Loading...
HomeMy WebLinkAbout5. MANAGERS REPORT 06/02/2009 Mount ProspC<..'t ~ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM FROM: PROJECT ENGINEER . e:,~~ TO: VILLAGE MANAGER MICHAEL E. JANONIS Backarou nd Several properties in Mount Prospect experience recurring backyard flooding after any significant rain event. Often water will pond in their yards and remain there for a considerable length of time. On May 13, 2008, the Village Board authorized Staff to proceed with the Backyard Drainage Program in an effort to assist residents in reducing the backyard flooding they experience. DATE: MAY 29,2009 SUBJECT: 2009 BACKYARD DRAINAGE PROGRAM (CONTRACT AWARD NOT TO EXCEED $252,600.00) Staff has received requests for assistance through the Backyard Drainage Program for over 100 residential properties. Staff identified several of the properties experiencing the worst flooding, based upon such criteria as depth of ponding, area of inundation, number of properties affected, structures impacted, and duration of ponding. Staff then surveyed the existing conditions, and prepared plans to better drain each of these properties. Each design includes an inlet in the backyard draining through a pipe connecting to the existing sewer system in the public right of way. To protect the receiving system from being overwhelmed, each design includes a restrictor that will control and slow the discharge into the reducing sewers. These restrictors, while serving to protect the Village sewer systems, may cause water to pond in the backyards during heavy rain events for a short duration. To accommodate this ponding water, rain gardens will be installed around the inlets. These rain gardens will provide a place for any ponding water to accumulate, and provide a mechanism for the water to infiltrate into the ground quickly. The construction costs will be paid for with Village funds. Following construction, the property owners will be responsible for maintenance of the storm sewer and rain gardens on the private property, however, it shall be the Village's responsibility to maintain the new storm sewer in the public right of way. Each design was contained on a single property, avoiding the need for easements or agreements between property owners. Bid Results Sealed bids for the 2009 BACKYARD DRAINAGE PROGRAM were publicly opened and read aloud on May 26, 2009 at 1 :00 P.M. A Notice to Bidders was published in a local newspaper as required and invitations were sent to contractors familiar with this program. A mandatory pre-bid meeting was held on May 19, 2009 at 10:00 A.M. to discuss the intent and specifics of the program, as well as to answer any questions the contractors may have had in formulating their bids. Nine (9) contractors attended the pre-bid meeting. Three (3) contractors submitted bids for this project. The bids ranged from a low of $240,543.00 by Martam Construction, Inc., to a high of $382,600 by Vian Construction Company, Inc. The Engineer's estimate for the project was $222,290.00. Page 2 2009 Backyard Drainage Program May 29,2009 Each of the bidders submitted a bid bond in the amount of 5% of the total bid as required in the bid proposal packet. All bids were checked for their accuracy. No errors were found. All bidders correctly signed their bids and bid bonds. Below is a summary of the bids: Martam Construction, Inc. Trine Construction Corp. Vian Construction Company, Inc. Engineer's Estimate $240,543.00 $270,350.00 $382,600.00 $222,290.00 Discussion The low bidder, Martam Construction, Inc., has done quality work in Mount Prospect in recent years. They meet the requirements of the contract documents and their workmanship in Mount Prospect has been good. This is the first year of the Backyard Drainage Program. We estimate that installation can be completed at between eight and eleven sites. However, because the cost is based on estimated quantities, the project will be evaluated throughout the course of construction to determine if any sites can be added, or have to be deferred until additional funds become available. Recommendation I therefore recommend the contract for the 2009 BACKYARD DRAINAGE PROGRAM to be awarded to the low bidder, Martam Construction, Inc. in an amount not to exceed Martam's bid price, plus a 5% contingency, or $252,600.00. There are sufficient funds in the 2009 Budget to cover this proposed contract. Please include this item on the June 2nd Village Board Meeting Agenda. Charles M. Lindelof, P.E. I concur with the above recommendation. Dired~er cc: Village Clerk Lisa Angell C:\Documents and Settings\DStrahl\Local Setlings\Temporary Internet Files\OLK1\Recommendation.doc MountProspect Mount Prospect Public Works Department ~ INTEROFFICE MEMORANDUM In order to maintain the accountability of water consumption annual water meter testing, replacement, and repairs are routinely performed. To accomplish this task, a 31-month proposed contract agreement has been written to install, test, and repair, Village-owned water meters on a contractual basis. In addition, private building inspections on residential sewer systems are completed, during the water meter replacement work, to inspect for improper sewer connections pursuant to the regulatory requirements of the Metropolitan Water Reclamation District of Greater Chicago (MWRDGC). By combining the different tasks under one contract, the repeat attempts to gain access to the property for the different purposes and inconvenience to consumers is minimized. TO: VILLAGE MANAGER, MICHAEL E. JANONIS FROM: WATER! SEWER SUPERINTENDENT DATE: MAY 28, 2009 SUBJECT: WATER METER INSTALLATION, TESTING, REPAIR AND BUILDIN INSPECTION RFP RESULTS ($93,200) BACKGROUND Approximately 800 - 900 properties are annually targeted for water meter replacement and private building inspections under this contract. Additionally, approximately 125 commercial water meters are tested each year depending on size. Meter testing and meter replacement are important aspects of the Village's water supply as accurate water meters are essential to account for the Village's water use and to bill for the appropriate consumption of water. RFP RESULTS A Request for Proposals (RFP) was prepared by staff and sent out in May 2009 to three (3) water meter service vendors. All three vendors responded to the village. Two (2) vendors responded with proposals. One vendor, M.E. Simpson Co. Inc., responded that they were not able to make a proposal at this time due to an extremely heavy existing workload. The following table provides a comparison between the proposals on various aspects of the work. Proposal Item HBK Water Meter Water Resources, M.E. Simpson Co., Service, Inc. Inc. Inc. Standard 5/8" x %" $56.20 $75.00 No Proposal Meter Reolacement Proposal Item HBK Water Meter Water Resources, M.E. Simpson Co., Service, Inc. Inc. Inc. Residential Building $40.00 $60.00 No Proposal Inspection wI meter AMR Replacement $70.00 $120.00 No Proposal Meter Test- 2" $119.00 $220.00 No Proposal Meter Test, Repair & $179.00 $400.00 No Proposal Retest wlo parts - 2" This year's lowest proposal is an overall increase of approximately 8%; Le. a price in 2009 of $56.20 versus $52.00 in 2006. The overall change in the CPI for the Chicago MSA was 9.586% from April 2009. The terms of the previous contracts require that the contractor maintain their pricing for the entire contract