Loading...
HomeMy WebLinkAbout23693------- PURCHASING DMSION PROCUREMENT AGREEMENT PURCHASE/INSTALLATION MODULAR FURNITURE September 23,2002 Agreement No.230050E Jones-Campbell Co.Inc. P.O.Box 277788 Sacramento,CA 95827 The County of Fresno (County)hereby contracts with Jones-Campbell Co.Inc. (Contractor)for the design,purchase,installation and reconfiguration of Modular Furniture Systems in accordance with Request for Quotation No.425-3701 and Attachment "A",attached and by this reference made a part hereof. REPORTS:Contractor upon request will provide annual reports for products purchased under this agreement. Report information to include usage (type and quantity of product purchased)by County Department (Le.Public Works,General Services,etc.),dates of each purchase and price charged.Reports must be delivered to County of Fresno Purchasing Division,4525 E.Hamilton Avenue,Fresno,California 93702,Attention: Cathi J.Peters not later than thirty (30)days following the date of the request.The agreement number should be referenced on all reports. TERM:This Agreement shall become effective December 1,2002 and shall remain in effect through November 30,2003. RENEWAL:Agreement shall automatically renew for an additional one (1)year period except when written notice is delivered by either party to the other expressing intent not to renew.Such notice must be delivered a minimum of sixty (60)days prior to the next expiration date of this Agreement.The maximum number of automatic one (1)year renewal periods under this Agreement is two (2). MINIMUM ORDERS:Unless stated otherwise there shall be no minimum order quantity.The County reserves the right to increase or decrease orders or quantities. 4525 East Hamilton Avenue,Fresno,California 93702-4599 P\.RoJAsINO:(559)456-7110 .CENTRAL~:(559)456-7851 .CENTRALSERVICES:(559)456-7868 ----------- PROCUREMENT AGRL.::MENT NO.230050E Jones-Campbell Co.Inc. September 23,2002 Page 3 Indemnify,save and hold harmless,and at County's request defend the County,its officers,agents and employees from any and all claims for damage or other liability, including costs,expenses,causes of action,claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents,officers or employees under this Agreement. INSURANCE:The contractor must provide the following insurance for the contract term.Proof of such insurance policies must be submitted to the County's Purchasing Manager prior to the agreement's commencement date. 1.Commercial General Liability insurance with limits of not less than five hundred thousand dollars ($500,000.00)per occurrence and with not less than a one million dollar ($1,000,000.00)annual aggregate.County shall be named as additional insured on such policy. 2.Automotive Public Liability Insurance with limits of not less than one hundred thousand dollars ($100,000.00)per occurrence and not less than three hundred thousand dollars ($300,000.00)annual aggregate for bodily injury and not less than fifty thousand dollars ($50,000.00)Property Damage Insurance. 3.Workers compensation insurance as required by law. Such insurance shall not be cancelled or changed without thirty (30)days advance written notice. INDEPENDENT CONTRACTOR:In performance of the work,duties and obligations assumed by Contractor under this Agreement,it is mutually understood and agreed that Contractor,including any and all of Contractor's officers,agents,and employees will at all times be acting and performing as an independent contractor,and shall act in an independent capacity and not as an officer,agent,servant,employee,joint venturer,partner,or associate of the County.Furthermore,County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function.However,County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof.Contractor and County shall comply with all applicable provisions of law and the rules and regulations,if any,of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor,Contractor shall have absolutely no right to employment rights and benefits available to County employees.Contractor shall be solely liable and responsible for providing to,or on behalf of,its employees all legally-required employee benefits.In addition,Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees,including compliance with Social Security,withholding,and all other regulations governing such matters.It is acknowledged that during the term \\Pl.JRCHASEl\044O\CCNTRACTS &EX"I""RKTS\E\2300~J<MS-<:AMPBELL co INC.IXJC -u ----u u--- PROCUREMENTAGRL;cMENTNO.230050E Jones-Campbell Co.Inc. September 23,2002 Page 2 ORDERS:Orders will be placed on an as-needed basis by County of Fresno Central Warehouse and must be approved by an authorized buyer. ADDITIONALITEMS:The County reserves the right to negotiate additional items to this Agreement as deemed necessary.Such additions shall be made in writing and signed by both parties. DELIVERY:The F.O.B.Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified.All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT:In case of default by Contractor,the County may procure the articles from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County.The prices paid by County shall be considered the prevailing market price at the time such purchase is made.Inspection of deliveries or offers for delivery,which do not meet specifications,will be at the expense of Contractor. INVOICING:An itemized invoice in duplicate shall be mailed to County of Fresno, Central Warehouse,4525 E.Hamilton Avenue,Fresno,California 93702,in accordance with invoicing instructions included in each order referencing this Agreement.The Agreement number and requisition number must appear on all shipping documents and invoices.Invoice terms shall be Net 45 Days. TERMINATION:The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor.In the event of such termination,the Contractor shall be paid for satisfactory services or supplies provided to the date of term ination. LAWS AND REGULATIONS:The Contractor shall comply with all laws,rules and regulations whether they be Federal,State or municipal,which may be applicable to Contractor's business,equipment and personnel engaged in service covered by this Agreement. AUDITS:Contractor shall,as required by law,ordinance,code or decree permit the County to audit and inspect all such records and data pertaining to this Agreement and at all reasonable times be open to inspection by authorized representatives of the County. LIABILITY:The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. \\PURO!ASEl \0440\CCM"RACTS &EXTR.ACTS\E\2300SOE JOOES-cA\1PBELL co IN(.!xx: --u --n ----------------n ------n --- PROCUREMENTAGRI:.~MENTNO.230050E Jones-Campbell Co.Inc. September 23,2002 Page 4 of this Agreement,Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT:Neither party shall assign,transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS:This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations,proposals,commitments,writings,advertisements, publications,Request for Proposals,Bids and understandings of any nature whatsoever unless expressly included in this Agreement.This Agreement supersedes any and all terms set forth in Contractor's invoice.This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES:In the event of any inconsistency in interpreting the documents which constitute this Agreement,the inconsistency shall be resolved by giving precedence in the following order of priority:(1)the text of this Agreement (excluding Attachment "A",County's Request for Quotation No.425-3701 and the Contractor's Quote in response thereto);(2)Attachment "A";(3)the County's Request for Quotation No.425-3701 and (4)the Contractor's quotation made in response to County's Request for Quotation No.425-3701. GOVERNING LAWS:This Agreement shall be construed,interpreted and enforced under the laws of the State of California.Venue for any action shall only be in County of Fresno. Please acknowledge your acceptance by returning all pages of the signed original of this Agreement to my office,retaining a copy for your files. Please refer any inquiries in this matter to Cathi J.Peters,Buyer III,at (559)456- 7110. 5V\ heron M.Toler Purchasing Manager Date:J'iSf-0 ~TMT:CJP:jlg \\PURCHASE1\0440\CONTRACTS &EXTRACTS\E\230050E JONES-CAMPBELL CO INC-DOC I j I \\PUR~El\044O\<:c:NffiACTS &EXTR.6CTS\E\2300SOE JCNES-<:A'o!PBELLco INC.ro: PROCUREMENT AGREEMENT NO.230050E Jones-Campbell Co.Inc. September 23,2002 Attachment Page 1 of 2 A TTACHMENT '~II SERVICE/SUPPLIES A.MODULAR FURNITURE SYSTEMS MANUFACTURER Allsteel Concensys Allsteel Terrace %DISCOUNT 61% Persona Full Front +Insert Laterals Persona Pedestal &Pedestal Accessories 55% 61% 55% For Projects in excess of $300,000.00: Allsteel Concensys Allsteel Terrace 63.5% 57.75% B.INSTALLATION:All labor,materials (other than modular product)taxes,insurance, travel time etc.as necessary to complete the project. Installation Rate (M-F 8:00 am -5:00 pm)per man-hour. Installation Rate (After Hours,Weekends,Evenings)per-man hour. $37.50 $56.00 C.RECONFIGURATION:All labor,materials (other than modular product),insurances,travel time,taxes,etc as necessary for reconfiguration,including the tear down,removal and reinstallation of existing furniture in either same or new location.This service mayor may not be provided in conjunction with the purchase of new modular systems. Reconfiguration Rate (M-F 8:00 am -5:00 pm)per man-hour. Reconfiguration Rate (After Hours,Weekends,Evenings)per man-hour. $37.50 $56.00 D.DESIGN/SPACE PLANNING: Preliminary Meeting to develop the scope of work and requirements. Installation Drawing and Specifications -per hour. Reconfiguration Planning Services only (No new product)-per hour. No charge $37.50 $37.50 Reconfiguration Planning Services only (With new product)-per hour. $37.50 NOTE:IF A VENDOR IS AWARDED A PROJECT UTILIZING All NEW PRODUCT, THE DESIGN FEE SHAll BE WAIVED. \\PlJROiASE1\0440\<DITRACTS &EXT'RKTS\E\2300SOE JGjES-<:A'>1PBEll co INC.CXX PROCUREMENT AGREEMENT NO.230050E Jones-Campbell Co.Inc. September 23,2002 E.ADDITIONAL SERVICES: Attachment Page 2 of 2 Fabric Cleaning will be quoted on a per job basis. Refabricing of existing will be quoted at the hourly rate plus materials. Worksurface cutting at normal hourly rate. \\PURCHo\SE1\044O\CCNrRKTS &EXTRACTS\E\2300SOE JQ'.IES-<:A\1PBELL co INC.!XX: .Quotation No.425-3701 ~s-Campbell Co.,Inc. COUNTYOFFRESNOPURCHASING STANDARDINSTRUCTIONSANDCONDITIONSFOR REQUESTSFORPROPOSALS(RFP'S)ANDREQUESTSFORQUOTATIONS(RFQ'S) Note:the referenceto "bids"in the followin~paragraphsappliestoRFP'sandRFQ's GENERAL CONDITIONS Bysubmittinga bidthebidderagreesto thefollowingconditions.Theseconditionswillapplyto allsubsequentpurchasesbasedonthisbid. 1.BID PREPARATION: A)All pricesandnotationsmustbe typedor writtenin ink.Noerasures permitted.Errorsmaybecrossedout,initialedandcorrectionsprinted in inkbypersonsigningbid. B)BrandNames:Brandnamesandnumberswhengivenareforreference. Equalitemswillbeconsidered,providedtheofferdeartydescribesthe artideandhowit differsfromthatspecified.In theabsenceof such informationitshallbeunderstoodtheofferingis exactlyasspecified. C)Statebrandor makeof eachitem.If biddingon otherthanspecified, state make,model and brand being bid and attachsupporting literature/specificationstothebid. 0)Bidoneachitemseparately.Pricesshouldbestatedin unitsspecified herein.All applicablechargesmustbequoted;chargesoninvoicenot quotedhereinwillbedisallowed. E)Timeof deliveryis a partof the considerationandmustbe statedin definitetermsandmustbeadheredto.F.O.B.Pointshallbedestination or freightchargesmust be stated. F)All bidsmustbe datedand signedwiththe firm'snameandby an authorizedofficeror employee. G)Unlessotherwisenoted,pricesshallbe firmfor 120daysafterclosing dateof bid. 2.SUBMITTINGBIDS: A)Eachbidmustbesubmittedonformsprovidedina sealedenvelopewith bid numberand dosing date and time on the outsideof the enve!opelpackage. B)Interpretation:Shouldanydiscrepanciesoromissionsbefoundin thebid specificationsor doubtas to theirmeaning,thebiddershallnotifythe Buyerin writingat once.TheCountyshallnotbeheldresponsiblefor verbalinterpretations.Questionsregardingthebidmustbereceivedby Purc.lJasingatleast5 workingdaysbeforebidopening.All addenda issuedshallbein writing,dulyissuedby Purchasingandincorporated intothecontract. All communicationsregardingthe bidmustbe referredto theBuyerat CountyPurchasing.Biddersarespecificallydirectednottocontactany otherCountypersonnelrelatedto thisbidrequest. C)Unauthorizedcontactof anyCountypersonneJregardingthisbidmaybe causeforrejectionof bidresponse. D)BidsreceivedaftertheclosingtimewillNOTbeconsidered. E)Biddersareto bidwhatis specifiedor requestedfirst.If unableto orwilling to,bidder may bid alternativeor option,indicatingall advantages, disadvantagesandtheirassociatedcost. 3.FAILURETO BID: A)If notbidding,returnbidsheetandstatereasonfornobidoryournamemay beremovedfrommailinglist. 4.TAXES,CHARGESAND EXTRAS: A)Countyof Fresnois subjectto Californiasalesand/orusetax (7.8i5%). Pleaseindicateasa separatelineitemif applicable. B)DO NOTincludeFederalExciseTax.Countyis exemptunderRegistration No.94-i3-03401-K. C)Countyis exemptfromFederalTransportationTax.Exemptioncertificateis notrequiredwhereshippingpapersshowconsigneeasCountyof Fresno. D)Chargesfortransportation,containers,packing,etc.willnotbepaidunless specifiedin bid. 5.AWARDS: A)Award(s)will be madeto the mostresponsiveresponsiblebidder.The evaluationwili includesuchthingsas life-cyclecost,availability,delivery costsandwhoseproductand/orserviceis deemedto beinthebestinterest of the County.The county shall be the sole judge in makingsuc.'1 determination. B)Unless bidder gives notice of all-<>r-none award in bid,County may a;cept any item,groupof itemsoronthebasisof totalbid. C)The Countyreservesthe right to rejectanyandall bids and to waive informalitiesor irregularitiesin bids. D)Afteraward,allbidsshallbeopento publicinspection.TheCountyassumes noresponsibilityfortheconfidentialityof informationofferedin a bid. 6.PARTICIPATION: Biddermayagreeto extendthetermsof theresultingcontractto otherpolitical subdivision,municipalitiesandtax-supportedagencies. SuchparticipatingGovemmentalbodiesshallmakepurchasesin theirownname. makepaymentdirectlyto bidder,andbe liabledirectlyto thebidder,holdingthe Countyof Fresnoharmless. .Quotation No,425-3701 7.PREFERENCE/TIEBIDS: All otherfactorsbeingequal,the contractshallbe awardedto the Fresno Countyvendoror,if neitheror bothareFresnoCountyvendors,it maybe awardedbytheflipof a coinin thepresenceofwitnessesortheentirebidmay berejectedandre-bid. 8.PATENTINDEMNITY: ThevendorshallholdtheCounty,itsofficers,agentsandemployees,harmless from liabilityof any natureor kind,includingcosts and expenses,for infringementor useof anycopyrightedor uncopyrightedcomposition,secret process,patentedor unpatentedinvention,articleor appliancefumishedor usedin connectionwiththisbid. 9.SAMPLES: Samples,whenrequired,mustbe fumishedanddeliveredfreeand,if not destroyedbytests,willuponwrittenrequest(within30daysof biddosingdate) be retumedat the bidder'sexpense.In the absenceof suchnotification, Countyshallhavetherightto disposeofthesampfesin whatevermannerit deemsappropriate. 10.RIGHTSAND REMEDIESOF COUNTYFORDEFAULT: A)In caseof defaultby vendor,theCountymayprocurethearticlesor servicefromanothersourceandmayrecoverthecostdifferenceand relatedexpensesoccasionedtherebyfromanyunpaidbalanceduethe vendoror byproceedingagainstperformancebondofthevendor,if any, or by suitagainstthevendor.Thepricespaidby theCountyshallbe consideredthe prevailingmarketpriceat thetimesuchpurchaseis made. B)Articles or services,which upon delivery inspection do not meet specifications,will be rejected and the vendor wiil be consideredin default.Vendorshall reimburseCountyfor expensesrelatedto delivery of non-specifiedgoodsor services. C)Regardlessof F.O.B.point,vendoragreesto bearall risksof loss.injury or destructionto goodsand materialsorderedhereinwhichoccurpriorto deliveryand suchloss,injuryor destructionshallnotreleasevendorfrom any obligationhereunder. ~---.M .".-~..."-,,-~~v~T,""~.-,,...,~,..~~..,--"..-'N"...,~~ nes-CampbellCo.,Inc. 11.DISCOUNTS: Termsof lessthan 15 daysfor cash paymentwill be consideredas net in evaluatingthisbid.A discountforpaymentwithinfifteen(15)daysormorewillbe consideredin determiningtheawardof bid.Discountperiodwillcommenceeither thelaterof deliveryor receiptof invoicebytheCounty.StandardtermsareNet Forty-five(45)days. 12.SPECIAL CONDITIONSIN BID SCHEDULESUPERSEDEGENERAL CONDITIONS. The'GeneralConditions'of this RFP/RFQshallbesupersededifin conflictwith anyothersectionof thisbid. 13.SPECIALREQUIREMENT: Withtheinvoiceorwithintwenty-five(25)daysofdelivery,thesellermustprovide to theCountya MaterialSafetyDataSheetforeachproduct,whichcontainsany substanceon 'The Listof 800HazardousSubstances',publishedby the State Directorof IndustrialRelations.(SeeHazardousSubstancesInformationand TrainingAct.CalifomiaStateLaborCodeSections6360through6399.7.) 14.RECYCLEDPRODUCTS/MATERIALS: Vendorsareencouragedto provideandQuote(withdocumentation)recycledor recyclableproducts/materialswhichmeetstatedspecifications. 15.YEARCOMPLIANCEWARRANTY Vendorwarrantsthat any productfumishedpursuantto this Agreement/ordershall supporta four-digit year formatand be able to accuratelyprocessdateand time datafrom,intoand betweenthe twentiethandtwenty-firstcenturies,aswellas leap year calculations.'Product'shall include,without limitation,any piece or componentof equipment,hardware,firmware.middleware,customor commercial software,or internal componentsor subroutinestherein.This warranty shall surviveterminationor expirationof this Agreement In the event of any decreasein productfunctionaiityor accuracyrelatedto time and/ordatedatarelatedcodesand/orinternalsubroutinesthatimpedethepreduG: from operatingcorrectly using dates beyond December31,1999,vendor shall restoreor repairthe productto the samelevelof functionalityas warrantedherein. so as to minimizeinterruptionto County'songoingbusinessprocess,timebeingof the essence.In the event that suchwarrantycompliancerequiresthe 301:;:s::::; of additional programs.the expense for any such associatedor additional acquisitions,whichmay be required,including,withoutlimitation,dataconversior tools,shall be borne exclusively by vendor.Nothingin this warrantyshall be construedto limitany rightsor remediestheCountymayotherwisehaveunderthio Agreementwith respectto defectsotherthan yearperformance. nrn "":"'~ .es-Campbell Co..Inc. QUOTATION NO.425-3701 Page 2 TABLE OF CONTENTS PAGE BIDDING INSTRUCTIONS ""'".,...,,...3 REFERENCE LIST 10 SPECIFICATIONS ''''''''''''''..."'""""'"''...11 BIDOERQUESTIONNAIRE"""""""""""""""""""""""""""""""""""""""""""""13 QUATATIONSCHEDULES "''''''''''''''''''''15-17 SAMPLE FORMAT ................................................'"