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: