Loading...
HomeMy Public PortalAboutORD13359 BILL NO. 2001-182 SPONSORED BY COUNCILMAN Jackson ORDINANCE N0. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SAMCO BUSINESS PRODUCTS FOR FURNITURE FOR CITY HALL REMODELING PROJECT. WHEREAS, Samco Business Products has become the apparent lowest and best bidder on the Furniture for City Hall Remodeling project, NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Samco Business Products is declared to be the lowest and best bid and is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Samco Business Products for Furniture for the City Hail Remodeling Project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: ' 4"* " Approved: ) _ J /17 Presiding Officer Y Mayor LC ATTEST: APPROVED AS TO FORI�J: ��fr'J;i�•;j,-/��.�..e...ir ,r;�1.wZ �;/.!' _ .....f''� Cj' ,'//'%/G•J (/'/���� City Clerk City Counselor FINANCE M.PAIt'I'MrNT 13UIICI-IASING DIVISION SUBJECT: Bid No. 1989 - lower level Furnitut•e Package, C0IIII11UI1ity Development Opened ot1 February 19, 2002 BIDS RECEIVED: 'total Bid Package 1 Total Bid Package 2 Saiilco Business ProductS. .lell'crson City, MO $ 137,401 .00 $ 147, 128.00 Marathon Orlice Interiors. Columbia, MO $ 160. 155.10 $ 147,972.42 Nolan Office Interiors, JefTerson City, M0 $ 1.14,270.61 160.575.47 Missouri Vocational 1 nt., Jefferson City, IM0 S 145,669.78 S No bid Missouri Vocational 111t.. Jcl'lcrson City, iv10 $ 129,315.82* $ 129,315.82* *Does not meet specification. FISCAL NOTE:: 1000-1800-7000-0030 PLINIUISe/I III prove I tlilditig/Land 2001-2002 Budget $ 294.000.00 2000-2001 Rcappropriation $ 225.440.00 Available funds $ -519,440.00 Obli<cated $ 91.1 59.00 Bid No. 1988 $ 337.000.00 Bid No. 1989 $ 147.425.00 Balance (- $ 56,177.00) A Supplemental appropriation is being reducstecl to cover the negative b,ifancc. PAST PERFORMANCE: Samco BLISinOSS Products ol'.lel'1'Cr50n City, 1\11issouri has provided products to the City in the past. Stall'believes that this bidder will complete the pro.icet as specified and bid. RECOMMENDATION: It is the reco111111enc4atlUn ol'staf'f*to award this bid to the low bidder, Samco Business Products of.lefferson City, NIISSOIII.i in the amount of*$ 147.428.00 which is the total of Bid Package #2, [aid Groups A. 13, and C. ATTACHMENTS - SUPPORTING DOCLINIF"NI'AT1ON Tabulation orBids, Departmental Recommendation .l,. PU*IT1144 Agent Directc •. Cum ity Development 1 �M To: Terry Stephenson, Purchasing Agent From: Patrick E. Sullivan, P.E., Directoj Department of Community Development Date: February 22, 2002 Subject: Bid No. 1989 Lower Level Furniture Package The Department of Community Development has completed the evaluation of the bids for the Lower level Furniture Package, We agree with the recommendation from Architects Alliance, Inc. to award the contract to Samco Business Products with their bid of $147,428,00 which was the low bidder for the project. The cost should come out of the 2001-2002 Capital Purchases Land Improvements, Account Number 1000-1800, If additional funding is required, the City Administrator will make the arrangements. cu 0 0 C) 0 c) > M M* 0 Z- > C) z ;u C/) Ill > T L In 9: 0 0 m m n z n = < nR C': ADD17--NDUM z BID SECURITY Cf) z ;u C: 0 IN IPA M -0 M cNi BASE BID > 20 BID GROUP A j — > 0 Cb M ---I- ca r) G) 3 m CP z --.Q BASE BID - 110 cs BID GROUP B I to Io la Im N BASE BID Qp -0 %A BID GROUP C 1 N M -� 1 BASE BID BID GROUP A zx 0 1 CU T > J BASE BID 0 70 f BID GROUP B 1p C) Ito lz 10 CQ VA BASE BID BID GROUP C �*.eob �t�`,� of J�',��'r'sUl� . '��' � � Thomas �, Rackets y'- Mayor Department of Community Development Patrick E. Sullivan,P.Ec.,Director 320 East McCarty Street Phone:673-634-6410 Jefferson City,Missouri 65101 .-. Fax:573-634-6457 IdaS March 7, 2002 Samco Business Products Daniel L. Eiken 2117 Industrial Dr. Jefferson City, MO 65109 RE: John G. Christy Municipal Building - Lower Level Furniture Package Project No. 0033B Dear Mr. Eiken: Enclosed please find three (3) copies of the contract for the above referenced project. Please execute the contracts and return them by 5:00 p.m. Monday, March 18, 2002, along with the Performance and Payment Bond(s), Certificate of Insurance, and Owner's and Contractor's Protective Liability Policy Binder. The Certificate of Insurance must be issued by the company affording coverage. Certification from a local agent is not acceptable without necessary documentation empowering and authorizing the agent to sign the surety's name. In addition, if an aggregate amount is specified, a statement of the amount of that aggregate available to date must also be included. The ordinance authorizing the contract was introduced at the March 4, 2002 City Council meeting and should be approved by the Council at their March 18, 2002 meeting. Once the contract is approved and signed by the Mayor and City Clerk, the Department of Community Development will issue a Notice to Proceed on the project. You must submit the above documents in correct form before you begin work. Should you require additional information, please contact the Department of Community Development at (573) 634-6410. Sir1cee4-y, Pat 'can, PE Director PES:bw Enclosures cc: M rty Brose Phyllis Powell Central Files Project Manual Specifications City of Jefferson JOHN G CHRISTI 320 East McC�I-t st y Jefferson City, Missouri MUNICIPAL BUILDING LOWER LEVEL January 11 , 2002 FURNITURE PACKAGE 1 PROJECT: 0033B 1 1 VVY 1 raincan . if 631 West Main Street Jefferson City, Missouri 65101 c Phone: (573)636-5000 ' Fax: (573)636=6133 a t Email:: arch i tec s @mail.ultraweb.net ,,, Of is % Thomas A Rackers Chl of Jefferson " Mayor Department of Community Development Patrick E.Sullivan,P.E.,Director 320 East McCarty Street Phone:573.634.6410 Jefferson City,Missouri 65101 ' Fax:573.634-6457 4b March 26, 2002 Samco Business Products Daniel L, Eiken 2117 Industrial Dr. Jefferson City, MO 65109 RE: Notice to Proceed John G. Christy Municipal Building - Lower Level Furniture Package Project No. 00338 Dear Mr. Eiken: You are notified that the Contract Times under the above contract will commence to run on March 30, 2002. By that date, you are to start performing your obligations under the Contract Documents. Before you begin any work at the site, you must deliver Performance and Payment Bond(s), Certificate of Insurance, and Owner's and Contractor's Protective Liability Policy Binder to the City of Jefferson, Should you require additional information, please contact the Department of Community Development at (573) 634-6410. Sincerely Patri E. n, E Director PES:bw Enclosures cc: Matty Brose Ayllis Powell Central Files MISSOURI PROJECT EXEMPTION CERTIFICATE Authorization for Purchasing Construction Materials for Tax Exempt Project EXEMPTION ENTITY ISSUING CERTIFICATE: City of Jefferson 320 E, McCarty Missouri Tax Exempt I.D. #12476773 Jefferson Cjty,'MO 65101 Letter Expiration Date: 08/03/2005 Department: Community Development Contract Date: 3-19-02 Certificate Expiration: 10-30-02 Estimated Project Completion Date: 11-30-02 Revised Expiration Date: Project # Assigned. 