RECEIVED cityof South Gate CITY COUNCIL No. 4 JAN Item A BELL OFFICE FH%0cUXpJ&GE For the Regular Meeting of: Jan uarp 9, 2018 Works Department Head: ?ePcM Arturo ervantes Michael Flad

SUBJECT: PROPOSAL TO INCREASE THE SCOPE OF WORK AND BUDGET ON THE CITY HALL INTERIOR REMODEL, CITY PROJECT NO. 567-ARC, TO ADDRESS ISSUES OF DEFERRED MAINTENANCE, OPERATIONAL EFFICIENCY, CUSTOMER SERVICE AND SAFETY

PURPOSE: The City Hall Interior Remodel Project is under construction. The Public Works Department is recommending increasing the scope of work and budget on the project to address deferred maintenance issues, and to optimize operational efficiency, customer service and safety at the City Hall.

RECOMMENDED ACTIONS: a. Approve Amendment No. 2 to Contract No. 3319 with FMI Office Space Development, LLC., to fund additional improvements proposed for the City Hall Interior Remodel, City Project No. 567-ARC, in an amount not-to-exceed $ 228,982; b. Transfer $272,000 in General Funds from the Building and Infrastructure Maintenance Fund to the City Hall Interior Remodel, City Project No. 567-ARC (Account No. 311-790-49-9906), as necessary to fully fund the project; and c. Authorize the Mayor to execute Amendment No. 2 in a form acceptable to the City Attorney.

ALIMPACT: The project has a budget of $600,000 that is funded with General Funds. Staff is recommending transferring $272,000 in General Funds to the Project which funds are currently allocated in the Building and Infrastructure Maintenance Fund. The following table summarizes the proposed budget and expenditures: Description Budget gIncrease Total Professional Services Contract $472,000 $472,000 Contract Amendment No. 1 $47,866 $47,866 Contract Amendment No. 2 $228,982 $228,982 Other Improvements $9,982 $43,018 $53,000 Project Management, Staff time, Misc., etc. $20,000 $20,000 Contingency $50,152 $50,152 Budget $600,000 $272,000 $872,000

ALIGNMENT WITH COUNCIL GOALS: These actions meet the City Council’s goal for “Continuing Infrastructure Improvements.” The goal identified in the Fiscal Year 2017/18 Work Program is to substantially complete construction of the City Hall Interior Remodel Project.

1 ANALYSIS: Staff is proposing to increase the scope of work on the City Hall Interior Remodel Project. The initial project scope was limited to renovating office work stations which achieves the original project objectives (e.g. ergonomics and efficiency). However, staff is recommending that new improvements be implemented as a part of the project. The reason is that it would be less disruptive and more cost-effective to perform the new improvements as a part of the project, when spaces are emptied temporarily. This includes changing existing floor plans to optimize operational efficiencies; modif’ing the counters in the Administrative Services Department and City Clerk’s Office to improve customer service; adding a conference room in the Administrative Services Department; adding security features to enhance safety; and replacing the carpet and paint throughout the City Hall.

BACKGROUND: On April 25, 2017, FMI Office Space Development, LLC., was awarded Contract No. 3319 for the construction of the City Hall Interior Remodel Project. The scope of work on the contract includes, (a) project coordination services, (b) planning/space assessments, (c) office space design, and (d) renovating office work stations (replacing existing furniture).

During the planning phase, staff identified issues and office areas needing improvements that were not a part of the original scope of work of the project. For example, the existing floor plans and customer service counters are inefficient and do not meet today’s demands. These issues are recommended to be resolved as a part of the project as it would be more cost-effective and less disruptive. As such, staff is recommending increasing the scope of work and budget to include the additional improvements.

The additional improvements are covered under two contract amendments, as summarized below. This approach was necessary to keep the project on schedule, since the first construction phase was to be completed over the December holidays, when the City Hall was closed. It is noted that Amendment No. 1 was fully funded within the original budget. It is also noted that $9,982 of the cost of the “Other Improvements” were partially funded from the original budget.

• Amendment No. I ($47,866.17) — This amendment was administratively approved in accordance with Section 1.54.610 of the South Gate Municipal Code. Work included the following: 1) procurement and installation of carpet ($38,116.17), 2) reconstruction of the customer service counter and opening of one doorway in the Administrative Services Department, and demolition of one wall in the Administration Department ($9,750).

• Amendment No. 2 ($228,982.07) — The proposed work includes the following: (1) carpet installation ($48,392.07), (2) construction of walls and doorways in several departments, and counter modifications in the City Clerk’s Office ($70,590), (3) Painting interior of City Hall ($80,000) and (4) additional office furnishings ($30,000).

• Other Improvements ($53,000) — Other project related expenditures include the following: (1) security system upgrades ($30,000), (2) new wood doors ($15,000), (3) partition modifications ($4,000), (4) shredding contract ($2,000), (5) IT improvements ($1,500), and (6) moving supplies ($500).

Construction of the project began on December 22, 2017 and is anticipated to be completed by May of 2018.

ATTACHMENTS: A. Amendment No. 2 B. Amendment No. 1 C. Contract No. 3319

GD:lc 2 AMENDMENT NO.2 Contract No. 3319 AMENDMENT NO.2 TO AGREEMENT FOR PROFESSIONAL SERVICES WITH A FMI OFFICE SPACE DEVELOPMENT, LLC

THIS AMENDMENT NO. 2 TO AGREEMENT NO. 3319 FOR PROFESSIONAL SERVICES WITH FMI OFFICE SPACE DEVELOPMENT, LLC (“AMENDMENT NO. 1”), effective as of the date specified in Section 5 hereof, is made and entered into by and between the CITY OF SOUTH GATE (“CITY”), and FMI OFFICE SPACE DEVELOPMENT, LLC (“CONSULTANT”).

RECITALS:

WHEREAS, CITY and CONSULTANT have previously executed that certain Contract No. 3319 Agreement for Professional Se,vices (‘AGREEMENT’) effective May 5, 2017 in the amount of $472,000 to perform certain technical and professional interior renovation services for the project identified as City Hal Interior Remodel, City Project No. 567-ARC, and

WHEREAS, CITY and CONSULTANT have previously executed Amendment No. 1 to Contract No. 3319 Agreement for Professional Sei’vices effective December 12, 2017 in the amount of $47,866.17 to perform certain technical and professional interior renovation services for the project identified as City Hal Interior Remodel, City Project No. 567-ARC.

WHEREAS, CITY desires to expand the scope of work as shown on the CONSULTANT’s December 19, 2017 proposal for additional professional services, attached hereto and incorporated herein as Exhibit A; and

WHEREAS, CITY and CONSULTANT desire to execute AMENDMENT NO. 2 covering said additional professional service and providing additional compensation to CONSULTANT therefore in an amount of $ 228,982.07 under the terms and conditions of this AMENDMENT NO. 2;

WHEREAS, no other provisions of the Agreement are modified, except as specifically modified by this Amendment, all terms and provisions of the Original Agreement and Amendment No. 1 shall remain in full force and effect.

NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:

1. MODIFICATION OF SCOPE OF SERVICES TO BE PERFORMED BY CONSULTANT.

The Scope of Services to be performed by CONSULTANT as set forth in the AGREEMENT shall be modified as follows:

1 3 AMENDMENT NO. 2 Contract No. 3319 a. CONSULTANT shall expand its scope of work, fees and services to the City as set forth on Exhibit “A”hereto.

2. EXTENSION OF TIME FOR COMPLETION OF WORK AND SERVICES.

The AGREEMENT is hereby modified to specify that the deadline date for Consultant’s completion of all work and services to be performed under the AGREEMENT is extended to 11:59 p.m. on December 31, 2018, unless further extended by written agreement of the CITY AND CONSULTANT or unless sooner terminated in accordance with Section 9 and/or 10 of the AGREEMENT. Except for the extension of that deadline date, this AMENDMENT NO. 2 in no way affects, nor should it be construed to affect, the timing of any aspect of the work and services to be performed under the AGREEMENT, including any other deadlines contained therein.

3. MODIFICATIONOF CONSULTANT’S COMPENSATION.

The compensation to be paid by CITY to CONSULTANT for the modified work and services identified in this AMENDMENT NO. 2 shall be as follows:

a. The additional compensation payable by CITY to CONSULTANT for the additional work and services identified in Exhibit A here to shall be Two Hundred Twenty Eight Thousand Nine Hundred Eighty-Two Dollars and Seven Cents ($228,982.07)

b. As a result, the total compensation payable by CITY to CONSULTANT under the AGREEMENT and Amendment 1 as modified hereby shall not exceed Seven Hundred Forty Eight Thousand, Eight Hundred Forty-Eight Dollars And Twenty-Four Cents ($748,848.24).

4. EFFECT OF AMENDMENT.

Except as expressly amended herein, all other terms and conditions of the AGREEMENT and all attachments, and recitals therein and thereto, shall remain in full force. All of the recitals to this AMENDMENT NO. 2 are incorporated into the AGREEMENT as modified by this AMENDMENT NO. 2. The CITY reserves the right to augment or reduce the scope of work as the CITY deems necessary.

[Remainder of page left blank intentionally]

2 4 ______

AMENDMENT NO. 2 Contract No. 3319 5. EFFECTIVE DATE.

Unless otherwise specified herein, this AMENDMENT NO. 2 shall become effective as of January 9, 2018.

IN WITNESS WHEREOF, the CITY and the CONSULTANT have caused this Amendment No. 2 to be executed and attested by their respective officers hereunto duly authorized as of the date first set forth below.

“CITY” CITYOF SOUTH GATE

Maria Davila, Mayor

Dated:

ATTEST:

Carmen Avalos, City Clerk (SEAL)

APPROVED AS TO FORM: “CONSULTANT” FMIOFFICE SPACE DEVELOPMENT LLC

FauI F. Salinas, City Attorney Robert Gordon, President

Dated:

3 5 EXHIBITA

r • FMI Office Space Development, LLC f• 5601 E. Washington Blvd systemsaa a aa dopr Commerce, CA 90040 (323) 776-9107 [email protected] http://www.fmisystems.com

ADDRESS SHIPTO ESTIMATE21O( City of South Gate City of South Gate City Hall City Hall DATE 12/20/2017 8650 California Ave 8650 California Ave South Gate, CA 90280 USA South Gate, CA 90280 USA

DESCRIPTION

ACTMTY

Contractor Services 1 22,604.37 22,604.37 ** For Amendment # 2 Purposes Only

4TNTOO22OK Tagline - AFIRMAHardback 24” x 24” - Tile - Solution Dyed FastTrack SQYD: 2,000

82304 Healthbond Ultra Green 2300 Tile Adhesive - 4 Gallon Eko Box (mm Size) Approx Sprd Rate 4OSQYD per Gallon

Total: $45,208.73 50% Deposit Required ($22,604.37) Remaining Balance Due: $22,604.37)

Thank you for your Business 6 _____

QTY RATE OUNT

Contractor Services 1 68,250.00 68,250.00 Construction Cost KG Construction Contract Iic# 887210

Total Scope of Services Cost: $78,000 4 Phases planned @ $19,500/phase 50% Deposit Required for Phase I ($9,750.00 Rernainin9 Balance Due: $68,250.QO —

Contractor Services 1 23,267.70 23,267.70 Carpet Installation by Dura Flooring Removal of all glued down carpet Floor Prep/Hard Surface Prep Laying of 2000SQ of Carpet Tile 4222 Linear Ft of 6” Cove Base Vinyl Total Scope of Service Cost: $38,779.50 40% Deposit Required: $15,511.80 Remaining Balance Due: $23,267.70

Product 1 30,000.00 30,000.00

Contractor Services 1 77,670.00 77,670.00 Painting

Contractor Services 1 7,189.75 7,189.75 Contractor Services pass through charge of 3%

Please review this quotation carefully before authorizing purchase. Any changes and cancellations are subject to the approval of seller and must be made in writing. Any specials or custom-made products cannot be canceled. Pre-owned and or used furniture is sold as is. Allnew customers and orders more than $5,000 require a 50% deposit, the remaining balance is due upon job completion. Delivery and installation costs are based on normal working hours Monday-Friday unless off hours or weekends have been requested and quoted. Allour areas of work are to be free and clear with dock access and the exclusive use of an elevator if needed. Ifthe job site is not ready as scheduled, additional handling and storage charges could be incurred.

I accept the quotation and terms and conditions as noted above. I also acknowledge that I have the authority and abilityto commit my company to the purchase of the goods and services shown above.

Thank you for your Business 7 Accepted By Accepted Date

Thank you for your Business 8 AMENDMENT NO. 1 Contract No. 3319 AMENDMENT NO. I TO AGREEMENT FOR PROFESSIONAL SERVICES WITH A FMI OFFICE SPACE DEVELOPMENT LLC.

THIS AMENDMENT NO. I TO AGREEMENT NO. 3319 FOR PROFESSIONAL SERVICES WITH FMI OFFICE SPACE DEVELOPMENT LLC (“AMENDMENTNO. 1”), effective as of the date specified in Section 5 1hereof is made and entered into by and between the CITY OF SOUTH GATE (“CITY”), and FMI OFFICE SPACE DEVELOPMENT LLC (“CONSULTANT”).

RECITALS:

WHEREAS, CITY and CONSULTANT have previously executed that certain Contract No. 3319 Agreement for Professional Services (“AGREEMENT’ effective May 5, 2017 in the amount of $472,000 to performcertain technical and professional interior renovation services for the project identified as City Hal Interior Remodel, City Project No. 567-ARC. The term of this Agreement is to expire on December 31, 2017; and

WHEREAS, CITY desires to expand the scope of work as shown on the CONSULTANT’s December 5, 2017 proposal for additional professional services, attached hereto and incorporated herein as Exhibit A; and

WHEREAS, CITY and CONSULTANT desire to execute AMENDMENT NO. I covering said additional professional service and providing additional compensation to CONSULTANT therefore in an amount of $47,866.17 under the terms and conditions of this AMENDMENTNO. 1;

WHEREAS, CITY and CONSULTANT desire to execute Amendment No. I to extend the contract term through December 31, 2018 to complete project.

WHEREAS, no other provisions of the Agreement are modified, except as specifically modified by this Amendment, all terms and provisions of the Original Agreement shall remain in full force and effect.

NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:

1. MODIFICATION OF SCOPE OF SERVICES TO BE PERFORMED BY CONSULTANT.

The Scope of Services to be performed by CONSULTANT as set forth in the AGREEMENT shall be modified as follows:

a. CONSULTANT shall expand its scope of work, fees and services to the City as set forth on Exhibit A hereto.

9 AMENDMENT NO. 1 Contract No. 3319 2. EXTENSION OF TIME FOR COMPLETION OF WORK AND SERVICES.

The AGREEMENT is hereby modified to specify that the deadline date for Consultant’s completion of all work and services to be performed under the AGREEMENT is extended to 11:59 p.m. on December 31, 2018, unless further extended by written agreement of the CITY AND CONSULTANT or unless sooner terminated in accordance with Section 9 and/or 10 of the AGREEMENT. Except for the extension of that deadline date, this AMENDMENTNO. I in no way affects, nor should it be construed to affect, the timing of any aspect of the work and services to be performed under the AGREEMENT, including any other deadlines contained therein.

3. MODIFICATIONOF CONSULTANT’S COMPENSATION.

The compensation to be paid by CITY to CONSULTANT for the modified work and services identified in this AMENDMENTNO. I shall be as follows:

a. The additional compensation payable by CITY to CONSULTANT for the additional work and services identified in Exhibit A hereto shall be Forty- seven Thousand Eight Hundred Sixty-Six Dollars and Seventeen Cents ($47,866.17)

b. As a result, the total compensation payable by CITYto CONSULTANT under the AGREEMENT as modified hereby shall not exceed Five Hundred Nineteen Thousand Eight Hundred Sixty- Six Dollars and Seventeen cents ($519,866.17)

4. EFFECT OF AMENDMENT.

Except as expressly amended herein, all other terms and conditions of the AGREEMENT and all attachments, and recitals therein and thereto, shall remain in full force. All of the recitals to this AMENDMENTNO. I are incorporated into the AGREEMENT as modified by this AMENDMENTNO. 1. The CITY reserves the right to augment or reduce the scope of work as the CITYdeems necessary.

[Remainder of page left blank intentionally]

2 10 AMENDMENT NO. 1 Contract No. 3319 5. EFFECTIVE DATE.

Unless otherwise specified herein, this AMENDMENT NO. I shall become effective as of the date set forth below on which the last of the parties, whether CITYor CONSULTANT, executes this AMENDMENTNO. I.

IN WITNESS WHEREOF, the CITY and the CONSULTANT have caused this Amendment No. I to be executed and attested by their respective officers hereunto duly authorized as of the date first set forth below.

“CITY” CITYOF SOUTH GATE

Mic ael Flad, City Manager Dated:/Z -/3-- 17

ATTEST:

Carmen Avalos, City Clerk (SEAL)

APPROVED AS TO FORM: “CONSULTANT” FMIOFFICE SPACE DEVELOPMENT, LLC

aul R Salinas, City Attorney

H EXHIBITA

FMIOfficeSpace Development, LLC

- 5601 E. Washington Blvd fsystems Commerce, CA 90040 (323) 776-9107 [email protected] http:Ywww.frnisystems.com

BILLTO SHIP TO Cityof South Gate Cityof South Gate City Hall City Hall 8650 CaliforniaAve 8650 CalifornIaAve South Gate, CA 90280 USA South Gate, CA 90280 USA

ACTiVITY OW RATE AMOUI(r

Contractor Services 1 22,604.37 22604,37 4TNT00220K Tagline - AFIRMAHardback 24Hx 24” - Tile - Solution Dyed FastTrack SQYD: 2,000

82304 Healthbond UltraGreen 2300 TileAdhesive - 4 Gallon Eke Box (mm Size) Approx Sprd Rate 4OSQYDper Gallon

Total: $45,208.73 50% Deposit Required ($22,604.37) Remaining Balance Due: $22,604.37)

ContractorServices 1 9,750.00 9,750.00 Construction Cost KG Construction Contract lic#887210

Total Scope of Services Cost: $78,000 4 Phases planned @ $19,500lphase 50% DeposIt Required for Phase 1 ($9,750.00 Remaining Balance Due: $68,250.00

12 ACTIVITY QTY RATE AMOUNT

ContractorSeivices 1 15,511.80 15,511.80 Carpet Installationby Ours Flooring Removal of all glued down carpet Floor Prep/Hard Surface Prep Layingof 2000S0 of Carpet Tile 4222 Linear Ft of 6 Cove Base Vinyl TotalScope of ServiceCost: $38,779.50 40% DeposIt Required: $15,511.80 Remaining Balance Due: $23,267.70

13 .

Contract No. 3319

AGREEMENT FOR PROFESSIONAL SERVICES

THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into by and between the City of South Gate, a municipal corporation, (“City”), and FMI Office Space Development, LLC, a California corporation (“Consultant”).

RECITALS

WHEREAS, City desires to engage Consultant to perform certain technical and professional interior renovation services, as provided herein, in connection with that certain project identified as: CITY HALL INTERIOR REMODEL, CITY PROJECT NO. 567- ARC.

WHEREAS, such services include, but are not limited to, space planning & design (advisory and consultative), furniture selection and procurement, and project management, delivery and installation.

NOW, THEREFORE, the parties agree as follows:

1. Parties to the Agreement.

The parties to the Agreement are:

A. Owner: The City of South Gate, a municipal corporation, having its principal office at 8650 California Avenue, South Gate, California 90280.

B. Consultant: FMI Office Space Development. LLC 5601 E. Washington Boulevard Commerce, CA 90040

2. Representatives of the Parties and Service of Notices.

The representatives of the parties who are primarily responsible for the administration of this Agreement, and to whom formal notices, demands and communications shall be given, are as follows:

A. The principal representative of the City shall be:

Arturo Cervantes, P.E. Director of Public Works/City Engineer Public Works Department City of South Gate 8650 California Avenue South Gate, CA 90280

4504563.1 -- L235,0 I 4 B. The principal representative of the Consultant shall be:

Robert Gordon President FMI Office Space Development LLC 5601 E. Washington Boulevard Commerce, CA 90040

C. Fonnal notices, demands and communications to be given hereunder by either party shall be made in writing and may be affected by personal delivery or by mail.

D. If the name of the principal representative designated to receive the notices, demands or communications, or the address of such person, is changed, written notice shall be given within five (5) working days of said change.

3. Description of Work.

City hereby engages Consultant, and Consultant accepts such engagement, to perform the technical and professional services, as needed, set forth in the “Proposal” attached hereto as Exhibit “A”. Consultant shall perform and complete, in a manner satisfactory to City, all work and services set forth in Exhibit “A”. The Director of Public Works, or the Director of Public Works’ designee, shall have the right to review and inspect the work during the course of its performance at such times as may be specified by the Director of Public Works.

4. Data Provided to Consultant.

City shall provide to Consultant, without charge, all data, including reports, records, maps and other information, now in the City’s possession, which may facilitate the timely performance of the work described in Exhibit “A”.

5. Independent Contractor.

Consultant is an independent contractor and shall have no power or authority to incur any debt, obligation or liability on behalf of the City.

6. Consultant’s Personnel.

A. All services required under this Agreement will be performed by Consultant, or under Consultant’s direct supervision, and all personnel shall possess the qualifications, permits and licenses required by State and local law to perform such services, including, without limitation, a City of South Gate business license as required by the South Gate Municipal Code.

B. Consultant shall be solely responsible for the satisfactory work performance of all personnel engaged in performing services required by this Agreement, and compliance with all reasonable performance standards established by City.

2 4504563.1 -- L235.0 15 C. Consultant shall be responsible for payment of all employees’ and subcontractors’ wages and benefits, and shall comply with all requirements pertaining to employer’s liability, workers’ compensation, unemployment insurance, and Social Security.

D. Consultant shall indemnify and hold harmless the City and all other related entities, officers, employees, and representatives, from any liability, damages, claims, costs and expenses of any nature arising from alleged violations of personnel practices, or of any acts or omissions by Consultant in connection with the work performed arising from this Agreement.

7. Compensation.

A. The total compensation to be paid by City to Consultant for the scope of work and services described in Exhibit “A” shall be as submitted in the proposal for an amount not to exceed $472,000. Consultant’s fees and charges for the work and services performed shall in no event exceed those set forth in the “Fee Proposal” attached hereto as Exhibit “B” and made a part hereof. Notwithstanding anything to the contrary in the proposal, invoices will be processed for payment and paid subject to approval by Director of Public Works and City Council within sixty (60) days from date of receipt by Director of Public Works. Travel expenses (time, mileage, etc.) to attend business meetings and/or any other business associated with the scope of work shall be waived and shall not be shown on the Consultant and sub-consultant’s compensation submittal to the City.

8. Indemnity and Insurance.

A. Consultant agrees to indemnify, hold harmless and defend the City, its officers and employees, from and against any and all claims, losses, obligations, or liabilities whatsoever incurred in or in any manner arising out of or related to Consultant’s negligent or willful acts, errors or omissions, or those of its employees or agents. Consultant will deliver to City a certificate of insurance evidencing professional liability insurance coverage in an amount not less than $1,000,000.

B. (1) The Consultant, at its expense, shall maintain in effect at all times during the performance of work under this Agreement not less than the following coverage and limits of insurance, which shall be maintained with insurers listed “A” or better in the Best’s Insurance Guide and authorized to do business in the State of California.

(a) Workers’ Compensation and Employer’s Liability

- Workers’ Compensation-coverage as required by law.

- Employer’s Liability-limits of at least $1,000,000 per occurrence.

(b) Comprehensive General Liability

- Combined Single Limit-$ 1,000,000.

3 4504563.1 --L235.0 16 The automobile and comprehensive general liability policies may be combined in a single policy with a combined single limit of $1,000,000. All of the Consultant’s policies shall contain an endorsement providing that written notice shall be given to City at least thirty (30) calendar days prior to termination, cancellation or reduction of coverage in the policy.

(2) Policies providing for bodily injury and property damage coverage shall contain the following:

(a) An endorsement extending coverage to City as an additional insured, in the same manner as the named insured, as respects liability arising out of the performance of any work under the Agreement. Such insurance shall be primary insurance as respects the interest of City, and any other insurance maintained by City shall be considered excess coverage and not contributing insurance with the insurance required hereunder.

(b) “Severability of Interest” clause.

(c) Provision or endorsement stating that such insurance, subject to all of its other terms and conditions, applies to the liability assumed by Consultant under the Agreement, including without limitation that set forth in Section 8.A.

(3) Promptly on execution of this Agreement and prior to commencement of any work Consultant shall deliver to City copies of all required policies and endorsements to the required policies.

(4) The requirements as to the types and limits of insurance to be maintained by the Consultant are not intended to and shall not in any manner limit or qualify Consultant’s liabilities and obligations under this Agreement.

(5) Any policy or policies of insurance that Consultant elects to carry as insurance against loss or damage to its equipment and tools or other personal property used in the performance of this Agreement shall include a provision waiving the insure?s right of subrogation against the City.

9. Termination for Convenience.

The City may terminate this Agreement at any time without cause by giving fifteen (15) days written notice to Consultant of such termination and specifying the effective date thereof. In that event, all finished or unfinished documents and other materials shall, at the option of City, become its property. If this Agreement is terminated by City as provided herein, Consultant will be paid a total amount equal to its costs as of the termination date, plus ten percent (10%) of that amount for profit. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this Agreement.

4 4504563.1 . L235.0 17 part Agreement

Agreement within receipt accordance provided

may such the maps, shall whether work expenses. this notice default

against to religion, or employment rates following:

or under 4504563.1

ensure

advertisements age.

work

of

Section

require

manner

be

of

and

this photographs, of

this a

of

10.

was 11. -

pay

paid any

period

delivered

ancestry, performed

termination 1235.0

above

notice

Affirmative

that

Agreement work

within

Agreement.

with

or

or excusable,

Consultant

employment,

10,

as

without

employee,

an

Termination

subcontractors

A.

B.

C.

D. Non-Discrimination

A.

other

B. so

it

of

in

from

it amount

in

its

may

the

fails

is ten sex,

placed

paragraph

to

progress, up

reports,

terms,

forms

had determined,

regard

time

The City (1) (2)

In

If

If

In

deem The in

City action

(10)

to

national

then

City

to

to

this

equal

subcontractor,

any

the

the

after

been

the

City

by

provide upgrading, specif’ing

specified

provisions

of for make

days and

or

appropriate, to

the

shall

etc.,

Agreement of

performance If

If and

date

event compensation; relating or

A

to

Cause.

issued

to notice

their may,

in

the

origin,

Consultant

in

Consultant rights

of

on

(or

complete

the applicants

progress

for

prepared

have possession

of

all

either

and

following

this

herein behalf

race,

City

by

such

termination,

value

pursuant such any

of

of

fmished

demotion

to

and

handicap Equal

access

written

Section or

subsection

services termination

is

employment

color, reason,

of

terminates

longer

failure.

of

or

of

as

obligations

of

terminated applicant by and

are

fails

and

fails

these

this circumstances:

any

Employment

of

Consultant the

to to

or

to

Consultant.

notice

employed,

5

religion,

incomplete

10, or

selection

or

Section

period

Consultant,

unfinished similar

endanger consideration that all authorized

to

Agreement, work

to

circumstances

transfer; A

age.

City

documents,

of

perform

this

for

to perform

above Consultant

shall as

of

performed.

the

as

to

Consultant,

9.

ancestry,

may

Consultant

for

provided the

employment

for

Agreement

and

Opi,ortunity.

those

City

performance

Agreement

Upon

drawings,

documents,

extension include,

shall recruitment;

personnel training

and

parties

procure, Consultant

the

that

shall

the

may

terminated.

data

was

does

be

to

sex, such

services

employees

above

In

services

terminate will be

included shall

authorized authorize

but

including

and

not

thereof;

in

ascertaining

and

national

upon not

because

given

to

under

termination,

data,

take

of

not layoff

whole

shall

in in

records

be

perform

correct to

called

this

default,

paragraph

such

the to

studies, required

affirmative

be

in

are the

the

other

or

in

apprenticeship. not

origin,

both

of

or

all reimbursement

Agreement

or

limited same

treated

writing)

whole

provisions

of

terms

such

any the

discriminate

for

termination;

race,

solicitations

in

Consultant

documents

or

Consultant

completed

drawings,

handicap

value

as

by

A,

by

services

that

part

failure or

and

during

to

action

color,

if

after

City

this any

this

1

the

the the

as

of in

in

of

8 and its subcontractors for purposes of determining compliance with the equal employment opportunity and non-discrimination provisions of this Section, and all applicable provisions of Executive Order No. 11246 which is incorporated herein by this reference. A copy of Executive Order No. 11246 is available for inspection and on file with the Public Works Department.

12. Consultant’s Warranties and Representations.

Consultant warrants and represents to City as follows:

A. Consultant has not employed or retained any person or entity, other than a bona fide employee working exclusively for Consultant, to solicit or obtain this Agreement. B. Consultant has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Consultant, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the execution of this Agreement. Upon such breach or violation of this warranty, City shall have the right, in its sole discretion, to terminate this Agreement without further liability, or, in the alternative, to deduct from any sums payable hereunder the full amount or value of any such fee, commission, percentage or gift.

C. Consultant has no knowledge that any officer or employee of the City has any interest, whether contractual, non-contractual, financial, proprietary, or otherwise, in this transaction or in the business of the Consultant, and that if any such interest comes to the knowledge of Consultant at any time, a complete written disclosure of such interest will be made to City, even if such interest would not be deemed a prohibited “conflict of interest” under applicable laws.

D. Upon the execution of this Agreement and during the term thereof Consultant shall have no financial interest, direct or indirect, in any transaction or business entity which would relate to the performance of services and work required by this Agreement, nor shall any such financial interest be acquired during the term of this Agreement. Consultant understands and acknowledges that the receipt of a monetary incentive by Consultant from a vendor selected to provide equipment or services In particular, Consultant shall immediately disclose to City any commission, discount or other monetary incentive offered or granted to Consultant in connection with any equipment or related services related in any way to the scope of work in this Agreement. In the event such commission or other monetary incentive is offered to Consultant by any existing or prospective third party vendor, Consultant and City shall discuss and agree upon whether such commission or incentive, in whole or in part, shall be credited toward any payment due herein from City to Consultant. Failure to provide notice of such offer or payment may at the City’s sole election be a basis for terminating this Agreement.

13. Subcontracting, Delegation and Assignment.

A. Consultant shall not delegate, subcontract or assign its duties or rights hereunder, either in whole or in part, without the prior written consent of the Director of Public Works; provided, however, that claims for due or to become due to Consultant from City under this Agreement may be assigned to a bank, trust company or other financial institution without such approval. Any proposed delegation, assignment or subcontract shall provide a

6 4504563.1—L235.O 19 description of the services to be covered, identification of the proposed assignee, delegee or subcontractor, and an explanation of why and how the same was selected, including the degree of competition involved. Any proposed agreement with an assignee, delegee or subcontractor shall include the following:

(1) The amount involved, together with Consultant’s analysis of such cost or price. (2) A provision requiring that any subsequent modification or amendment shall be subject to the prior written consent of the City.

B. Any assignment, delegation or subcontract shall be made in the name of the Consultant and shall not bind or purport to bind the City and shall not release the Consultant from any obligations under this Agreement including, but not limited to, the duty to properly supervise and coordinate the work of employees, assignees, delegees and subcontractors. No such assignment, delegation or subcontract shall result in any increase in the amount of total compensation payable to Consultant under this Agreement.

14. Ownership of Documents.

All plans, specifications, reports, studies, tracings, maps and other documents prepared or obtained by Consultant in the course of performing the work required by this Agreement shall be the property of the City. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Consultant under this Agreement shall, upon request, be made available to City without restriction or limitation on their use.

15. Entire Agreement and Amendments.

A. This Agreement supersedes all prior proposals, agreements, and understandings between the parties and may not be modified or terminated orally.

B. No attempted waiver of any of the provisions hereof, nor any modification in the nature, extent or duration of the work to be performed by Consultant hereunder, shall be binding unless in writing and signed by the party against whom the same is sought to be enforced.

C. Consultant acknowledges and agrees that it has consulted with an attorney, or has knowingly foregone the opportunity to do so and executes this Agreement knowingly and voluntarily.

16. Resolution of Disputes.

Disputes regarding the interpretation or application of any provisions of this Agreement shall, to the extent reasonably feasible, be resolved through good faith negotiations between the parties. In the event that the parties cannot reach agreement, parties agree to submit their dispute to non-binding arbitration prior to the commencement of any legal action or suit. The parties are free to choose a mutually agreeable arbitrator; however, in the event of a lack of

7 4504563.1-- L235.0 20 agreement between the parties, the matter shall be submitted to the American Arbitration Association and be subject to its Commercial Arbitration Rules. Each party shall bear its own costs and fees, and share equally in the cost of the arbitration fee.

17. Severability

If any provision of this agreement is held by court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions nevertheless will continue in lull force and effect without being impaired or invalidated in any way.

18. Exhibits.

The following exhibit to which reference is made in this Agreement is deemed incorporated herein in their entirety:

Exhibit “A” Scope of Work dated January 29, 2017 Exhibit “B” Fee Proposal

19. Governing Law.

This Agreement shall be governed by the laws of the State of California.

20. Effective Date.

Unless otherwise specified herein, this Agreement shall become effective as of the date set forth on which the last of the parties, whether City or Consultant, executes said Agreement, and shall terminate on December 31, 2017 unless terminated otherwise in accordance with the terms of this Agreement.

[Remainder of page left blank intentionally]

8 4504563.1 -- L235.0 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SOUTH GATE AND FMI OFFICE SPACE DEVELOPMENT, LLC

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed and attested by their respective officers thereunto duly authorized.

“CITY” Byt1CITY OF SOUTH GATE: aria Davila, Mayor

Dated:

ATTEST:

Carmen Avalos, City Clerk (SEAL)

APPROVED AS TO FORM: “CONSULTANT” FMI OF CE DEVELOPMENT, LLC:

Rul F. Salinas, City Attorney Signature

Title

Dated:

9 4504563,1 —L235.0 22 EXHIBITA inFerior l fsystemsm civu!op-r

Proposal for Furniture Services For

inerior office space cmisystems developers

Speclallsts in Everything Office and Industrial

23 • t( tmi systemsdevFIorrs

601 E. Washington Blvd, Commerce, CA 90040 Office (323) 776-9107

Subject: Request for Proposal (RFP) for City Hall Interior Remodel CityProject No. 567-ARC

City Of South Gate — City Clerk’s Office Attn: Arturo Cervantes, P.E., Director of Public Works/CityEngineer 8650 Ca1fornia Ave South Gate, CA 90280

Dear Arturo,

I want to personally thank you for allowing FMI Office Space Development., LLC. the opportunityto submit our credentials for the Vendor Vettingportion of the abovementioned RFP process. FMI is proud of its partnership with the State of California (DIR) and LA County as a certified Local Small Business (LSBE) on similar projects and we hope to do the same with the City of South Gate.

Our Showroomand base of operations is located less than 5 miles from South Gate City Hall.This proximity will give us a distinct advantage on being able to dispatch & service this project at a moment’s notice. This also allows us to keep costs down because of the diminished employee travel & product transportation time.

Our install team is comprised of 100% employee based technicians which allows us to maintain full control over our projects at all times. Because of our Facilities Maintenance/Management Departmentwe have developed an extensive network of vetted & qualified vendors in all areasof the service industryranging from flooring & paint, window treatments,electricians,and plumbers to landscapers & window washers. All of which we would be honored to open to you.

Since we are a dealer for over 80 different furniture manufacturers, from budgetary to high-end contractlines, we can take a unique approach to your projectby matching the product solutionsto your team’s exact needs.

At FMI Systems we understand the challenge of perfonning and completing a quality project within the Government sector and we pride ourselves on having all of the employees, vendor partners, and resources necessary to meet that challenge.

Our goalis to build enduringbusiness relationships with all of our customers. We achievethisby providing quality products & services backed by a highly efficient and responsive group of professionals& technicians.

24 0 iricr

tsystemsrn !iLpi

FM! Systems is comprised of a team of experienced individuals who care about our customers, who take pride in the work we do, and who have the experience and desire to manage your project needs safely and to your satisfaction.

Quality isn’t just a marketing catch word.... It’s the way we think, It’s the way we operate, It’s the way we are

We believe that our response meets the requirements as called out in this City of South Gate SolicitationProject No. 567- ARC. If the Cityof South Gate determines that FM! response is deficientin any way,FMI respectfully requests to bepromptly notified and be given the opportunityto correct any such deficiency. Pleaseforward any question regarding this solicitation response to me. My contact information isprovided below,

On beha(f of the FMI Team,thankyoufor giving us the opportunity to respond to this RFP and we lookforward to a positive response.

Sincerely,

Robert Gordon Robert Gordon - President FMI Office Space Development, LLC. Office: 323.776.9107 Cell: 424.269.8719 Email: [email protected] 5601 E. Washington Blvd Commerce, CA 90040

25 l spve fsystemsm dcpt II. Table of Contents

L Corporate Documentation I II. FMI Organizational Chart 2 III. Qualifications and Experience 3-7 IV. Scope of Work 8-11 V. Project References 12-13 VI. Furniture Proposal Introduction 14 VII. Preliminary Product Inventory 15-18

APPENDIX

Preferred Vendor List APPENDIX A Task Descriptions APPENDiX B Reference Letter- Luther Burbank Savings APPENDIX C Reference Letter-State of California APPENDIX D Reference Letter -Creative Bus Sales APPENDIX E Reference Letter-Merchant Club of America APPENDIX F LA County Vendor Rating Sheet APPENDIX G OFS Brands APPENDIX H Deskmakers APPENDIX I Cherryman APPENDIX J JSI APPENDIX K Neutral Posture APPENDIX L Office Design Studio APPENDIX M Friant APPENDIX N Idesk APPENDIX 0 9 to 5 Seating APPENDIX P Neutral Posture APPENDIX Q Systemath APPENDIX R ESI APPENDIX S FMI Safety Procedures APPENDIX T

26 i fsystems IlL Corporate Documentation

FMI Office Space Development.LLC was originally founded as Flash Moving and Installation Systems by Robert Gordon, sole proprietor, in 2011. Flash’s mission was to provide corporate relocations and modular furniture installations as subcontractors to several large relocation andbusiness furniture companies while developing a client base of our own. In January 2012 after assessing the ongoing needs of our growing client base, Flash decided to expand and create a new business furniture division of the company. As part of this new division additional services were added such as space planning & design, and contract furniture procurement. In January 2014, FM! systems partnered with Jason Arlington Vice President of AJA Construction Corporation. This union allowed FMI Systems to branch into the commercial facilities services industry with an emphasis on Facilities Maintenance & Management and Project Management. In 2015, Flash Moving and Installation Systems reorganized its corporate structure from sole proprietorship to FAIl Office Space Development, LLC. Registered in the State of California. In this corporate restructure, Jason Arlington was deemed a Principal of FMI Systems. Shortly after that FMI was lucky enough to bring on Kevin Fuller from LANCAB and create an Information Technology Department (IT). Those services include Data & Voice Cabling, Audio Visual, Fiber Optic Cabling and Computer Disconnect/reconnect/ping. This last merger allowed us to become what we are today, a full-service office furniture dealership that is employee based. Our Full array of services now includes: * Contract Furniture Procurement * Space Planning and Design, * Project Management * Commercial Relocation Services, * IT Services * Asset Management, Storage, Liquidation, & Disposal * Facilities Management & Maintenance. FMI Office Space Development LLC’s mission is to provide quality products and services with emphasis on value to deepening customer relations. We have full control over our resources and carry NO company debt. We are working towards purchasing our Showroom & Warehouse property in Commerce, CA. We own the delivery trucks, asset management, Installation & relocation equipment, etc., and we employ the personnel to ensure a seamless experience for our clients. As a leader in workplace solutions in Southern California we are confident we arejust the team to make this project a smooth and worry free experience for all concerned.

27 fi • trr I tisystems Organizational Chart

Robert Gordon Prsidepl/CEO

Jason Arlington Maritza Lopez Principal/Director of 1 -_ Principal/Purchasing L.L:i : Erfe Lomeli Supervisor/Lead ‘ InsiglIer Robert Gordon-, Allan Kennedy 1 SalesEfecuive Sales Executive Martin Lomell Jim Meltzer Superv-soWLead I Design Consultant, Installer Tiffany Schiller Berentz Torres FMi Space Planning FMI, Design

Robert Saenz Vladimir Alvarez WarehouseManager Design Consultant, Alan Desk —fFMI, Safe&Direcor 28 Member Fzeldarnj,y H Kevin Fuller VPInformation L røMemb FMLIT Tech Team

QualifiedVendors. Please see Appendix A

:LJ I Flooring Plumbing Paint Electrical Security Acoustics Safety

28 pride Please IV.

because FMI Planning, decided up his moving

founded commercial Native & Jason and

and

services

to

wife

Process works

Office

in

Warehouse

is

meet

Qualification

Dutch-Indonesian ‘

every in

to

of

equipped and

FMI

Principal/Sales Management, manager A Jason the Construction

Facilities

to .

stay

directly the

offered

third-generation

Space

the

driver

and

daughter.

United

contract

systems

project.

relationships

Sales President/CEO Robert Mr.

He Arlington local over

team:

Facilities

manager

with Development,

for

delivering has

to

with

Gordon

Management,

States 20

becoming

Executive

include

and

sales

City

as

Gordon Corporation been

We

diverse

Operations

years.

Architects

a

Executive

Community.

Experience

while

Management.

commercial

Wide

army strive

and

holds

developed in

builder

through Office

the Starting

experience

a

project

Jason

attending

Construction

a certified

in

a

and

commercial

team

Coordination,

and

he

degree

assuring

contractor

Furniture

48

other

successfully

excelled

on

management. relocation

in

Designers,

of

In

States.

the

contract

the

school. in

knowledgeable

in

his

core

every

Project

industry Business

service

Procurement,

Corporation.

management

with

free

as

Upon

services.

and

&

a

Accounting, furniture

little

From

completed

time,

an

commercial furniture

Management

In

side

code

as

extensive

Administration news

2011

detail

a

there

Jason

of

He

and

warehouse

inspection.

During

installer

and

Project

of the

Robert

installation

resides

of

over

Robert professional

is a

Construction,

industrial

industry,

electrician

background the

daughter

highly

within

his 800

Management,

project

then

ventured

locally

became laborer

After

and

time

projects

active

company.

corporate field

he

relocation

on

Project

becoming individuals

is

as

serving

in

expanded

in

working

the

Administration,

off a

complete.

City supervisor,

Whittier

in

Project

Class

underbudget.

way

on

supporting

Space

Management.

rrri

systems

operations

Wide

Eventually,

four

his

industry

A

general Robert

his

his

who

CA own

years

way

finally

team •

i

take

with

his

29 and

for nIec.)

in project volunteering duties responsibility minor public, are systems Erik District still can She resolved identify resides attended understands in as customers specifications. from furniture Business needed. Lead blueprints, Erik Installer/Supervisor individual Erik Purchasing i of Maritza given Design Maritza there electrical while her California 2006 FMI’s to Lead Martin With company. joined Lomeli Installer/Supervisor meet time the with contract and As and in Support exhibiting to has Lopez Installer/Supervisor 18 daily opportunity 2005. with 2011 a Lomeli and with case distribution time her team the He years been A Lead State dministraEor He furniture FMI also capable administrative Husband a goods different and to and She members. strong with Installer, is of University, a the manages he Systems responsible polite, since budget became experience as following for FMI is requirements of desire systems and Purchasing organizations. qualified then field assigned he helpful, Martin Office targets a 2 installations Team operations makes Los Special to Yr. she measuring in for year electrical provide old Angeles is in the Space has with projects in positive ensuring Administrator on a sure reading leading 2014. field, daughter, Education role continuously installation staff Born and Development, the of any a requirements model obtaining without worksite attitude Martin all He the best purchasing. provided, construction the and customer sizes is Emma. safe Teacher Design quality for raised a allowing has blueprints. damage highly and been and in and a the B.A and been preparation LLC issues for professional in Team. product service. installation timely a for and motivated part Los performs building in her and a since Los CAD Psychology related great Angeles of to installation In in types, Angeles As the oversee 2012 2014 accordance for asset installation hook-ups team. installation image a and to community installation. Lead assuming

rrr

systems

4 CA, installation starting she to enthusiastic School and all with of the was Maritza aspects and with a as •

I by

30 irii;, d-v.-pr r tmrsystems

Robert Saenz Warehouse Manager

Robert Saenz is.FMI’s Warehouse Manager. He is responsible for all day-to day warehouse activities that includeplanning, organizing,monitoringthe receiving, storage, and distribution of all items received from our vendors. He works safely at all times and follows all established safety guidelinesand procedures while maintaining processes and procedures to be followedby employees in order to meet sanitary, Health Department, safety, security, and OSHA requirements. Robert alwaysmaintains friendly and respectful decorum toward customers,co workers, vendors, and all others. He helps provide supervision of drivers and driver equipment including schedules, following DOT requirements, safety and protecting companyassets.

Allan Kennedy

I Tiffany Schiller FMI, Space Planning

Tiffanyjoined the team in 2014. She works with project teams to providehands-on leadership for establishing, interpreting, organizing and executing the conceptual design of a project, utilizing creativity, foresight, andjudgment to meet project requirements and objectives through project completion while collaboratingwiththe Project Manager, Sales Executive, and the Design Team. She understandsthe importance of developing innovative design solutions to complex problemsthat are practical, aesthetic, safe, and conducive to intended purposes and function. Tiffanyalsoprovides support to all team members for specific discipline, style, or phase of interior designbased on expertise as well as input into the detailing of project elements andlor the design and detailingof custom features,including custom furniture.

31 years Vladimir Northridge received emphasis job. customers. core Jim Jim carry The Enterprises opportunity furniture. Inc., fruition. listening specifring creating is was Tonight values Each a before the an offered his furniture has name expert to in client’s where During software are and .:ure the Business. to associates becoming Show been interior Bereniz deadlines. Bereniz design FMI, based and needs Menchie’s, dealer on the Design time Vladimir Vladimir he specifications, working needs his with all core Design his managing for for Born Jim opportunity and Design learned on of many received He 21 the design that the degree Torres is designing responsibilities OfficeMax Meltzer Jay values the can honesty and Consultant, and a years will Her brands Alvarez co-owner graduated team specialized as Consultant, as office client Leno manage Lead about wants raised has a in the be Experience well a of of Purchasing to player Accounting Graphics selection and receiving that working made office and working a while environments as become an as are once in and projects from Alan integrity a he working amazing Jimmy Cleveland, on included unique manager who her Alan supply collaborating represents Vice small catering with Design environments, of Lynwood Desk his for the Agent an can from furniture throughout Kimmel Desk President and integral and Alan Bachelor’s new with major furniture office side the multi-task in for diploma Ohio, and Santa clients to he a and owner development Desk production of high new High provide called furniture is with Live. Project and part the can very of Jim store Monica all he profile division in as Degree School store. and the from finishes; and of them present ]nformation phases. decided need a moved accommodating great the that designer, Manager company, president panel work designers Harcourt clients College and Realizing of of team. with in called started value a utilizing to new medium May to Bereniz’ systems under bringing number Los honors work such for it She of Systems FurnitureMax. ordering Throughout to and for back 2017. Learning gave Angles Alan pressure Alan that is AutoCad as for TV to transferred of and/or to s a and responsible in him specialty Magic high he creative each. options Alan Desk Desk shows with 1941. system while at had

Direct, rrii the

systems r to commercial end the the Desk for Co, and Johnson In an meet a Their such Some for passion vision same working to years, office is 2015 and 11 mc, Cap He for CSU Co,

each

i 32 as of to j’icer. to **preferred moving system changes. Partner associated Kevin FMI, Kevin pertaining professional Standards Management, Quality Cost work he Implementation has Accounting, experience VP Fuller Fuller had to for to Assurance Whether of ease a with to & Life, the whole Information manner, Vendors Joined Specifications. safety Procurement maintenance privilege change and of in the Richard He the FMI, Richard and Design you’re new & Small OSHA and the is U.S. direct that’s maintaining education Control, directly are Safety are location, FMI injury of Ernst Ernst Air Networks, Technology and adding implementation 500. listed why minimized. workmg & and Systems Force Director Implementation Logistics, prevention Productivity responsible has Richard gives so ensure we in on, confidentiality many been for Appendix on Risk got reconfiguring him Team (I. many 4 scalability, Ernst in you Material come T) years Analysis, and expertise for of the & in covered, projects safety is manages Flow controlling practices construction January back A as responsible and Control a disruption, your carpentry Forecasting in Analysis, to policy, protecting of as the us 2016. the for office, all we when cost & following safety ERP sizes industry practices, can for Inventory specialist. Statistics, He cost, and it’s upgrading representing & company install Systems, and considers program Decision-Making maintaining and time functional since different methods Management, your headaches Richard Innovation for interests Design 1985 your and every moves, structured FMI industries. and is areas: records network, and Ernst responsible customer and Systems often at

procedures. f & systems adds, has Systems, and

all mi Project is cabling served times. certified or His and in

A 33 for a nr dr3’. in kc r • rmsystems dLpcr V. Scope of Work

SCOPE OF WORK In thefollowing pages, we explain our understanding of the South Gate CityHall Renovation based on the amount of information provided thusfar. Asyour proj ectprogresses and more details are received such as individual department needs, preferred department hours of operation, etc. FMI willfine tune it’s “Plan ofAttack”. From the Scope of Workpage, we lead directly into the introduction of the assigned Key Players involved, a description of their individual tasks, an explanation of how those tasks overlap departments, and how the FMI Team comes together to deliver & complete a successfulproj eel.

South Gate is looking for a firm that can be the “One Stop Shop” for the City Hall Interior remodel project. These services include but are not limited to: • Identifying existing office & work station issues. • Space Planning & Design of new offices & workstations keeping ergonomics and productivity in mind • Furniture selection & procurement of quality office furnishings for 85 seats • Project Management • Providing & Coordinating Licensed & insured Contractors when needed • Bring additional new ideas & suggestions, Perform Interior Improvements where needed such as carpetlflooring, painting, & any other improvements deemed necessary or where budget allows. • Tentative Relocation of employees onsite while improvements are in process • Provide obvious value in our products & services

The remodel of City Hall is to happen within 4 phases: Phase 1: Administration, City Manager, & Counsel Phase 2: Finance & IT(Tentative) Phase 3: Development Phase 4: Public Works

The current seating plan has some Development & Public Works employees in the same area. Our goal will be to design a floor plan where we consolidate those departments into their own assigned space & tentatively have additional seats for future growth.

FMI will develop and produce a floor plan where ALL EXISTING PHONE, DATA, & ELECTRICAL DROPS ARE UTILIZED.

FMI will coordinate with Department Heads to ensure that each phase is conducted in a fashion to where City Hall employees experience NO downtime, reducing any impact to City Hall daily operations. All work is to be performed after business hours and on the weekends. All work must be complete by 7AM Monday through Friday.

Our Approach to your project would be to begin with the Design Process which entails:

34 includes: Design Finalize approval Approval Design design assigned Evaluation Design • • • • • • • • • • • • • Design the • • • • Planning • • • • • • • And preparations ordering receiving approving Confirm Confirm Revising Confirm Process Making Coordinating Receive Meeting process Process details are Coordinating Budget Proposing Selecting Drawing Project What Discuss What What Budget? in What Process - on big Project We your - all Process all Before - picture kind is style are - We on finalize that Deadlines dispersion Jim aspects current In Step sure Step bids your wrong we all that we Step with Does the floor the Manager the materials your items meet the lines of of will items will have are Step we for final we we 4 questions appropriate 3 for same needs all meetings image potential 1 planning furniture plans and one needs with project? of still lead with the implement of to stay are want the flooring, 2 the from floor the furniture be confirm department to page and last vs. addressing within above would your to Jim within aesthetic and discuss ordered to design. plans the with such the contractors wants do phase phase colors discuss Melizer, deposits wants? existing painting, you project’s manufacturers with budget the you all budget that all as: the This we of details style have prefer? details decision all like the meet a implementation specifics roll your furniture? wide needs includes tentative assigned the for a success. up before higher your from assigned client the range makers our & of needs City issues the but sleeves the Can budget construction, Project This your would of planning is Hall & last questions Lead we including not project. includes: from parties vs. and step like Manager utilize to limited Designer have? Step other begin phase, to of involved etc such In moving project any implementation #1 departments. to: the the Jim as: & of initial Jason process your so out will we the existing phase confirm Arlington, can of

old Irrii begins. systems figuring be of furniture. furniture your your sure your This we 35

out E • rrH i rriisystems

DesignProcess Step 5 Implementation - In the final phase of the design process we implement all the details we workedthrough in the previous steps. Though your dedicated Project Manager Jason Arlington will be involved throughoutthe design process, this is where Jason begins to take the lead from the designer. • Confirm & schedule installation dates • Coordinate other vendors involved • Conduct daily “Tailgate” meetingsthat include scope of work for the day & daily safety talk • Coordinatewith department heads daily to ensure there are no scheduling conflicts • Temporary relocation of employeesonsite if needed • Conduct weekly or Bi-weekly construction/projectmeetings with City Hall, FMI, and assigned vendors • Delivery & Installation • Final walk through, inspection & Project sign off

To successfullyimplement the Design Process, your Project Manager, Jason will work in tandem with our Administrative, Quality Control & Warehouse Team. It will be Jason’s task to coordinateeverything between the “Inside Employees” and the “Field Employees”The followingare the people & processes needed to fully support our field operativesbeginning with:

Purchasing Administrator — Maritza Lopez Maritza’stasks will be the following: • Meet directly with the Design Lead to ensure all product has been properly specified for order • Confirm all sizes & measurements are correctbefore ordering • Confirm all materials, fabrics,& colors are specified properly before ordering • Placing orders directly with the manufacturers • Tracking lead times & delivery dates • Immediately notifying the Project Manager & Designer of any items back ordered or unavailable within project completionschedule • Coordinate with the Project Managerand Warehouse Manager on receiving dates • Coordinate with the WarehouseManagerupon receiving product to ensure all product has been received with no damages • If any damages occurred during transport, then identifying, reporting, and ordering replacement product immediately

Warehouse Manager - Bobby Saenz Bobby’stasks will include the following: • Coordinate with Purchasing on inventory lists and receiving dates • Receive, inspect, & inventory all specifiedproduct checking for damages,proper materials, fabrics, & colors, etc • Make sure the orders have been received in their entirety and there is no missing product.

36 rkror i rrrisystems

• Immediately notifS’Purchasing AND the Project Manager of any issues with the product andlormissing product • Coordinate with the Project Manager on a delivery schedule. • Dispatch of all employees & trucks per the Project Manager’s daily requests • Coordinating with all Field Leads to ensure they have the proper tools and materials at their disposal daily (Field Leads, Drivers, Installers, &. Movers/Laborers Task descriptions can be found in Appendix B)

Project Manager — Jason Arlington Though Jason is involved in the entire project process, the following are his duties in brief: • Create & execute project work plans and revise as appropriate to meet City Hall’s Changing needs & requirements • Identify resources needed and assign individual responsibilities • Manage day-to-day operational aspects of project and scope • Review deliverables prepared by team before passing to City Hall • Effectively apply FMI methodology and enforce our Project Standards • Prepare for engagement reviews and quality assurance procedures • Work with our Safety Director Richard Ernst to minimize our risk & exposure while at City Hall work site. • Ensure project documents are complete, current, and stored properly

Jason Arlington will also work with Project Accounting to: • Track & report team hours & expenses on a weekly basis • Work with Design & Purchasing Team to manage Project Budget • Detennine appropriate revenue recognition, ensure timely & accurate invoicing, and monitor receivables • Follow up with City Hall when necessary DESIGN A

Oc Q 1P P U RE R C T° H A (1 S Ni D N SS P A T C H

PROJECT ACCOUNTING 37 .949.999.9700

Jason Irvine, 20 Project Product Procurement, Luther Product Rooms. Location: Scope: Procurement Terry NOTE: Location: State FMI Employee Scope: (Casegoods) NOTE: their including Equity Scope: Oakland FMI Location: for Storage

1515

Pacifica

Seating.

is has

sole

Clay

of Pendergist

Christensen

CA

&

currently

Space 2

Burbank

References

includes Services. Multiple includes

Please

Please

California

completed CA

Floors,

PTA

Facilities

Furniture

Relocation 520

20

520 St.

92618

Suite

Currently

94612

of

Project

Pacifica

Planning

Suite

Systems 3rd

4

corresponding see

92

designing —

50,00+

Friant

Office

600

floor

Savings

St. —

St

President

Cubicles,

Appendix Maintenance/Mgmt.

Procurement,

numerous —

1306

Business

Los

Mgmt.,

Santa

Department

Suite

relocation, expanding

Furniture,

&

Novo

Design

Sq.

Angeles

Design

2

Rosa

600

Ft.

28 additional

Installation

&

Services

projects

D

reference

Studio

Offices,

Project

Systems

Irvine,

for

Ca

Services,

Liquidation

the Space

&

Space

of

World 95401

corresponding

suite.

Industrial

Manager

for

(ODS)

locations

CA

Jose

included

Provider Planning,

Collaborative Plan

&

2

310.220.2041

1500

Manhattan

letters

the

(Cubicles)

Project

Completion

Luther Trade

Employee

92618

Casillas

&

State &

for

Rosecrans

Design

Storage

in

Space

in

Relations

for

cubicles,

Center

Project

Mgmt.,

of

Burbank Emeryville

Appendix

reference

18 — Beach,

Salman,

California Relocation

Space,

Senior

Planning

of expected

Locations

Services

DTLA

Ave.

Mgmt.,

new

Product

conference,

Business

CA

Conference Savings

Vice

Cherryman,

C

letters

suite, Suite &

utilizing 90266

& 2/28/17

Roseville

Installation,

throughout

Procurement,

President Design

300

installation

Services

&

private

Rooms all

&

Services,

CA.

of

Faustino’s

California

Relocation

our

of

FMI

Installation offices.

&

f

sy’sterris

KNOLL services

Break

Product

rn

is

also

9to5

&

i

38

& Project

T.J. Locations: 909.465.5528 DeskMakers Creative Scope: Liquidation, NOTE: 20+ Merchant Zaven Locations:

Liquidation, 951.294.0701 Scope: scope NOTE: (Cubicles)

SpaceX Golden Galardi Bank Our Kia Progressive G4S County Auto Shred-It And Nusil

Matijevich

to

Car

Current

Many

Nation

from Engineering

of

Tootikian

80+

References

Includes

Includes

Please

Please Sands

of

Group

America

Bus

Pros

Document

DeskMalcers

Club

Los

Employees.

Chino,

60+ 3

More

&

&

(Case Produce

DTLA

Sales

Client

Carson

Storage —

Storage

Construction

see

see

Angeles

to

(Wienerschnitzel,

of —

Space

Vice Space

CEO

CA,

140+

Goods), Appendix

Appendix

America

locations,

Services

List

President

Services.

Services. FMI frying, Planning

Planning

(Case

Employees

Includes:

Idesk(Seating),

is

E Goods),

F

TX,

their

San

for for

&

&

Product

Product

Juan

Elkhart,

Design,

Tastee

Design,

ongoing

corresponding corresponding

(References

Idesk(Seating),

Capistrano

procured

procured

Freez)

Friant

Furniture

Indiana

Furniture

Service

available

(Cubicles).

includes

includes

CA,

reference reference

Provider.

Procurement,

Procurement,

Friant

Dallas

on

Clear

Friant

(Cubicles).

Project

letters

letters

request)

TX

Design

Systems2,

Project

Project

sizes

Project

(Benching)

Vary

Mgrnt.,

Mgmt.,

Knoll

in

sizes III2IIV#h

systems

Relocation

scope Relocation

Equity

Vary

from

NP, .

I I

in

39 4 rdetinr i fsystemsm

Furniture Proposal Introduction The City of South Gate City Hall currently has furniturevarying from high-end Knoll Case goods to budgetary HON products.

What we have done is put together a preliminary list of proposed products specifying high-end, mid-range, and budgetary lines of furniture. Our intention is not to overwhelm you with options but rather show you that:

1) FMI can provide quality contract office furniture in varying degrees of budget range, 2) FMI can provide the proper furniture solution without having to go with unnecessarily high priced lines. Our goal will be to satisfy every need and come in UNDER budget. We do that by taking in to account the function of the employee & the hierarchy of the position. For example, we would not specify the same furniture for the Mayor’s Office (Just an example) as we would for say someone in accounting. What we do is consider the aesthetics & function and then match colors, fabrics, surfaces, trims, etc., with the higher-end & the budgetary product. In this way, we maintain continuity & aesthetics and we save our clients a significant amount of money. This is a novel approach usually not taken by the larger corporate design firms and furniturevendors.

We will not specify a product for you that does not conform with all BIFMA, OSHA, & UL ratings. We will not specify a product that doesn’t come with a lengthy if not lifetime warranty. We will not specify a product to you that does not have a lengthy track record or utilize a company that won’t be around in the next 10-20 years.

What we will do is take the extra time to introduce you to the lines the larger firms don’t like to specify because the manufitcturers don’t provide a spiff, a kick back to the dealer. What we will do is earn your business for life.

We have attempted to include some preliminary pricing to give you an idea of budget range. This is harder to do with the systems furniture because of so many variables but if given the opportunity to get to the bidding process we will “value engineer” these systems so that we are using exactly what we need and nothing unnecessary. Being that we are employee based we will guarantee the installation for 5 years, meaning that if there is any issue at all that is out of the ordinary & does not come from the usual “Wear & Tear” FMI will be right there to correct the issue. We stand by our products and our quality of work.

If Knoll is what you prefer, then we have that solution in Knoll EquityNP. If HON is preferred in areas, then we are a dealer for them as well.

Welcome to the FMI way of doing things. Our victory is a long-lasting relationship, not the immediate sale.

Robert Gordon — President

40 q i rrrisystems

Preliminary Inventory List of Product

The following inventory is a preliminary list of contract furniture lines for use as part of this project.

CASEGOODS Typicals

OFS Brands (Please refer to Appendix G) Pulse offers the perfect space planning experience. A modular interface allows you to custom fit the right furniture for your space. Easily wrap a room for multiple work areas and keep a light and airy footprint. Use Pulse’smodularity and vast color palette to brand your company’sculture or highlight individual departments. Plan easier and influence work better with Pulse.

List Price $4,847.00 List Price $7,397.00 Fmi Price $2,326.56 Fmi Price $3,550.56

Impulse G2 offers a comprehensive product selection to articulate your style from sophisticated classic to sleek modern design. Multiple options and diverse capabilities let you create product conilgurations to optimize each office. Impulse 02 offers height-adjustability in desks, worktables, bridges and returns so you can work in the most comfortable sitting or standing position. List Price: $9,182.00 Fmi Price $4.407.36

Deskmakers (Please refer to Appendix H Convergence offers unparalleled variety, flexibility, and customization. The choice of styles, sizes, configurations, and finishes is almost limitless.

List Price $5,916 Fmi Price $2,922.50

Milano The Milano Collection combines iiuIupcu styiuig wiLfi an extensive array of finish, edge, and material options. It is available with PVC and wood edges, and a choice of a silver metallic, black, or white reveal lines below tops and on bases.

SPX features pedestal-end construction, a recessed modesty panel on desks, and a choice of seven different edge details. Get creative with the SPX Collection and design an office that works for you.

41 r rmisystems

Cherryman (Please refer to Appendix I) Anber Series consists of desks, returns/bridges,bridge/knee-spacecredenzas,pedestals, hutches, door storage, bookcases, lateral files, wall mounted storage, conferencetables, presentationboards and privacy screens. The classic design details, robust construction,and laminate wood finishes allow for a consistentcorporatelook for creating a collaborativeand productivework environment. List Price $2,072.00 Fmi Price $1,033.51

JsI (Please refer to Appendix J) casegoods, where style meets function. Freestanding and wall mounted configurationswith a mix of materials, colors and storage offer flexibility to fit your workstyle for office, conference and lounge.

VisionWith an expanded offering of elements for specifying private offices, collaborativestations, open plan environments,reception, and conferencing,the possibilitiesare extensivewith Vision. Modular componentsrange from contemporary casegood units to modem benching systems with low storage and a layered aesthetic.

CUBICLES/WORKSTATIONS

Neutral Posture (Please refer to Appendix K)

Equity An example of getting somethingright the first time, Equity is a tried and true member of the Knoll open plan family. Equity’s enduring legacy is a testament to the compatibilityof componentsbetween all generationsof the product and the sustainablemeasures and materialsthat are Equity’s hallmarks

Office Design Studio (ODS) (Please refer to Appendix L)

Crossroads is a comprehensiveoffice furniture system designed to address the needsof today’s and tomorrow’s office, It offers extensive choice of components and can be built upon, extended or fully reconfigured in response to changing demographics, advances in technology and evolving work patterns.

X-Bench was created with advancedworkplace knowledge to span a wide range of applicationsand to support the most dynamic work environments.X-Bench elements can be seamlesslyintegrated with Crossroads systems components to build an open office benching configuration,or can be used as a stand-alonebenching system to create free-standing application.

42 • rfei(.

fsystemsrn 1cpr: Friant (Please refer to Appendix M)

Novo combines the design flexibilityof a segmentedsystem with the ease of installation of monolithic.Multi-finish segments ship in pre-fabricatedmonolithic panels, for the best of both worlds.Novo will soon be your go-to favorite,featuring a slim base, updated storage,leg and worksurfaceoptions and a fresh new Cloud White finish.

Systems 2 is a sturdy panel system featuring full length steel and aluminum connectors, and is easily installed. Our honeycomb core constructionmeets or exceeds industry standardfor strengthand longevity. We stand behind System 2, and offer a lifetime warranty to the original owner.

Tiles offers a frame and tile systemwith enhanced structuralintegrity, ease of installation,and unlimited design possibilities. Tiles offers a superior sound experiencewith full accousticaltiles that are also tackable. Power and data are available at beitline or baseline, with a large cable lay-in capability.

SEATING

Idesk - full scope of products are designed and manufactured for long term use. It offers a variety of styles to fit the needs of . (Please refer to Appendix N)

Task, Conference,Executive Ambarella, Oroblanco, Curva

Guest & Side Muse, Po,nmerac, Oroblanco, Tikal

9to5 Seating (Please refer to Appendix 0)

Executive Cydia High Back Cosmo High Back Vesta High Back Conference Axis Mid Back Strata Mid Back Cortina Mid Back Task Agent Mid Back Bristol Mid Back Logic Mid Back

43 0 r—r i fsystemsru civior

Mesh Vault Mesh Aria High Back Theory Mid Back

Neutral Posture (Please refer to Appendix P)

Task 200 Series Renati Balance Icon

Executive & Conference NV U4ia Right Chair Cozi

Guest Facet Dice Embrace

ACCESSORIES

Systematix truly understands how repetitive stress injuries, secondaryto poor posture and improper ergonomicscan lead to serious health issues. With this in mind, every product offeredby Systematixis hand selected. (Please refer to Appendix Q)

Flat Screen Monitor Arm Volante LED Task Light Series

ESI Ergonomic Solutions is a leading producer of ergonomic work tools that enhanceproductivity and weliness. (Please refer to Appendix R)

44 • itr EXHIBITB r I 1F I I I I I 5601 EWashington Blvd Commerce CA90040 323.776.9107 wwww.fmisystems.com systems (VO’r’ 1 Fee Proposal Subject: Request for Proposal (RFP)for City Hall Interior Remodel City Project No. 567- ARC

City of South Gate — City Clerk’s Office

Attn: Arturo Cervantes, P.E., Director of Public Works/City engineer 8650 California Ave South Gate, CA 90280 Project Appraisal The Cityof South Gate City Hallis in the process of completing a major exterior renovation and beginning the process of selecting a vendor for the interior renovation portion of their overall remodel project.

The interior renovation requires our services which include, but are not limited to the following: Space Planning & Design (Advisory &Consultative), Furniture Selection & Procurement, Project Management, Delivery,Installation, etc. Objectives The objectives of FMl’s services include but are not limited to: Provide layout &design services that enhance the image of South Gate City Hall,identifying existing office &Work station functionality issues, providing solutions to those issues, introducing furniture solutions that are of long lasting quality and have full ergonomic capabilities, Provide a “One Stop Shop” experience for the overall renovation project. Deliver on our promise of quality &a hassle free experience. Measures of Success Progress towards the objectives will be measured by:

• Confirmation of an approved floor plan • Finaldecisions on materials, colors, ergonomics, etc. • Approval of Vendors • Successful completion of each individual phase (4 tentative phases) • Overall project delivery on time &on or preferably under-budget Timing The transition itself willtake about 90-120 days to complete, which is a reasonable expectation considering the length of time for the design process, 4-8-week lead time required by most manufacturers, and the amount of time required to complete the 4 phases of renovation/installation in a safe &timely manner. Our goal is to meet all City Hallrequested scheduled dates of completion.

45 r • I. I 5601 EWashington Blvd, Commerce CA90040 323.776.9107 wwww.fmisystems.com systemsrn

Joint Accountabilities South Gate CityHallwill be responsible for internal scheduling, reasonable access to key personnel, on-site administrative support, and reasonable access to the project site, reasonable access to past and current documentation that would aid in successful project completion. City Hallwill provide timely response to design and installation questions in a manner that does not delay the design or construction/installation process. FMIwillsign all required non-disclosure and confidentiality agreements, provide all necessary administrative support off- site, and all required services, product, &labor on-site. We agree to immediately appraise each other of any intelligence of findings that would impact the success of the project so that rapid action could be considered.

Terms & Conditions Allselected furniture will be covered by the specific warranties offered by the manufacturer (Please see furniture appendix section of the RFP)and for a period of not less than one (i) year. City Hallwill be made fully aware of the terms of those warranties and sign off on acknowledgement of those warranties before FMIbegins the ordering process. Most contract furniture companies maintain a No Return policy based on non-issue preference since the furniture is usually not manufactured until ordered. Allfurniture arriving damaged will be the responsibility of the consultant and manufacturer to provide the replacement in a timely manner.

Allfurniture installation related issues will be guaranteed by FMIfor a period of 5 years. All installation willbe covered in full for a period of one (i) year meaning that if there is an issue with the product within the first year of ownership FMIwill bear the installation cost involved within that product replacement process.

FMIwillonly use vendors &sub-contractors that provide an agreeable warranty to their services and meet the standard guidelines put forth by CityHall.

FEES:

Design Fees include the following: Meetings with all decision makers, space plan &floor layout, CAD services, specifications on materials, fabrics, paints, trims etc., and procurement of those options for COM(Customer owned materials) if utilizing non-factory available options, on site supervision and checks for continuity.

FMIDesign Services are charged at an hourly rate of $100.00 per hour. A conservative estimate of hours required to complete the design portion of this project in full is sixty-five (65) hours in total. FMIwill waive the first ten (10) hours required in the interest of securing this project.

Design Estimate $5,500.00

2 46 4i. systems 11111

r ES twelve estimate twelve FMI Project Warehouse reasonable Project Warehouse corresponding truckloads Project we FMI Warehousing Project required Based thirty conservative variables Storage per FMI Based • 3 rLe xm will bay Project Project will CONTlNUD (30) on on (12) (12) Mgmt Accounting Management Accounting be is waive Fees: to of of the the $60.00 able days received to to estimate the unload, Accounting Management Supervisor Receiving, when 5601 estimate procurement estimate sixteen Estimate sixteen Estimate to all appendix) required in per EWashington improve storage storage we Estimate Fees inspect, is of month (16) Fees (16) receive five for of Inventory, ($35.00 Project services Project (Job seventeen services weeks. weeks. storage () fees is (Job upon of inventory, standard pro-rated. and seats furniture Description accounting per involved description BIvd,CommerceCA9004o are Management these when & are space hour) per charged Inspection (17) for charged numbers and for a City Storage with truckloads required truck and a contained time eighty-five cost place contained hall at two the time at load an Fees required of greatly is is for an CITY is (2) hourly $11,200. ready harder is requiring & 187 hourly storage (Job within crewman twenty twenty-two (85) within Hall once pallet to is rate Description to seats, six rate Renovation In accept the is estimate 323.776.9107 (20) project seventeen the the of bays (6) eight ($30.00 of RFP $25.00 a RFP hours hours interest (22) $45.00 but conservative (2 & (8) scope pallets & contained on corresponding at pallets per dollars Project. corresponding hours per per (17) a cost per of conservative hour has week week wwww.fmisystems.com truckloads. per securing $1,800.00 hour. per $10,800.00 because per $12,920.00 per solidified estimate within per bay). for for truck truck hour. A man). a a appendix) reasonable this Our of period period appendix) to the load load estimate Manpower A of to the $2,400.00 project charge I RFP $14,400 believe a for of of & the of

47 • flt,t’Qr

i 5601 EWashington Blvd, Commerce CA90040 323.776.9107 wwww.fmisystems.com fsystemsm deeor

Installation Fees:

Based on the count of eighty-five (85) workstations, a conservative estimate of installation time required is eight (8) man hours per work station. This includes the transport to work site, de packaging, installation, all hardware involved, & trash removal from site (new furniture packaging). What we do is take the 4 positions involved (Truck & Driver $65.00, Supervisor $38.00, Installer $35.00 &Crewman $30.00) and average out the hourly rate (please see hourly rate sheet below) for an average of $42.00 per hour x 85 workstations x 8 man hours per station. We also take into account a “Hardware Allowance” of $30.00 per seat.

Installation Estimate $31,500.00

De-Install, Removal, & Salvage Fees:

Based on the count of eighty-five (85) workstations, a conservative estimate of de-installation time required is four (4) man hours per work station. This includes the de-install and removal from site, loading on trucks, transport to dump/recycling sites, and truck un-load labor. What we do is take the 4 positions involved (Truck & Driver $65.00, Supervisor $38.00, Installer $35.00 & Crewman $30.00) and average out the hourly rate (please see hourly rate sheet below) for an average of $42.00 per hour x 85 workstations x 4 man hours per station.

De-Install & Removal Estimate $14,280.00

Salvage/Dump Fees are based upon average cost of $250.00 per 26’ foot bobtail truck loaded with

salvage. If we are expecting 17 — 53’ft. trailers with new furniture, we can reasonably estimate 34 — 26’ft truckloads of dump. An accounting of all monies received for recyclable items will be taken and credited back towards this portion of the project.

Salvage/Dump Fee Estimate $8,500.00 Not including the credit back for recyclable items

Furniture Procurement Costs:

Furniture cost has many variables as you well know. In our experience an average cost of $4,500 per workstation is standard in a administrative related project. This cost can be directly related to the position & requirements of the individual City Hallemployee. FMIhopes to have the opportunity to introduce lines of product that will improve upon this procurement cost.

Procurement Cost Estimate $382,500.00 3rd PartyfVendor Services:

FM(charges a 3%fee to cover administrative costs involved in any r3 party/Vendor service provided to City Hall by FMISystems that FMISystems will be responsible for guarantee of quality of work & payment to.

4 48 f systems mI, Labor weekend we estimate will Summary Based day “Treat necessary It 5 • should six rtt-r can be to Project CLASSIFICATION Rate on lose every our Truck Truck improve Van the be Crewman Supervisor our since of for Installers obligation it” 26’ Sheeb 16’ noted 5601 client Fees: furniture understanding & any & & Manager - that Box Warren Box upon Driver Driver Driver E labor like that Washington is & these our your portion Buftett FMI involved mission usual wellbeing does numbers of of — the hours/days to Blvd, portion this not manage Scope charge depends project Commerce if given of STRAIGHT of $65.00/hour $45.00/hour $55.00/hour $45.00/hour $35.00/hour $30.00/hour $38.00/hour this of this overtime work in the operation. on full project project. CA it. opportunity. and will It 90040 takes TIME for based have in a Overtime any fashion 20 a 323.776.9107 on labor years cost all of where the is performed to only $472,000. build above there charged a wwww.fmisystems.com reputation mentioned, $67.50/hour $82.50/hour $97.50/hour $67.50/hour $52.50/hour $57.00/hour $45.00/hour OVER-TIME after-hours is We no after also over-time and 8 believe we hours. or only on the that one It 49 tfll

systems

1’

,eole-.4 We

City

Cell: If Office: 5601 FMI Robert

Commerce, Email:

.

I 6

we

:. v

humbly

Hall

Office

have Ir,Per

424.269.8719

E.

[email protected]

Gordon

323.776.9107

Washington

Renovation

Ø/ft

made

appreciate

Space

5601

CA

it -

E

this

90040

President

Washington

Development,

Project.

Blvd the far

then

opportunity

We

you

Blvd,

welcome

are

LLC.

Commerce

to taking

earn

the

our

opportunity

your

CA

organization

business.

90040

for

323.776.9107

interviews

under

serious

and

wwww.fmisystems.com

consideration

explanations.

for

the

50