The Format of This RFQ Has Been Simplified

Total Page:16

File Type:pdf, Size:1020Kb

The Format of This RFQ Has Been Simplified

**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

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. COUNTY OF ALAMEDA

REQUEST FOR QUOTATION No. 901031 for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

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 DUE by 2:00 p.m. on January 25, 2013 at Alameda County, GSA–Purchasing 1401 Lakeside Drive, Suite 907 Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain.

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

I:\PURCHASING\Contracting Opportunities\Purchasing\Highland Hospital - Furniture (SeatingTables)\RFQ_HighlandHospitalATR.doc Revision 2012-11-02 If printing this document, please print only what you need, print double-sided, and use recycled- content paper. COUNTY OF ALAMEDA REQUEST FOR QUOTATION No. 901031 SPECIFICATIONS, TERMS & CONDITIONS for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

TABLE OF CONTENTS Page I. STATEMENT OF WORK 4 A. INTENT 4 B. SCOPE4 C. VENDOR QUALIFICATIONS 4 D. SPECIFIC REQUIREMENTS 5 E. DELIVERABLES / REPORTS 7 II. CALENDAR OF EVENTS 8 F. NETWORKING / BIDDERS CONFERENCES 9 III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 9 G. CONTRACT EVALUATION AND ASSESSMENT 9 H. NOTICE OF INTENT TO AWARD 10 I. TERM / TERMINATION / RENEWAL 10 J. BRAND NAMES AND APPROVED EQUIVALENTS 11 K. QUANTITIES 11 L. PRICING 11 M. AWARD 13 N. METHOD OF ORDERING 14 O. WARRANTY 15 P. INVOICING 15 Q. GENERAL REQUIREMENTS 15 R. ACCOUNT MANAGER / SUPPORT STAFF 16 IV. INSTRUCTIONS TO BIDDERS 16 S. COUNTY CONTACTS 16 T. SUBMITTAL OF BIDS 17 U. RESPONSE FORMAT 20

ATTACHMENTS EXHIBIT A – Bid Response Packet EXHIBIT B – INSURANCE REQUIREMENTS EXHIBIT C – VENDOR BID LIST Exhibit D – Floor Plan Reference Drawings for Design Services Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe Furniture (Seating and Tables) 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 bidders 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.

d. Bidder must authorize the transfer of the manufacturer’s warranty from the County (as purchaser of the furniture) to the Alameda County Medical

RFQ No. 901031 Page 4 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Center (operator of the facility) without voiding the warranty. The warranty shall start with the date of operation of the facility.

e. 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

2. Please refer to Exhibit A Bid Form 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 M.

3. Upon award of 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 of furniture quantities.

4. 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 Furniture (Seating and Tables) supplied shall comply with the State of California seismic bracing codes and requirements, and as required, seismic anchorage shall be provided by the Vendor.

5. 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.

(1) Delivery shall be made to the Highland Hospital ATR Project, 1141 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.

RFQ No. 901031 Page 5 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

(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 February/March 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 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 and infection control requirements of Highland Hospital. Specific safety and infection control requirements and compliance documents will be provided to the contractor at start of contract.

RFQ No. 901031 Page 6 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

E. DELIVERABLES / REPORTS 6. Design Services a. Contractor shall provide furniture location plans for all furniture which shall be used for installation coordination by the Contractor and the County. The furniture location plans shall comply with ADA requirements of the California Building Code. The Contractor must present the County with two (2) furniture layout options for the areas/rooms indicated by an asterisk (*) in the table below. 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-3106 Conference S-3108 Conference S-3112 Conference S-3116 Executive Waiting* S-3702 Conference S-3706 Conference S-3106A Furniture Storage S-3108A Furniture Storage S-3112A Furniture Storage MB-A2.10.1 Enlarged Floor Plan – Level 4.1 S-4106 Cardiac Clinic Waiting* S-4108 Blood Draw Waiting* S-4114 Urgent Care Family Waiting* S-C4700A Sub Waiting* MB-A2.10.3 Enlarged Floor Plan – Level 4.3 S-4201 Waiting Area* S-4301 Waiting* S-C4900 Lobby* MB-A2.11.1 Enlarged Floor Plan - Level 5.1 S-5106 G.I. Clinic Waiting* S-5112 Hem/Onc Clinic Waiting* S-5118 Infusion Center Waiting* MB-A2.11.3 Enlarged Floor Plan – Level 5.3 S-5201 Procedures Waiting* 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,

RFQ No. 901031 Page 7 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

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.

7. 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.

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

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

II. CALENDAR OF EVENTS EVENT DATE/LOCATION Request Issued December 12, 2012 Written Questions Due by 5:00 pm on December 28, 2012 at: General Services Agency Networking/Bidders December 27, 2012 @ 2:00 Conference Room 1107 Conference #1 p.m. 1401 Lakeside Drive Oakland, CA 94612 at: County of Alameda- Public Works Agency Networking/Bidders December 28, 2012 @ 10:00 951 Turner Court, Conference #2 a.m. Room 230 A & B Hayward, CA 94545 Addendum Issued January 11, 2013 Response Due January 25, 2013 by 2:00 p.m. Evaluation Period January 25 – February 8, 2013 GSA Award Date February 11, 2013 Contract Start Date February 13, 2013

RFQ No. 901031 Page 8 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

Networking/bidders conferences will be held to:

10. 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.

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

12. 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 conference(s).

Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a 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:

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

14. 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.

RFQ No. 901031 Page 9 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

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

15. 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:

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

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

16. 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.

17. 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

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

19. By mutual agreement, any contract which may be awarded pursuant to this RFQ, may be extended for two (2) additional one (1)-year terms at agreed prices with all other terms and conditions remaining the same.

RFQ No. 901031 Page 10 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

D. BRAND NAMES AND APPROVED EQUIVALENTS

20. 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.

21. 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.

22. 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

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

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

25. 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.

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

RFQ No. 901031 Page 11 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

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

28. 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 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.

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

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

31. 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.

32. 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.

33. 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

RFQ No. 901031 Page 12 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract.

G. AWARD

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

35. 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..

36. 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.

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.

37. 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.

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

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

RFQ No. 901031 Page 13 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

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

41. 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.

42. 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

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

44. 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.

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

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

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

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

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

RFQ No. 901031 Page 14 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

I. WARRANTY

50. 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 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

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

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

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

54. 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.

55. Contractor shall utilize standardized invoice upon request.

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

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

58. The County will pay Contractor monthly or as agreed upon, not to exceed the total Error: Reference source not found quoted in the bid response.

K. GENERAL REQUIREMENTS

59. 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.

RFQ No. 901031 Page 15 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

60. 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.

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

L. ACCOUNT MANAGER / SUPPORT STAFF

62. 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.

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

64. 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.

65. 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:

Kai Moore, Contracts Specialist II Alameda County, GSA–Purchasing

RFQ No. 901031 Page 16 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

1401 Lakeside Drive, Suite 907 Oakland, CA 94612 E-Mail: [email protected] PHONE: (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

66. 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.

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.

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

Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables) RFQ No. 901031 Alameda County, GSA–Purchasing 1401 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.

RFQ No. 901031 Page 17 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

*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.

68. 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 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.

69. 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.

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

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

72. 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.

73. 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

RFQ No. 901031 Page 18 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

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.

74. 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.

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

76. 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.

77. 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.

78. 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).

79. 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.

RFQ No. 901031 Page 19 Specifications, Terms & Conditions for Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

C. RESPONSE FORMAT

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

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

82. 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. 901031 Page 20 EXHIBIT A BID RESPONSE PACKET

RFQ No. 901031 – Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

To: The County of Alameda

From: (Official Name of Bidder)

. 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. 901031 Page 1 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. 901031 – Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables).

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. 901031 Page 2 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. 901031 Page 3 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. 901031 Page 4 BID FORM(S)

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 COST SUBTOTAL A (ITEMS 1 – 24) SUBTOTAL B (ITEMS 25 – 39) SUBTOTAL C (ITEMS 40 – 42) SUBTOTAL D (ITEMS 43 – 50) SUBTOTAL E (ITEM 51) SUBTOTAL F (ITEMS 52 – 72) PROJECT SUBTOTAL (A+B+C+D+E+F)

TAX (8.75%)

DELIVERY/INSTALLATION

GRAND TOTAL

Exhibit A – RFQ No. 901031 Page 5 BID FORM 2 Substitution Submitted Plan Size (yes or no) Qty Extended Cost (c) Item # Mfr. Item Model # Customer's Own Materials Unit Cost (b) Code Finish Selection Product (a) c=a*b Substitution Line Item # Maharam; Chime, 018 25"W x 28"D x 34-1/2"H, 18-1/2"SH 1.1 4B-2 Krug Solis (21" start) SOL2-SGU21OPU Copper (back), Maharam; 6 Silver Metallic (legs), urethane arm Random, 004 Prism (seat) 25"W x 28"D x 34-1/2"H, 18-1/2"SH Maharam; Reverie, 003 1.2 4D-1B Krug Solis (21" start) SOL2-SGU21OPU 4 Silver Metallic (legs), urethane arm Terrace (back/seat) Maharam; Chime, 011 25"W x 28"D x 34-1/2"H, 18-1/2"SH 1.3 5B-2 Krug Solis (21" start) SOL2-SGU21OPU Tranquil (back), Maharam; 7 Silver Metallic (legs), urethane arm Random, 010 Rain (seat) Maharam; Chime, 018 23"W x 28"D x 34-1/2"H, 18-1/2"SH 2.1 4B-2A Krug Solis (21" center) SOL2-CGU21OPU Copper (back), Maharam; 10 Silver Metallic (legs), urethane arm Random, 004 Prism (seat) 23"W x 28"D x 34-1/2"H, 18-1/2"SH Maharam; Reverie, 003 2.2 4D-1B-1 Krug Solis (21" center) SOL2-CGU21OPU 2 Silver Metallic (legs), urethane arm Terrace (back/seat) Maharam; Chime, 011 23"W x 28"D x 34-1/2"H, 18-1/2"SH 2.3 5B-2A Krug Solis (21" center) SOL2-CGU21OPU Tranquil (back), Maharam; 16 Silver Metallic (legs), urethane arm Random, 010 Rain (seat) Maharam; Chime, 018 23"W x 28"D x 34-1/2"H, 18-1/2"SH 3.1 4B-2B Krug Solis (21" end) SOL2-EGU21OPU Copper (back), Maharam; 5 Silver Metallic (legs), urethane arm Random, .004 Prism (seat) 23"W x 28"D x 34-1/2"H, 18-1/2"SH Maharam; Reverie, 003 3.2 4D-1B-2 Krug Solis (21" end) SOL2-EGU21OPU 3 Silver Metallic (legs), urethane arm Terrace (back/seat) Maharam; Chime, 011 23"W x 28"D x 34-1/2"H, 18-1/2"SH 3.3 5B-2B Krug Solis (21" end) SOL2-EGU21OPU Tranquil (back), Maharam; 8 Silver Metallic (legs), urethane arm Random, 010 Rain (seat) .Maharam; Chime, 0.18 Solis (bariatric 34"W x 28"D x 34-1/2"H, 18-1/2"SH 4.1 4B-2C Krug SOL2-SGU30OPU Copper (back), Maharam; 4 30"start) Silver Metallic (legs), urethane arm Random, 004 Prism (seat) Solis (bariatric 34"W x 28"D x 34-1/2"H, 18-1/2"SH Maharam; Reverie, 003 4.2 4D-1 Krug SOL2-SGU30OPU 2 30"start) Silver Metallic (legs), urethane arm Terrace (back/seat) Maharam; Chime, 011 Solis (bariatric 34"W x 28"D x 34-1/2"H, 18-1/2"SH 4.3 5B-2C Krug SOL2-SGU30OPU Tranquil (back), Maharam; 6 30"start) Silver Metallic (legs), urethane arm Random, 010 Rain (seat)

Exhibit A – No. Page 6 BID FORM 2 Substitution Submitted Plan Size (yes or no) Qty Extended Cost (c) Item # Mfr. Item Model # Customer's Own Materials Unit Cost (b) Code Finish Selection Product (a) c=a*b Substitution Line Item # Maharam; Chime, 002 Solis (bariatric 34"W x 28"D x 34-1/2"H, 18-1/2"SH 4.4 4C-1 Krug SOL2-SGU30OPU Honey (back), Maharam; 1 30"start) Silver Metallic (legs), urethane arm Random, 003 Lichen (seat) Maharam; Chime, 018 Solis (bariatric 32"W x 28"D x 34-1/2"H, 18-1/2"SH 5.1 4B-2C-1 Krug SOL2-CGU30OPU Copper (back), Maharam; 4 30"center) Silver Metallic (legs), urethane arm Random, 004 Prism (seat) Not 5.2 ------Used Maharam; Chime, 011 Solis (bariatric 32"W x 28"D x 34-1/2"H, 18-1/2"SH 5.3 5B-2D Krug SOL2-CGU30OPU Tranquil (back), Maharam; 6 30"center) Silver Metallic (legs), urethane arm Random, 010 Rain (seat) Maharam; Chime, 018 Solis (bariatric 32"W x 28"D x 34-1/2"H, 18-1/2"SH 6.1 4B-2C-2 Krug SOL2-EGU30OPU Copper (back), Maharam; 4 30"end) Silver Metallic (legs), urethane arm Random, 004 Prism (seat) Solis (bariatric 32"W x 28"D x 34-1/2"H, 18-1/2"SH Maharam; Reverie, 003 6.2 4D-1A Krug SOL2-EGU30OPU 2 30"end) Silver Metallic (legs), urethane arm Terrace (back/seat) Maharam; Chime, 011 Solis (bariatric 32"W x 28"D x 34-1/2"H, 18-1/2"SH 6.3 5B-2E Krug SOL2-EGU30OPU Tranquil (back), Maharam; 6 30"end) Silver Metallic (legs), urethane arm Random, 010 Rain (seat) Maharam; Chime, 002 Solis (bariatric 32"W x 28"D x 34-1/2"H, 18-1/2"SH 6.4 4C-1A Krug SOL2-EGU30OPU Honey (back), Maharam; 1 30"end) Silver Metallic (legs), urethane arm Random, .003 Lichen (seat) 78-1/2"W x 28" D x 34-1/2"H, 18- Maharam; Chime, 018 Solis (3-gang SOL2- 7.1 4B-2D Krug 1/2"SH Copper (back), Maharam; 3 w/arm) PCFGU24X3BOPU Silver Metallic (legs), urethane arm Random, 004 Prism (seat) Not 7.2 Used 78-1/2"W x 28" D x 34-1/2"H, 18- Maharam; Chime, 011 Solis (3-gang SOL2- 7.3 5B-2G Krug 1/2"SH Tranquil (back), Maharam; 6 w/arm) PCFGU21X3BOPU Silver Metallic (legs), urethane arm Random, 010 Rain (seat)

Exhibit A – No. Page 7 BID FORM 2 Substitution Submitted Plan Size (yes or no) Qty Extended Cost (c) Item # Mfr. Item Model # Customer's Own Materials Unit Cost (b) Code Finish Selection Product (a) c=a*b Substitution Line Item # 78-1/2"W x 28" D x 34-1/2"H, 18- .Maharam; Chime, 002 Solis (3-gang SOL2- 7.4 4C-1B Krug 1/2"SH Honey (back), Maharam; 2 w/arm) PCFGU24X3BOPU Silver Metallic (legs), urethane arm Random, 003 Lichen (seat) 4B-2E 30-1/2"W x 39"D Wilsonart, 9065GG Cocoa 8. 4C-1C Krug Solis (corner table) SOL4-LKCSF90 21 Silver Metallic (legs), urethane arm Chile 5B-2H 4B-2F 22"W x 22"D x 16"H Wilsonart, 9065GG Cocoa 9. Krug Solis (end table) SOL4-LKE-22-22 6 5B-2I Silver Metallic (legs), urethane arm Chile Solis (center 22"W x 22"D x 16"H Wilsonart, 9065GG Cocoa 10.1 4C-1D Krug SOL4-LKI-22-22 1 square table) Silver Metallic (legs), urethane arm Chile Solis (center 22"W x 22"D x 16"H Wilsonart, Blanco 10.2 4D-1C Krug SOL4-LKI-22-22 4 square table) Silver Metallic (legs), urethane arm Riverstone 29"S x 30-1/2"D x 34-1/2"H, 17-1/4" Arc-Com; Yo-Yo, Antique 11. 3A-1 Krug Jordan (Lounge) JOR3-1WOD SH, 26" AH 2 Gold #5 (AC-69144) Dark Walnut on Beech 29"S x 30-1/2"D x 34-1/2"H, 17-1/4" Architex; Seabed, Bondi 12. 4E-1 Krug Jordan (Lounge) JOR3-1WOD SH, 26" AH 2 Beach Medium Anirgre on Beech 28'W x 27"D x 34-14"H, 18-1/2"SH, JOR2- Maharam; Decode, 010 13. 3A-1A Krug Jordan (3 multi) 26"AH 1 PCG21X3OPS Woodsmoke Dark Walnut on Beech 40-3/4"W x 27"D x 34-1/4"H, 18- JOR2- Maharam; Cadence, 001 14. 4E-2 Krug Jordan (2-Multi) 1/2"SH, 26"AH 2 PCFG21X2OPS Quill (back/seat) Medium Anirgre on Beech 70-1/2'W x 27"D x 34-1/4"H, 18- JOR2- Maharam; Cadence, 001 15. 4E-2A Krug Jordan (3-Multi) 1/2"SH, 26"AH 1 PCFG21X3OPS Quill (back/seat) Medium Anirgre on Beech 28'W x 27"D x 34-1/4"H, 18-1/2"SH, Maharam; Cadence, 001 16. 4E-2B Krug Jordan (21" Start) JOR2-SG21OPS 26"AH 1 Quill (back/seat) Medium Anirgre on Beech

Exhibit A – No. Page 8 BID FORM 2 Substitution Submitted Plan Size (yes or no) Qty Extended Cost (c) Item # Mfr. Item Model # Customer's Own Materials Unit Cost (b) Code Finish Selection Product (a) c=a*b Substitution Line Item # 28'W x 27"D x 34-1/4"H, 18-1/2"SH, Maharam; Cadence, 001 17. 4E-2C Krug Jordan (21" End) JOR2-EG21OPS 26"AH 1 Quill (back/seat) Medium Anirgre on Beech 48'W x 27"D x 34-1/4"H, 18-1/2"SH, Maharam; Cadence, 001 18. 4E-2D Krug Jordan (44" Start) JOR2-SG44OPS 26"AH 1 Quill (back/seat) Medium Anirgre on Beech 48'W x 27"D x 34-1/4"H, 18-1/2"SH, Maharam; Cadence, 001 19. 4E-2E Krug Jordan (44" End) JOR2-EG44OPS 26"AH 1 Quill (back/seat) Medium Anirgre on Beech Jordan (Circular 18"DIA x 16"H 20. 3A-2 Krug JOR4-18D-16 N/A 1 Table) Dark Walnut on Beech Jordan (Circular 18"DIA x 16"H 21. 4E-4 Krug JOR4-18D-16 N/A 1 Table) Medium Anirgre on Beech Jordan (Center 22"W x 22"D 22. 4E-5 Krug JOR4-LKI-22-22 N/A 3 Square Table) Medium Anirgre on Beech Jordan (End 22"W x 22"D 23. 4E-5A Krug JOR4-LKE-22-2 N/A 1 Square Table) Medium Anirgre on Beech Jordan (Rect 30-1/2"W x 30-1/2"D 24. 4E-5B Krug JOR4-LKCSF90 N/A 2 Corner Table) Medium Anirgre on Beech

Subtotal A (Items #1 – 24)

Exhibit A – No. Page 9 BID FORM 2

Substitution Submitted Plan Size Customer’s (yes or no) Qty Extended Cost © Item # Mfr. Item Model # Unit Cost (b) Code Finish Selection Own Materials Product (a) c=a*b Substitution Line Item # 26-1/2"W x 26-1/2"D - 38-41"H, 21-1/2"SH 3B-1 Arc-Com; Polished aluminum base/arms, soft wheel 25. 3E-1 Coalesse Chord (mid-back) 796AU Bronco, Cocoa 50 casters, Knee-tilt with pneumatic height 3G-1 #6 adjustment and tilt lockout Architex; Kathryn (round 22W x 22-3/4"D x 32"H, 18"SH 26.1 3C-3 Coalesse 2542R-1 Cheerio, 4 arm) V1CC Medium Amber Cherry Kensington Maharam; 3D-8 Kathryn (round 22W x 22-3/4"D x 32"H, 18"SH 26.2 Coalesse 2542R-1 Decode, 002 44 3J-3 arm) V1CC Medium Amber Cherry Chamois Maharam; N/A 26.3 5F-4 Coalesse Kathryn 2542R-1 Flicker, 003 2 #V1CC Medium Amber Cherry Sandbox 22-1⁄2"D x 22-1⁄2"W x 33-1⁄4"H, 18"SH Architex; 27. 3H-1 Coalesse Enea w/arm 3501 45 Silver Metallic Pumice, Wood 22-1⁄2"D x 22-1⁄2"W x 33-1⁄4"H, 18"SH Architex; 28. 3H-2 Coalesse Enea w/arm 3501 45 Silver Metallic Pumice, Alloy 3H-3 4G-3 34"D x 26"W x 34"H (9 chairs high) 29. Coalesse Enea (dolly) 9014S N/A 14 5G-4 Natural Cherry 5H-6 22-1/2"W x 22-1/2"D x 33-1/4"H, 18"SH 30. 3I-1 Coalesse Enea w/ arm 3503 N/A 60 Silver Metallic (legs), #400 Black (seat/back) 3I-1A 22-1/2"W x 22-1/2"D x 33-1/4"H, 18"SH 114 31.1 4G-1 Coalesse Enea 3503S N/A Silver Metallic (legs), #400 Black (seat/back) 4M-2 5G-2 22-1/2"W x 22-1/2"D x 33-1/4"H, 18"SH 5H-5 31.2 Coalesse Enea 3503S Silver Metallic (legs), #401 Powder Blue N/A 53 5M-1 (seat/back) 5N-2

Exhibit A – No. Page 10 BID FORM 2 Substitution Submitted Plan Size Customer’s (yes or no) Qty Extended Cost © Item # Mfr. Item Model # Unit Cost (b) Code Finish Selection Own Materials Product (a) c=a*b Substitution Line Item # 22"W x 24-3/4"D x 45-1/2"H, 30-1/2"SH 32. 3I-2 Coalesse Enea (stool) 3513 Silver Metallic (legs), #404 Pumpkin N/A 40 (seat/back) 4A-6 36"DIA x 18"H 33. Coalesse Enea (kids table) H35-T3618L N/A 2 5A-6 #2891 Ingot (top), Silver Metallic (edge/base) 42"DIA x 30"H 34. 5N-1 Coalesse Enea (table) H35-T4230L N/A 1 #2892 Ash (top), Silver Metallic (base/edge) 60"W x 30"D x 28-1/2"H 27 35. 3H-4A Coalesse Akira AKF6030RTC #4142 Platinum Gloss (base), #2406 Clear N/A Cherry (top & edge), modesty panel Architex; Seabed, Bondi 391 w/ 29-1⁄2"D x 28"Wx 32-1⁄2"H, 17-1/2"SH Beach (B, C, & 36.1 4A-2 Coalesse Switch attachment 4 N/A E), Architex; straps Pumice, Gold Dust (A&D) Architex; Seabed, Pula 391 w/ 29-1⁄2"D x 28"Wx 32-1⁄2"H, 17-1/2"SH Beach (B, C, & 36.2 5A-2 Coalesse Switch attachment 2 N/A E), Architex; straps Pumice, Alloy (A&D) 4A-3 13-1/2"W x 15-3/4"D x 23"H 37. 5A-3 Coalesse Diekman 47-T23EL N/A 4 #3402 Clear Cherry 5F-3 4A-4 42"DIA x 15-3/4" 38. Coalesse Circa 45-T42RD N/A 2 5A-4 #3402 Clear Cherry, w/ metal center panel

Exhibit A – No. Page 11 BID FORM 2 Substitution Submitted Plan Size Customer’s (yes or no) Qty Extended Cost © Item # Mfr. Item Model # Unit Cost (b) Code Finish Selection Own Materials Product (a) c=a*b Substitution Line Item # Designtex; Alemany, 4I-1 30-1/2"W x 27"D x 32"H, 17-1/2"SH Mineral (seat), 39. Coalesse Sidewalk High Back 8 5I-1 SV Silver Powdercoat (legs) Designtex; Rumeli, Carob (back) Subtotal B

(Items #25-39)

Exhibit A – No. Page 12 BID FORM 2

Substitution Submitted Plan Size Customer's Own Extended Cost (c) Item # Mfr. Item Model # (yes or no) Qty Unit Cost (b) Code Finish Selection Materials c=a*b Product Substitution Line Item # 4B-3A N/A Crew 40.1 4D-1E Turnstone TS30805 #3762 Dark Walnut (back), 4799 Architex; Fit, Herb 30 (Armless) 4E-6A Platinum (frame) N/A Crew 40.2 5B-3A Turnstone TS30805 #V1EW Dark Walnut (back), 4799 Architex; Fit, Bronze 4 (Armless) Platinum (frame) N/A Arc-com; Bronco, 41. 5F-2 Turnstone Crew TS30807 #3762 Dark Walnut (back), 4799 2 Seafoam #7 (AC-69366) Platinum (frame) 25"DIA x 23-1/2"H 4I-2 Campfire 42. Turnstone TS4TPTG #25L5 Virginia Walnut, w/ glass N/A 3 5I-2 Paper Table top Subtotal C

(Items # 40-42)

Exhibit A – No. Page 13 BID FORM 2

Substitution Submitted Plan Manufac Size Customer’s Own (yes or no) Qty Extended Cost © Item # Item Model # Unit Cost (b) Code turer Finish Selection Materials Product (a) c=a*b Substitution Line Item # 50"W x 24-1/2"D x 31-1/2" H Maharam; Chime, 018 Carolina Commons 3010-2-H1F- 43.1 4A-1 Warm Grey Powdercoat (Silver Ion Copper (back), Maharam; 5 Furniture (Loveseat) A4 antimicrobial) (legs) Random, 004 Prism (seat) Maharam; Chime, 011 49"W x 24-1/2"D x 31-1/2" H Carolina Commons 3010-2-H1F- Tranquil (back), 43.2 5A-1A Warm Grey Powdercoat (Silver Ion 3 Furniture (Loveseat) A4 Maharam; Random, 010 antimicrobial) (legs) Rain (seat) 26"W x 24-1/2"D x 31-1/2" H Maharam; Chime, 018 Carolina 3010-1-H1F- 44.1 4A-1B Commons (Lounge) Warm Grey Powdercoat (Silver Ion Copper (back), Maharam; 7 Furniture A4 antimicrobial) (legs) Random, 004 Prism (seat) Maharam; Chime, 011 26"W x 24-1/2"D x 31-1/2" H Carolina 3010-1-H1F- Tranquil (back), 44.2 5A-1B Commons (Lounge) Warm Grey Powdercoat (Silver Ion 4 Furniture A4 Maharam; Random, 010 antimicrobial) (legs) Rain (seat) 25"W x 24-1/2"D x 31-1/2" H Maharam; Chime, 018 Carolina Commons (Lounge 3010-1-A- 45.1 4A-1B-1 Warm Grey Powdercoat (Silver Ion Copper (back), Maharam; 17 Furniture add-on) H1F-A4 antimicrobial) (legs) Random, 004 Prism (seat) Maharam; Chime, 011 25"W x 24-1/2"D x 31-1/2" H Carolina Commons (Lounge 3010-1-A- Tranquil (back), 45.2 5A-1B-1 Warm Grey Powdercoat (Silver Ion 8 Furniture add-on) H1F-A4 Maharam; Random, 010 antimicrobial) (legs) Rain (seat) 48"W x 24-1/2"D x 31-1/2" H Maharam; Chime, 018 Carolina Commons (180 3010-180- 46.1 4A-1C Warm Grey Powdercoat (Silver Ion Copper (back), Maharam; 1 Furniture Lounge) H1F antimicrobial) (legs) Random, 004 Prism (seat) Maharam; Chime, 011 48"W x 24-1/2"D x 31-1/2" H Carolina Commons (180 3010-180- Tranquil (back), 46.2 5A-1C Warm Grey Powdercoat (Silver Ion 1 Furniture Lounge) H1F Maharam; Random, 010 antimicrobial) (legs) Rain (seat) 4A-1D Carolina Commons (Middle 3010-M-EF- 21-1/2"W x 21-1/2"D x 3/4" H 47. N/A 8 5A-1D Furniture Table) GLW Glacier White (solid surface)

Exhibit A – No. Page 14 BID FORM 2 Substitution Submitted Plan Manufac Size Customer’s Own (yes or no) Qty Extended Cost © Item # Item Model # Unit Cost (b) Code turer Finish Selection Materials Product (a) c=a*b Substitution Line Item # 4A-1E Carolina Commons (End 3010-ERB- 48"W x 24-1/2"D x 31-1/2" H 48. N/A 6 5A-1E Furniture Table) EF-GLW Glacier White (solid surface) 4A-1F Carolina Commons (90 20-3/4"W x 20-3/4"D x 3/4" H 49. 3010-90T N/A 5 5A-1F Furniture Table) Glacier White (solid surface) 50"W x 24.5"D x 18"H Carolina Commons (48" 3010-B48- Arc-Com; Etch, Sweet 50.1 4B-1 Warm Grey Powdercoat (Silver Ion 8 Furniture bench) H1F Pea #11 (AC-68160) antimicrobial) (legs) 50"W x 24.5"D x 18"H Carolina Commons (48" 3010-B48- Arc-Com; Etch, Sea #10 50.2 5B-1 Warm Grey Powdercoat (Silver Ion 10 Furniture bench) H1F (AC-68159) antimicrobial) (legs) Subtotal D

(Items # 43-50)

Exhibit A – No. Page 15 BID FORM 2

Substitution Submitted Customer’s Plan Size (yes or no) Extended Cost © Item # Manufacturer Item Model # Own Qty (a) Unit Cost (b) Code Finish Selection Product c=a*b Materials Substitution Line Item # Series 7 15-3/4"W x 16-1/2"D x 23-5/8"H, 12- Republic of 51.1 4A-5 Children’s 3177 1/2"SH N/A 4 Fritz Hansen Chair Lime, Polished Chrome (legs) Series 7 15-3/4"W x 16-1/2"D x 23-5/8"H, 12- Republic of 51.2 5A-5 Children’s 3177 1/2"SH N/A 4 Fritz Hansen Chair Ice Blue, Polished Chrome (legs) Subtotal E

(Item# 51)

Exhibit A – No. Page 16 BID FORM 2

Substitution Submitted Plan Manufac Size Customer’s (yes or no) Qty Extended Cost © Item # Item Model # Unit Cost (b) Code turer Finish Selection Own Materials Product (a) c=a*b Substitution Line Item # CT5- Meeting Room 9642RT- 96"W x 42"L X 28-1/2"H, 1-1/2"thick 52. 3B-2 OFS N/A 4 (table) MNC-AD, MLC Light Cherry, Pewter (legs) MX4-30-RD Meeting Room MR-6624SC- 66"W x 24"D X 28"H 53. 3B-3 OFS N/A 4 (credenza) MC-DS-CH MLC Light Cherry Meeting Room CT7-36-4G- 36"DIA, 29"H 54.1 3C-4 OFS N/A 1 (table) A7J, CBD-Q Natural Cherry Meeting Room CT7-36-4G- 36"DIA, 29"H 54.2 3D-7 OFS N/A 9 (table) A7J, CBD-Q MLC Light Cherry Rectangular top w/ U- CT1-7236-1G, GB-C (qty. 2) 55. 3E-2 OFS Meeting Room shaped N/A 1 MLC Light Cherry base, reed edge 98- 7236DPB- 72"W x 36"D x 29"H 56. 3C-2 OFS Denali (desk) N/A 1 MNC-DL-RZ- MLC Light Cherry G2 M98-1- 116"W x 23"D x 76"H 57. 3C-2A OFS Denali (wall unit) N/A 1 MNC-DL-RZ MLC Light Cherry 98-7622CLF- 76"W x 23"D x 29"H 58. 3C-2B OFS Denali (lat cab) N/A 1 MNC-DL-RZ MLC Light Cherry 38"W x 17"D x 69"H 59. 3C-2C OFS Denali (shelves) 98-68BC-DL N/A 3 MLC Light Cherry 98- 7236RPDB- 72"W x 36"D x 29"H 60. 3D-2 OFS Denali (coo desk) N/A 1 MNC-DL-RZ- MLC Light Cherry G2

Exhibit A – No. Page 17 BID FORM 2 Substitution Submitted Plan Manufac Size Customer’s (yes or no) Qty Extended Cost © Item # Item Model # Unit Cost (b) Code turer Finish Selection Own Materials Product (a) c=a*b Substitution Line Item # 98-2248BR- 72"W x 36"D x 29"H 61. 3D-2A OFS Denali (coo desk) MNC-DL-RZ- N/A 1 MLC Light Cherry G2 98-7222CRL- 72"W x 36"D x 29"H 62. 3D-2B OFS Denali (coo desk) MNC-DL-RZ- N/A 1 MLC Light Cherry G2 98- 72"W x 16"D x 23"H 63. 3D-3 OFS Denali (wall unit) 7223HDW- N/A 1 MLC Light Cherry MNC-DL-RZ 71"W x 16"H` 64. 3D-4 OFS Denali (tack) FT-7116 N/A 1 MLC Light Cherry 98- 3D-5 72"W x 36"D x 29"H 65. OFS Denali (desk l) 7236RPDB- N/A 6 3J-2 MLC Light Cherry MNC-DL-RZ 98-2248LPR- 3D-5A 72"W x 36"D x 29"H 66. OFS Denali (desk l) MNC-DL-RZ- N/A 6 3J-2A MLC Light Cherry G2 98- 3D-6 72"W x 36"D x 29"H 67. OFS Denali (desk r) 7236LPDB- N/A 6 3J-2B MLC Light Cherry MNC-DL-RZ 98- 3D-6A 2248RPR- 72"W x 36"D x 29"H 68. OFS Denali (desk r) N/A 6 3J-2C MNC-DL-RZ- MLC Light Cherry G2 EL-B84D48- CHP-MLC- Element (Double 15'-4"W x 7'-2"D x 47-3⁄4"H 69. 4A-8 OFS MTL-GY-ZJ- N/A 1 Desk w/Returns) Light Cherry Laminate w/ metallic box G3-ZP-ZP- NV

Exhibit A – No. Page 18 BID FORM 2 Substitution Submitted Plan Manufac Size Customer’s (yes or no) Qty Extended Cost © Item # Item Model # Unit Cost (b) Code turer Finish Selection Own Materials Product (a) c=a*b Substitution Line Item # 15-5/8"W x 27-5/8"D x 28-13/16"H Element (pedestal EL- 70. 4A-8A OFS CHP-Light Cherry Laminate, Era pulls (satin N/A 4 bbf) 1628MBFC nickel) 15-5/8"W x 27-5/8"D x 28-13/16"H Element (pedestal EL- 71. 4A-8B OFS CHP-Light Cherry Laminate, Era pulls (satin N/A 4 ff) 1628MFFC nickel) Element (keyboard N/A 72. 4A-8C OFS KP-5 N/A 4 tray) Subtotal F

(Items # 52-72)

Exhibit A – No. Page 19 REQUIREMENTS CHECKLIST GUIDELINES

Vendors 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 vendor intends to comply with the exact specification, as described in the “Requirements Checklist.” If the vendor 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 vendor is unable to comply with the specification provided by the County.

If a vendor intends to submit a Request for Substitution, the vendor is to state “No” in the “Complies?” column and “Yes” in the “Request for Substitution Submitted?" column. Vendor must then provide a completed Product Substitution Request Form for each product for which the vendor stated “No” in the “Complies?” column. Vendor 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 vendor on the “Product Substitution Request Form Revised”.

A response of “N/A” or no response to any specification column will mean that the vendor 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 vendor; they are guidelines to minimum qualifications. The vendor 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 vendor, subject to evaluation and acceptance by the County. It is the vendor’s responsibility to provide, at vendor’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 – No. Page 20 REQUIREMENTS CHECKLIST Bid Form 2, Item 1-7: Multiple-Seating, KRUG, SOLIS

The Multiple Seating Unit will be used in a lobby setting.

Quantity Required: Item 1: 16, Item 2: 28, Item 3: 16, Item 4: 13, Item 5: 10, Item 6: 13, Item 7: 11

Exhibit A – No. Page 21 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as for Multiple-Seating with the following features : Built-in clean out feature: space at the back of the seat that allows dirt debris and liquid to be forced through and fall to the floor for 1. easy clean up and maintenance – designed so it does not detract from the comfort or appearance of the product. Chair shall have a structural steel frame made from welded steel 2. with a powder-coated finish. Chair shall have a frame constructed of structural steel tubing, both elliptical and rectangular for exceptional strength and appealing 3. design. The frame shall be electro welded and polished joints for ease of cleaning and a one piece look. Chair frame shall have a powder-coat finish with Microban anti- 4. microbial finish. 5. Chair shall have anti-microbial urethane arm caps. 6. Chair shall have tap-in plastic guides to fit elliptical legs. Chairs shall be ganged using powder-coated metal plate ganging 7. brackets fastened to the underside of the steel side rails using pre- existing holes in the frame. Chair shall have a contoured back and seat molds for ergonomically 8. correct posture and long term sitting. 9. Chair shall have multi-density foam. 10. Chair back shall have a slight flexing action. The angle of the back and rear legs shall be designed to keep the 11. back away from the wall, to prevent wear and damage to both the chairs and to the walls of the facility. Manufacturer must have an established process to easily support 12. special requirements for custom dimensions and other special needs not met by standard product offering.

13. Manufacturer to provided CAL133 & Moisture Barrier.

Basis Of Design - Physical Dimensions & Utilities: Size: Item 1: Width 25" x Depth 28" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” Item 2: Width 23" x Depth 28" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” Item 3: Width 23" x Depth 28" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” 14. Item 4: Width 34" x Depth 28" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” Item 5: Width 32" x Depth 28" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” Exhibit A – No. Item 6: Width 32" x Depth 28" x Height 34-1/2", Seat Height 18- Page 22 1/2”, Arm Height 26” Item 7: Width 78-1/2" x Depth 28" x Height 34-1/2", Seat Height REQUIREMENTS CHECKLIST Bid Form 2, Item 8-10: Tables, KRUG, SOLIS

The linking tables will be used in a lobby setting.

Quantity Required: Item 8: 21, Item 9: 6 Item 10: 5

Exhibit A – No. Page 23 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as for occasional tables with the following features : Linking table shall feature a universal, non-handed design for ease 1. of reconfiguration and replacement. Linking table shall be connected to the multiple seating unit via a U- 2. shaped bracket. 3. Linking table shall have a custom solid surface top. Manufacturer must have an established process to easily support 4. special requirements for custom dimensions and other special needs not met by standard product offering. Table legs shall have a powder-coat finish with Microban anti- 5. microbial finish. Basis Of Design - Physical Dimensions & Utilities: Size: Item 8: Width 30-1/2" x Depth 30-1/2" 6. Item 9: Width 22" x Depth 22” x Height 16" Item 10: Width 22" x Depth 22” x Height 16" Accessories Required: 7. None. Optional Accessories: 7. None. Basis Of Design-Product/Manufacturers: 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: Krug, Jordan Freestanding and Linking Tables: Item 8: SOL4-LKCSF90, Finish: Silver Metallic (legs) Item 9: SOL4-LKE-22-22, Finish: Silver Metallic (legs) 9. Item 10: SOL4-LKI-22-22, Finish: Silver Metallic (legs)

Solid Surface Top: Wilsonart, 9065GG Cocoa Chile: S-4108 Blood Draw Waiting, S- 4114 U.C. Waiting, S-4700A Sub-Waiting, S-5106 G.I. Waiting, S- 5112 Hem/Onc Waiting, S-5118 Infusion Center Waiting Wilsonart, 9137RS Blanco Riverstone: S-4201 Waiting Warranty: Warranty: Manufacturer must offer a lifetime warranty that product shall be free from defects in materials and workmanship 10. (includes shipping, parts and labor for the repair or replacement of defective item.), shall be submitted with quotation. Instructional manuals (electronic and hardcopy) shall be submitted with product. 11. Replacement parts must be available for field replacement. Testing: 12. Tables must meet or exceed ANSI/BIFMA X5.2-2002.

Environmental Features: Exhibit A – No. 13. GREENGUARD™ certified. Page 24 Chair shall be constructed of up to 39% recycled content (22% post 14. consumer content, 17% pre-consumer content). REQUIREMENTS CHECKLIST Bid Form 2, Item 11-12: Lounge Chair, KRUG, JORDAN

The Lounge chair will be used in a lobby setting.

Quantity Required: Item 11: 2, Item 12: 2

Exhibit A – No. Page 25 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as a Lounge Chair with the following features : Chair shall have a contoured back and seat molds for ergonomically 1. correct posture and long term sitting. 2. Chair shall have wood arms and legs. All wood surfaces shall have an anti-microbial finish that inhibits the growth of molds and mildews. The finish will reduce fungal 3. growth, and spores from germs, microbes and bacteria will not multiply on the wood. 4. All wood surfaces shall have a catalyzed varnish finish. 5. Chair shall have white nylon glides. 6. Chair shall have spring seat construction. 7. Chair shall have mortise and tendon frame construction 8. Chair shall have multi-density foam. Manufacturer must have an established process to easily support 9. special requirements for custom dimensions and other special needs not met by standard product offering. 10. Manufacturer to provide CAL133 & Moisture Barrier. Basis Of Design - Physical Dimensions & Utilities: Size: Width 29" x Depth 30-1/2" x Height 34-1/2", Seat Height 17- 11. 1/4”, Arm Height 26” Accessories Required: 12. None. Optional Accessories: 13. None. Basis Of Design-Product/Manufacturers: 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: Krug, Jordan Lounge JOR3-1WOD; 14. Item 1: Finish: Dark Walnut on Beech (arms/legs), COM: Arc-Com; Yo-Yo, Antique Gold #5 (AC-69144) Item 2: Finish: Medium Anigre on Beech (arms/legs), COM: Architex; Seabed, Bondi Beach Warranty: Warranty: Manufacturer must offer a lifetime warranty that product shall be free from defects in materials and workmanship 15. (includes shipping, parts and labor for the repair or replacement of defective item.), shall be submitted with quotation. Instructional manuals (electronic and hardcopy) shall be submitted with product. 16. Product line must be warranted for users up to 350 lbs. 17. Replacement parts must be available for field replacement. Testing: 18. Chair must be tested to support 350 lbs. Exhibit A – No. Page 26 19. Chair must meet or exceed ANSI/BIFMA X5.4-1997. 20. Certified to meet CAL117. REQUIREMENTS CHECKLIST Bid Form 2, Item 13-19: Multiple-Seating, KRUG, JORDAN

The Multiple Seating Unit will be used in a lobby setting.

Quantity Required: Item 13: 1, Item 14: 2, Item 15: 1, Item 16: 1, Item 17: 1, Item 18: 1, Item 19: 1

Exhibit A – No. Page 27 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as for Multiple-Seating with the following features : Built-in clean out feature: space at the back of the seat that allows dirt debris and liquid to be forced through and fall to the floor for 1. easy clean up and maintenance – designed so it does not detract from the comfort or appearance of the product. Chair shall have a structural steel frame made from welded steel 2. with a powder-coated finish. Steel seat frames are joined to other components and to each other in the multiple seating products, with hardened steel bolts 3. and inserts, ensuring exceptional durability and strength, and easy re-configurability, as well as on-site replacement of damaged or degraded components. 4. Chair shall have wood arms and legs. All wood surfaces shall have an anti-microbial finish that inhibits the growth of molds and mildews. The finish will reduce fungal 5. growth, and spores from germs, microbes and bacteria will not multiply on the wood. 6. All wood surfaces shall have a catalyzed varnish finish. 7. Chair shall have white nylon glides. 8. Chair shall have spring seat construction. 9. Chair shall have mortise and tendon frame construction Chair shall have a contoured back and seat molds for ergonomically 10. correct posture and long term sitting. 11. Chair shall have multi-density foam. 12. Chair back shall have a slight flexing action. The angle of the back and rear legs shall be designed to keep the 13. back away from the wall, to prevent wear and damage to both the chairs and to the walls of the facility. Manufacturer must have an established process to easily support 14. special requirements for custom dimensions and other special needs not met by standard product offering. 15. Manufacturer to provided CAL133 & Moisture Barrier. Basis Of Design - Physical Dimensions & Utilities: Size: Item 13: Width 70-1/2" x Depth 27" x Height 34-1/2", Seat Height 18-1/2”, Arm Height 26” Item 14: Width 47.5" x Depth 27" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” Item 15: Width 70-1/2" (Seat Width 28”) x Depth 27" x Height 34- 1/2", Seat Height 18-1/2”, Arm Height 26”, 16. Item 16: Width 28" x Depth 27" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” Item 17: Width 28" x Depth 27" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” Exhibit A – No. Page 28 Item 18: Width 48" x Depth 27" x Height 34-1/2", Seat Height 18- 1/2”, Arm Height 26” 1. REQUIREMENTS CHECKLIST Bid Form 2, Item 20-24: Tables, KRUG, JORDAN

The occasional and linking tables will be used in a lobby setting.

Quantity Required: Item 20: 1, Item 21: 1 Item 22: 3, Item 23: 1, Item 24: 2

Exhibit A – No. Page 29 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as for occasional tables with the following features : Table shall have solid beech frames, and edges with veneer 1. tops. All wood surfaces shall have an anti-microbial finish that inhibits the growth of molds and mildews. The finish will 2. reduce fungal growth, and spores from germs, microbes and bacteria will not multiply on the wood. 3. All wood surfaces shall have a catalyzed varnish finish. Linking tables shall be connected to the multiple seating 4. units via a U-shaped bracket. Manufacturer must have an established process to easily 5. support special requirements for custom dimensions and other special needs not met by standard product offering. Basis Of Design - Physical Dimensions & Utilities: Size: Item 20: Diameter 18" x Height 16" Item 21: Diameter 18" x Height 16" 6. Item 22: Width 22" x Depth 22" Item 23: Width 22" x Depth 22" Item 24: Width 30-1/2" x Depth 30-1/2" Accessories Required: 7. None. Optional Accessories: 7. None. Basis Of Design-Product/Manufacturers: 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: Krug, Jordan Freestanding and Linking Tables: Item 20: JOR4-18D-16; Finish: Dark Walnut on Beech 9. Item 21: JOR4-18D-16; Finish: Medium Anigre on Beech Item 22: JOR4-LKI-22-22; Finish: Medium Anigre on Beech Item 23: JOR4-LKE-22-22; Finish: Medium Anigre on Beech Item 24: JOR4-LKCSF90; Finish: Medium Anigre on Beech

Warranty: Warranty: Manufacturer must offer a lifetime warranty that product shall be free from defects in materials and workmanship (includes shipping, parts and labor for the 10. repair or replacement of defective item.), shall be submitted with quotation. Instructional manuals (electronic and hardcopy) shall be submitted with product. 11. Replacement parts must be available for field replacement. Exhibit A – No. Page 30 Testing: 12. Tables must meet or exceed ANSI/BIFMA X5.2-2002. 2. REQUIREMENTS CHECKLIST Bid Form 2, Item 20-24: Tables, KRUG, JORDAN

The occasional and linking tables will be used in a lobby setting.

Quantity Required: Item 20: 1, Item 21: 1 Item 22: 3, Item 23: 1, Item 24: 2

Exhibit A – No. Page 31 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as for occasional tables with the following features : 1. Table shall have solid beech frames, and edges with veneer tops. All wood surfaces shall have an anti-microbial finish that inhibits the growth of molds and mildews. The finish will reduce fungal 2. growth, and spores from germs, microbes and bacteria will not multiply on the wood. 3. All wood surfaces shall have a catalyzed varnish finish. Linking tables shall be connected to the multiple seating units via a 4. U-shaped bracket. Manufacturer must have an established process to easily support 5. special requirements for custom dimensions and other special needs not met by standard product offering. Basis Of Design - Physical Dimensions & Utilities: Size: Item 20: Diameter 18" x Height 16" Item 21: Diameter 18" x Height 16" 6. Item 22: Width 22" x Depth 22" Item 23: Width 22" x Depth 22" Item 24: Width 30-1/2" x Depth 30-1/2" Accessories Required: 7. None. Optional Accessories: 7. None. Basis Of Design-Product/Manufacturers: 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: Krug, Jordan Freestanding and Linking Tables: 9. Item 20: JOR4-18D-16; Finish: Dark Walnut on Beech Item 21: JOR4-18D-16; Finish: Medium Anigre on Beech Item 22: JOR4-LKI-22-22; Finish: Medium Anigre on Beech Item 23: JOR4-LKE-22-22; Finish: Medium Anigre on Beech Item 24: JOR4-LKCSF90; Finish: Medium Anigre on Beech Warranty: Warranty: Manufacturer must offer a lifetime warranty that product shall be free from defects in materials and workmanship 10. (includes shipping, parts and labor for the repair or replacement of defective item.), shall be submitted with quotation. Instructional manuals (electronic and hardcopy) shall be submitted with product. 11. Replacement parts must be available for field replacement. Testing: 12. Tables must meet or exceed ANSI/BIFMA X5.2-2002. Environmental Features: 13. GREENGUARD™ certified. Exhibit A – No. Furniture Marked for Rooms: Page 32 Item 20: 1-each, S-3116 Waiting REQUIREMENTS CHECKLIST Bid Form 2, Item 25: Conference Chair COALESSE; CHORD

The task chair will be used in a conference room setting.

Quantity Required: Item 25: 50

Exhibit A – No. Page 33 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Conference Chair with the following features : Frame must be constructed of hard plywood assembled into 1. unibody structures utilizing interlocking finger joinery. Back must be made of multiple laminations of high-density 2. polyurethane foam over an elastic sheet suspension. Seat must be made of closed cell, contour molded urethane foam, 3. 1-1/4” thick. 4. Foam must be 1.8uc compression and 18 composition density Seams are double needle stitched with seam binding for extended 5. durability. Unique wrap around welt detail and is cut from the same fabric as s 6. pecified on the chair. Arms must be made of resilient self-skinned urethane molded 7. around carbon steel armature, black. Must be tilt-swivel with tilt tension, pneumatic height adjustment, 8. and tilt lockout. Knee-tilt with pneumatic height adjustment and tilt lockout 9. optional. 10. Bases must be standard in five star black resin. Must be standard with 2” black hooded dual wheel swivel casters c 11. onstructed of polyamide, nylon 6. Basis Of Design - Physical Dimensions & Utilities: Size: Width 26-1/2" x Depth 26-1/2" x Height 37-1/2”, Seat Height 12. 21-1/2”, Arm Height 25-1/2” Accessories Required: 13. Polished aluminum arm with urethane caps. 14. Polished aluminum with black, hooded dual wheel casters. 15. Soft wheel casters. Optional Accessories: 16. None. Basis Of Design-Product/Manufacturers: The equipment listed below shall be used to establish a standard of quality, usefulness and appearance and be constructed of high qual ity, durable materials and components: 17. Item 25: Coalesse; Chord (mid-back) 796AU; Finish: Polished aluminum base/arms, soft wheel casters, Knee-tilt with pneumatic height adjustment and tilt lockout. COM: Arc-Com; Bronco, Cocoa #6 Warranty: Must have 10 year warranty that product shall be free from defects 18. in materials and workmanship. Must have 5 year warranty for wood veneer, metal chair frames, an 19. d functional mechanisms such as pneumatics and active adjustment Exhibit A – No. s. Page 34 Must have 3 year warranty for high wear parts such as casters, fabri 20. c, and other covering materials. Exhibit A – No. Page 35 REQUIREMENTS CHECKLIST Bid Form 2, Item 26: Guest Chair, COALESSE; KATHRYN

The guest chair will be used in an office setting.

Quantity Required: Item 26: 50

Exhibit A – No. Page 36 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Guest Chair with the following features : 1. Seat shall be fully upholstered. The seat of the chair shall be smooth with a waterfall front edge 2. that curves away from the user’s body, allowing ample circulation to lower legs and feet. The seat must be constructed using multiple densities of laminated 3. polyurethane foam and polyester fiber. 4. Chair shall feature arms. Arms shall be integrated into the frame and overall design of the 5. chair. Arms shall be of an appropriate length and width to comfortably 6. support a variety of users. Arms must be 26” above floor to ensure the clearance of most 7. work surfaces and tables. 8. Arms shall be available with square fronts or rounded fronts. 9. Four leg frame shall include non-marring, non-adjustable glides. The frame must be constructed from solid European beech using 10. mortise and tenon joinery. Seat cushion must be constructed of virgin polyurethane foam on 11. latex webbing. Seat cushion must be constructed using multiple densities of 12. polyurethane foam and polyester fiber. Back foam shall be constructed of 5/8” layer of 1.8 lb density, 35 UC 13. cushioning covered with 3/4 oz. fiber wrap. Seat foam shall be constructed of 1-1/4” layer molded foam 14. cushioning. Basis Of Design - Physical Dimensions & Utilities: 15. Size: Width 22" x Depth 22-3/4" x Height 32”, Seat Height 18” Accessories Required: 16. None. Optional Accessories: 17. None. Basis Of Design-Product/Manufacturers: 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 26: Coalesse; Kathryn 2542R-1 Finish: V1CC Medium Amber Cherry 18. COM: Architex; Cheerio, Kensington (S-3802 CEO Office) Maharam; Decode, 002 Chamois ( S-3893, 3805, 3807, 3809, 3812, 3814, 3816, 3818, 3822 Executive Office, S-3901 Hoteling Office, S-3903 Resident Office) Maharam; Flicker, 003 Sandbox (S-5421 Consultation) Exhibit A – No. Warranty: Page 37 Must have 10 year warranty that product is free from defects in 19. materials and workmanship (includes shipping, parts and labor for REQUIREMENTS CHECKLIST Bid Form 2, Item 27-32: Guest Chairs & Barstools, COALESSE; ENEA

The guest chairs and barstools will be used in an office and cafeteria setting.

Quantity Required: Item 27: 45, Item 28: 45, Item 29: 14, Item 30: 60, Item 31: 167, Item 32: 40

Exhibit A – No. Page 38 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Guest Chair with the following features : Barstool seat and backrest is contoured with rounded edges for 1. comfort. Barstool seat and backrest are available in upholstered, wood or 2. molded polypropylene. 3. Barstool base features four legs. Each barstool leg features a glide. Glides are available in standard 4. black resin or optional felt top for VCT and wood floors. 5. Barstool footrest is integral with stool frame. Chair seat and backrest are contoured with rounded edges for 6. comfort. Chair seat and backrest are available in upholstered, wood or 7. molded polypropylene. Chair includes the addition of a black urethane foam stacking pad 8. underneath the seat. Increased back height (33-1/4”H) gives chair a greater level of 9. comfort than standard side chairs 10. Chair base features four legs. Each leg features a glide. Glides are available in standard black 11. resin or optional felt top for VCT and wood floors. Stacking dolly with casters no wider than 26”W is available for 12. moving stacked chairs easily through doors and restricted areas. Stacking chair stacks up to 9 high on the floor (6 high if tablet arm is 13. attached) Basis Of Design - Physical Dimensions & Utilities: Barstool: Size: Width 22" x Depth 24-3/4" x Height 45-1/2”, Seat Height 30/12” 14. Chair: Size: Width 22-1/2" x Depth 22-1/2" x Height 33-1/4”, Seat Height 18” Accessories Required: 15. None. Optional Accessories: 16. None. Basis Of Design-Product/Manufacturers: 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 27: Coalesse; Enea (with arms) 3501 Finish: Silver Metallic COM: Architex; Pumice, Wood

Item 28: Coalesse; Enea (with arms) 3501 Exhibit A – No. Finish: Silver Metallic Page 39 COM: Architex; Pumice, Alloy Furniture Marked for Rooms: Item 27: 15-each, S-3106 Medium Conference Room, S-3108 Large Conference Room, S-3112 Medium Conference Room Item 28: 15-each, S-3106 Medium Conference Room, S-3108 Large Conference Room, S-3112 Medium Conference Room Item 29: 10-total, S-3106A Furniture Storage, S-3108A Furniture Storage, S-3112A Furniture Storage 2 total, 4th Floor Storage 1 total, 5th Floor Storage 36. Item 30: 60-each, S-3220 Dining Item 31: 45-each, S-3220 Dining 65-total, 4th Floor Exam/Procedures 4-total, U.C. Fast Track 36 total, 5th Floor Exam/Procedures 4-each, S-5812 Hem/Onc Education 2-each, S-5981 Intake & Injection, S-5983 Intake & Injection Item 32: 40-each, S-3220 Dining

Exhibit A – No. Page 40 3. REQUIREMENTS CHECKLIST Bid Form 2, Item 33-34: Tables, COALESSE; ENEA

The table will be used in an office and lobby setting.

Quantity Required: Item 33: 2, Item 34: 1

Exhibit A – No. Page 41 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Table with the following features : 1. Tops must be available in wood or laminate.

Base shall be powder coat finish, available in three colors: Black 2. Gloss, White Gloss, or Silver Metallic.

3. Base must be constructed of steel tubing and base.

4. Glides must be non-skid.

Laminate top must be 3/4" thick with T-molding color 5. matched to base (silver metallic or black)

Wood top must be 3/4" thick with maple edge and maple 6. veneer. Basis Of Design - Physical Dimensions & Utilities: Item 33: Size: Width 36” Diameter x Height 18” 7. Item 33: Size: Width 42” Diameter x Height 30” Accessories Required: 8. None. Optional Accessories: 9. None. Basis Of Design-Product/Manufacturers: 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 33: Coalesse; Enea H35-T3618L 10. Finish: Silver Metallic, #2891 Ingot

Item 34: Coalesse; Enea H35-T4230L Finish: Silver Metallic, #2892 Ash

Warranty: Must have lifetime warranty that product shall be free from defects 11. in materials and workmanship (includes shipping, parts and labor for the repair or replacement of defective item.) Complete warranty coverage must be available online or upon 12. request. Testing: Tables must meet or exceed the ANSI/BIFMA X5.5-2008 Desk 13. Products. Environmental Features: Exhibit A – No. Table shall be constructed of up to 26.5% recycled content (17.6% 14. Page 42 post consumer content, 8.9% pre consumer content). Furniture Marked for Rooms: 4. REQUIREMENTS CHECKLIST Bid Form 2, Item 35: Tables, COALESSE; AKIRA

The table will be used in an office setting.

Quantity Required: Item 35: 27

Exhibit A – No. Page 43 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Table with the following features : Table top core shall be constructed of at least 1” 1. thick, 1-M-3 grade particleboard of at least 45 lb/cu in. density. Table top must have plastic laminate 0.050” thick 2. hot-press glued to core or hardwood veneer top surface to provide resistance to punctures and dents. Table top support wings must be die-cast aluminum 3. and spring-loaded to grip the leg in the upright position for long lasting durability. Table top support rail must be extruded aluminum 4. with plastic cover that is attached to the table top and encloses aircraft cables that activate the flipping mechanism. Only one hand must be required to pull the release 5. handle and in the same motion to activate mechanism. The flipping of the top and rotation of the legs must 6. function together so as to require no additional locking. Cables must be connected to a spring-loaded black 7. steel handle that is centrally located for ease of operation.

8. Table top must be offered in laminate and veneer versions.

9. Flat edge shall be at least 1/8” thick to protect the vulnerable edges of the table from damage. Adjustable height base shall allow a minimum 10. adjustment range of 5” in 1” increments. This base shall meet ADA/wheelchair requirements. Vinyl T-mold must be .375” wide extruded PVC vinyl 11. with barbs that press-fit into a groove on the table top edge. 12. Table tops with vinyl edge must have 2” radius corners.

13. Plastic edge banding must be 3mm wide ABS edge- banding hot-melt glued to top.

14. Table tops with edge-banding must have square corners. Flat solid wood edge must be 1/8” wide solid 15. hardwood edge that is glued to top with water- Exhibit A – No. based glue. Page 44 Two base configurations shall be available: Exhibit A – No. Page 45 REQUIREMENTS CHECKLIST Bid Form 2, Item 36: Lounge Chair, COALESSE; SWITCH

The lounge chair will be used in a lobby setting.

Quantity Required: Item 36: 6

Exhibit A – No. Page 46 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Lounge Chair with the following features :

1. Seat frame must be constructed from solid hardwood and wood veneer frame.

2. Material must be inspected, cut and tailored to the specified pattern.

3. Legs must be trivalent satin chrome finish on steel. Basis Of Design - Physical Dimensions & Utilities: Size: Width 28" x Depth 29-1/2" x Height 32-1/2”, Seat Height 17- 4. 1/2”, Arm Bolster shall be 17-1/2”D x 5-3/4” diameter Accessories Required: 5. Attachment straps for all models must be available. Optional Accessories: 6. None. Basis Of Design-Product/Manufacturers: 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 36: Coalesse; Switch 391 w/ attachment straps COM: 7. Architex; Seabed, Bondi Beach (B, C, & E), Architex; Pumice, Gold Dust (A&D) (S-C4900 Lobby, S-4201 Waiting)

Architex; Seabed, Pula Beach (B, C, & E), Architex; Pumice, Alloy (A&D) (S-5201 Waiting)

Warranty: Must have 10 year warranty that product shall be free from defects 8. in materials and workmanship. Must have 5 year warranty for wood veneer, metal 9. chair frames, and functional mechanisms such as pneumatics and active adjustments.

10. Must have 3 year warranty for high wear parts such as casters, fabric, and other covering materials. Complete warranty coverage must be available online or upon 11. request. Testing:

12. Must meet or exceed ANSI/BIFMA X5.1-2002 General-Purpose Office Chairs requirements. Chair padding and fabric must comply with the State of California 13. Technical Information Bulletin 117. Exhibit A – No. FCS (Fire Code Seating) models shall meet State of Page 47 14. California Home Furnishing Technical Bulletin (Cal TB) 133. Exhibit A – No. Page 48 REQUIREMENTS CHECKLIST Bid Form 2, Item 37: Table, COALESSE; DIEKMAN

The table will be used in a lobby setting.

Quantity Required: Item 37: 4

Exhibit A – No. Page 49 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a End Table with the following features : Tables shall be offered in multiple "half-cylinder" organic shapes 1. which resemble tree trunks. Base must feature polyethylene, non-adjustable glides shall be 2. used to protect the floor. 3. Must have a hard maple veneer frame and top. Basis Of Design - Physical Dimensions & Utilities: 4. Size: Width 13-1/2” x Diameter 15-3/4” x Height 23” Accessories Required: 5. None. Optional Accessories: 6. None. Basis Of Design-Product/Manufacturers: 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: 7. Coalesse; Diekman 47-T23EL Finish: #3402 Clear Cherry (S-C4900 Lobby, S-4201 Waiting, S-5201 Waiting, S-5421 Consultation) Warranty: Manufacturer must have a 10 year warranty that product shall be 8. free from defects in materials and workmanship (includes shipping, parts and labor for the repair or replacement of defective item.) Complete warranty coverage must be available online or upon 9. request. Testing: 10. Tables must meet or exceed the ANSI/BIFMA X5.5 Desk Products. Environmental Features: Tables shall have reduced VOC emission by using water-based 11. adhesives and water-based finishing process on wood veneered tables. In lieu of disposing furniture in a landfill at the end of its useful life, 12. the Manufacturer must provide opportunities for the Customer to recycle, resell or refurbish their used furniture. 13. Tables shall have trace amounts of recyclable content. Tables must be certified to meet the emissions requirements of the California DPH Standard Practice for the Testing of Volatile Organic Emissions from Various Sources-2004 (CA Section 01350) and ANSI/BIFMA X7.1 Standard for Formaldehyde and TVOC Emissions of Low-emitting Office Furniture Systems and Seating using either the open plan or private office exposure scenarios defined in 14. ANSI/BIFMA M7.1 Standard Test Method for Determining VOC Emissions from Office Furniture Systems, Components, and Seating. Testing must be conducted in accordance with ANSI/BIFMA M7.1. Exhibit A – No. Certification must be provided by an organization independent of Page 50 the manufacturer as well as from the testing laboratory, in accordance with the requirements of ISO/IEC Guide 65 General Exhibit A – No. Page 51 REQUIREMENTS CHECKLIST Bid Form 2, Item 38: Table, COALESSE; CIRCA

The table will be used in a lobby setting.

Quantity Required: Item 38: 2

Exhibit A – No. Page 52 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a End Table with the following features : 1. Legs shall be offered in walnut or maple.

2. Painted metal legs shall be available as an option.

The following shapes shall be offered in freestanding 3. tables:

Table shall be freestanding round with a round hole 4. in the center. Basis Of Design - Physical Dimensions & Utilities: 5. Size: 42” Diameter x Height 15-3/4” Accessories Required: 6. None. Optional Accessories: 7. None. Basis Of Design-Product/Manufacturers: The equipment listed below shall be used to establish a standard of quality, usefulness and appearance and be constructed of high 8. quality, durable materials and components: Coalesse; Circa 45-T42RD w/ metal center panel Finish: #3402 Clear Cherry (S-4201 Waiting, S-5201 Waiting) Warranty: Manufacturer must have a 10 year warranty that product shall be 9 free from defects in materials and workmanship (includes shipping, parts and labor for the repair or replacement of defective item.) Complete warranty coverage must be available online or upon 10. request. Testing: 11. Tables must meet or exceed the ANSI/BIFMA X5.5 Desk Products. Environmental Features: Product must be designed and constructed of materials that do not 12. present a significant environmental and human health risk In lieu of disposing furniture in a landfill at the end of its useful life, 13. the Manufacturer must provide opportunities for the Customer to recycle, resell or refurbish their used furniture. Freestanding Round Table shall be constructed of up to 6% 14. recycled content (3% post consumer content, 3% pre consumer content).

Freestanding Round Table must be up to 7% recyclable 15. at end of life.

Furniture must be certified to meet the emissions requirements of the California DPH Standard Practice for Exhibit A – No. Page 53 the Testing of Volatile Organic Emissions from Various Sources-2004 (CA Section 01350) and ANSI/BIFMA X7.1 5. REQUIREMENTS CHECKLIST Bid Form 2, Item 39: Lounge Chair, COALESSE; SIDEWALK

The lounge chair will be used in an lobby setting.

Quantity Required: Item 39: 8

Exhibit A – No. Page 54 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Lounge Chair with the following features : Seat must have elastic sheet webbing must be securely installed to 1. provide maximum comfort, support and durability. Multiple densities of polyurethane foam and polyest 2. er fiber must be custom cut, contoured and glued (e nvironmentally friendly adhesive) to assure a durabl e and comfortable product. Metal legs must be powder-coated to provide a durable yet 3. beautiful finish. Legs must come standard with two types of glides for versatility. Basis Of Design - Physical Dimensions & Utilities:

4. Size: Width 30-1/2" x Depth 27" x Height 32”, Seat Height 17-1/2” (Highback chair back height from the seat must be 20"H) Accessories Required: 5. Dual wheel swivel casters must be an option on some lounge. Optional Accessories: 6. None. Basis Of Design-Product/Manufacturers: 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: 7. Item 39: Coalesse; Sidewalk (highback) 446 Finish: SV Silver Powdercoat COM: Designtex; Alemany, Mineral (seat), Designtex; Rumeli, Carob (back) Warranty: Must have 10 year warranty that product shall be free from defects 8. in materials and workmanship. Must have 5 year warranty for wood veneer, metal 9. chair frames, and functional mechanisms such as pneumatics and active adjustments.

10. Must have 3 year warranty for high wear parts such as casters, fabric, and other covering materials. Must have 2 year warranty for exposed wood frames. Complete warranty coverage must be available online or upon 11. request. Testing:

12. Must meet or exceed ANSI/BIFMA X5.1-2002 General-Purpose Office Chairs requirements. Chair padding and fabric must comply with the State of California 13. Technical Information Bulletin 117.

FCS (Fire Code Seating) models shall meet State of Exhibit A – No. 14. California Home Furnishing Technical Bulletin (Cal Page 55 TB) 133. Testing of fabric abrasion, stain resistance and Exhibit A – No. Page 56 REQUIREMENTS CHECKLIST Bid Form 2, Item 40-41: Guest Chairs, TURNSTONE; CREW

The guest chairs will be used in an office and lobby setting.

Quantity Required: Item 40: 34, Item 41: 2

Exhibit A – No. Page 57 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Guest Chair with the following features : 1. Guest chair shall stack at least four high.

2. Frame shall be of welded tubular steel construction.

Standard chair shall feature upholstered seat and back. An upholstered seat and wood back model 3. shall be available. Different fabrics on the seat and backrest shall also be allowed.

4. Frame shall be available in black or platinum paint. Seat cushion foam shall be at least 2” thick and featuring a 5. sandwich construction of two urethane foam components for comfort and durability. Seat shall be plywood core with a 2” thick urethane 6. foam cushion.

Seat reinforcement shall be 7/8”, 13 ga. (.085”) tubular 7. steel.

8. Seat shall be bolted to the frame.

Backrest shall be plywood core with a 1” urethane foam 9. cushion glued to the core.

10. Backrest shall attach to frame with metal fasteners.

Frame shall be of 7/8” diameter, 13 ga. (.085”), welded 11. tubular steel construction.

12. Each leg shall feature a dual wheel swivel caster or glide.

Legs shall feature ABS plastic glides or hard dual wheel 13. swivel casters made of non-marking nylon.

14. Glides and casters shall be black.

15. Chair shall be offered with arms or armless.

Arms shall be constructed of 1-1/4" diameter, 14 ga. 16. (.075”) tubular steel.

17. Arms shall slope downward and insert into frame.

Chairs must be shipped with an option of boxed or blanket 18. wrapped shipment.

Service parts must be available (replacement cushions, arm 19. caps, casters, pneumatic cylinder, etc.) Exhibit A – No. Page 58 Service parts must be guaranteed available for a minimum 20. of 5 years after first order entry date. Exhibit A – No. Page 59 REQUIREMENTS CHECKLIST Bid Form 2, Item 42: Table, TURNSTONE; CAMPFIRE PAPER TABLE

The table will be used in a lounge setting.

Quantity Required: Item 42: 3

Exhibit A – No. Page 60 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a End Table with the following features : Shall be offered in at least three configurations: Paper top shall feature 44 sheets of paper, clear glass top, 1. steel top shall be painted white for dry erase markers. Note: This top shall be exposed after paper is used up on paper top models. 2. White paper shall encourage interaction between table occupants. 3. Top shall rotate 360 degrees quietly on a felt pad.

4. Base shall be covered with laminate for durability.

5. Shall be shipped assembled.

Base shall be made up of formed plywood panels, glued 6. and stapled together. Oak veneer shall be applied with adhesive under pressure.

7. Rotating Top.

Top surface shall be 16 ga. (.059”) steel with two 18 8. ga. (.047”) steel gussets and 13 ga. (.085”) bottom plate welded below for stiffness.

9. Top shroud shall be molded ABS plastic

Top rotational pin shall be steel with a hex jam nut 10. used to adjust tightness.

Pin shall rotate inside a nylon bushing for a smooth 11. and quiet operation.

1/8” thick felt pad between base and top shall ensure a 12. quiet top rotation.

Paper pad shall contain at least 44 sheets, diecut to fit 13. the round top.

Base shall be offered in four wood grain high-pressure 14. laminates

15. Paper shall be white.

16. Glass top (in place of paper) shall be clear.

Steel top (aka “Omit Paper” option) shall be painted 17. white.

18. Service parts must be available. Exhibit A – No. Detailed assembly directions shall be available in PDF Page 61 19. format. Exhibit A – No. Page 62 REQUIREMENTS CHECKLIST Bid Form 2, Item 43-50: Multiple-Seating CAROLINA; COMMONS

The Multiple Seating Unit will be used in a lobby setting.

Quantity Required: Item 43: 8, Item 44: 11, Item 45: 25, Item 46: 2, Item 47: 8, Item 48: 6, Item 49: 5, Item 50: 18

Exhibit A – No. Page 63 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as for Multiple-Seating with the following features : 1. System shall have a cleanout spaces between all seats and backs. 2. System shall have standard polished aluminum leg & arm. System shall have ganging and free-standing tables available in a 3. variety of surface material options. System shall have a variety of angled pieces allow for designs to be 4. made that enhance the architecture of the building rather than reducing it. System shall have the ability to place the arms at any connection 5. within the configurations, as well as optional power and data connections. SilverBan™ technology is an antimicrobial utilizing silver ions infused into the Euroluxe™ wood finish for antimicrobial protection 6. on all exposed wood surfaces. SilverBan™ inhibits the growth of mold, mildew, fungus and bacteria on wood surfaces, as well as odors caused by bacterial growth, by 99.99%. Basis Of Design - Physical Dimensions & Utilities: Size: Item 43: Width 49" x Depth 24-1/2" x Height 31-1/2" Item 44: Width 26" x Depth 24-1/2" x Height 31-1/2” Item 45: Width 25" x Depth 24-1/2" x Height 31-1/2" 7. Item 46: Width 48" x Depth 24-1/2" x Height 31-1/2" Item 47: Width 21-1/2" x Depth 24-1/2" x Height 31-1/2" Item 48: Width 48" x Depth 24-1/2" x Height 31-1/2" Item 49: Width 20-3/4" x Depth 20-3/4" x Height 3/4” Item 50: Width 50” x Depth 24-1/2” x Height 18” Accessories Required: 8. Resin armcaps. 9. Powder coat finish with Silver Ion Antimicrobial technology Optional Accessories: 10. None. Basis Of Design-Product/Manufacturers: 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: Carolina, Commons: Item 43: 3010-2-H1F-A4 Finish: Warm Grey Powdercoat (Silver Ion antimicrobial) (legs) COM: Maharam; Chime, 018 Copper (back), Maharam; Random, 004 Prism (seat): S-C4900 Lobby, S-4201 Waiting Area Maharam; Chime, 011 Tranquil (back), Maharam; Random, 010 Rain (seat): S-5201 Waiting Item 44: 3010-1-H1F-A4 Finish: Warm Grey Powdercoat (Silver Ion antimicrobial) (legs) Exhibit A – No. Page 64 COM: Maharam; Chime, 018 Copper (back), Maharam; Random, 004 REQUIREMENTS CHECKLIST Bid Form 2, Item 51: Child’s Chair, REPUBLIC OF FRITZ HANSEN; SERIES 7

The chair will be used in a lobby setting.

Quantity Required: Item 51: 8

Exhibit A – No. Page 65 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The unit shall be designed to be used as for Multiple-Seating with the following features : Series of laminated veneer chairs designed by Arne Jacobsen, 1. manufactured by Fritz Hansen. 2. The shell is in pressure molded veneer. The inner veneer is always beech and the outer veneer in the 3. children’s chair (3177) is only available in Beech or Walnut. 4. The children’s chair (3177) is only available in colored ash. The base is 14 mm steel tubes (chromed, black or satin chromed) 5. with 4 legs and leg ferrules of black synthetic material. Basis Of Design - Physical Dimensions & Utilities: Size: Width 15-3/4" x Depth 16-1/2" x Height 23-5/8", Seat Height 6. 12-1/2” Accessories Required: 7. None. Optional Accessories: 8. None. Basis Of Design-Product/Manufacturers: 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: 9. Republic of Fritz Hansen, Series 7: Item 51: 3177 Finish: Lime, Polished Chrome (legs): S-4201 Waiting Area Ice Blue, Polished Chrome (legs): S-5201 Waiting Area Warranty: Standard goods have warranty for five years against manufacturing 10. defects (i.e. materials and design). The warranty does not cover leather and other fabrics ordered as 11. customers own or special material. Normal wear and tear and damage of covers are not covered by 12. the warranty. Fritz Hansen offer up to 10 years limited warranty if the products 13. are registered online at fritzhansen.com/my-republic. Testing: The Series 7 is tested according to EN 1728, EN 13761 and BS 4875 14. for strength and durability and EN 1022, ISO 7174-1 and BS 7945 for stability. Environmental Features: Un-upholstered chairs are coated with polyurethane lacquer, which 15. prevents the emission of formaldehyde. For environmental reasons all parts of the Series 7 can be 16. dismantled.

Furniture Marked for Rooms: Exhibit A – No. Item 51: 4-each, S-4201 Waiting Area, Page 66 17. 4-each, S-5201 Waiting Area Exhibit A – No. Page 67 REQUIREMENTS CHECKLIST Bid Form 2, Item 52-55: Conference Table & Credenza, OFS; MEETING ROOM

The conference table will be used in an office setting.

Quantity Required: Item 52: 2, Item 53: 4, Item 54: 10, Item 55: 1

Exhibit A – No. Page 68 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Conference Table with the following features : Exposed surfaces are number one select cherry, walnut, maple or 1. oak veneers. Optional sketch face veneer patterns are available on some 2. conference table tops. Select straight and close grain patterns are used overall to maintain 3. consistency between individual units. Contour and CT5 edge profile tops are number one select cherry or 4. maple veneers. 5. Conference tops utilize 5-ply construction with mitered corners. High pressure laminate tops are 3-ply construction with .050 6. thickness for high impact resistance. 7. Tables are profiled on all sides. Two-piece conference tops are joined together with wooden 8. dowels. Under-top mending plates and butterfly bolts ensure permanent 9. connection. 3mm edges on 1.1875" thick tops utilize 3-ply construction with 10. externally banded hardwood. Launch edge profile and Contour edge profile tops are 1.1875" 11. thick utilizing 3-ply construction. 12. CT5 edge profile tops are 1.5" thick utilizing 5-ply construction. Bases are attached to tops using support panels and wood screws. 13. Wire access doors for cylinder bases are 2" from the bottom. Structural joints are secured by 16-gauge steel angle brackets and 14. wood glue blocks. Adjustable levelers feature insert nuts to prevent glide tear out. Casegood tops are 1.1875" thick. Conference wall components tops 15. are profiled on front side only. Freestanding conference casegood tops are profiled 16. 3 sides. High pressure laminate tops are available on credenzas and mobile 17. carts. Structural joints are secured by 16-gauge steel angle brackets and 18. wood glue blocks. 19. Adjustable levelers feature insert nuts to prevent glide tear out. SilverBan™ technology is an antimicrobial utilizing silver ions infused into the Euroluxe™ wood finish for antimicrobial protection 20. on all exposed wood surfaces. SilverBan™ inhibits the growth of mold, mildew, fungus and bacteria on wood surfaces, as well as odors caused by bacterial growth, by 99.99%. Basis Of Design - Physical Dimensions & Utilities: Size: Item 52: Width 96” x Depth 42” x Height 28-1/2”, 1-1/2” Thick Exhibit A – No. 21. Item 53: Width 66” x Depth 24” x Height 28” Page 69 Item 54: Diameter 36” x Height 29” Item 55: Width 76” x Depth 23” x Height 29” Exhibit A – No. Page 70 REQUIREMENTS CHECKLIST Bid Form 2, Item 56-68: Office Furniture System, OFS; DENALI

The office furniture system will be used in an office setting.

Quantity Required: Item 56: 1, Item 57: 1, Item 58: 1, Item 59:3, Item 60: 1, Item 61: 1 Item 62: 1, Item 63: 1, Item: 64: 1, Item 65: 6, Item 66: 6, Item 67: 6, Item 68: 6

Exhibit A – No. Page 71 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Office Furniture with the following features : 1. Exposed surfaces are number one select cherry or maple veneers. 2. Drawer fronts are matched in sets to assure proper grain balance. Select straight and close grain patterns are used overall to maintain 3. consistency between individual units. Substantial 2” thick tops utilize 5-ply construction and are profiled 4. on all sides. Double pedestal desk worksurfaces also available in high-figured 5. cherry or birdseye maple veneers. Drawer sides and back are .4375” thick unidirectional plywood, and 6. are assembled using box joint construction. Drawer bottoms are . 25” thick. 7. Interiors are sanded and finished. 8. High quality suspensions with a lifetime warranty. 9. Box and file drawers are full extension. 10. File drawers have overtravel. Positive cushioned in-out stops, steel ball bearings, and black 11. electroplated finish to ensure a smooth ride. 12. Pedestal locks secure all drawers with the turn of a single key. 13. All units ship keyed alike. 14. Removable lock cores for rekeying. 15. Lock-mitre case construction. Structural joints secured by 16-gauge steel angle brackets and 16. wood glue blocks. 17. Adjustable levelers feature insert nuts to prevent glide tear-out. 18. Casegoods ship fully assembled. 19. Worksurfaces feature moderate open grain with a matte finish. Basis Of Design - Physical Dimensions & Utilities: Size: Item 57: Width 72” x Depth 36” x Height 29” Item 58: Width 116” x Depth 23” x Height 76” Item 59: Width 76” x Depth 23” x Height 29” Item 60: Width 72” x Depth 36” x Height 29” Item 61: Width 72” x Depth 36” x Height 29” 20. Item 62: Width 72” x Depth 36” x Height 29” Item 63: Width 72” x Depth 36” x Height 23” Item 64: Width 71” x Height 16” Item 65: Width 72” x Depth 36” x Height 29” Item 66: Width 72” x Depth 36” x Height 29” Item 67: Width 72” x Depth 36” x Height 29” Item 68: Width 72” x Depth 36” x Height 29” Accessories Required:

21. None. Exhibit A – No. Optional Accessories: Page 72 22. None. Exhibit A – No. Page 73 REQUIREMENTS CHECKLIST Bid Form 2, Item 69-72: Reception Desk, OFS; ELEMENT

The reception desk will be used in a lobby setting.

Quantity Required: Item 69: 1, Item 70: 4, Item 71: 4, Item 72: 4

Exhibit A – No. Page 74 Request for Complies? Substitution No. Description [Yes / No] Submitted? [Yes / No] The item shall be designed to be used as a Reception Desk with the following features : Exposed wood surfaces are number one select cherry, walnut, 1. maple or oak veneers. 2. Drawer fronts are matched in sets to assure proper grain balance. Select straight and close grain patterns are used overall to maintain 3. consistency between individual units. 4. Worksurfaces are 13/16” thick utilizing 3-ply construction. 5. Durable scratch-resistant matte finish on all units. High pressure laminate worksurfaces are 3-ply construction with . 6. 050 thickness for high impact resistance. Available in Square Edge only. 7. All file drawers accommodate letter or legal filing. 8. Filing hardware is black powdercoated to prevent corrosion. 7/16” thick unidirectional plywood drawer sides and backs are 9. assembled using box joint construction. 10. Drawers feature 1/4” thick drawer bottoms. 11. Drawer interiors are sanded and finished. High quality drawer suspensions carry a lifetime warranty. Box and 12. file drawers are full extension. All suspension systems feature positive and cushioned in/out stops, 13. steel ball bearings and a black finish to ensure a smooth ride. 14. Pedestal locks secure all drawers with the turn of a single key. 15. All units are standard shipped keyed alike. 16. Removable lock cores allow for rekeying at a later date. 17. Units feature mitered case construction for ultimate stability. Structural joints are secured by 16-gauge steel angle brackets and 18. wood glue blocks. 19. Adjustable levelers feature insert nuts to prevent glide tear out. SilverBan™ technology is an antimicrobial utilizing silver ions infused into the Euroluxe™ wood finish for antimicrobial protection on all exposed wood surfaces. SilverBan™ inhibits the growth of 20. mold, mildew, fungus and bacteria on wood surfaces, as well as odors caused by bacterial growth, by 99.99%.

Basis Of Design - Physical Dimensions & Utilities: Size: Item 69: Width 96” x Depth 42” x Height 28-1/2”, 1-1/2” Thick 21. Item 70: Width 66” x Depth 24” x Height 28” Item 71: Width 76” x Depth 23” x Height 29” Item 72: Diameter 36” x Height 29” Accessories Required: 22. None. Optional Accessories: Exhibit A – No. Page 75 23. None. Basis Of Design-Product/Manufacturers: PRODUCT SUBSTITUTION REQUEST FORM Must be submitted if Substitution Quoted

REQUESTED SUBSTITUTION Size Mfr. Mfr. Dimensions Customer’s Checklist Line Finish Catalog Model Description (Length, Weight Own # Item # Options Number Number Width, Materials Height)

*print and use additional pages as necessary

Exhibit A – No. Page 76 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

Exhibit A – No. Page 77 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 80-81 of this Exhibit A – Bid Response Packet to provide references. (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 82 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 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 – No. Page 78 SMALL LOCAL EMERGING BUSINESS (SLEB) PARTNERING INFORMATION SHEET

RFQ No. 901031 –Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFQ, 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 – No. Page 79 CURRENT REFERENCES

RFQ No. 901031 –Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Bidder 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 – No. Page 80 FORMER REFERENCES

RFQ No. 901031 –Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Bidder 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 – No. Page 81 EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFQ No. 901031–Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Bidder 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: Description Page No. Section Item No.

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

*Print additional pages as necessary

Exhibit A – No. Page 82 EXHIBIT B INSURANCE 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. 901031 Page 1 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 LIMITS A Commercial General Liability $1,000,000 per occurrence (CSL) Premises Liability; Products and Completed Operations; Bodily Injury and Property Damage Contractual Liability; Personal Injury and Advertising Liability B Commercial or Business Automobile Liability $1,000,000 per occurrence (CSL) All owned vehicles, hired or leased vehicles, non-owned, Any Auto borrowed and permissive uses. Personal Automobile Bodily Injury and Property Damage Liability is acceptable for individual contractors with no transportation or hauling related activities C Workers’ Compensation (WC) and Employers WC: Statutory Limits Liability (EL) EL: $100,000 per accident for bodily injury or Required for all contractors with employees disease

Exhibit B – RFQ No. 901031 Page 2 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. 901031 Page 3 EXHIBIT C VENDOR BID LIST

RFQ No. 901031–Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901031, 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: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

Exhibit C – RFQ No. 901031 Page 1 EXHIBIT D HIGHLAND HOSPITAL FURNITURE (SEATING TABLES) RFQ No. 901031–Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

RFQ No. 901031 - Highland Hospital Acute Tower Replacement (ATR) Project (Phase 2): Furniture (Seating/Tables) Business Name Contact Name Contact Phone Address City State Email Keller Group Office Alexandria Alvarado 916-231-9229 3041 65th Street, Ste 3 Sacramento CA [email protected] Environment om Integrity Technology Jackie Smith-McKaig 510-940-8194 PO Box 2254 Castro Valley CA [email protected] One Workplace Terry de la Cuesta 408-719-3316 1057 Montague Milpitas CA [email protected] Expressway 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 San Francisco CA [email protected] 900 Knoll Wendy Siegel 415-623-3425 317 Montgomery StreetSan Francisco CA [email protected] Unisource Solutions Anthony Amaya 510-475-2023 31101 Wiegman Road Hayward CA [email protected] Pivot Interiors Loretta Adema 925-743-3606 4733 Chabot Drive, Pleasanton CA [email protected] Suite 201 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] Golden Project Management & Paul Olney 510-673-8239 38507 Cherry Street, Newark CA Installation Suite C Systems & Space Inc. Carla Hansmeyer 800-766-7612 500 Bolder Court, Suite Pleasanton CA [email protected] B 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 925-736-6176 1611 San Pablo Berkeley CA [email protected] Avenue, #10D 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] m Return to Work Ana Recinos 510-336-1203 3339 Herrier Street Oakland CA [email protected] om AOPP/Indoff Jessica Gibbs 678-467-5536 205 Corporate Center Stockbridge GA [email protected] Dr., Suite D Contract Office Group Dennis Jackson 408-890-9823 931 Cadillac Court Milpitas CA [email protected] Stryker Medical Dino Mancinelli 925-787-6233 3800 E. Centre Ave Portage MI [email protected] Keller Group Alexandria Alvarado (916)231-9229 3041 65th Street, Suite Sacramento CA [email protected] 3 om T.D.M. Enterprise Ida B. Marmon 510-667-0896 P.O. Box 352 San Leandro CA [email protected] T.D.M. Enterprise Ida B. Marmon 510-667-0896 P.O. Box 352 San Leandro CA [email protected] Metro Contract Group Dwight A. Jackson 925-201-5947 4900 Hopyard Rd. SuitePleasanton CA [email protected] 120 Workspace Innovations LaFreda McGlothen 650-508-8590 240 El Camino Real Belmont CA [email protected] Give Something Back Sherry Kennedy 510-635-5500 7730 Pardee Lane Oakland CA [email protected] Exhibit D – RFQ No. 901031 x2126 m THE OFFICE LEADER ESTHER SCHWARTZ 866-800-0028X280 199 LEE AVE #134 BROOKLYN CA [email protected] Page 1 EXHIBIT D HIGHLAND HOSPITAL FURNITURE (SEATING TABLES) RFQ No. 901031–Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Exhibit D – RFQ No. 901031 Page 2 EXHIBIT D HIGHLAND HOSPITAL FURNITURE (SEATING TABLES) RFQ No. 901031–Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Exhibit D – RFQ No. 901031 Page 3 EXHIBIT D HIGHLAND HOSPITAL FURNITURE (SEATING TABLES) RFQ No. 901031–Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Exhibit D – RFQ No. 901031 Page 4 EXHIBIT D HIGHLAND HOSPITAL FURNITURE (SEATING TABLES) RFQ No. 901031–Highland Hospital Acute Tower Replacement (ATR) Project (Phase 1) Furniture (Seating and Tables)

Exhibit D – RFQ No. 901031 Page 5

Recommended publications