81989 Project Description: Lower Level Furniture Package Project Location: 320 E. McCarty Street, Jefferson City, MO The City of Jefferson,M;su ',hereby authorizes the purchase,without sales tax,of tangible personal property to be incorporated or consumed in the constfuction f Ihe,project identifiey herein and no other,pursuant to Section 144,062 RSMo, Authorized Signature° _ Dated 3-22-02 PURCHASING CONTRACTOR OR SUBCONTRACTOR: Name: Samco Business Products Address: 2117 Industrial Drive . City/State/Zip: Jefferson City, MO 65109 INSTRUCTIONS CITY-A signed copy of this certificate, along with your Missouri Tax Exemption Letter, must be furnished to each contractor and/or subcontractor who will be purchasing tangible personal property for use in the project. It is the City's responsibility to ensure the validity of the certificate. You must issue a certificate with a Revised Expiration Date if purchases will be required to complete the project beyond the original Project Exemption Certificate Expiration Dale, CONTRACTOR OR SUBCONTRACTOR-The contractor shall furnish a completed copy of this exemption certificate along with a copy of the City's Missouri Tax Exemption Letter,to all subcontractors,and any contractor or subcontractor purchasing materials shall present copies of such documents to all material suppliers as authorization to purchase,on behalf of the City,all tangible personal property and materials to be Incorporated or consumed in the construction of that project and no other on a tax-exempt basis. A copy of each certificate must be retained by the purchases for a period of five years. invoices Issued for such purchases must reflect the name of the City and the project number assigned by the City as shown above, MATERIAL SUPPLIER-A completed copy of this exemption certificate,along with the City's Missouri Tax Exemption Letter,must be obtained from the contractor or subcontractor making purchases of tangible personal property for use in the project, and retained for audit purposes. Invoices issued for such purchases must reflect the name of the City and the project number assigned by the City as shown above. �"' ,P.' ~ Y a v..t{I(�r•�' r Yi' ' '.'.. ' •, '! '! •�:r .'1'! ".' ;1J,,',x,.•.i'l. :C• , ,y„ . t t•. � t���ii,�',t,'r y 1 1 J � i Y l''• r A �•'' f r ' �,,•�,r��}';U,`�} ',f�/ "�"+�.r.'�i.l,•,•t ,�f.,t.l.y � t I, I.tr•r..•;h,., ,t � rl�"1, t w � .. ���� '• `r 'il'r��y�'Y/.,7�'F11'1,%,yL�l`.Vr�N�'t.. �'. 'y,1t'i 7'r�,.�, 'I:i�'. ':').��.''���jt'��lista��''S7�' .e . t, Q h. R • �. r. b.'J; L'+'rl,r+tr��r:,�` . ,�.'Nlti JlS' :rr.�ri,.JL.,1J.'•."I,i li'ay."t'J,lrj,�„ r!:�• t ei�i Ll ti r t EXEMPTION FROM MISSOURI SALES AND USE TAX ON PURCHASES ; ISSUED TO : MISSOURI TAX I .D . NUMBER : 12476773 �' '� CITY OF JEFFERSON "y 4 320 E M C C A R T Y ST 'c-•• r .'.' `,`:•. • EFFECTIVE DATE • ?';;ar;'! i! 1a JEFFERSON CITY "' f10"`�;b'51'0I 08/03/2000 '`'`'' EXPIRATION DATE :`;' 08/03/2005 `y S ''n•v:..:.� a ''`? i., '. At., ,. '. � `dil,':. ` C •YC i YOUR APPLICgT.I�ON FOR­ S/�LE�./USE TAY, EXEMPT' 'STATUS HAS BEEN APPROVED PURSUANT TO G,h.APT.:ER 1CiAi RS110 . THIS. LETTER IS ISSUED AS �1j; js DOCUMENTATION 0F',,YOU P .STATUS . + R EXEM T..; IQ, '+ PURCHASES UR GOVERNME.FITAL "AGE�tCY: "ARE ,N07' SLIBJECT ,TO SA'L.ES ORF? ;� USE TAX �F,='. ., ,,.,, j WI; HIN rTHE CONDUCT,"b F;° rDlJR "GOVGFlNMENTAL"`;I�GENCY °'S''rE.XEMPT FUNCTIONS ,SAfND• ACT-I'VITIES•'. �WFNEN;'P.URC, AS-ING WITH THI$.., EXE.M PIT I',ON , tr FURNISH/ S LL'IE:RS OR VENI]b'R ;,COPY ;O F,• tfHIS'' LETTER'.1 WZTF� .TIE EXCEPT IQ ,0F4MATERIAL.5 ;'AI'D �FOR",B,Y ',CONSTRUCTION COhIT•RACT'ORS''�UNDER D SECTION ,. ;�i4 . G'S2 , -RSMO . ALL "�'URCHASES MUST BE DIRECT,.LY F':A'ID ;FOR FROM FUNDS OE'', HE ',GOVE;RNMENTAL :AGENCY . .. `;THIS' EXEMPTION MAY NOT BE '.USED BY `;• i INDIVIDUA'L'N MAKING PERSONAL SALES BYEX;bUR;,r;GOVE-Rt4MEN-r.( L °QG'EP,C'Y:',.ARE"SUB:JECT TO ALL' A PIP LICAblE STATE AND- • OCAL S'AL'ES TAX -S. ':. '.'.TF•: Y0U':ENG'A•G;E' "IN TILE` 9USf`,14ESS;;:QF SELLING Tr,'N:tGIB:C'E p�ERSONAL 1'RO,F';�'J T,Y.,:tIR�'TA.XA`BLE SERVI•CES;.AT,:,R•ETAIL , YOU MUST $'l'1IN• A MISSOURI RETAIL. :SA,LES' LICENSE AND COLLECT.' AND � REMIT SALES. '�'AX• "•�: ;,rr,, ,,;; f A CONTRACTOR" MAY' PU'RCIiASE•,AtJD 'PAY 'FOR ' CONSTRUCTIPN 'MA,TER'IALS EXEMPT • '� FROM SALES TAXJ',W .EN 'F.U-LFIL:L'ItfG;.', A;_ C(1NTF�AC`f '''W'ITH,I.YOUR 'GOVERNMENTAL eft. { q nn, c t• t ., r.,...... `t AGENCY ONLY IF 'YOUR GOV.E,RN.MENTA•L AGENCY ISSUES P.,.'O;IE•CT EXEMPTION' { CERTIFICATE AND TfE! C0NTRACT,OR MA LS PURCHASES r,ZN ..."MPLIANCE WITH ' THE PROVISION OF SE,CT.ION 144 .QG2 , ',RSf�ttJ . ' "'`` THIS EXEMPTION IS SUBJECT -,TO REYI:E41;;:}3Y•:TH,E�-DIRECTOR OF REVENUE AND EXPIRES ON THE ABOVE DATE , IF' 'T�''IS"17CfERMINED THAT YOUR AGENCY ^ ' s CEASES TO QUALIFY AS AN EXEMPT ENTITY , THIS EXEMPTION WILL CEASE TO ,alts BE VALID . THIS EXEMPTION IS NOT ASSIGNABLE OR TRANSFERRABLE . IT IS �,,,• p ; AN EXEMPTION FROM SALES AND USE TAXES ONLY AND IS NOT AN EXEMPTION x ' FROM REAL OR PERSONAL PROPERTY TAX . �,t-� {., ANY ALTERATION TO THIS L-:XEMPTION LETTER RENDERS IT INVALID. qq�� l :�IWill"a t ik IF YOU HAVE ANY QUESTIONS REGARDING THE USE OF THIS LETTER ) PLEASE CONTACT THE SALES/USE TAX SECTION , MISSOURI DEPARTMENT OF REVENUE , P. O . BOX 840 , JEFFERSON CITY, MO 65105- 0840 , PHONE 573-751-2836 , y+S'If''�t' .fE' •r. •E••y + t+lr4{. a K Y Y1r' }"i)r � a�',�• �1 , 'rw1.,...,.,�,7,:�;h. .i'' �i!'p_'. i''• ,�.:, '�:r:{'„r „i• tii; '� trD"'f � xv"` J•'� ;11 i �d. i"Ir'�':'C,.t�.�` f. A' . Pi t M 1't. .;� .:y':, 'H�.,.i. �, j �� 7 , r: t, < j'.;�,•,, 1,:1 � tyt►�r':={'�sr �i.'i.r:' r '�''�'t;YI;I.�K,.;{; 'rJ.w..ts4r� r, -k��� � �t$��` ".1'•1:%'��::"•;k���y'�'`,b f '��' r r n ;,; ..i,t:: •.,:•: :r'k �.�a3�t�x::lkli�a���+�sJ":�,a.r„��•:fr.+'a?1�'%�:t:�:i ,, ;,. N ,ry ° Thomas A Rackern Ci-"'-- Of Jefferson W Mayor Doparlment of Community Development / Patrick C.Sullivan,P.C.,Director 320 Cast McCarty Street Phone:673-634-04 10 Jefforson City,Missouri 65101 Fax:573.634.6457 1 4�" March 26, 2002 Samro Business Products Daniel L. Eiken 2117 Industrial Dr. Jefferson City, MO 65109 RE: Notice to Proceed John G. Christy Municipal Building - Lower Level Furniture Package Project No. 0033B Dear Mr. Eiken: You are notified that the Contract Times under the above contract will commence to run on March 30, 2002. By that date, you are to start performing your obligations under the Contract Documents. Before you begin any work at the site, you must deliver Performance and Payment Bond(s), Certificate of Insurance, and Owner's and Contractor's Protective Liability Policy Binder to the City of Jefferson, Should you require additional information, please contact the Department of Community Development at (573) 634-6410, --.-Sincerely,_" Patri E, n, E Director PES:bw Enclosures cc: M,arty Brose 1Fhyilis Powell Central Files MISSOURI PROJECT EXEMPTION CERTIFICATE Authorization for Purchasing Construction Materials for Tax Exempt Project EXEMPTION ENTITY ISSUING CERTIFICATE: City of Jefferson 320 E. McCarty Missouri Tax Exempt I.D. #12476773 Jefferson City, MO 65101 Letter Expiration Date, 08/03/2005 Department: Community Development Contract Date: 3-19-02 Certificate Expiration: 10-30-02 Estimated Project Completion Date: 11-30-02 Revised Expiration Date. Project # Assigned: 81989 Project Description: Lower Level Furniture Package Project Location: 320 E. McCarty Street, Jefferson City, MO The City of Jefferson,M�psour',hereby authorizes the purchase,without sales tax,of tangible personal property to be incorporated or consumed in the const(uction f the project idonlifie,4 herein and no other,pursuant to Section 144,062 RSMo. Authorized Signature- Dated 3-22-02 _ PURCHASING CONTRACTOR OR SUBCONTRACTOR: Name: Samco Business Products Address: 2117 Industrial Drive . City/State/Zip: Jefferson City, MO 65109 INSTRUCTIONS CITY-A signed copy of this certificate,along with your Missouri Tax Exemption Letter,must be furnished to each contractor and/or subcontractor who will be purchasing tangible personal properly for use in the project. It is the City's responsibility to ensure the validity of the certificate. You must issue a certificate with a Revised Expiration Date if purchases will be required to complete the project beyond the original Project Exemption Certificate Expiration Date. CONTRACTOR OR SUBCONTRACTOR-The contractor shall furnish a completed copy of this exemption certificate along with a copy of the City's Missouri Tax Exemption Lefler,to all subcontractors,and any contractor or subcontractor purchasing materials shall present copies of such documents to all material suppliers as authorization to purchase,on behalf of the City,all tangible personal property and materials to be Incorporated or consumed in the construction of that project and no other on a tax-exempt basis. A copy of each certificate must be retained by the purchases for a period of five years. Invoices Issued for such purchases must reflect the name of the City and the project number assigned by the City as shown above. MATERIAL SUPPLIER-A completed copy of this exemption certificate,along with the City's Missouri Tax Exemption Letter,must be obtained from the contractor or subcontractor making purchases of tangible personal property for use in the project, and retained for audit purposes. Invoices issued for such purchases must reflect the name of the City and the project number assigned by the City as shown above. ,r., .,.