......................18 G:\RFQ\425-3701MODULARFUNITURESYSTEMS(PURCHASE-INSTALLATION).DOC Tones-Campbell Co.,Inc. QUOTATION NO.425-3701 Page 3 BIDDING INSTRUCTIONS CONTRACT SERVICES/SUPPLIES The County of Fresoo is soliciting bids to establish an agreement under which the successful bidder will furnish Modular Furniture Systems,including design and space planning services,modular product,delivery,installation and reconfiguration services utilizing existing and/or new product. Currently the County of Fresno has Haworth,Teknion,National,BPI and Allsteel Concensys Modular Furnituresystems in various County owned and leased buildings. This Request for Quotation will be used to establish Countywide contracts for the purchase of Modular Furniture systems on an as needed basis. DEFINITIONS:The terms Bidder,Proposer,Contractor and Vendor are all used interchangeably and refer to that person,partnership,corporation,organization, agency,etc.which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ:Vendors must make careful examination of the requirements,specificationsand conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required.If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation,correction thereof may be requested in writinq or by fax (559)456-7831 from Purchasing.The deadlinefor submitting Requests for Clarification is July 3,2002 at 8:00 A.M. Questions shall be delivered to the County of Fresno Purchasing Division,4525 E. Hamilton Avenue,Fresno,CA 93702 or faxed to (559)456-7831.If faxing the bidder must confirm receipt by phone within one-half (1/2)hour of transmission. NOTE:Time constraints will prevent County from responding to questions submitted after the cutoff date. Any change in the Request for Quotation will be made by written addendum issued by the County The County will not be responsible for any other explanations or interpretations. AWARD:Award will be made to the vendor(s)offering the services deemed to be to the best advantage of the County.The County shall be the sole judge in making such determination.The County reserves the right to make multiple awards. RIGHT TO REJECT BIDS:The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. G:\RFQ\425-3701 MODUlAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC nes-CampbellCo.,Inc. QUOTATION NO.425-3701 Page 4 ISSUING AGENT:This Request for Quotation (RFQ)is being issued by the County of Fresno,Purchasing Division.Unless otherwise directed,all communications and inquiries regarding this RFQ should be referred to Cathi J.Peters of the Purchasing Division,(559)456-7110. Bidders are specifically directed not to contact any other County personnel for meetings,conferences or technical discussions related to the RFQ. NUMBER OF COPIES:Submit one (1)original and two (2)copies of your quotation no later than the quotation closing date and time as stated on the front of this document to the County of Fresno Purchasing Division.Each copy to be identical to the original, including all supporting documentation (Le.literature,brochures,reports,schedules etc.).The cover page of each quotation is to be appropriately marked "Original"or "Copy". FIRM QUOTATION:For the purpose of award all quotations shall remain firm for at least one hundred eighty (180)days.The anticipated effective date of any contracts resulting form this Request for Quotation will be December 1,2002. TAXES:The quoted amount must include all applicable taxes.If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted. SALES TAX:Fresno County pays California State Sales Tax in the amount of 7.875% regardless of vendor's place of doing business. MINOR DEVIATIONS:The County reserves the right to negotiate minor deviations from the prescribed terms,conditions and requirements with the selected vendor. QUOTATION REJECTION:Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. BIDDERS'LIABILITIES:County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY:The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation,whether or not they are provided directly.Further,the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters,including payment of any and all charges resulting from the contract.The contractor may not subcontract or transfer the contract,or any right or obligation arising out of the contract,without first having obtained the express written consent of the County. CONFIDENTIALITY:Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC -U-n-------- es-CampbellCo.,Inc. QUOTATION NO.425-3701 Page 5 NEWS RELEASE:Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW:The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information,contractual and business associations and practices,employment histories and reputation in the business community.By submitting a quotationlbid to the County,the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. EXCEPTIONS:Identify with explanation,any terms,conditions,specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. ADDENDA:In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. SUBCONTRACTORS:If a subcontractor is proposed,complete identification of the subcontractor and his tasks shall be provided.The primary contractor is not relieved of any responsibility by virtue of using a subcontractor. CONFLICT OF INTEREST:The County shall not contract with,and shall reject any bid or quotation submitted by the persons or entities specified below,unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1.Employees of the County or public agencies for which the Board of Supervisors is the governing body 2.Profit-making firms or businesses in which employees described in Subsection (1) serve as officers,principals,partners or major shareholders. 3.Persons who,within the immediately preceding twelve (12)months,came within the provisions of Subsection (1),and who were employees in positions of substantial responsibility in the area of service to be performed by the contract,or participated in any way in developing the contract or its service specifications. 4.Profit-making firms or businesses in which the former employees described in Subsection (3)serve as officers,principals,partners or major shareholders. 