Loading...
10-0205 Rieke Office Interiors f OF F4C , Memorandum City of Elgin f; g °R4 11D co Date: February 15, 2010 To: Kyla Jacobsen, Water System Superintendent From: Jennifer Quinton, Deputy City Clerk Subject: Reike Office Interiors agreement dated February 5, 2010 Enclosed you will find the agreement listed below. Please retain a copy for your records. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Reike Office Interiors (also referred to as "FIRM") agreement to furnish and install complete set of furniture required for the Riverside Water Treatment Plant f f AGREEMENT THIS AGREEMENT is made and entered into this day of v , 2010,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter {eferred to as "CITY") and Rieke Office Interiors, an Illinois Corporation (hereinafter referred to as "FIRM"). WHEREAS, the CITY desires to engage the FIRM to furnish and install complete set of furniture required for the Riverside Water Treatment Plant Control Room (hereinafter referred to as the PROJECT); and WHEREAS, the FIRM represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the FIRM that the CITY does hereby retain the FIRM for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Water System Superintendent of the CITY, herein after referred to as the"SUPERINTENDENT" B. Outline of the services to be provided by the FIRM is: FIRM shall provide the services to the CITY for the PROJECT as outlined herein and as detailed in Attachment A hereto. 1. Design. 2. Removal of the existing console. 3. Furniture supply. 4. Installation. C. A detailed itemized quotation, schedule time frame, and furniture layout plans is attached hereto and made a part hereof as Attachment A. 2. PROGRESS REPORTS A. A detailed project schedule for the Project is included in Attachment A, attached hereto and made a part hereof. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in B below. B. The FIRM will submit to the SUPERINTENDENT monthly a status report keyed to the project schedule.A brief narrative will be provided identifying progress,findings and outstanding issues. 3. WORK PRODUCTS All work products prepared by the FIRM pursuant hereto including, but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the SUPERINTENDENT; provided,however,that the FIRM may retain copies of r a such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY. 4. PAYMENTS TO THE FIRM (Lump Sum Method) A. The CITY shall pay the FIRM for services under this Agreement a lump sum of Seventeen Thousands One Hundred Two Dollars ($17,102), regardless of actual Costs incurred by the FIRM unless substantial modifications to the project are authorized in writing by the SUPERINTENDENT. B. The CITY shall make periodic payments to the FIRM based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the FIRM shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the CITY. FIRM shall conform to the provisions and requirements of the Level of Effort and Associated Cost which are attached hereto and made a part hereof in Attachment A. 5. INVOICES A. The FIRM shall submit invoices in a format approved by the CITY. Progress reports will be included with all payment requests. B. The FIRM shall maintain records showing actual time devoted and cost incurred. The FIRM shall permit the authorized representative ofthe CITY to inspect and audit all data and records of the FIRM for work done under this Agreement. The FIRM shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof or in any other contract document,the CITY may terminate this Agreement at any time upon fifteen(15)days prior written notice to the FIRM. In the event that this Agreement is so terminated,the FIRM shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the FIRM is given a notice to proceed and,unless terminated for cause or pursuant to Article 5, shall be deemed concluded on the date the CITY determines that all of the FIRM's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the FIRM wishes to make a claim for additional compensation as a result of action taken by the CITY,the FIRM shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the FIRM's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the FIRM. Regardless of the decision of the -2- SUPERINTENDENT relative to a claim submitted by the FIRM,all work required under this Agreement as determined by the SUPERINTENDENT shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen(15)days after notice thereof by the other party to comply with the provisions of this Agreement or other contract documents, the other party may terminate this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law,FIRM agrees to and shall indemnify,defend and hold harmless the CITY,its officers,employees,agents,boards and commissions from and against any and all claims,suits,judgments,costs,attorney's fees,damages or other relief,including but not limited to worker's compensation claims and any and all claims made by or against the city based on additional material costs or any other costs incurred as a result of damage to property or increased cost resulting from an inaccurate bid by FIRM without regard to any consideration of the CITY'S receipt of"increased value"or"benefit of bargain"in any way resulting from or arising out of negligent actions or omissions of the FIRM in connection herewith,including negligence or omissions of employees or agents of the FIRM arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration,completion and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The FIRM shall provide,pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The FIRM shall deliver to the SUPERINTENDENT a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30)days prior written notice to the SUPERINTENDENT. The Certificate of Insurance which shall include Contractual obligation assumed by the FIRM under Article 10 entitled"Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance; alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. -3 - B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a $1,000,000 aggregate. D. Professional Liability. The FIRM shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the SUPERINTENDENT as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30) days prior written notice to the SUPERINTENDENT. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The FIRM shall not have control over or charge of and shall not be responsible for construction means,methods,techniques,sequences or procedures,or for safety precautions and programs in connection with the construction,unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex,age,race, color,creed,national origin,marital status,of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race, color, creed,national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the FIRM shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the FIRM would have been obligated if it had done the work itself and no assignment, -4- r / delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agree that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed,modified,discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The FIRM may not issue any news releases without prior approval from the SUPERINTENDENT, nor will the FIRM make public proposals developed under this Agreement without prior written approval from the SUPERINTENDENT prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The FIRM shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The FIRM certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. -5- 25. SEXUAL HARASSMENT As a condition of this contract,the FIRM shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by FIRM to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. WRITTEN COMMUNICATIONS All recommendations and other communications by the FIRM to the SUPERINTENDENT and to other participants which may affect cost or time of completion shall be made or confirmed in writing. The SUPERINTENDENT may also require other recommendations and communications by the FIRM be made or confirmed in writing. 27. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid, addressed as follows: A. As to CITY: Kyla Jacobsen Water System Superintendent City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to FIRM: 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the FIRM shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, -6- minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, FIRM hereby certifies, represents and warrants to the CITY that all FIRM'S employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. FIRM shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work,and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the FIRM to determine FIRM'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the FIRM shall make available to the CITY the FIRM'S relevant records at no cost to the CITY and shall pay all costs of any audit at FIRM'S sole expense. 29. AMBIGUITIES This Agreement shall be construed as having been mutually drafted by the parties hereto,and no ambiguities contained herein shall be construed against the CITY as having drafted this agreement. IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. FOR THE CITY: FOR THE FIRM: By Q _ " C` �er By �" ` , Attest: City lerk -7 - ATTACHMENT "A" Riverside Water Treatment Plant Control Room Furniture Agreement 1=101 QUOTATION RIE • E OFFICE INTERIORS 2000 FOX LANE ELGIN, IL 601 23 PH 847.622.971 1 FX 847.622.9• 50 TO: SHIP TO: CITY OF ELGIN CITY OF ELGIN 150 DEXTER COURT WATER DEPARTMENT ELGIN IL 60120 150 DEXTER COURT ELGIN IL 60120 ATTN: ATTN: In response to your inquiry,we are pleased to offer the following: Quote No. Date Cust No S/M Your Referenced Inquiry Delivery Promise F.O.B. Expiration 0027376 11/10/09 CIT011 GG1 ORIGIN 10 DAYS Unit Price Extension Item Quantity U/M Part Number Description $ $ ROI HAS A STANDARD 4 WEEK LEAD TIME 001 1.00 EA MLPWORKSTATION CUSTOM CONTROL ROOM 6,950.00 6,950.00 STATION AS PER DRAWING ALL ROI LAMIANTE PRODUCT INCLUDING (2)30'W SWING DOOR CABINETS (1)CUSTOM COMBINATION LATERAL (2)36'W PAPERFLOW UNITS 002 6.00 EA MPRIVATE LOCKER UNITS 520.00 3,120.00 AS PER DRAWING 12'W X 72"H X 24"D ALL LAMINATE INCLUDING METAL COAT ROD AND HAT SHELF 003 1.00 EA MPRIVATE STORAGE AREA 1,805.00 1,805.00 AS PER DRAWING-29"H INCLUDING: (3)36"SWING DOORS (1)30"SWING DOOR RIEKE OFFICE INTERIORS Page 1 By: RO1 QUOTATION RI EKE OFFICE INTERIOR6 2000 Fox LANE EL.GIN, IL. 601 23 FI-I 847.622.971 1 FX 847.622.9750 TO: SHIP TO: CITY OF ELGIN CITY OF ELGIN 150 DEXTER COURT WATER DEPARTMENT ELGIN IL 60120 150 DEXTER COURT ELGIN IL 60120 ATTN: ATTN: In response to your inquiry,we are pleased to offer the following: Quote No. Date Cust No S!M Your Referenced Inquiry Delivery Promise F.O.B. Expiration 0027376 11/10/09 CIT011 GG1 ORIGIN 10 DAYS Unit Price Extension Item Quantity WM Part Number Description $ $ 004 2.00 RAERON REFURBISHED HERMAN MILLER 495.00 990.00 AERON CHAIRS 005 2.00 EA NMISC ERGONOMIC SOLUTIONS 208.00 416.00 MONITOR ARM MRFS01 GM SUPPORTS 1 MONITOR GROMMET MOUNT 006 3.00 EA NMISC ERGONOMICS SOLUTIONS 292.00 876.00 MONITOR ARM-MMFS2GM SUPPORTS 2 MONITORS 007 4.00 EA NMISC ERGONOMIC SOLUTIONS 70.00 280.00 STORAGE CPU HOLDER ACCPUH01 008 1.00 EA INSTALLATION DELIVERY&INSTALLATION 2,665.00 2,665.00 NON-UNION LABOR DURING NORMAL BUSINESS HOURS MONDAY-FRIDAY 7:00 AM-4:00 PM RIEKE OFFICE INTERIORS Page 2 By: ROI QUOTATION RlMKE OFFiGE INTEFi.OP18 2000 FOX LANE ELDIN, IL 601 23 PI-I 84.'7.622.9"711 FX 847.622.9750 TO: SHIP TO: CITY OF ELGIN CITY OF ELGIN 150 DEXTER COURT WATER DEPARTMENT ELGIN IL 60120 150 DEXTER COURT ELGIN IL 60120 ATTN: ATTN: In response to your inquiry,we are pleased to offer the following: Quote No. Date Cust No SIM Your Referenced Inquiry Delivery Promise F.O.B. Expiration 0027376 11/10/09 CIT011 GG1 ORIGIN 10 DAYS Unit Price Extension Item Quantity U/M Part Number Description $ $ THIS ALSO INCLUDES HE DISASSEMBLE AND REMOVAL OF CLIENTS EXISTING CONTROL CONSOLE... TOTAL FOR QUOTE $ 17,102.00 RIEKE OFFICE INTERIORS Page 3 By: ROI RIEKE OFFICE INTERIORS SCHEDULE TIME FRAME ROI HAS A STANDARD 4 WEEK LEAD TIME. - LEAD TIME BEGINS ONCE QUOTE HAS BEEN SIGNED OFF ON AND DRAWINGS AND COLORS HAVE BEEN APPROVED. - ROI WILL TEAR DOWN PRODUCT ONCE CLIENT IS READY.. IT WILL TAKE ROI APPROX. 1 DAY FOR THE TEAR DOWN.. - ROI WILL PROCEED WITH THE INSTALLATION AFTER FLOORING HAS BEEN INSTALLED AND THE ROOM IS CLEAR OF OTHER TRADES.. - INSTALLATION WILL TAKE APPROX 2 DAYS.. 2000 Fox Lane Ph: 847-622-9711 Elgin, IL 60123 WWW.rieke.com Fx:847-622-9750 RIEKE OFFICE INTERIORS WWW.RIEKE.COM 847-622-9711 I I L J J . ,_.___ ,____ , . , , • ,, .....-, 4 N . , r r' Q (.' 'N, ,L. 3'A' ---V 4'_21/8• -\'. . . . 4'-2'/ 3,41. :I i I: 3-0' z-u. 974 11'-8' Ica alga a a Ai ...cis,. i euzopsla 1 e14.29=5121 9112ee3si21 F. �Cwtan *Ant=WoAkwdaas CITY OF ELGIN -- =WATER DEPARTMENT RIEKE OFFICE INTERIORS WWW.RIEKE.COM 847-622-9711 III.........., J II / CITY OF ELGIN -- WATER DEPARTMENT RIEKE OFFICE INTERIORS NMIW.RIEKE.COM 847-622-9711 1 I II ,,p.-- ,,,,%_ ,or , 0 0 , ki ,,,,, ill . CITY OF ELGIN -- : WATER DEPARTMENT -� - ;�, oose Your Solution ,.,.:,- _ -- gonomic Solutions'easy-glide monitor arm puts your -1s-n right where you need it.'Whether you have one_ _ •' ss-� -six,we have a space-saving monitor arm for you x e iti Grommet Mount or Desk Clamp,you tap c' .00se t e solution that works best for your specific needs.!fit ESI K Ergonomic Solutions,its all about flexibility -, Iw ,0 4 J t ;R7e, I m: -', Grommet Mount Desk Clamp , ��-,, c Grommet Mount accommodates surfaces Desk Clamp aammmollates y p " from 1/2"to 2"thick.Requires a hole surfaces from tf2 to 4 2/2" ` " - diameter of 7/8"-2 1/8" Q A MRFS01 Monitor Arm 1 Series f+ Supports one monitor' Load capacity:17.5 lbs • Quick and easy adjustment A) 16"Pole List Pace: h.-. - Desk Clamp: MRFSO1DC '359.00 • Made of high quality aluminum alloy h Grommet Mount: MRFS01GM '359.00 • The sturdy main frame moves smoothly 3` even under a heavy load B MM FS2 Monitor Arm • Monitor easily rotates from landscape to portrait • Easy lever height adjustment makes chan in r y 9 adjustment 9 9 Supports two monitors • Available with Grommet Mount or Desk Clamp monitor height quick and easy.' Load capacity:35.2 lbs • Built-in cord management keeps cables out of • Height adjusts from 3"to 20" 16"Pole List Pte: your way • Load capacity up to 17.5 lbs ; aP tY P Desk Clamp: MMFS2DC '506.00 • Arm extends 24"from where it is mounted (8 kg)per mounting arm Grommet Mount: MMFS2GM '506.00 • Arm retracts up to 5"to save space • Conforms to VESA 75mm and VESA 100mm c MMFS3 Monitor Arm Supports three monitors' p. Load capacity:52.8 lbs N 16"Pole List Price: rie rTt.■ .. Desk Clamp: MMFS3DC :620.00 1 Grommet Mount: MMFS3GM '620.00 3 4 o MMFS4 Monitor Arm Supports four monitors' B) C) D) Load capacity:70.4 lbs 28"Pole List Pose: The Multi-Monitor Solution Desk Clamp: MMFS4DC '979.00 ___ 1_ '�+'� Our Multiple Mount Monitor arms are a smart choice for Grommet Mount: MMFS4GM $979.00 --mat* users who need to work with multiple views and information simultaneously. E MMFS6 Monitor Arm P `w t1 Supports six monitors t _ s Our Flat Panel Monitor Arms are comprised of a Load capacity:79.2 lbs* �` minimum of 99%post consumer recycled product. The arm,pole and clamp are fully recyclable. 28"Pole List Pte: E) Desk Clamp: MMFS6DC $1,159.00 Grommet Mount: MMFS6GM $1,159.00 • i`az 'Load capacity is 17.5 lbs.per arm for all'systems except the six-m ,- Customer Service: 800.833.3746 (ERGO) solution,which has a load capacity of 13.2 lbs.per arm. 3's ,. ` -r......—t,..,....-.....1 r �+• .•..•...rcciprnn rnm "'Lever height adjustment applies to single rnonitocmounts on 1 - M7..' . --_, ''' '''` - . - = • ,_ - =4:,7,,,,,,, .., ....:7 4. I . .. ., ,1 4 . ,- i ..- , _ . ...,,,,,! --, Space-Saving ace-S, aving So, lutions,. ,:_, Prot ect y 01_Ir CPU from dramaiiiingi11environmental 1. _.._:i ,factors—keep ..,:d, ors—A)keep it off the floor and out of the way with one of our CPU holders. The 17.75"glide track and 3600 swivel mechanism ni,s,m allows easy access to the back of the CPU. , ,.-..7.7,,..,,j,,4„.„ 1 'f,:::... ., 4,....,: -,,-.7.-',' , _:' . 1 . 1 _ , . _ .s• , ,:.., ,,..,:;,,.:. ,-e„.., 4.,1:,..„,-.-.44„---i;i.,11-:: 11 k .... , . . :f-_• . . •. .• ', -:- ---., ' •iir-'-, '--,,.- ‘,- - i..-e,..9g:* ,..--'- , v • '. '..,- •'' • • • ., ..„ •• 4 v. i -;'•-.r'-••• •Is'4tV,We '• - ,„-.••,. ,:-,t,..,,- List Price • Easy-Adjust CPU Holder $190.00 ill ,..:;.,4.., _. -,-, --'4'-:i: Soft foam protects CPU from impact and movement _„,. , Vertically mounts to underside of desk Storable on 17.5"glide track 360°swivel Adjustable Width:2.5"-8.25" Adjustable height 13"-21" Recyclable content:ACCPUHLOCK 100%,ACCPUH05 :: Load capacity:100 lbs 98%,ACCPUH01 90%,ACCPUC 10 0%,,, ,,;5., ,1 ''--, No tools needed to make adjustments • ..,.. .-, - _ ir ) r , , , 0-- . „ . . , '''r S.' ;1 A" 1 . 1 , , .. , . . . .;7"'7- '.i-':. ':1 " e, 71'-' '144-';:i.-t . ' -..-1.7`. ‘,--ie"„1 ,.: . ...': i / lig > - ; .....-- A) B) C) 110 Customer Service: 800.833.3746 (ERGO) Fax your order to 480-517-1872 Track your order at: www.esiergo.com E-mail your order to: orders®esiergo.com j.. x. Price B AC? UHoIder PUH01 List' =121.00 _ :. f renter arts Easy to install-vertically mounts to underside of worksurface f i, - 17.75"glide track No tools required to make adjustments 360°swivel c ACCPUHLOCK Lockable ust Nee. Metal CPU Holder $339.00 -- Vertically mounts to underside of worksurface 17"glide track No tools required to make adjustments 360°swivel Heavy duty locking knob Adjustable width:3.5"-9.3" Adjustable height 12.5"-22.5" - List Price Storage and -Mobility D ACCPUC CPU Cart Our CPU and utility carts are mounted on Easy to assemble locking swivel casters for easy storage— CPU sits in adjustable tray just roll them under your desk and out of Swivel caster wheels with locking mechanism the way when not in use. Roll them f back No tools required to make adjustments ...- Fits any size CPU from 3.5"to 8.75" ti again mhen you-peed dccess >i :'& ' p Load capacity:160 lbs f _ '� ncit easy JO_' ti to x;t k g 0 red to .make adjustments ` - List Pr UE ` ;' E ACPC Utility Cart $139.00 The ACPC Utility Cart allows printers, scanners and/or shredders to be placed 18.75"a 15"platform under the worksurface to free up valuable Swivel caster wheels with locking mechanisms desktop space. Use for printers,shredders and other office machines Includes non-slip pads Can be customized up to 19"x 19" Load capacity:150 lbs a;. .r .n D) Fax your order to: 480-517-1872 k Printer E-mail your order to: orders®esiereo.com r °