• r.r ) ` r�, .1yY r ,'. .• t1 . •." ( . ..',% 1.1 ' r".1,1 '�'' 1^,. ,i ' �,�1 �gYY{.('��7�jy.��Ty7.,'�l•� y` �1I ,,fj::,7•79' r!s ,1yF,,.ti '(�. .',( �(•.1+} ee`` ,1.�� ' l '"j�.• . ,. �i.•Y1• �«'"{,ij� i4�. +�'I�w'�4i\�{i'' 1•�t r,It Y�'�r�'I,,,f�n X11,1,rI�TQ( �f�r��i+r'4'�: � . .41i wN .:r;' • 91, fi�aP �i i,N r','1 rl ,:•:"�fti,1•,'1!':'`i'P .�i ryt}'y �,'� r: it•f'• '�k a c a Aizsauri ':/:,•.NI',!) EXEMPTION FROM MISSOURI' SALES AND USE TAX ON PURCHASES ' I ISSUED TO : MISSOURI TAX I . D . a. ri j NUMBER 12476773 .({{''?' CITY OF JEFFERSON 320 E MCCARTY ST '� `' '`^ •� .`�, �•: EFFECTIVE DATE : �+•:' JEFFERSON CI fY "*MC '' �;G5'1'OI 08/03/2000 t ;.,, EXPIRATION DATE : 08/03/2005 YOUR APPLIC4•7I:0N FOR' SALCS'%USE TAX EXEMPT `STATUS HAS BEEN APPROVED PURSUANT TQ',',C1{,APT;ER 14.4 j RSMO . THIS. LETTER IS . ISSUED AS ;i DOCUMENTATION' OF•, ,YOUR' �XEMP'1'..; STATUS . •";}'�:• P U R CHASE S;.'J',(� �„ O:UR GOVERNMENTAL _AGENCY 'ARE ,tJOT SUBJECT •PTO S',A'L:ES OR USE TAX �150AIi��HItJ1rTHE CONDU'CT�bF; YO�JR" GQVERNMENTAL"'�AGENCY !'S -WE•XEt1PT , FUNCTION, ND ACT'1��VITIES.:' _�W,HENAIPURC0AS,IAG' 'WITH THI,S., EXE.MPiTLcON , FURNISHX - o u.,.• { . � <. r 1,r' % �• LL 5ELLkE:RS OR VENbb,RS:`.�q. ,G�Of?Y'.tOF,r-1'H IS . LETTER".� W'.'I,TH,,;(�iE EXCEPTIQ OF ,MATERIALS hAI'D 1F0P' B,Y iCONS;TRUCTIO,N CONT,'RAC7QRS;AUNDER f a SECTION ,.., 4 . 0'62 , 'RSMO . I ALL IURCHASES MUST BE DIRECT,I_Y P:AiID `ObR FROM FUNDS OF' .HE vG0VE'RNMENTAL , AGENCY . r ±TFI IS EXEMPTION MAY NOT BE;USED BY } INDIVIDU,A'LS MAKING PERSONAL '.P.URCHASES (rr sw , .' SALES BYr�1�i0UR;,�GOVE:RNMENT-,AL' `IAGEN,CY_,,:ARE' 'SlJ$;JEC',T TO ALL APPLICi4B.LE y. , ' STATE AND ;OCA'L SALES TAXSS �xF •YOU, ENG'A' ;E' 'IN THE",'I3USINE5S;;:OF f' 14;1j�1' SELLING T',,"N,GIB:�''E PERSONAL PRO.Pj�TY: ;OR�';f%�XABLE SERVICES:• AT, •IZETAIL , YOU MUST $'T;AIN. A MISSOURI RET•AIL.':S,A_LES' LICENSE AND COLLECT:'' AND REMIT SALE'S,"TAX. 1 ;;;":,,•;~ ,..,, A CONTRACTOR! MAY- PU'RCHASE•'AND' •PAY 'FOR'` CONSTRUCTIQNr"MA'TER,TALS EXEMPT • i FROM SALES T X,,41 EN F''UrLFIL'L(liR , A -C 0 N T.RAC ',.WITH , Y00R GOVERNMENTAL AGENCY ONLY IF 'YOUR GOVtRN;MENTA,L•• AGENCY ISSUE.S`A P.,RO,JE'C1' EXEMPTION CERTIFICATE AND ' "OE�; CONI'R 'GTO.R •.MAI�_ES PURCHASES j(J 'COMPLIANCE WITH THE PROVISION OF SECT.IO r F S0 :� µ'' r;! N 1 4 4 . 0 G�z ?R M '� alt i All THIS EXEMPTION IS SUBJECT 4T'0 REYT;FW; rBY T'H,E'==DIRECTOR OF REVENUE AND EXPIRES ON THE ABOVE DATE . IF' I'T` I'S'°'DETERMINED THAT YOUR AGENCY ' CEASES TO QUALIFY AS AN EXEMPT ENTITY , THIS EXEMPTION WILL CEASE TO �`y; i' ± BE VALID . THIS EXEMPTION IS NOT ASSIGNABLE OR TRANSFERRABLE . IT IS AN EXEMPTION FROM SALES AND USE TAXES ONLY AND IS NOT AN EXEMPTION ,4.1rt•,,, y FROM REAL OR PERSONAL PROPERTY TAX . ANY ALTERATIDN TO THIS EXEMPTION LETTER RENDERS IT INVALID . tri•.` I r � ,i, l , r tlt4slf s'1 IF YOU HAVE ANY QUESTIONS REGARDING THE USE OF THIS LETTER , PLEASE CONTACT THE SALES/USE TAX SECTION, MISSOURI DEPARTMENT OF REVENUE , P . O . BOX 840 , JEFFERSON CITY, MO 65105- 0840 , PHONE 573-751-2836 . •i P•',�. . .1 t ;1b s�� !' L'4 .4 ),.,{; '�,) ;•' (r!4'y`'"'{a' ;�, ,y Y'• ly ,J: :, ' iy..,. ji �n'��,yj��,{.'� r t•: 'rt, % 7 5:., ;?•;r. i', r~�,'r.(+ ir'•.;;•., {!.:''„ ,' �''srr �`. IJ {t�'�ii'GaLt"'� �(a r N.�F A��'r I' vi sln� �.'4. rF','�r'�Y•' t":: S +�{"j s{J 1 ' �' ii�i� �, �. � •L�',rt . ,' ?,`:+1^;��i}:A:�`'`4Jy'G;i�� ,., j•�lr f,� �;'.f 1`/�•:'•'•,:lr;:�iw: >'R•',: � ,�,; ;;Y F't<.�'�:u a �r, 'ff...,!�,:_:�; ., .+.�. ,...•,.. 2040 Edition - Electronic Format 46 AIA Document G701— 2000 Change Jfcler PROJECT: CHANGE ORDER NUMBER: ONE OWNER Q (Name amla(I(/nu:,r) DATE: March 20, 2002 ARCHITECT I� LOWER LEVEL FURNITURE PACKAGE John G.Christy Municipal Building ARCHITECT'S PROJECT NUMBER: CONTRACTOR (�X 320 E. McCarty St.,Jefferson City, MO 0033B L� TO CONTRACTOR: CONTRACT DATE: March 20, 2002 FIELD (Xwn-r/mlad(/rrss) CONTRACT FOR: OTHER Samco Business Supplies Interior Furnishings 2117 Industrial Drive Jefferson City, Missouri 65109 THE CONTRACT IS CHANGED AS FOLLOWS: (/nc/rrJc; ir/m�rdp/,/ndG/r;.rr�rt(uJls/v,ln/dnrururl:NliibuLrl,/ R�/vrri„us/rc:r(sir/rti/C-;ur.Iru,7iunG7i.ur�r/Jir(tilirr.,;l AWHEWICAI/ON Or THIS The Contractor agrees to install and Substantially Complete installation of furniture at the ELECTRONICALLY DRAFTED AIA revised Phase I Area (Office Area North of Entry 128 & Corridor 131, previously described DOCUMENT MAY BE MADE BY U51NG as Phase 2) of the project between June 7, 2002 and June 13, 2002, and install and AIA DOCUMENT D401. Substantial Complete installation of all the remaining furniture Work of the Project, revised Phase 11 (previously described as Phases 3, 4 & part of Phase 1) between August 30, 2002 and September 10, 2002 and further agrees to pay to, or allow the Owner as liquidated damages, and not as a penalty of forfeiture, the sum of Two Hundred Fifty Dollars ($250.00) r each calendar day occurring thereafter that the entire Work or each Phase of the Work is of Substantially Complete within those dates. The revised construction and funiture installation schedule is as follows: Phase I Begin Construction March 30, 2002 Substantially Complete Construction June 7, 2002 Start Furniture Installation June 7, 2002 Complete Furniture Installation June 13, 2002 Complete Owner Move June 17, 2002 ■..re. Phase II Begin Construction June 17, 2002 Substantially Complete Construction August 29, 2002 Start Furniture Installation August 30, 2002 . • Complete Furniture Installation Sept. 10, 2002 Complete Owner Move Sept. 16, 2002 Final Project& Punch List items 100% Complete Sept. 30, 2002 n 2000 AIAQ9 AIA DOCUMENT G701-2000 The original(Contract Slim) was s 147,428.00 CHANGE ORDER The American Institute of The net change by previously authorized C:ham;c Orders s 0.00 Architects The (Contract Sum)(-Gwir niteet! N! t3t++t-Mi e} prior to this change Order was s 147,428.00 1735 New York Avenue, N.W. The (Contract Stm+) Will he (unchanged) 11y Washington,D.C. 20006-5292 this Change Order.ftl tf+e+tttlf,►+1+ +f 9: The new (Contract Sun)) 4,imri++} illdlldillg this c 111111;e Onlrr will I)c s 147,428.00 .0 2000 The American institute of Architects, Roproc uct on of I w matetial Rerein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and ill subject the violator to legal prosecution. WARNING: Unlicensed photocopying violates U.S. copyright s and will subject the violator to legal prosecution, this document was electronically produced with rmissIon of the AIA and can be reproduced in accordance with your license without violation until the ate of expiration as noted below. expiration as noted below. expiration as noted below, User Document: G701 CHANGE ORDER NO. ONE--3118/2002,AIA License Number 1007329, which expires on 813112002. 