5.No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ,or any competing RFQ,and no spouse or economic dependent of such employee,shall be employees in any capacity by a bidder,or have any other direct or indirect financial interest in the selection of a contractor. G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC Tones-Campbell Co.,Inc. QUOTATION NO.425-3701 Page 6 INVOICING:All invoices are to be mailed in duplicate to County of Fresno GS-Central Warehouse,4525 E.Hamilton,Fresno,CA 93702 in accordance with invoicing instructions included in each order referencing the Agreement.The Agreement! Requisition number must appear on all shipping documents.Invoice terms shall be Net 45 days. PAYMENT:Upon satisfactory completion of each project,payment will be made in full. CONTRACT TERM:It is County's intent to contract with the successful bidder for a term of one (1)year with the option to renew for two (2)additional one (1)year periods. PRICES:Bidder agrees that prices quoted are maximum for the contract period,and in the event of a price decline such lower prices shall be extended to the County of Fresno.Quotations are to be F.O.B.Destination. QUANTITIES:The County guarantees no minimum amount.The County reserves the right to increase or decrease quantities. SPECIFICATIONS:No exceptions to or deviations from the specifications will be considered unless the bidder,in the designated places specifically states each exception or deviation.If no exceptions or deviations are shown the bidder will be required to furnish the services and products exactly as specified herein.The burden of proof compliance with this specification is the responsibility of the bidder. LITERATURE:Bidders shall submit literature,which fully describes the items on which you are bidding,not later than the closing date of this bid.Any and all literature must be stamped with bidders name and address. GUARANTEE AGAINST DEFECTS:_AII items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. ORDERING:All orders will be placed through the County of Fresno Central Warehouse and must be approved by an authorized Buyer.A list of authorized Buyers will be provided to the successful bidder(s). INDEPENDENT CONTRACTOR:In performance of the work,duties,and obligations assumed by Contractor under any ensuing Agreement,it is mutually understood and agreed that CONTRACTOR,including any and all of Contractor's officers,agents,and employees will at all times be acting and performing as an independent contractor,and shall act in an independent capacity and not as an officer,agent,servant,employee, joint venturer,partner,or associate of the COUNTY.Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function.However,County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance'with the terms and conditions thereof.Contractor and County G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION),DOC ------------------- Tones-Campbell Co.,Inc. QUOTATION NO.425-3701 Page 7 shall comply with all applicable provisions of law and the rules and regulations,if any,of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor,Contractor shall have absolutely no right to employment}ights a~d benefits available to County employees.Contractor shall be solely liable and responsible for providing to,or on behalf of,its employees all legally-required employee benefits.In addition,Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees,including compliance with Social Security,withholding,and all other regulations governing such matters.It is acknowledged that during the term of the Agreement,Contractor may be providing services to others unrelated to the County or to the Agreement. HOLD HARMLESS CLAUSE:Contractor shall hold the County,its officers and employees,harmless and indemnify and defend the County,its officers and employees, against the payment of any and all costs and expenses,claims,suits,and liability resulting from or arising out of or in any way connected with any negligent or wrongful acts or omissions of contractor,its officers and employees,or failing to perform any work,services,or functions provided for or referred to or in any way connected with any work,services or functions to be performed under this agreement. INSURANCE:The contractor must provide the following insurance for the contract term.Proof of such insurance policies must be submitted to the County's Purchasing Manager prior to the agreement's commencement date. 1.Comprehensive General Liability insurance with limits of not less than five hundred thousand dollars ($,500,000.00)per occurrence and with not less than a one million dollar ($1,000,000.00)annual aggregate.County shall be named as additional insured on such policy. 2.Automotive Public Liability Insurance with limits of not less than one hundred thousand d~lars ($1000,000.00)per occurrence and not less than three hundred thousand dollars ($300,000.00)annual aggregate for bodily injury and not less than fifty thousand dollars ($50,000.00)Property Damage Insurance. 3.Workers compensation insurance as required by law. Such insurance shall not be cancelled or changed without thirty (30)days advance written notice. PERFORMANCE BOND:The successful bidders may be required to furnish a faithful performance bond. DISPUTE RESOLUTION:The ensuing contract shall be governed by the laws of the state of California. G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC Tones-Campbell Co.,Inc. QUOTATION NO.425-3701 Page 8 Any claim which cannot be amicably settled without court action will be litigated in the U.S.District Court for the Eastern District of California in Fresno,CA or in a state court for Fresno County. TERMINATION:The County reserves the right to terminate any resulting contract upon written notice. DEFAULT:In case of default by the selected bidder,the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder,or by any other legal means available to the County. ASSIGNMENTS:The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES:Any contract awarded under this RFQ must be carried out in full compliance with Title VI of the Civil Rights Act of 1964.The contractor must guarantee that services provided will be performed in compliance with all applicable state or federal laws and regulations pertinent to this project.The contractor may be required to provide evidence substantiating that staff member(s)have the necessary skill to perform the required services. AUDITS AND INSPECTIONS:The Contractor shall at any time during business hours, and as often as the County may deem necessary,make available to the County for examination all of its records and data and respect to the matters covered by this Agreement.The Contractor shall,upon request by the County,permit the County to audit and inspect all of such records and data necessary to ensure Contractor's compliance with the terms of this Agreement. If this Agreement exceeds Ten Thousand and No/100 dollars ($10,000.00),Contractor shall be subject to the examination and audit of the Auditor General for a period of three (3)years after final payment under contract (Government Code Section 10532). VENDOR TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group.This group consists of Fresno,Kern,Kings,and Tulare Counties and all governmental,tax supported agencies within these counties. Whenever possible,these agencies co-op (piggyback)on contp3cts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity,will make purchases in their own name,make payment directly to the contractor,be liable to the contractor and vice G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC J0~es-Campbell Co..Inc. QUOTATION NO.425-3701 Page 9 versa,per the terms of the original contract,all the while holding the County of Fresno harmless.If awarded this contract,please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. (X ),Yes,we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group. )~,we W . ill not extend contra_ctterms to any agency other than the County ~f Fresn~>,»~// -</~~.t</"J President TITLE' G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC Tones-Campbell Co.,Inc. QUOTA TION NO.425-3701 Page 10 Vendor must comclete and return with Reauest for Quotation. Firm:Jones-Campbell Co.,Inc. REFERENCE LIST The bidder shall subm'lt a list of at least five (5)customer references.Such references shall be customers for whom the vendor has recently performed similar services. Bidder to Complete: Reference Name:Napa County City:Napa Contact:Andrew Carey Phone No.:(707)7')1-4117 Date and Service Provided:Modular and other furniture ~~~~~p~p~~~~~~p~p~p~~p~~p~~p~p~p~p~p~~~~p~~~~p~p~p~p~p~p~p~p~p~p~p p~~~~~p~~~p~~~~p~~~p~~~p~~~p~p~p~~~~~p~~~p~p~p~~p~p~~~p~ Reference Name:Glendale USD City:Glendale Contact:Patrick Kennedy Phone No.:(R1R)741-1111 pxt 470 Date and Service Provided:Modular and other furniture ~~p~~~p~~~p~~~~~p~~~~~p~~~~~p~p~~~p~~~p~~~~~~~p~p~~p~p~p p~~~~~~~~~~~~~~~~~~~~~p~~~~p~~p~~~p~~~~p~~~p~~~p~p~ Reference Name:Sequoia Union HSD City:Redwood City Contact:Marti Martinez Phone No.:(650)369-1411 ext 2310 Date and Service Provided:Modular and other furniture ~p~p~p~~p~~p~~~p~p~~p~p~p~~p~p~p~p~p~~p~p~~~p~p~p~p~~p~p~p~p~p~p~p~p~p~p~p p~~p~~~~~p~p~~~p~~~~~~~~~~p~~~~~~p~p~~p~~p~~p~p~p~~p~~p~~ Reference Name:Victor Valley UHSD City: Phone No.: Victorville Contact:Phillip Ethridge Date and Service Provided:Modular furniture (760)955-3200 ext 216 )O()OOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO( Reference Name:Evergreen School District City:San Jose Contact:S::!nc1y Timpnp7 Phone No.:(408)270-6853 Date and Service Provided:Modular and other furniture ~~~~~p~~p~p~p~~~~p~p~~~~~p~~p~~~p~~~~~~~~p~p~p~p~~p~~~~p~p~pp~~~~~~~~~p~~tI~~~~~~~~~~~~~~~~~~~p~~~~~p~~~~~~~ FAILURE TO PROVIDE A LIST OF A T LEAST FIVE (5)CUSTOMERS MA Y BE CAUSE FOR REJECTION OF THIS RFQ. GIRFQ\425-3701 MODULARFUNITURESYSTEMS(PURCHASE-INSTAlLA TION).DOC Jop~~-Campbell Co.,Inc. QUOTATION NO.425-3701 Page 11 SPECIFICA TIONS 1.PRODUCT A.All materials shall be new and of merchantable grade,free from defects. B.Contractor shall notify the County in writing of proposed changes related to additions or deletions from product line,new products and material,finish or fabric changes. C.All panels and components,electrical and fabric shall be unconditionally guaranteed against faulty materials and workmanship for a minimum of ten (10)years after the system has been installed.Panels,components and parts shall be repaired or replaced within ten (10)working days of notification,at no cost,including freight to the County.Normal wear and tear will be exempt. INSTALLATIONJDELIVERY A.Provide all labor,materials (other than Modular Product)taxes,insurance, travel time,etc.as necessary to deliver and install all the ordered workstations,panels,components and hardware.All components must be set in place,completely assembled and functional as per contractor supplied installation drawings.A project may encompass multiple rooms and or areas. The County of Fresno will be responsible to make the rooms/areas ready and available to receive the product. B.The County of Fresno will assign a County Coordinator to each project.The Contractor will be required to coordinate all deliveries,installation schedules etc.with County Coordinator. C.If required,the Contractor shall have a pre-installation meeting with the County Coordinator. D.Normally,delivery and installation will be made at most locations Monday through Friday between 8:00 A.M.and 5:00 P.M.Off hour deliveryand installation during weekends,evenings and holidays may be required. E.Delivery and Installation shall be completed within sixty (60)days after receipt of order. F.All cartons,packing materials etc.are to be removed from the job site by contractor. 2. G.It is the Contractors responsibility to check bill of lading,verify orders,inspect for damage and reorder as necessary.When standard product is delivered damaged or incorrect product is shipped,the Contractor shall replace the product within ten (10)business days. H.The Contractor shall participate in a final walk-through inspection with the County Coordinator.The contractor is required to provide: I.Written checklist of deficient items. 2 Written list of incorrectly ordered/specified item and arrange for return of items for refund,credit or exchange.The Contractor shall be liable for restocking fee's if items are a result of their error in the order preparation G:\RFQ\425-3701MODULARFUNITURESYSTEMS(PURCHASE-INSTALLATION).DOC J ~s-Campbell Co.,Inc. QUOTATION NO.425-3701 Page 12 or installation process. 3.Written listof items in need of repair or replacement.If reconfiguration is required during initialinstallation due to Contractor error,all work associated with reconfiguration shall be responsibility of the contractor. 1.RECONFIGURING A.Reconfiguring services shall include the tear down,removal and reinstallation of existing furniture in either the same location,another location,or in storage (without reinstallation).This service shall be provided in conjunction with the purchase of a new system or without the purchase of a new system. B.The Contractor performing the reconfiguring service shall be an manufacturer authorized service company to reconfigure the panel system.This will ensure that the warranty will not be voided. 2.DESIGN I SPACE PLANNING A.Work with various County Departments to help in determining departmental needs by meeting with the end user to gather information and develop a space plan based on needs and economic constraints. Upon satisfaction and approval by end user a clear preliminary scope of work (including detailed plans,drawings,specifications)and associated costs. B.For furniture projects utilizing new product provide design layout, specifications and itemized list of product and final Quotation must include the following: 1.Quote Number /Contract Number 2.Complete Product Description,Product Number and Quantity. 3.County Ship to Address /Contact Person /Phone Number. 4.List Price of Product,Discounted Price,Extended,Applicable Percent Discount. 5.Installation-must include total number of hours (based on not to exceed) 6.Sample of acceptable format is attached. C.For reconfigure projects utilizing any existing product,provide design layout, specifications,detailed product list of existing product to be used,itemized list of new product and final quotation.Quotation must include the same information as listed above in "B". D.Spacing planning services will be billed to the County on a project by project basis.Vendor will be required to provide a detailed billing of space planning costs upon acceptance of drawing and itemized product list.Costs to inclupe space planning services,drafting,follow up meetings,revisions,final layouts, specification,copies etc. E.If a vendor is awarded a project utilizing all new product,the design fee shall be waived. .~ G:\RFQ\425-37D1 MODUIJ\R FUN/TURE SYSTEMS (PURCHASE-INSTALIJ\TION).DOC Jr~es-Campbell Co.,Inc. QUOTATION NO.425-3701 Page 13 BIDDER QUESTIONNAIRE 1.List manufactures represented.and number of years. Allsteel-15 plus years 2.Number of employees experienced in installation,design and reconfiguration of modular furnishings 10 .List names,Length of Experience. Install in Fresno will be handled by Superior Installations,Glen Spitzer. Five le;:!dpeople lInder his employ have 10 years experience on average. 3.Does your firm have the capability to take delivery of product and/or store product until the County is ready for installation?Describe Yes.If Storage is longer than 30 days,storage costs would apply. 4.Describe any charges associated with storage,delivery etc. Charges for storage associated with longer storage periods is $1.15 per square foot used,per month. 5.Does your firm offer a buy back/trade-in program?Describe ~ 6.Does your firm offer a refurbishing program?Describe Yes.Refabricating panels,painting and cutting down worksurfaces.Major refllrh;~h;ng for ",nt-ir",tJork ::on"::oc:ic:o11t-c:id",of core competencies Jone~~ampbell Co.,Inc. QUOTATION NO.425-3701 Page 14 7.Can your firm supply plans on a computer disk to the County Architect as required for space planningcoordinationof HVACand electricalrequirements?~ 8.Describe any Rush and/or,Quick Shipment Program when a Department needs an expedited delivery. Allsreel hRS mRny items on quick ship,limitations on colors and SKU's a£E1y .The charge for Quick ship is 3%of list. 9.Describe any Ergonomic Programs your firm offers (i.e.ergonomic evaluation of existing workplace,environment,education and training program,etc.) S~lps ppoplp gpr prgonom;~training from a variety of ergonomic suppliers and welcome the opportunity to consult end users. 10.Provide detail of how much time spent on space planning services will be recorded (i.e.log sheet showing date,hour etc.) Detail on space planning will be provided as required. G:\RFQI425-3701MODULARFUNITURESYSTEMS{PURCHASE-INSTALLATION).DOC County of __~...~,1/?< .~L.JIII ~i;;oi'".-nl;;~.-.:i~~ QUOTATION SCHEDULE SEND ORIGINAL OF QUOTATION TO COUNTY PURCHASING DIVISION. MAKE A COpy FOR YOUR FILE. QUOTATION NO.425-3701 COMPANY:Jones-CampbellCo.,Inc.PAGE 15 F.O.B.POINT SHALL BE DESTINATION OR FREIGHT CHARGES MUST BE STATED IN QUOTATION. UNIT PRICEITEMDESCRIPTIONQTYUNIT EXTENDED PRICE BRAND NAME TRADE # A.MODULAR FURNITURE SYSTEMS Bidders are instructed to indicate modular furniture manufacturers represented and subsequent price discount.Successful bidder(s) will be required to provide manufacturers price list.Indicate any additional discount for volume purchases. Manufacturer %Discount Allsteel Concensys Allsteel Terrace Per~gn2 Full Frgnt ~ln~~t 1.t~r~1~ Persona Pedestal &Ped Accessories Tr~or~r ~~~r;TIg ~Arm~ 1Il9 Seating Tnll~~nn Fypr ,T~~k ~~;np ~p~r;TIg Marbles &Tables 61% 55% .6ll.. 55% 5.2 5Z 42% .5.5Z 60% Allsteel Concensys 63.5%&Allsteel Terrace 57.75%for Projects greater than $300,000.00 1'1 ,;".-1_,;-I ..l.A~_.l All other items not specifically mentioned above at 50.5%discount. Performance and material bonds available upon request-Add 3%to project cost. B.INSTAllATION:All labor,materials (other than modular product)taxes,insurance,travel time,etc.as necessary to complete the project. Installation Rate (Monday-Friday 8:00 A.M.-5:00 P.M.) Installation Rate (After Hours,Weekends,Evenings) $37.SO $5..6 D.O per man hour. per man hour. 1.BIDDERS ARE TO ENTER THEIR FIRM NAME ON ALL PAGES. 2.BIDDERS MUST INDICATETHE BRAND NAME AND TRADE NUMBERSOF ALL ITEMSTHEY ARE QUOTlNG.IF NOT INDICATEDIT WILL BE ASSUMED BIDDER IS QUOTING AS SPECIFIED. 3.THE COUNTY OF FRESNO IS SUBJECT TO SALESA.JSETAX.BIDDERSARE TO INDICATETAX IN SPACEPROVIDEDON THIS FORM,IF APPLICABLE. 4.CASH DISCOUNTS OF LESS THAN 15 DAYS WILL BE CONSIDERED AS NET IN EVALUATING THIS QUOTATION. 5.PRICES SHALL BE FIRM FOR 60 DAYS UNLESS OTHERWISE STATED. PD-11 (3/97)G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTAlLATION).DOC 7.875%TAX 7.875% ATTENTION BIDDER -IMPORTANT TOTAL County of I!!B~...~\I/~rn~~;;j~" QUOTATION SCHEDULE SEND ORIGINAL OF QUOTATION TO COUNTY PURCHASING DIVISION. MAKE A COpy FOR YOUR FILE. QUOTATION NO.425-3701 COMPANY:Jones-C~mpbell Co..Inc.PAGE 16 F.O.B.POINT SHALL BE DESTINATION OR FREIGHT CHARGES MUST BE STATED IN QUOTATION. ITEM DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE BRAND NAME TRADE # C.RECONFIGURA TION All labor,materials (other than modular product),insurances, travel time,taxes,etc as necessary for reconfiguration, including the tear down,removal and reinstallation of existing furniture in either same or new location.This service mayor may not be provided in conjunction with the purchase of new modular systems. Reconfiguration Rate (Monday-Friday8:00 A.M.-5:00 P.M.) Reconfiguration Rate (After Hours,Weekends,Evenings.) $37.50 $.5.fL..illl per man hour. per man hour. D.DESIGN/SPACE PLANNING Preliminary Meeting to develop the scope of work and requirements. Reconfiguration Planning Services only (No new product) Installation Drawing and Specifications Reconfiguration Planning Services only (with new product) NOTE:IF A VENDOR IS AWARDED A PROJECT UTILIZING ALL NEW PRODUCT,THE DESIGN FEE SHALL BE WAIVED. ALTERNATE COST PROPOSAL FOR SPACE PLANNING SERVICES: Bidders may submit an alternate cost for space planning(i.e.percentage of list price) 1.BIDDERS ARE TO ENTER THEIR FIRM NAME ON ALL PAGES. 2.BIDDERS MUST INDICATETHE BRAND NAMEAND TRADE NUMBERS OF ALL ITEMS THEY ARE QUOTING.IF NOT INDICATEDIT WILL BE ASSUMED BIDDER IS QUOTING AS SPECIFIED. 3.THE COUN1Y OF FRESNO IS SUBJECTTO SAlESIUSE TAX.BIDDERSARE TO INDICATETAX IN SPACE PROVIDEDON THIS FORM,IF APPLICABLE. 4.CASH DISCOUNTS OF LESS THAN 15 DAYS WILL BE CONSIDERED AS NET IN EVALUATING THIS QUOTATION. 5.PRICES SHALL BE FIRM FOR 60 DAYS UNLESS OTHERWISE STATED. PO-"(3/97)G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC $none per hour $37.50 per hour $37.50 per hour $37.50 per hour 7.875%TAX 7.875% ATTENTION BIDDER -IMPORTANT TOTAL County of ~e~u.:,,\I/~.-n!E~\1 QUOTATION SCHEDULE SEND ORIGINAL OF QUOTATION TO COUNTY PURCHASING DIVISION. MAKE A COpy FOR YOUR FILE. QUOTATION NO.425-3701 COMPANY:.T()np!';-r.~mphp 11 Co..Inc.PAGE 17 F.O.B.POINT SHALL BE DESTINATION OR FREIGHT CHARGES MUST BE STATED IN QUOTATION. ITEM DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE BRAND NAME TRADE# E.ADDITIONAL SERVICES:List any additional services available (i.e.fabric cleaning,work surface cutting,refurbishment maintenance program,etc.) and associated costs. 1)Fabric cleaning will be quoted on a per job basis. 2)Refabricing of existing will be quoted at the usual hourly rate plus materials. 3)Worksurface cutting performed at the normal hourly rate. 1.BIDDERS ARE TO ENTER THEIR FIRM NAME ON ALL PAGES. 2.BIDDERS MUST INDICATE THE BRAND NAME AND TRADE NUMBERS OF ALL ITEMS THEY ARE QUOTING IF NOT INDICATED ITWILL BE ASSUMED BIDDER IS QUOTING AS SPECIFIED. 3.THE COUNTYOFFRESNOISSUBJECTTOSALESIUSETAX.BIDDERSARETOINDICATETAXINSPACEPROVIDEDONTHISFORM,IFAPPLICABLE. 4.CASH DISCOUNTS OF LESS THAN 15 DAYS WILL BE CONSIDERED AS NET IN EVALUATING THIS QUOTATION. 5.PRICES SHALL BE FIRM FOR 60 DAYS UNLESS OTHERWISE STATED. PD-11 (3/97)G:\RFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC 7.875%TAX 7.875% ATTENTION BIDDER -IMPORTANT TOTAL QUOTATION NO.425-3701 Tones-CampbellCo.,Inc. Page 18 SAMPLE FORMAT THE FOllOWING IS A SAMPLE FORMAT ONLY All FINAL QUOTATIONS MUST INCLUDE: .Quote Number/Contract Number .Complete Product Description,Product Number,Fabric,Color and Quantity. .Complete Ship to Address/Contact Person/Phone Number .List Price of Product,Applicable Percent Discount,Discounted Price, Extended .Installation-must include total number of hours (based on not to exceed) G:iRFQ\425-3701 MODULAR FUNITURE SYSTEMS (PURCHASE-INSTALLATION).DOC Materials List Quote:FC001 Contract # PO #SAMPLE QUOTE Customer: County of Fresno -Purchasing 4525 East Hamilton Fresno CA 93702 (559)456-7110 PRODUCT DISCOUNT:% Jr -es-Campbell Co.,Inc. Ship To: Fresno County Computer Services -ITSD Aquisition 2408 N.Fine St. Fresno CA 93727 Contact Person: Phone Number i~~-}#k~~~4}1Xi.~~01{:!-I~;~tntl~:~~~"~J%\*;2Z1i~~~~f:;;;~~~~i~!f~~~!{;~WSk~~1£tl¥~i~I~~,;gi~i~~~fg~~~~~ 3 801056W 2 801156W 1 801256W Straight Connector Kit 56H Low Profile W oed Top Cap Fabric Selection $(2)GRADE:Fabric Grade 2 .PP FABRIC:Pavillion 33 COLOR:Cafe Select Paint Color .P02 PAINT:Flint Top Cap Veneer Selection .N TOPCAP:Mahogany Ell Connector Kit 56H Low Profile Wood Top Cap Fabric Selection $(2)GRADE:Fabric Grade 2 .PP FABRIC:Pavillion 33 COLOR:Cafe Select Paint Color .P02 PAINT:Flint Top Cap Veneer Selection .N TOPCAP:Mahogany Tee Connector Kit 56H Low Profile W ood Top Cap Fabric Selection $(2)GRADE:Fabric Grade 2 .PP FABRIC:Pavillion 33 COLOR:Cafe Select Paint Color .P02 PAINT:Flint Top Cap Veneer Selection .N TOPCAP:Mahogany 1 801556W Panel Mount To Wall Kit 56H Low Profile W ood Top Cap 2 801956W Fabric Selection $(2)GRADE:Fabric Grade 2 .PP FABRIC:Pavillion 33 COLOR:Cafe Select Paint Color .P02.PAINT:Flint Top Cap Veneer Selection .N TOPCAP:Mahogany Panel End Cover-Wood 56H Low Profile Wood Top Cap 2 832401A Select Paint Color .P02 PAINT:Flint Top Cap Veneer Selection .N TOPCAP:Mahogany T -Mold Edge Comer Worksurface 240 36W 4 832448A LAMINATE SELECTION .N LAM:Mahogany Select T -Mold/Grommet Color .E9 T-MOLD/GROMMET:Flint T-Mold Edge Worksurface 240 48W 5 895636W LAMINATE SELECTION .N LAM:Mahogany Select T -Mold/Grommet Color .E9 T-MOLD/GROMMET:Flint Acoustical Panel 56H x 36W Low Profile W ood Top Cap Fabric Selection $(2)GRADE:Fabric Grade 2 .PP FABRIC:Pavillion 33 COLOR:Cafe Select Paint Color .P02 PAINT:Flint Top Cap Veneer Selection .N TOPCAP:Mahogany -Jones-Campbell Co.,Inc. 3 395648W Acoustical Panel 56H x 48W Low Profile Wood Top Cap 2 AKPZ Fabric Selection $(2)GRADE:Fabric Grade 2 .PP FABRIC:Pavillion 33 COLOR:Cafe Select Paint Color .P02 PAINT:Flint Top Cap Veneer Selection .N TOPCAP:Mahogany "SAMBA'Articulating/Swiveling Keyboard Platform 2 CSDC19 Metal Center Drawer w/Lock 19Wx14-3/4Dx3"H 4 CSL29 Select Paint Color .P02 PAINT:Flint Support Leg 240 29-1/2H 2 L T91831 Select Paint Color .P02 PAINT:Flint 9000 Lateral File 3 Drawer 39-1/8H 36W 2 LT9185-36 Select Paint Color .P02 PAINT:Flint LOCK TYPE OPTIONS .STO Standard Random-Keyed 36"Wx18"D Radius Edge Laminate Top 2 PM187-233B LAMINATE SELECTION .N LAM:Mahogany 10000 Series Mobile Pedestal Box/Box/File 220 x 28H 4 T624CB Select Paint Color .P02 PAINT:Flint LOCK TYPE OPTIONS .STO Standard Random Keyed Universal Cantilever Bracket Select Paint Color .P02 PAINT:Flint 1 XX -INSTALLATION Installation not to exceed 13 hours JOnes-Campbell Co.,Inc. Total: Discount: .DiscountedTotal: Delivery &Install: Sales Tax: Project Total: