901032 rfq highland hospital clinical furniture · web viewbidders shall not modify bid form(s) or...

107
**IMPORTANT NOTICE** The format of this RFQ has been simplified. Only the following pages require signatures: 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet a. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting to a SLEB

Upload: others

Post on 01-Jan-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

**IMPORTANT NOTICE**

The format of this RFQ has been simplified. Only the following pages require signatures:

1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance pagea. Must be signed by Bidder

2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheeta. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting

to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date.

Page 2: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901030

for

Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

For complete information regarding this project, see RFQ posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or

contact the County representative listed below. Thank you for your interest!

Contact Person: Kai Moore, Contracts Specialist II

Phone Number: (510) 208-4882

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

February 7, 2013at

Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

1401 Lakeside Drive, Suite 907 Oakland, CA 94612Phone: 510-208-9600 Website: http://www.acgov.org/gsa/departments/purchasing/

I:\PURCHASING\Contracting Opportunities\Purchasing\Highland Hospital - Office Furniture (Workstations)\RFQ_HighlandHospitalOfficeFurn(Workstations).doc

Page 3: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901030SPECIFICATIONS, TERMS & CONDITIONS

forHighland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

TABLE OF CONTENTS

Page

I. STATEMENT OF WORKA. Intent...............................................................................................................................3B. Scope...............................................................................................................................3C. Vendor Qualifications......................................................................................................3D. Specific Requirements.....................................................................................................4E. Deliverables/Reports.......................................................................................................6

I. CALENDAR OF EVENTSF. Networking / Bidders Conferences..................................................................................8

III. COUNTY PROCEDURES, TERMS AND CONDITIONSG. Contract Evaluation and Assessment..............................................................................9H. Notice of Intent to Award................................................................................................9I. Term / Termination / Renewal......................................................................................10J. Brand Names and Approved Equivalents......................................................................10K. Quantities......................................................................................................................11L. Pricing............................................................................................................................11M. Award............................................................................................................................12N. Method of Ordering......................................................................................................13O. Warranty.......................................................................................................................14P. Invoicing........................................................................................................................14Q. Account Manager / Support Staff..................................................................................15R. General Requirements...................................................................................................15

IV. INSTRUCTIONS TO BIDDERSS. County Contacts............................................................................................................16T. Submittal of Bids............................................................................................................16U. Response Format...........................................................................................................19

ATTACHMENTS

Exhibit A – Bid Response PacketExhibit B – Insurance RequirementsExhibit C – Vendor ListExhibit D – Floor Plan Reference Drawings for Design Services

Page 4: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe the Office Furniture (Workstations) required for the Phase 1, Satellite Building, as part of the Highland Hospital Acute Tower Replacement (ATR) Project.

The County intends to award a two-year contract (with option to renew) to the bidder(s) selected as the lowest responsible bidder whose response meets the County’s requirements.

It is the intent of these specifications, terms and conditions to procure the most environmentally preferable products with equivalent or higher performance and at equal or lower cost than traditional products. Specific requirements from the County’s Sustainability Program that are related to this Bid are included in the appropriate Bid sections.

B. SCOPE

The County of Alameda is currently underway with the ATR Project, located in Oakland, California. This new facility will function as a specialty and same day care clinic with administrative offices, as part of the existing medical center campus. The clinic building occupancy is an Office of Statewide Health Planning and Development “OSHPD 3” designated facility. The specified furniture was selected upon the Basis of Design (BOD) of the project’s program and requirements. These specifications are intended to establish the quality, design and dimensional requirements stipulated by the BOD

C. VENDOR QUALIFICATIONS

1. Vendor Minimum Qualifications

a. Bidder shall be regularly and continuously engaged in the business of providing furniture, fixtures and equipment for at least three (3) years.

b. Bidder shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFQ.

c. Bidder must be an authorized furniture manufacturer or dealer.

RFQ No. 901030Page 3

Page 5: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

d. Bidder must be able to provide goods and services listed herein.

e. Bidder must authorize the transfer of the manufacturer’s warranty from the County (as purchaser of the furniture) to the Alameda County Medical Center (operator of the facility) without voiding the warranty; the warranty shall start on the date of operation of the facility.

f. Bidder must have the ability to comply with the federal Davis-Bacon Act if necessary due to any vendor installation and/or assembly of furniture.

D. SPECIFIC REQUIREMENTS

1. Please refer to Exhibit A, Bid Form 2 for the complete list of furniture, fixtures, and equipment specified in this RFQ. Furniture will be provided as described or approved equivalent. Please see brand names or approved equivalents, Section J.

2. Upon contract, contractor will receive current construction document floor plans to confirm furniture locations and quantities for the order. See Section E – DELIVERABLES/REPORTS. Refer to Exhibit A Bid Form 2 for furniture quantities.

3. For quality assurance, the following requirements shall apply:

a. Complete Equipment/Systems – Items or accessories that are not included in the specifications, but are essential to the proper use of the product, shall be supplied by the Vendor. The Contractor shall provide all necessary product components and accessories.

b. Code Compliance – All Office Furniture (Workstations) supplied shall comply with the State of California seismic bracing codes and requirements, and as required, seismic anchorage shall be provided by the Vendor.

4. Delivery of Furniture – Shall be specially arranged with the Contractor by the County’s General Services Agency (GSA).

a. Shipping – Contractor shall have goods shipped to its warehouse, prior to delivery and installation.

RFQ No. 901030Page 4

Page 6: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

(1) Delivery shall be made to the Highland Hospital ATR Project, 1411 East 31st Street, Oakland, CA 94602.

(2) All deliveries must include a packing list. A manifest (or bill of materials for the order) must be included if the packing list does not show itemized contents. Contractor shall contact the County contact (to be named in contract) 48 hours in advance of the delivery date.

(3) The ongoing construction and the delivery of equipment for this project require extensive coordination for use of the streets to access the site, receiving dock, parking areas, and elevators. The awarded contractor will be required to cooperate fully with the County in this coordination.

(4) The County will provide the contractor site access for truck access. All trucks must have hydraulic lift gates and any specialized unloading equipment required. Box-trucks are preferred and can easily access an on-site destination for unloading. Semi-trucks are not able to directly access the site and receiving dock for this project.

(5) The Contractor shall supply rigging or specialized tools required for delivery and installation and any associated costs shall be stated as part of the delivery charge.

b. Schedule – The furniture, to be acquired under this RFQ, is for use in a new hospital facility, currently under construction, on an existing site. Therefore, the delivery date for the furniture will be closely coordinated by the County with the vendor.

(1) The anticipated timeline for delivery is March 20-22, 2013.

(2) The Contractor shall confirm and coordinate the specific delivery date and location with the County, preferably within five (5) to seven (7) days prior to delivery.

c. The County may request a change in the delivery date from the anticipated schedule. The County may also schedule different delivery dates/times for specific items. The Contractor will be required to indicate

RFQ No. 901030Page 5

Page 7: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

the necessary lead time, and the effects of schedule changes, if required, in the Contract.

d. Rules and Regulations – Contractor (including its representatives and personnel) shall comply with all the on-site safety requirements of the project and the safety (prior to building operation) and infection control requirements of Highland Hospital (when building is operating with staff and patients). Specific safety and infection control requirements and compliance documents will be provided to the contractor at start of contract.

E. DELIVERABLES / REPORTS

1. Design Services

a. Contractor shall provide furniture location plan(s) for all furniture which shall be provided for installation coordination by the contractor and the County. The Project’s contract documents are in Revit software format, therefore, the contractor will be required to generate furniture location plans for the following areas and rooms, (see Exhibit D for drawings):

Drawing Sheet/Name Room Numbers MB-A2.9.1 Enlarged Floor Plan – Level 3.1 S-3611 Assistant S-C3800A –

Workstations S-3802 CEO Office S-3808 COO Office S-3812, S-3816, S-3818, S-3822 S-3805, S-3807, S-38 09 Exec Office S-3803, S3814 Exec Office S-3801 Hoteling OfficeS3803 Resident Office

MB-A2.9.2 Enlarged Floor Plan – Level 3.2 S-3402 Workstations S-3403, S-3405, S-3407 Office S-3409 Unassigned S-3369, S3375 Office S-3522 Manager Office

MB-A2.9.3 Enlarged Floor Plan – Level 3.3 S-3516 Workstations Info ClerkS-3518 WorkstationsS-3522 Office

MB-A2.10.2 Enlarged Floor Plan – Level 4.2 S-4448 Manager office MB-A2.11.1 Enlarged Floor Plan - Level 5.1 S-5431 Nurse Manager

RFQ No. 901030Page 6

Page 8: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

S-5429 Infusion Workflow ClericalMB-A2.11.2 Enlarged Floor Plan – Level 5.2 S-5608 Office Manager

S-5312 E.P. Manager OfficeS-5314 Chief Physician Office S-5602 GI Physician Office S-5612 Nurse Manager

MB-A2.11.3 Enlarged Floor Plan – Level 5.3 S-5202 Financial Counselor Office

b. Contractor shall provide a complete furniture list, which coordinates with the furniture location plan(s) as required, and shall be used for confirmation of furniture quantities, including necessary parts and accessories that may not be listed in Exhibit A, for approval by the County.

c. Contractor shall securely attach a manufacturer’s bar code identification tag on all furniture pieces at a not immediately visible location, but one that can be found to identify the piece of furniture. Contractor shall provide an inventory database (Excel format) of the furniture with barcode and make/model number/specification information for use by the County, which may be referenced for warranty, maintenance replacement purposes, or future new orders.

d. Contractor shall provide final furniture location plan(s), furniture list, and bar code/inventory list, in the format of three (3) 11”x17”paper hard copies and three (3) CD’s, upon County’s acceptance of satisfactory installation of furniture.

2. Delivery and Installation

a. Schedule: The Contractor shall confirm lead time and delivery schedule to the County at the time of purchase order.

b. Contractor shall deliver and install all furniture (fixed and movable) to its final location.

3. Operations and Maintenance Manuals: Contractor shall supply three (3) electronic and three (3) hard copies of all required documentation and operation materials upon delivery.

4. Warranty: Contractor shall supply electronic and hard copies of all manufacturers’ warranty certificates and information.

RFQ No. 901030Page 7

Page 9: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued December 17, 2012Written Questions Due by 5:00 p.m. on January 4, 2013

Networking/Bidders Conference #1 January 3, 2013 @ 10:00 a.m.

at: Fremont Public LibraryFukaya Room A 2400 Stevenson BoulevardFremont, CA 94538

Networking/Bidders Conference #2 January 4, 2013 @ 2:00 p.m.

at: General Services Agency 1401 Lakeside Drive Conference Room 1107 Oakland, CA 94612

Addendum Issued January 24, 2013Response Due February 7, 2013 by 2:00 p.m.Evaluation Period February 7-28, 2013GSA Award Date March 1, 2013Contract Start Date March 1, 2013

Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

Networking/bidders conferences will be held to:

1. Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFQ.

2. Provide an opportunity for bidders to ask specific questions about the project and request RFQ clarification.

3. Provide the County with an opportunity to receive feedback regarding the project and RFQ.

All questions will be addressed, and the list of attendees will be included, in an RFQ Addendum following the networking/bidders conferences.

Potential bidders are strongly encouraged to attend networking/bidders conferences in order to further facilitate subcontracting relationships. Vendors who attend a

RFQ No. 901030Page 8

Page 10: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. CONTRACT EVALUATION AND ASSESSMENT

During the initial sixty (60) day period of any contract, which may be awarded to Contractor, persons designated by the County will meet with the Contractor to evaluate the furniture and installation and to identify any issues or potential problems.

The County reserves the right to determine, at its sole discretion, whether:

1. Contractor has complied with all terms of this RFQ; and

2. Any problems or potential problems with the proposed furniture and installation were evidenced which make it unlikely (even with possible modifications) that such proposed furniture and installation have met the County requirements.

3. If, as a result of such determination, the County concludes that it is not satisfied with Contractor, Contractor’s performance under any awarded contract and/or Contractor’s goods and/or services as contracted for therein, the Contractor will be notified of contract termination effective forty-five (45) days following notice. Contractor shall be responsible for the removal of furniture and shall return County facilities to their pre-installation state at no charge to the County. The County will have the right to invite the next highest ranked bidder to enter into a contract. The County also reserves the right to re-bid this project if it is determined to be in its best interest to do so

B. NOTICE OF INTENT TO AWARD

1. At the conclusion of the RFQ response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail or fax, and certified mail, of the contract award recommendation, if any, by GSA – Purchasing. The document providing this notification is the Notice of Intent to Award.

The Notice of Intent to Award will provide the following information:

RFQ No. 901030Page 9

Page 11: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

2. At the conclusion of the RFQ process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror’s bid.

a. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder.

b. Debriefing may include review of successful bidder’s proposal with redactions as appropriate.

3. The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract by GSA.

C. TERM / TERMINATION / RENEWAL

1. The term of the contract, which may be awarded pursuant to this RFQ, will be two (2) years.

2. By mutual agreement, any contract which may be awarded pursuant to this RFQError: Reference source not found, may be extended for two (2) additional one (1)-year terms at agreed prices with all other terms and conditions remaining the same.

D. BRAND NAMES AND APPROVED EQUIVALENTS

1. Any references to manufacturers, trade names, brand names and/or catalog numbers are intended to be descriptive, but not restrictive, unless otherwise stated, and are intended to indicate the quality level desired. Bidders may offer any equivalent product that meets or exceeds the specifications. Bids based on equivalent products must:

a. Clearly describe the alternate offered and indicate how it differs from the product specified; and

b. Include complete descriptive literature and/or specifications as proof that the proposed alternate will be equal to or better than the product named in this bid.

RFQ No. 901030Page 10

Page 12: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

2. The County reserves the right to be the sole judge of what is equal and acceptable and may require Bidder to provide additional information and/or samples.

3. If Bidder does not specify otherwise, it is understood that the referenced brand will be supplied.

E. QUANTITIES

The drawings included in Exhibit D are provided for reference location purposes only. The quantities listed are anticipated requirements and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

F. PRICING

1. Prices quoted shall be firm for the first twelve (12) months of any contract that may be awarded pursuant to this RFQ.

2. All pricing as quoted will remain firm for the term of any contract that may be awarded as a result of this RFQ.

3. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the County.

4. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included.

5. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term.

6. Taxes and freight charges:

a. The price(s) quoted shall be the total cost the County will pay for this project including Sales, Use, or other taxes, and all other charges.

b. No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any other purpose, except taxes legally payable by County, will be paid by the County unless expressly included and itemized in the bid.

c. Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is not required where the shipping papers show the consignee as Alameda

RFQ No. 901030Page 11

Page 13: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

County; as such papers may be accepted by the carrier as proof of the exempt character of the shipment.

d. Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will furnish an exemption certificate.

7. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

8. Price quotes shall include any and all payment incentives available to the County.

9. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

10. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages.

11. Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall pay to persons performing labor in and about Work provided for in Contract not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work in said locality, which per diem wages shall not be less than the stipulated rates contained in a schedule thereof which has been ascertained and determined by the Director of the State Department of Industrial Relations to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract.

G. AWARD

1. The award will be made to the lowest responsible bidder who meets the requirements of these specifications, terms and conditions.

2. Awards may also be made to the subsequent lowest responsible bidders who will be considered the Back-up Contractors and who will be called in ascending order of amount of their quotation..

3. Small and Emerging Locally Owned Business: The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County’s purchase of goods and services.

RFQ No. 901030Page 12

Page 14: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

As a result of the County’s commitment to advance the economic opportunities of these businesses, Bidders must meet the County’s Small and Emerging Locally Owned Business requirements in order to be considered for the contract award. These requirements can be found online at:

http://acgov.org/auditor/sleb/overview.htm

For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Code(s): 337127, 337211, 337214, and 423210 as having no more than 500 employees over the last three (3) years.

An emerging business, as defined by the County, is one that has less than one-half (1/2) of the preceding amount and has been in business less than five (5) years.

4. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFQ or from any Exhibits attached hereto, to waive informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be made solely at the discretion of the County.

5. The County reserves the right to award to a single or multiple Contractors.

6. The County has the right to decline to award this contract or any part thereof for any reason.

7. A contract must be negotiated, finalized, and signed by the intended awardee prior to GSA approval.

8. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

9. The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFQ.

H. METHOD OF ORDERING

RFQ No. 901030Page 13

Page 15: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

1. Written POs will be issued upon approval of written itemized quotations received from the Contractor.

2. Individual order price quotations shall be provided upon request per project and shall include, but not be limited to, an identifying (quotation) number, date, requestor name and phone number, ship to location, itemization of products and/or services with complete description (including model numbers, fabric and finish grade, description, color, etc.) and price per item and a summary of total cost for product, services, shipping and tax.

3. A written PO and signed Standard Agreement contract will be issued upon Board approval.

4. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

5. POs and payments for products and/or services will be issued only in the name of Contractor.

6. Contractor shall adapt to changes to the method of ordering procedures as required by the County during the term of the contract.

7. Change orders shall be agreed upon by Contractor and County and issued as needed in writing by County.

I. WARRANTY

1. Bidder expressly warrants that all goods and services to be furnished pursuant to any contract awarded it arising from the Bid will conform to the descriptions and specifications contained herein and in supplier catalogs, product brochures and other representations, depictions or models, and will be free from defects, of merchantable quality, good material and workmanship. Bidder expressly warrants that all goods and services to be furnished pursuant to such award will be fit and sufficient for the purpose(s) intended. This warranty shall survive any inspections, delivery, acceptance or payment or product transfer by the County. Bidder warrants that all work and services furnished hereunder shall be guaranteed for a period of two (2) years from the date of acceptance by the County.

J. INVOICING

1. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services.

RFQ No. 901030Page 14

Page 16: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

2. Payment will be made within thirty (30) days following receipt of invoice and upon complete satisfactory receipt of product and performance of services.

3. County shall notify Contractor of any adjustments required to invoice.

4. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

5. Contractor shall utilize standardized invoice upon request.

6. Invoices shall only be issued by the Contractor who is awarded a contract.

7. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

8. The County will pay Contractor monthly or as agreed upon, not to exceed the total price quoted in the bid response.

K. GENERAL REQUIREMENTS

1. Proper conduct is expected of Contractor’s personnel when on County premises. This includes adhering to no-smoking ordinances, the drug-free work place policy, not using alcoholic beverages and treating employees courteously.

2. County has the right to request removal of any Contractor employee or subcontractor who does not properly conduct himself/herself/itself or perform quality work.

3. Contractor personnel shall be easily identifiable as non-County employees (e.g., work uniforms, badges, etc.)

L. ACCOUNT MANAGER / SUPPORT STAFF

1. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding Bidder’s response to this RFQ and any contract which may arise pursuant to this RFQ.

2. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products

RFQ No. 901030Page 15

Page 17: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

3. Contractor account manager shall be familiar with County requirements and standards and work with the General Services Agency – Technical Services Department to ensure that established standards are adhered to.

4. Contractor account manager shall keep the County Specialist informed of requests from departments as required.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA–Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on December 28, 2012 to:

Error: Reference source not foundContracts Specialist IIAlameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected]: 510-208-4882

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF BIDS

1. All bids must be SEALED and must be received at the Office of the Purchasing Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of Events.

RFQ No. 901030Page 16

Page 18: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.

Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a place other than the stated address cannot be considered and will be returned to the bidder unopened.

All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

2. Bids are to be addressed and delivered as follows:

Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations) RFQ No. 901030Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907 *Oakland, CA 94612

Bidder's name, return address, and the RFQ number and title must also appear on the mailing package.

*PLEASE NOTE that on the bid due date, a bid reception desk will be open between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401 Lakeside Drive.

3. Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response Packet, including additional required documentation), with original ink signatures. Original proposal is to be clearly marked “ORIGINAL” with copies to be marked “COPY”. All submittals should be printed on plain white paper, and must be either loose leaf or in a 3-ring binder (NOT bound). It is preferred that all proposals submitted shall be printed double-sided and on minimum 30% post-consumer recycled content paper. Inability to comply with the 30% post-consumer recycled content recommendation will have no impact on the evaluation and scoring of the proposal.

Bidders must also submit an electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact

RFQ No. 901030Page 17

Page 19: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation. The file must be on disk or USB flash drive and enclosed with the sealed original hardcopy of the bid.

4. BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER COUNTY-PROVIDED DOCUMENT.

5. No email (electronic) or facsimile bids will be considered.

6. All costs required for the preparation and submission of a bid shall be borne by Bidder.

7. Only one bid response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

8. All other information regarding the bid responses will be held as confidential until such time as General Services Agency has completed its evaluation, an intended award has been made by General Services Agency, and the contract has been fully negotiated with the intended awardee named in the intent to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract General Services Agency. All parties submitting proposals, either qualified or unqualified, will receive mailed intent to award/non-award notification(s), which will include the name of the bidder to be recommended for award of this project. In addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.

9. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.

10. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to

RFQ No. 901030Page 18

Page 20: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Specifications, Terms & Conditionsfor Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

11. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

12. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Bid Documents.

13. The undersigned Bidder certifies that it is not, at the time of bidding, on the California Department of General Services (DGS) list of persons determined to be engaged in investment activities in Iran or otherwise in violation of the Iran Contracting Act of 2010 (Public Contract Code Section 2200-2208).

14. It is understood that County reserves the right to reject this bid and that the bid shall remain open to acceptance and is irrevocable for a period of one hundred eighty (180) days, unless otherwise specified in the Bid Documents.

C. RESPONSE FORMAT

1. Bid responses are to be straightforward, clear, concise and specific to the information requested.

2. In order for bids to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet

3. Bid responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFQ may be subject to public disclosure.  County shall not be liable in any way for disclosure of any such records. Please refer to the County’s website at: http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for more information regarding Proprietary and Confidential Information policies.

RFQ No. 901030Page 19

Page 21: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT ABID RESPONSE PACKET

RFQ No. 901030 – Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

To: The County of Alameda

From:       (Official Name of Contractor)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFQ, BIDDERS ARE TO SUBMIT ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A

BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFQ

BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFQ, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFQ No. 901030Page 1

Page 22: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFQ, Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFQ No. 901030 – Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations).

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy [http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010 [http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program [http://acgov.org/auditor/sleb/overview.htm]

First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System [http://acgov.org/auditor/sleb/elation.htm]

General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information [http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

Exhibit A – RFQ No. 901030Page 2

Page 23: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all

the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFQ and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the RFQ. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFQ.

10. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; OR

Bidder is a certified SLEB and is requesting 10% bid preference (Bidder must check the first box in Item 4 above and provide its SLEB Certification Number); OR

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) months business residency, identifying the name of the vendor and the local address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification documents to prove residency.

Exhibit A – RFQ No. 901030Page 3

Page 24: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organization Structure:      

Date of Organization Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Fax Number:      

E-mail Address:      

SIGNATURE:

Name and Title of Signer:      

Dated this       day of       20     

Exhibit A – RFQ No. 901030Page 4

Page 25: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 1

Cost shall be submitted on Exhibit B as is. No alterations or changes of any kind are permitted. Bid responses that do not comply will be subject to rejection in total. The cost quoted below shall include all taxes and all other charges, including travel expenses, and is the cost the County will pay for the three-year term of any contract that is a result of this bid.

Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

Bidder hereby certifies to County that all representations, certifications, and statements made by Bidder, as set forth in this Bid Form and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

Please enter the total cost for the section(s) that you are bidding on.Please refer to Exhibit A – Bid Form 2

BID SECTION TOTAL COSTSUBTOTAL A

(ITEMS #1 - 2)      SUBTOTAL B(ITEMS #3)      

SUBTOTAL C(ITEMS #4 - 37)      

SUBTOTAL D(ITEMS #38)      SUBTOTAL E

(ITEMS #39 - 54)      SUBTOTAL F

(ITEMS #55 - 58)      

PROJECT SUBTOTAL (A+B+C+D+E+F)      

TAX (8.75%)      

DELIVERY/INSTALLATION      

GRAND TOTAL      

Exhibit A – RFQ No. 901030Page 5

Page 26: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item # Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selections

Product Substitution Line Item #

1. 3A-3, 3F-1, 3J-1, 3K-1, 3L-1, 4A-7, 4L-1, 5K-1, 5L-1

Herman-Miller Aeron AE111AWBAJXTBBS8

Size B: 27"W x 17"D x 42"H, 15-20-7/8"SH

N/A

     

46            Pellicle Classic #3D03 Nickel, Titanium XT (base), #58 Smoke (frame)

     

2.