1 MENNEN 't i+e Goutrnct�t i+ite wilN+e i++ctkecr�c{;{�4c�crenre<t}(tincl+►►++y�a�l}a+y ( )dayy. The date of Substantial Completion as of the(late of This Change Order therefore is June 13, 2002 for Phase I and Septembor 10, 2002 for Phase II & final furnituro Installation. NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive for which the cost or time are in dispute as described in Subparagraph 7.3.8 of AiA Document Azot. Not valid until si nedbr the Architect Contractor and Owner. The Architects Alliance Samco Business Supplies City of Jefferson ARCHITECT(71711111,.v11u) CONTRACTOR('/gvylnenn) (1WN(P(7)pn1mmne) 6 —��-��.r_;#►.�sl.�a..t�� �Ari1l Ec. G. C�ll�e7J �'t'char�. � . .�"1 Ct�s BY BY BY 3 -tc-07 32.! /62--- , _ O... Ci -0) DATE DATE DATE Z 2000 Tile American Institute of Arc sects. Reproduction of tile material Herein or su stanna quotas on of its provisions without written permission of the AIA violates the copyright laws of the United States and will subject the violator to legal prosecution. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced In accordance with your license without violation until the date of expiration as noted below. expiration as noted below. expiration as rioted below. User Document: G701 CHANGE ORDER NO.ONE--3/18/2001.AIA License Number 1007329,which expires on 8131/2002. 2 PROJECT MANUAL and SPECIFICATIONS LOWER LEVEL FURNITURE PACKAGE JOHN G. CHRISTY MUNICIPAL (BUILDING 320 EAST MCCARTY STREET JEFFERSON CITY, MISSOURI Project Number: 0033b January 11, 2002 For CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 4 Prepared by: INTERIOR PLANNING CONSULTANTS, INC. 300 S. Jefferson, Suite 500 Springfield, MO 65806 Telephone (417) 864-5500 Fax (417) 864-8475 THE ARCHITECTS ALLIANCE, INC. 631 West Main Street Jefferson City, MO 65101-1531 Telephone (573) 636-5000 Fax (573) 636-6133 PROJECT MANUAL and SPECIFICATIONS LOWER LEVEL FURNITURE PACKAGE JOHN G, CHRISTY MUNICIPAL BUILDING CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri Project Number 00331) Invitation to Bid 1 Page Instructions to Bidders 1 Page Furniture Proposal Form w/Attachrnonts 5 Pages Bid Package 1 27 Pages Bid Package 2 27 Pages Construction Contract w/General Conditions 4 Pages Supplementary General Conditions 2 Pages Wage Rates 15 Pages Affidavit of Compliance 1 Page Project Summary 2 Pages Work Restrictions 1 Pages Payment Procedures 3 Pages Closeout Procedures 3 Pages Technical Specifications General Requirements 2 Pages Division 1 Furnishings 34 Pages SCHEDULE OF DRAWINGS GF_NERAL G101 COVERSHEET/DRAWING INDEX/PROJECT INFO. ARCHITECTURAL F101 LOWER LEVEL FURNITURE LAYOUT TABLE OF CONTENTS 0033b TOC - 1 INVITATION TO BID Sealed bids for Lower Level Furniture Package, John G. Christy Municipal Building, 320 East McCarty Street, Jefferson City, Missouri until 3:00 p.m.. February 19, 2002, at the Office of the Purchasing Agent, City of .Jefferson, John G. Christy Municipal Building, 320 East McCarty Street, Jefferson City, Missouri 65101, at which time they will be publicly opened and the base bids read aloud in the City Council Chambers. A certified or cashiers check or bid bond executed by the bidder and an approved Surety Company in the amount of five percent (5%) of the bid shall be submitted with each bid. Plans and specifications can be obtained from The Architects Alliance, Inc., 631 West Main Street, Jefferson City, Missouri 65101-1531 upon deposit of $50.00 per set, company or cashier's check payable to City of Jefferson. Deposit will be refunded upon return of the documents in good condition within twenty eight (28) days following receipt of bids. Alternates or substitutions for equal products must be submitted to the The Architects Alliance, Inc. or Interior Planning Consultants, Inc., 300 S. Jefferson, Suite 500, Springfield, Missouri 65806 for approval by the Interior De3igner no later than 5:00 p.m. Thursday, January 31, 2002, The Contractor shall pay not less than the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed, as determined by the Department of Labor and Industrial Relations, Division of Labor Standards, State of Missouri, as set out in the Project Manual. Payroll records will be required from the contractor by the Owner. The Contractor shall be required to furnish a performance bond and labor and material payment bond in an amount equal to 100% of the contract price, with a duly authorized surety company satisfactory to the Owner, per the project manual. The City of Jefferson reserves the right to reject any and all bids and to waive any and all informalities in such bids. Likewise, the City of Jefferson reserves the right to select the lowest and best bid which is in the best interest of the City. No base bid may be withdrawn for a period of ninety (90) days subsequent to the specified time for receipt of bids. Equal Opportunity Employer NOTICE TO CONTRACTORS 0033b NTC - 1 INSTRUCTIONS TO BIDDERS A. Bidders Representations: 1. The Contractor shall pay not less than the prevailing hourly rate of wages for work similar character in the locality in which the work is performed, as determined by the Department of Labor and Industrial Relations, Division of Labor Standards, State of Missouri, as set out in the Project Manual. 2. City of ,Jefferson, Missouri is exempt from Taxation pursuant to Missouri statutes, purchase of materials and equipment for Work of this contract is exempt from Missouri Sales and Use Tax. Contractors, subcontractors, and suppliers shall comply with all provisions of Missouri Law including properly documenting rind maintaining records of applicable sales. B. Bidding Procedures: 1. This Project Manual includes a complete set of bidding forms. These are for the convenience only of Bidders and subbidders and are not to be detached from the Project Manual, filled out or executed. A set of blank forms will be furnished to Bidders, One (1) fully executed and signed set shall be submitted in a sealed and clearly marked envelope identifying the project and the Bidder. C. Bid Security: 1. A Bid Bond (AIA Document A310, Bid Bond) payable to the Owner executed by the Bidder and an approved surety company, in the amount of five percent (5%)of the Bid shall be submitted with each bid. D. Performance Bond and Payment Bond: 1b 1. The successful Bidder shall furnish a performance bond and labor and material payment bond with the Owner named Obligee, in an amount at least equal to 100% of the contract price as security for the payment of all persons performing labor on the project and furnishing materials in connection therewith under his contract as set forth in the standard of performance and payment bonds. The Surety on each bond shall be a duty authorized surety company satisfactory to the Owner. 2. The Bonds required herein shall be written on a form approved by the Owner, equal to AIA Document A312, Performance Bond and Payment Bond. Bidder shall furnish at no cost to Owner, if requested, a properly cortified copy of the current Certificate of Authority to transact business in the State of Missouri for the surety Company executing the required performance bond, such certificate to remain on fdo with the Owner, END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 0033b 113 - 1 FURNITURE PROPOSAL FORM BID TIME: 3:00 PM BID DATE: 02/19/02 FROM: _Samco Business Products 2117 LWustrial Drive Jefferson City, MO 65109 hereinafter called the Bidder TO: CITY OF JEFFERSON 320 East McCarty Jefferson City, Missouri 65101 hereinafter called the Owner ' FOR: LOWER LEVEL FURNITURE PACKAGE JOHN G. CHRISTY MUNICIPAL BUILDING 320 East McCarty Street Jefferson City, Missouri Project No. 0033b ' hereinafter called the "Work" 1. The undersigned, having examined and being familiar with the local conditions affecting the Work and with the contract documents including the drawings, Invitation to Bid, Instruction to Bidders, City of Jefferson Construction Contract with General Conditions, Supplementary Conditions, General Requirements and the body of technical specifications, including addenda number 1 _through 2 _—inclusive, as issued by The Architects Alliance, Inc. and Interior Planning Consultants, 300 S. Jefferson, Suite 500, Springfield, Missouri, hereby propose to furnish all labor, materials, equipment, services, electrical wiring, etc., required for the performance and completion of the aforementioned Work as follows: BID PACKAGE 1 ' a. TOTAL BASE BID FOR BID GROUP A: The total sum of ' $113.205.00 Dollars ($113,205.00) Manufacturer: Teknion Boulevard PROPOSAL FORM 0033b PF - 1 OF 5 b. TOTAL BASE BID FOR BID GROUP B: The total sure of $11258.00 __,Dollars ($11,258.00) Manufacturer: Via Brisbane c. TOTAL BASE BID FOR BID GROUP G. rThe total sum of _ 13028.00 ____ Dollars ($13,028.00) Manufacturer: Teknion Boulevard BID PACKAGE 2 a. TOTAL BASE BID FOR BID GROUP A: tThe total sum of $123911.00 ____ Dollars ($123,911.00) Manufacturer; Teknion TOS ' b. TOTAL BASE BID FOR BID GROUP B: The total sum of ' $11258.00 Dollars ($11,258.00) Manufacturer: Via Brisbane c. TOTAL BASE BID FOR BID GROUP C: The total sum of $12259.00 _ Dollars ($12,259.00) ' Manufacturer: Teknion Boulevard ' (NOTE: This project is exempt from Missouri Sales and Use Tax) 3. UNIT BID PRICES: We have completed and attached as part of this proposal, Forms for Bid Package 1 (27 pages) and Bid Package 2 (27 pages), including individual Unit Bid Prices for Itemized Bid Groups A, B, & C. We hereby agree to furnish and install any additional or lesser quantities of item included in this contract as PROPOSAL FORM 0033b PF -2 OF 5 may be requested by the Owner at the submitted Unit Prices for a period of 180 (One Hundred Eighty) calendar days from the date of bid receipt. This cost shall be for any or all items complete including materials, labor, installation, delivery, overhead and profit on materials. 2. PREVAILING WAGE LAW: The Bidder agrees to pay not less than the hourly rate of wages as determined by the Department of Labor and Industrial Relations, State of Missouri, in accordance with Section 290.210 to 290.340 as amended RSMo. 1978. 3. PROGRESS AND COMPLETION: The Contractor agrees to Substantially Complete each of the Four Phases of the Work within the four days and dates included in the documents and/or in the final Construction Contract and further agrees to pay to, or allow the City of Jefferson, as liquidated damages, and not as a penalty or forfeiture, the sum of Two Hundred Fifty Dollars ($250.00) for each Calendar day occurring thereafter that the work is not substantially,complete. 1 4. Accompanying this bid is a Certified Check or Cashier's Check in the amount of Bid Bond Enclosed dollars ($ ).^ or a 5% bid bond payable without condition to City of Jefferson, which it is agreed shall be retained as liquidated damages for the delay and extra expense caused the Owner if the undersigned fails to execute the contract and furnish the bond required by the contract documents. 6. In submitting this bid, it is understood that the right is reserved by the Owner to reject any and all bids and it is agreed that the bids may not be withdrawn for a Deriod of thirty days from the specified time for receiving ' bids. ' 7. THE BIDDER HEREBY CERTIFIES: That this Proposal is genuine and is not made in the interest of or behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association or corporation; That he has not directly or indirectly induced or solicited any other bidder to put in a false or sham proposal; That he has not solicited or induced any person, firm or corporation to refrain from bidding; and, That he has not sought by collusion or otherwise to obtain for himself any advantage over any other bidder or over the Owner, ' That he not discriminate against any employee or applicant for employment because of race, creed, color or national origin in connection with the performance of work. Dated this 14 day of F G3(Lv A-'R' ( 201��— PROPOSAL FORM 0033b PF - 3 OF 6 FAN INDIVIDUAL Name of Individual Telephone Number Firm name(if any) �^~ Address for Communications Signature M IF A PARTNERSHIP (State Names and Residence Address of all Partners) Name of Partnership Partner Residence Address Partner Residence Address tAddress for Communication Federal Tax I.D. Number __ r Telephone Number Signature of Either Partner r t PROPOSAL FORM 0033b PF -4 OF 5 I A CORPORATION Benchmark Office Solutions, LLC Incorporated under the laws of the State of: Name of Corporation dba/Samco Business Products Missouri Da L Eiken vt60— p�L+ � T` Corporate license No. LC 0053140 Name and Title—of Officer (If a corporation organized in. a state other than Missouri, attach Certificate of Authority to do business Signature of Officer in the State of Missouri) 2117 Industrial Drive Jefferson City, MO 65109 Address for Communication 43-1933152 (573)634-3177 Federal Tax I.D. Number ' Telephone Number (Attest w.� ..� (Seal) Secretary (Each bidder must complete the Proposal Form by signing in the proper signature fine above and by supplying the required information called foe in connection with the signature. PROPOSAL FORM 0033b PF -5 QF 5 01 Bond No, 131D 130ND The American Institute of' Architects, AIA Document No . A310 (February, 1970 F'dition) KNOW AM, MEN H THF.SH 11RVSl;NTS, that we Henchinaik office Solutions, 1.1.7,d/b/a SAMCO Business Products, 2117 Ill dustri;il DriN,c -JefTersor-City, MO 05101) as Principal hereinafter eallcd ,lie Principal, and Old Republic Surety is Surety, lici-cinaf1cr called the Surcly, are held and Cit-filly bound III)(() 11N ol'Jef'lerson - 320 I'last McCarty Street,Jefferson City, MO 65 101 as Obligee, hereinafter called the in the stilil of FiN,C percent (51A)ol'the amomit ol'the bid Dollars for t lie pay file w o f which sum well and tmly to be made,the said Princi►al and the said Surety, bind ourselves, our l►cirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHE"RE'AS, the Principal has submitted a bid l'or Lower leN,el runiliure package,John(i, Christy Municipal Building,320 Gist McCarty Street -Jefferson City,MC)(x5101 t NOW, THFIREFORF,'., if-the Obligec shall accept the bid of' the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and SIIiTiCiCl1( surety for the faithful performance of such Contract and for the prompt payment of labor and material Curnisbcd in the prosecution thereof, or in the event of*the failure of the Principal to enter such C.'onfract and give such bond or bonds, if the Principal Shall pay to (lie Obligcc the difTercticc not to exceed the penalty hereof' between the amount specified in said bid and site)) larger amount l'or which the Obligee may in good Faith contract with another party to perl'ori ► the Work covered by said hid, then this obligation shall be null and void, otherwise to remain in kill force and c1Tccl. Signed and scaled this nineteenth ny of' Febru'll-N. 2002 Sf40&C_0 1i S(4k'6s �r)CYCC_! Principal (Seal) Daniel L. E.Uen, Vice-flits, ' _ _. _ Old_Reptiblic StirclN, Compan.�, Sulety (Seal) Fliv,abeth Marie Mahone), Atto cy-in-�rct ORSC 21328 (5/97) r :i�s,.t Itllr*,t k PONY Cofilpany POWEn OF A(TTOA" Y ` ° KNOtIV ALL MEN BY THESE PRESENTS: Tlu+t OLD REPUBLIQ SURETY COMPANY, a Wisconsin filook insurance corporation; '" + oes'make, constituto and appoint: _:-u.Afw�y VINCENT, DICK FEcnON, 1-I2 11AI•IONEY, Of= JEFFERSON CI•f Y y Nil-I its (rue and lawful Aiiorney(s)•ind'uci, with full power and authority tot anti on beholl of ihr, company as surely, io oxccute and deliver and affix tho seal of tilt company thnrrto it a,,eat is re uirrd ,bond.,,underiakin reco ntznncer or other written obli ations in the nature Ihnrcol, other than nail bonds,bank do ositn p y ( c s ry 1 c gn tt r ry r (other r 1� �, rL bonds;moogago deficiency bonds, mortgage guaranty bonds, guarantees of instalfmont paper and note guaranty bonds, ,rilf•(nswance workrirs componsatior. bonds guaranteewng payment of honofils,asbeslo,nbalomnnl confrrlra bonds,vmslo managemr+ni bond:,,hazardous wasto romekibon bon(lc or black lung bonds). follows: TC _XC_EJ) AN AGrCCATE Or-ALL WRITTEN IN=TEUMf�T. IN ,� AMOUNT �O1 G f THL.11cAND DCL _AF ( t i F-iR ANY S I14GLE SEVEN JN)hCb F T F >�j OBLIGATION, REGARDLESS I-IF THE NU1r11 l r:: OF 11'J::3TRUly1ENT•S TSSUED FOR THE OBLIGATION and to bind OLD r1L"PU[31_IC SURETY COMPANY Ilmrchy, and s+II of file arts of said Attorneys-in-Fact, pursuAnl to thase presents, Arc ` `r. :ratified and confirn)ed. This dOCUlllerll is not valid unless I)Iintt�d on r;otorrjd background and r, multi colored. This appointment"is made ' cfndarand by authority of the board or directors at a spraial aw fn, held on f=ebruary 111, 19112, Thtn Power of Attorney is signed and sr-aloc by facsimile under and by the authority of the followintg ro solution. ndoptnd by the bonrd of diroclort;, of thn OLD f<ivPUBLIC SURETY COMPANY on FetnuAry 18, 1982, A idAnl car r+s5ltilrtr I vice pros i o in con 'un tion with th secretary or ass's n+ RESOLVED that the president, nny vie pros � sc nt ){. c e e rya any r to secretary, rilay appoint attorneys-in-fact or openir, with authority as deffiried or limited in the instrument evidencing the appointment r in'each case, for and on behalf of (tie corn any to execute and deliver and affix the soil of the company to bonds, undertakincds, reco nizances, rind suretyship obligations v nll kinds; and said officers mAy remove any such ritlorney-in"fact or agent.and revo c t , - my Power of Attorney previously granted to such person. ' RESOLVED FURTHER ihrtl any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i). when signed by the president,any vice president or assistant vice president,and attested and sealed(it a soil be required)by any secretary,or assistant secretary; or (ii)._When signed by the president,any vice president or assist, vice president,secretary or assistant secretary, and countersigned and sealed(il a,seal be required)by a duly authorized attorney-in-fact or agent; or (Uf). when duty exaculed and sealed (if a soil be required) by one or more attorneys-in"facl or agents pursuant to arid within the linilte of thVauthorlfy evidenced by the Power of Atfornoy issued by the company to such person or persons. RESOLVED FURTIIER that the signature of any authonzct) officer and the seal of file company may he affixed by facsimile, to any Power of Attorney or certification thereof authorizing the execution and delivery of any band, undertaking, recognizance, or otliNr Surelya.hgr obtiyaftons of the company; and such signature and spat when so used shall have the sanno force and cites►as though manic+Ily a(hxc+d, IN WITNESS WHEREOF, OLD - UQLIC SUFI-T QOMPANY has cause�i,th sP presents to ho signed by its proper officer, and its �NFl r��tY,�G.t t �l� corporate seal to be affixed this -_..._.__.._.-. day of .... OLD REPUBLIC SURETY COMPANY i s:'; As'iLa;ur! Ser:rt�t• y `��,, Prnsidnnr STATE OF WISCONSIN, C:OU 1Y OF WAl.1K1719HA - SS a JAMES 1' L CC _ On this . �`7T'I-{ MARCH f r,>rj1 •' -:' ... slay of .. ... , personally came heiore me, _ ,. - anti to rna known to bA tho individtrrlfs rind officers of the OLD nf-PUf31_IC SURETY COMPANY who executed the above inshumont, and ihey eHch acknowfedyed the ttxuculion of the rsame, arid boinil by nu: defy swom, did severally dispose and say; that they arc' the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate senf and their signaturns ns such officers were duly riff ixed and subscrlbPd to the said instrument by ttio authority c of tho Petard o; dnr?stars of said corporation. ,C..0 ZXZ,-',l:U:.L Avg"( rJirlury,l'irhl l{ My COII)n11S51(7n NX{)II(?.i: . CERTIFIGA I E I,.`this undt:lsirintad, �+l,sislanl socrelary of thN OLD ilLPI lf3t_IC SUt(:TY COMPANY, a Wisconsin corporation, C[:RTIFY that the foregoing anu altached flower of Attorney remains in full torso and ha'not been ravokod; and furthermore, that tho Resolutions of the board ',directors sot forth in the Power of Attorney, arc now In force. 40 364K_ c tuwfrryv Signed and sealed at the Crt of F3raokfield, WI this .l�Jt'il......,da y of IzrtStlklt X32? , SEA[. ',c•�1° s ' Et w1 .__..._�/9/.-5•-lrS..L-.L•t...�`{..M �C 4 WALLSTREET 1�T�v asr,tstdnt eroiary BID PACKAGE 1 ITEMIZED BID GROUP; A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price, Area A. 1 Powered Base 36"w x 37"h 4 Nan-Acoustical Panel 2 flowered Base 36"w x 50"It 4 $ 24460 Acoustical Panel 3 Portcd-One Port-One Side Only 36"w x 64"h 4 $ 842.40 _ Powered Base, Acoustical Panel 4 Port Covers 6"w x 1 1"h 4 $ -----N/A---- -- To allow Ibr at least (1) Duplex Receptacle and (2) Data Opening 5 Duplex Receptacles $ 140.40 20-arnp outlet with an Circuit 1 8 ca. isolated ground. Circuit 2 4 ca. Circuit 4 (Isolated Ground) 4 ca. 6 Cable Management Post 13"h x 2"w 4 $ 14.40 for change of'height panels fabric-Grade A or 1 7 Cable Management Post 1411 x 2"w 4 $ 14.40 ' for change of height panels fabric-Grade A or 1 8 Base Power feed Hardwire Connection 4 $ 397.80 3-Circit-48" Length 9 Overhead 36"w x 13 '/4"d x 163/4"h 6 $ 93. 1.50 Storage Bin fabric Front-Grade A or I ^�� 10 Overhead 60"w x 13 '/4"d x 161/4"h 4 $ K 19.00 _ Storage I3in Fabric front --Grade A or i 1 1 Tackboard 36"w x 16"1 x l"t 6. $ 453.60 ' I"abric: Grade A or 1 12 Tackboard 60"w x 16"h x 1"t 4 $ 468.00 ' fabric: Grade A or 1 1/34 BID PACKAGE 1 ITEMIZED BID GROUP: A MANUFACTUREit: Approved Manufhcturers Item Design Description Quantity Total Rice Area A. 13 C Iectronic 36"w x 7 3/4d x I Vli 6 $ 459.00 13allast 'I'ask Lighting 14 1"dectronic, 13allast 60"w x 7 '/,"d x 1 '/s"h 4 $ 307.20 _ Task Lighting 15 Wall Channels 72" Nigh 15 297.00 16 Wall attachment bracket 64" l li b h 4 $ 75.60 ' 17 D-Shaped Peninsula Top 66"w x 36"d 4 $ 799.20 Freestanding Column: 3 ''/z" diameter (All Mounting included) with a Grommct Laminate 'I'op Worksurface w/ Vinyl Edge And Support Column-(Painted) 18 Return Right 36"w x 24"d 1 $ 440~55 __-- Freestanding with '/4"- Height Laminate Top w/ Vinyl Edge: Modesty Panel—transition with a Grommet end panel left, end panel right (all mounting included) 19 "Transition Bridge 3()"w x 24"d 4 $ ?1.0.60 '/, FIcight Modesty Panel with a Grommet Freestanding--transition end Laminate Top and Vinyl I?dge panel Iefl, end panel right 20 Return Right with 60"w x 24"d 4 $ 2140.20 '/4 Height Modesty Panel with it Grommets Freestanding —transition end Laminate Top and panel lefl, end panel right Vinyl Edge ' 21 Return L.efl with 72"w x 24"d 1 $ 585.90 '/4 Height Modesty Panel witli a Grommet ' Freestanding —transition end with Laminate Top and panel right, end panel Icfl Vinyl L?dge ' 22 90°Corner Worksurface with 36"w x 24"d 5 $ L1.9 55 % Height Modesty Panel (Support Bracket Included) Freestanding Laminate top and vinyl edge 2/34 BID PACKAGE 1 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Desiqn Description Quantity_ Total Pride Area A. 22 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 5 $ 956.25 Box/Box/File 6"/6"/12" Stack Lockable 23 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 5 $ 956.25 File/Filc 12"/12" Stacked Lockable 24 Center Drawer Steel Construction 5 $ 155.25 19 1/8"w x 17 %"d x 2"h 25 Extended Tilting Keyboard 17"- 22"w x 5 '/,"- 9"d x 8"h 5 $ 900.00 Pad with Sliding Mouse Pad ' and Palm Rest 26 Junction Box, Double 8 $ 435.60 27 Vertical End Trim 37" 4 $ 25.20 28 Power Distribution Harness 4 $ 142.20 29 Corner T?nd Bracket 4 $ 23.40 30 Cantilever 8 $ 129.60 3/34 MID PACKAGE 1 ITEMIZED BID GROUP: A MANUFACTURLIZ: Approved Manufacturers Item_ Design Description Quantity Total Price Area B. I Powered Base 3611w x 37"h 4 $ 658.80 Non-Acoustical Panel 2 Powered Base 36"w x 50"h 4 $ 741.60 Acoustical Panel 3 Non-Powered 18"w x 64"h 3 $ 491.40 Acoustical Panel 0 4 Non-Powered 36"w x 64"h 6 $ 1263.660 Acoustical Pauel 5 Powered Base 36"w x 64"h 13 $ 2737.80 Acoustical Panel ' 6 Powered Base 24"w x 64"h 4 $ 720.00 Acoustical Panel 7 forted-One Port each side, 36"w x 64"h 3 $ -------N/A----- Powered Base, Acoustical Panel 8 Port Covers 6"w x l I"h 6 $ - -----N/A----- To allow for at least (1) Duplex Receptacle and (2) Data Opening 9 Duplex Receptacles $ 210.6Q 20-amp outlet with an Line 1 12 ea.. isolated ground. Line 2 6 ca.. tLine 4 (isolated Ground) 6 ca. 10 Cable Management Post 1311 x 2"w 4 4 14,40 e Fabric-Grade A or 1 for change of height panels ' 11 Cable Management 'Post 14"h x 2"w 4 $ 14.4O Fabric-Grade A or I for change of height pancls 4/34 ' BID PACKAGE 1 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area B. 12 Base Power Feed Hard Wire C;onneetion 2 198. 0 w 3-Circuit-48" length 13 90° Finished Post 64" High 8 $ 349.220 Fabric Surtace 14 180° Finished Post 64" 11 igh 2 N/A----- Fabric Surlhce 15 Top Cap For 2 $ _ ----1J/A-- Cross Intersection 16 Overhead Storage Bin 36"w x 13 1/4"d x 16-Y4"h 5 $ 776.2.5 Fabric front-Grade A of 1 ' 17 Overhead Storage Bin 60"w x 13 1/4"d x 161/4"h 5 $ 1023.75 Fabric Front-Ciradc A or I 18 Electronic Ballast 36"w x 7 '/4"d x 1 '/4"h 5 $ 382.50 Task Lighting 19 Electronic Ballast 60"w x 71/"d x I -W'11 5 $ 459.00 Task Lighting 20 D-Shaped Peninsula 66"w x 36"d 5 $ 999.00 Larninate "I'op Worksurlcice Column: 3 %z" diameter with Vinyl I3dge and Support (All Mounting included) Column-(fainted) Panel Mount ' 21 Worksurfaec To p with 36"w x 24"d 5 $ 411.75 I..arninatc Top and Vinyl E=dge Without Cirommets ' Panel Mount 22 Worksurface Top with 60"w x 24"d 5 $ G9 .QO ' Laminate Top and Vinyl f.:d�;c Without Grommets Panel Mount 5/34 BID PACKAGE 1l ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity 'rota) Price Area B. 23 90° Corner Worksurface 36"w x 24"d 5 $ g%00 With Laminate Top and (Support Bracket Included) ' Vinyl Edge Panel Mount 24 Left-Iland Worksurface 19"d x 10 Jz"h 2 ------ N/A----- Support Bracket (Cantilever) 1 25 Right-Iltuid Worksurfitee I9"d x 10 '/7"ll 3 $ --- -.--N/A----- Support Bracket (Cruet ilever) 26 Shared Support 11rackct 19"d x 10 1/7�"h (Cantilever) (1) left (1) right 15 $ 445.50 t27 Worksurfucc Support 24"w x 1 3/1("T x 27 7/8"h 5 $ 3(6,75 Panel, Laminate finish Par7el Mount W-nd Panel) Non-Handed 28 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"li 5 $ 7871 0) _-_._ Box/13ox/file 0"/G"/12" Stuck Lockable 29 Suspended Drawer Pedestal 15 3/8"w x 24"cl x 27 7/8"li 5 $ 787 50 i111c/1"'ile 12"/12" Stacked Lockable ' 30 Center Drawer Steel Construction 5 $ 155,25 N I/8"w x 17 %"d x 2"h 31 l xtendcd 'Tilting Keyboard 17"-22"w x 5 %"-9"(1 x 8"ll 5 $ 9()0j00 Pad with Sliding Mouse Pad ' and Palm Rest 32 Power (-farness 19.5" 3 $ 47.20 33 Power Harness 30.5" 5 $ 177J 34 Power Harness 39" 1 $ 41^.40 35 Power {-farness 52.5 5 $ 204.75 ,_„_,,— 6/34 r DID PACKAGE I ITEMIZED BID GROUP: A MANU ACTU121s12; Approved Mnnuracturcrs Item Design. Description Quantity Total Price Area 11, 36 !lower Harness S4.S I � 42 37 1'awcr l lstrncss 57" - 1 $ Ic; a ... 38 flower [-Harness 82„5 1 $ 49..,.2�. e 39 Junction Box, Single 10 _41, _ ._... 40 Junction Box, Double G $ 5 41 Corner land Bracket 3 $ RCS 42 Vertical End 'Prim 37” 4 $ 2-L2-0 43 Vertical (and Trini 66" 14 $ SLU y 7/34 �U 1 - j E. DID PACKAGE I ITEMIZED BID GROUP: A MANUFAC'T'URER: Approved Manufacturers Item Design Description Quantity Total Price Area C. r I Non-Powered 24"w x 37"h 1 $ 13770 , Non-Acoustical Panel 2 Non-Powered 3611w x 37"11 4 $ --------N/A----- Non-Acoustical Panel 3 Non-Powered 36"w x 50"h 3 $ .-___.--N --- Acoustical Panel 4 Powered Base 36"w x 37"h 10 $ 1 G47xQ0 Non-Acoustical Panel 5 Powered Base 36"w x 50"h 7 $ j191.80 Acoustical Panel 6 Non-Powered 18"w x 64"h 1 $ 163.80 Acoustical Panel 7 Non-Powcrcd 24"w x 64"h 2 $ 360.00 Acoustical Panel 8 Non-Powered 36"w x 6411 3 $ -------N/A----- Acoustical Panel 9 Powered Base 24"w x 64"h 1 $ 180,00 /acoustical Panel 10 Powered Base 36"w x 64"h 17 $ 3580.20 Acoustical Panel I I Ported-One Port Each Side, 36"w x 64"h 2 $ -- ----N/A----- Powered Base, Acoustical Pimcl 12 Ported-One fort-One Side Only, 36"w x 64"h 3 $ -------IV/A----- Powered Base, Acoustical Panel 13 fort Covers 6"w x 1 I"h 7 $ --N/A- To Allow For at Least ' (1) Duplex Receptacle and (2) Data Opening 8/34 1 )�I)U PACKAGC 1 ITCMIZED BID GROUP: A MANUFACTURE-R: Approved Manufacturers Item Design Description Quantity Total Price Area C. 14 Duplex Receptacles 245.70__. 20-amp outlet with an Line 1 7 ea. isolated ground fine 2 6 ca. Line 3 8 ca. Line 4 (Isolated Grotind) 7 ca, 15 Cable Management Post 13"h x 2"w 7 $ 25,20 Fabric-Grade A or 1 for change of height panel 16 Cable Management Post 14"h x 2"w 7 $ 25,20 Fabric-Grade A or I Ibr change of height panel 17 Base Power Feed I Iardware Coen ection 2 $ l 8.90 3-Circuit-48" Length 18 90° Finished Post 37" 11 igh 2 $ 12.60_ Fabric Surface 19 90° Finished Post 64" 1-1igh 7 $ 78.75 Fabric Surface 20 180° Finished Post-Vabric 64" I ligh 2 $ -------N/A----- Surfacc 21 Top Cap For Cross Intersection 3 $ ----N/A----- 22 Overhead Storage Bin 36"w x 13 14"d x 16-/a"h 8 $ 1242.00 Fabric front-Grade A or 1 23 Overhead Storage Bin 60"w x 13 '/4"d x 16 '/4"h 8 $ 1638.00 1 Fabric (Front-Grade A or 1 24 1":lectronic Ballast 'Tusk lighting 36"w x T%,"s x I '%"h 8 25 Electronic Ballast "Task Lighting, 60"w x 7 :%a"s x 1 �W'h 8 $ 734.40 26 D-Shaped Peninsula Laminate 66"w x 36"d 6 $ 1263,60 Top Worksurface with Vinyl 1?dge Column: 3 '/z"diameter and Support Column-(Painted) (All Mounting Included) 9/34 BID PACKAGE I ITEMIZED BID GROUP; A MANUFACTURE-R: Approved Manufacturers Item Design Description Quantity Total Price Area C. Panel Mounted With a Grommet 27 Worksurfiee Top with Laminate 36"w 24"d 9 $ 473j85 Top and Vinyl Fldge With a Grommet Panel Mounted 28 Worksurfacc Top with Laminate 60"w x 24"d 8 $ 871.20 'fop and Vinyl ldge With a Grommet Panel Mounted 29 90° Corner Worksurflice 36 11w x 24"d 8 $ 831.60 With Laminatc Top, and (Support Bracket Included) ' Vinyl Edge With a Grommet Panel Mounted 30 Left-Handed 19"d x 10 '/2"h 4 $ -------N/A- Worksurfacc Support Brackets (Cantilever) 31 Right-Hand 19"d x 10 1/2"11 5 $ -------N/A----- Worksurfacc Support Brackets (Cantilever) 32 Pair Worksurfacc 19"d x 10 %2"h 24 $ 712,80 ' Support Brackels (1) Leff-Hand (Cantilever) (1) Right-l-land ' 33 Worksurfacc Support Panel 24"w x 13/1 C"T x 27 7/8"11 1 $ 73.35 Laminate Finish (End Pawl) Install in Panel Non-(landed 1 34 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 7 $ 1102.50 BOX/Box/File, 6"/6"/12" Stack Lockable ' 35 Suspended Drt Drawer Pede f 15 3/8" "d 2 8" 7 � �t �I w x 24 x 7 7/ h $ 1 102.50 File/bile 12 /12" Stack Lockable 36 Center Drawer Steel Construction 7 10/34 1 BID PACKAGE 1 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Desi n Description uanti t6fal Prim Area C. 19 1/8 w x 17 ''/z"d x 2"h 37 Extended 'Tilting Keyboard 17"-22"w x 5 '/,"-9"d x 8"h 7 $ 1 29,x,,50 Pad with Sliding Mouse Pad and Palm Rest 38 ACOUSHCal Pancl 60"w x 6`41"h 3 $ 1094.40 39 flower Harness, 18.5"w 3 $ 21.2Q 40 Power Harness, 30.5"w 7 $ 248.85 41 flower Harness 54.5"w 6 $ 256.50 42 Power Harness,60.5"w 2 $ 88.20 43 Power Harness, 63"w 1 $ 48.G0 44 Power Harness, 69"w 1 $ 49,95 45 Junction Box, Single 12 $ 22„7.00 46 Junction Box, Double 8 $ 460.80 47 Corner End Bracket 6 $ 35 10 _..�__ t48 Vertical End, 1711 11 $ 69.30 49 Vertical lind PVC, 66"h 9 $ 101,25 r t 11/34 I3[D PACKAGE ITEMIZED 131D GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area 1). 