REQUEST FOR PROPOSAL Office Furniture Supply, Delivery ... · ensure the furniture package was...
Transcript of REQUEST FOR PROPOSAL Office Furniture Supply, Delivery ... · ensure the furniture package was...
REQUEST FOR PROPOSAL
Office Furniture Supply, Delivery, and Installation
Rhode Island Commerce Corporation 315 Iron Horse Way, Suite 101,
Providence, Rhode Island Project Overview Through this Request for Proposal (RFP), the Rhode Island Commerce Corporation (Corporation) is seeking to engage a qualified vendor to provide furniture, including delivery and installation services, for their office at 315 Iron Horse Way, Suite 101 in Providence, Rhode Island. The scope consists of furnishing several offices, and conference rooms in their existing Corporation expects all furniture delivered and installed May 2018. Scope of Work This RFP contains multiple attachments to communicate the basis of design. Base specifications for the desired furnishings are described on Attachment A (Furniture Specification Table). Floor plans showing the intended furniture layout as well as private office and work station typicals are set forth on Attachment B. The manufacturers and models identified on Attachment A represent the basis of design for this project. Please note that proposals deviating from the basis of design described on Attachment A will be rejected. Respondents must satisfy the base bid in full for alternates to be considered. If a vendor wishes to propose furniture from alternate manufacturers or of alternate designs, such alternates must be submitted with the final RFP submission and indicated on Attachment A. Alternate furnishings must be equal or better quality in comparison to the base specification. To propose an alternate to the base bid, vendors must provide the following information regarding the proposed alternate:
1. Provide manufacturer, model, and pricing in designated columns on Attachment A. 2. Provide line-item breakdown (bill of materials) for all alternates proposed. This should
cover individual attributes of each alternate including but not limited to finishes, upholstery grades, and model numbers.
3. Assuming the alternate is being proposed as a cost-saving opportunity, please provide overall project savings per line-item in designated column on Attachment A.
4. Colored cut sheet/brochure of the proposed alternate. 5. A detailed description of how the proposed alternate is equal to the base bid
specification as well as how it isn’t. Any difference between the original specification and the proposed specification should be clearly outlined. Attach description directly to colored cut sheet & line-item breakdown.
The successful respondent will be responsible for all aspects of procuring, ordering, shipping, receiving, inspecting, staging and installing the furniture at Corporation at 315 Iron Horse Way, Suite 101 in Providence, RI. The office is accessible by a street-level entrance.
Respondent will be responsible for supervising the performance of the Scope of Work, including performance by any furniture related subcontractors. Respondent is responsible for overseeing product orders, deliveries, installations, punch-lists, and reasonable cleanup activities. Brittani Fleury, Vision 3 Architects will conduct a final walk through upon completion of the project to ensure the furniture package was delivered and installed as anticipated by Corporation. An electronic copy of the furniture plans and an electronic copy of Attachment A will be made available to vendors upon request only after the vendor submits indemnification form (Attachment C) signed by a company officer to Brittani Fleury, Vision 3 Architects. Please send the completed form to the following e-mail address: [email protected], Once furniture order is complete, vendor will provide final furniture installation drawing (floor plan) in both .pdf and .dwg format to Rhode Island Commerce Corporation for record. Furniture quantities are to be determined by the respondent and indicated on both Attachment A and the line-item cap spec included with the bid. Quantities should be based on Rhode Island Commerce Corporation’s proposed furniture plan (Attachment B). Corporation may adjust these quantities to meet their needs as required. Additionally, the successful vendor must agree to hold project pricing for the duration of one (1) year after project completion in the event Corporation finds they need to order additional pieces to supplement the floor plan.
Upon award of the project, the successful vendor will work with the specifying designer to select any remaining finishes and upholsteries. Successful vendor shall provide a full set of color brochures for all lines specified to Corporation for record. Project Timeline Respondents to this Request for proposals must provide a schedule which shows:
• Time from order date to receipt of furniture at proposer’s warehouse • Duration of installation • Vendor shall notify Corporation no later than two business days prior to delivery and
installation of the furniture, delivery notification shall be made to Mike Walker at [email protected]. Furniture delivery and installation must be carried out between 8:00 am and 5:00 pm on weekdays, or at other times by mutual agreement. If for whatever reason the delivery is postponed beyond the target completion date of May 2018, the successful vendor shall cover monthly storage costs for up to but not more than one month.
Corporation may conduct interviews with one or more finalists to determine the successful vendor. Corporation’s objective is to award the proposal to one vendor. That said, Corporation reserves the right to make awards to multiple vendors on an item-by-item or item group basis. All parties responding to this RFP do so at their own expense. Corporation assumes no responsibility or liability for costs associated with responding to this RFP.
Through this RFP, Corporation has not committed to undertaking the work set forth. Corporation reserves the right to reject any and all proposals (wholly or in part), to call for new proposals, amend scope of services, or to enter into negotiations with one or more respondents if
Corporation deems it is in their best interest. Corporation reserves the right to make those decisions after receipt of responses. Corporation’s decision on these matters is final.
EVALUATION CRITERIA Vendors are advised that only complete proposals for all line-items specified will be accepted. Partial or incomplete proposals will void the proposal in its entirety. Each proposal will be reviewed, and a determination will be made based on the following factors:
• Professional ability, capacity, and skill of the vendor to perform the work as outlined in Scope of Work
• Cost • Ability to perform work within time constraints without delay or interference • Previous experience working in commercial office buildings • Availability of all products • Ability to meet specifications set forth in the Scope of Work • Recommendations by references • Conformity to provided base specification • Other pertinent information submitted • Minority business participation
Points OVERALL EXPERIENCE OF COMPANY & DEMONSTRATED RESULTS Our evaluation will include an assessment of the history of your company, your experience as it relates to the requirements within this RFP, evidence of past performance, quality and relevance of past work, references, and related items.
20
QUALIFICATIONS OF PERSONNEL Our evaluation will include an assessment of the qualifications and experience of your managerial team, staff, subcontractors, and related items.
10
SCHEDULE AND PRODUCT AVAILABILITY Proposal completeness, clarity of the schedule and product availability will all be considered
30
BUDGET APPROACH/COST EFFECTIVENESS Effective and efficient delivery of quality services is demonstrated in relation to the budget allocation. The allocation is reasonable and appropriate.
40
Total 100 MBE/WBE/DisBE Participation (additional potential points) 6 pts
1. ISBE Participation Evaluation (see below for scoring)
a. The Rhode Island Commerce Corporation encourages MBE/WBE/DisBE
participation in this Request. In accordance with Title 37, Chapter 14.1, and Title 37, Chapter 2.2 of the Rhode Island General laws, the Corporation reserves the right to apply additional consideration to MBE/WBE/DisBE up to six (6) additional points in the scoring evaluation as provided below:
b. Calculation of ISBE Participation Rate
i. ISBE Participation Rate for Non-ISBE Vendors. The ISBE participation rate for nonISBE vendors shall be expressed as a percentage and shall be calculated by dividing the amount of non-ISBE vendor’s total contract price that will be subcontracted to ISBEs by the non-ISBE vendor’s total contract price. For example, if the non-ISBE’s total contract price is $100,000.00 and it subcontracts a total of $12,000.00 to ISBEs, the non-ISBE’s ISBE participation rate would be 12%.
ii. ISBE Participation Rate for ISBE Vendors. The ISBE participation rate for ISBE vendors shall be expressed as a percentage and shall be calculated by dividing the amount of the ISBE vendor’s total contract price that will be subcontracted to ISBEs and the amount that will be self-performed by the ISBE vendor by the ISBE vendor’s total contract price. For example, if the ISBE vendor’s total contract price is $100,000.00 and it subcontracts a total of $12,000.00 to ISBEs and will perform a total of $8,000.00 of the work itself, the ISBE vendor’s ISBE participation rate would be 20%.
c. Points for ISBE Participation Rate: i. The vendor with the highest ISBE participation rate shall receive the
maximum ISBE participation points. All other vendors shall receive ISBE participation points by applying the following formula:
(Vendor’s ISBE participation rate ÷ Highest ISBE participation rate X Maximum ISBE participation points) For example, assuming the weight given by the RFP to ISBE participation is 6 points, if Vendor A has the highest ISBE participation rate at 20% and Vendor B’s ISBE participation rate is 12%, Vendor A will receive the maximum 6 points and Vendor B will receive (12% ÷ 20%) x 6 which equals 3.6 points. See Appendix A for information and the MBE, WBE, and/or Disability Business Enterprise Participation Plan form(s). Bidders are required to complete, sign and submit these forms with their overall proposal in a sealed envelope. Please complete separate forms for each MBE, WBE and/or Disability Business Enterprise subcontractor/supplier to be utilized on the solicitation Designated Corporation staff or selected advisors will evaluate the written proposals. The Corporation may at any time during the evaluation process seek clarification from Proposers regarding any information contained within their proposal. Final scores for each Proposer will reflect a consensus of the evaluations. Any attempt by a Proposer to contact a member of Corporation staff or selected advisors outside the RFP process, in an attempt to gain knowledge or an advantage, may result in disqualification of Proposer. Instructions and Notifications to Proposers 1. Potential proposers are advised to review all sections of this RFP carefully and to follow instructions completely, as failure to make a complete submission as described elsewhere herein may result in rejection of the proposal.
