3616 25 1 PMW36I6S Binder Bin Pen Cup 36" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 48" Profile Core, Single Sided With Back Skins *[Steel: Titanium? Single Cpu Docker, Left Swing Door *[Steel: Titanium]* Double Cpu Docker, Right Swing Door *[Steel: Titanium]* IOW Removable Skin For Profile Core *[Steel: Titanium]* 20W Removable Skin For Profile Core *[Steel: Titanium)* 36 X 30 Lett Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silveri* 36 X 30 Right Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 36"W X l6H Profile Fpd Wall, Single Sided *[Steel: Titanium)* 48W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium)* 36" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 48" Fdp WaIl Top Trim, Single Sided *[Steel: Titanium)* Ergo 48 X 48 Dual Ergolift Comer For Profile *[Steel: Titanium - Laminate: Silver]* 24W Fabric Panel For 16" DispIay Wall *[Fabric: Hickory)* Echo Lamp With E-Dim Vertical End Trim For Core W/16H Display Wall 90-Degree Corner Connector For Core/Tier 1/Ergo Flat Scrn Arm, Dbl Pvt, Grom Mt modifed LFPDARMI to mount on PEC48481 Personal Environments System File/File Mobile Pedestal *[Steel: Black]* Phone Holder 36W Fabric Panel For 16" Display Wall *[Fabric: Hickory)* 36W X l6H Profile Modular Wall, Single Sided *[Steel: Titanium]* Supervisor/Call Taker $239.25 $326.25 $23.73 $39.55 $174.00 $174.00 S276.82 $257.06 $39.55 $59.32 $2,965.98 $39.55 $158.19 $39.55 $152.25 $370.00 $2,100.00 $225.44 $15.82 S39.55 $237.28 $11.87 $7.91 $355.92 G G Extended Price $23.74 $7.91 $711.84 $415.24 G $830.48 G $239.25 G $326.25 G $23.73 G $39.55 G $174.00 G $174.00 G $276.82 G $514.12 G $79.10 G 5118.64 G $2,965.98 G $158.20 G G G $158.19 $79.10 $152.25 $654.90 $1,858.50 G $225.44 G $15.82 G $39.55 G $237.28 S 10,084.64 Page 9 Page 10 City of Miami Mr. Richard Nazur 305-575-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur Proposal - Line Items (Continued) Ln Qty PartNo Product Name Fire 1 18 PABINDER 2 2 PAPNCUP1 3 2 PC2429S1 4 2 PC3629D1 5 8 PC3629S1 6 2 PC4829D1 7 8 PC4829S1 8 2 PC6029S1 9 3 PC7229S1 10 2 PCPL1428 11 3 PCPL2428 12 3 PCPR1428 13 3 PCPR2428 14 1 PCPUCADL 15 6 PCSK1000 16 3 PCSK2000 17 4 PCSK2200 18 3 PCSK2400 19 4 PCSK3200 20 3 PCW3630L 21 3 PCW363OR 22 2 PDW2416S wright•Iine Binder Bin Pen Cup 24" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 36" Profile Core, Double Sided With No Skins *[Steel: Titanium]* 36" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 48" Profile Core, Double Sided With No Skins *[Steel: Titanium]' 48" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 60" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* 72" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* Single Cpu Docker, Left Swing Door *[Steel: Titanium]* Double Cpu Docker, Left Swing Door *[Steel: Titanium]* Single Cpu Docker, Right Swing Door *[Steel: Titanium]* Double Cpu Docker, Right Swing Door *[Steel: Titanium]* Profile Swivel Cpu Caddy -Lh Swing *[Steel: Titanium]* IOW Removable Skin For Profile Core *[Steel: Titanium]* 20W Removable Skin For Profile Core *[Steel: Titanium]* 22W Removable Skin For Profile Core *[Steel: Titanium]* 24W Removable Skin For Profile Core *[Steel: Titanium]* 32W Removable Skin For Profile Core *[Steel: Titanium]* 36 X 30 Left Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 36 X 30 Right Curvilinear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 24W X 16 H Profile Display Wall, Single Sided '[Steel: Titanium]• Proposal No: QP3TS1 11544 (0418/2004} International Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schrernpawrightiine.cam Fax Number 305-864-0068 5005 Collins Ave. *404 Miani Beach, FL 33140 •y a Sp Unit Price Extended Price $11.87 G $213.66 $7.91 G $15.82 $316.37 G $632.74 $296.60 G $593.20 $355.92 G $2,847.36 $320.33 G $640.66 $415.24 G $3,321.92 $474.56 G S949.12 $533.88 G $1,601.64 $239.25 G $478.50 $326.25 G $978.75 $239.25 G $717.75 $326.25 G $978.75 $239.25 G $239.25 $23.73 G $142.38 $39.55 G $118.65 $39.55 G $158.20 $39.55 G $118.65 $47.46 G $189.84 $174.00 G $522.00 $174,00 G $522.00 $237.28 G $474.56 Page 11 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, Ft_ 33128 Richard Nazur wrightdine Proposal No: QP3TS1 1'1544 (04/18/2004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schremp®wrightline.com Fax Number: 305-864-0068 5005 Coiling Ave, #404 Miami Beach, FL 3314Q Proposal - Line Items (Continued) Ln Qty PartNo Product Name Sp Unit Extended Price Price 23 2 PDW3616D 24 7 PDW3616S 25 3 PDW7216S 26 2 PDWT24S1 27 2 PDWT36D1 28 8 PDWT36S1 29 2 PDWT48D1 30 8 PDWT48S1 31 2 PDWT6OS t 32 3 PDWT72S1 33 5 PFPDARM1 34 1 PFPDARM2 35 6 PEC48482 36 1 PEC60601 37 3 PMW2416S 38 I4 PMW3616S 39 5 PMW48I6D 40 22 PMW4816S 41 6 PMW6016S 42 5 PMW7216S 43 1 PRMM3616 44 3 PTW3630L 45 3 PTW363OR • 0 36"W X 16H Profile Fpd Wall, Double Sided *[Steel: Titanium]* 36"W X 16H Profile Fpd Wall, Single Sided *[Steel: Titanium]* 72"W X 16H Profile Fpd Wall, Single Sided *[Steel: Titanium]* 24" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 36" Fdp Wall Top Trim, Double Sided *[Steel: Titanium]* 36" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 48" Fdp Wall Top Trim, Double Sided *(Steel: Titanium]* 48" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 60" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]' 72" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* Fpd Arm -Deluxe Fpd Arm -Double Stacker Ergo 48 X 48 Dual Ergolift Corner For Profile *[Steel: Titanium - Laminate: Silver]* Ergo 60 X 60 Single Lift Corner With Integrated Kb *[Steel: Titanium - Laminate: Silver]* 24W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium]* 36W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium]' 48W X 16H Profile Modular Wall, Double Sided *[Steel: Titanium]* 48W X 16H Profile Modular Wall, Single Sided "[Steel: Titanium]* 60W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium]* 72W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium]* 36"W Desktop Rackmount Module *[Steel: Titanium]* 36 X 30 Left Transitional Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 36 X 30 Right Transitional Worksurface For Profile '[Steel: Titanium - Laminate: Silver]* S375.70 G $751.40 $276.82 G $1,937.74 $375.70 G $1,127.10 $39.55 G $79.10 $39.55 G $79.10 $39.55 G $316.40 $59.32 G $118.64 $59.32 G $474.56 $71.18 G $142.36 $79.09 G $237.27 $261.01 G $1,305.05 $296.60 G S296.60 $2,965.98 G $17,795.88 $3,163.71 G $3,163.71 $177.96 G $533.88 $237.28 G $3,321.92 $217.51 G $1,087.55 $257.06 G $5,655.32 $276.82 G $1,660.92 $296.60 G $1,483.00 $316.37 G $316.37 $174.00 G $522.00 $174.00 G $522.00 Page 12 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, Fl. 33128 Richard Nazur Proposal - Line Items (Continued) Ln Qty PartNo Product Name 46 2 PVETI6TI 47 82 PWFP24I6 48 13 PWFP3616 49 12 PWFP3016 50 3 PWS7230I 51 7 PECHOLMP2 52 12 PFPDARMS 53 1 PCSK0800 54 3 SPECIAL 55 I SPECIAL 56 1 SPECIAL 57 4 SPECIAL 58 3 SPECIAL 59 1 SPECIAL 60 1 SPECIAL 61 I SPECIAL 62 7 PPERSENVI 63 4 PUPRFLHI 64 2 PUPRSRH1 65 2 PUPRSLHI 66 2 PUPRFLHI 67 2 7M99 68 6 AM84RX wright•line Proposal No: QP3TS1 11544 (04/18/2004) International Sales Specialist: Ryan Schremp 305-8647375 Ryan.Schrarnp®wrightline.com Fax Number: 305-864-0068 5005 Collins Ave. #404 Vertical End Trim For Core W/16H Display Wall *[Steel: Titanium's 24W Fabric Panel For 16" Display Wall *[Fabric: Hickory]* 36W Fabric Panel For 16" Display Wall *[Fabric: Hickory]* 30W Fabric Panel For 16" Display Wall •[Fabric: Hickory)* 72 X 30 Linear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* Echo Lamp With E-Dim Fpd Arm -Pole Mount Single Worksurface Mounted Pole Support for FPD 8W Removable Skin For Profile Core *[Steel: Titanium]" Special Product 90d Wedge Connector for Tier 3 ergonomic comer Special Product 180D wedge connector for Tier 3 ergonomic corner Special Product 180D Wedge Connector for Tier 2 ergonomic corner Special Product Vertical End Trim for Tier 3 (16" + 16" + 16") Special Product Transition Panel 16" High: Color V Special Product 24" x 30" Linear Bullnose Transition Left: Color = VV Special Product Transition Vertical Trim 32": Color = V Special Product 24"x30" Bullnose Transition Right: Color = VV Persona! Environments System Profile Full Depth Lit Upright 30" *[Steel: Titanium's Profile Top Support - Rh 30" *[Steel: Black]* Profile Top Support - Lh 30" *[Steel: Black]+ Profile Full Depth Rh Upright 30" *[Steel: Titanium]* 72" Partial Tamb Shell *[Opti: Black - Opti: Black)* 12" Modular Drawer *[Opti: Black)* Miami Beach, FL 33140 Sp Unit Extended Price Price S39.55 G $79.10 $39.55 G $3,243.10 $39.55 G $514.15 $39.55 G $474.60 $304.51 G S913.53 $158.19 G $1,107.33 S296.60 G $3,559.20 $30.00 $247.50 S247.50 S220.00 $70.00 $40.00 $200.00 $60.00 $200.00 $2, 100.00 S79.09 $39.55 $39.55 579.09 $572.45 $143.13 $26.55 $657.11 $219.04 $194.70 $247.80 $106.20 $177.00 553.10 $177.00 $13,009.50 G S316.36 G $79.10 G $79.10 G $158.I8 G $1,144.90 G $858.78 Page 13 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright'#ine proposal - Line Items (Continued) Ln Qty PartNo 69 6 AM05FF 70 3 U045FF 71 2 7930 72 I 8Y02 73 4 AM05FF 74 2 AM96RF 75 1 AM14RF 76 7 C843 77 1 150300 78 2 RIRS36MV Storage 1 2 2 3 2 2 Product Name Shelf,Univrsl Fixed -No Dividers (a) 13" each Dividers,Univ Shelves (Set Of 3) 36 X 19 Classic Opti Top *[Laminate: Special]' 84" Sidewinder Shell '[SideWinder: Black - SideWinder: Black]* Shelf,Univrsl Fixed -No Dividers R/O Shelf,6" W/Front 12" Bin Drawer Box/Fite Mobile Pedestal *[Steel: Black]* Removable Core W/Keys Rotary Resource System, 36"Dia, Silver Top Fire 4Y52 42" Sidewinder WI 3 Universal Fixed Shelves *[SideWinder: Black - SideWinder: Black]* 4Y 11 42" Sidewinder-3 Level For Hanging Files *[SideWinder: Black - SideWinder: Black]' 7934 Sidewinder Top 78X19 *[Laminate: Special]* Silver Laminate Break Room & Sgt. Offices 1 1 WD2L72SP 2 1 WLTU2919 3 1 WRSU2924 4 1 WD2R72SP 5 1 WLSU2924 6 1 WRTU2919 7 l WT7224SP 8 1 WLTU2919 Storage Deluxe Integrated Top, Left *[Steel: Black - Laminate: Silver]* 29H X 19D Left Trans Upr/24D Top Only *[Steel: Black]* 29H X 24D Right Std Upright *[Steel: Black]* Deluxe Integrated Top, Right *[Steel: Black - Laminate: Silver]* 29H X 24D Left Std Upright *[Steel: Black]* 29H X 19D Right Trans Upr/24D Top Only *[Steel: Black]* 72 X 24 Linx Top '[Steel: Black - Laminate: Silver]* 29H X 19D Left Trans Upr/24D Top Only *[Steel: Black * Proposal Na QP3TS1_11544 (04/18/2004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan. Schremp©wrightline.com Fax Number 305-864-0068 5005 Collins Ave. #404 Miami Beach, FL 33140 Sp Unit Price $53.68 G $13.25 G $74.79 G $715.66 G $53.68 G $90.33 G $127.87 G S286.20 $4.43 $2,307.50 $608.24 $478.59 $161.88 G G G Extended Price $322.08 539.75 $149.58 $715.66 $214.72 $180.66 $127.87 $1,773.01 53.92 $4,084.27 594,390.22 $1,216.48 $957.18 $323.76 $2,497.42 $336.13 G $336.13 $75.41 G $75.41 $75.41 G $75.41 $336.13 G $336.13 575.41 G 575.41 575.41 G $75.41 $182.35 G $182.35 $75.41 G $75.41 Page 14 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur Proposal - Line Items (Continued) Ln Qty PartNo Product Name 9 1 WRTU29I9 10 1 WT6624SP I I WLSU2924 12 1 WRSU2924 13 I WS3672L 14 I WS3672R 15 1 W367205 16 l W366605 17 3 C845 18 3 LA3OMM 19 3 R072MM 20 4 W l68 21 3 LPS4015 22 3 WI51 23 3 W 150 24 2 W908 25 1 6Y56 Provisions for Sp. Items 1 1 999988 wright*iine 29H X 19D Right Trans Upr/24D Top Only *[Steel: Black)* 66 X 24 Linx Top *[Steel: Black - Laminate: Silver)* 29H X 24D Left Std Upright *[Steel: Black)* 29H X 24D Right Std Upright *[Steel: Black)* 36 (L) X72 (R) Curved Corner Shelf, Left •[Steel: Black - Laminate: Special)* Silver Laminate 36 (R) X72 (L) Curved Corner Shelt Right *[Steel: Black - Laminate: Special)* Silver Laminate 72" Organizer 36H W/ Fab *[Steel: Black - Fabric: Frost)* 66" Organizer 36H W/ Fab *[Steel: Black - Fabric: Frost]* Box/Box/File Mobile Pedestal *[Steel: Black)* Keyboard Companion Ez Cinch Cpu Holder 48" Task Light For 60" + Shelving *[Steel: Black]* 40" Vertical Powerstrips, 6 Outlets, 15A, 125V Binder Bin *[Steel: Black)* Right SIanted Sorter File *[Steel: BIack)* 72 X 36 Linx Conf W/S *[Steel: Special - Laminate: Silver]* Break Area - titanium steel 66" Sw 4 Level Binder Cabinet *[SideWinder: Black - SideWinder: Black]* Break Room & Sgt. Offices Misc. Billing Charge Proposal No: QP3TS1 11544 (04l1812004) International Sales Specialist: Ryan Schremp 305-86..7375 Ryan.Schrtmp@wrightline.com Fax Number: 305-884-0088 5005 Collins Ave. #404 Miami Beach, FL 33140 Sp Unit Price 575.41 S173.81 575.41 575.41 5225.44 Extended Price G 575.41 G $173.81 G 575.41 G $75.41 G 5225.44 $225.44 G 5225.44 5735.66 $652.59 5237.31 $197.75 579.09 587.80 G $735.66 G S652.59 G $711.93 G G G $593.25 $237.27 S351.20 571.19 G 5213.57 521.36 G 564.08 526.89 G 580.67 $427.15 G $854.30 S661.98 G $661.98 57,239.08 525,000.00 S25,000.00 Page 15 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wright line Proposal No: QP3TS4 11544 (04118/2004) international Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schremp flwrightline.com Fax Number: 305-864-0068 5005 Collins Ave. 9404 Miami Beach, FL 33140 Line Item Summary Group Totals Reception $9,859.09 Complaints Supervisor $20,932.83 Cali takers 5100,012.97 Dispatch -Channel 9 $70,317.68 Supervisor/Call Taker $10,084.84 Fire $94,390.22 Storage $2,497.42 Break Room & Sgt. Offices $7,239.08 Provisions for Sp. Items $25,000.00 Subtotal 5340,333.93 Transportation TBD Installation $46,400.00 Tax Tax Exempt TOTAL" $386,733.93 "Pius applicable Installation, Transportation, an ax not spec Terms: NET 10 Notes - GSA items Marked G. All others are Open Market Disclaimers - Installation, Tax and Transportation Charges, if provided, are estimates only Accepted By: Customer Signature, Title Date: 04/18/2004 Customer Printed Name The foregoing constitutes a written order accepted by the customer and Wright Line for the purchase of the goods described. Terms and conditions which also apply to this purchase order appear on the Terms & Conditions Of Sale form and Warranty provisions, which constitute material parts of this order. • Proposal valid for 30 days, except during special promotions. Proposals with special promotions are valid for the term of the promotion only, but not to exceed 30 days. Wright Line's remit to address is: Wright Line LLC Dept CH 10444 Palatine IL 60055-0444 Send purchase orders to: Ryan Schremp 5005 Collins Ave. 6404 Miami Beach, FL 33140 4 Page 16 City of Miami Mr. Richard Nazur 305-579-6130 400 NW 2nd Ave. 305-371-5331 Miami, FL 33128 Richard Nazur wrightdine Proposal No: QP3TS1 11544 (04/18/2004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schremp©wrightline.com Fax Number: 305-864-0068 5005 Collins Ave. *404 Miami Beach, FL 33140 Proposal - Shipping and installation Information Shipping and Delivery Inside Delivery Floor *: Elevators Available Receiving Dock Installation Yes 4 Yes No Installation Other Type Installation Items Strip, Place, Remove Debris Union Truck with Lift Gate Yes No Yes Timed Delivery Accessories Installed Shipping Instructions: City of Miami receives free transportation per State of Florida contract. Total Estimated 26,643.80 Ibs. Shipping Weight: Installation Date: Time: Installation Comments Page 17 M I T E D 1 I F F TIMF WARRANTY Wright Line LLC ("Seller") warrants to the original purchaser ("Buyer") that its products are free from defects in materials and workmanship for the following warranty period applicable to the product (the "Applicable Warranty Period"): A. Lifetime Warranty for "Wright Line" Brand Products. The Applicable Warranty Period for a product sold by Seller under the "Wright Lin& brand name shall be the period of time that the original purchaser owns the product. B. Limited Term Warranty for Specified Products: The Applicable Warranty Period (from the date of shipment) for KVM Switch products, power distribution products and electronic lock products shall be one (1) year; for ergonomic worksurfaces with electronic lifts or actuators — (5) years and for all fan and other electronic components — (90) days. C. Limited Term Warranty for AU Other Products. Unless Seller specifies in writing a lesser or greater warranty period with respect to particular products, the Applicable Warranty Period for all other products sold by Seller shall be one (1) year from date of shipment. Such specified products and their respective warranty periods will be identified from time to time in Seller's product catalogs and/or other promotional material. This warranty does not cover any damage to customer equipment that is caused by an AC power disturbance or any other causes unrelated to the quality and/or functionality of Seller's products, No claims under this warranty will be valid unless Buyer notifies Seller in writing within a reasonable time of its discovery of the defect, but in any event prior to the expiration of the Applicable Warranty Period for such product. This warranty does not cover ordinary maintenance, wear and tear within the normal consumable life of a product, abuse, improper use, alterations, repairs and installations which have not been performed by an authorized Seller's representative, and products which have not been maintained or operated in accordance with Seller's written instructions. THE FOREGOING WARRANTY IS EXCLUSIVE AND 1S IN LIEU OF ALL OTHER EXPRESS AND IMPLIED WARRANTIES WHATSOEVER, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Seller will repair or replace, at its option, any products (or parts thereof) which are covered by this warranty and which are found to be defective. Seller may provide a substitute product of equal or higher value to resolve a warranty claim. No such repair, substitution or replacement will extend the Applicable Warranty Period. When a warranty claim arises, Buyer must contact Seller to arrange return shipment to Seller, with freight prepaid by Buyer. The risk of loss or damage to any products returned to Seller will be with Buyer. THE REMEDY OF REPAIR OR REPLACEMENT PROVIDED FOR HEREIN IS BUYER'S EXCLUSIVE REMEDY IN THE EVENT OF BREACH OF THIS WARRANTY. IN ADDITION, SELLER SHALL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL OR SPECIAL DAMAGES OR FOR ANY LOSS, DAMAGE OR EXPENSE ARISING FROM THE SALE, USE OR INSTALLATION OF THE PRODUCTS OR FROM ANY OTHER CAUSE WHATSOEVER, WHETHER BASED ON WARRANTY (EXPRESSED OR IMPLIED) OR OTHERWISE BASED ON CONTRACT, OR ON TORT, OR REGARDLESS OF ANY ADVICE OR REPRESENTATIONS THAT MAY HAVE BEEN RENDERED BY SELLER OR ITS AGENTS OR REPRESENTATIVES CONCERNING THE SALE, USE OR INSTALLATION OF THE PRODUCTS. This warranty will be effective for products sold after October 15, 2003. Wright line technical environment solutions Page 18 • 1. PRIMACY OF BELLE S TERMS AND CONDIT' . My ceder received and accepted by Wright Line LLC ('Seller") shall be construed as an acceptance of Sellers offer to sell its goods in accordance with the terms and conditions of sets sat forth harsin. This document contains all d the tarns and conditions of the agreement between Seller and Buyer of the goods sold, to the exclusion of any terms and conditions incorporated in Buyers order or other documents of Buyer. Sellars acceptance of Buyers order is exlxesaly conditioned on Buyers acceptance of the terms and conditions contained heroin. Buyer, upon placing an order, is presumed to have accepted all of the terms and conditions withal modification. No alteration, waiver, modification of or addition to the Mina or conditions shall be binding on Seller unlaes specifically agreed to in wiling by a parson authorized by Seller to accept such different or inconsistent terms or conditions. 2. WAIVER. No waiver. whether express or implied, by Seller cif any of the terms or conditions hereof shall be deemed a continuing waiver or trade custom between the parties, but shall apply solely to the instance to which the waiver is directed. 3. ACCEPTANCE BY SELLER. All orders received by Seller are subject to revision and possible rejection by Seller within seven business days alter its receipt of the same at its home office, notwithstanding the fact That Ma same may have been signed by Sellers field personnel. Unless revised or rejected, any such outer shall become a firm Purchase Agreement upon the passage of such seven days. 4. PRICE. Unless otherwise agreed to by Seller. (a) all prices, quotations, shipments end deliveries by Seller are FOB Shipping Point, Freight Collect; (b) alt prices, including related extras and deductions, are subject to change without notice and the price to be paid by Buyerwill be in accordance with Sailers price in effect on Inc day of Sellers aceeptancat {C) prices do not Include Sellers freight/handling ems; (d) prices do not include any sales, use, excise, value-added or other tax, ail of which present or future tax obligations are the responsibility of, and must be paid by, the Buyer. 5. DELIVERY, TiTLE AND RISK OF LOSS. Unless otherwise specified, Salters obligation is to deliver the goods to a carrier at Inc shipping point. Salter reserves the right to produce and ship all or any part of the goods specified in any order from any of i4 plants or facilities or those of its suppliers. Sellar will use all reasonable efforts to comply with Buyers requests as to method of transportation, but Seller reserves the right 10 use an alternate method of transportation whether or not at a higher cost to Buyer, if the method specified by Buyer le deemed by Seiler to be unavailable or olnerwise unsatisfactory. Title and risk of lass passes to Inc Buyer al Ins moment of Sellers delivery of the goods to the carrier. Although Seller may assist Buyer in connection with pursuing any claim for damages, Seller shall not thereby assume any obligation for such damage or continue to assist Buyer in the presentation of its clam to any Carrier. S. CLAIMS. Buyer must inspect or test all goods upon actual receipt. Buyer waives any right to *wart any claim against Seller arising from any defects, damages or shortages which would have been abeervable upon reasonable inspection or testing at the limed delivery, unless Seiler is advised of such defects, demagog or shortages within thirty (30) days alter receipt of Inc defective goods by Buyer, a period which the parties agree is reasonable for this purpose. All other claims under the Sellers warranty must tee mach within thirty (30) days of Inc discovery of the defect. Buyer muss obtain shipping instructions from Sailer prior to returning the goods to Seller for repair or replacement. Unless otherwise agreed, returned goods must be shipped freight prepaid or they will not be accepted by Seller. 7. PAYMENT. The taws of payment for each order shall be net cash within ten (10) days from dale of Invoice. N complete payment Is not made when due, the unpaid balance shall bear interest at the rate of 1 1V2 % per month until paid. 5. CANCELLATIONS. Buyer may cancel an order prior to receipt only upon prior written notice by Buyer to Seller and upon payment to Seller of reasonable and proper cancellation charge* which will, in accordance with good accounting practices, satisfy at costs incurred by Seller, together with its proportionate profit on such coats. a. WARRANTY. Wright Line LLC ("Seller) warrants to the original purchaser ('Buyer') that its products are free from defects in materials and workmanship for the following warranty period applicable to the product (the 'Applicable Warranty Period'): The Applicable Warranty Period for a product sold by Seller under the 'Wright Line' brand name shall be the period of time that the original purchaser owns the product. The Applicable Warranty Period (from the date of shipment) for KVM Switch products, power distribution products and electronic lock products shall ba one (1) year for ergonomic worksurfaces with electronic lice or actuators - (5) years and fa all fan and other electronic components - (90) days. Unless Seller specifies in writing a lesser or greater warranty peiod with respect to particular products, the Applicable Warranty Period for alt other products sold by Seller shall be one (1) yew from date of shipment. Such specified products and their respective warranty periods will be identified from time to time in Sellers product catalogs and/or other promotional malarial. This warranty does not cover any damage to customer equipment that is caused by an AC powerdiahabance or any other causes unrelated to the quality and/or functionality of Sellars products. No claims under this warranty will be valid unless Buyer notifies Seller in writing within a reasonable time of its discovery of the defect, but in any event prior to the expiration of the Applicable Warranty Period for such product. This warranty does not cove ordinary maintenance, wear and tsar within the normal consumable IBe of a product, abuse, improper use, alterations, repairs and installations which have not been performed by an authorized Salters representative, and products which have not been maintained Cr operated in accordance with Sailers written instructions, THE FOREGOING WARRANTY 18 EXCLUSIVE AND IS IN LIEU CIF ALL OTHER EXPRESS AND IMPLIED WARRANTIES WHATSOEVER, INCLUDE.ING 8UT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANTABILJTY AND FITNESS FORA PARTICULAR PURPOSE. Seller will repair or replace, at i11 option, any products (or pans thereof) which are covered by this watranly and which are found to be defective. Seller may provide a substitute product of equal or higher value to resolve a warranty claim. No such repair, substitution or replacement will extend the Applicable Warranty Petted. Whin a warranty Cleim ansas, Buyer must contact Sailer to arrange return shipment to Seller, with freight prepaid by Buyer. The risk of loss or damage to any products returned to TERMS & CONDITIONS OF SALE Seller will be with Buyer. THE REMEDY OF REPAIR OR REPLACHENT PROVIDED HEREIN IS IB BUYER'S EXCLUSIVE REMEDY IN THE EVENT OF BREACH OF THIS WARRANTY. IN ADDITION, SELLER SHALL NOT BE LIABLE FOR MY INCIDENTAL, CONSEQUENTIAL OR SPECIAL DAMAGES OR FOR ANY LOSS, DAMAGE OR EXPENSEARISINO FROM THE SALE, USE OR INSTAL-LATION OF THE PRODUCTS OR FROM ANY OTNER CAUSE WHATSOEVER, WHETHER BASED ON WARRANTY (EXPRESSED OR IMPLIED) OR OTHERWISE BASED ON CONTRACT, OR ON TORT, OR REGARDLESS OF ANY ADVICE OR REPRESENTATIONS THAT MAY HAVE BEEN RENDERED BY SELLER OR ITS AGENTS t5f1 REPRESENTATIVES CONCERN-ING THE SALE, USE OR INSTALLATION OF THE PRCpUCTS, 10. LIMITATION OF LIABILITY. SELLER WILL NOT BE LIABLE UNDER ANY CIRCUMSTANCES FOR ANY INCIDENTAL, CONSEQUENTIAL OR SPECIAL DAMAGES. INCLUDING WITHOUT IMITATION ANY LOST PROFITS OR LABOR COSTS. ARISING PROM THE SALE, USE OR INSTALLATION OF THE PRODUCTS, FROM THE PRODUCTS BEING INCORPORATED INTO OR BECOMING A COMPONENT OF ANOTHER PRODUCT, FROM ANY BREACH OF THIS AGREEMENT OR FROM ANY OTHER CAUSE WHATSOEVER, WHETHER BASED ON WARRANTY {EXPRESSED OR IMPLIED) OR OTHERWISE BASED ON CONTRACT, OR ON TORT OR OTHER THEORY OF LIAMUTY, AND REGARDLESS OF ANY ADVICE OR REPRESENTATIONS THAT MAY HAVE BEEN RENDERED BY SELLER OR SELLER'S AGENTS OR REPRESENTATIVES CONCERNING THE BALE, USE OR INSTALLATION OF THE PRODUCTS. 11. PATENTS, TRADEMARKS AND COPYRIGHT INDEMNITY.11 Buyer has not provided specifications, Seller shall indemnify Buyer from any and ell damages and costs, including reasonable attorneys fees, for patent, trademark or trade name, of copyright infringement arising by reason of the sale or usa of any goods sold to Buyer, provided the Seller is properly notified al the outset of any such claim or suit and Buyer offers Seller full and schisms control of the defense of such suit when products of Seller only are involved twain, and the right to participate in the defense of such suit when products other than those of Seller are also involved therein. Buyer shall indemnify Seller against any and all damages or costa, including reasonable attorneys fees, for patent, trademark or trade name, or copyright infringement in any way rising out d the preparation or manufacture of any goods in accordance with Buyers specifications. 12, EXCUSABLE DELAYS. Seller shall not be liable for delays or failure in performance of an order or default in delivery arising out of, or resulting from, Causes beyorad its control and without its fault or negligence. Such causes include, but are not limited to, acts of God, acts of Buyer or of the pavement, or of a public enemy, fin, flood, epidemic, quarantine restrictions. strikes, freight embargoes, unusually seven weather, or default of suppliers due to any such causes. 13. ASSIGNMENT. Buyer shall not assign any order or any interest therein without the written consent of Seller. Any such aqua) or attempted assignment without Sellars pnarwritten consent shah entitle Seller to cancel the order upon written notice to the Buyer. 14. ENGINEERING CHANGER. In the event Seller changes the design of any of Inc goods described an the order, adhere to construction or materials used, but rotas to function, Buyer agrees to accept such changed goads in fulfillment of the Sales Order. 15. VALIDITY OF SEPARATE CLAUSES. N any provisions of this agreement shell be held to be invalid, illegal, or unenforceable, the validity, legality, orenforceability of the remaining provisions shall not be affected or impaired thereby, 16. IMITATION OF ACTIONS, Any cause of action arising from the agreement or the breach of it must be commenced within two years after the cause of action accrues. 17. GOVERNING LAW. The interpretation, construction and validity of the Agreement shall be governed by the laws of the Commonweilth of Massachusetts. 15. PROVISIONS FOR INTERNATIONAL TRANSACTIONS. The following provisions apply to sales Io customers located outside the United States: (a) the 1980 United Nations Conventions uxh Contracts for the inMmational Sale of Goods shall not apply; (b) except as otherwise specified, terns of delivery ere Ex -Works (within the meaning of INCOTERMS 1990) and all customs fees, Import duties, cargo insurance, taxes and other charges imposed on or relating to the purchase or sale of the product, shall be paid by Buyer in addition to the stated price; (c) except as otherwise specified, payment shell be made by issuance to Seller of an irrevocable letter of credit which (i) is issued end confirmed by a U.S. bank acceptable to Seller (ii) is governed by the Uniform Cuetons and Practice for Oocunentery Credits (ICC Publication No.500 effective January l,1994) and olharwlaa acceptable in form and substance to Seller, and (ill) provides for payment to Seller of the full amount of the purchase price plus prepaid freight in U.S. dollars upon presentation by Salter of sight drafts, Sellers Invoice and such other documents as shall bh required by the letter of credit All tanking and other charges for such letter d credit shall be for the account of Buyer, (d) prices include Sellers standard commercial export packaging which may vary depending on whether shipment is made by air, land a sea. Buyer will bear any additional expanses required to satisfy Buyers specifications. Packages will be marked in accordance with Buyer's instructions, if any. Seller shall furnish packing lists and such other information as may be neceuary to enable Buyers agent to prepare documents required for export shipment Buyer snail supply Seller with all necessary information and assistance for the most expeditious clearance of such shipment through customs; (a) all shipments hereunder are subject to compliance with U.S. Export Administration Act as amended, regulations thereunder and all other U.S. law. and regulations concerning exports. Buyer agrees to comply with all such laws and regulations concerning the use, disposition, re-export and sale of the products provided hereunder. Wright Line LLC • 160 Gold Star Boulevard • Worcester, MA 01808 • 800-225-7348 • www.wrightline.cam 03-42/TC-2K/3.04 Printed In the USA. e • Page 19 s wright•line 160 Gold Star Blvd. Worcester, Massadwsetts 01606 Sales proposal No: QP3TS111545 Dom: 041182004 Number of Piga: 7 Proposal iimmommiimummummimminommaniallimonimismommlimmoommani This proposal created for: City of Miami 400 NW 2nd Ave. Miami, FL 33128 City of Miami EOC Submitted by: Ryan Schremp 5005 Collins Ave. #404 Miami Beach, FL 33140 US Phone: 305-864-7375 Fax: 305.864-0068 Email Address: Ryan.Schrempawrightline.c om Date: 04118/2004 Page 1 City of Miami Sgt. Bill Bishop 305-579-8705 400 NW 2nd Ave. 305-579-6166 Miami, FL 33128 Itarold.bishop©miaml-police.org wright•line Proposal No: QP3TS1 11545 (0411812004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schrempawrightline.com Fax Number: 305-864-0068 5005 Collins Ave. 1i404 Miami Beach, FL 33140 Proposal - Line Items Ln Qty PartNo Product Name Sp Unit Price Extended Price E.O.C. Miami 1 1 PC3629D1 2 8 PC7229S1 3 3 PCPL2428 4 1 PCPR1428 5 5 PCPUCADL 6 5 PCPUCADR 7 1 PCSK2000 8 3 PCSK2200 9 8 PCSK2400 10 1 PCSK3200 11 3 PMW72I6S 12 1 PDW3616D 13 7 PDW7212S 14 4 PDW7216S 15 1 PDWT3601 16 7 PDWT72S1 17 1 PCTT72S1 18 28 PFPDARMI 19 4 PUPRFLH1 20 4 PUPRFRHI 21 3 PUPRTRNI 22 2 PUPRSRHI 36" Profile Core, Double Sided With No Skins * [Steel: Titanium]* 72" Profile Core, Single Sided With Back Skins *[Steel: Titanium]* Double Cpu Docker, Lett Swing Door *[Steel: Titanium)* Single Cpu Docker, Right Swing Door *[Steel: Titanium]* Profile Swivel Cpu Caddy -Lh Swing *[Steel: Titanium]* Profile Swivel Cpu Caddy -Rh Swing *[Steel: Titanium]* 20W Removable Skin For Profile Core "[Steel: Titanium]* 22W Removable Skin For Profile Core *[Steel: Titanium? 24W Removable Skin For Profile Core *[Steel: Titanium]* 32W Removable Skin For Profile Core *[Steel: Titanium]* 72W X 16H Profile Modular Wall, Single Sided *[Steel: Titanium)* 36"W X 16H Profile Fpd Wall, Double Sided *[Steel: Titanium)* 72" Profile Fpd Wall, Single Sided With Service Panels *[Steel: Titanium]* 72"W X 16H Profile Fpd Wall, Single Sided *[Steel: Titanium)* 36" Fdp Wall Top Trim, Double Sided *[Steel: Titanium]* 72" Fdp Wall Top Trim, Single Sided *[Steel: Titanium]* 72" Top Trim -Core Only -Single *[Steel: Titanium]* Fpd Arm -Deluxe Profile Full Depth Lh Upright 30" *[Steel: Titanium)* Profile Full Depth Rh Upright 30" *[Steel: Titanium]" Profile Transition Upright 30" *[Steel: Titanium]* Profile Top Support - Rh 30" *[Steel: Titanium)* $296.60 G $296.60 $533,88 G $4,271.04 $326.25 G $978.75 $239.25 G $239,25 $239,25 G $1,196.25 $239.25 G $1,196.25 $39.55 G $39.55 $39.55 G $118.65 $39.55 G $316.40 $47.46 G $47.46 $296.60 G $889.80 $375.70 G $375.70 $355.92 G 52,491.44 $375.70 G $1,502.80 $39.55 G $39.55 $79.09 G $553.63 $79.09 G $79.09 $261.01 G $7,308.28 $79.09 G $316.36 $79.09 G $316.36 $79.09 G $237.27 $39.55 G $79.10 Page 2 City of Miami Sgt. Bill Bishop 305-579-8705 400 NW 2nd Ave. 305-579-6166 Miami, FL 33128 harold.bishap©miami-police.org Proposal - Line Items (Continued) Ln Qty PartNo Product Name wright•line Proposal No: QP3T51 11545 (04118/2004) International Sales Specialist: Ryan Schremp 305-864-7375 Ryan.Schrernpawrightline.com Fax Number: 305-864-0068 5005 Collins Ave. #404 Miani Beach, FL 33140 23 2 24 2 25 2 26 8 27 14 28 4 29 2 30 2 31 2 32 1 33 1 34 2 35 4 36 3 37 3 38 3 39 3 40 3 41 13 42 13 PVETI6T1 PVETC000 PWS36301 PWS72301 PECHOLMP 1 SPECIAL 1Y02 AMO5FF U045FF 7934 WZ994 PZD003 PZCAT5E C845M3 SPECIAL SPECIAL PWMS2416 PWMS4816 PADRINK I PAPNCUPI EOC Main Room Conf. Table 1 1 WZ995 2 2 PZD003 3 4 PZCAT5E Vertical End Trim For Core W/16H Display Wall *[Steel: Titanium]* Vertical End Trim For Profile Core *[Steel: Titanium]* 36 X 30 Linear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* 72 X 30 Linear Worksurface For Profile *[Steel: Titanium - Laminate: Silver]* Echo Lamp With Lo/Hi Setting Special Product. Special8l - Vertical End trim for Tier 2 (16" + 12") 28" Sidewinder Cabinet Shell *[SideWinder: Black - SideWinder: Black]* Shelf,Univrsl Fixed -No Dividers r@12.5" down Dividers,Univ Shelves (Set Of 3) Sidewinder Top 78X19 +[Laminate: Special]* 84 X 36 Linx Conf Ws/Powerzone *[Steel: Special - Laminate: Special]* Titanium Steel and Silver Laminate Powerzone Module/2 Outlets Powerzone Cat5E Termination Box/Box/File Mobile Pedestal Special Product 24"W Desktop Rackmount Module 3U For Cards Special Product Slat Mounted Jolt Light: PSWECHOLMP 24" Modular Slatwall 48" Modular Slatwall *[Steel: Titanium]' Drink Holder Pen Cup E.O.C. Miami 96X 36 Linx Conf Ws/Powerzone *[Steel: Special - Laminate: Special]* Titanium Steel and Silver Laminate Powerzone Module/2 Outlets Powerzone Cat5E Termination EOC Main Room Conf. Table Unit Price S39.55 539.55 5174.00 $304.51 $142.37 $60.00 $382.82 $53.68 513.25 $161.88 5675.00 Extended Price G $79.10 G $79.10 G S348.00 G $2,436.08 G S1,993.18 S212.40 G 5765.64 5107.36 G 526.50 G $161.88 5597.37 S 110.00 $194.70 512.00 542.48 5237.31 G $711.93 $350.00 $929.25 S50.00 5132.75 559.32 G $177.96 5118.64 G $355.92 57.91 G $102.83 57.91 G 5102.83 S705.00 S110.00 $12.00 $32,446.84 $623.92 $194.70 S42.48 $861.10 • • Page 3 City of Miami Sgt. Bill Bishop 305-579-8705 400 NW 2nd Ave. 305-579-6166 Miami, FL 33128 harcld.bishopramiami-pdice.org wright•Iine Proposal No: OP3TS1 19545 (04119l2004) International Sales Specialist: Ryan Sclremp 305-864-7375 Ryan.Schrartg2wrlg Fax Number: 305-884-0068 5005 Collins Ave. 4404 Miami Beach, FL 33140 Terms: NET 10 Group Totals Subtotal Transportation Installation Tax TOTAL' *Plus applicable Installation, Transportation, and Tax if not specified above B.O.C. Miami EOC Main Room Conf. Table Line item Summary Notes - GSA Items Marked G. All others are Open Market Disclaimers - installation, Tax and Transportation Charges, if provided, are estimates only Accepted By: Customer Signature, Title Date: 04/18/2004 $32,446.84 $861.10 $33,307.94 TBD $6,250.00 TBD $39,557.94 Customer Printed Name • The foregoing constitutes a written order accepted by the customer and Wright Line for the purchase of the goods described. Terms and conditions which also apply to this purchase order appear on the Terms & Conditions Of Sale form and Warranty provisions, • Proposal valid for 30 days, except during special promotions. Proposals with special promotions are valid for the term of the promotionconstitute material parts of this order. only, but not to exceed 30 days. Wright Line's remit to address is: Wright Line LLC Dept. CH 10444 Palatine IL 60055-0444 Send purchase orders to: Ryan $chremp 5005 Collins Ave. 5404 Miami Beach, FL 33140 Page 4 City of Miami Sgt. Bill Bishop 305-579-8705 400 NW 2nd Ave. 305-579-6186 Miami, FL 33128 harold.bishop©miami-police.org wright•Iine Proposal No: QP3TS1 11545 (04118l2004) International Sales Specialist: Ryan Sclremp 305-864-7375 Ryan.Schnm4wrighlline.com Fax Number: 305-864-0068 5005 Collins Ave. #404 Miani Beach, FL 33140 Proposal - Shiavina and Installation Information Shipping and Delivery Inside Delivery Floor 1t: Elevators Available Receiving Dock Yes 4 yes No Strip, Place, Remove YeS Timed Delivery Debris Union No Accessories Installed Truck with Lift Gate Yes Shipping instructions: City of Miami receives free shipping per Florida State Contract. Total Estimated 4,763.20 lbs. Shipping Weight: _ Installation Installation Type Installation items Other Installation Date: Time: Installation Comments Page 5 IMITF n t IF F T IMF WARRANTY B. Limited Term Warranty for Specified Products: The Applicable Warranty Period (from the date of shipment) for KVM Switch products, power distribution products and electronic lock products shall be one (1) year; for ergonomic worksurfaces with electronic lifts or actuators — (5) years and for all fan and other electronic components — (90) days. Wright Line LLC ("Seller") warrants to the original purchaser ("Buyer") that its products are free from defects in materials and workmanship for the following warranty period applicable to the product (the "Applicable Warranty Period"): A. Lifetime Warranty for "Wright Line" Brand Products. The Applicable Warranty Period for a product sold by Seller under the "Wright Line" brand name shall be the period of time that the original purchaser owns the product. C. Limited Term Warranty for All Other Products. Unless Seller specifies in writing a lesser or greater warranty period with respect to particular products, the Applicable Warranty Period for all other products sold by Seller shall be one (1) year from date of shipment. Such specified products and their respective warranty periods will be identified from time to time in Seller's product catalogs and/or other promotional material. This warranty does not cover any damage to customer equipment that is caused by an AC power disturbance or any other causes unrelated to the quality and/or functionality of Seller's products. No claims under this warranty will be valid unless Buyer notifies Seller in writing within a reasonable time of its discovery of the defect, but in any event prior to the expiration of the Applicable Warranty Period for such product. This warranty does not cover ordinary maintenance, wear and tear within the normal consumable life of a product, abuse, improper use, alterations, repairs and installations which have not been performed by an authorized Seller's representative, and products which have not been maintained or operated in accordance with Seller's written instructions. THE FOREGOING WARRANTY iS EXCLUSIVE AND IS IN LIEU OF ALL OTHER EXPRESS AND IMPLIED WARRANTIES WHATSOEVER, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Seller will repair or replace, at its option, any products (or parts thereof) which are covered by this warranty and which are found to be defective. Seiler may provide a substitute product of equal or higher value to resolve a warranty claim. No such repair, substitution or replacement will extend the Applicable Warranty Period. When a warranty claim arises, Buyer must contact Seller to arrange return shipment to Seller, with freight prepaid by Buyer. The risk of loss or damage to any products returned to Seller will be with Buyer. THE REMEDY OF REPAIR OR REPLACEMENT PROVIDED FOR HEREIN IS BUYER'S EXCLUSIVE REMEDY IN THE EVENT OF BREACH OF THiS WARRANTY. IN ADDITION, SELLER SHALL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL OR SPECIAL DAMAGES OR FOR ANY LOSS, DAMAGE OR EXPENSE ARISING FROM THE SALE, USE OR INSTALLATION OF THE PRODUCTS OR FROM ANY OTHER CAUSE WHATSOEVER, WHETHER BASED ON WARRANTY (EXPRESSED OR IMPLIED) OR OTHERWISE BASED ON CONTRACT, OR ON TORT, OR REGARDLESS OF ANY ADVICE OR REPRESENTATIONS THAT MAY HAVE BEEN RENDERED BY SELLER OR ITS AGENTS OR REPRESENTATIVES CONCERNING THE SALE, USE OR INSTALLATION OF THE PRODUCTS. This warranty will be effective for products sold after October 15, 2003. wright • line technical environme,t solutions Page 6 TERMS & CONDITIONS OF SALE 1. PRIMACY OF 8 LLER'S TERMS AND CONDI • - . My order received and atrapted by Wright Line LLC ('Seller) shall be construed as an acceptance of Sellers offer to sell its goods in accordance with the terms and conditions of sale set forth herein. this document cartons all of the terms and conditions of the agreement between Seller and Buyer of the goods sold, to the exclusion of any terms and conditions incorporated in Buyer's order or other documents of Buyer. Seller's acceptance of Buyer's order is expressly conditioned on Buyers acceptance of the terms and conditions contakfed htarein. Buyer, upon Placing an order, is presumed to have accepted all at the tarns and conditions without modification. No alteration, waiver, modification of or addition to the terns or oonditicns shall be binding an Seller urlssa specifically agreed to in writing by a person authorized by Seller to accept such different or inconsistent terms or conditions- 2. WAIVER. No waiver, whether express or implied, by Seller of any of the terms or conditions hereof shall be deemed a continuing waiver or trade custom between the parties, but shall apply solely to the instance to which the waiver is directed 3. ACCEPTANCE BY SELLER. All orders received by Seller are subject to revision and possible refection by Seller within seven business days after its receipt of the same al its home office, notwithstanding the fad that the same may have been signed by Setters field personnel. Unless revised a rejected, any such order shall become a firm Purchase Agreement upon the passage of such seven days. 4. PRICE. Unless otherwise agreed to by Salter (a) all prices, quotations, shipments and deliveries by Seller are FOB Shipping Point, Freight Collect; (b) all prices, including related extras and deductions. are subject to change without notice end the price to be paid by Buyer will be in accordance with Setters price in effect on the day of Sellers acceptance; (Optical do not include Sellers freight/handling charges; (d) prices do not include any sales, use, excise, value-added or other tax, ail of which present or future tax obligations are the responsibility of, and must be paid by, the Buyer. 5. DELIVERY, TITLE AND RISK OF LOSS. Unless otherwise specified, Sellers obligation is 1a deliver the goods to a carrier at the shipping point. Seller reserves the right to produce and ship all or any part of the goods specfied in any order from any of Its plants or facilities or those of its suppliers. Seller will use alt reasonable efforts to comply with Buyers regtregla as to method of transportation, but Seller reserves the right to use an alternate method of transportation whetter or not at a higher cost to Buyer, if the method specified by Buyer is deemed by Sailer to be unavailable or otherwise unsatisfactory, Title and risk of lose passes to the Buyer at the moment of Sellars delivery of the goals to the carrier. Although Seller may assist Buyer in connection with pursuing any claim for damages, Seller shall not thereby assume any obligations for such damage or continua to assist Buyer in the presentation of its clam to any canter. 5. CLAIMS. Buyer must inspect or test all goods upon actual receipt Buyer waives any right to assert any claim against Seller ansing from any defects, damages or shortages which would have been observable upon reasonable inspection or testing at the time of delivery, unless Seller is advised of such defect", damages or shortages within thirty (30) days after receipt of the defective goods by Buyer, a period which the parties agree is reasonable for this purpose. All otter claims under the Sellers wararrty must be made within thirty (30) days of the discovery of the defect. Buyer must obtain shipping insiuceons from Seller prior to returning the goods to Seller for repair or replacement. Unless otherwise agreed. returned goads must be shipped freight prepaid or they will not be accepted by Seller. 7. PAYMENT. The tams of paym ant for each order shall be net cash within tan (10) days from date of invoice. I complete payment is net made when due, the unpaid balance shalt bear interest at the rate of 1 1A2 %per month until paid. S. CANCELLATIONS. Buyer may cancel an order prior to receipt only upon prior written notice by Buyer to Seller and upon payment to Seller d reasonable and proper cancellation charges which will, in accordance with good accounting practices, satisfy alt costs incurred by Seller, together with its proportionate profit on such costs. 9. WARRANTY. Wright Line LLC ("Sallee) warrants to the original purchaar (•Buyer) That its products are free from defects in materials and war/minable for the following warranter period applicable to the product (the 'Applicable Warranty Period'): The Applicable Warranty Period for a product sold by Seller under the Line' brand name shall be the period of time that the original purchaser owns the product. The Applicable Warranty Period (from the date of shipment) for KVM Switch products. power distribution products and electronic lock products 'hail be one (1) year, for ergonomic workusfaces with electronic lifts or actuators • (5) years and for ail fan and otter electronic components - (90) days. Unless Seller specifies in writing a leaser or greater warranty period with reaped to particular products, the Applicable Warranty Period for all other products sold by Seller shall be one (1) year from date of shipment. Such specified product' and their respective warranty periods wilt be identified from time to time in Sellars product catalogs andfor other promotional materiel. This warranty does not cover any damage to customer equipment that is caused by an AC paver disturbance or any otter causes unrelated to the quality andlar functionality of Sellars products. No claims tender this warranty will be valid unless Buyer notNies Seller in writing within a reasonable time of its (Recovery of the defect, but in any event prior to the expiration of the Applicable Wanamy Period for such product. This warranty does not cover ordinary maintenance, wear and tear within the nomad consumable life of a product, abuse, improper use, alterations, repairs and installations which have not been performed by an authorized Seller's representative, and products which have not been maintained or operated in accordance wilti Sellars written instructions. THE FOREGOING WARRANTY IS EXCLUSIVE AND IS IN LIEU OF AU. OTHER EXPRESS AND 'MALE] WARRANTIES WHATSOEVER, INCLUDE-ING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCNANTASIUTY AND FITNESS FOR A PARTICULAR PURPOSE. Seller will repair or replace, at its option, any products (or parts thereof) which are covered by this warranty and which are found to be defective. Seller may provide a substitute product of equal or higher value to resolve a warranty claim. No such repair, substitution or replacement wilt extend the Applicable Warranty Period. When a warranty claim arises, Buyer must contact Seller to arrange return shipment to Seller, with freight prepaid by Buyer. The risk of lots or damage to any products returned to Wright Line LLC • 160 Gold Star Boulevard • Worcester, AAA 0180E Seller will be with Buyer. THE REMEDY OF REPAIR OR R PLACIIIL'NT PROVIDED HEREIN 13 BUYER'S EXCLUSIVE REMEDY IN THE EVENT OF BREACH OF THIS WARRANTY. IN ADDITION, SELLER SHALL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL OR SPECIAL DAMAGES OR FOR ANY LOSS, DAMAGE OR EXPENSE ARISING FROM THE SALE, USE OR INSTALLATION OF THE PRODUCTS OR FROM ANY OTHER CAUSE WHATSOEVER, WHETHER BASED ON WARRANTY (EXPRESSED OR IMPLIED) OR OT'HER.WISE BASED ON CONTRACT, OR ON TORT, OR REGARD -LESS OF ANY ADVICE OR REPRESENTATIONS THAT MAY HAVE BEEN RENDERED BY SELLER OR ITS AGENTS OR REPRESENTATIVES CONCERNING THE SALE, USE OR INSTALLATION OF THE PRODUCTS. • t0. LIMITATION OF LIABIUTY. SELLER WILL NOT BE LIABLE UNDER ANY CIRCUMSTANCES FOR ANY INCIDENTAL CONSEQUENTiAL OR SPECIAL DAMAGES, INCLUDING WITHOUT LIMITATION ANY LOST PROFITS OR LABOR COSTS, ARISING FROM THE SALE, USE OR INSTALLATION OF THE PRODUCTS, FROM THE PRODUCTS BENG INCORPORATED INTO OR BECOMING A COMPONENT OF ANOTHER PROOUCT, FROM ANY BREACH OF THIS AGREEMENT OR FROM ANY OTHER CAUSE WHATSOEVER, WHETHER BASED ON WARRANTY (EXPRESSED OR IMPLED) OR OTHERWISE BASED ON CONTRACT, OR ON TORT OR OTHER THEORY OF LIABILITY, AND REGARDLESS OF ANY ADVICE OR REPRESENTATIONS THAT MAY HAVE BEEN RENDERED BY SELLER CR SELLER'S AGENTS OR REPRESENTATIVES CONCERNING THE SALE, USE OR INSTALLATION OF THE PRODUCTS. 11. PATENTS. TRADEMARKS AND COPYRIGHT INDEMNITY. I Buyer has not provided specifications, Seller shall indemnify Buyer from any and at damages and coats, including reasonable attorneys fees, fa patent, trademark or trade name, or copyright infringement arising by reason of the sale or use of any goods soled to Buyer, provided that Seller is properly notified et the outlet of any such claim or suit and Buyer offers Seller full and exclusive control of the defense of such soil when products of Seller only are involved therein, and the right to participate in the defense of such suit when products other than those of Seller are also involved therein. Buyer shall indemnify Salter against any and ail damages or corns. including reasonable attorneys tees, for patent, trademark or trade name, or copyright Infringement in any way rising out of the preparation or manufacture of any goods in accordance with Buyers specifications. 12. EXCUSABLE DELAYS. Seller shall not be liable for delays or failure in performance of an order or default in delivery arising out of, or resulting from, causes beyond its control and without its fault or negligence. Such causes inctude, but are not limited to, acts of God, acts of Buyer dot the government, or of a public enemy, fire, flood, epidemic, quarantine restrictions, strikes, freight embargoes, unuauatly severe weather, or default of suppliers due to any such causes. 13. ASSIGNMENT. Buyer shall net assign any order or any interest therein without the written consent of Seller. Any such actual or attempted assignment without Seller's prior written consent shall entitle Seller to cancel the order upon wntlen notice to the Buyer. 14. ENGINEERING CHANGES. In the event Seller charges the design of any of the goods described on the order, either as to construction or materials used, but not as to function, Buyer agrees to accept such changed goods in fulfillment of the Sales Order. 15. VALIDITY OF SEPARATE CLAUSES. I any provisions of this agreement shall be held to be invalid, illegal, or unenforceable, the validity, legality, or enforceability of the remaining provisions shall not be affected or impaired thereby. 15. LJMITATION OF ACTIONS. Any cause of action arising from the agreement or the breach of it must be commenced within two years after the Cause of action accrues. 17. GOVERNING LAW. The inlerprelalion, construction and validity of the Agreement shall be governed by the laws of the Commonwealth of Massachusetts, 18. PROVISIONS FOR INTERNATIONAL TRANSACTIONS. The following provisions apply to sates to customers located outside the United States: (a) the 1980 United Nations Conventions on Contracts for the International Sale of Goods shall not apply, (b) except as otherwise specified, terms of delivery are Ex -Works (wilhln the meaning of INCOTERMS 1990) and ail customs fees, import duties, cargo insurance, ce, taxes and attar charges imposed on or relating to the purchase or sale of the products shall be paid by Buyer in addition to the stated price; (c) except as otherwise specified, payment shall be made by hguarce to Seller of an irrevocable letter of credit which (I) is issued and confined by a U.S. bank acoaptsble to Seller (li) is governed by the Uniforn Customs and Practice for Documentary Credits (ACC Publication Ne.S00 affective January 1,1994) and otherwise acceptable in form and substance to Seller, and (Hi) provides for payment 10 Seller of the full amount of the purchase price plus pre -paid freight in U.S. dollars upon presentation by Seller of eight drans, Sales invciea and such other documents as shall be required by the letterof credit. All banking and otter charges for such letter of credit ghat be for the account of Buyer, (d) prices include Sellers standard commercial export packaging which may vary depending an whether shipment Is made by air, land or sea. Buyer will bear any additional expenses required to satisfy Buyers specifications. Packages will be marked in accordance with Buyers instructions, if any. Seller shell furnish packing lists and such odor information as may be necessary to enable Buyers agent to prepare documents required for aspen shipment. Buyer shell supply Salter with all necessary information and assistance for the most expeditious clearance of such shipment through customs; (e) all shipments hereunder are subject to compliance with U.S. Export Administration Act as amended, regulations thereunder and ail other U.S. Pews and regulations concerning Word. Buyer agrees to comply with ail such laws and regulations concerning the use, disposition. re-export and sale or the products provided hereunder. • B00.225.734S • www.wrightlkne.com 03-42/TC-2K13.04 Printed in the USA. e Page 7 ne Arininiandievd OpeniticasAern. cfFlorida' Gaon:rem ran MAK GOVERNOR March 3, 2004 Ms. Therese Vigliatura WrightL1u e Therese.vigliatura®wrightline.com Re: State of Florida. Contract 425-001-01.1 Office Furniture & Files Dear Contractor: SERVICES 171714044 S. S M = AIr State l rchaaing wishes to know if your company is willing to renew the referenced contract for an additional period through March 31, 2005, at the same terms and conditions. Contract renewal is subject to receipt of sales summaries and applicable fees by State purchasing. You are reminded the contract stipulates that a summary of sales wade under this contact must be furnished to State Purchasing at the end of each month in the format specified ou myflorida.com (http://mar telace.m Florida.com/vendorhransaction.htrp). Should you not matte any sales during a reporting period, a negative report must be submitted. We shall appreciate receiving your acceptance to exercise this option for renewal on or before tfarah 15, 2004. Acceptance of your agreement is subject to final approval by the Division Director. Any questions should be directed to me via email at weltsbedms-state.fl.va or by phone at 850-488- 6904. Sincerely, Brenda Wells Purchasing Specialist Bureau of Commodities (Manual Signature) few - (Typed Signature) a (CyN- e (Date) salt Pmsbeoj • 40J0 5.01mait ilre . raillikaum, Plink MOP4950 • Teiplirrr SJO-4114 • For £m-g N6,, ' FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH Governor July 14, 2003 MEMORANDUM NO.: (425-001-01-1)-4 TO: FROM: SUBJECT: User Agency Director, State Purchasing Contract No, 425-001-01-1 Title: Furniture: Office & Files WILLIAM S. SIMON Secretary Suite 315 The following changes have been made to the subject contract: This contract has been revised to add Amendment 1 in support of MyFloridaMarketPlace. The amendment can be viewed below. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Brenda Wells at (850) 488-6904, Suncom 278-6904, wellsb@dms.state.fl.us. DSP/bw/meb STATE PURCHASING • 4050 ESPLANADE 14AY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 Telephone: 850-488-8440 la Fax: 850-488-5498 FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH Governor State Term Contract No. 425-001-01-1 Amendment No. 1 WILLIAM S. SIMON Secretary THIS AMENDMENT, effective as of the last date signed below, is by and between the State of Florida Department of Management Services (the "Department") and the entity identified below as Contractor (the "Contractor") (collectively, the "Parties"), and amends State Term Contract No, 425-001-01-1 (the "Contract"). WHEREAS the Department is implementing an electronic procurement system, currently known as MyFloridaMarketPlace, (the "System") with the assistance of a third -party agent, Accenture LLP ("Accenture"); and WHEREAS the Department wishes to include the Contractor and the Contract in the System; and WHEREAS the Contractor desires to participate in the System; and WHEREAS the Contract allows modifications in the event an electronic procurement system is implemented. THEREFORE, in consideration of the mutual promises contained below, and other good and valuable consideration receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Registration. The Department shall allow the Contractor, following effective registration with Accenture, to participate in the System. The Contractor shall register in the System within ten (10) business days of the effective date of this Amendment. Contractor shall visit www.myfloridamarketplace.com and follow the appropriate instruction in order to register. 2. Transaction Fee. Effective April 1, 2003, the Contract provision entitled "Surcharge User Fee and Summary of Total Sales" is deleted and replaced with the following "Transaction Fee" section. This Transaction Fee is in lieu of, and not in addition to, the surcharge fee authorized by section 287.1345, Florida Statutes (2002). Transaction Fee The Department has instituted a statewide eProcurement System ("System"), with the assistance of a third -party agent, Accenture LLP ("Accenture"). All transactions from this Contract shall be deemed a "transaction processed through the eProcurement STATE PURCHASING % 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 Telephone: 850-488-8440 • Fax: 850-488-5498 System" as that term is used in the contract between the Department and Accenture. Pursuant to section 287.057(23), Florida Statutes (2002), a Transaction Fee of one percent (1.0%) of the total dollar amount of each purchase order shall apply to all purchases from this Contract. The fee shall be paid by the Contractor, and shall not be added to purchase orders as a separate item. Because the Transaction Fee will be used, in part, to compensate Accenture for the development, operation, and maintenance of the System, Accenture is an intended third -party beneficiary of this paragraph imposing the Transaction Fee on transactions from this Contract. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, whether within or without the State accounting system, Accenture shall either (1) establish with the Customer an automated process for billing and collecting the Transaction Fee from payments that are made to the Contractor or (2) rely upon the Contractor to self -report and pay the Transaction Fee pursuant to processes that Accenture may establish. By submission of these reports and corresponding Contractor deposits, Contractor is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State. Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor's failure to perform or comply with specifications or requirements of the applicable purchase order or Contract. Contractors shall be responsible for reporting sales and paying Transaction Fees resulting from sales made by authorized resellers. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM BIDDING ON DEPARTMENT CONTRACTS. 3. Electronic Invoicing. Notwithstanding any provision of the Contract, the Contractor shall supply electronic invoices in lieu of paper -based invoices for those transactions processed through the System. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms — EDI 810, cXML, or web -based invoice entry within the ASN. 4. Catalog Data. Accenture is responsible for converting Contract catalog information into a format supported by the System. To accomplish this conversion, the Contractor shall provide certain information in electronic format directly to Accenture; alternatively, the Contractor may follow the "punchout" solution described in more detail below. Within ten (10) days of written notice from Accenture, Contractor shall provide all information necessary to facilitate electronic purchases from this contract, or shall contact Accenture and begin work on the "punchout" solution described below, Such information may include, but is not limited to, Contractor name, SKU, brand/manufacturer, product name and brief description, unit of measure, and price. Contractor shall provide this information in the format requested by Accenture. No costs or expenses associated with providing this information shall be charged to the Department, Customers, or Accenture. With Contractor's timely assistance, Accenture shall create and maintain web -based placement of the requested contract information. "Punchout" Alternative The Contractor may offer, as an alternative to providing the information discussed above, an online "punchout" solution, in which the Customer accesses the Contractor's website directly from the System, rather than the System maintaining the Contractor's data. This solution must allow the Customer to reach the Contractor's site, browse for contracted items only, and return to the System with a list of items ready to be inserted into a requisition. If Contractor selects this alternative, it must meet the following requirements: • The solution must conform to cXML 1.0 or 1.1 standards. • The solution must conform to the technical specifications and implementation requirements provided by Accenture, and the Contractor must work with Accenture to ensure successful integration of the punchout solution into the System • The solution must have the capability to provide only those products awarded under the contract, and block any non -contract item(s) from being added to the requisition. Warranty For the purposes of this section, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the Department and Accenture the right and license to use, reproduce, transmit, distribute and publicly display within the System the information outlined above. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the Department and Accenture the right and license to reproduce and display within the System the Contractor's trademarks, system marks, logos, trade dress or other branding designation that identifies the products made available by the Contractor under the Contract. If the Contractor is not the manufacturer, it shall be the Contractor's responsibility to obtain authorization from the manufacturer to comply with the provisions of this section, including securing any intellectual property rights of the manufacturer, If the Contractor is the manufacturer, it shall only authorize dealers, outlets, distributors, value-added resellers, etc. within their network that can comply with the provisions of the Contract. 5. Additional Modifications. The Department reserves the right to further revise the collection and reporting requirements in conjunction with alterations to the System. 6. Conflict. In the event any of the terms herein conflict with the terms of the Contract, the terms of this Amendment shall control. All other terms of the Contract remain in full force and effect. Contractor waives and releases any and all claims for additional compensation arising out of or relating to this Amendment. 7. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. SO AGREED: Contractor Name Address By: Its: CONTRACTOR Date STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES By: Date Approved as to form and legality by the Department General Counsel's Office: Date FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH Governor July 10, 2003 MEMORANDUM NO.: (425-001-01-1)-3 WILLIAM S. SIMON Secretary Suite 315 TO: User Agency FROM: Director, State Purchasing SUBJECT: Contract No. 425-001-01-1 Title: Furniture: Office & Files The following changes have been made to the subject contract: The following vendors have been removed from the subject contract due to their failure to sign the MyFloridaMarketPlace Amendment: • Bernhardt Furniture Industries • Design Resource • Dowcraft • Packard Industries Any questions or problems in delivery or service chat ma arise rega278-6904elydin dmg s contract t flstaus.should be directed to Brenda Wells at (850) 488-6904, Sun DSP/bw/meb STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 e n A00 04Afl RSA_4AR-549R FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH Governor April 30, 2002 MEMORANDUM NO.: (425-001-01-1)-2 TO: FROM: SUBJECT: User Agency Director, State Purchasing Contract No. 425-001-01-1 Title: Furniture: Office & Files The following changes have been made to the subject contract: • Vendors added to the subject contract: o Bernhardt Furniture Industries o Buro Design o Cannon Chair Mfg., Inc. a Concord Products Co., Inc. o Harter o Humanscale Corp. o Inwood Office Furniture o Jofco, Inc. o L.U.I. Corp. o Krug, Inc. o Neutral Posture, Inc. o Office Specialty o Source International • These changes also include additional listings Products of Lateral Files. and Office Specialty to the Product Listing in the contract as asupplier Any questions or problems in delivery or service that may278-6904,welarise ydiing this contract -7a dms. fate fl us should be directed to Brenda Wells at (850) 488-6904, Suncom WILLIAM S. SIMON Secretary Suite 315 DSP/bw/meb STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 ,no *AAA Cny. RSn.ARR-5498 FLORIDA DEPARTMENT OF MANAGEMENT SERVICES 44Pci dacom ro JEB BUSH Governor September 14, 2001 MEMORANDUM NO: (425-001-0 1 - 1) - I TO: Department Addressed FROM: Matthew R. Jeppson Director, State Purchasing SUBJECT: Contract No. 425-001-01-1 Title: Furniture: Office & Files Please make the following changes in the subject contract: Add: Certification Contractors List* and the following new contractors** Allseating Corp. (A) CompuChair, Inc. (A) DMI Office Furniture (A) EckAdams, The Company (A) Groupe Lacasse USA, Inc. (A) Jasper Seating/Community (A) Montisa Office Furniture (A) Sitmatic (A) Systematix (A) Teknion, Inc. (A) Via, Inc. (A) WorkRite Ergonomics Access. , Inc. (A) WILLIAM S. SIMON Secretary The change also includes additional listing of Montisa Office Furniture to the the contract as a supplier of lateral files. Any questions or problems in delivery or service that may arise regarding this directed to Brenda Wells at (850) 488-6904, Suncom 278-6904. MRJ/bw/ Product Listing in contract should be STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 Dan 41714 Qenn . ray. RSn.4RE-5498 FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH Governor WILLIAM S. SIMON Secretary Suite 315 CERTIFICATION OF CONTRACT TITLE: Furniture, Office and Files CONTRACT NO.: 425-001-01-1 BID NO.: 13-425-001-F EFFECTIVE: April 20, 2001 through March 31, 2004 SUPERSEDES: 425-001-97-1 and 425-050-97-1 CONTRACTOR(S): See Attached List A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Conference and Public Area Furniture by all State of Florida agencies and institutions, hereinafter reference to as "Eligible Users". Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the contractors specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Eligible User shall order at the priced indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Eligible Users shall report any vendor failure to perform according to the requirements of this contract on Form FUR 7017. Eligible Users must file Form PUR 7029 with the Department should the vendor fail to correct problems in the performance of the contract for the prescribed period of time for correction. 0 • STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 T-l...knnl.• Rgn.4RR-8440 • Fax: 850-488-549B E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073, should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 prior to the expiration date of this contract. Authorized Signature BW/ Attachments (date) CONTRACT ADMINISTRATOR FOR ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF: BRENDA WELLS PHONE: (850) 488-6904 SUNCOM 278-6904 E-MAIL: wellsb thB. SPECIAL CONDITIONS PURPOSE The purpose of this bid is to establish a 36-month contract for the purchase of Office Furniture Genland tia s. by all State of Florida agencies and other eligible users in accordance with the Eligible Users paragraph, It is anticipated that the contract will be effective from April 1, 2000 through March 31, 2003. contract In addition to the terms of renewal, if any, as containedConditions, The renewal pr'ge w ph 11 be19, tdetermined at may be renewed based upon satisfactory performance by the contractor. the appropriate time. OPTIONAL CONTRACT USAGE chases In addition to the eligible users referenced above and withthe consent of the successful to Bid/Request uest for Proposal, by bidder(s) may be made under the terms and conditions of this Invitation governmental entities' purchasing laws, rules and entities located outside the State of Florida. Appropriateg regulations shall apply to purchases made under this contract. SCOPE This Invitation covers all office furniture previously solicited under the new and uOused ce Furnitureand i currentd "Files; Lateral and Vertical". All products offered under this contract shall ao production - remanufactured or refurbished products are not part of this offering. No series shall be considered for award under this solicitation if already awarded under another State contract. ESTIMATED OUANTITIES It is anticipated that the State of Florida agencies, and eligible users, approximately $30,000,000 annually under any contract resulting m �s idTheseestmatd figures are givenonly as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. CALENDAR OF EVENTS BID ADVERTISEMENT DEADLINE FOR WRITTEN INQUIRIES POSTING OF ANSWERS TO QUESTIONS ON INTERNET BID OPENS BID EVALUATION POSTING OF INTENDED AWARD DEADLINE FOR INTERNET CONNECTION CONTRACT EFFECTIVE DATE 10/20/00 - 12/12/00 11/10/00 11/17/00 12/06/00 12/07/00 --12/ 18/00 "12/19/00 02/16/01 04/01/01 3 INFORMATION: Questions regarding this solicitation should be directed in writing to Brenda Wells via email at: wellsb@dms.state.fl.us or by fax at (850) 488-5498, no later than the deadline listed in the Calendar of Events. Answers to all questions presented in that time frame will be posted on the State Purchasing web site on the date listed in the Calendar of Events. FEDERAL GOVERNMENT AGENCIES In addition to "Eligible Users11 paragraph, General Conditions, use of State contracts shall be available to Federal agencies which may desire to purchase under the terms and conditions of the contract. OUALIFICATIONS Only bids submitted by product manufacturers will be considered for evaluation. Contract orders may be directed to a manufacturer's representative or to servicing dealers, but only those bids signed and presented by the product manufacturer will be considered for contract award. All bidders shall provide technical documentation of products bid, including illustrations, product specifications, price lists and finishes. Failure to supply this information will result in disqualification of your bid. State Purchasing reserves the right to require bidders to submit samples of the proposed products before making a final determination of acceptability. TESTING Laboratory testing is required for all lateral and vertical steel files offered in response to this Invitation. To be considered for award, the manufacturer must have the files listed on a current GSA contract, and must submit the same pricing or better for the State of Florida. Also, sample laterals and verticals must also meet the specifications and pass the testing procedures detailed in the attached "Lateral File Cabinet Specifications and Testing Procedures" and "Vertical File Cabinet Specifications and Testing Procedures". Verification of specifications and testing must be submitted by the bidder in the form of the original signed lab report from one of the facilities listed in this Invitation or an ISO Certified Testing Lab. Test reports from other sources will not be accepted. Failure to submit testing documentation with the Invitation response shall result in disqualification of the bid. Only the lateral and vertical steel files meeting all specifications, tested, and approved shall be awarded under this contract. (Rev. 17 Nov. 00) BUSINESS REGISTRATION APPLICATION Contractors must have a revised, current and complete Vendor Registration Application identified as the "Business Registration Application" on file with the Department of Management Services. If you updated your information on or after December 22, 1999, no additional information is required. You may download this form by accessing the Vendor Registration System at: http://fcn.state.fl.us/dms/venreg. Completion of this form is mandatory for those vendors who are under contract with the State, and for those servicing dealers who will be receiving orders and/or direct payment for State Contract sales. SPECIAL ACCOMMODATION Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the Division of Purchasing at (850) 488-8440 at least five (5) workdays prior to the opening date. If you are hearing or speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1 (800J 955-8771 (TDD). 4 TECHNICAL DOCUMENTATION All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the bidder non -responsive, unless State Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products offered through technical documentation available within State Purchasing as of the date and time of bid opening. Such authority of State Purchasing shall in no way relieve the bidder from the ultimate responsibility to submit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to State Purchasing. The State shall not be responsible for the accuracy of the technical documentation in its possession. SERVICING DEALERS Bidders are required to name at least one servicing dealer for each of the geographical regions, as indicated on the form following the pricing pages. Each dealer named will be responsible for delivery and installation of products, as well as providing needed assistance to the Users, as defined in the Eligible Users paragraph, General Conditions. There must be a 'minimum of two (2) different dealers named, with each dealer servicing no more than two (2) districts, see enclosed map. Bidders are encouraged to use certified Minority Business Enterprise dealers. All servicing dealers participating in this contract are required to register with State Purchasing and their resulting SPURS numbers shall be included with their contact information. Failure to comply with this requirement will result in disqualification of bid. Delivery delays and service complaints will be monitored on a quarterly basis. Documented inability to perform under the conditions of the contract may result in cancellation. DELIVERY METHODS - DEFINITION OF TERMS Non -Installed Orders: On non -installed orders, items delivered to the ordering agency shall be unloaded by the delivering carrier and placed on the agency's loading dock. If there is no loading dock, items shall be unloaded by the delivery carrier and placed in a space immediately adjacent to the carrier's vehicle at the delivery location. Inside Delivery, Non -Installed: On orders specifying inside (non -installed) delivery, items shall be unloaded and delivered, in the shipping carton, to the ordering agency by the delivering carrier and placed inside the door on the first or ground level floor of the building. Installed Delivery: On installed orders, (open, set in place, ready for use) the contract supplier or the delivering carrier, acting as the contractor's agent, shall be responsible for receipt, inspection, and assembly of items delivered in the area designated by the ordering agency, as well as prompt removal and disposal of all debris which is a result of the delivery. The ordering agency shall be responsible for the immediate removal of any existing furniture from the area in which the contract items are to be installed. Elevator(s) must be made available if more than one story. If no elevator is available, delivery will be made to the ground floor, or additional delivery fees may be negotiated. 5 DELIVERY FROM STOCK Bidders are encouraged to offer, as an option, pricing for deliveries not to exceed 30 days after receipt of order. Bidders must indicate model number, minimum/maximum quantities, and any additional charge. State Purchasing reserves the right to accept or reject any individual item(s) offered under this option. DELIVERY REQUIREMENTS Delivery of all contract items (with the exception of special finish, custom fabric, or customized orders) is required within 90 days from receipt of purchase order containing complete ordering information; contract number, commodity number, item description, manufacturer's model number and street delivery address (not Post Office Box). Any known factors (including vacation period, factory inventory, etc.) that may disrupt this delivery schedule must be clearly stated in the bid along with the specific information on how orders will be processed during such periods. Delay in delivery beyond the time specified in the bid must be justified to the ordering agency, in writing, and if required, the contract supplier shall provide temporary furniture on a rent- free basis. Furthermore, items not delivered within the required delivery schedule may result in the contractor being found in default by State Purchasing in accordance with nonconformance to contract conditions paragraph, General Conditions. Delivery delays and service complaints will be reviewed on a quarterly basis. Documented inability to perform under conditions of the contract may be cause for cancellation. INSTALLATION COSTS/SPACE PLANNING FEES Installation charges shall be listed as a per -item fee or percentage of price fee, on the price sheets. Installing agent shall be responsible for receipt, inspection, and assembly of items at the location listed on the purchase order. All "installed" items shall be made ready -for -use, with removal and disposal of all debris and shipping materials. The ordering agency shall be responsible for removal of any existing furniture from the area in which the contract items are to be installed. Elevators must be made available if more than one story. If no elevator is available, delivery shall be made to the ground floor, or additional fees for installation may be negotiated. The installation charges shall also apply to any required reconfiguration of systems furniture during the term of the contract. Space planning fees for systems and modular furniture shall be listed as an hourly fee on the price sheet. CONFORMANCE TO CODES The installing dealer shall be responsible for verifying furniture space plan/configuration fits the given space and all aisles and openings and doors meet the local fire and safety coded and are in conformance with ADA regulations. Also, upon the request of the State or of a using agency, the contractor shall be responsible for providing written verification of their products conformance to current fire and flammability codes, as regulated by the State of Florida. NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of section 247A (e) of the Immigration and Naturalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. v 6 PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on Ieases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. ETHICAL BUSINESS PRACTICES Any manufacturer awarded business as a result of this Invitation shall work in partnership with the State to ensure a successful and valuable contract, and ethical practices are required of State employees, contractors, and all parties representing the contractor. All work performed under this contract shall be reported to the Inspector General of the State of Florida, and may be cause for removal from this contract. SURCHARGE USER FEE AND SUMMARY OF TOTAL SALES State Purchasing hereby imposes a vendor surcharge user fee of 1 % on contractors' sales under any contract resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and cannot be added as a separate item. Use of this contract will be optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting State contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida Administrative Code. After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the State of Florida no later than 15 days after the end of each quarter. Vendor user fee should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5438 Contract supplier shall furnish the State Purchasing a detailed summary of sales at the end of each contract quarter (see attached Vendor User Fee Report form). By submission of these Sales Summary reports and corresponding vendor surcharge deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. A reporting information form is included within this solicitation — this form must be completed and signed. Failure to execute and include this form with your bid will be grounds for disqualification. Failure to comply with these requirements will result in the contract supplier being found in default, in which case any and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by State • Purchasing. SALES REQUIREMENTS Sales will be reviewed on a quarterly basis. Should no sales be recorded in two consecutive o s ed for contractthree quarters, the contract supplier may be placed e probationary sthe contracs. tld no sales quarters, the contract supplier may PURCHASES UNDER 2500 Agencies have the option to purchase from non contract vendors provided ee under $ the co50st is below $2,500. State agencies are encouraged to use the State Visa Card for all purchases PRICES Prices shall be submitted in the form of:h the GSA -approved l,) A discount off manufacturer's current published popening. t WA copy of your GSA can fact must structure or better, in effect at the time of bid p g be submitted with the bid. OR- 2.) The published GSA discounted price lists, in effect at the time of bid opening. he pri list All prig cin shall duplicate GSA price lists and discounts for every item offer d. A copy of tted w e the quoted and documentation of the GSA approved contract with discount stru cbid. Any GSA revision of pricing and products shall be submitted to State Pr chasase cg with thshae State reserynot becoming the right to accept or reject within 30 days, or cancel the contract. Any effective until approved by State Purchasing. (Rev. 17 Nov. 00) Pricing submitted for balance -of -line items shall be within 5% of the discount offered for similar items. State Purchasing reserves the right to adept or reject any items submitted. less State Purchasing reserves the right to reject items offered whose di scounts are items thatdo not offer the best than those offered to other entities in the State (i.e., city or county contracts), and reject value to the State. FILL- IN PRICING Th e bidder must also honor "fill-in" orders at the same pricing and discount for 90 days after substantial completion of a single job, delivered to a single location. NEW PRODUCTS/MANUFACTURERS reque of g New pro ducts will be considered for addition to the contract only at the written oe completeusino gencie and if determined to be in the best interest of the State, contingent upon receipt nd ti e product review. The addition of manufacturers will be considered tinterestit tte tme oft the contract anniversary date, or such time determined by State Purchasing, to be in the best O 8 QUANTITY DISCOUNTS Bidder is urged to offer additional discounts for one time delivery of large single orders of any assortment of items in the space provided on the price sheets. Such discounts will not be considered in the evaluation of the bid. SPECIAL SALES OFFERS All purchases made from State contracts by State agencies, institutions and political subdivisions must be in strict adherence to all terms, conditions and prices contained therein; therefore, all contract suppliers and their representatives are required to present any "special" price proposals directly to State Purchasing. Please note that any proposals that extend beyond the terms currently in effect must be submitted as a pricing revision for use by any State contract customer, and must be approved by State Purchasing prior to presentation. CONTRACT ADMINISTRATION The contract resulting from this Solicitation will become a public document. The State of Florida, State Purchasing, is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute contract and product information to users of State Term Contracts. The following components and activities are required of each contractor: Each contractor shall develop and maintain a State contract Web Page on the Internet WWW to post approved contract information. The contractor's web page will be linked from the State Contract web site, and be dedicated to the State of Florida Contract. Access to the site and its' information cannot be password protected. • Each vendor's State Contract Web Page must be built and then maintained over the life of the State Term Contract to be compatible with the most recent version of browser software being used by State Purchasing. As of the writing of this solicitation, Netscape Navigator 4.0 is the State Purchasing browser standard. State Purchasing intends to upgrade to new browser versions as they become available and fully tested, at its discretion. Except in the event of unforeseen technological interruptions or forces fo nature, continued disruption of service or inadequate access may be grounds for the contract link to be broken and/or contract cancellation. Each contractor's State Contract Web Page must include the following information in the format provided in this solicitation: price sheet(s), ordering instructions, and servicing dealer listing. Format examples are attached. Though not required at this time, it is highly recommended that graphics and/or audio based information also be used. Additional links may be included to access additional product literature, the vendor's home page, or any other pertinent information. The Universal Resource Locator (URL) for the State Contract Web Page must be supplied to State Purchasing no later than February 16, 2001. 9 CONTRACT REVISIONS Though contractors are responsible for maintaining their own contract information through their State Contract Web Page. any revisions to the originally approved contract information must be authorized in writing by State Purchasing prior to implementation. A revision authorization form is included in this document, and should be submitted with any request to revise pricing and/or terms, ordering instructions, or servicing dealer listing. Upon review of a State Contract Web Page, should unauthorized information be discovered within the site, the contract Iink may be immediately suspended until the information is appropriately revised, or until the contract is cancelled. ADDITION/DELETION OF VENDORS AND PRODUCTS OFFERED State Purchasing reserves the right to add or delete vendors and products within 180 days after such action by GSA, as published in the Federal Supply Schedule and all "Supplements". All other provisions of the "Addition/Deletion of Items" paragraph, General Conditions, shall prevail. DOCUMENTS TO BE SUPPLIED WITH THIS BID The following documents shall be submitted along with and in addition to the bid package. Do not submit bid or documents in a ring binder as these cannot fit on our file shelves. 1) The manufacturer's current published price list (in effect by the bid opening date) shall be supplied with the bid. 2) Documentation of GSA discount levels must be included. 3) All product information and specifications. 4) All product and price lists pertaining to quick -ship or in -stock programs. 5) Manufacturer's environmental policy or environmental mission statement. 6) Test Results for Lateral and/or Vertical Files if being submitted. REQUIREMENTS OF BIDDERS 1) Printed paper copies of this contract will not be automatically distributed to contractors or users. Contractors can view their current contract through the State Purchasing web site at http://purchasing.state.fl.us. 2) Color brochures and fabric/finish cards must be provided to all users upon request. All price lists and literature will be provided at no charge to the users or the State. 3) State Purchasing shall review and approve all literature, price lists, and promotional materials before distribution to agencies and political subdivisions. Failure to comply with this requirement may result in the contractor being found in default. 4) State Purchasing will provide mailing label diskettes to contractors after approval of literature, etc. CHANGE ORDERS Issuance of a purchase order under a contract resulting from this bid is a binding agreement. Purchasers should carefully check the accuracy of the order. Change orders or revisions are thereafter subject to the following: 1) All requests for changes must be submitted in written form. Changes in the number of units (additions or deletions), commodity number, description, features or colors can only be made subject to the approval of the 'contractor. 10 2) Changes or revisions in the method of delivery or the designated delivery destination can only be made subject to the approval of the contractor. 3) Multiple delivery points must be clearly indicated on the purchase order. When multiple delivery locations are required, enter "See Below" in the "Ship To" box on the purchase order. List delivery locations and instructions in the body of the purchase order, as well as the commodity number and quantity for each location. 4) Orders may be cancelled only by obtaining approval from the contractor, and may be subject to a 25% (or greater) re -stocking fee, plus freight charges. Most custom orders cannot be cancelled or returned. LEASING Under the terms and conditions of this contract, there are no provisions for leasing of systems or any other type of furniture. WARRANTY All equipment including material used therein shall be warranted by the contractor against mechanical, electrical, and workmanship defects. In the event defects become evident within the warranty period, the contractor shall either repair or replace the defective parts and materials at no additional cost to the purchaser. The contractor shall be liable to the purchaser for supply of information and material necessary for mandatory revisions determined by the manufacturer at no additional cost to the purchaser for the duration of the warranty period. The duration of this full parts warranty period shall be at least 5 years (except for fabric and pneumatic cylinders, which shall be warranted for a minimum of 1 year). The warranty period shall start with the date of equipment acceptance and shall be extended to include times during which the equipment is out of service for warranty repair. The warranty shall apply to all equipment provided under any contract resulting from this bid regardless of the location within the State of Florida. VENDOR RESPONSE SYSTEM To access an interactive Voice Response Systems for vendor payment inquiry, vendors may call (850) 413- 7269 between 7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by State Agencies. The system can accommodate English and Spanish speaking callers. SECTION 946.515 FLORIDA STATUTES It is expressly understood and agreed that any articles which are the subject of, or required to carry out this contract shall be purchased from the corporation identified under Chapter 946, F.S. in the same manner and under the same procedures set forth in Section 946.515(2), (4), F.S.; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. 11 Available products, pricing and delivery schedules may be obtained by contacting: www.pridefl.us, or PRIDE of Florida 2720 Blair Stone Road Suite G Tallahassee, Florida 32301 Telephone: (850) 487-3774 Fax: (850) 488-1299 VISA ACCEPTANCE The State of Florida has implemented a purchasing card program, using the Visa platform. Vendors may receive payment from state agencies by the purchasing card in the same manner as other Visa purchases. Visa acceptance is mandatory, but is not the exclusive method of payment. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction page of the bid. DISCRIMINATION In accordance with Section 287.34, Florida Statutes, an entity of affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on lease of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. INSURANCE, WORKER'S COMPENSATION The contractor shall take out and maintain during the life of this agreement, Worker's Compensation Insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Worker's Compensation law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. INSURANCE, CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE The contractor shall take out and maintain during the life of this agreement COMPREHENSIVE GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect him from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this agreement whether such operations are by himself or by anyone directly or indirectly employed by him, and the amount of such insurance shall be the minimum limits as follows: A. CONTRACTOR'S COMPREHENSIVE GENERAL LIABILITY COVERAGES, BODILY INJURY & PROPERTY DAMAGE $300,000.00 Each Occurrence, Combined Single Limit 12 B. AUTOMOBILE LIABILITY COVERAGES, BODILY INJURY & PROPERTY DAMAGE $100,000.00 Each Occurrence, Combined Single Limit Insuring clause for both BODILY INJURY and PROPERTY DAMAGE shall be amended to provide coverage on an OCCURRENCE BASIS. EVALUATION/AWARD Award shall be made statewide for each manufacturer's office furniture product offering currently available on GSA schedule, on a multiple award basis. Lateral and vertical steel file cabinets shall be awarded statewide for each manufacturer's offering currently available on GSA schedule and meeting required specifications and testing, on a multiple award basis. State Purchasing reserves the right to make awards as outlined in the Awards Paragraph, General Conditions, if determined to be in the best interest of the State. All other provisions of the Awards Paragraph, General Conditions, shall prevail. 13 SYSTEMS & MODULAR FURNITURE: INSTRUCTIONS TO ORDERING AGENCY- PURCHASING PROCEDURES AND SERVICING DEALER RESPONSIBILITIES The following steps should be taken by the purchaser and the servicing dealer in order to use this contract: 1. SYSTEM SELECTION Purchaser shall list their project requirements and review the system literature and finishes provided by the manufacturer. Then, using the contract pricing/discount and the selection matrix, the purchaser should determine which system most closely meets the needs and the budget of their project. Do not ask for quotes from every contractor - use the matrix and catalogs to determine your needs. Any contractor has the right to invoice for Space Planning services if floorplans and/or component price lists are prepared. II. SITE VISIT A. Purchaser shall call servicing dealer and arrange a mutually convenient time for the dealer to visit the site. B. The date and time for the site visit shall not exceed seven (7) working days after the purchaser initiates the call. C. Purchaser shall make a listing of personnel and requirements to be accommodated, and provide a floor plan or blueprint for the dealer to begin the planning process. The project budget and proposed completion date should also be discussed at this time. D. Servicing dealer shall visit the site of the proposed work and familiarize himself with the extent of the project and any conditions that might affect the installation of the product. The servicing dealer is responsible for obtaining accurate on -site measurements. Reviewing plans in no way relieves the servicing dealer of this responsibility. E Servicing dealer shall prepare the space plan and layout, the component list, and the installation cost. The hourly rate for this work shall be as noted in the contract price sheets. The dealer shall submit to the purchaser a written fist of product (with finishes noted) with all products costs and space planning & installation costs, a floor plan, and delivery dates with an installation timetable. F. The servicing dealer may charge the purchaser for the space plan preparation if no purchase order is issued. G. The purchaser shall not require the servicing dealer to provide mockups. If there are questions about the product that require viewing the product, the purchaser shall visit existing installations. e 14 III. INSTALLATION A. All installation work shall be performed in a complete and workmanlike manner. Installers shall be required to have a means of identification, such as a badge, or be readily identifiable (shirt logo, etc.)as being an employee of the dealer when on site. B. All changes or modifications to the original project order shall be made in writing to the servicing dealer before the work is executed. C. Before installation is started, the dealer/installer shall arrange for access to the premises, and note delivery ramps, stairways and corridors. D. All hardware electrical connections to building service shall be done by an electrical contractor, and such service shall be arranged by the purchaser. E. All installed panels shall be vertical and all panel runs shall be straight and without noticeable variation. All panels shall be leveled upon installation completion. F. All surfaces shall be free of scratches, marks, dents, tears or other damage when the installation is completed. G. All property shall be protected against damage by reason of the dealer's/installer's operations in the performance of the contract. H. The servicing dealer shall not be responsible for moving any computer equipment, electronic equipment, copiers, libraries, or file rooms, or any other unusually furnished areas. Such items shall be removed from the area before the dealer commences work. Delays: If the purchaser experiences a problem that causes the scheduled delivery/installation date to be delayed, or if the site is not accessible or safe, and adequate storage space is not available during installation, the furnishings will be stored until delivery or installation can be accomplished. Invoices will be sent to the agency upon delivery of the furniture to the designated storage facility. 80% of the payment is required 30 days after the furniture enters storage; the remaining 20% is due upon completion. J. The purchaser shall notify the servicing dealer, in writing, of any problems, discrepancies, or defective items. If the servicing dealer, after receipt of any such written notice fails within 72 hours to commence at the job site with performance of the work necessary to complete or remedy all defects, clean-up, etc., the purchaser shall be entitled to have such work remedied and the servicing dealer shall be full liable for all cost and expenses reasonably incurred by the purchaser. K. Servicing dealer shall arrange for a "User Orientation" seminar with the purchaser's staff. 15 LATERAL STEEL FILE CABINET SPECIFICATIONS AND TESTING PROCEDURES SCOPE This specification covers lateral filing cabinets, steel, that will provide for fling letter -and legal -size materials laterally (side -by -side) and front -to -back of the cabinets, in a variety of methods. REQUIREMENTS 1. General: The lateral fling cabinets shall be of a single depth to accommodate filing legal- or letter -size materials laterally (side -by -side) and front -to -back in the same cabinet, with optional accessories. All filing cabinets shall meet the requirements of the specifications and testing detailed herein. The lateral steel file cabinets described herein must be standard and continuing items in the manufacturer's product line and shall be identified by regular catalog numbers from the published catalog. 2. Materials: All materials used shall be free from defects that affect serviceability or appearance of the finished product. A) Steel:_ Steel sheets used in fabrication of the tile cabinets shall be commercial quality. All steel shall be smooth, free from rust, scale, pits, scratches, laps and buckles affecting strength. B) Finish: Final finish for the cabinet, drawers and drawer surfaces shall be enamel of the baking type or powdercoat. Colors and application shall be in accordance with the manufacturer's own specifications but shall be required to pass the "Finish Tests" specified herein. (Rev. 17 Nov. 00) C) Construction: AU welding and mechanical attachments shall provide rigidity to the completely assembled unit to prevent misalignment, sagging, binding of parts or other damage to cause interference with the operation of drawers and suspension, lock mechanism and other moving parts, when loaded and tested as specified herein. Any exterior welds shall be smooth; interior welds shall be finished to eliminate sharp edges or rough surfaces that might cause personal injury. D) Drawers and Shelves: File drawers shall be a solid, fixed front type, with double wall construction at least 2" in height of drawer front. Shelves shall be a roll -out type with receding doors. Drawers and shelves options shall provide for filing letter and legal size materials laterally (side -by -side) and front -to -back, in a variety of methods; provisions for hanging file folders may be integral with the drawer and shelf design or may be a separate attachment. Drawers and shelves shall also be separate attachment. Drawers and shelves shall also be designed to hold vertical dividers (inserts) on not less than two-inch (2") centers across the full compartment width. When called for, no less than three (3) dividers shall be furnished with each compartment. Drawers and shelves shall fit squarely in their openings. The ends shall be formed and finished to eliminate roughness and sharp edges which affect serviceability or appearance, or which might cause personal injury. (Rev. 17 Nov. 00) 16 E) Suspension: Drawer and roll -out shelf suspension system shall be of the progressive type with free rolling rollers, balls or fixed journal rollers of the ball bearing or roller bearing type, shall be factory lubricated and shall travel easily, quietly and smoothly. Suspension shall allow a filling compartment to extend outward until the compartment back is out of the cabinet, but not more than 1-1/4 inches. Suspension members, including case channels, shall be finished following the best commercial standards for proper protection and durability. Suspension shall not cause binding when opening or closing drawers or shelves. Suspension system supporting each drawer or shelf shall assure smooth and easy operation of the drawer or shelf and withstand the test requirements listed herein. F) Operation: Extension of the drawers or shelves may be manual or automatic (door actuated) and shall comply with the "Push Pull" tests specified herein. Drawers in the closed position shall remain closed (no creeping open). G) Locking Device: Locks shall be supplied as an option and, when requested, shall be of a tumbler type or approved equivalent. The lock shall secure all filing compartments and/or doors simultaneously (gang lock). No less than 150 different key changes shall be offered. Master key option must be available. Duplicate keys shall be furnished with each locking cabinet. H) Safety Interlock: All cabinets shall be provided with a positive mechanical interlock mechanism. The mechanism shall be such that under the condition where one compartment is extended beyond the fully closed position, no other compartment in the cabinet can be extended more than 1-1/2 inches beyond the face of the cabinet. I) Out Stops and Bumpers: The cabinet shall have out stops to prevent drawers or shelves from falling out of the cabinet when they are fully extended and in -stops or bumpers to prevent metal -to -metal contact between the rear of the drawers, shelves, suspension, and tracks and the back of the cabinet case. Bumpers shall be of rubber composition or other resilient material and shall be installed in a manner to withstand a normal rebound without damage. J) Glides: A minimum of 4 leveling glides shall be provided. The base of the glide shall be not less than 0.75" dia. and shall have a corrosion -resistant finish or plastic surface that is smooth so as not to abrade floor surfaces. IC) Bolts, Nuts, Screws and Accessories: The bolts, nuts, screws and accessories shall be made to resist rust by electro-galvanizing or by zinc, chromium or cadmium plating, as commercially produced by manufacturers of these items unless otherwise specified herein. Counterweight kits must be available for the manufacturer's series bid. L) Caution Label: A label bearing a statement similar to the following should be permanently affixed to the interior surface of a side panel of the top compartment of each cabinet so as to be readily visible to the user when the compartment is open: 17 EXAMPLE "Caution : Bottom compartments should be loaded first, to minimize possibility of the cabinet tipping over." Samples: All bidders shall submit lab tests for the following item: (Rev. 17 Nov. 00) "one (1) legal size lateral file cabinet, 42 inches wide, 5 tier, with lock, 4 solid front drawers equipped with hanging frames for side -to -side filing and fifth tier to be roll -out shelf with 3-adjustable dividers and receding door" Samples shall be new current production items at the time of this bid. It is the bidder's responsibility to have all samples completely assembled per the independent test laboratory instructions for receiving. In order to avoid having test panel cut from the roll -out shelf door, bidders shall deliver one (1) approximately 4" x 8" painted production steel panel of the same material and thickness as used in the production of the door front for examination and testing. Failure to enclose complete test results from one of the labs listed in this document or an ISO Certified Testing Lab will result in rejection of the bid. File samples which, when tested, fail to meet the specifications shall be basis for rejection of the related bid. (Rev. 17 Nov. 00) Random Samples: Random samples may be selected from delivered commodities, in order to assure conformance with this specification and the standard sample throughout the term of the contract. Inspection and testing shall be in accordance with specifications listed herein. Specification(s) or Model Changes If the components or construction of the file cabinet changes during the contract period, the file cabinet must be retested and test reports submitted to the contract administrator. File cabinets tested must be representative of the offered items for each product line. The contractor is responsible for the performance of all inspection requirement specified herein. a 18 TEST INSPECTION PROCEDURE LATERAL STEEL FILE CABINETS PART I, INSPECTION PROCEDURE: Inspect lateral file cabinets for the following: 1. Overall workmanship (no sharp edges, smoothness of exposed surfaces, and tightness of all fastening devices). 2. Check operation and diameter of leveling glides per specifications. 3. Check for presence of compartment options and for ease of installation. 4. Check operation for lock and gang lock capability. 5. Check for presence of "Caution Label". 6. Check that drawers have stops and bumpers. 7. Check that drawer fronts have double wall construction. PART II, TEST PROCEDURE: 1. Finish Tests: A test panel approximately 4" X 8" furnished (or cut from the file drawer or roll -out shelf door) shall be bent at room temperature around a 1/8-inch-diameter rod to 180 degrees without cracking, flaking or loss of finish. Using an inside surface of a file drawer or shelf as a test surface, conduct the following finish tests: A) Adhesion test: The test surface shall be scored with a razor blade through the film coat to the base metal in such a manner to produce a grid of 1/8-inch squares (one -square -inch area approximately). A one inch wide strip of pressure sensitive, transparent, cellophane tape shall be applied firmly to the grid surface and then quickly pulled from the surface. The dried film shall not be removed from the panel when the tape is removed as per ASTM D3359 Classification No. 5. B)' Hardness test: The dried film on the test surface shall withstand the firm stroke of a 2H pencil held at a 45-degree-angle and pushed across the film surface without evidence of marring when viewed at an oblique angle in a strong light. 2. Pull Test: The shelf or drawer under test shall be evenly loaded with typical filing materials (84 pounds in 42" drawer). The test shall be conducted after approximately 100 cycles of opening using a force gauge (or equivalent method) attached to the center pull area. A test bracket may be used to make the connection. The pull force required must not be greater than 9 pounds to open over the anti -rebound and not greater than 5 pounds for full extension of the drawer or roll -out shelf. The suspensions are not to be cleaned or lubricated during the test. Drawers and roll -out shelves shall operate easily, quietly and smoothly without binding after the test. (Rev. 17 Nov. 00) 19 3. Static load test: All compartments in the cabinet shall be fully loaded with filing material as specified in Paragraph 2 above. The load material shall be filed in a lateral manner (from side to side) in each compartment. Dividers shall be positioned to retain the filed material. The cabinet shall then be tilted on one of its sides at an angle of 60 to 65 degrees with respect to the floor surface so that the loaded material bears against the divider. The cabinet shall remain in this position for not less than 3 hours. At the end of the 3-hour period, the cabinet shall be leveled and examined. The cabinet shall have failed the test if any cabinet part or component is damaged or permanently distorted, or if the pull force to operate drawers and shelves exceeds the push/pull force specified in Paragraph 2. 4. Interlock Mechanism test: One compartment in the cabinet shall be opened not less than 6 inches from its fully closed position. All other compartments shall be fully closed. A horizontal force (pull) not to exceed 30 pounds shall be applied to the front of closed compartments to test the operation of the interlock mechanism. It shall require manual closing of the open compartment before a second compartment can be opened, or, the open compartment shall automatically recede toward its closed position with the opening of a second compartment. With one compartment open, the interlock mechanism will be considered unacceptable if any other compartment opens more than 1-1/2 inches beyond the face of the cabinet. 5. Stability Test: Position the file cabinet on a level surface and level. Extend the top drawer or roll -out shelf to its fullest extension and load uniformly with filing material as specified in Paragraph 2 above. The file cabinet shall withstand a 10 pound minimum horizontal force to the normal hand pull location of the extended drawer or roll -out shelf without tipping. 0 s 20 VERTICAL STEEL FILE CABINET SPECIFICATIONS AND TESTING PROCEDURES Scone This specification covers conventional style, vertical steel file cabinets which are designed to hold general filing material. 1. General: The vertical steel file cabinets offered shall accommodate legal and letter size materials, with optional accessories. All filing cabinets shall meet the requirements of the specifications and testing detailed herein. Vertical steel file cabinets described herein must be standard and continuing items in the manufacturer's product line and shall be identified by regular catalog numbers from his published catalog. 2. Materials: All materials used shall be free from defects that affect serviceability or appearance of the finished product. A) Steel: Steel sheets used in the fabrication of the file cabinets shall be commercial quality. All steel shall be smooth, free from rust, scale, pits, scratches, laps and buckles affecting strength. B) Finish: Final finish for the cabinet, drawer and drawer surfaces shall be enamel of the baking type or powdercoat. Colors and application shall be in accordance with the manufacturer's own specifications but shall be required to pass the "Finish Tests"specified herein. (Rev. 17 Nov. 00) C) Construction: All welding and mechanical attachments shall provide rigidity to the completely assembled unit to prevent misalignment, sagging, binding of parts or other damage to cause interference with the operation of drawers and suspension, lock mechanism and other moving parts, when loaded and tested as specified herein. Any exterior welds shall be smooth, interior welds shall be finished to eliminatt sharp edges or rough surfaces that might cause personal injury. D) Cabinet Case: The cabinet case shall consist of front, top, sides, back and bottom. The sides, top and back of the cabinet case shall have smooth even surfaces and shall be without holes or indentations except for scored knockouts. There shall be not less than 6 interior vertical reinforcing members. One reinforcing member shall be located approximately in each corner and one centered on each side. The cabinet case shall be rigidly formed, sufficiently braced, reinforced and welded in order to withstand heav usage, without warping, twisting or distortion enough to impair the operation of the drawers or cause defects which might affect serviceability of any part of the cabinet. Cabinet Case Metal Gauges: Minimum thickness of metal components for cabinet case shalt be as follows: Top 20 Gauge Sides 22 Gauge Back 24 Gauge Bottom 24 Gauge Interior Vertical 20 Gauge Interior Horizontal 20 Gauge 21 E) Drawers: Drawer front shall be of double wall construction at least 2" in height. The inside drawer front shall be metal. The drawer assembly shall result in a drawer that is properly aligned. The drawer front shall fit squarely into the drawer opening. Each drawer shall have a handhold with beaded or rounded grip in rear of drawer for drawer removal. (Rev. 17 Nov. 00) Drawer Dimensions: Minimum inside drawer dimensions (clear net filing space with follower block in most rearward position) shall be as follows: Drawer Legal Size Drawer Letter Size Height Width Depth Minimum Minimum Minimum Inches Inches Inches 10.25 15.25 26.26 10.25 12.25 26.25 Inside drawer height shall be measured from clear drawer bottom to bottom of clear drawer opening for the full width and depth of drawer. Inside depth shall be measured from the inside drawer front to the front of the follower block in its most rearward position. Drawer Metal Gauges: Minimum thickness of metal components of drawer shall be as follows: Outside Front Inside Front Body and Back 22 Gauge 24 Gauge 26 Gauge F) Drawer Suspension: Drawer suspension system shall be of the progressive type with free rolling rollers, balls or fixed journal rollers of the ball bearing or roller bearing type, and shall travel easily, quietly and smoothly. There shall be a minimum of six main bearing rollers supporting the drawer. When only free rollers or free rolling balls are used, there shall be no less than a total of ten in supporting the drawer. Suspension members, including case channels, shall be finished following the best commercial standards for proper protection and durability. Suspension slide members shall be 16 gauge minimum with 18 gauge minimum cross members. Suspension system supporting each drawer shall assure smooth and easy operation of the drawer and withstand the test requirements specified herein. G) Follower -Block: One follower -block shall be furnished with each file drawer. The follower -block shall be the friction locking type or shall be held in place by engaging slots or formations in the drawer sides. The follower -block shall be held securely in a right angle position to the drawer sides at any point of required travel. The follower -block shall not be movable rearward until activated by a safety device on thl plate. Minimum thickness of the follower -block plate shall be 22 gauge. H) Stops: All drawers shall be provided with a stop which will prevent the drawer from hitting the back of the cabinet on the inward movement and with a positive stop which will prevent the drawer from falling out when fully extended. The stops encountered on the inward movement shall be equipped with bumper= of rubber or other comparable material. The stops shall prevent the unintentional removal of drawers but the drawers shall be easily disengaged from the stops and removed from the cabinet when desired, without the need of tools. 