3F-1A, 3J-1A, 3K-1A, 3L-1A, 3M-1A, 4A-7A, 4B-3, 4D-1D, 4E-6, 4J-1A, 4K-1, 4L-1A, 5B-3, 5J-1, 5K-1A, 5L-1A

Herman-Miller Aeron AE111AWCAJXTBBS8 Size C: 28-1/2"W x 12-1/2"D x

45"H, 15-20-7/8"SH N/A

     

81            

     

Subtotal A (Items 1 and 2)      

Exhibit A – RFQ No. 901030Page 6

Page 27: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item # Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selections

Product Substitution Line Item #

3.1 3K-2, 3L-1B Herman-Miller Aside AD10UBMAS

GMS

22-1/2"W x 17"D x 31-5/8"H, 17-1/8"SH

Designtex; Dot-to-Dot, #2691-101 Trail Mix

     10            

MS Silver Metallic      

3.2 4J-3, 4K-2, 5K-2

Herman-Miller Aside

AD10UBMASGMS

22-1/2"W x 17"D x 31-5/8"H, 17-1/8"SH

Designtex; Dot-to-Dot, #2691-503 Silver Pine

     32            

MS Silver Metallic      

3.3 5J-3 Herman-Miller Aside AD10UBMAS

GMS

22-1/2"W x 17"D x 31-5/8"H, 17-1/8"SH

Designtex; Dot-to-Dot, #2691-403 Overcast

     4            

MS Silver Metallic      

Subtotal B (Item 3)      

Exhibit A – RFQ No. 901030Page 7

Page 28: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selections Product Substitution Line Item #

4. 3F-2 Herman-Miller

Canvas Office Landscape

FT210.3030LHX (desk)

30"W x 30"D x 1-1/4"HN/A

     5            

HX Aged Cherry      5.

3F-2B Herman-Miller

Canvas Office Landscape

FT210.3048LHX (desk)

48"W x 48"D x 1-1/4"HN/A

     5            

HX Aged Cherry      

6. 3F-2B Herman-Miller

Canvas Office Landscape

FT210.3048LHX (desk)

48"W x 30"D x 1-1/4"HN/A

     5            

HX Aged Cherry      

7. 3F-2C Herman-Miller

Canvas Office Landscape

FT110.4630JCN (part)

30"W x 2"D x 46"HN/A

     5            Metallic Champagne      

8. 3F-2D Herman-Miller

Canvas Office Landscape

FT110.4648JCN (part)

48"W x 2"D x 46"HN/A

     5            

Metallic Champagne      

9. 3F-2E Herman-Miller

Canvas Office Landscape

FT187.2230CN (window)

30"W x 2"D x 22"HN/A

     5            

Metallic Champagne      

10. 3F-2F Herman-Miller

Canvas Office Landscape

FT187.2248CN (window)

48"W x 2"D x 22"HN/A

     5            

Metallic Champagne      

11. 3F-2G Herman-Miller

Canvas Office Landscape

FT1106848JCN (part)

48"W x 2"D x 68"HN/A

     10            

Metallic Champagne      

12. 3F-2H Herman-Miller

Canvas Office Landscape

FT110.6830JCN (part)

30"W x 2"D x 68"HN/A

     10            

Metallic Champagne      

13. 3F-2I Herman-Miller

Canvas Office Landscape

FT180.4130T (inside panel)

30"W x 5/8"D x 41"HN/A

     5            Grasscloth; 2102 Pampas      

Exhibit A – RFQ No. 901030Page 8

Page 29: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selections Product Substitution Line Item #

14.3F-2J Herman-

Miller

Canvas Office Landscape

FT180.4130W-ED (panel)

30"W x 5/8"D x 41"HN/A       5            

Aged Cherry      

15. 3F-2K Herman-Miller

Canvas Office Landscape

FT180.4148T (inside panel)

48"W x 5/8"D x 41"HN/A

     5            

Grasscloth; 2102 Pampas      

16. 3F-2L Herman-Miller

Canvas Office Landscape

FT180.4148W-ED (panel)

48"W x 5/8"D x 41"HN/A

     5            

Aged Cherry      

17. 3F-2M Herman-Miller

Canvas Office Landscape

FT180.6348T (inside panel)

48"W x 5/8"D x 63"HN/A

     10            Grasscloth; 2102 Pampas      

     

18. 3F-2N Herman-Miller

Canvas Office Landscape

FT180.6348W-ED (panel)

48"W x 5/8"D x 63"HN/A

     10            Aged Cherry      

19. 3F-2O Herman-Miller

Canvas Office Landscape

FT180.6330T (panel)

30"W x 5/8"D x 63"HN/A

     10            Grasscloth; 2102 Pampas      

20. 3F-2P Herman-Miller

Canvas Office Landscape

FT180.6330W-ED (panel)

30"W x 5/8"D x 63"HN/A

     10            Aged Cherry      

21. 3F-2Q Herman-Miller

Canvas Office Landscape

FT112.30ACN (top cap)

30"W x 3"D x 3/8"HN/A

     15            Metallic Champagne      

22. 3F-2R Herman-Miller

Canvas Office Landscape

FT112.48ACN (top cap)

48"W x 3"D x 3/8"HN/A

     15            Metallic Champagne      

23 3F-2S Herman-Miller

Canvas Office Landscape

FT126.2APCN (corner cap)

3"W x 3"D x 3/8"HN/A

     10            

Metallic Champagne      

Exhibit A – RFQ No. 901030Page 9

Page 30: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selections Product Substitution Line Item #

24. 3F-2T Herman-Miller

Canvas Office Landscape

FT128.68 (connector)

4-1/2"W x 1-7/8"DN/A       5            

Black      25.

3F-2U Herman-Miller

Canvas Office Landscape

FT160.68BPCN (end cap)

3"W x 3/8"D x 68"HN/A

     15            

Metallic Champagne      

26. 3F-2V Herman-Miller

Canvas Office Landscape

FT161.22APEH (change hgt)

3"W x 3/8"D x 22"HN/A

     10            

Metallic Champagne      

27. 3F-2X Herman-Miller

Canvas Office Landscape

FF10K24BBF2L03NTLHX NOKA (pedestal file)

16"W x 24"D x 27"HN/A

     5            

HX Aged Cherry      

28. 3F-2Y Herman-Miller

Canvas Office Landscape

FF10K24FF2L03NTLHX NOKA (pedestal file)

16"W x 24"D x 27"HN/A

     5            

HX Aged Cherry      

29.

3F-2Z, 3K-4D, 3L-3D, 4J-2D, 5J-2D

Herman-Miller

Canvas Office Landscape

Y5010 (pencil drawer)

21-1/8"W x 16-1/4"D x 1-7/8"H

N/A

     14            

Medium Tone      

30.

3K-4, 3L-3, 4J-2, 5J-2

Herman-Miller

Canvas Office Landscape

FV2E2S30FLHX (desktop)

72"W x 30"D x 1-1/4"HN/A

     9            

HX Aged Cherry      

31.3K-4A, 3L-3A, 4J-2A

Herman-Miller

Canvas Office Landscape

FV2173042LFHX (return)

42"W x 30"D x 1-1/4"HN/A

     9            

HX Aged Cherry      

Exhibit A – RFQ No. 901030Page 10

Page 31: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selections Product Substitution Line Item #

32.

3K-4B, 3L-3B, 4J-2B, 5J-2B

Herman-Miller

Canvas Office Landscape

FV2E2S30FLHX (desk end)

1-1/8"W x 30"D x 27"HN/A

     18            

HX Aged Cherry      

33.

3K-4C, 3L-3C, 4J-2C, 5J-2C

Herman-Miller

Canvas Office Landscape

FV697.72FLHX (full modesty)

72"W x 3/4"D x 26-3/4"HN/A

     9            

HX Aged Cherry      

34.

3K-4E, 3L-3E, 4J-2E, 5J-2E

Herman-Miller

Canvas Office Landscape

FF10K24BBF2L03NTLHX NOKA (pedestal file)

16"W x 24"D x 27"HN/A

     9            

HX Aged Cherry      

35.

3K-4F, 3L-3F, 4J-2F, 5J-2F

Herman-Miller

Canvas Office Landscape

FF20K3620FF2L03LHXMSNOKA (lateral file)

36"W x 20"D x 27"HN/A

     9            

HX Aged Cherry      

36.

3K-4G, 3L-3G, 4J-2G, 5J-2G

Herman-Miller

Canvas Office Landscape

FV446.WM2272LLKAHX (upper)

72"W x 14-3/4"D x 22"HN/A

     9            

HX Aged Cherry      

37.1 3K-4H, 3L-3H

Herman-Miller

Canvas Office Landscape

FV980.WM1672R (tack)

72"W x 1/2"D x 24"H Silkworm, 2M03 Saffron

     5            

N/A      

37.2 4J-2H Herman-Miller

Canvas Office Landscape

FV980.WM1672R (tack)

72"W x 1/2"D x 24"H Silkworm, 2M06 Jasmine

     2            

N/A      

37.3 5J-2H Herman-Miller

Canvas Office Landscape

FV980.WM1672R (tack)

72"W x 1/2"D x 24"H Silkworm, 2M05 Ceylon

     2            

N/A      

Exhibit A – RFQ No. 901030Page 11

Page 32: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selections Product Substitution Line Item #

Subtotal C (Items 4 – 37)      

Exhibit A – RFQ No. 901030Page 12

Page 33: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item # Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted(yes or no) Qty.

(a)Unit Price (b) Extended Price ( c)

c=a*bFinish Selection Product Substitution Line

Item #

38.

3F-2W, 3K-4M, 3K-3Q, 3L-2Q, 3L-3M, 3M-2Q, 4J-2M, 4K-3P, 5J-2M, 5K-3P, 4M-3G

Herman-Miller

Thrive (keyboard tray)

Y7727.2AH20"W x 21-3/4"D x 3-3/4"H

N/A

     42            

HDPE      

Subtotal D (Item 38)      

Exhibit A – RFQ No. 901030Page 13

Page 34: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

SizeCustomer’s Own Material

Substitution Quoted (yes or no) Qty.

(a)Unit Price (b) Extended Price(c)

c=a*bFinish Selections

Product Subtstitution Line Item #

39.

3K-3, 3L-2, 3M-2, 4K-3, 5K-3

Herman-Miller

Action Office (corner desktop)

A2333.3048L1XLU48"W x 30"D x 11-3/4"H

N/A     

24            1X Vanilla Fiber      

40.

3K-3A, 3L-2A, 3M-2A, 4K-3A, 5K-3A

Herman-Miller

Action Office (desktop) A2310.3036L1XLU

36"W x 30"D x 11-3/4"H

N/A

     24            

1X Vanilla Fiber      

41.

3K-3B, 3L-2B, 3M-2B, 4K-3B, 5K-3B

Herman-Miller

Action Office (desktop) A2310.3024L1XLU

24"W x 30"D x 11-3/4"HN/A

     24            

1X Vanilla Fiber      

42.1

3K-3C, 3M-2C, 4K-3C, 5K-3C

Herman-Miller

Action Office (partition) A8125.4824JWM

24"W x 48"H

N/A

     

12            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral

     

42.2 3L-2C Herman-Miller

Action Office (partition) A8125.4830JWM

30"W x 48"H

N/A

     

6            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral

     

Exhibit A – RFQ No. 901030Page 14

Page 35: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

SizeCustomer’s Own Material

Substitution Quoted (yes or no) Qty.

(a)Unit Price (b) Extended Price(c)

c=a*bFinish Selections

Product Subtstitution Line Item #

43

3K-3C-1,3M-2C-1, 4K-3D, 5K-3D

Herman-Miller

Action Office (partition) A8125.4830JWM

30"W x 48"H

N/A

     

18            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral

     

44.3K-3D, 3L-2D, 3M-2D

Herman-Miller

Action Office (partition) A8125.6724JWM

24"W x 67"H

N/A

     

18            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral

     

45.

3K-3E, 3L-2E, 3M-2E, 4K-3E, 5K-3E

Herman-Miller

Action Office (partition) A8125.6730JWM

30"W x 67"H

N/A

     

20            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral      

46.

3K-3F, 3L-2F, 3M-2F, 4K-3F, 5K-3F

Herman-Miller

Action Office (partition) A8125.6748JWM

48"W x 67"H

N/A

     

39            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral      

Exhibit A – RFQ No. 901030Page 15

Page 36: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

SizeCustomer’s Own Material

Substitution Quoted (yes or no) Qty.

(a)Unit Price (b) Extended Price(c)

c=a*bFinish Selections

Product Subtstitution Line Item #

47.

3K-3N, 3L-2N, 3M-2N, 5K-3N

Herman-Miller

Action Office (B-style flipper)

A335.31648KAWM48"W x 16D" x 14-1/2"H

N/A     

33            WM Warm Grey Neutral      

48.3L-3O, 3L-2O, 3M-2O

Herman-Miller

Action Office (B-style flipper)

A335.31624KAWM24"W x 16D" x 14-1/2"H

N/A     

15            WM Warm Grey Neutral      

49.

3K-3P, 3L-2P, 3M-2P, 4K-3O, 4M-3F, 5K-3O

Herman-Miller

Action Office (pencil)

Y5010.WM (pencil drawer)

N/A

N/A

     

28            WM Warm Grey Neutral      

50. 4M-3A Herman-Miller

Action Office (desktop) A2310.3048L1XWM

48"W x 30"D x 11-3/4"HN/A       4            

1X Vanilla Fiber      

51. 4M-3B Herman-Miller

Action Office (partition) A8131.6730JWM

30"W x 67"H

N/A

     

8            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral

     

52. 4M-3C Herman-Miller

Action Office (partition) A8131.5348JWM

48"W x 53"H

N/A

     

7            Grasscloth; 2102 Pampas, WM Warm Neutral Grey Neutral

     

53. 4M-3D Herman-Miller

Action Office (window)

A1169.1448LTTRWM

48"W x 14"HN/A       7            WM Warm Grey Neutral      

Exhibit A – RFQ No. 901030Page 16

Page 37: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

SizeCustomer’s Own Material

Substitution Quoted (yes or no) Qty.

(a)Unit Price (b) Extended Price(c)

c=a*bFinish Selections

Product Subtstitution Line Item #

54. 4M-3E Herman-Miller

Action Office (end panel) A8380.30LWM

30"W x 27"HN/A

     4            

WM Warm Grey Neutral      

Subtotal E (Items 39 – 54)      

Exhibit A – RFQ No. 901030Page 17

Page 38: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

BID FORM 2

Item #

Plan Code Mfr. Item Model #

Size Customer’s Own Material

Substitution Quoted (yes or no) Qty.

(a)

Unit Price (b)

Extended Price(c)c=a*b

Finish SelectionsProduct Subtstitution Line Item #

55.1 3K-3R, 3L-2R

Herman-Miller Tu (pedestal) LQ10D28BBFSRSSHX

14-5/8"W x 28"D x 26-3/8"HN/A

     13            

HX Aged Cherry      55.2 3M-2R,

4K-3Q, 5K-3Q

Herman-Miller Tu (pedestal) LQ10D28BBFSRSSLU

14-5/8"W x 28"D x 26-3/8"HN/A

     11            

LU Soft White      

56.1 3K-3S, 3L-2S

Herman-Miller Tu (pedestal) LQ10D28FFSBSSHX

14-5/8"W x 28"D x 26-3/8"HN/A

     13            

HX Aged Cherry      

56.23M-2S, 4K-3R, 5K-3R

Herman-Miller Tu (pedestal) LQ10D28FFSBSSLU

14-5/8"W x 28"D x 26-3/8"HN/A

     11            

LU Soft White      

57. 4M-3H Herman-Miller Tu (pedestal) LQ10D28BBFSRSSLU

14-5/8"W x 28"D x 26-3/8"HN/A       4            LU Soft White      

58. 4M-3I Herman-Miller Tu (pedestal) LQ10D28FFSBSSLU

14-5/8"W x 28"D x 26-3/8"HN/A       4            LU Soft White      

Subtotal F (Item 55 – 58)      

Exhibit A – RFQ No. 901030Page 18

Page 39: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIREMENTS CHECKLIST GUIDELINES

Contractors must submit, with their response, fully completed Requirements Checklists. Responses submitted without the Requirements Checklists will be disqualified.

A “Yes” response to a specification sentence in the “Complies?” column will mean that the Contractor intends to comply with the exact specification, as described in the “Requirements Checklist.” If the Contractor is able to comply with the specification stated, and states “yes” in the “Complies?” column, no further action is required.

A “No” response to a specification sentence in the “Complies?” column will mean that the Contractor is unable to comply with the specification provided by the County.

If a Contractor intends to submit a Request for Substitution, the Contractor is to state “No” in the “Complies?” column and “Yes” in the “Request for Substitution Submitted?" column. Contractor must then provide a completed Product Substitution Request Form for each product for which the Contractor stated “No” in the “Complies?” column. Contractor must clearly reference each product to be substituted by its corresponding item number from the “Number” column. The County, at its sole discretion, shall have the right to deem acceptable any proposed equivalents submitted by the Contractor on the “Product Substitution Request Form Revised”.

A response of “N/A” or no response to any specification column will mean that the Contractor is unable to comply with the specification provided by the County.

In the “Requirements Checklists, references to specific brand names are intended to describe components that have been determined to best meet operational, performance, or reliability standards of the County, thereby incorporating these standards by reference within the specifications. These specifications are not meant to limit the Contractor; they are guidelines to minimum qualifications. The Contractor shall indicate their compliance or non-compliance for each line of the specification as described in the previous paragraphs of the Requirements Checklist section. An “equivalent or better” may be offered by the Contractor, subject to evaluation and acceptance by the County. It is the Contractor’s responsibility to provide, at Contractor’s expense, samples, test data, or other documentation that the County may require to fully evaluate and determine acceptability of an offered substitute. The County reserves the sole right to reject a substituted component that does not or will not meet or exceed County standards. Please refer to “III. Brand Names and Approved Equivalents”, Section M for further information on brand names and approved equivalents.

Exhibit A – RFQ No. 901030Page 19

Page 40: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIREMENTS CHECKLISTBid Form 2, Item 1-2: Task Chair, HERMAN-MILLER, AERON

The Task chair will be used in an office setting.

Quantity Required: Item 1: 46, Item 2: 81

No. DescriptionComplies?[Yes / No]

Request for Substitution Submitted?[Yes / No]

The unit shall be designed to be used as a Task Chair with the following features :

1.

The separate seat and back shall be a durable, breathable Pellicle® material stretched within a carrier ring and fitted into an outer frame. The Pellicle® material shall be a woven blend of spandex and colored polyester yarn with Hytrel elastomeric polyester, which is a high performance polymer. It shall support and distribute the user’s weight evenly over the seat and back of the chair and shall retain its original shape when the chair is unoccupied.

           

2.

The carrier ring shall be a glass-filled elastomeric copolymer molded around the perimeter of the Pellicle® material to frame and support it. The outer frame shall be injection-molded, glass filled nylon. The ring and frame shall be secured together with screws. The back of the outer frame shall have molded-in rails to accept the optional lumbar pad.

           

3.At the seat’s waterfall front edge, a cushioning insert of molded urethane foam shall be fitted between the Pellicle® material and the chair frame and attached with double-sided tape.

           

4.

The seat shall have a link on each side to control the seat angle. The links shall be die-cast aluminum with a wrinkle-coat powder-coat epoxy finish. The links shall attach with screws to the seat and tilt housing.

           

5. Seat height shall be controlled by a glass-filled nylon lever and paddle mounted on the right swing arm.            

6.

The approximate seat height range shall be 14-3/8" to 19-1/2" for A-size chairs and 15" to 20-7/8" for B- and C-size chairs. See the “Seating Measurements” chart for a comparison of seat height ranges.

           

7.

The Kinemat tilt shall allow the user’s body to pivot at the ankles, knees, and hips. The back-to seat tilt ratio shall be 1-3/4° to 1° when the chair is reclined from a neutral angle. A chair with a standard tilt (AE111) or with a tilt limiter (AE 112) shall have a nominal 25° body-weight controlled back recline. A chair with a tilt limiter and a seat angle adjustment (AE113) shall have a nominal 30° recline.

           

8.

The tilt mechanism shall be comprised of a rubber torsion bushing spring, a gear-driven tension adjustment, and a stamped steel housing. A 2-piece, fire-retardant acrylonitrile butadiene styrene (ABS) cover shall snap together to enclose the tilt mechanism. The A-size chair shall have a tilt spring gauged for smaller users; the B- and C-size chairs shall have a tilt spring gauged for larger users.

           

9.The tilt-tension adjustment shaft shall extend from the right side of the tilt and shall be steel, with a powder-coat epoxy finish. A soft, textured, molded tilt-tension knob shall be pressed onto the shaft.

           

10. The chairs with a tilt limiter shall have 12 incremental adjustments to allow the user to limit the amount of back recline within a nominal range of 25° (AE112) or 30° (AE113). The tilt limiter shall be controlled by a glass-filled nylon lever and paddle mounted on the left swing arm. The seat angle adjustment (AE113) shall let the

           

Exhibit A – RFQ No. 901030Page 20

Page 41: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

user select a +1° horizontal or -4° forward seat angle. The seat angle adjustment shall be controlled by a glass-filled lever and paddle mounted on the left swing arm.

11.

The tilt options include a tilt limiter that allows the user to select the tilt range to limit the amount of recline; a tilt limiter and seat angle that allows the user to select the tilt range and a horizontal or 5° forward seat angle; or a standard tilt.

           

12. There are 2 back-support options available: the PostureFit support and adjustable lumbar pad.            

13.Optional PostureFit® innovation provides adjustable sacral support. The optional PostureFit support shall have 1” of inward adjustment that shall be user controlled with an adjustment knob.

           

14.

Back-support options include PostureFit® support and an adjustable lumbar support. The PostureFit® support provides a custom fit in the lower back area, below the beltline, that helps achieve healthier posture and improved lower back comfort. The user can adjust the level of support with a lever. This PostureFit® support fits on the back of an A-, B-, or C-size Aeron work chair or B-size Aeron work stool.

           

15.

The PostureFit® support shall have a glass-filled polypropylene “wishbone” frame, a 7-3/4”-high x 8”-wide pad of rigid ABS plastic and polyurethane foam, a glass-filled polypropylene anchor, and an operating mechanism. The operating mechanism shall be glass-filled nylon, glass-filled polypropylene, die-cast zinc, and metal parts, and shall include a steel cable linked to a glass filled polypropylene knob.

           

16. The optional PostureFit® support shall attach to the side rails and bottom of the back frame.            

17.

The optional lumbar pad shall grip the rails in the back frame to allow the user to slide it up and down within a 4-1/2" range. The pad shall be approximately 3/4" thick on the inside and 1-1/4" thick on the outside and shall be reversible to adjust for more or less support. See the “Seating Measurements” chart for pad dimensions.

           

18.

The lumbar pad shall be self-skinning urethane with a clip insert of injection-molded nylon molded onto each side. Each clip insert shall have 12 C-shaped sections that grip the rails in the back frame and let the user slide the pad up and down. See “Adjustments” for lumbar adjustments.

           

19.

The chair shall be available with no arms, fixed arms, height adjustable arms, or fully adjustable arms. Each arm shall have an armpad support and a yoke, both of die-cast aluminum with either a polished or wrinkle-coat powder-coat epoxy finish. A support shall attach to the arm yoke with screws, and the yokes shall attach with screws to slots in the swing arms, at the right and left sides of the chair back. The yoke of a height-adjustable arm or of a fully adjustable arm shall ride up and down in the slot, its position controlled by an injection-molded acetal lever. See “Adjustments” for adjustable-arm ranges. Chairs with fixed arms shall have polypropylene fillers in the swing arm slot above and below the yoke. The seat-to-arm height for A-size fixed-arm chairs will be 7.8"; for B- and C-size chairs, 8-1/2". Fixed arms can be added or removed on site. Fillers of polypropylene cover the slots in the swing arms when arms are removed.

           

20. Right and left swing arms shall attach the seat and back to the tilt mechanism, support the arms, and provide an attachment location for the control knobs and cable covers for the tilt. The swing arms shall be die-cast aluminum with either a polished or wrinkle-coat powder-coat epoxy finish. The swing arms shall attach with 2 screws to each side of the back frame and with ball joints to the

           

Exhibit A – RFQ No. 901030Page 21

Page 42: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

seat.

21.

The height-adjustable arms shall have a lever to let the user adjust arm height. The arm height adjustment range shall be approximately 4", and adjustments shall be made to any height within the range.

           

22.

The fully adjustable arms shall have an injection-molded acetal lever to enable the user to adjust arm height. The arm-height adjustment range shall be approximately 4", and adjustments shall be made to any height within the range. The fully adjustable arms (arm angle) assembly shall have a plastic plate with indents to allow the arm support to pivot to 3 different positions. The arm shall be adjustable to 15° outward, neutral, and 17-1/2° inward angles by applying pressure to the side of the arm. A torsion spring within the arm assembly shall hold the arms in position.

           

23. The cable covers shall be injection-molded, glass-filled nylon and shall be screw attached to the inside of the swing arms.            

24.

The chair shall have 11-1/2"-by-4" armpads that shall be foamed in place to a nylon armpad insert on the armpad support. Standard non-upholstered armpads shall be self-skinning urethane foam molded over a nylon insert. Optional upholstered armpads shall be polyurethane foam covered with leather. See the “Fabrics Fire Retardancy” section for leather and Customer’s Own Leather (COL). Refer to the current Herman Miller price book for exact yardage and additional information. Armpads can be replaced on-site.

           

25.

This frame applique is applied to an Aeron work chair or work stool’s seat, back, and arms to minimize the effect of contact between the chair and a wood-edge surface. The seat and back appliques attach with the chair or stool’s existing screws. Coated arm yokes replace existing arm yokes; arm components are preassembled. The arm yokes use the chair or stool’s existing arm pads.

           

26.

The chair base shall house a unitized 2-stage pneumatic seat height adjustment mechanism contained in 3 telescoping steel tubes; 2 inner tubes shall slide and rotate in a Delrin bushing within an outer tube. One inner tube shall have a tapered end that shall be pressed into a tilt casting. The outer tube shall be coated black and shall have a tapered end that will be pressed into the base and a non-tapered end fitted with a Delrin bushing.

           

27. Pneumatic cylinders can be replaced on site.            

28.The 5-star base shall be die-cast aluminum, with either a polished or wrinkle-coat powder-coat epoxy finish. The chair shall swivel 360°.

           

29.2-1/2 inch diameter double-wheel caster; black nylon wheels and yoke; soft polyurethane tread; internal brake; for use on hard floors or carpet.

           

Basis Of Design - Physical Dimensions & Utilities:

30.

Size: Item 1: (Size B) Width 27" x Depth 17-1/2" x Height 42", Seat Height 15-20-7/8”Item 2: (Size C) Width 28-1/2" x Depth 18-1/2" x Height 45", Seat Height 15-20-7/8”

           

Accessories Required:31. None.            Optional Accessories:32. None.            Basis Of Design-Product/Manufacturers:`33. The equipment listed below shall be used to establish a standard of

quality, usefulness and appearance and be constructed of high quality, durable materials and components:

           

Exhibit A – RFQ No. 901030Page 22

Page 43: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Item 1:Herman-Miller, Aeron AE111AWBAJXTBBS8 Item 2:Herman-Miller, Aeron AE111AWCAJXTBBS8

Finish: Pellicle Classic #3D03 Nickel, Titanium XT (base), #58 Smoke (frame) (S-3369 & 3375 Cafeteria Office, S-3402 Workstations, S-3403 Office, S-3405 Office, S-3407 Office, S-3518 Workstations, S-3522 & 3522 Office, S-3600A Reception, S-C3800A Workstations, S-3901 Hoteling Office, S-3903 Resident Office, S-3114 AV Storage, S-3904 Workroom

Pellicle Tuxedo, #4Q01 White Gold, Titanium XT (base), #58 Smoke (frame) (S-4112 U.C. /Blood Draw Registration, S-4204 Registration Info, S-4321A, 4321B, C4340A, C4340B, C4360B, C4360B, C4360C Enrollment Specialist, S-4343 Supervisor Office, S-4448 Manager Office, S-4501 Reception, S-4707 Finance Office, S-4824 Office Manager, S-C4900 Lobby, S-5108 Registration, S-5116 Registration, S-5204 Registration

Warranty:

34. 12 years, 3 shift.            

Testing: 35. The chair shall be rated to support a maximum of 300 pounds.            

36.

The frame applique options (ZB, WS, and G8) do not meet CAL 133 requirements. A fire retardant chair meets CAL 133 requirements. Thechair’s Pellicle® material is manufactured with a fire-retardant additive.

           

37.

Herman Miller, Inc., work chairs generally meet or exceed all American National Standards Institute/Business and Institutional Furniture Manufacturer’s Association (ANSI/BIFMA) performance requirements per ANSI X5.1-2002.

           

Environmental Features:38. 94% recyclable at the end of its useful life.            39. MBDC Cradle to CradleSM Silver certified.            40. GREENGUARD® certified.            41. Level™ 3 certified.            

42. Aeron shall be constructed of up to 53% recycled content (31% post consumer content, 22% pre consumer content).            

Furniture Marked for Rooms:43. Item 1: 1-each, S-3600A Reception, S-3403 Office, S-3904

Workroom, S- 3522 Office, S-4442 Care Team Hoteling, S-4524 Viewing Room, S-5312 Endoscopy Procedures Manager Office, S-5420 Infusion Workroom Clerical, S-5427 Care Team, S-5431 Nurse Manager 2-total, S-C4900 Lobby, S-4807 Care Team, S-5322 Care Team, S-5902 Care Team3-total, S-3402 Workstations, S-C3800A Workstations, S-3518 Workstations, S-4504 Care Team, S-4522 Physician Workroom , S-5308 Endoscopy Workroom, S-5425 Care Team, S-5806 G.I. Workroom4-total, S-5308 Hem/Onc WorkroomItem 2: 1-each, S-3114 AV Storage, S-3369 & 3375 Cafeteria Office, S-3403 Office, S-3405 Office, S-3407 Office, S-3524 Office, S-3901 Hoteling Office, S-3903 Resident Office, S-4321A&B Enrollment Specialist, S-C4340A&B Enrollment Specialist, S-4343 Supervisor Office, S-C4360A,B&C Enrollment Specialist, S-4442 Care Team Hoteling, S-4448 Manager Office, S-4707 Finance Office, S-4824 Office Manager, S-5116 Registration, S-5202 Finance Office, S- 5314

           

Exhibit A – RFQ No. 901030Page 23

Page 44: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Chief Physician, S-5602 G.I. Physician Office, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Manager, S-5924 Dispensary Pharmacy, S-5944 Infusion Pharmacy2-total, S-3402 Workstation, S-C3800A Workstations, S-3904 Workroom, S-4202 Registration Information, S-4501 Reception, S-4504 Care Team, S-4524 Viewing Room, S-4807 Care Team, S-5204 Registration, S-5322 Care Team, S-5425 Care Team, S-Care Team, S-5808 Hem/Onc Workroom, S-5902 Team3-total, S-C4900 Lobby, S-4522 Physician Workroom, S-5108 Registration, S-5308 Endoscopy Workroom, S-5806 G.I. Workroom4-total, S-3518 Workstations, S-4112 U.C./Blood Draw Registration

           

Exhibit A – RFQ No. 901030Page 24

Page 45: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIREMENTS CHECKLISTBid Form 2, Item 3: Guest Chair, HERMAN-MILLER, ASIDE

The Guest chair will be used in an office setting.

Quantity Required: Item 3.1: 10, Item 3.2: 32, Item 3.3: 4

No. DescriptionComplies?[Yes / No]

Request for Substitution Submitted?[Yes / No]

The unit shall be designed to be used as a Guest Chair with the following features :

1. The chair shall have thick foam padding, a contoured seat cushion, and waterfall edges.            

2. The chair shall have either an upholstered or non-upholstered outer back.            

3. The chair shall have a 4-leg, wall-protecting base.            4. The chair shall stack 5 high on the floor.            5. The chair shall be available with glides or casters            6. 1/2-inch-high glide; black nylon; for use on carpet only.            Basis Of Design - Physical Dimensions & Utilities:

7. Size: Width 22-1/2" x Depth 17" x Height 31-3/4", Seat Height 17-1/8”            

Accessories Required:8. None.            Optional Accessories:9. None.            Basis Of Design-Product/Manufacturers:

`10.

The equipment listed below shall be used to establish a standard of quality, usefulness and appearance and be constructed of high quality, durable materials and components: Item 3:Herman-Miller, Aside AD10UBMASGMSFinish: MS Silver MetallicCOM: Designtex; Dot-to-Dot, #2691-101 Trail Mix (S-3403, 3405, 3407, 3522, 3524 Office)

Designtex; Dot-to-Dot, #2691-503 Silver Pine (S-4343 Supervisor Office, S-4707 Finance Office, S-4834 Office Manager)

Designtex; Dot-to-Dot, #2691-403 Overcast (S-5202 Finance Office, S-5314 Chief Physician, S-5312 Endoscopy Procedures Manager, S-5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician)

           

Warranty: 11. 12 years, 3 shift.            Testing:

12. Chair is tested and warranted for use by persons 300 pounds and under.            

13.The chair complies with the California Technical Bulletin 117 fire safetystandard.

           

14.

The fire-retardant chair meets CAL 133 requirements; this chair ismanufactured with cushions covered with a fire-barrier material andupholstered in approved fire-retardant fabrics.

           

Exhibit A – RFQ No. 901030Page 25

Page 46: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Environmental Features:15. 85% recyclable at the end of its useful life.            16. MBDC Cradle to CradleSM Silver certified.            17. GREENGUARD® certified.            

18. Aside shall be constructed of up to 31% recycled content (21% post consumer content, 10% pre consumer content).            

Furniture Marked for Rooms:

19.

Item 3: 2-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4343 Supervisor Office, S-4707 Finance Office, S-4834 Office Manager, S-5202 Finance Office, S-5314 Chief Physician, S-5312 Endoscopy Procedures Manager, S-5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician

           

Exhibit A – RFQ No. 901030Page 26

Page 47: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIREMENTS CHECKLISTBid Form 2, Item 4-37: Systems Furniture, HERMAN-MILLER, CANVAS OFFICE LANDSCAPE

The Systems Furniture will be used in an office setting.

Quantity Required: Item 4: 5, Item 5: 5, Item 6: 5, Item 7: 5, Item 8: 5, Item 9: 5, Item 10: 5, Item 11: 10, Item 12: 10, Item 13: 5, Item 14: 5, Item 15: 5, Item 16: 5, Item 17: 10, Item 18: 10, Item 19: 10, item 20: 10, Item 21: 15, Item 22: 15, Item 23: 10, Item 24: 5, Item 25: 15, Item 26: 10, Item 27: 5, Item 28: 5, Item 29: 14, Item 30: 9, Item 31: 9, Item 32: 18, Item 33: 9, Item 34: 9, Item 35: 9, Item 36: 9, Item 37.1: 5, Item 37.2: 2, Item 37.3:2

No. DescriptionComplies?[Yes / No]

Request for Substitution Submitted?[Yes / No]

The unit shall be designed to be used as a Systems Furniture with the following features :

1.

The 90° corner worksurface shall have a left- or right- hand extension with rectangular end on one side. It attached to support components on both ends and an adjacent surface on the short end to create a freestanding extended corner desk. It has a laminate top with vinyl edge or veneer top and edge. The surface includes a stiffener.

           

2.

The work surface shall attach to another surface to create a 90° return. It has a laminate top with vinyl edge or a veneer top and edge. Ganging plates attaching one end of the return surface are included.

           

3.

The modesty panel attaches to a closed-leg rectangular or concave rectangular desk to provide partial- or full-height enclosure below the surface and increase stability. The panel can be mounted inset from the back edge of the desk, or flush with the back edge for knee clearance. Available in laminate or veneer. Attachment hardware included.

           

4.

The individual solid panel leg supports one end of a surface or joins two surfaces end-to-end, providing shared support at the surface joint. It is available as laminate or veneer and has leveling glides with 1-1/2" of adjustment. Attachment hardware included.

           

5. Grain direction is vertical on wood-grain laminate and veneer.            

6. When leg is supporting the end of a squared- or eased-edge surface, depth of support leg must match depth of surface.            

7.The wall cabinet shall hang from a Canvas wall based frame or attaches to an architectural wall to provide fully enclosed storage, or enclosed storage with an open shelf below.

           

8. Grain direction is vertical on veneer and wood-grain laminate door(s).            

9. 22"-high cabinet has an open shelf below the doors.            10. The cabinets shall be keyed-alike locks.            

11.

The wall mounted tackboard option (WM), 16"-high tackboard is designed to fill the space between a surface and the bottom edge of a 22"-high overhead storage cabinet. 23"-high tackboard is designed to fill the space between a surface and the bottom edge of a 15"-high overhead storage cabinet. 291/2"-high tackboard is designed to fill the space between a low credenza and the bottom edge of a 15"-high overhead storage cabinet.

           

12.The plastic drawer mounts under a hanging or freestanding work surface to store pencils and other small items. Mounting hardware is included.

           

13. The cubicle frame holds individual tiles on both sides and is available with an open base with tapered feet, base covers, or no base. Base covers can be specified without knockouts or with knockouts that accept standard size receptacles and data

           

Exhibit A – RFQ No. 901030Page 27

Page 48: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

faceplates.

14.

The monolithic tile attaches to one side of a frame and has a tackable fabric, laminate, or veneer surface. It extends the full height of a frame and ends 4" from the floor. It has a horizontal bead along the top of the tile and is UL listed and NFPA classified. Attachment hardware included.

           

15.

The window shall stack on top of a frame or stacking frame and is finished on both sides. It has a thin-profile frame, 1/8"-thick single-pane glass or acrylic insert, and a horizontal bead along the top. A limited number of cables can be routed along the top channel. Attachment hardware is included for attaching the stacking window to the base frame and an adjacent in-line frame. Light seal finish is black.

           

16.

This pedestal file shall have a 3/8"-high laminate or veneer top and the choice of a laminate case and front, veneer case and front, or laminate case with veneer front. It is available with 4"-high architectural feet or a 2-1/4"-high base with 1" leveling glides. The drawers have full-extension ballbearing slides. File drawers accommodate front-to-back filing of lettersize hanging files.

           

17.

The lateral file shall have a 3/8"-high laminate or veneer top, and the choice of a laminate case and front, veneer case and front, or laminate case with veneer front. It has a 21/4"-high base with 1" leveling glides and a positive interlock system that permits only 1 drawer to open at a time. Drawers have full-extension ball-bearing slides and accommodate side-to-side and front-to-back filing of letter-, legal, and A4-size hanging files.

           

Basis Of Design - Physical Dimensions & Utilities:

18.

Size:Item 4: Width 30" x Depth 30" x Height 1-1/4”Item 5: Width 48" x Depth 48" x Height 1-1/4”Item 6: Width 48" x Depth 30" x Height 1-1/4”Item 7: Width 30" x Depth 2" x Height 46”Item 8: Width 30" x Depth 2" x Height 46”Item 9: Width 30" x Depth 2" x Height 22”Item 10: Width 48" x Depth 2" x Height 22”Item 11: Width 48" x Depth 2" x Height 68”Item 12: Width 30" x Depth 2" x Height 68”Item 13: Width 30" x Depth 5/8" x Height 41”Item 14: Width 30" x Depth 5/8" x Height 41”Item 15: Width 48" x Depth 5/8" x Height 41”Item 16: Width 48" x Depth 5/8" x Height 41”Item 17: Width 48" x Depth 5/8" x Height 63”Item 18: Width 48" x Depth 5/8" x Height 63”Item 19: Width 30" x Depth 5/8" x Height 63”Item 20: Width 30" x Depth 5/8" x Height 63”

           

Item 21: Width 30" x Depth 3" x Height 3/8”Item 22: Width 48" x Depth 3" x Height 3/8”Item 23: Width 3" x Depth 3" x Height 3/8”Item 24: Width 4-1/2" x Depth 1-7/8”Item 25: Width 3" x Depth 3/8" x Height 68”Item 26: Width 3" x Depth 3/8" x Height 22”Item 27: Width 16" x Depth 24" x Height 27”Item 28: Width 16" x Depth 24" x Height 27”Item 29: Width 21-1/8" x Depth 16-1/4" x Height 1-7/8”Item 30: Width 16" x Depth 24" x Height 27”Item 31: Width 42" x Depth 30" x Height 1-1/4”Item 32: Width 1-1/8" x Depth 30" x Height 27”Item 33: Width 72" x Depth 3/4" x Height 26-3/4”Item 34: Width 16" x Depth 24" x Height 27”Item 35: Width 36" x Depth 20" x Height 27”Item 36: Width 72" x Depth 14-3/4" x Height 22”

           

Exhibit A – RFQ No. 901030Page 28

Page 49: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Item 37: Width 72" x Depth 1/2" x Height 24”Accessories Required:19. All coordinating panel connections and end caps.            Optional Accessories:20. None.            Basis Of Design-Product/Manufacturers:

`21.

The equipment listed below shall be used to establish a standard of quality, usefulness and appearance and be constructed of high quality, durable materials and components: Item 4: Herman-Miller, Canvas Office Landscape FT210.3030LHXFinish: HX Aged Cherry (Workstations S-C3800A)Item 5: Herman-Miller, Canvas Office Landscape FT221.3048LHXFinish: HX Aged Cherry (Workstations S-C3800A)Item 6: Herman-Miller, Canvas Office Landscape FT210.3048LHXFinish: HX Aged Cherry (Workstations S-C3800A)Item 7: Herman-Miller, Canvas Office Landscape FT110.4630JCNFinish: Metallic Champagne (Workstations S-C3800A)Item 8: Herman-Miller, Canvas Office Landscape FT110.4648JCNFinish: Metallic Champagne (Workstations S-C3800A)Item 9: Herman-Miller, Canvas Office Landscape FT187.2230CNFinish: Metallic Champagne (Workstations S-C3800A)Item 10: Herman-Miller, Canvas Office Landscape FT187.2248CNFinish: Metallic Champagne (Workstations S-C3800A)Item 11: Herman-Miller, Canvas Office Landscape FT1106848JCNFinish: Metallic Champagne (Workstations S-C3800A)Item 12: Herman-Miller, Canvas Office Landscape FT110.6830JCNFinish: Metallic Champagne (Workstations S-C3800A)Item 13: Herman-Miller, Canvas Office Landscape FT180.4130TFinish: Grasscloth; 2102 Pampas (Workstations S-C3800A)Item 14: Herman-Miller, Canvas Office Landscape FT180.4130W-EDFinish: HX Aged Cherry (Workstations S-C3800A)Item 15: Herman-Miller, Canvas Office Landscape FT180.4148TFinish: Grasscloth; 2102 Pampas (Workstations S-C3800A)Item 16: Herman-Miller, Canvas Office Landscape FT180.4148W-EDFinish: HX Aged Cherry (Workstations S-C3800A)Item 17: Herman-Miller, Canvas Office Landscape FT180.6348TFinish: Grasscloth; 2102 Pampas (Workstations S-C3800A)Item 18: Herman-Miller, Canvas Office Landscape FT180.6348W-EDFinish: HX Aged Cherry (Workstations S-C3800A)Finish: HX Aged Cherry (Workstations S-C3800A)

           

Item 19: Herman-Miller, Canvas Office Landscape FT180.6330TFinish: Grasscloth; 2102 Pampas (Workstations S-C3800A)Item 20: Herman-Miller, Canvas Office Landscape FT180.6330W-EDFinish: HX Aged Cherry (Workstations S-C3800A)Item 21: Herman-Miller, Canvas Office Landscape FT112.30ACNFinish: Metallic Champagne (Workstations S-C3800A)Item 22: Herman-Miller, Canvas Office Landscape FT112.48ACNFinish: Metallic Champagne (Workstations S-C3800A)Item 23: Herman-Miller, Canvas Office Landscape FT126.2APCNFinish: Metallic Champagne (Workstations S-C3800A)Item 24: Herman-Miller, Canvas Office Landscape FT128.68Finish: Black (Workstations S-C3800A)Item 25: Herman-Miller, Canvas Office Landscape FT123.268BPCNFinish: Metallic Champagne (Workstations S-C3800A)Item 26: Herman-Miller, Canvas Office Landscape FT160.68BPCNFinish: Metallic Champagne (Workstations S-C3800A)Item 27: Herman-Miller, Canvas Office Landscape FF10K24BBF2L03NTLHX NOKAFinish: HX Aged Cherry (Workstations S-C3800A)Item 28: Herman-Miller, Canvas Office Landscape FF10K24FF2L03NTLHX NOKA

     

     

Exhibit A – RFQ No. 901030Page 29

Page 50: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Finish: HX Aged Cherry (Workstations S-C3800A)Item 29: Herman-Miller, Canvas Office Landscape Y5010 (Workstations S-C3800A, S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)Item 30: Herman-Miller, Canvas Office Landscape FV2224872LHXFinish: HX Aged Cherry (S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)Item 31: Herman-Miller, Canvas Office Landscape FV2173042LFHXFinish: HX Aged Cherry (S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)Item 32: Herman-Miller, Canvas Office Landscape FV2E2S30FLHXFinish: HX Aged Cherry (S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)Item 33: Herman-Miller, Canvas Office Landscape FV697.72FLHXFinish: HX Aged Cherry (S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)Item 34: Herman-Miller, Canvas Office Landscape FF10K24BBF2L03NTLHX NOKAFinish: Metallic Champagne (S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)Item 35: Herman-Miller, Canvas Office Landscape FF20K3620FF2L03LHXMSNOKAFinish: Metallic Champagne (S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)Item 36: Herman-Miller, Canvas Office Landscape FV446.WM2272LLKAHXFinish: HX Aged Cherry (S-3522 & 3524 Office, S-3403, 3405, 3407 Office, S-4707 Finance Office, S-4448 Office Manager, S-5202 Finance Office, S-5314 Chief Physician)

           

Item 37: Herman-Miller, Canvas Office Landscape FV980.WM1672RFinish: Silkworm; 2M03 Saffron (S-3524 Office, S-3403, 3405, 3407 Office) Silkworm; Silkworm, 2M06 Jasmine (S-4448 Office Manager, S-4707 Finance Office) Silkworm, 2M05 Ceylon (S-5202 Finance Office, S-5314 Chief Physician)

           

Warranty: 22. 12 years, 3 shift.            Testing:

23.

The panel types listed below, when covered with the textiles identifiedbelow, meet the Class A requirements for flame spread and smokedevelopment as specified by the National Fire Protection Association(NFPA) in the 2009 Life Safety Code No. 101, and the Underwriter’sLaboratories requirements for use with energy distribution components(listed by UL under Office Furnishings 1286).

           

Environmental Features:24. Level® 2 Certification.            25. MBDC Cradle to CradleSM certified.            26. GREENGUARD® certified.            

27. Canvas private office shall be constructed of up to 66% recycled content (2% post consumer content, 64% pre consumer content).            

28. Canvas private office is up to 13% recyclable at the end of its useful            

Exhibit A – RFQ No. 901030Page 30

Page 51: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

life.Furniture Marked for Rooms:

29.

Item 4: 5-total, S-C3800A WorkstationItem 5: 5-total, S-C3800A WorkstationItem 6: 5-total, S-C3800A WorkstationItem 7: 5-total, S-C3800A WorkstationItem 8: 5-total, S-C3800A WorkstationItem 9: 5-total, S-C3800A WorkstationItem 10: 5-total, S-C3800A WorkstationItem 11: 10-total, S-C3800A WorkstationItem 12: 10-total, S-C3800A WorkstationItem 13: 5-total, S-C3800A WorkstationItem 14: 5-total, S-C3800A WorkstationItem 15: 5-total, S-C3800A WorkstationItem 16: 5-total, S-C3800A WorkstationItem 17: 10-total, S-C3800A WorkstationItem 18: 10-total, S-C3800A WorkstationItem 19: 10-total, S-C3800A WorkstationItem 20: 10-total, S-C3800A WorkstationItem 21: 15-total, S-C3800A WorkstationItem 22: 15-total, S-C3800A WorkstationItem 23: 10-total, S-C3800A WorkstationItem 24: 5-total, S-C3800A WorkstationItem 25: 15-total, S-C3800A WorkstationItem 26: 10-total, S-C3800A WorkstationItem 27: 5-total, S-C3800A WorkstationItem 28: 5-total, S-C3800A WorkstationItem 29: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S- 5314 Chief Physician 5-total, S-C3800A WorkstationItem 30: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician

           

Item 31: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician Item 32: 2-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician Item 33: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician Item 34: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician Item 35: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician Item 36: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S- 5314 Chief Physician Item 37: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician Item 38: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-4448, Manager Office, S-4707 Finance Office, S-5202 Finance Office, S-5314 Chief Physician

           

Exhibit A – RFQ No. 901030Page 31

Page 52: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIREMENTS CHECKLISTBid Form 2, Item 38: Keyboard Tray, HERMAN-MILLER, THRIVE

The Keyboard Tray will be used in an office setting.

Quantity Required: Item 38: 42

No. DescriptionComplies?[Yes / No]

Request for Substitution Submitted?[Yes / No]

The unit shall be designed to be used as a Keyboard Tray with the following features :

1.The LS series of keyboard solutions feature an innovative, slim profile keyboard mechanism and platforms that accommodate virtually any application.

           

2.The LS mechanism has an 8-7/8" height range; 2-3/8" above the track and 6-1/2" below the track, making the LS mechanism ANSI/HFES 100-2007 compliant.

           

3. The LS mechanism has a dial-a-tilt range of +15°/- 20° and stores neatly beneath the work surface within 2" of space.            

4. Each keyboard solution is available with three specifiable track lengths to accommodate varying work surface depths.            

5. The comfort surface tray is an ideal solution for ergonomic keyboards.            

Basis Of Design - Physical Dimensions & Utilities:6. Size: Width 20" x Depth 21-3/4" x Height 3-3/4”            Accessories Required:7. None.            Optional Accessories:8. None.            Basis Of Design-Product/Manufacturers:

9.

The equipment listed below shall be used to establish a standard of quality, usefulness and appearance and be constructed of high quality, durable materials and components: Item 38: Herman-Miller, Thrive Y7727.2AHFinish: HDPE

           

Warranty: 10. 12 years, 3 shift.            Testing:

ANSI/HFES 100-2007 compliant.            Environmental Features:

MBDC Cradle to CradleSM Gold certified.            Furniture Marked for Rooms:

Item 38: 1-each, S-3403, 3405, 3407, 3522, 3524 Office, S-3369 & 3375 Office, S-4343 Supervisor Office, S-4707 Finance Office, S-4834 Office Manager, S-5202 Finance Office, S-5314 Chief Physician, S-5312 Endoscopy Procedures Manager, S-5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician4-total, U.C, Fast Track5-total, S-C3800A Workstations6-total, S-3402 Workstations

           

Exhibit A – RFQ No. 901030Page 32

Page 53: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIREMENTS CHECKLISTBid Form 2, Item 39-54: Systems Furniture, HERMAN-MILLER, ACTION OFFICE

The Systems Furniture will be used in an office setting.

Quantity Required: Item 39: 24, Item 40: 24, Item 41: 24, Item 42.1: 12, Item 42.2: 6, Item 43: 18, Item 44: 18, Item 45: 20, Item 46: 39, Item 47: 33, Item 48: 15, Item 49: 28, Item 50: 4, Item 51: 8, Item 52: 7, Item 53: 7, Item 54: 4

No. Description Complies?[Yes / No]

Request for Substitution Submitted?[Yes / No]

The unit shall be designed to be used as a Systems Furniture with the following features :

1. The structural sound-barrier panel shall have fabric surfaces, a painted top cap, cable management side covers, and adjustable glides.            

2. The work surface shall hang from a panel or wall strips and have predrilled holes for drawers.            

3. The panel shall be available in two depths and twenty-three widths.            

4. The work surface shall have a laminate top and thermoplastic edge or a veneer top and edge. Attachment hardware is included.            

5. The flipper door unit shall have a painted, fabric-covered, or veneer front. Attachment hardware is included. Shipped knocked down.            

6.The stacking glass panel shall attach to the top of an Action Office Series 1 or Series 2 panel and to an adjacent panel or stacking panel and/or connector of equal or greater height. It has a painted frame with a glass insert. The panel is UL listed.

           

7. The stacking glass panel can stack on 1 stacking fabric-covered panel. It cannot span 2 panels.            

8.The support panel shall attach to both a work surface and an Action Office® Series 2 thin base panel at the end of a panel run to provide support. It eliminates the need for a return panel and panel connector. It attaches under a work surface at the left or right end of a panel.

           

9. The support panel shall have a laminate or veneer surface and 1" adjustable glides. Attachment hardware included.            

10. The plastic drawer mounts under a hanging or freestanding work surface to store pencils and other small items. Mounting hardware is included.            

Basis Of Design - Physical Dimensions & Utilities:

11.

Size: Item 39: Width 48" x Depth 30" x Height 11-3/4”Item 40: Width 36" x Depth 30" x Height 11-3/4”Item 41: Width 24" x Depth 30" x Height 11-3/4”Item 42: Width 24" x Height 67”Item 43: Width 30" x Height 48”Item 44: Width 30" x Height 67”Item 45: Width 48" x Height 67”Item 46: Width 48" x Depth 16" x Height 14-1/2”Item 47: Width 24" x Depth 16" x Height 14-1/2”Item 48: Width 14-5/8" x Depth 28" x Height 26-3/8”Item 49: Width 21-1/8” x Depth 16-1/4” x Height 1-7/8”Item 50: Width 48" x Depth 30" x Height 26”Item 51: Width 14-5/8" x Depth 28" x Height 11-3/4”Item 52: Width 30" x Height 67”Item 53: Width 48" x Height 53”Item 54: Width 48" x Height 14”

           

Accessories Required:12. All coordinating panel connections and end caps.            Optional Accessories:13. None.            Basis Of Design-Product/Manufacturers:14. The equipment listed below shall be used to establish a standard of quality,

usefulness and appearance and be constructed of high quality, durable materials and components: Item 39: Herman-Miller, Action Office A2333.3048L1XLUFinish: 1X Vanilla FiberItem 40: Herman-Miller, Action Office A2310.3036L1XLU

           

Exhibit A – RFQ No. 901030Page 33

Page 54: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Finish: 1X Vanilla FiberItem 41: Herman-Miller, Action Office A2310.3024L1XLUFinish: 1X Vanilla FiberItem 42: Herman-Miller, Action Office A8125.4824JWMFinish: Grasscloth; 2102 Pampas, WM Warm Neutral Grey NeutralItem 43: Herman-Miller, Action Office A8125.4830JWMFinish: Grasscloth; 2102 Pampas, WM Warm Neutral Grey NeutralItem 44: Herman-Miller, Action Office A8125.6724JWMFinish: Grasscloth; 2102 Pampas, WM Warm Neutral Grey NeutralItem 45: Herman-Miller, Action Office A8125.6730JWMFinish: Grasscloth; 2102 Pampas, WM Warm Neutral Grey NeutralItem 46: Herman-Miller, Action Office A8125.6748JWMFinish: Grasscloth; 2102 Pampas, WM Warm Neutral Grey NeutralItem 47: Herman-Miller, Action Office A335.31648KAWMFinish: WM Warm Neutral Grey NeutralItem 48: Herman-Miller, Action Office A335.31624KAWMFinish: WM Warm Neutral Grey NeutralItem 49: Herman-Miller, Action Office Y5010.WMItem 50: Herman-Miller, Action Office A2310.3048L1XWMFinish: 1X Vanilla Fiber Item 51: Herman-Miller, Action Office A8131.6730JWMFinish: Grasscloth; 2102 Pampas, WM Warm Neutral Grey NeutralItem 52: Herman-Miller, Action Office A8131.5348JWMFinish: Grasscloth; 2102 Pampas, WM Warm Neutral Grey NeutralItem 53: Herman-Miller, Action Office A1169.1448LTTRWMFinish: WM Warm Neutral Grey NeutralItem 54: Herman-Miller, Action Office A8380.30LWMFinish: WM Warm Neutral Grey Neutral

           

Warranty: 15. 12 years, 3 shift.            Testing:

16.

The panel types listed below, when covered with the textiles identified below, meet the Class A requirements for flame spread and smoke development as specified by the National Fire Protection Association (NFPA) in the 2009 Life Safety Code No. 101, and the Underwriter’s Laboratories requirements for use with energy distribution components (listed by UL under Office Furnishings 1286).

           

17.

The entire panel surface has a Noise Reduction Coefficient (NRC) rating of .35. The tackable panel surface above the standard work surface height (approximately 29" from the floor) has an NRC rating of .60. The entire panel has a Sound Transmission Class (STC) rating of 26 and is UL listed. The panel has a Class A fire-retardant rating, except when upholstered with Customer’s Own Material (COM).

           

Environmental Features:18. Level™ 1 certified.            19. MBDC Cradle to CradleSM certified.            

20. Action Office components are up to 35% recyclable at the end of its useful life.            

21. Action Office shall be constructed of up to 41% recycled content (11% post consumer content, 30% pre consumer content).            

Furniture Marked for Rooms:

22.

Item 39: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 6-total, S-3402 Workstations 7-total, S-3516 WorkstationsItem 40: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 6-total, S-3402 Workstations 7-total, S-3516 Workstations

           

Item 41: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse

           

Exhibit A – RFQ No. 901030Page 34

Page 55: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 6-total, S-3402 Workstations 7-total, S-3516 WorkstationsItem 42: 1-each, S-3516 Workstations, S-3369 & 3375 Cafeteria Office, S- 4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S-5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc PhysicianItem 43: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 6-total, S-3402 Workstations 7-total, S-3516 WorkstationsItem 44: 1-each, S-3369 & 3375 Cafeteria Office 10-total, S-3516 Workstations 6-total, S-3402 WorkstationsItem 45: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 4-total, S-3402 Workstations 5-total, S-3516 WorkstationsItem 46: 1-each, S-5312 Endoscopy, S-5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 2-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, 12-total, S-3402 Workstations 10-total, S-3516 WorkstationsItem 47: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager 2-each,S-5312 Endoscopy, S-5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 6-total, S-3402 Workstations 7-total, S-3516 WorkstationsItem 48: 1-each, S-3369 & 3375 Cafeteria Office 7-total, S-3516 Workstations 6-total, S-3402 WorkstationsItem 49: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 4-total, U.C. Fast Track 6-total, S-3402 Workstations 7-total, S-3516 WorkstationsItem 50: 4-total, U.C. Fast Track Item 51: 4-total, U.C. Fast TrackItem 52: 4-total, U.C. Fast Track Item 53: 4-total, U.C. Fast TrackItem 54: 4-total, U.C. Fast Track

           

Exhibit A – RFQ No. 901030Page 35

Page 56: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIREMENTS CHECKLISTBid Form 2, Item 55-58: Storage Pedestals, HERMAN-MILLER, TU

The Storage Pedestals will be used in an office setting.

Quantity Required: Item 55.1: 13, Item 55.2: 11, Item 56.1: 13, Item 56.2: 11, Item 57: 4, item 58: 4

No. Description Complies?[Yes / No]

Request for Substitution Submitted?[Yes / No]

The unit shall be designed to be used as a Storage with the following features :

1. The freestanding pedestal fits below a hanging or freestanding work surface.            

2. The pedestal shall have a painted or veneer front, smooth-steel case, applied metal bar pulls, and 1" leveling glides. A counterweight is included.            

3. Box drawers are available with 3/4-extension or full-extension slides.            

4. File drawers have full-extension slides and hold letter-size front-to-back hanging files.            

5. All components with locks may be specified keyed alike.            Basis Of Design - Physical Dimensions & Utilities:

6.

Size: Item 55: Width 14-5/8" x Depth 28" x Height 26-3/8”Item 56: Width 14-5/8" x Depth 28" x Height 26-3/8”Item 57: Width 14-5/8" x Depth 28" x Height 26”Item 58: Width 14-5/8" x Depth 28" x Height 26”

           

Accessories Required:7. None.            Optional Accessories:8. None.            Basis Of Design-Product/Manufacturers:

9.

The equipment listed below shall be used to establish a standard of quality, usefulness and appearance and be constructed of high quality, durable materials and components: Item 55: Herman-Miller, Tu LQ10D28BBFSRSSHX Finish: LU Soft WhiteItem 56: Herman-Miller, Tu LQ10D28FFSBSSHXFinish: LU Soft WhiteItem 57: Herman-Miller, Tu LQ10D28BBFSRSSLUFinish: LU Soft WhiteItem 58: Herman-Miller, Tu LQ10D28FFSBSSLUFinish: LU Soft White

           

Warranty: 10. 12 years, 3 shift.            Testing: 11. None.            Environmental Features:12. Level™ 2 certified.            13. MBDC Cradle to CradleSM Silver certified.            14. Tu components are up to 98% recyclable at the end of its useful life.            

15. Tu shall be constructed of up to 32% recycled content (18-27% post consumer content, 4-6% pre consumer content).            

Furniture Marked for Rooms:16. Item 55: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor

Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 6 total, S-3402 Workstations 7-total, S-3516 WorkstationsItem 56: 1-each, S-3369 & 3375 Cafeteria Office, S-4343 Supervisor Office, S-4834 Office Manager, S-5312 Endoscopy, S- 5429 Infusion Workroom Clerical, S-5431 Nurse

           

Exhibit A – RFQ No. 901030Page 36

Page 57: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

Manager, S-5602 G.I. Physician, S-5608 Office Manager, S-5612 Nurse Manager, S-5814 Hem/Onc Physician 6 total, S-3402 Workstations 7-total, S-3516 WorkstationsItem 57: 4-total, U.C. Fast Track Item 58: 4-total, U.C. Fast Track

Exhibit A – RFQ No. 901030Page 37

Page 58: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

PRODUCT SUBSTITUTION REQUEST FORMMust be submitted if Substitution Quoted

REQUESTED SUBSTITUTION

Checklist #

Line Item # Mfr.

Catalog Number

Mfr.Model

NumberDescription

Size Dimensions

(Length, Width, Height)

WeightCustomer’s

Own Materials

Finish Options

                                                     

                                                     

                                                     

                                                     

                                                     

                                                     

                                                     

*print and use additional pages as necessary

Exhibit A – RFQ No. 901030Page 38

Page 59: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, Key Personnel, etc.).

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the quotation and their corresponding page numbers. Tabs should separate each of the individual sections.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities and approach in providing its goods and/or services to the County, and provide a brief synopsis of the highlights of the Proposal and overall benefits of the Proposal to the County. This synopsis should not exceed three (3) pages in length and should be easily understood.

3. Key Personnel: Bid responses shall include a complete list of all key personnel associated with the RFQ. This list must include all key personnel who will provide services/training to County staff and all key personnel who will provide maintenance and support services. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with

Bidder; (b) The role that the person will play in connection with the RFQ;(c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and(e) Person’s relevant experience, certifications, and/or merits.

4. Description of the Proposed Equipment/System: Bid response shall include a description of the proposed equipment/system, as it will be finally configured during the term of the contract. The description shall specify how the proposed equipment/system will meet or exceed the requirements of the County and shall explain any advantages that this proposed equipment/system would have over other possible equipment/systems. The description shall include any disadvantages or limitations that the County should be aware of in evaluating the proposal/quotation. Finally, the description shall describe all product warranties provided by Bidder.

5. Description of the Proposed Services: Bid response shall include a description of the terms and conditions of services to be provided during the contract term including response times. The description shall contain a basis of estimate for services including its scheduled start and completion dates, the number of Bidder’s and County personnel involved, and the number of hours scheduled for such personnel. The description shall identify spare or replacement parts that will be required in performing maintenance services, the anticipated location(s) of such spare parts, and how quickly such parts shall be available for repairs. Finally, the description must: (1) specify how the services in the bid response will meet or exceed the requirements of the County; (2) explain any special resources, procedures or approaches that make the services of Bidder particularly advantageous to the County; and (3) identify any limitations or restrictions of Bidder in providing the services that the County should be aware of in evaluating its Response to this RFQ.

6. References:

(a) Bidders must use the templates on pages 43-44 of this Exhibit A – Bid Response Packet to provide references.

Exhibit A – RFQ No. 901030Page 39

Page 60: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

(b) Bidders are to provide a list of five (5) current and three (3) former clients. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions.

Bidders must verify the contact information for all references provided is current and valid.

Bidders are strongly encouraged to notify all references that the County may be contacting them to obtain a reference.

(c) The County may contact some or all of the references provided in order to determine Bidder’s performance record on work similar to that described in this request. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

7. Exceptions, Clarifications, Amendments:

(a) This shall include clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and shall be submitted with your bid response using the template on page 45 of this Exhibit A – Bid Response Packet.

(b) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

8. SLEB Partnering Information Sheet:

(a) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found in this Exhibit A immediately following this paragraph) indicating their SLEB certification status and, if not certified, the name, identification information, and goods/services to be provided by the SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement. If a SLEB subcontractor(s) is named, the Exhibit must be signed by the SLEB(s) according to the instructions.

Exhibit A – RFQ No. 901030Page 40

Page 61: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFQ No. 901030 – Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Office Furniture (Workstations)

In order to meet the Small Local Emerging Business (SLEB) requirements of this Error: Reference source not found, all bidders must complete this form as required below.

Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must be independently owned and operated from the prime Contractor with no employees of either entity working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC).

County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

NAICS Codes Included in Certification:      

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT       % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING GOODS/SERVICES:      

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

SLEB Certification Status: Small / Emerging

NAICS Codes Included in Certification:      

SLEB Subcontractor Principal Name:      

SLEB Subcontractor Principal Signature: Date:      

Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Signature: Date:      

Exhibit A – RFQ No. 901030Page 41

Page 62: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

CURRENT REFERENCES

Contractor Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – RFQ No. 901030Page 42

Page 63: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

FORMER REFERENCES

Contractor Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – RFQ No. 901030Page 43

Page 64: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

Contractor Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference to: DescriptionPage No. Section Item No.

p. 23D 1.c. Contractor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Exhibit A – RFQ No. 901030Page 44

Page 65: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT BINSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFQ, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the Contractor performing on this RFQ:

*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***

Exhibit B – RFQ No. 901030Page 1

Page 66: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability

$1,000,000 per occurrence (CSL)Bodily Injury and Property Damage

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL)Any AutoBodily Injury and Property Damage

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $100,000 per accident for bodily injury or disease

D Endorsements and Conditions : 1. ADDITIONAL INSURED: ALL INSURANCE REQUIRED ABOVE WITH THE EXCEPTION OF PERSONAL AUTOMOBILE

LIABILITY, WORKERS’ COMPENSATION AND EMPLOYERS LIABILITY, SHALL BE ENDORSED TO NAME AS ADDITIONAL INSURED: COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF, AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES AND REPRESENTATIVES.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods:– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party),

or at minimum named as an “Additional Insured” on the other’s policies.– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.

7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to:

- Department/Agency issuing the contract- With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)

Certificate C-1 Page 1 of 1 Form 2001-1 (Rev. 03/15/06)

Exhibit B – RFQ No. 901030Page 2

Page 67: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT CVENDOR LIST

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901030, and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program.

RFI No. 901030 - Highland Hospital Acute Tower Replacement (ATR) Project (Phase 2): Office Furniture (Workstations)

Business Name Contact Name Contact Phone Address City State Email

Keller Group Office Environment Alexandria Alvarado 916-231-9229 3041 65th Street, Ste 3 Sacramento [email protected]

One Workplace Terry de la Cuesta 408-719-33161057 Montague Expressway Milpitas CA [email protected]

Haworth Eden M. Fardanesh 415-490-2847 555 Mission Street San Francisco CA [email protected]

Herman Miller Susan Casper 415-433-2900 23 Geary Street, Suite 900 San Francisco CA [email protected]

Knoll Wendy Siegel 415-623-3425 317 Montgomery Street San Francisco CA [email protected]

Unisource Solutions Anthony Amaya 510-475-2023 31101 Wiegman Road Hayward CA [email protected]

Pivot Interiors Loretta Adema 925-743-36064733 Chabot Drive, Suite 201 Pleasanton CA [email protected]

KBM Workspace Sergio Prieto 408-351-7105 44921 Industrial Drive Fremont CA [email protected]

Krueger International Ted Flores 925-743-9988 1330 Bellevue Street Green Bay WI [email protected] Project Management & Installation Paul Olney 510-673-8239 38507 Cherry Street Newark CA

Systems & Space Inc. Carla Hansmeyer 800-766-7612 500 Bolder Court, Suite B Pleasanton CA [email protected]

TDM Enterprise Ida Marmon 510-562-0554 289 Cherrywood Ave San Leandro CA [email protected]

AA Office Equipment Co. Lyle Erickson 510-782-6110 2140 American Avenue CA [email protected]

Ergonomic Product & Seating Ted Chow 925-736-61761611 San Pablo Avenue, #10D Berkeley CA [email protected]

Office Relief Brian Vest 510-383-1190 516 McCormick Street San Leandro CA [email protected]

Premier Ergonomic Services Fred Harden 510-585-3746 6978 Sierra Court Dublin CA [email protected]

Return to Work Ana Recinos 510-336-1203 3339 Herrier Street Oakland CA [email protected]

Contract Office Group Dennis Jackson 408-890-9823 931 Cadillac Court Milpitas CA [email protected]

Keller Group Alexandria Alvarado (916)231-9229 3041 65th Street, Suite 3 Sacramento [email protected]

Exhibit C – RFQ No. 901030Page 1

Page 68: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT D - FLOOR PLAN REFERENCE DRAWINGS FOR DESIGN SERVICES

Exhibit D – RFQ No. 901030Page 1

Page 69: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT D - FLOOR PLAN REFERENCE DRAWINGS FOR DESIGN SERVICES

Exhibit D – RFQ No. 901030Page 2

Page 70: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT D - FLOOR PLAN REFERENCE DRAWINGS FOR DESIGN SERVICES

Exhibit D – RFQ No. 901030Page 3

Page 71: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT D - FLOOR PLAN REFERENCE DRAWINGS FOR DESIGN SERVICES

Exhibit D – RFQ No. 901030Page 4

Page 72: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT D - FLOOR PLAN REFERENCE DRAWINGS FOR DESIGN SERVICES

Exhibit D – RFQ No. 901030Page 5

Page 73: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT D - FLOOR PLAN REFERENCE DRAWINGS FOR DESIGN SERVICES

Exhibit D – RFQ No. 901030Page 6

Page 74: 901032 RFQ Highland Hospital Clinical Furniture · Web viewbidders shall not modify bid form(s) or qualify their bids. bidders shall not submit to the county a scanned, re-typed,

EXHIBIT D - FLOOR PLAN REFERENCE DRAWINGS FOR DESIGN SERVICES

Exhibit D – RFQ No. 901030Page 7