period; this request is no different. There are no rate increases allowed or proposed in this request and the contractor is providing one rate for each task for the entire 31-month period. The contractor will not see any rate increase over the entire 31-month period through December 31, 2011. HBK Water Meter Service, Inc. of Palatine, Illinois was the Village's contractor for the previous contract and has an outstanding record of service with the Village. HBK Water Meter Service, Inc. is familiar with the Village and has performed the tasks outlined in the RFP for the Village to the satisfaction of the Water Division of the Department of Public Works. DISCUSSION Funding for this proposed contract may be found in the 2009 Budget, accounts #6105507- 540770; #6105507-540775 and #6105509-540778. The available funding for year one (2009) of the multi-year contract for the tasks under this RFP is $93,200. The contract award for years 2010 and 2011 will be limited to funding levels approved by the Village Board. RECOMMENDA liON I recommend that the Village Board accept the lowest, responsible proposal and authorize an agreement with HBK Water Meter Services of Palatine, Illinois for the contract ending December 31, 2011 with an amount for 2009 not to exceed $93,200 and for each subsequent year as the approVedbUdgeIProv~.~~ ~ ~ C7 ~ MallOvereem I concur, Glen R. Andler H:\Water\projects\2009\Meter testing RFP 2009 Proposal Results a.doc Mount Prospect Village of Mount Prospect Mount Prospect, Illinois ~ INTEROFFICE MEMORANDUM DATE: MAY 28, 2009 SUBJECT: 2009 COMPUTER REPLACEMENTS ~~ b/~o1 ':9 .-.r:';" ':~""... "'~ )i' /" TO: ASSISTANT VILLAGE MANAGER DAVE STRAHL FROM: IT DIRECTOR There were a number of questions regarding computer inventory and purchases at the May,,,1gth Village Board meeting. Staff has compiled information in this document to clarify the need for computer purchases and how the computers will be used. Staff is requesting approval to purchase 54 desktop PCs, 13 laptops, and 12 ruggedized laptops. Replacement Schedule The Village created the Computer Replacement Program in the late 1990's as a means to keep desktop PCs fairly current without major budget variations. At that time the maximum operational life cycle was defined as five years for computers and seven years for printers. In 2001 the replacement cycle for standard computers was changed from five years to four, because a large number of computers had performance deficiencies. This was a period of rapid technological advances with more powerful software programs driving upgrades to newer, more advanced hardware. The cycle has remained at four years for standard PCs and laptops, five years for ruggedized PCs, and seven years for printers. The four year replacement cycle for standard PCs is consistent with most other municipalities. Advantages to the replacement schedule are as follows: . Computers are proactively replaced before they become dysfunctional. Being proactive is more efficient for the user and for the IT staff. . Funds are readily available for replacement purchases. When a department adds a new PC to inventory, the department is responsible for the initial purchase price. After that Information Technology makes lease payments to the replacement fund so that there is money available when it is time for the computer to be replaced. . Computers bought in bulk are easier to manage. Since each hardware component is exactly the same as all the others, the PC setup can be cloned. IT staff sets up one computer as desired then creates a cloned copy of the configuration. The copy is then cloned to all the other computers that were purchased at the same time and have the same hardware configuration. This reduces the IT staff time investment to setup PCs. This consistency also creates an environment where IT staff members know exactly how a PC is setup and what hardware it has. This greatly reduces troubleshooting efforts. 2009 Computer Replacements May 28, 2009 Page 2 . The replacement schedule assists in scheduling overall software upgrades and replacements to match hardware capabilities. · Staff can plan ahead for budgeting, knowing what desktop hardware will be available in a given year and whether there is a need to budget for additional hardware. 2009 Reolacements There are 52 standard PCs, eleven laptops, and ten ruggedized laptops due for replacement in 2009. Based on individual department and user needs many of the new PCs will be assigned to "power users". Power users are typically persons who utilize the advanced features of their PCs to perform their daily job duties. The power users' former PCs are then passed down to other users who are not considered "power users". Some of these passed down PCs are old enough that they are no longer on the replacement schedule. The older computers that are no longer on the replacement cycle may be re-purposed to support a service, such as transferring fire emergency calls into the Firehouse software or running a nightly process to upload data from one database to another. A recent inventory shows there are currently 47 re-purposed computers on the Village network that are six to eight years old. Many of these functions will be updated with newer re-purposed PCs made available from the "trickle down" effect of this year's PC purchase. Additionally 18 re-purposed pes are needed to populate the Computer Training Room for Office 2007 and ERP training, which can only be setup when handed down PCs become available. Village computers are currently running on Microsoft Windows XP with Microsoft Office 2003. There are plans to upgrade to Office 2007 in 2010 and to upgrade the operating system to Windows 7 in 2012. To avoid a mass replacement to bring PCs up to specifications, computers purchased this year and in future years will be configured to support Microsoft Office 2007 and Windows 7. Some of the limitations of the computers being replaced are listed below: · The ruggedized laptops only have 512 Mb of RAM and only 40 Gb hard drives, compared to the 2 Gb of RAM and 160 Gb hard drives of the new specifications. These laptops are five years old. Public Works has added memory to their ruggedized laptop to run Hansen, but the memory is maxed out and still does not meet the minimum requirements. Police's ruggedized laptops are showing significant wear and tear on the touch screen displays, hard drives and keyboards from 24-hour use and from exposure to the elements. · The standard laptops were not purchased with wireless capabilities, which is needed for mobility. Also processing speed is slow, which limits functionality. . The PCs do not have DVD-RW capabilities which are needed for archiving photos, etc. . All the computers being replaced are out of warranty. , 2009 Computer Replacements May 28, 2009 Page 3 Vendors Standardizing the brand names of computers makes troubleshooting easier because IT staff members are familiar with the hardware and with the vendor's support process. Also older computers may be cannibalized for needed replacement parts. The Village standardized on Dell desktop PCs and laptops in 2003 and on Panasonic Toughbooks in 2002. These computers have been working well. Both vendors, Dell and CDS Office Technologies, offer pricing from the awarded state contract. For clarification, future memos will request to "waive the bid process and accept the state bid". Recommendation I continue to recommend that the bid process be waived and that the Village accept the state bids for the purchases. I recommend that the Village purchase 54 PCs and 13 laptops from Dell for an amount not to exceed $72,449. I also recommend that the Village purchase12 ruggedized laptops from CDS Office Technologies for an amount not to exceed $56,830. Funds are available for these purchases. ~ ~ Middleton IT Director I:\VB Request Memos\2009 Computer Replacements.doc Mount Prospect Village of Mount Prospect Mount Prospect, Illinois ~ SUBJECT: COMMUNITY CONNECTIONS CENTER RECOMMENDATION BACKGROUND The Village of Mount Prospect and Mount Prospect Public Library (hereinafter "Parties") have been working closely with Krueger International (KI), an office furniture company, to help design an office furniture layout for the Community Connections Center and select various components, such as chairs, desks, cabinets, shelves, and tables. Both Parties met several times with KI to discuss storage, style, comfort, color, and quality requirements, as well as space limitations. Flooring and paint colors were considered to ensure that all areas of the Center will coordinate with the furniture. After several follow-up discussions and meetings to trim costs, the Parties selected the attached floor plan (se Attachment 1). OFFICE INTEROFFICE MEMORANDUM DATE: MICHAEL E. JANONIS, VILLAGE MANAGER MICHAEL DALLAS, ADMINISTRATIVE ANALYST CLARE O'SHEA, SENIOR PLANNER MAY 28, 2009 TO: FROM: DISCUSSION From the beginning of the project, the Village and Library acknowledged that the process to design an office furniture layout and select the components was a critical task to the Center's successful implementation and operation and required considerable attention to the following unique challenges. First, the Center's space is only 2400 square feet and thus requires a very efficient work space design. Accordingly, many furniture components were selected because they are modular, movable, or stackable. For example, since storage space is very limited at the Center, the community room's tables and chairs must nest and stack respectively in order to save space when the partition wall is opened and larger groups congregate. Second, while the Center's space is limited, its diverse menu of programming and services is not. As such, flexibility was a requirement during discussions to ensure accommodations could be made to meet the expectations of service providers. For example, the community room was designed to be a multi-purpose area, where the partition wall could be opened or closed depending on the type of event being held in the community roorn. To complement this requirement, the tables in the room were put on casters so they could be easily arranged to accommodate meetings, classroom instruction and workshops, other set-ups, or simply be moved elsewhere. Third, the Center is a public space and the furniture will be subject to daily wear and tear. Thus, the quality and durability of the furniture of each furniture company was scrutinized. Finally, because the Center is an extension of the Village and Library, the characteristics and quality of the furniture were required to be representative of both parties. After meeting with KI several times to select furniture based on the aforementioned requirements and trim the costs, the following proposals were submitted: J:\Community DevelopmentlNeighborhood Resource CenterIBoard Presentations\Furniture Approval 5-28-09 Version 2.0.doc Community Connections Center - Office Furniture Recommendation May 28. 2009 Page 2 TOTALS CENTER GRAND TOTAL $3665.52 $466.25 $19555.27 $8741.00 $1832.48 $466.25 $11 039.73 $30 595.00 KI's pricing above is based on a competitive bid process conducted through the National Joint Powers Alliance cooperative purchasing program (Contract IFB #102908). CONCLUSION Staff recommends waiving the bid process and purchasing furniture from Krueger International (KI) in the amount of $19,555.27 for the Community Connections Center. The Village has purchased furniture from KI in the past and has been satisfied thus far with its quality. Moreover, both Parties agree that the proposal provided by. KI meets the unique requirements of the Community Connections Center. There are sufficient funds in the Center's budget to meet the furniture expenses. The Village will reimburse the Mount Prospect Public Library $4,131.77 for one-half the cost of the waiting area and two-thirds the cost of the community room's furniture. CJw O)rw- . Clare O'Shea Senior Planner Michael Dallas Administrative Analyst c: Dave Strahl, Assistant Village Manager Nancy Morgan, Human Services Director William Cooney, Community Development Director Marilyn Genther, Mount Prospect Public Library Executive Director > rt rt ~ n r ::; rt \ "* I-' ii ~q~ :1 ~Il~ ~ lj' Ii [i~ i D I n ~ 'i ! ! f q -:. ~Ii Ili~. 1'1 HI ~ ~! . f!l !IUI!~ Ih'li ~!Ili r; iiF~ J. Bid Offering And Acceptance and Award IFB #102908 FORMD CLASSROOM AND EDUCATIONAL FURNITURE AND FURNISHINGS WITH RELATED ACCESSORIES Bid Offering (To be Completed Only by Bidder) In compliance with the Invitation for Bid (IFB) for CLASSROOM AND EDUCATIONAL FURNITURE AND FURNISHINGS WITII RELATED ACCESSORIES, the undersigned warrants that I1we have examined the IFB and, being familiar with all of the instructions, terms and conditions. general specifications, expectations, technical specifications. service expectations and any special terms. do hereby offer and agree to furnish the defined products and services in compliance with all terms, conditions of the TFB, any applicable amendments of this IFB, and all Bidder's response documentation. Bidder further understands they are the sole offeror herein and that the performance of any sub- contractors employed by the Bidder in fulfillment oftbis offer is the sole responsibility of the Bidder. Company Name: Krue~er International. IDe. Date: Company Address: 1330 Bellevue Street. PO Box 8100 City: Green Bay State: WI Zip: 54308-8100 CoomctParson: !lark Waldecker. ~ . Title: K-12 Dealer DevelopmeDt 6er ADthorizedSigtloture(mkonly): ~ ~\. .SQ.C~ G,H \ ATa<.E (Name printed or typed) Contract AcceDtance and Award (To be comDleted onlv bv NJPA) Your bid offering is hereby accepted and awarded. As the awarded Bidder, you are now bound to provide the defined goods and services contained in your bid offering according to all terms, conditions, and pricing set forth in the IFB, any amendments to the IFB. and the Bidder's Response. NJPA will now offer to establish a Vendor Contract with you. As the awarded Bidder, you are herby cautioned not to commence any billable work or provide any goods or services under this contract until a Vendor Contract is fully executed. The Vendor Contract will serve to further define responsibilities of the parties with regard to marketing, administration fees, order process, reports, marketing, and final terms and conditions. By execution of the Vendor Contract, the parties intend this IFB, Bidder's response to IFB, and Vendor Contractto constitute the final and complete Agreement between the NJPA and the awarded Vendor. No other agreements, oral or otherwise, regarding the subject matter of this contract shall bind any of the parties hereto. The term of the Agreement shall commence on the date of this award and continue for a maximum term of four years AND which is subject to annual renewal at the option of both parties. National Joint Powers AlIiance@ (NJPA) NlPA AllIIlorWod sigt18lure: ~ i1 ~ Title: ~k Y::tilrd Cl t (K.. La n ~ LUaJdah f (Name printed or typed) NJP A Authorized signature: Title: Awarded this day of Contract Number # 102908 Page 41 of 46 For an environmentally friendly option, please consider printing only the pages you need in black ink. Ji Jim Heyden jim.heyden@kLcom (847) 368-1248 FI NAL QUO TAT ION VILLAGE OF MOUNT PROSPECT - Community Center AA08-000000612 CIi'EATEfJ.P?~ Ii'EWSEfJ .P?MtfJ.9 Valid Through 6/1812009 ~ See .Sales Terms and Conditions' section of this quotation for approval and acceptance. Other charges such as freight, tax, installation, and/or delivery fees may be added at time of order. Prepared by Jim Heyden "Refnnce Only" Markel Code: 9=State/LocaI Gov't Drawing #: Opportunity #: 0 Quote Filename: VILlAGE OF MOUNT PROSPECT - Community Center - AAll8-OOOOOO612 Proj Num - AA08-OOOOOO612 Model Opt Y GSA: N Prcj Totals: Y Quote Type: Net Only Jim Heyden jim.heyden@kLcom (847) 368-1248 FINAL QUO TAT ION VILLAGE OF MOUNT PROSPECT - Community Center AA08-000000612 CREATED ~4{?tfJ.9 REWSED~ Valid Through 611812009 PRODUCT TOTALS ADDITIONAL CHARGES GRAND TOTAL $13,573.50 $1,850.00 $15,423.50 KI Offers A L..e Finance Option For All of Your Furniture Need.. Contact Us For A Quote. Requested Delivery Date Sold To Village of Mt. Prospect 50 S. Emerson Street Mt.Prospect, IL 60056-3218 EndUa. Village of Mt. Prospect 50 S. Emerson Street Mt.Prospect, IL 60056-3218 Ship To To be Determined Dellv. On: 7fJ1J2009 P. (847) 818-5328 F. (847) 818-5312 P. (847) 818-5328 F. (847) 818-5312 Installation Office Fumiture Installations 111 South Lombard Rd. Unit #2 Addison, IL P. (630) 628-9975 F. (630) 628-9976 Client Notes: Pricing from NJPA contract. Delivery 6-8 Weeks. Page 1 of 8 CREATED VALID THROUGH Prepnd By Quote FDenlllle Une Modll Qty. Sell Price Extended Totll DIIcrIpIIon Building Floor DIpa1mIlll Aru PInon 103 1.1 46.0001.42 WWRKS HALF VERTICAL POST,42'H,BLACK 4 $13.50 $54.00 1.2 48.0002.18 . WWRKS STANDARD HORIZONTAL RAIL, 1 S"L,BLACK 3 $8.00 $24.00 1.3 46.0002.24 WWRKS STANDARD HORIZONTAL RAlL,24'L,BLACK 9 $10.00 $90.00 1.4 46.0002.36 WWRKS STANDARD HORIZONTAL RAIL,36'L,BLACK 3 $12.50 $37.50 1.5 46.0022 WWRKS 90 DEG. INTERSECTION CONNECTOR,BLACK 6 $6.50 $39.00 1.6 46.0050.42 WWRKS 4-WAY LIGHT BLOCK,42",BLACK,6' LESS THAN 2 $2.00 $4.00 PNL. 1.7 48.0679 WWRKS SHOULDER BOLT 12 $0.50 $6.00 1.8 46.1215.18 WWRKS TECH PANEL SINGLE SIDED RACEWAY AT BASE 1 $12.00 $12.00 18' 1.9 46.1215.24 WWRKS TECH PANEL SINGLE SIDE BASE RACEWAY 3 $17.50 $52.50 w/GROMMET ;J.4'W STANDARD TRIM FINISHES Sand /SA 1.10 46.1215.38 WWRKS TECH PANEL SINGLE SIDE BASE RACEWAY 1 $20.50 $20.50 w/GROMMET,36'W STANDARD TRIM FINISHES Sand /SA 1.11 46.5172 WWRKS BASE TILE HOOK 6 $0.50 $3.00 1.12 46.5173 WWRKS HALF POST CLIP 5 $0.50 $2.50 1.13 46.5174 WWRKS FULL POST CLIP 1 $0.50 $0.50 1.14 46.5177 WWRKS LOCKCAM 12 50.50 $6.00 1.15 48.5308.18 STDWRKS ALUMINUM TOP CAP, 18'W 1 $19.50 $19.50 PAINT COLOR Champagne Metallic ICM 1.16 48.5308.24 STDWRKS ALUMINUM TOP CAP ;J.4"W 3 $20.00 $60.00 PAINT COLOR Champagne Metallic ICM 1.17 48.5308.36 STDWRKS ALUMINUM TOP CAP,36'W 1 523.50 $23.50 PAINT COLOR Champagne Metallic ICM 1.18 46.5309.42 STDWRKS ALUMINUM END OF RUN CAP,42" 1 529.50 $29.50 PAINT COLOR Champagne Metallic ICM 1.19 48.5310 STDWRKS ALUMINUM END OF RUN TOP CAP 1 $11.50 $11.50 PAINT COLOR Champagne Metallic ICM 1.20 48.5311 STDWRKS ALUMINUM 90 DEGREE TOP CAP 2 $13.50 $27.00 PAINT COLOR Champagne Metallic ICM 1.21 Kl1llJR37 IMPRESS ULTRA TASK,PED BASE,MESH HIGH BK,ADJ. 1 $387.50 $387.50 ARMS,UPH ST SELECT MEMORY FOAM No Memory Foam INF SELECT SEAT OPTION Sliding Seat ISLD SELECT BACK PANEL Black -BL SELECT UPHOLSTERY GRADElCOLOR (STD) CA 117 Foam & Fabric NFR IMPRESS UPHOLSTERY TeknK Fabric IMESH TEKNIT FABRIC Bailie IBAl TIC SELECT BASE OPTION Carpet casters IC SELECT HEADREST OPTION NO Headrest option INH SELECT HEIGHT OPTION Standard height (17 3/4"-221/4") -NS 1.23 KWMOD30.H ARISTOTLE CLOSED WALLMOUNT OVERHEAD,2 3 $309.00 $927.00 DOORS,30x17Dx18"H LAMINATE (HORIZONTAL) Monticello Maple /lMT LAMINATE BASE (VERTICAL) Monticello Maple ILBMT 1.24 KWMTK30 ARISTOTLE TACKBOARD UNDER WL-MNT 3 $57.50 $172.50 OVERHD,29x3/4Dxl7"H FABRIC SELECTION Fabric Grade 2 GRD1 GRADE 1 FABRICS Basis B 512412009 6118flOO9 Jim Heyden VILLAGE OF MOUNT PROSPECT - Community Center - AA08-000000612 Page 2 of 8 CREATED VALID THROUGH Pr..-ed By Quote FIIIIl.... 5/2412009 6/1812009 Jim Heyden VILLAGE OF MOUNT PROSPECT - Community Center - AA08-000000612 Un. Madel Qy. Sell PrIce ExtIIlded Total BASIS FABRICS Allagash Mist /BlAT 1.25 PFP42 WWRKS 180 DEG 2.WAY IN-lINE CONNECTION,42"H 1 $22.50 $22.50 1.26 PLT1830 WWRKS LAMINATE T1LE,18Wx30'H 1 $103.50 $103.50 SElECT SURFACE FINISH KI Laminates Standard STANDARD LAMINATE MONTICElLO MAPLE 100 1.27 PLT2430 WWRKS LAMINATE TILE,24Wx30'H 3 $113.50 $340.50 SElECT SURFACE FINISH KI Laminates Standald STANDARD LAMINATE MONTICELLO MAPLE ILMT 1.28 PLT3630 W'NRKS LAMINATE TILE.36Wx30'H 1 $146.50 $146.50 SElECT SURFACE FINISH KI Laminates Standard STANDARD LAMINATE MONTICELLO MAPLE ILMT 1.29 PLTT1812 W'NRKS TOOL TILE 18'W X 12'H 1 $92.00 $92.00 PAINT COLOR Metallic paint. upcharge Upcharge STANDARD PAINT COLORS Champagne Metallic /CIA 1.30 PLm412 WWRKS TOOL TILE 24'W X 12"H 3 $95.50 $286.50 PAINT COLOR Metallic paint. upcharge Upcharge STANDARD PAINT COLORS Champagne Metallic /CM 1.31 PL TT3812 WWRKS TOOL TILE 36'W X 12"H 1 $122.00 $122.00 PAINT COLOR Metallic paint . upcharge Upcharge STANDARD PAINT COLORS Champagne Metallic /CM 1.32 PWC'f84-S.74P WWRKS STRAIGHT COUNTERTOP,STNDRD TOP,74P 1 $159.50 $159.50 EDGE,M'W SELECT SURFACE FINISH KI Laminates Standard STANDARD LAMINATE WHITE SAND ILWN STANDARD TRIM ANISHES Monticello Maple Edge 1M9378054 1.33 PWLEG.2429.L C-lEG,24'Dx29'H,LEFT 1 $55.50 $55.50 STANDARD TRIM FINISHES Sand .SA 1.34 PWLEG.2429.R C-LEG,24'Dx29'H,RIGHT 3 $55.50 $166.50 STANDARD TRIM FINISHES Sand .SA 1.35 PWM42 WWRKS ADJUSTABLE WALL MOUNT,42'H 1 $64.00 $64.00 STANDARD TRIM FINISHES Sand /SA 1.36 PWR2436-74P VVWRKS RECTANGULAR WRKSRF,74P EDGE,24x36"W 1 $121.00 $121.00 SElECT SURFACE FINISH KI Laminates Standard STANDARD LAMINATE WHITE SAND ILWN STANDARD TRIM FINISHES Monticello Maple Edge 1M9378051 1.37 PWR2486-74P WWRKS RECTANGULAR WRKSRF,74P EDGE.24x66'W 2 $164.00 $328.00 SRECT SURFACE FINISH KI Laminates Standard STANDARD LAMINATE WHITE SAND ILWN STANDARD TRIM FINISHES Monticello Maple 1M9378052 1.38 PWSS244872-DL-74P WWRKS sa SHOE WRKSRF,DIR.L T,74P EDGE.24x48x72'L 1 $287.50 $287.50 SELECT SURFACE FINISH KILaminates Standard STANDARD LAMINATE WHITE SAND ILWN STANDARD TRIM FINISHES Monticello Maple Edge 1M9378053 1.39 PWT30 WWRKS WALL TRACK,30'H I 7 $12.50 $87.50 STANDARD TRIM FINISHES Sand .SA 1.41 S7P1152OWBBF 7SF SUPPORTING PED-BOX/BOXIFILE-2O' NOMINAL 1 1 $285.00 $285.00 DEPTH PULL OPTIONS Classic (inset pull) ICLSC UNIT COLOR Champagne Metallic /CIA , KEY OPTION Key standard IKS 1.42 TFP142 WWRKS TECH PANEL 180 DEG 2.WAY IN-LINE I 2] $19.00 $38.00 CONNECTION,42'H Page 3 of 8 CREATED VALID THROUGH Prllllnd By Quote Filename 5/2412009 &/18J2009 Jim Heyden VILLAGE OF MOUNT PROSPECT - Community Center - AA08-OOO000612 Une Model QIy. SIll PrIce Extended loti! 1.43 Tl T5.24 UNIVERSAL SHELF/CABINET TASK L1GHT,24'W,FOR 30 & 3 $32.50 $97.50 36' OVRHD 1.44 UP65NRC183llA WWRKS ACOUSTIC TILE,18WX36'H 1 $46.50 $46.50 TILE FABRIC Grade 1 Fabrics GR01 GRADE 1 FABRICS BASIS B BASIS FABRICS ALLAGASH MIST /B1AT 1.45 UP65NRC2436A WWRKS ACOUSTIC TILE,24WX36'H 3 $48.00 $144.00 TILE FABRIC Grade 1 Fabrics GROl GRADE 1 FABRICS BASIS B BASIS FABRICS ALLAGASH MIST /BlAT 1.46 UP65NRC3ll36A WWRKS ACOUSTIC TILE,36WX36'H 1 $65.50 $65.50 TILE FABRIC Grade 1 Fabrics GRDl GRADE 1 FABRICS BASIS B BASIS FABRICS ALLAGASH MIST /B1AT 1.47 S7L/3024OFF 7SF CREDENZA FILE-FILElFILE-3O" WIDE 1 $517.50 $517.50 PULL OPTIONS Classic (inset pull) /CLSC UNIT COLOR Champagne Metallic /CM COUNTERBALANCE OPTION With countelbalance /CBW KEY OPTION Key standard /KS 1.48 UTF42.A859 WWRKS UNIV.TRIM-FULL HGHT,42"H,UNUPH- 4 $17.00 $68.00 CHAMPAGNE METALLIC llIIcrlptlon WorkGroup Product Subtolll $5,654.50 103 DIIcrIp\Ian BuIlding Floor DIpa1mInt ANI P'IIIon 104 2.1 KJ7&IJR37 IMPRESS ULTRA TASK,PED BASE,MESH HIGH BK,ADJ. 1 $387.50 $387.50 ARMS,UPH ST SELECT MEMORY FOAM No MeIllOlY Foam /NF SELECT SEAT OPTION Sliding Seat ISLD SELECT BACK PANEL Black -BL SELECT UPHOLSTERY GRADElCOLOR (STD) CA 117 Foam & Fabric NFR IMPRESS UPHOLSTERY Tekn" Fabric /MESH TEKNIT FABRIC Bailie /BALTIC SELECT BASE OPTION Carpet casters /C SELECT HEADREST OPTION NO Headrest option INH SELECT HEIGHT OPTION Standard height (17 3/4"-221/4") -NS 2.2 S7PI152OWBBF 7SF SUPPORTING PED-BOXlBOXIFILE-ZO" NOMINAL 1 $285.00 $285.00 DEPTH PULL OPTIONS Classic (inset pull) /CLSC UNIT COLOR Champagne Metallic /CM KEY OPTION Key standa!d /KS 2.3 KWIITK60 ARISTOTLE TACKBOARD UNDER WL-MNT 1 596.50 $96.50 OVERHD.59x3l4Dx17"H FABRIC SELECTION Fabric Grade 1 GROl GRADE 1 FABRICS Basis B BASIS FABRICS Allagash MISt /BlAT 2.4 SLNAUC STRIVE FOUR-LEG ARMLESS CHAIR w/CASTERS,UPHOL 2 5118.50 $237.00 SEAT SELECT FRAME COLOR Moss IMZ SELECT POLY SEAT & BACK COLOR Moss IPMZ SELECT UPHOLSTERY GRADE/COLOR (STD) CA 117 Foam & Fabric .NFR SELECT UPHOLSTERY GRADE/COLOR Fabric Grade 1 GRDl Gl Fabric 11 RIVERWALK l1UPHRIVERWAL K 11 RIVERWALK FRESHWATER /lIFR SELECT CASTER OPTION Carpet casters (black only) /C Page 4 of 8 CREATED VALID THROUGH Prepnd By Quot. Filenllll. 5/2412009 611812009 Jim Heyden VILLAGE OF MOUNT PROSPECT. Community Center. AA08-OOOOOO612 Un. Model (Jy. SIll PrIce Extended TotII 2.5 SM9375915 SPECIAL 60' WALL MOUNT CLOSED OVERHEAD WITH 1 5545.50 $545.50 LOCK Addilional 2 week lead-time is required Note: Lead.time ChanllA 2.6 S7IJ302.4OFF 7SF CREDENZA FILE.FILElFILE.30. WIDE 1 $517.50 $517.50 PULL OPTIONS Classic [1IlS8t pull) /CLSC UNIT COLOR ChlInpagne Me. /CM COUNTERBALANCE OPTION With counlerbalance /CBW KEY OPTION Key standard IKS 2.7 T25F1Q.74P TREK FXD LEG,RECT,QR MOD PNL,T BASE,74P 1 $449.50 $449.50 EDGE,24X48. EDGE COLOR MontIcello Maple IEMT SELECT SURFACE FINISH KI laminates S1andard KILAMINA TES WHITE SAND ILWN SELECT BASE FINISH Champagne Melaltic /CM SELECT BASE OPTION 4 glides 14GB WIRE MANAGEMENT OPTIONS No WII8W8Y .NW GROMMET OPTION No Grommets .NG TABLE HEIGHT OTHER THAN 29" Standard Height (29") .NO 24' x 48' top SM9377915 Includes glides and modesly panel SM9377915 2.8 TLT5.48 UNIVERSAL SHELFICABINET TASK L1GHT,48"W,FOR 54 & 1 $38.00 $38.00 60' OVRHD 2.9 . PNT30 WWRKS WALL TRACK,30.H 2 $12.50 $25.00 STANDARD TRIM FINISHES Sand .SA 2.10 PNR248G-74P WWRKS RECTANGULAR WRKSRF,74P EDGE,24x6O'W 1 $159.50 $159.50 SELECT SURFACE FINISH KI Laminal8s Standard STANDARD LAMINATE WHITE SAND ILWN STANDARD TRIM FINISHES Monticello Maple Edge 1M9378048 2.11 S7P/PENTRA y 7SF PENCIL TRAY-BLACK FINISH ONLY 1 $4.00 $4.00 Delcriptlon WorkGroup Product Sublolll $2,745.00 104 DllcrlpIIon BuIlding FIaor llIpnn.t ArII FwIon 1115 3.1 KI7&IJR37 IMPRESS ULTRA TASK,PED BASE, MESH HIGH BK,AOJ. 1 $387.50 $387.50 ARMS,UPH ST SELECT MEMORY FOAM No Memory Foam /NF SELECT SEAT OPTION Stiding Seal ISLD SELECT BACK PANEL Black .BL SELECT UPHOLSTERY GRADElCOLOR (STD) CA 117 Foam & Fabric NFR IMPRESS UPHOLSTERY Teknit Fabric /MESH TEKNIT FABRIC Baltic /BALTIC SELECT BASE OPTION Carpet casters IC SELECT HEADREST OPTION NO Headrest option INH SELECT HEIGHT OPTION Standard height (17 3/4'-221/4') .NS 3.2 S7P/152l1WBBF 7SF SUPPORTING PED-BOXIBOXIFILE-20. NOMINAL 1 $285.00 $285.00 DEPTH PULL OPTIONS Classic (inset puR) /CLSC UNIT COLOR Champagne Metallic ICM KEY OPTION Key standard IKS 3.3 KWMTJ<6Q ARISTOTLE TACKBOARD UNDER WL-MNT 1 $96.50 $96.50 OVERHD,59x314Dx17"H FABRIC SELECTION Fabric Grade 1 GRDl GRADE 1 FABRICS Basis B BASIS FABRICS Allagash Mist /BlAT 3.4 SM9375915 SPECIAL 60. WALL MOUNT CLOSED OVERHEAD WITH 1 $545.50 $545.50 LOCK Page 5 of 8 CREATED VALID THROUGH Prepll'ed By Quote Filenlllle 5/2412009 6/1812009 Jim Heyden VILLAGE OF MOUNT PROSPECT - Community Center - MO~612 Line Model Qty. Sell Price Extended TollII Additional 2 week lead-time is required Nole: Lead-time Chanae 3.5 S7LI3024OFF 7SF CREDENZA FILE-FILEIFILE-30" WIDE 1 $517.50 $517.50 PULL OPTIONS Classic (Inset pull) /CLSC UNIT COLOR Champagne Metallic /CM COUNTERBALANCE OPTION With counterbalance /CBW KEY OPTION Key standard IKS 3.6 T25F1Q..74P TREK FXO LEG,RECT,QR MOO PNL,T BASE,74P 1 W9.50 $449.50 EDGE,24X48" EDGE COLOR Monticello Maple IEMT SELECT SURFACE FINISH KI Laminates Standard KI LAMINATES WHITE SAND ILWN SELECT BASE FINISH Champagne Metallic /CM SELECT BASE OPTION 4 glides 14GB WIRE MANAGEMENT OPTIONS No Wireway -NW GROMMET OPTION No Grommets -NG TABLE HEIGHT OTHER THAN 29" Standard Height (29") -NO 24' x 48" lop, includes casters and modesty SM9378295 D8I1el. 3.7 SSCAU STRIVE SLED BASE CANTILEVER ARM CHAIR,UPHOL 2 $137.00 $274.00 SEAT SELECT FRAME COLOR Moss IMZ. SELECT POLY SEAT & BACK COLOR Moss IPMZ SELECT GLIDE OPTION No glides ING SELECT UPHOLSTERY GRADElCOLOR (STD) CA 117 Foam & Fabric -NFR SELECT UPHOLSTERY GRADE/COLOR Fabric Grade 1 GRD1 G1 Fabric 11 RIVERWALK 11UPHRIVERWAL K 11 RIVERWALK FRESHWATER 111FR 3.8 TLT5.48 UNIVERSAL SHELF/CABINET TASK L1GHT,48'W,FOR 54 & 1 $38.00 $38.00 60' OVRHD 3.9 PWT30 WWRKS WALL TRACK,30'H 2 $12.50 $25.00 STANDARD TRIM FINISHES Sand .SA 3.10 PWR248G-74P WWRKS RECTANGULAR WRKSRF,74P EDGE.24x60'W 1 $159.50 $159.50 SELECT SURFACE FINISH KI Laminates Standard STANDARD LAMINATE WHITE SAND ILWN STANDARD TRIM FINISHES Monticello Maple Edge 1M9378048 3.11 S7P11"ENTRA Y 7SF PENCIL TRAY-BLACK FINISH ONLY 1 $4.00 $4.00 OIIcrIption WorkGroup Product Subtotal $2,782.00 t05 Dllcrtption Building Floor 0lIpnn.nt AlIa FInon 106 4.1 Kl78lJR37 IMPRESS ULTRA T ASK,PED BASE, MESH HIGH BK,AOJ. 1 $387.50 $387.50 ARMS,UPH ST SELECT MEMORY FOAM No Memory Foam INF SELECT SEAT OPTION Sliding Seal ISLD SELECT BACK PANEL Black -BL SELECT UPHOLSTERY GRADE/COLOR (STD) CA 117 Foam & Fabric NFR . IMPRESS UPHOLSTERY Tekn~ Fabric IMESH TEKNIT FABRIC Baltic IBAL TIC SELECT BASE OPTION Carpet casters IC SELECT HEADREST OPTION NO Headrest option INH SELECT HEIGHT OPTION Standard height (17 314-.221/4") -NS 4.2 S7P1t52OWBBF 7SF SUPPORTING PED-BOXlBOXIFILE-20' NOMINAL t $285.00 $285.00 DEPTH PULL OPTIONS Classic (inset puU) ICLSC UNIT COLOR Champagne Metallic ICM Page 6 of 8 CREATED VAliD THROUGH Prep.eeI By Quote Aleneme 5Q4n009 811812009 Jim Heyden VILLAGE OF MOUNT PROSPECT - Community Center - AA08-OOOOOO612 Line Model Gly. Sell Price Extendeel TotII KEY OPTION Key standarll I1<S 4.3 KWMTK60 ARISTOTLE TACKBOARD UNDER WL-MNT 1 $96.50 $96.50 OVERHD,59x314Dx17"H FABRIC SELECTION Fabric Grade 1 GRDl GRADE 1 FABRICS Basis B BASIS FABRICS Allagash Mist /B1AT 4.4 URSR6O/WW1PM WWRKS UNIVERSAL REGULAR SHELF,ON-MOOULE,60"W 1 $155.50 $155.50 URSR PAINT COLOR SELECTION CIllInpagne Metallic ICM 4.5 S7l/3lI24OFF 7SF CREDENZA FILE-FILEJFILE-30" WIDE 1 $517.50 $517.50 PUll OPTIONS Classic (inset pull) IClSC UNIT COLOR Champagne Metallic ICM COUNTERBALANCE OPTION With counterbalance ICBW KEY OPTION Key standard IKS 4.6 T25F1Q.74P TREK FXD LEG,RECT,QR MOD PNL,T BASE,74P 1 $449.50 $449.50 EDGE,24X48" EDGE COLOR Monticello Maple IEMT SELECT SURFACE FINISH Kllaminates Standard KILAMINATES WHITE SAND IlWN SELECT BASE FINISH Champagne Metallic ICM SELECT BASE OPTION 4 glides 14GB WIRE MANAGEMENT OPTIONS No Wireway -NW GROMMET OPTION No Grommets -NG TABLE HEIGHT OTHER THAN 29" Standard Height (29") -NO 24" x 48", includes casters and modesty panel. SM9378295 4.7 SSCAU STRIVE SLED BASE CANTILEVER ARM CHAIR,UPHOL 2 $137.00 $274.00 SEAT SElECT FRAME COLOR Moss IMZ SELECT POLY SEAT & BACK COLOR Moss IPMZ SelECT GliDE OPTION No glides ING SELECT UPHOLSTERY GRADElCOlOR (STD) CA 117 Foam & Fabric -NFR SELECT UPHOLSTERY GRADElCOlOR Fabric Grade 1 GRD1 G1Fabric 11 RlVERWALK 11UPHRIVERWAl K 11 RIVERWALK FRESHWATER 111FR 4.8 Tl T5.48 UNIVERSAL SHELFICABINET TASK UGHT,48"W,FOR 54 & 1 $38.00 $38.00 50" OVRHD 4.9 PWT30 WWRKS WALL TRACK.30"H 2 $12.50 $25.00 STANDARD TRIM FINISHES Sand ;SA 4.10 f'WR248G.74P WWRKS RECTANGULAR WRKSRF,74P EDGE,24x60"W 1 $159.50 $159.50 SElECT SURFACE FINISH Kllaminates Standard STANDARD LAMINATE WHITE SAND IlWN STANDARD TRIM FINISHES Monticello Maple Edge 1M9378048 4.11 S7P/PENTRAY 7SF PENCIL TRA V-BLACK FINISH ONLY 1 $4.00 $4.00 Description WorkGroup Product Sublalll $2,392.00 106 Product SubTotII: $13,573.50 ~atlllllion: $1,850.00 Color coordinllion end d.illn-No chergel (eddl chqe): SO.OO CAD design IIId apace pllllning-No cherge' (addl chll'lle): SO.OO Quote TotII: $15,423.50 Page 7 of 8 See .Sales Terms and Conditions. section of this quotation for approval and acceptance. Other charges such as freight, tax, installation, and/or delivery fees may be added at time of order. Prepared by Jim Heyden "Reference Only" Market Code: 9=StatelLocaI Gov'l Drawing #: Opportunity #: 0 Quote Filename: VILLAGE OF MOUNT PROSPECT - Community Center - AA08-Ooo000612 Proj Num - AAOB-ooOOOO612 Model Opt Y GSA: N Proj T DIals: Y Quote Type: Net Only Jim Heyden jim.heyden@kLcom (847) 368-1248 FINALQUOTATION M//llS tI CO/JofI0/lS 1) Any applicable sales or othar tax will be added upon irwoicing. If you are tax ex.mpt. please provide a copy of a valid sales tax exemption certificate with your purchase order. 2) These discounts are ineffective if, as I resuh of the discounts, the fin II selling price of any product ofI'ered In this quote would be lower than tne corr.sponding price for that product under KI's muhiple award schedule contracts with the United States General Servicss Administration (GSA). If the finll selling price for Iny Kl product in this quote would be below Kl's price to GSA, K/ will oft'er that product to your company at the same price that KI oll'ers to GSA No other terms or condilions of K/'s GSA contracts would apply to such sales. 3) All products listed above will be manufactured in accordance w~h KI specificllions. Finishes will be standard unless stated otherwise. 4) KI recommends a Purchase Order Cover Sheat be subm~ed with all orders. Refer to the Resources & Tools section at K/.com for compllll. instructions and forms. 5) The first and last page of this quote must accompany your company's purchase order and the quote number must be referenced in the body of the purchase order to ensure accurate and timely entry of the product and pricing. Wtthout this information there may be deleys in entry, menufecturing, delivery and instellation of the product. In ad~ion, if this is the first time you ere ordering from KI, please include Itlx-exempt certificate, Wapplicable, and contact your K/sales rep for proper ICcount activation. 6) K/ requires I valid purchase order to be printed on an ollicial company document and signed by an authorized agent of your complny. The purchase order should stipulatl exactly the merchandiil or slrviclto be translct.d by quant~y, stock keeping un~ (SKU), and price. Kl will not accept a quotation or quote worksheet as the besis of an order unless tt is specifically refilrenced in the purcnase order. In the _ntthat a customer does not issue standard purchase ordere.then all quotes or quote worksheets must be accompanied by a stllement on an olIiclal company document (Iellerheld will sullice) authorizing KIlo proceed with an order as documented on a quote. Signatures on the quote or worksheet will not be adequate to process an order. Order requests received that do not meet these minimum requirements will 6kely result in delays to the entry, manufacturing and shipping of the product. Please issue all purchasa orders to Kl lithe below address and fax the order to KI at the fax number listed below or to the Send PO To: company specified below. 7) Pllase !'V.r 10 Kl's price lisl. acknOllot.dg.m.nt or www ki comlwarranlv ror a complet. Wlrsion of KI's Terms and Condttions and warranties. Non-standard items are not returnsble Ind not cancelable. B) Prices applicable to all customer orders shall be those in etl'ect lithe time KI receives a completa order from customer unless: Customar and Kl havI in place I written pricing or masler supply agreement. which agreement specifies the priCIS to be paid by Customer; or Customer naquests a product Shipping date to occur more than one hundred twenty (120) days after Kl's receipt of Custome~s order On which case Kl shall have the option to apply to Customer's order the price list in effect as oflhe Customer's requested snipping date). 9) KI's standard credtt tarms are Nat30 days. II is th. policy of Klto granlthe extension of credllto those customers who meet or exceed predetermined base line crecil worthiness requirements as established by KI. Kl reserves the right to modify credtt terms at tts discretion. 10) Leasing Provisions - The ~rst Ind lael monthly payments are required at the time of signing. Lease quotations subject to IFC credit approval. Rates are based upon current market and sUbject to cnange without notice. 11) Quick Ship Program (QSP) lead-times begin upon receipt of a clearly marked and complete purchase order and approval by KI Credit Dept The QSP purchase order must be accompani.d by tne asp purchase order cover sheet. Orders will only be processed as quick ship ifall ttems are within the quick ship program Quick ship orders can not be revised. cancelled. or retumed. his K/'s intention to ship all QSP products within a period of 10 working days or less. Based on production capactty, KI reserves the right to canceltne Quick Ship Program wllhout notice. Issue PO To: KI (Krueger International) 1330 Bellevue Street P.O. Box 8100 Green Bay, WI 54302 Phone: (800) 424-2432 Fax: (920) 468-2270 Websile: hllp:/Iwww.kLcom Send PO To: KI Attn: Jim Heyden 5400 Newport Drive Suite 18 Rolling Meadows, IL 60008 Phone: (847) 368-1248 Fax: (847) 368-1249 Email: jim.heyden@kLcom Page 8 of 8 For an environmentally friendly option, please consider printing only the pages you need in black ink. iA Jim Heyden \ jim.heyden@kLcom I (847) 368-1248 BUDGETARY QUO TAT ION VILLAGE OF MOUNT PROSPECT · South Branch Library RROa-OOOOO076667 CREA TED 5/2412009 REVISED 5/27/2009 Valid Through 6/18/2009 ~ cr 1. ~. cf~ I I I This quotation is not complete and is intended for I budgetary estimates only. Changes to quantities ! and/or optionslfinishes will affect this quotation. I Other charges such as freigh~ tax, installation, I and/or delivery fees may be added at time of II order. j I I l Prepared by 1 Jim Heyden j , I "Reference Only" Malket Code: 9=StalelLocaI Gov't Drawing #: D018102_00J)(U02_S I Opportunity #: 0 I Quote Filename: VILLAGE OF MOUNT PROSPECT - South II Branch Ubrary - RR08-00000076667 : l I Proj Num - RR08-00000076667 I Model Opt: Y GSA: N I Proj Totals: Y l Quote Type: Net Only I I l I Jim Heyden I i jim.heyden@ki.com i (847) 368-1248 I , i I I i I j I 1 BUDGETARY QUO TAT ION VILLAGE OF MOUNT PROSPECT · South Branch Library RROS-OOOOOO76667 CREA TED 5/24/2009 REVISED 5/2712009 Valid Through 8/18/2009 PRODUCT TOTALS ADDITIONAL CHARGES GRAND TOTAL $13,321.50 $1,850.00 $15,171.50 KI Offers A Lease Finance Option For All of Your Furniture Needs. Contact Us For A Quote. Requested Delivery Date Sold To Mt. Prospect Ubrary 10 S. Emerson Street Mt. Prospect, IL 60056 End User Village of Mt. Prospect 50 S. Emerson Street Mt.Prospect, IL 60056-3218 Ship To To be Determined Deliver On: 7131/2009 Attn: Tom Garvin P. (847) 590-3636 P. (847) 818-5328 F. (847) 818-5312 Installation Office Fum~ure Installations 111 South Lombard Rd. Unit #2 Addison, IL P. (630) 628-9975 F. (630) 628-9976 Client Notes: Pricing from NJPA contract. Delivery 6-8 weeks. Page 1 of 6 CREATED VALID THROUGH Prepared By Quote Filename $27 .00 PAINT COLOR Champagne Metallic /CM 2.21 PFP3I WWRKS 180 DEG 2-WA Y IN-LINE CONNECTION,36'H $21.00 $21.00 2.22 PLT1238 WWRKS LAMINATE TILE,12Wx36'H $91.00 $91.00 SELECT SURFACE FINISH KI laminates StandaRl STANDARD LAMINATE MONTICELLO MAPLE ILMT 2.23 PL T2436 WWRKS LAMINATE TILE,24Wx36'H $124.50 $249.00 SELECT SURFACE FINISH KI Laminates Standard STANDARD LAMINATE MONTICELLO MAPLE ILMT 2.24 PL T4236 WWRKS LAMINATE TILE,42Wx36"H $164.50 $329.00 SELECT SURFACE FINISH KI laminates Standard STANDARD LAMINATE MONTICELLO MAPLE /LMT 2.25 PT84820IPM WWRKS TACKBOARD,ON-MODULE,48Wx20'H $121.50 $121.50 TACKBOARD FABRIC Grade 1 Fabrics GRDl GRADE 1 FABRICS BASIS B BASIS FABRICS ALLAGASH MIST /BlAT 2.26 PWM38 WWRKS ADJUSTABLE WALL MOUNT,36'H $58.50 $58.50 STANDARD TRIM FINISHES Sand /SA 2.27 PWR2472.74P WWRKS RECTANGULAR WRKSRF,74P EDGE,24x72'W $166.50 $166.50 SELECT SURFACE FINISH Standard STANDARD LAMINATE ILWN STANDARD TRIM FINISHES 1SM9378055 2.28 PWT84 WWRKS WALL TRACK,84"H $19.50 $97.50 STANDARD TRIM FINISHES Sand .SA 2.29 S7U303803D 7SF LAT FILE,3H-3OWx18Dx39-1/4'H $516.00 $1,032.00 PULL OPTIONS Classic (inset pull) ICLSC UNIT COLOR Champagne Metallic ICM COUNTERBALANCE OPTION With counterbalance /CBW KEY OPTION Key standard IKS 2.30 SM9375911 SPECIAL RECTANGULAR WORKSURFACE 30 x 90 - no $186.00 $186.00 grommets (grommets to be field added) Note: Lead-time Ch 2.31 SPSNAU STRIVE TASK ARMLESS STOOl,UPHOL SEAT $195.00 $390.00 SELECT FRAME COLOR Black /BL SELECT POLY SEAT & BACK COLOR Moss /PMZ SELECT CASTER OPTION Carpet casters /C SELECT UPHOLSTERY GRADElCOLOR (STD) CA 117 Foam & Fabric -NFR SELECT UPHOLSTERY GRADE/COLOR Fabric Grade 1 GRDl G1Fabric 11 RIVERWALK llUPHRIVERWAL K 11 RIVERWALK FRESHWATER 111FR 2.32 TFP/36 WWRKS TECH PANEL 180 DEG 2-WAY IN-LINE 2 $18.50 $37.00 CONNECTION 36"H 2.34 ULSR42IWW/PM WWRKS UNIVERSAL LOW SHELF,ON-MODULE,42'W 2 $91.50 $183.00 ULSR PAINT COLOR SELECTION Flannel IFN 2.35 UP65NRC1230A WWRKS ACOUSTIC TILE,12WX30'H $35.00 $35.00 TILE FABRIC Grade 1 Fabrics GRDl GRADE 1 FABRICS BASIS B BASIS FABRICS ALLAGASH MIST /BlAT 2.36 UP65NRC2430A WWRKS ACOUSTIC T1LE,24WX30"H $45.00 $90.00 TILE FABRIC Grade 1 Fabrics GRDl GRADE 1 FABRICS BASIS B Page 3 of 6 CREATED VALID THROUGH Pl8pal'8d By Quote Filename 5124/2009 611Bt2l109 Jim Heyden VILLAGE CJ= MOUNT PROSPECT - South Branch UbraIY - RR08-00000076667 1.2 ST3EAP1S21ITl STRIVE SLED BASE CANTILEVER ARM CHAlR,POl. Y SELECT FRAME COLOR Moss SELECT POLY SEAT & BACK COLOR (STD) CA 117 Foam & Fabric SELECT POLY SEAT & BACK COLOR Moss SELECT GUDE OPTION Non-sldd glides STRIVE TNDM,2-SEA T,1IN-UNE TBL,END ARMS,POl Y SEATIBACK STRIVE TNDM CORNER TABLE STRIVE TNOM FRAME COLORS STRIVE TNOM POLY COLORS STRIVE TNOM SEAT & BACK COLOR (POlY) SELECT LAMINATE FINISH STRIVE TNDM TABLE EDGE COLOR EDGE COLOR IMZ -NFR IPMZ INS $562.00 $562.00 No Comer Table To Be Delermined (STD)CA 117 Foam & Fabric Moss WhJte Sand To Be DeIenni1ed Table edge-MonliceHo Maple Frame coIor-Moss INC 180 INFR IPMZ ILWN 180 SM937842 SM937842 MK: SM9378242 DelCllpllon 102 WorkGroup Pracluct Subtatal $932.50 ;,::.~~~;"~:,)?~~~{:~~'~~z';:~~ ~~: ).:/:':,,": ."'-'"'~ '~>'~',--': ,'f':' . ~,-: '. ~~_:~",;=;~\~~i~:~i;~;;~='~~<.:. " :~',~::~';~;~'i.~ ~~ . ,,,,' . ~<_,','"., c.~:, ,:.. f "ct ':" ,.'~ '::",: ;!<{~~,~~;~;~:';':,~~ 2.1 41.0001.38 WWRKS HAlF VERTICAL POST,36"H,BIACK 4 $13.00 $52.00 2.2 48.0002.12 WWRKS STANDARD HORIZONTAL RAIL,12"L,BLACK 2 $6.50 $13.00 2.3 48.00D2.24 WWRKS STANDARD HORIZONTAL RAlL,24"L,BLACK 4 $10.00 $40.00 2.4 48.DOO2.42 WWRKS STANDARD HORIZONTAL RAIL,42"L,BIACK 4 $14.00 $56.00 2.5 48.0022 WWRKS 90 DEG. INTERSECTION CONNECTOR,BLACK 4 $6.50 $26.00 2.6 48.DD50.36 WWRKS 4-WA Y LIGHT BLOCK,36",BLACK,6" LESS THAN 2 $2.00 $4.00 PNL 2.7 48.D619 WWRKS SHOULDER SOL T 8 SO.50 $4.00 2.8 41.1215.12 WWRKS TECH PANEL WIONE BASE RA 1 $11.50 $11.50 2.9 48.1215.24 WWRKS TECH PANEL SINGLE SIDE BASE RACEWAY 2 $17.50 $35.00 w/GROMMET,24"W STANDARD TRIM FINISHES Sand /SA 2.10 48.1215.42 WWRKS TECH PANEL SINGLE SIDE BASE RACEWAY 2 $27.00 $54.00 wIGROMMET,42"W STANDARD TRIM FINISHES Sand . /SA 2.11 46.5172 WWRKS BASE TILE HOOK 6 $0.50 $3.00 2.12 48.5173 WWRKS HAlF POST CUP 5 $0.50 $2.50 2.13 48.5174 WWRKS FULL POST CLIP 1 $0.50 $0.50 2.14 48.5177 WWRKS LOCKCAM 12 SO.50 $6.00 2.15 46.5308.12 STDWRKS ALUMINUM TOP CAP, 12"W 1 $18.50 $18.50 PAINT COLOR Champagne Metallic ICM 2.16 48.53DI.24 STDWRKS ALUMINUM TOP CAP,24"W 2 $20.00 $40.00 PAINT COLOR Champagne Metallic ICM 2.17 41.5308.42 STDWRKS ALUMINUM TOP CAP,42"W 2 $28.50 $57.00 PAINT COLOR Champagne Metallic ICM 2,18 48.5309.36 STDWRKS ALUMINUM END OF RUN CAP,36" 1 $25.00 $25.00 PAINT COLOR Champagne Metallic ICM 2.19 46.531 D STDWRKS ALUMINUM END OF RUN TOP CAP 1 $11.50 $11.50 PAINT COLOR Champagne Metallic ICM Page 2 of 6 CREATED VALID THROUGH Prepared By Quote Filel1llnt SI24I2OO9 611812009 Jim Heyden VILlAGE OF MOUNT PROSPECT. South Branch UbraIy. RR08-00000076667 BASIS FABRICS 2.37 UP65NRC423OA WWRKS ACOUSTIC TILE,42WX30"H $65.50 $131.00 TILE FABRIC Grade 1 Fabrics GRDl GRADE 1 FABRICS BASIS B BASIS FABRICS AUAGASH MIST /BlAT 2.38 URSR38IWW1PM WWRKS UNIVERSAL REGULAR SHELF,ON-MOOULE,36"W $93.00 $465.00 URSR PAlNT COLOR SELECTION FlaMel IFN 2.39 UTF38.A859 WWRKS UNIV.TRIM-FULL HGHT,36"H,UNUPH $16.50 $66.00 DIscrlpllon WorkGroup Praduct Subtalal $4,235.50 107 STANDARD TRIM FINISHES Black .BL 3.2 PWLEG.2429.R C-LEG,24"Dx29"H,RIGHT $55.50 $111.00 STANDARD TRIM FINISHES Blad< .BL 3.3 PWT30 WWRKS WALL TRACK,30"H $12.50 $37.50 STANDARD TRIM FINISHES Sand .SA 3.4 8M9374586 SPECIAL WWRKSRF, 24"X54W/2 GROMMETS $230.00 $460.00 Programming Fee 3.5 8PDNAP STRIVE TASK ARMLESS CHAIR,POL Y $132.50 $530.00 SELECT FRAME COLOR Black IBL SELECT POLY SEAT & BACK COLOR (STD) CA 117 Foam & Fabric -NFR SELECT POLY SEAT & BACK COLOR Moss IPMZ SELECT CASTER OPTION Carpet casters IC Description WorkGroup Product Sulltotal $1,249.50 101 SELECT SURFACE FINISH STANDARD LAMINATE EDGE COLORS KI Laminates MONTICELLO MAPLE To Be Determined MONTICELLO MAPLE EDGE Standard ILMT TBD M9378294 4.2 S7B13625512 MK: M9378294 7SF BOOKCASE-36Wx28Hx12"D-1 ADJ SHELF UNIT COLOR IFN Flannel $212.50 $850.00 Description 10g WorkGroup Product 8ublatal $1,406.00 SELECT SURFACE FINISH KI Laminates Standaftj STANDARD LAMINATE SATIN OXIDE ILSX EDGE COLORS Monticello Maple /EMT 5.2 SM0360HD 7SF CABINET-2 SHELVES-30Wx18Dx39-114"H $393.50 $393.50 PULL OPTIONS Classic (inset pull) ICLSC UNIT COLOR Wet Sand IWS KEY OPTION Key alike IKA NATIONAL KEY ALIKE Key Alike Lock #110 1L110 Page 40f6 CREATED VALID THROUGH Prepared By Quote Filename 5.4 S7LJ36360HD 5.5 SSCAU 5.6 T255F.74P Dtlcrlplion 110 SELECT SURFACE FINISH STANDARD LAMINATE EDGE COLORS 7SF CABINET-2 SHELVES-36Wx18Dx39-1/4"H Standard ILSX /EMT $424.50 $849.00 PULL OPTIONS Classic Onset pull) UNIT COLOR Wet Sand KEY OPTION Key allke NATIONAL KEY AUKE Key Alike Locll 1110 STRIVE SLED BASE CANTILEVER ARM CHAIR,UPHOL SEAT SELECT FRAME COLOR SELECT POLY SEAT & BACK COLOR SELECT GUDE OPTION SELECT UPHOLSTERY GRADEICOLOR SELECT UPHOLSTERY GRAOElCOLOR G1Fabric ICLSC fWS n<A 1L110 $137.00 $1,918.00 Moss Moss No glides (STO) CA 117 Foam & Fabric Fabric Grade 1 11 RIVERWALK IMZ IPMZ ING -NFR GRD1 11UPHRIVERWAL K /lIFR 11 RlVERWALK FRESHWATER TREK FXD LEG,RECT,r BASE,74P EDGE,30XSO" EDGE COLOR Monticello Maple SaECT SURFACE FINISH KI Laminates KI LAMINATES SATIN OXIDE SELECT BASE FINISH Flannel SELECT BASE OPTION 4 casters (2 locking) WIRE MANAGEMENT OPTIONS No WIFIlWlIY GROMMET OPTION No Grommets TABLE HEIGHT OTHER THAN 29" Standard Height (29") $393.00 $1,965.00 /EMf Standard ILSX /FN /4CW -NW -NG -NO WorkGroup Product SubllltlJ $5,498.00 Product SubTotIJ: Instillation: Color coordination Ind deslgn-No chIrge! (1deI1 chIrge): CAD design Ind SpICe pIInnlng-No c:hIrgel (1ddI chlrge): Quote Total: $13,321.50 $1,850.00 $0.00 $0.00 $15,171.50 Page 5 of 6 This quotation is not complete and is intended for budgetary estimates only. Changes to quantities and/or options/finishes will affect this quotation. Other charges such as freight, tax, installation, and/or delivery fees may be added at time of order. Prepared by Jim Heyden "Reference Only" Market Code: 9=State/Local Gov't Drawing #: D01810UO_OU02_S Opportunity #: 0 Quote Filename: VILLAGE OF MOUNT PROSPECT - South Branch Ubrary - RR08-OOOOOO76667 Proj Num - RR08-00000076667 Model Opt Y GSA: N Proj Totals: Y Quote Type: Net Only Jim Heyden jim.heyden@ki.com (847) 368-1248 BUDGETARY QUO TAT ION Terms & Conditions 1) MY applicable sales or other tax will be added upon invoicing. If you are tax exempt. please provide a copy of a valid sales tax exemption certificate with your purchase order. 2) These discounts are ineffective if, as a result of the discounts, the final selling price of any product offered in this quote would be lower than the corresponding price for that product under KJ's mulliple award schedule contracts with the United States General Services Administration (GSA). If the final selling price for any K1 product in this quote would be below KJ's price to GSA. K1 will offer that product to your company at the same price that KI offers to GSA No other terms or cond~ions of KJ's GSA contracts would apply to such sales. 3) All products listed abo.. will be manufactured in accordance with KI specifications Finishes will be standard unless stated otherwise. 4) KJ recommends a Purchase Order Cover Sheet be submitted with all orders. Refer to the Resources & Tools section at KJ.com for complete instructions and forms. 5) The first and last page of this quote must accompany your company's purchase order and the quote number must be referenced in the body of the purchase order to ensure accurate and timely entry of the product and pricing. Without this information there may be delays in entry, menufecturing, delivery and installation ofthe product. In addition, if this is the first time you are ordering from KJ, please include a tax-exempt certificate. if applicable. and contact your KI sales rap for proper account activation. 6) KJ requires a valid purchase order to be printed on an oflicial company document and signed by an authorized agent of your company. The purchase order should stipulate exactly the merchandise or service to be transacted by quantity. stock keeping unit (SKU), and price. KJ will not accept a quotation or quole worksheet as the basis of an order unless it is specifically referenced in the purchase order. In the event that a customer does not issue standard purchase orders, then all quotes or quote worksheets must be accompanied by a stalement on an ollicial company document ~e"erhead will sullice) authorizing KJto proceed with an order as documented on a quote. Signatures on the quote or worksheet will not be adequate to process an order. Order requests received that do not meet these minimum requirements will likely result in delays to the entry. manufacturing and shipping of the product. Please issue all purchase orders to KJ at the below address and fax the order to KJ at the fax number listed below or to the Send PO To: company specified below. 7) Please refer to KJ's price list, acknowledgement or _ ki comlwarranty for a complete version of KJ's Terms and Condnions and warranties. Non-standard items are not returnable and not cancelable. B) Prices applicable to all customer orders shall be those in etfect at the time KJ receives a complete order from customer unless: Customer and KJ have in place a written pricing or masler supply agreement, which agreement specifies the prices to be paid by Customer; or Customer requests a product shipping date to occur more than one hundred twenty (120) days after KJ's receipt of Custome~s order (in which case KJ shall h... the option to apply to Customer's order the price list in effect as of the Customers requested shipping date). 9) KJ's standard credit terms are Net 30 days. It is the policy of KI to grant the extension of credit to those customers who meet or exceed predetermined base line credit worthiness requirements as established by KJ. KI reselVes the right to modify credit terms at Its discretion. 10) Leasing Provisions - The first and last monthly payments are required at the time of signing. Lease quotations subject to IFC credit approval. Rates are based upon current market and subject to change without notice. 11) Cuick Ship Program (CSP) lead-times begin upon receipt of a clearly marked and complete purchase order and approval by KI Credit Depl. The CSP purchase order must be accompanied by the QSP purchase order cover sheet. Orders will only be processed as quick ship if all items are within the quick ship program Quick ship orders can not be revised, cancelled. or returned. It is K1's intention to ship all QSP products within a period of 10 working days or less. Based on production capac~y, KJ reserves the right to cancel the Cuick Ship Program w~hout notice. Issue PO To: KI (Krueger International) 1330 Bellewe Street P,O, Box 8100 Green Bay, WI 54302 Phone: (800) 424-2432 Fax: (920) 468-2270 Website: hltp:/lwww.ki.com Send PO To: KI Attn: Jim Heyden 5400 Newport Drive Suite 18 Rolling Meadows, IL 60008 Phone: (847) 368-1248 Fax: (847) 368-1249 Email: jim.heyden@ki.com Page 6 of 6