2. Alternative approaches and/or methodologies to accomplish the desired or intended results of this procurement are solicited. However, proposals that depart from or materially alter the terms, requirements, or scope of work defined by this RFP will be rejected as being non-responsive. 3. All costs associated with developing or submitting a proposal in response to this RFP, or to provide oral or written clarification of its content, shall be borne by the proposer. The Corporation assumes no responsibility for such costs. 4. Proposals are considered to be irrevocable for a period of not less than 120 days following the date set for submission of proposals. 5. All pricing submitted will be considered to be firm and fixed unless otherwise indicated herein. 6. Proposals misdirected to other locations, or that are otherwise not present at the Rhode Island Commerce Corporation by the submission deadline for any cause will be determined to be late and will not be considered. For the purposes of this requirement, the official time and date shall be that of the time clock in the reception area of the Rhode Island Commerce Corporation. 7. All proposals should identify the proposed team of professionals, including those employed by subcontractors, if any, along with respective areas of expertise and relevant credentials. Proposers should also provide a delineation of the portion of the scope of work for which each of these professionals will be responsible. 8. All proposals should include the proposer’s FEIN or Social Security number as evidenced by a W9, downloadable from www.purchasing.ri.gov. 9. All proposals must include a completed RFP Response Certification Cover Form, included in this document. 10. The purchase of services under an award made pursuant to this RFP will be contingent on the availability of funds and made at the discretion of the Corporation. 11. Awarding this RFP is based on the Evaluation Criteria set forth in this RFP. Vendors are advised, however, that all materials and ideas submitted as part of this proposal and during the performance of any award shall be the property of and owned by the Corporation, which may use any such materials and ideas. 12. Interested parties are instructed to peruse the Corporation’s website (www.commerceri.com) on a regular basis, as additional information relating to this solicitation may be released in the form of an addendum to this RFP. Addenda will also be posted to the Rhode Island State Division of Purchases’ website at www.purchasing.ri.gov. 13. Equal Employment Opportunity (R.I. Gen. Laws § 28-5.1-1, et seq.) – § 28- 5.1-1 Declaration of policy – (a) Equal opportunity and affirmative action toward its achievement is the policy of all units of Rhode Island state government, including all public and quasi-public agencies, commissions, boards and authorities, and in the classified, unclassified, and non-classified services of state employment. This policy applies to all areas where State dollars are
spent, in employment, public services, grants and financial assistance, and in state licensing and regulation. 14. In accordance with Title 7, Chapter 1.2 of the General Laws of Rhode Island, no corporation organized under the laws of another state or country shall have the right to transact business in Rhode Island until it shall have procured a Certificate of Authority to do so from the Rhode Island Secretary of State (401-222-3040). This is a requirement only of the successful agency. 15. The Corporation encourages MBE/WBE/DisBE participation in this solicitation. In accordance with Title 37, Chapter 14.1, and Title 37, Chapter 2.2 of the General Laws of Rhode Island, the Corporation reserves the right to apply additional consideration to offers, and to direct awards to bidder’s other than the responsive bid representing the lowest price where:
1. The offer is fully responsive to the terms and conditions of the Request; 2. Firms with MBE/WBE/DisBE participation may to receive up to six (6) extra
points in the scoring evaluation. 3. The firm making the offer has been certified by the R.I. Department of
Administration to be a small business concern meeting the criteria established to be considered a MBE/WBE/DisBE. For further information, visit the website www.mbe.ri.gov.
16. The Corporation reserves the right to award to one or more Proposers. Proposal Requirements In order to be considered responsive, proposals must at a minimum contain the following: Technical Proposal Elements General Firm Information
Provide a brief description of your firm, including the following information: 1. Company profile including legal name, company history, and organizational structure 2. Names of all officers, directors, or partners of the firm 3. Address of all offices of the firm 4. Number of employees of the firm
Experience and Resources
1. Describe your firm and its capabilities. Indicate your capacity to provide the furniture items and related services described in the Scope of Work.
2. Identify specific members of the project team that will be providing services to Rhode Island Commerce Corporation. Provide appropriate background information for each such person as well as contact information including e-mail address and telephone number.
3. Please provide at least three (3) references (including a company name, contact name, e-mail address, and telephone number) for organizations or businesses for which you have performed similar work within the past three years.
4. Please indicate in-house or contracted installation and service. If in-house, indicate number of installation/service staff. If contracted, please list contractor(s) and length of relationship(s) or volume of work completed within the past three years. Please also indicate estimated installation time for project layout.
5. Identify any material litigation, administrative proceedings or investigations in which your firm is currently involved. Identify any material litigation, administrative proceedings or investigations, to which your firm or any of its principals, partners, associates, subcontractors or support staff was a party, that has been settled within the past two (2) years.
Furniture Specifications 1. Provide completed Furniture Specification Table (Attachment A). This should include
any proposed alternates as well as discount structures and lead times for all proposed lines in the designated columns.
2. Provide a line-item breakdown featuring a full bill of materials that includes each item listed on Furniture Specification Table (Attachment A). This should cover individual attributes of each specified piece including but not limited to finishes, upholstery grade, model numbers, and other notable features that could affect cost (i.e. arm type, casters, lumbar support etc.).
3. Provide manufacturer warranties for all proposed line items. The selected vendor shall be responsible for warranty labor for the time stated in the manufacturer’s written warranty.
Cost Proposal
Please provide a cost proposal for the Scope of Work using the Furniture Specification Table attached (Attachment A). Include all costs for furniture, shipping, delivery (including all transportation, packaging, crates, containers, insurance, duty and brokerage charges), installation and clean-up (including the removal of non-recycling and recycling waste materials which includes but is not limited to: dimensional and palette wood, plastics, rigid foams, padding, and metals), related services and any other costs or fees that may be incurred in the performance of the Scope of Work. Delivery and Installation cost should be broken out as a separate line item on the Furniture Pricing Table (Attachment A). Should the respondent feel that after hours or weekend work will be required to complete the project on time, please make any necessary adjustments to your labor costs to reflect this possibility and, if applicable, include hourly overtime rates. Corporation is exempt from RI Sales and Use Tax. An Exemption Certificate will be provided with the order.
Proposal Submission Responses to this RFP are due by Friday March 16, 2018 by 2:00pm. One (1) electronic (PDF) version on thumb drive or disk and four (4) printed copies of the complete proposal must be mailed or hand-delivered in a sealed envelope marked:
Rhode Island Commerce Corporation Attention: Office Furniture Supply, Delivery, and Installation RFP
315 Iron Horse Way, Suite 101 Providence, RI 02908
Note: No phone calls and late responses will be accepted and responses received via electronic submission only will be disqualified.
Questions, interpretations, or clarifications concerning this RFP should be directed by e-mail to [email protected] no later than Friday, March 9, 2018. Responses to questions, interpretations, or clarifications concerning this RFP will be posted online via addendum at www.commerceri.com and www.purchasing.ri.gov on Monday, March 12, 2018 to ensure equal awareness of important facts and details.
The Rhode Island Commerce Corporation reserves the right to terminate this solicitation prior to entering into any agreement with any qualified firm pursuant to this Request for Proposal, and by responding hereto, no firms are vested with any rights in any way whatsoever.
Rhode Island Commerce Corporation reserves the right to reject any or all proposals for not complying with the terms of this RFP.
APPENDIX A
PROPOSER ISBE RESPONSIBILITIES AND MBE, WBE, AND/OR DISABILITY BUSINESS ENTERPRISE PARTICIPATION FORM
A. Proposer’s ISBE Responsibilities (from 150-RICR-90-10-1.7.E)
1. Proposal of ISBE Participation Rate. Unless otherwise indicated in the RFP, a Proposer must submit its proposed ISBE Participation Rate in a sealed envelope or via sealed electronic submission at the time it submits its proposed total contract price. The Proposer shall be responsible for completing and submitting all standard forms adopted pursuant to 105-RICR-90-10-1.9 and submitting all substantiating documentation as reasonably requested by either the Using Agency’s MBE/WBE Coordinator, Division, ODEO, or Governor’s Commission on Disabilities including but not limited to the names and contact information of all proposed subcontractors and the dollar amounts that correspond with each proposed subcontract.
2. Failure to Submit ISBE Participation Rate. Any Proposer that fails to submit a proposed ISBE Participation Rate or any requested substantiating documentation in a timely manner shall receive zero (0) ISBE participation points.
3. Execution of Proposed ISBE Participation Rate. Proposers shall be evaluated and scored based on the amounts and rates submitted in their proposals. If awarded the contract, Proposers shall be required to achieve their proposed ISBE Participation Rates. During the life of the contract, the Proposer shall be responsible for submitting all substantiating documentation as reasonably requested by the Using Agency’s MBE/WBE Coordinator, Division, ODEO, or Governor’s Commission on Disabilities including but not limited to copies of purchase orders, subcontracts, and cancelled checks.
4. Change Orders. If during the life of the contract, a change order is issued by the Division, the Proposer shall notify the ODEO of the change as soon as reasonably possible. Proposers are required to achieve their proposed ISBE Participation Rates on any change order amounts.
5. Notice of Change to Proposed ISBE Participation Rate. If during the life of the contract,
the Proposer becomes aware that it will be unable to achieve its proposed ISBE Participation Rate, it must notify the Division and ODEO as soon as reasonably possible. The Division, in consultation with ODEO and Governor’s Commission on Disabilities, and the Proposer may agree to a modified ISBE Participation Rate provided that the change in circumstances was beyond the control of the Proposer or the direct result of an unanticipated reduction in the overall total project cost.
B. MBE, WBE, AND/OR Disability Business Enterprise Participation Plan Form: Attached is the MBE, WBE, and/or Disability Business Enterprise Participation Plan form. Bidders are required to complete, sign and submit with their overall proposal in a sealed envelope. Please complete separate forms for each MBE, WBE and/or Disability Business Enterprise subcontractor/supplier to be utilized on the solicitation.
MBE, WBE, and/or DISABILITY BUSINESS ENTERPRISE PARTICIPATION PLAN
Bidder's Name:
Bidder's Address:
Point of Contact:
Telephone:
Email:
Solicitation No.:
Project Name:
This form is intended to capture commitments between the prime contractor/vendor and MBE/WBE and/or Disability Business Enterprise subcontractors and suppliers, including a description of the work to be performed and the percentage of the work as submitted to the prime contractor/vendor. Please note that all MBE/WBE subcontractors/suppliers must be certified by the Office of Diversity, Equity and Opportunity MBE Compliance Office and all Disability Business Enterprises must be certified by the Governor's Commission on Disabilities at time of bid, and that MBE/WBE and Disability Business Enterprise subcontractors must self-perform 100% of the work or subcontract to another RI certified MBE in order to receive participation credit. Vendors may count 60% of expenditures for materials and supplies obtained from an MBE certified as a regular dealer/supplier, and 100% of such expenditures obtained from an MBE certified as a manufacturer. This form must be completed in its entirety and submitted at time of bid. Please complete separate forms for each MBE/WBE or Disability Business Enterprise subcontractor/supplier to be utilized on the solicitation.
Name of Subcontractor/Supplier:
Type of RI Certification: □ MBE □ WBE □ Disability Business Enterprise
Address:
Point of Contact:
Telephone:
Email:
Detailed Description of Work To Be Performed by Subcontractor or Materials to be Supplied by Supplier:
Total Contract Value ($): Subcontract Value ($): ISBE Participation
Rate (%):
Anticipated Date of Performance:
I certify under penalty of perjury that the forgoing statements are true and correct.
Prime Contractor/Vendor Signature Title Date
Subcontractor/Supplier Signature Title Date
Att
ach
me
nt
A
Rh
od
e I
slan
d C
om
merc
e C
orp
ora
tio
n
Ite
m
Co
de
Ite
mM
an
ufa
ctu
rer
Ba
sis
of
De
sig
n M
od
el
&
Mo
de
l #
Dim
en
sio
ns
Wx
Dx
H
Ite
m D
esc
rip
tio
nD
isco
un
t O
ff L
ist
Pri
ce
Est
. Le
ad
Tim
eP
rop
ose
d U
nit
Se
ll P
rice
Qty
.T
ota
lP
rop
ose
d
Alt
ern
ate
Pro
po
sed
Un
it
Alt
ern
ate
Se
ll
Pri
ce
Alt
ern
ate
To
tal
To
tal
Pro
ject
Sa
vin
gs
Ov
er
Ba
sis
of
De
sig
n
C-1
Ta
sk C
ha
ir9
to
5 S
ea
tin
gV
au
lt -
14
60
-Y1
-A4
1-C
26
"x2
5"
Ra
che
t b
ack
He
igh
t Lu
mb
ar
Ad
just
me
nt,
6-W
ay
Ad
just
ab
le A
rm
(A4
1),
Ca
rpe
t C
ast
ers
, Si
mp
le S
ynch
ro T
ilt C
on
tro
l, B
lack
Me
sh
Ba
ck,
Up
ho
lste
ry:
Gra
de
C,
Mo
me
ntu
m T
ext
iles,
Pa
tte
rn:
Be
elin
e,
Co
lor:
Je
tty
$0
.00
$0
.00
$0
.00
C-2
Exe
cuti
ve G
ue
st C
ha
irK
eilh
au
er
Ca
l Sid
e C
ha
ir -
66
01
22
"x2
2"x
33
.5"
Sid
e c
ha
ir w
/ O
nyx
Me
tal F
inis
h (
PC
01
) &
CO
M U
ph
ols
tery
-
Ma
nu
fact
ure
r: A
rch
ite
x, P
att
ern
: E
ng
lish
Le
ath
er,
Co
lor:
Nu
an
ce
$0
.00
$0
.00
$0
.00
C-3
Co
nfe
ren
ce C
ha
ir9
to
5 S
ea
tin
gD
idd
y C
ha
ir 2
45
0-B
2-A
24
21
.5"x
27
.5"x
36
.5"
Mid
-Siz
e B
asi
c C
on
tro
l, L
ea
the
r U
ph
ols
tery
(G
rad
e L
3,
Hig
hla
nd
Bla
ck),
C-7
Ca
ste
rs w
/ C
hro
me
Acc
en
t, P
olis
he
d A
lum
inu
m B
ase
$0
.00
$0
.00
$0
.00
C-4
Exe
cuti
ve T
ask
Ch
air
9 t
o 5
se
ati
ng
Co
smo
Le
ath
er
Hig
h-B
ack
Ch
air
32
30
-X2
-A3
8
28
.5"x
25
"x4
0-4
5"
Hig
h-B
ack
Dyn
am
ic S
ynch
ro T
ilt C
on
tro
l, S
ea
t Sl
ide
r, H
eig
ht
Ad
just
ab
le A
rm (
A3
8),
Ca
rpe
t C
ast
ers
, Fu
lly U
ph
ols
tere
d w
/
Lea
the
r U
ph
ols
tery
(G
rad
e L
3,
Hig
hla
nd
Bla
ck),
Lo
cka
ble
Tilt
Co
ntr
ols
$0
.00
$0
.00
$0
.00
C-5
Re
cep
tio
n C
ha
irO
FSLo
na
Mid
-Ba
ck L
ou
ng
e
Ch
air
- 8
40
16
29
.5"x
31
.5"x
30
"Fu
lly u
ph
ols
tere
d,
4-P
ron
g S
wiv
el b
ase
in B
lack
Fin
ish
(H
SY),
CO
M U
ph
ols
tery
- M
an
ufa
ctu
rer:
CF
Stin
son
, P
att
ern
: Sh
an
tun
g,
Co
lor:
Pe
nn
y -
SH0
8.
$0
.00
$0
.00
$0
.00
C-6
Re
cep
tio
n L
ou
ng
e C
ha
irK
eilh
au
er
Hig
hla
nd
Lo
un
ge
Ch
air
-
16
41
35
.25
"x3
2.5
"x2
9"
Sin
gle
Se
at
Lou
ng
e c
ha
ir w
/ O
nyx
Me
tal F
inis
h (
PC
01
) &
CO
M
Up
ho
lste
ry -
Ma
nu
fact
ure
r: A
rch
ite
x, P
att
ern
: E
ng
lish
Le
ath
er,
Co
lor:
Nu
an
ce
$0
.00
$0
.00
$0
.00
C-7
Bo
ard
Ro
om
Ch
air
9 t
o 5
se
ati
ng
Co
smo
Le
ath
er
Mid
-Ba
ck
Ch
air
32
00
-X2
-A3
1
28
.5"x
25
"x4
0-4
5"
Mid
-Ba
ck D
yna
mic
Syn
chro
Tilt
Co
ntr
ol,
Se
at
Slid
er,
Bla
ck S
oft
To
uch
Fix
ed
Ca
nti
leve
r A
rm (
A3
1),
Ca
rpe
t C
ast
ers
, Fu
lly
Up
ho
lste
red
w/
Lea
the
r U
ph
ols
tery
(G
rad
e L
3,
Hig
hla
nd
Bla
ck),
Lock
ab
le T
ilt C
on
tro
ls
$0
.00
$0
.00
$0
.00
C-8
Ad
dit
ion
al B
oa
rd R
oo
m
Sea
tin
g
Na
tio
na
l Off
ice
Furn
itu
re
Jim
iny
Ne
stin
g C
ha
ir,
Sta
tic
- N
52
GH
A
35
.5"x
22
"x3
3.5
"N
ets
ing
Ch
air
w/
Me
sh b
ack
, St
ati
c (B
ack
leg
s to
fe
atu
re s
ma
ll
glid
e r
olle
rs t
o a
llow
fo
r e
ase
of
mo
bili
ty w
he
n n
est
ing
), S
oft
Glid
es
(C2
1),
Pla
tin
um
Me
talli
c Si
lve
r Fr
am
e,
Bla
ck M
esh
Ba
ck,
Ad
just
ab
le A
rms,
Gra
de
7 U
ph
ols
tery
(Si
lica
)
$0
.00
$0
.00
$0
.00
C-9
Exe
cuti
ve L
ou
ng
e C
ha
irK
eilh
au
er
Hig
hla
nd
Lo
un
ge
Ch
air
-
16
41
35
.25
"x3
2.5
"x2
9"
Sin
gle
Se
at
Lou
ng
e c
ha
ir w
/ O
nyx
Me
tal F
inis
h (
PC
01
) &
CO
M
Up
ho
lste
ry -
Ma
nu
fact
ure
r: M
om
en
tum
Te
xtile
s, P
att
ern
:
Infu
sio
n,
Co
lor:
Sh
ad
ow
$0
.00
$0
.00
$0
.00
C-1
0O
pe
n O
ffic
e S
too
lN
ati
on
al O
ffic
e
Furn
itu
re
Dit
to S
too
l(P
ack
of
2)
-
N3
6S2
M
21
.25
"x2
2.7
5"x
45
"P
oly
pro
pyl
en
e S
ea
t a
nd
Ba
ck w
/ Sl
ed
Ba
se a
nd
Ca
rpe
t G
lide
s,
Po
lyp
rop
yle
ne
Fin
ish
: T
BD
$0
.00
$0
.00
$0
.00
C-1
1Lo
un
ge
Ch
air
Na
tio
na
l Off
ice
Furn
itu
re
Frin
ge
Clu
b C
ha
ir -
N9
2C
SA
30
.5"x
28
"x3
4.2
5Fu
lly U
ph
ols
tere
d L
ou
ng
e C
ha
ir w
/ St
ati
c Sw
ive
l Clu
b B
ase
(Cin
de
r Fi
nis
h),
Ab
ility
to
Sw
ive
l 36
0 D
eg
ree
s, C
arp
et
Glid
es,
Gra
de
3 U
ph
ols
tery
$0
.00
$0
.00
$0
.00
C-1
2O
ffic
e G
ue
st C
ha
irN
ati
on
al O
ffic
e
Furn
itu
re
Ta
g G
ue
st C
ha
ir,
Up
ho
lste
red
Sq
ua
re B
ack
- N
60
AW
X
23
.5"x
21
"x3
1"
Up
ho
lste
red
Sq
ua
re B
ack
, U
ph
ols
tere
d S
ea
t, B
lack
Arm
s,
Pla
tin
um
Silv
er
Fra
me
, G
rad
e 3
Up
ho
lste
ry (
TB
D),
So
ft F
loo
r
Glid
es
(C8
)
$0
.00
$0
.00
$0
.00
Fu
rnit
ure
S
pe
cifi
cati
on
T
ab
le
Ple
ase
pro
vide
line-
item
pri
cing
for
all pie
ces
liste
d o
n F
urn
iture
Spec
ifica
tion T
able
bel
ow
. R
efer
to F
urn
iture
Flo
or
Pla
n (
F1.1
) &
Ass
oci
ated
Typ
ical
s
(Att
achm
ent
B).
D-1
Exe
cuti
ve D
esk
Na
tio
na
l Off
ice
Furn
itu
re/
Hu
ma
nsc
ale
Te
sse
ra C
ase
go
od
s Se
rie
sSe
e D
-1 o
n F
1.1
incl
ud
ed
in A
tta
chm
en
t B
fo
r m
ore
info
rma
tio
n$
0.0
0$
0.0
0$
0.0
0
D-2
Pri
vate
Off
ice
De
skN
ati
on
al O
ffic
e
Furn
itu
re
Wa
vew
ork
sSe
e D
-2 o
n F
1.1
incl
ud
ed
in A
tta
chm
en
t B
fo
r m
ore
info
rma
tio
n$
0.0
0$
0.0
0$
0.0
0
F-1
2-D
raw
er
Late
ral,
36
"G
rea
t O
pe
nin
gs
36
" T
race
2-D
raw
er
Late
ral F
ile -
C4
01
36
"x1
8"x
28
"M
eta
l 2-D
raw
er
Late
ral F
ile C
ab
ine
t w
/ Fi
nis
he
d T
op
& L
ock
ab
le
Dra
we
rs.
'Q' t
ype
Sq
ua
re d
raw
er
Fro
nt
w/
Sati
n N
icke
l Ba
r P
ull
$0
.00
$0
.00
$0
.00
F-2
En
clo
sed
Ta
ckb
oa
rdG
he
nt
Silh
ou
ett
e E
ncl
ose
d w
/
Tw
ilig
ht
Fla
ir F
ab
ric
-
SILH
20
40
3
27
-3/4
"x4
2-1
/8"x
1-
7/8
"
En
clo
sed
, W
all-
Mo
un
ted
Ta
ckb
oa
rd w
/ Lo
cka
ble
Do
or.
Fra
me
Fin
ish
: Sa
tin
Alu
min
um
, Fa
bri
c Fi
nis
h:
Tw
ilig
ht
Fla
ir
2$
0.0
0$
0.0
0$
0.0
0
S-1
Re
cep
tio
n S
ofa
Ke
ilha
ue
rH
igh
lan
d S
ofa
- 1
64
28
0.5
"x3
2.5
"x2
9"
3-S
ea
ter
Sofa
w/
On
yx M
eta
l Fin
ish
(P
C0
1)
& C
OM
Up
ho
lste
ry -
Ma
nu
fact
ure
r: M
om
en
tum
Te
xtile
s, P
att
ern
: In
fusi
on
, C
olo
r:
Sha
do
w
$0
.00
$0
.00
$0
.00
S-2
Op
en
Off
ice
So
faN
ati
on
al O
ffic
e
Furn
itu
re
Frin
ge
Hig
h B
ack
Th
ree
Sea
t Lo
un
ge
- N
92
H3
BH
X
87
.75
"x2
7"x
53
.25
"Fu
lly U
ph
ols
tere
d T
hre
e-S
ea
t Lo
un
ge
w/
Hig
h B
ack
& H
igh
Arm
s,
Me
tal L
ou
ng
e B
ase
(C
ind
er
Fin
ish
), C
on
tra
stin
g G
rad
e 3
Up
ho
lste
ry,
Ca
rpe
t G
lide
s, U
ph
ols
tere
d B
ack
.
$0
.00
$0
.00
$0
.00
T-1
Re
cep
tio
n C
off
ee
Ta
ble
Low
en
ste
inB
eck
Ma
ga
zin
e T
ab
le
(Gla
ss T
op
) -
BK
-
36
RD
17
VG
36
"x3
6"x
17
"R
ou
nd
Ma
ga
zin
e t
ab
le w
ith
inte
rlo
ckin
g A
sh b
ase
(Fi
nis
h:
Blo
nd
e
Ma
ple
- M
BM
) &
Cle
ar
Gla
ss T
op
(B
9Q
)
$0
.00
$0
.00
$0
.00
T-2
Re
cep
tio
n E
nd
Ta
ble
Low
en
ste
inB
eck
En
d T
ab
le -
BK
-
22
RD
22
V
22
"x2
2"x
22
"1
" R
ou
nd
Ve
ne
er
To
p w
/ K
nif
e E
dg
e P
rofi
le &
In
terl
ock
ing
Ash
Ba
se (
Fin
ish
: B
lon
de
Ma
ple
- M
BM
)
T-3
14
' Co
nfe
ren
ce T
ab
leSu
rfa
ce W
ork
sR
ap
po
rt T
-Le
g C
on
fere
nce
Ta
ble
- R
PC
.R.4
81
68
.MT
1
16
8"x
48
"x2
9"
Re
cta
ng
le S
ha
pe
, (3
) T
-Le
g B
ase
s w
/ P
ow
er
ma
na
ge
me
nt,
Me
talli
c Si
lve
r B
ase
w/
Bla
ck M
ad
era
(1
93
) In
sert
; U
reth
an
e
Kn
ife
Ed
ge
(M
T1
) w
/ O
tte
r Fi
nis
h (
02
8).
Pro
vid
e P
ow
er
Da
ta
Tro
ug
h w
/ A
xil Z
, M
eta
llic
Silv
er
Tri
m,
Tro
ug
h D
oo
r to
co
ord
ina
te
wit
h t
ab
le f
inis
h.
Ta
ble
Fin
ish
: B
lack
Ma
de
ra -
19
3
$0
.00
$0
.00
$0
.00
T-4
10
' Co
nfe
ren
ce T
ab
leSu
rfa
ce W
ork
sR
ap
po
rt T
-Le
g C
on
fere
nce
Ta
ble
- R
PC
.4.4
81
20
.MT
1
12
0"x
48
"x2
9"
Re
cta
ng
le S
ha
pe
, (2
) T
-Le
g B
ase
s w
/ P
ow
er
ma
na
ge
me
nt,
Me
talli
c Si
lve
r B
ase
w/
Bla
ck M
ad
era
(1
93
) In
sert
; U
reth
an
e
Kn
ife
Ed
ge
(M
T1
) in
Ott
er
(02
8)
fin
ish
. P
rovi
de
Po
we
r D
ata
Tro
ug
h w
/ A
xil Z
, M
eta
llic
Silv
er
Tri
m,
Tro
ug
h D
oo
r to
co
ord
ina
te
wit
h t
ab
le f
inis
h.
Ta
ble
Fin
ish
: B
lack
Ma
de
ra -
19
3
$0
.00
$0
.00
$0
.00
T-5
Hu
dd
le R
oo
m T
ab
leSu
rfa
ce W
ork
sM
ob
ile P
rop
el M
ee
tin
g
Ta
ble
- P
TP
.D.3
6
36
"dSt
an
da
rd H
eig
ht
Ta
ble
w/
Lock
ab
le C
ast
ers
, M
eta
llic
Silv
er
Ba
se,
Lam
ina
te T
op
w/
Ure
tha
ne
Kn
ife
Ed
ge
, P
rofi
le M
T1
. T
op
Fin
ish
:
Bla
ck M
ad
era
- 1
93
, E
dg
e C
olo
r: O
tte
r -
02
8
$0
.00
$0
.00
$0
.00
T-6
In-O
ffic
e C
on
fere
nce
Ta
ble
Na
tio
na
l Off
ice
Furn
itu
re
Ep
ic R
ou
nd
Wo
od
To
p
(25
NN
54
RD
W)
w/
X B
ase
(CB
V4
72
8X
B)
54
"d5
4"
Dia
me
ter
Wa
lnu
t V
en
ee
r T
op
in P
ort
ob
ello
Fin
ish
w/
Wo
rksu
rfa
ce H
eig
ht
X B
ase
w/
Wir
e M
an
ag
em
en
in C
ind
er
Fin
ish
(46
2);
Ass
em
ble
d
$0
.00
$0
.00
$0
.00
T-7
Bo
ard
Ro
om
Ta
ble
Nu
cra
ftA
pp
roa
ch N
est
ing
Ta
ble
s -
ASP
G-5
45
4-6
54
"x5
4";
54
"x3
24
"
com
bin
ed
Ta
ble
is c
om
po
sed
of
(6)
ind
ivid
ua
l ta
ble
s th
at
com
e t
og
eth
er
to
form
(1
) lo
ng
ta
ble
. W
aln
ut
Ve
ne
er,
Gra
in-M
atc
he
d,
Po
lish
ed
Ch
rom
e B
ase
s (P
C),
Sq
ua
re E
dg
e (
SQ),
Flip
to
p,
Ne
stin
g,
Ga
ng
ers
to C
on
ne
ct A
ll T
ab
les
To
ge
the
r, C
on
cea
led
Ca
ste
rs,
Mo
du
lar
Po
we
r w
/ Sm
all
Po
we
r M
atr
ix M
od
ule
(1
pe
r T
ab
le,
Wo
od
Co
ver-
PM
-SM
-W);
Pro
vid
e P
lug
-In
Po
we
r In
fee
d (
AP
P-P
)
$0
.00
$0
.00
$0
.00
T-8
Hu
dd
le P
ho
ne
Ta
ble
Gre
at
Op
en
ing
sC
aye
nn
e L
ow
Sto
rag
e,
Op
en
Sh
elv
es
- M
-LR
OS
Z5
P5
24
"x1
8"x
27
"M
eta
l Sto
rag
e c
ab
ine
t w
/ La
min
ate
to
p &
(1
) A
dju
sta
ble
Sh
elf
.
To
p t
o b
e W
lso
na
rt S
tee
l Me
sh -
SLS
L/4
87
9-3
8;
Sto
rag
e C
ase
an
d
Ass
oci
ate
d S
he
lf f
inis
h t
o b
e d
ete
rmin
ed
fro
m m
an
ufa
ctu
rers
sta
nd
ard
lin
e.
Pro
vid
e R
ect
an
gle
Le
g (
R)
in M
eta
llic
Silv
er
fin
ish
$0
.00
$0
.00
$0
.00
T-9
Pu
ll-U
p T
ab
leN
ati
on
al O
ffic
e
Furn
itu
re
Frin
ge
Pe
rso
na
l Pu
ll-U
p
Ta
ble
- 1
0N
16
22
RT
PU
L
22
"X1
3.7
5"X
28
.5"
Lam
ina
te T
op
, Fi
nis
h:
Po
rto
be
llo-
PB
, M
eta
l Ba
se:
Cin
de
r -
46
2$
0.0
0$
0.0
0$
0.0
0
T-1
0C
on
fere
nce
Cre
de
nza
Surf
ace
Wo
rks
Ra
pp
ort
Bu
ffe
t H
eig
ht
Cre
de
nza
- R
PS.
BC
.20
48
48
"X2
0"X
36
"B
uff
et
He
igh
t, 2
do
ors
, O
pe
n S
he
lve
s (A
dju
sta
ble
), a
nd
Wir
e
Ma
na
ge
me
nt
Pa
ss-T
hro
ug
hs.
Fin
ish
: B
lack
Ma
de
ras
- 1
93
$0
.00
$0
.00
$0
.00
T-1
6B
oa
rd R
oo
m C
red
en
zaN
ucr
aft
Pe
rfo
rma
nce
/Uti
lity
Cre
de
nza
, B
uff
et
He
igh
t -
PC
-U-7
22
9
72
"x2
5"x
37
"U
tilit
y C
red
en
za w
/ (3
) D
oo
rs a
nd
inte
gra
l pu
ll. S
pe
cie
s: W
aln
ut,
Fin
ish
: Z
inc
- G
30
. R
eve
al t
o b
e in
'Fo
il' f
inis
h (
S80
06
), p
linth
ba
se
to b
e c
oo
rdin
ati
ng
ve
ne
er
fin
ish
. U
nit
to
ha
ve w
oo
d t
op
w/
ha
rdw
oo
d e
dg
e a
nd
wa
lnu
t ve
ne
er
case
, Sq
ua
re E
dg
e (
SQ),
Co
nfe
ren
ce H
eig
ht.
Pro
vid
e S
lidin
g e
qu
ipm
en
t ra
ck 1
2R
U w
/
the
rmo
sta
tica
lly c
on
tro
lled
fa
n a
nd
plu
gst
rip
(R
1-A
). D
oo
r w
/ A
V
rack
to
be
lock
ab
le.
Pro
vid
e P
ull-
ou
t tr
ash
/re
cycl
ing
un
it w
/ (2
)
41
qt.
Co
nta
ine
rs,
Fro
nt
Op
en
ing
(T
F-C
)
$0
.00
$0
.00
$0
.00
T-1
7B
ar-
He
igh
t C
olla
bo
rati
ve
Ta
ble
Na
tio
na
l Off
ice
Furn
itu
re
Stra
ssa
Co
llab
ora
tive
Ta
ble
, B
ar
He
igh
t -
86
N3
67
24
1W
KF2
L
36
"x7
2"x
41
.5"
Lam
ina
te,
Ba
r-H
eig
ht
Co
llab
ora
tive
Ta
ble
w/
Co
ntr
ast
ing
Mo
de
sty
Pa
ne
l. C
ou
nte
r fi
nis
h:
Po
rto
be
llo (
PB
), C
on
tra
stin
g
Mo
de
sty
Pa
ne
l: C
ind
er
Lin
ea
r -
49
2
$0
.00
$0
.00
$0
.00
T-1
8E
xecu
tive
Off
ice
Occ
asi
on
al
Ta
ble
Na
tio
na
l Off
ice
Furn
itu
re
Te
sse
ra E
nd
Ta
ble
, Sq
ua
re
- 5
9N
24
24
EN
SQW
24
"x2
4"2
3.7
5"
Wo
od
Occ
asi
on
al T
ab
le,
To
p F
inis
h:
Po
rto
be
llo o
n W
aln
ut,
Le
g
Fin
ish
: C
ind
er
Pa
int
$0
.00
$0
.00
$0
.00
T-1
9H
ud
dle
Ro
om
Ta
ble
Surf
ace
Wo
rks
Mo
bile
Pro
pe
l Me
eti
ng
Ta
ble
- P
TP
.D.4
2
42
"dSt
an
da
rd H
eig
ht
Ta
ble
w/
Lock
ab
le C
ast
ers
, M
eta
llic
Silv
er
Ba
se,
Lam
ina
te T
op
w/
Ure
tha
ne
Kn
ife
Ed
ge
, P
rofi
le M
T1
. T
op
Fin
ish
:
Bla
ck M
ad
era
- 1
93
, E
dg
e C
olo
r: O
tte
r -
02
8
$0
.00
$0
.00
$0
.00
T-2
08
' Co
nfe
ren
ce T
ab
leSu
rfa
ce W
ork
sR
ap
po
rt T
-Le
g C
on
fere
nce
Ta
ble
- R
PC
.R.4
89
6.M
T1
96
"x4
8"x
29
"R
ect
an
gle
, (2
) T
-Le
g B
ase
s, M
eta
llic
Silv
er
Ba
se w
/ B
lack
Ma
de
ras
Inse
rt;
Ure
tha
ne
Kn
ife
Ed
ge
(M
T1
) in
Ott
er
Fin
ish
(0
28
). T
ab
le
Fin
ish
: B
lack
Ma
de
ra -
19
3
$0
.00
$0
.00
$0
.00
T-2
1O
pe
n O
ffic
e O
cca
sio
na
l
Ta
ble
Na
tio
na
l Off
ice
Furn
itu
re
Ro
un
d F
oo
tin
gs
Occ
asi
on
al T
ab
le w
/
Occ
asi
on
al H
eig
ht
X-B
ase
-
To
p:
83
N3
6R
DLK
, B
ase
:
CB
V3
21
5X
BP
36
"dO
cca
sio
na
l He
igh
t T
ab
le,
Lam
ina
te T
op
w/
Kn
ife
Ed
ge
Pro
file
.
To
p F
inis
h:
Po
rto
be
llo -
PB
, B
ase
Co
lor:
Cin
de
r -
46
2
$0
.00
$0
.00
$0
.00
0 0
**
Ple
ase
No
te:
RI
Co
mm
erc
e is
Ta
x E
xem
pt
Pro
ject
To
tal:
Sub
-To
tal
Inst
alla
tio
n/D
eliv
ery
:
UP
FE
REF.
UP
FE
14
15
16
17
18
ABC
108
CO
NF
ER
EN
CE
107
OF
FIC
E
105
CO
AT
S
104
CO
FF
EE
103
CO
NF
ER
EN
CE
109
CLO
SE
T
101
BO
AR
DR
OO
M
ST
AIR
CO
MM
ON
CO
RR
IDO
R
MA
IN B
UIL
DIN
GV
ES
TIB
ULE
ME
NW
OM
EN
JA
N.
C-3
TY
P.
T-3
C-3 T-4
C-8
TY
P.
C-8
TY
P.
T-7
C-7
TY
P.
C-7
TY
P.
F1.13
TY
P.
T-1
6
C-5
C-5
T-1
C-6
C-6
S-1
T-2
C-3
F-1
(BE
LO
W)
F-2
F-2
T-1
0
T-1
0
12
34
ABC
ST
AIR
T-1
9
C-3
TY
P.
T-5
C-3
TY
P.
T-8
T-8
C-7
T-1
0
T-2
0
T-1
7T
-17
T-1
7T
-17
S-2
C-1
0C
-10
C-1
0
TY
P.
TY
P.
TY
P.
T-9
C-1
1
EX
IST
ING
F
UR
NIT
UR
E
TO
RE
MA
IN
C-1
2C
-12
C-1
2
D-2
D-2
D-2
C-1
C-1
C-1
T-2
1
AR
EA
OF
WO
RK
EN
TR
Y
NO
TE
: R
EF
ER
TO
D-1
PE
RS
PE
CT
IVE
ON
TH
IS S
HE
ET
FO
R S
PE
CIF
IC C
OM
PO
NE
NT
S R
ELA
TE
D T
O D
-1.
RE
FE
R T
O F
UR
NIT
UR
E P
RIC
ING
TA
BLE
(A
TT
AC
HM
EN
T A
) F
OR
SP
EC
IFIC
S R
EG
AR
DIN
G A
NC
ILLA
RY
F
UR
NIS
HIN
GS
WIT
HIN
OF
FIC
E A
RE
A
D-1
C-2
C-2
C-2
C-2
C-2
C-2
C-9
C-9
T-1
8
T-6
C-4
D-1
MID
CR
ED
EN
ZA
W/
FO
OT
ED
B
AS
E,
FU
LL D
RA
WE
R F
RO
NT
(B
OX
/FIL
E),
PO
RT
OB
ELLO
ON
W
ALN
UT
FIN
ISH
-59N
2490C
SL3W
88;
28"x
90"x
24"
WO
OD
LIG
HT
ED
SH
ELF
IN
P
OR
TO
BE
LLO
ON
WA
LN
UT
FIN
ISH
-59N
3052
WP
W;
78"
WID
E,
PR
OV
IDE
(2)
SH
ELV
ES
& A
TT
AC
H T
O W
ALL-
MO
UN
TE
D B
AC
K P
AN
ELS
(P
AN
ELS
A
RE
PR
E-B
OR
ED
FO
R S
HE
LF
A
TT
AC
HM
EN
T IN
FIE
LD
); P
RO
VID
E
'LIG
HT
KIT
3' B
Y N
AT
ION
AL
(N
AC
LT
K3)
TO
IN
CL
UD
E L
ED
DR
IVE
R &
RO
CK
ER
S
WIT
CH
, C
ON
CE
AL A
LL W
IRE
S A
ND
D
RIV
ER
.
(3)
WA
LL-M
OU
NT
ED
BA
CK
PA
NE
LS
W/
CIN
DE
R P
AIN
TE
D
FIN
ISH
-5
9N
30
52
WP
W;
30
"wx 5
2"h
; S
EC
UR
E E
AC
H W
AL
LP
AN
EL
TO
AT
LE
AS
T (
2)
MO
UN
TIN
G L
OC
AT
ION
S(S
TU
DS
) M
INIM
UM
, W
AL
LB
LO
CK
ING
WIL
L N
OT
BE
PR
OV
IDE
D.
CR
ED
EN
ZA
BR
IDG
E S
UP
PO
RT
(N
OT
S
HO
WN
) F
OR
36
" D
WO
RK
SU
RF
AC
E
IN P
OR
TO
BE
LL
O O
N W
AL
NU
T
FIN
ISH
-5
9N
30
05
SE
PW
. S
EC
UR
E
BR
IDG
E T
O U
ND
ER
SID
E O
F
WO
RK
SU
RF
AC
E A
ND
TO
P O
F
CR
ED
EN
ZA
.
M8 M
ON
ITO
R A
RM
W/
M8 C
RO
SS
BA
R
BY
HU
MA
NS
CA
LE
TO
SU
PP
OR
T (
2)
MO
NIT
OR
S -
M8M
B1C
-NA
C.
PR
OV
IDE
'M
CO
NN
EC
T' M
OU
NT
& A
SS
OC
IAT
ED
C
AB
LE
CO
VE
RS
. B
LA
CK
FIN
ISH
.
KE
YB
OA
RD
TR
AY
(N
OT
SH
OW
N)
BY
H
UM
AN
SC
AL
E -
6G
LS
55
0-S
MP
25
22
; P
RO
VID
E 6
B S
TA
ND
AR
D T
RA
CK
(2
2"
LE
NG
TH
) W
/ LA
TE
RA
L S
LID
ER
, S
LIM
P
AL
M S
UP
PO
RT
, &
BIG
CO
MP
AC
T
PLA
TF
OR
M (
NO
AD
DT
'L M
OU
SE
P
LA
TF
OR
M)
SLA
NT
LE
G T
AP
ER
BA
SE
IN
CIN
DE
R
PA
INT
FIN
ISH
-5
9N
02
28A
BW
. A
TT
AC
H
TO
UN
DE
RS
IDE
OF
WO
RK
SU
RF
AC
E.
RE
CT
AN
GLE
WO
RK
SU
RF
AC
E IN
P
OR
TO
BE
LLO
ON
WA
LN
UT
F
INIS
H -
59N
3672W
SS
L;
PR
OV
IDE
48"
UN
DE
RS
UR
FA
CE
SU
PP
OR
T
RA
IL (
NO
T S
HO
WN
) -
NA
C0248S
UR
. A
TT
AC
H T
O
UN
DE
RS
IDE
OF
WO
RK
SU
RF
AC
E
PE
R M
AN
UF
AC
TU
RE
RS
IN
ST
RU
CT
ION
S
WA
LL M
OU
NT
OV
ER
HE
AD
S
TO
RA
GE
W/
GLA
SS
SLID
ING
D
OO
RS
IN
PO
RT
OB
ELLO
ON
W
ALN
UT
FIN
ISH
-59N
9012S
OS
3M
GW
; 14-5
/8"x
90"x
11-1
/2";
SE
CU
RE
TO
BA
CK
WA
LL P
AN
EL
MID
CR
ED
EN
ZA
W/
(2)
SLID
ING
DO
OR
S A
ND
(3)
DR
AW
ER
S IN
P
OR
TO
BE
LLO
ON
WA
LN
UT
F
INIS
H -
59N
249023C
SS
3W
34;
24"x
90"x
22-3
/4"
NO
TE
S:
1.
ALL D
EC
OR
AT
IVE
HA
RD
WA
RE
TO
BE
CIN
DE
R M
OS
AIC
PU
LLS
, T
YP
.2.
ALL E
XP
OS
ED
SID
ES
TO
BE
FIN
ISH
ED
.3.
DE
SK
TO
BE
FR
EE
ST
AN
DIN
G,
NO
WA
LL S
TA
ND
AR
DS
, P
RO
VID
E M
OU
NT
ING
HA
RD
WA
RE
AS
RE
QU
IRE
D.
4.
VE
ND
OR
TO
CO
OR
DIN
AT
E H
AN
DE
DN
ES
S P
ER
FLO
OR
PLA
N L
AY
OU
T5.
VE
NE
ER
WO
RK
SU
RF
AC
ES
& C
AS
EG
OO
DS
6.
PR
OV
IDE
ALL H
AR
DW
AR
E N
EC
ES
SA
RY
TO
SU
PP
OR
T A
LL C
OM
PO
NE
NT
S O
F D
ES
K,
TY
P.
7.
PO
WE
R/D
AT
A B
Y G
C.
48
" X
24
" W
AV
EW
OR
KS
LA
MIN
AT
E
BR
IDG
E IN
PO
RT
OB
EL
LO
FIN
ISH
(P
B),
PR
OV
IDE
HA
RD
WA
RE
AS
R
EQ
UIR
ED
TO
AT
TA
CH
TO
A
DJA
CE
NT
DE
SK
CO
MP
ON
EN
TS
.
12
" H
FR
OS
TE
D A
CR
YL
IC
MO
DE
ST
Y P
AN
EL
, M
OU
NT
ED
TO
UN
DE
RS
IDE
O
F W
OR
KS
UR
FA
CE
WA
VE
WO
RK
S L
AM
INA
TE
E
ND
PA
NE
L
WO
RK
SU
RF
AC
E S
UP
PO
RT
IN
PO
RT
OB
EL
LO
(P
B)
FIN
ISH
WA
VE
WO
RK
S
RE
CT
AN
GU
LA
R L
AM
INA
TE
W
OR
KS
UR
FA
CE
IN
P
OR
TO
BE
LL
O (
PB
) F
INIS
H,
1-3
/16
" T
HIC
KN
ES
S
24
"X7
2"
WA
VE
WO
RK
S S
ING
LE
P
ED
ES
TA
L L
AM
INA
TE
C
RE
DE
NZ
A W
/ LA
TE
RA
L F
ILE
IN
P
OR
TO
BE
LL
O (
PB
) F
INIS
H.
PR
OV
IDE
'H
OR
IZO
N' P
UL
L IN
C
IND
ER
FIN
ISH
(N
OT
SH
OW
N).
D
RA
WE
RS
TO
BE
LO
CK
AB
LE
.
36
" W
AL
L M
OU
NT
ED
T
AC
KB
OA
RD
BY
NA
TIO
NA
L,
GR
AD
E 2
PA
NE
L F
AB
RIC
36
" W
AL
LM
OU
NT
ED
M
AR
KE
RB
OA
RD
BY
N
AT
ION
AL
(2)
WA
VE
WO
RK
S L
AM
INA
TE
WA
LL-
MO
UN
TE
D O
PE
N S
TO
RA
GE
IN
PO
RT
OB
ELLO
(P
B)
FIN
ISH
. A
SS
UM
EB
LO
CK
ING
WIL
L N
OT
BE
PR
OV
IDE
D,
SE
CU
RE
TO
AT
LE
AS
T (
2)
MO
UN
TIN
GLO
CA
TIO
NS
(S
TU
DS
). P
RO
VID
E L
ED
UN
DE
RB
IN L
IGH
TIN
G T
O S
PA
NLE
NG
TH
OF
OV
ER
HE
AD
.
NO
TE
S:
1.
ALL D
EC
OR
AT
IVE
HA
RD
WA
RE
TO
BE
CIN
DE
R H
OR
IZO
N P
ULLS
, T
YP
.2.
ALL E
XP
OS
ED
SID
ES
TO
BE
FIN
ISH
ED
.3.
DE
SK
TO
BE
FR
EE
ST
AN
DIN
G,
NO
WA
LL S
TA
ND
AR
DS
, P
RO
VID
E M
OU
NT
ING
HA
RD
WA
RE
AS
RE
QU
IRE
D.
4.
VE
ND
OR
TO
CO
OR
DIN
AT
E H
AN
DE
DN
ES
S P
ER
FLO
OR
PLA
N L
AY
OU
T5.
PLA
ST
IC L
AM
INA
TE
WO
RK
SU
RF
AC
ES
& C
AS
EG
OO
DS
6.
PR
OV
IDE
ALL H
AR
DW
AR
E N
EC
ES
SA
RY
TO
SU
PP
OR
T A
LL C
OM
PO
NE
NT
S O
F D
ES
K,
TY
P.
7.
PO
WE
R/D
AT
A B
Y G
C.
DR
AW
ING
TIT
LE
:
DR
AW
ING
NO
.:
RE
VIS
ION
S:
DA
TE
:
PR
OJE
CT
NO
:
DR
AW
N B
Y:
CH
EC
KE
D B
Y:
C
20
18
VIS
ION
3 A
RC
HIT
EC
TS
225 Chapman Street • Providence, RI 02905 • Tel. (401) 461-7771 • Fax (401) 461-7772 • [email protected]
TH
ES
E D
OC
UM
EN
TS
HA
VE
BE
EN
P
RE
PA
RE
D S
PE
CIF
ICA
LLY
FO
R T
HE
PR
OJE
CT
LIS
TE
D A
BO
VE
. T
HE
Y A
RE
N
OT
SU
ITA
BLE
FO
R U
SE
ON
OT
HE
R
PR
OJE
CT
S O
R IN
OT
HE
R L
OC
AT
ION
S
WIT
HO
UT
AP
PR
OV
AL A
ND
P
AR
TIC
IPA
TIO
N O
F V
ISIO
N 3
A
RC
HIT
EC
TS
. R
EP
RO
DU
CT
ION
IS
P
RO
HIB
ITE
D.
ST
AM
P:
PR
OJE
CT
ST
AT
US
:
3/1/2018 1:44:18 PM
C:\Projects\[email protected]
F1.1
FU
RN
ITU
RE
PLA
N,
AT
TA
CH
ME
NT
B17024b
02. 2
6.1
8
Auth
or
Checker
RHODE ISLAND COMMERCECORPORATION
PR
ELIM
INA
RY
-N
OT
FO
RC
ON
ST
RU
CT
ION
INTERIOR RENOVATION315 IRON HORSE WAYPROVIDENCE, RI 02908
1/8
" =
1'-0"
1F
IRS
T F
LO
OR
FU
RN
ITU
RE
PLA
N -
EA
ST
1/8
" =
1'-0"
2F
IRS
T F
LO
OR
FU
RN
ITU
RE
PLA
N -
WE
ST
N.T
.S.
FIR
ST
FLO
OR
KE
Y P
LA
N
1/4
" =
1'-0"
3E
NLA
RG
ED
EX
EC
UT
IVE
OF
FIC
E P
LA
N4
EX
EC
UT
IVE
DE
SK
- D
-15
TY
PIC
AL P
RIV
AT
E O
FF
ICE
DE
SK
- D
-2
Atta
chm
ent B
225 Chapman Street 401.461.7771
Providence, RI fax 401.461.7772
02905-4592 email: [email protected]
Date:
Client:
Project:
March 6, 2018
Rhode Island Commerce Corporation
Rhode Island Commerce Corporation
317 Iron Horse Way, Providence, RI
Project No.: 17024b
Drawings: Furniture Floor Plan – F1.1
INDEMNIFICATION AND AUTHORIZATION FOR
DELIVERY OF ELECTRONIC MEDIA FILES VIA EMAIL
Per the direction of Rhode Island Commerce Corporation, we are making electronic media files
available to you for the above-referenced project. In accepting our Instruments of Service on electronic
media you covenant and agree that all such documents and data are Instruments of Service of the
Architect, who shall be deemed the author, and shall retain all common law, statutory law and other
rights, including copyrights. Electronic media files of the latest drawings generated by the Architect and
accepted by you are compatible with AutoCAD Release 2013.
By your signature, you certify your authorization, as an officer of the Company, to execute this
indemnification on behalf of your Company, and agree to waive all claims against the Architect resulting
in any way from any changes, use or reuse of the Architect’s Instruments of Service by you or any
person or entity who directly or indirectly receives the Architect’s Instruments of Service from you.
Additionally, you agree, to the fullest extent permitted by law, to indemnify and hold the Architect
harmless from any damage, liability or cost, including reasonable attorneys’ fees and costs of defense
arising from any changes, use or reuse of the Architect’s Instruments of Service by you or any person or
entity who directly or indirectly receives the Architect’s Instruments of Service from you.
Under no circumstances shall transfer of the Architect’s Instruments of Service on electronic media be
deemed a sale by the Architect. The Architect makes no warranties, either express or implied, of
merchantability and fitness for any particular purpose of the Instruments of Service being delivered.
For the Architect:
Vision 3 Architects
Company Officer:
Title:
Signature:
Date:
For the Contractor:
Company Name:
Company Officer:
Title:
Signature:
Date:
Attachment C
Rhode Island Commerce Corporation
RFP RESPONSE CERTIFICATION COVER FORM
Instruction: To fulfill your RFP response, this form must be completed, printed, signed and included with your submission.
SECTION 1 - RESPONDENT INFORMATION
RFP Number: RFP Title: RFP Respondent Name: Address: Telephone: Fax: Contact Name: Contact Title: Contact Email:
SECTION 2 —DISCLOSURES
RFP Respondents must respond to every statement. RFP Responses submitted without a complete response may be deemed nonresponsive.
Indicate “Y” (Yes) or “N” (No) for Disclosures 1-4, and if “Yes,” provide details below ____ 1. State whether the Respondent, or any officer, director, manager, stockholder, member, partner, or other owner or principal of the Respondent or any parent, subsidiary, or affiliate has been subject to suspension or debarment by any federal, state, or municipal governmental authority, or the subject of criminal prosecution, or convicted of a criminal offense within the previous 5 years. If “Yes,” provide details below. ____ 2. State whether the Respondent, or any officer, director, manager, stockholder, member, partner, or other owner or principal of the Respondent or any parent, subsidiary, or affiliate has had any contracts with a federal, state, or municipal governmental authority terminated for any reason within the previous 5 years. If “Yes,” provide details below. ____ 3. State whether the Respondent, or any officer, director, manager, stockholder, member, partner, or other owner or principal of the Respondent or any parent, subsidiary, or affiliate has been fined more than $5000 for violation(s) of any Rhode Island environmental law(s) by the Rhode Island Department of Environmental Management within the previous 5 years. If “Yes,” provide details below. ____ 4. State whether any officer, director, manager, stockholder, member, partner, or other owner or principal of the Respondent is serving or has served within the past two calendar years as either an appointed or elected official of any state governmental authority or quasi-public corporation, including without limitation, any entity created as a legislative body or public or state agency by the general assembly or constitution of this state. Disclosure details (continue on additional sheets if necessary):
SECTION 3 —OWNERSHIP DISCLOSURE
Respondents must provide all relevant information. Respondent proposals submitted without a complete response may be deemed nonresponsive.
If the Respondent is publicly held, the Respondent may provide owner information about only those stockholders, members, partners, or other owners that hold at least 10% of the record or beneficial equity interests of the Respondent; otherwise, complete ownership disclosure is required. List each officer, director, manager, stockholder, member, partner, or other owner or principle of the Respondent, and each intermediate parent company and the ultimate parent company of the Respondent. For each individual, provide his or her name, business address, principal occupation, position with the Respondent, and the percentage of ownership, if any, he or she holds in the Respondent, and each intermediate parent company and the ultimate parent company of the Respondent.
SECTION 4 —CERTIFICATIONS
Respondents must respond to every statement. Responses submitted without a complete response may be deemed nonresponsive.
Indicate “Y” (Yes) or “N” (No), and if “No,” provide details below. THE RESPONDENT CERTIFIES THAT: ____ 1. The Respondent will immediately disclose, in writing, to the Rhode Island Commerce Corporation any potential conflict of interest which may occur during the term of any contract awarded pursuant to this solicitation. ____ 2. The Respondent possesses all licenses and anyone who will perform any work will possess all licenses required by applicable federal, state, and local law necessary to perform the requirements of any contract awarded pursuant to this solicitation and will maintain all required licenses during the term of any contract awarded pursuant to this solicitation. In the event that any required license shall lapse or be restricted or suspended, the Respondent shall immediately notify the Rhode Island Commerce Corporation in writing. ____ 3. The Respondent will maintain all required insurance during the term of any contract pursuant to this solicitation. In the event that any required insurance shall lapse or be canceled, the Respondent will immediately notify the Rhode Island Commerce Corporation in writing. ____ 4. The Respondent understands that falsification of any information in its RFP response or failure to notify the Rhode Island Commerce Corporation of any changes in any disclosures or certifications in this Respondent Certification may be grounds for suspension, debarment, and/or prosecution for fraud. ____ 5. The Respondent has not paid and will not pay any bonus, commission, fee, gratuity, or other remuneration to any employee or official of the Rhode Island Commerce Corporation or the State of Rhode Island or any subdivision of the State of Rhode Island or other governmental authority for the purpose of obtaining an award of a contract pursuant to this solicitation. The Respondent further certifies that no bonus, commission, fee, gratuity, or other remuneration has been or will be received from any third party or paid to any third party contingent on the award of a contract pursuant to this solicitation. ___ 6. This RFP response is not a collusive RFP response. Neither the Respondent, nor any of its owners, stockholders, members, partners, principals, directors, managers, officers, employees, or agents has in any way colluded, conspired, or agreed, directly or indirectly, with any other Respondent or person to submit a collusive response to the solicitation or to refrain from submitting response to the solicitation, or has in any manner, directly or indirectly, sought by agreement or collusion or other communication with any other Respondent or person to fix the price or prices in the response or the response of any other Respondent, or to fix any overhead, profit, or cost component of the price in the response or the response of any other Respondent, or to secure through any collusion, conspiracy, or unlawful agreement any advantage against the Rhode Island Commerce Corporation or the State of Rhode Island or any person with an interest in the contract awarded pursuant to this solicitation. The price in the response is fair and proper and is not tainted by any collusion, conspiracy, or unlawful agreement on the part of the Respondent, its owners, stockholders, members, partners, principals, directors, managers, officers, employees, or agents. ____ 7. The Respondent: (i) is not identified on the General Treasurer’s list created pursuant to R.I. Gen. Laws § 37-2.5-3 as a person or entity engaging in investment activities in Iran described in § 37-2.5-2(b); and (ii) is not engaging in any such investment activities in Iran.
____ 8. The Respondent will comply with all of the laws that are incorporated into and/or applicable to any contract with the Rhode Island Commerce Corporation. Certification details (continue on additional sheet if necessary): Submission by the Respondent of a response pursuant to this solicitation constitutes an offer to contract with the Rhode Island Commerce Corporation on the terms and conditions contained in this solicitation and the response. The Respondent certifies that: (1) the Respondent has reviewed this solicitation and agrees to comply with its terms and conditions; (2) the response is based on this solicitation; and (3) the information submitted in the response (including this Respondent Certification Cover Form) is accurate and complete. The Respondent acknowledges that the terms and conditions of this solicitation and the response will be incorporated into any contract awarded to the Respondent pursuant to this solicitation and the response. The person signing below represents, under penalty of perjury, that he or she is fully informed regarding the preparation and contents of this response and has been duly authorized to execute and submit this response on behalf of the Respondent.
RESPONDENT
Date:_________________ ______________________________________________
Name of Respondent ______________________________________________ Signature in ink ______________________________________________ Printed name and title of person signing on behalf of Respondent