22 I) Locking Device: Locks shall be supplied as an option, and when requested, shall be of a tumbler type or approved equivalent. The locking mechanism shall be a positive mechanical mechanism operated by a chrome plated plunger type lock. Plunger springs out when unlocked with the key and locked by pushing the plunger in until it catches. The locking mechanism shall secure all file drawers simultaneously (gang lock) and shall be so constructed thathe he drawers ine mechanism. Lacks shale lha a not lesspositively tlian 150 key the cabinet is locked, without distorting locking changes. Duplicate keys shall be furnished with each lock. ,T) Drawer Latch: Drawer shall have a positive acting spring latch mechanism capable of holding loaded drawer closed at any tilt angle. The latch release button shall have free movement only in the horizontal plane parallel to the drawer front. The release button shall fit snugly to the drawer front and shall be located convenient to drawer pull so that one -hand operation will simultaneously release the latch and permit the drawer to be opened. K) Operation: Drawers shall open and close smoothly and shall comply with the drawer pull test specified herein. Drawers in the closed position shall remain closed (no creeping open). Samples:, All bidders shall submit lab tests for the following item: "one (1) vertical file cabinet, legal size, with four (4) drawers and lock" Samples shall be new current production items at the time of this bid. It is the bidder's responsibility to have all samples completely assembled per the independent test laboratory instructions for receiving. In order to avoid having test panel cut from the drawer face, bidders shall deliver one (1) approximately 4" x 8" painted production steel panel of the same material and thickness as used in the production of the drawer face for examination and testing. Failure to enclose complete test results from one of the labs listed in this document or an ISO Certified Testing Lab will result in rejection of the bid. File samples which, when tested, fail to meet the specifications shall be basis for rejection of the related bid. (Rev. 17 Nov. 00) ities, in order to Random Samples: Random samples and the standard sampley be selected fromthroughout the termelivered dassure of the contract. Inspection and conformance with this specification testing shall be in accordance with specifications listed herein. Specificationjs) or Model Changes: If the components or construction of the file cabinet changes during the contract period, the file cabinet must be retested and test reports submitted to the contract administrator. File cabinets tested must be representative of the offered items for each product line. The contractor is responsible for the performance of all inspection requirements specified herein. 0 23 TEST INSPECTION PROCEDURE VERTICAL STEEL FILECABINETS PART I, INSPECTION PROCEDURE: Inspect vertical file cabinets for the following: 1. Overall workmanship (no sharp edges, smoothness of exposed surfaces, and tightness of all fastening devices). 2. Drawer dimensions per specifications 3. Check that drawers have stops and bumpers per specifications PART II, TEST PROCEDURE: I. Finish Tests: A test panel approximately 4" X 8" furnished (or cut from the file drawer or roll -out shelf door) shall be bent at room temperature around a 1/8-inch-diameter rod to 180 degrees without cracking, flaking or loss of finish, Using the inside surface of a file drawer or shelf as a test surface, conduct the following finish tests: A) Adhesion test: The test surface shall be scored with a razor blade through the film coat to the base metal in such a manner to produce a grid of U8-inch squares (one -square -inch area approximately). A one inch wide strip of pressure sensitive, transparent, cellophane tape shall be applied firmly to the grid surface and then quickly pulled from the surface. The dried film shall not be removed from the panel when the tape is removed as per ASTM D3359 Classification No. 5. B) Hardness test: The dried film on the test surface shall withstand the firm stroke of a 2H pencil held at a 45-degree-angle and pushed across the film surface without evidence of marring when viewed at an oblique angle in a strong light. 2. Stability Test: The filing cabinet shall be placed on a level test surface in its normal operating position. Extend the bottom drawer to its fullest extension and load uniformly with typical filing material, 78 lbs. (legal size material 8.5" X 14") for legal size. Close the bottom drawer and extend the top drawer to its fullest extension and load identical to the bottom drawer. The vertical file shall withstand a 15-pound horizontal force applied to the normal hand pull location of the extended drawer without tipping. All vertical files that do not meet this requirement are considered unstable and shall have failed the test. 3. Rack Test: The filing cabinet shall be placed in a level position. Each drawer of the cabinet shall be loaded with weights of typical filing material such as paper guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawers in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). Examinations and observations shall be made to determine the impairment, if any, of the ease of operation of the drawers, the locks, or other movable devices under conditions of loaded level uniform support. The drawer pull test as specified below shall be conducted at this time. The drawer operating force shall not exceed 6 pounds or 8 pounds as applicable. (Rev. 17 Nov. 00) 24 The loaded cabinet shall then be raised not less than one inch to a position of being supported at two diagonally opposite corners. The area of support shall not be greater than 6 inches from each corner. The loaded cabinet shall remain in this position for a minimum of 24 hours. The cabinet shall be returned to a level position and shall be reexamined to determine the impairment, if any, of the ease of operation of the drawers, the Locks and locking mechanism, the latches or other movable devices. The drawer pull test specified below shall again be conducted. The cabinet shall be considered as having failed the test if the drawer operating force exceeds 6 pounds or 8 pounds as applicable. 4. Drawer Pull Test. The filing cabinet shall be placed in a level position. The drawer to be tested shall be Loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs.per drawer (legal size material 8.5" X 14" The test shall be conducted by using a force gage or passing a limp cord, attached to the center of the drawer pull, over the sheave with a weight applied to the free end. The force required to start the loaded drawer forward and to move it to its full outward limit shall be recorded. After approximately 100 cycles the drawer operating force to open and close the drawer for the full distance of its travels shall not exceed 6 pounds for letter size drawers and shall not exceed 8 pounds for legal.size drawers. These figures include overcoming the load imposed by anti -rebound feature. The suspensions are not to be cleaned or lubricated during the test. .5. Static Load Test: Each drawer of the cabinet shall be loaded with typical filing material, such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). The compressor in each drawer shall be drawn up tight. The cabinet shall be tipped over on its back on a furniture moving dolly and shall remain in that position for not less than three hours. The cabinet shall then be returned to an upright position. The cabinet shall then be examined for damage to the exterior, the drawers, compressors and locks and for any displacement or damage to the drawer contents. 6. Cabinet Frame Side Racking Test: The filing cabinet shall be placed on a level floor surface or test platform and restrained from side skid movement by a 4 inch high stop or barrier placed flush against the side of the cabinet secured to the floor surface or test platform. Each drawer of the cabinet shall be loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer (78 lbs. for legal size). All drawers shall be opened 8 to 10 inches from their closed position. Using a test setup consisting of a hydraulic actuator and a mechanical force gauge or a weight and pulley arrangement apply a 35 pound force to the cabinet side at the upper front comer. The cabinet shall be subjected to the load for 30 minutes. Tipping over while the 35 pound load is a failure and cause for rejection. At the conclusion of the 30 minute test period, with the 35 pound load still applied, there shall be no deflection in the cabinet or drawers sufficient to prevent any of the drawers from being fully closedby hand. (The cabinet frame shall not be manipulated to assist closing the drawers). The drawers shall be examined and closed from top drawers down to the bottom drawer. The load shall then be removed, the cabinet leveled, and all drawers subjected to the drawer pull test in paragraph 4. Failure of any of the drawers to close while the load is still applied after the 30 minute time period and failure of any of the drawers to comply with the drawer pull test shall be cause to reject the cabinet. 25 7. Lock Test: The filing cabinet shall be placed in a level position and secured to the floor or test platform. Each drawer of the cabinet shall be loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). Disengage the thumb latch so only the lock will be tested, Close and lock the vertical file cabinet. Apply a horizontal outward force of 50 pounds at the center of the hand pull. There shall be three attempts to open each drawer. The locking system will be considered inoperable if any drawer opens during the pull test. 8. Drawer Latch Test: The filing cabinet shall be placed in a level position and secured to the floor or test platform. Each drawer of the cabinet shall be loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). Close and latch the drawer (Do not lock). Apply a horizontal outward force of 50 pounds at the center of the hand pull. The latching system will have failed if any drawer opens during the pull test. 26 HOW TO USE THIS CONTRACT Introduction 1.Pricing Information 2. Ordering Information 3. Commodity Numbers • Product Listing • Frequently Asked Questions • 27 INTRODUCTION Welcome to the State of Florida Office Furniture and Files Contract. This site is dedicated to professionals tasked with specifying and procuring furniture. The web site links will lead you to the manufacturers pages dedicated the State of Florida Contract, Each manufacturer's page is not identical, but all will have the essential information: ordering instructions, price sheet, and servicing dealers, as specified for this contract. In addition, some manufacturers may provide additional information, such as help/questions, product information, configuration assistance and e-mail correspondence. For those agency/contract users who have the technical ability, some contractors have the ability to receive orders on-line. We hope you find the condensed "Office Furniture and Files" Contract more convenient and easier to use than before. This contract now contains all products previously solicited under the bids for "Office Furniture" and "Files; Lateral and Vertical". Please note several important changes in the contract: This contract will require that all contractors maintain their own State contract information web site — either through a main company web site, or through a separate site. The contractor's site will be connected to the main State contract site as maintained by State Purchasing. Only the manufacturers listed for offering the Lateral and Vertical Steel Files will be considered for the purchase of files. These manufacturers have passed independent laboratory testing for their product and awarded for this contract. ANY OTHER LATERAL OR VERTICAL STEEL FILES PURCHASED WILL NOT BE CONSIDERED A STATE CONTRACT PURCHASE. PRICING AND ORDERING INFORMATION The Prices/Discounts on this contract duplicate those offered under the GSA Contracts. When GSA authorizes a change in discount or products, this contract will change accordingly (see Special Conditions, page 9-10). Any price lists not available on the Internet sites or any required fabric/color cards should be requested from your local dealer. 28 COMMODITY NUMBERS The commodity numbers for each type of furniture are listed on the vendor's "Ordering Instructions" Page. groups of furniture included in this contract: Ergonomic Chairs Wood Chairs Wood Desks, Credenzas, & Tables Systems Furniture Computer Furniture (includes ergonomic accessories) Lateral Steel Files Vertical Steel Files The ANY QUESTIONS CONCERNING THE TERMS AND CONDITIONS OF THE CONTRACT SHOULD BE FAXED TO BRENDA WELLS, STATE PURCHASING, AT # 850-488-5498 or email at: wellsb(a,dms.state.fl.us. 29 PRODUCT LISTING The Product Listing is an example of products offered by manufacturers available on the State of Florida Office Furniture & Files Contract. Only the manufacturers listed below are authorized to provide lateral and vertical steel files under this contract: ALLSTEEL ARTOPEX PLUS DESIGN OPTIONS CONCORD PRODUCTS CO., INC. GLOBAL HAWORTH HERMAN MILLER (Rev 30 April 02) SYSTEMS FURNITURE Open Office Systems Furniture Desking Systems Communications Center Workstations Stacking Open Office Systems Floor -to -Ceiling Partitions Computer Stations TECHNOLOGY/RISK MANAGEMENT LAN Furniture WAN Furniture Server Racks Lateral Files -Metal Keyboard Supports Cable Management CAD Workstations Adjustable Height Work Surfaces Ergonomic Accessories FILES/STORAGE Lateral Files -Wood Vertical Files -Metal Vertical Files -Wood ADP/Data Storage Metal Storage Cabinets Plan Storage Media Storage Shelving/Personal Storage KIMBALL KNOLL KRUEGER (KI) MONTISA OFFICE SPECIALTY SOUTHERN METAL STEELCASE SEATING Ergonomic Seating Task Seating Multi -Shift Seating Big & Tall Seating Big & Tall Multi -Shift Executive Seating Side Chairs Lounge Seating Training Room Seating Stack Chairs Multi -Purpose Seating Wood Seating CASEGOODS Executive Wood Office Furniture Laminate Office Furniture Metal Office Furniture Computer Desks Laminate Bookcases Wood Files Wood Bookcases CONFERENCE/TRAINING Training Tables Wood Conference Tables Laminate Conference Tables Laminate Conference Accessories Presentation Accessories Computer Training Tables Multi -Purpose Tables Audio/Visual Accessories Conference Storage & Training Storage 30 FREQUENTLY ASKED QUESTIONS CAN I PURCHASE NON -OFFICE FURNITURE FROM THIS CONTRACT? It is not the intent of this contract to furnish non- office spaces, however, if there are items needed for a public or conferencing area, the purchase would be acceptable. WHAT SHOULD I KNOW ABOUT ORDERING LATERAL FILES FROM THIS CONTRACT? The stability of files is assured if they are properly installed and loaded, therefore we strongly recommend all laterals be ordered "Delivered and Installed" from the manufacturer. Follow the instructions that are shipped with the files to ensure that they are properly installed to provide safe performance. Instructions should include information about leveling files and ganging files together. Counterbalance for lateral file units is recommended unless cabinets are ganged from most manufacturers. There may be an additional charge for counterbalance. CAN I PURCHASE FROM A SERVICING DEALER. THAT IS NOT LISTED WITHIN A MANUFACTURER'S CONTRACT? Technically, a servicing dealer must be listed as an approved contract dealer prior to order placement. Check with the manufacturer to make sure that you're looking at the most updated version of their dealer listing. If you need further verification of a dealer's approval, you can contact the State Purchasing contract administrator. WHEN INSTALLATION OR SPACE PLANNING FEES ARE LISTED AS "NEGOTIABLE", HOW DO I KNOW IF I'M BEING CHARGED TOO MUCH? Contractors, or their servicing dealers, will quote installation or space planning fees based on a variety of different factors — delivery requirements, time -intensive planning, non-standard hours, to name a few. The variation of product will produce a wide range of charges, and therefore, there is no standard charge within the industry for some of these services. Of courses, the final decision will rest with the customer. If the charges are extraordinary, you are not obligated to accept the quote. Just be sure that this issue is negotiated up front, prior to any labor being supplied. SCAN I CANCEL A CUSTOM FURNITURE ORDER? Only with the written agreement of the contractor. Be aware that if a custom order has already begun production, contractors are not obligated to accept your request for cancellation. Also, if a contractor agrees to keep the cancelled product, they may charge a re -stocking fee. I'M NOT ABLE TO ACCESS A MANUFACTURER'S CONTRACT WEB SITE — HOW DO I FIND THE INFORMATION THAT I NEED TO PLACE AN ORDER? Just in case the manufacturer has updated their web site, try to "reload" or "refresh" the web site (especially if you've book marked that particular site). If there are other technological problems that hamper access to the site, please report that situation to the State Purchasing contract administrator. State Purchasing may be able to provide you with the necessary information quickly, and can check into restoring access to the manufacturer's site. THIS LIST OF QUESTIONS MAY BE UPDATED PERIODICALLY. SHOULD YOU HAVE ANY OTHER QUESTIONS REGARDING THIS CONTRACT, PLEASE CONTACT THE CONTRACT ADMINISTRATOR, BRENDA WELLS, AT 850-488-6904, SUNCOM 278-1985, FAX 850-488-5498, OR BY EMAIL AT: wellsb@dms.state.fl.us. .y o 31