1 D-Shaped Peninsula 36"d x 72"w I $ Freestanding F.nd Panel and Support With '/, Height Modesty Panel Column Laminate Top with Polyurethane 13dge 'Prim With a Grommet 2 'Transaction Bridge 24"d x 48"w 1 $ 480.15 1 with %-Height. Modesty Panel Laminate Top with Polyurethane Edge Trim with Grommets 3 Desk 24"d x 72"w 1 $ 585.90 wide %-I leight Modesty Panel Laminate Top with Polyurethane Edge Trim with Grommets 4 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ 191.25 Box/Box/File 6"/6"/12" Stack Lockable 5 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ 191.25 File/tile 12"/12" Stack 1 Lockable 6 Steel Center Drawer 19 1/8"w x 17 '/Z"d x 2"h 1 $ 31.05 _ 7 13xtended Tiltin g 17"-22"w x 5 1/4"-9"d x 8"h I $ 180.00 b - - Keyboard Pad with Sliding Mouse Pad and Palm Rest ' 8 Overhead Storage Bin 36"w x 13 1/,"d x 161/,"h 2 $ 310.50 _ Fabric Front-Grade A or I 9 131ectronic Ballast Task Lighting 36"w x 71/,"d x 1 114"1 2 $ 153.00 10 Tackboard 36w x 16"h x 1"t 2 $ 151.20 Fabric Grade A or 1 I 1 Wall Channels 72" Lligh 2 $ 39.60 12/34 DID PACKAGE, t ITINIZED 131D GROUP: A MANUFAC'1'I.Jld-R, Approved ManlllilCtUrerS Item Design _ Description Quantity Total Price Area 1). 12 I�uli l nd Gable. 2 107.10 13 Double Component Wa11 Adapter 1 $ 23.!35 t d 13/34 i CI(i BID PACKAGE I i'I ENIZED 1311.) GROUP: A. MANUFACTURER: Approved Manufacturers Item Design _ Description Quantity Total Price Area 1s. I Nun-Powered 36"w x 3711 1 $ 164,70 Non-Acoustical Panel 2 Non-11mvered 36"w x 5011h 1 $ 185.40 Acoustical Panel 3 Non-Powered 36"w x 64"h 1 $ 219.60 Acoustical Panel 4 Wall Attachment Bracket 64" I Iigh 1 $ 28.35 5 Cable Management Post 13"11 x 2"w 1 $ 3.15 Fabric-Grade A or 1 for change of height 6 Cable Management Post 14"11 x 2"w 1 $ 3.60 Fabric-Grade A or 1 for change of height 7 90° Corner Worksurftaec 36"w x 24"d 2 $ 207.90 '/4 1-leight with Laminate Top with Modesty Panel, Polyurethane 1?dge, Freestanding Freestanding with a Grommet (All Mounting; Include(l) 8 D-Shaped Peninsula Top 30"d x 72"w 2 $ 423.90 Freestanding End Panel and Support Column l.,aminatc Top with ' Polyurethane C;dge Tr•irn With a Grommet 9 'transition 24"d x 42"w 1 $ 463.95 Bridge with Laminatc Top with ' '/4 Height Modesty Panel Polyurethane Edge Freestanding with transition 'Prim with a Grommet end panel-- lef /right (All Mounting Included) 10 Steel Return Case Each 36"w x 24"d x 29"h 3 $ 649.35 _ With'/a-!-!eight Modesty Panel Laminate Top with Freestanding— with transition Polyurethane L dge ' end panel right, Trim with a Grommet end panel left (All Mounting Included) 14/34 DID PACKAGE 1 LTCMIZf3D BID GROUP: A MANUFACTURE-R: Approved Manufacturers Item Design Description ___,_,Quantity Total Price Area L. 11 Return Case-Right 24"d x 72"w 1 $ -------N/A----- With '/,-1-lcight Modesty Panel Laminate Top with ' free Standing with transition Polyurethane Edge end panel lefl, 'Prim with a Grommet end panel right (All Mounting Included) 12 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 3 $ 573.75 L3ox/13ox/bile 6"/6"/12" Stack Lockable 13 Mobile Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 2 $ 405.00 File/L�ile 12 /12" Stack Lockable t14 Steel Center Dri.twer 19 1/8"w x 17 %"d x 2"fi 3 $ 93.15 15 Extended 'Tihing Keyboard Pad 17"-22"w x 5 '/,"-9"d x 8"h 2 $ 360.00 With Sliding Mouse Pad And Palm Rest 16 Overhead Storage Lain 36"w x 13 '/,"d x 16 '/"h 5 $ 776.25 Fabric Front-Grade A or I 17 [ lectronie Ballast Task Lighting 36"w x 7 '/4"d x 13/4"h 5 $ 382.50 18 Tackboard 36"w x 16"h x 1"t 5 $ 378.00 Fabric Grade A or I 19 Willi Channels 72" High 5 $ -------N/A----- 20 Rect, Surfitce 24x42 1 $ 68.85 21 Corner land Bracket 1 $ 5.85 ' 22 Flat Bracket 6 $ 21.60 _ 23 Cantilever 2 $ 59.40 24 Full Gable 2 $ 197.10 25 Component Wall Adapter, Single 2 $ 39.60 15/34 DID PACKAGE 1 ITEMIZED BID GROUP., A MANUFAcrURER: Approved Manufacturers Item Design, Description Qugntity Total Price Area E. 26 Component WaI1 Adapt r, Double _ 7 ±' r 'y5 1 6/34 �Sf7 Z,.:...,.. ✓ .v'�... ;•.t, :�._ :,o .... :;' ..... , ., .. � '��.: ... � :S 3}3�-yTy��j a 7 �t t t .•nk '.t 3�.,wJ�.it:k... BID PACKAGE 1 ITEMIZED BID CROUP: A MAN UhACTUREM: Approved Manufacturers Item Design Description (quantity Total Price Area F. Note: If applicable use 54" wide; Panel, Worksurlacc, Bin & 'task in place of24"w and 30"w combinations. Please note a plan for location. Bid sheet will include the option. Use quantity in parentheses if replacement with 54" wide is applicable, 1 Non-Powered 36"w x 3711 I $ 104.70 Non-Acoustical Panel 2 Powered Base 36"w x 37"h 3 $ 494.10 Non-Acoustical Panel 3 Powered Base 36"w x 50"h 4 $ 741.60 Acoustical Panel 4 Non-Powered 24"w x 50"h 1 $ 154.80_ Acoustical Panel 5 Powered Base 24"w x 64"h 1 $ 180.00 Acoustical Panel (1) 6 Powered Base 30"w x 64"h 1' $ __---N/A----- . Acoustical Panel (0) 7 Powered Base 54"w x 64"h (1) $ 257.40 _ Acoustical Panel 8 Non-Powered 36"w x 6411 1 $ __--N/A--- ' Acoustical Base 9 Powered Base 36"w x 64"h 8 $ 1 f 84.80 Acoustical Panel 10 Ported-One Port Bach Side, 36"w x 64"h 1 $ .�- -N/A- ---- Powered Base, Acoustical Panel 11 Ported-One Port-One Side Only 36"w x 64"h 1 $ - ---N/A------ Powered Base, Acoustical Panel 12 Port Covers 6"w x I 1"h 3 $ ------N/A------ To Allow For At Least (1) Duplex Receptacle ' and (2) Data Opening ' 13 Duplex Receptacles $ 210.60 20-amp outlet with an Line 1 12 ca. isolated ground Line 2 6 ea. Line 4 (Isolated Ground) 6 ca. 17/34 BID PACKAGE I ITEMIZI?D BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area F. ' 14 ('able Management Post 13"11 x 2"w. 3 $ 9145 Fabric-Grade A or I for change of height panels 15 Cable Management Post 14"11 x 2"w 4 $ G.48 Fabric-Grade A or I for change of height panels 16 Wall Attachment Bracket 64" high 2 $ 37.80 _ 17 Base Power Feed hardwire Connection 1 $ 29.45 3-Cireuit-48" Length 18 90° Finished Post 37" high 1 $ 28.80 Fabric Surface ' 19 90° Finished Post 50" high 1 $ 29.70 Fabric Surface 20 180° Finished Post 64" High 1 $ -------N/A----- Fabric Surface 21 Top Cap )-or Cross Intersection 1 $ -------N/A----- 22 Overhead Storage Bin 24"w x 13 '/4"d x 16 '/,"h 2 $ N/A Fabric Front-Grade A or 1 (0) 23 Overhead Storage Bin 30"w x 13 '/4"d x 16 '/4"h 2 $ .7------N/A----- Fabric Front-Grade A or 1 (0) 24 Overhead Storage Bin 36"w x 13 '/4"d x 16 '/4"h 4 $ 021.00 Fabric Front-Grade A or 1 25 Overhead Storage Bin 54"w x 13 '/4"d x 16 `/4"h (2) $ 382.50 Fabric Front-Grade A oi- 1 ' 26 Overhead ,Storage Bin 60"w x 13 '/,"d x 16 '/.s"h 2 $ 409.50 Fabric Front—Grade A or 1 27 f.?lectronic Ballast 'Task bighting 24"w x 7 '/4"d x I '/4"h 2 $ 127.80 ' 28 Electronic Ballast 'Task Lighting 30"w x 7 '/4"d x 1 '/4"h 2 $ 153.00 18/34 BID PACKAGE I ITENIrCa) I31D GROUP: A MANUFACTUKi lt: Approved Manufacturers Item Design Description Quantity Total Price Area F. 29 F,lcetronic Ballast 'Task lighting 36"w x 7 '/4"d x 1 '/"h 4 354.60 30 L?lectronic Ballast 'Task Lighting 54"w x 7 /, d x 1 /, h (2) $ N/A--m:. 31 i?lectronic Ballast 'Task lighting 60"w x 7 :W'd x 1 -/a"h 2 $ -----.--N/A----- 32 D-Shaped Peninsula 'Top 66"w x 36"d 2 $ 399.60 ._ Laminate Top Worksurfucc with C'olUil111: 3 ''/s" diameter Vinyl 1''dgc and Support Column (All Mounting; Included) (Painted) With a Gronunct Panel Mounted 33 Worksurfuce Top with 24"w x 24"d 1 $ Laminate Top and Vinyl Edge With a Gronmiet. Panel Mounted 34 Worksurfucc Top with 30"w x 24"d 1 $ - ----N/A----- Laminatc Top and Vinyl Edge With a Grommet (0) Panel Mounted 35 Worksurfucc"Top with 36"w x 24"d 3 $ 247.05 Laminate Top and Vinyl Edge With a Grommet 1 Panel Mounted 36 Worksurfucc Top with 54"w x 24"d (1) $ 126.45 Larninatc Top and Vinyl gage With a Grommet Panel Mounted 37 Worksurfucc Top with 60"w x 24"d l $ 138.60 Laminate Top and Vinyl I dg e With a Gmnunct Panel Mounted 38 90°Corner Worksurfucc 36"w x 24"d 4 $ 415.80 With Laminate Top and (Support Bracket Included) Vinyl Edge Panel Mounted 39 Worksurfacc Top with 72"w x 24"d 1 $ 148.50 Laminate 'l'op and Vinyl F lg e With a Grommet P£U1C1 Mounted 40 Stcei Table Desk 72"w x 30"d x 29"h 2 $ j-1 75.40 W'-Lleight Modesty Panel Laminatc Top with Vinyl I:;dge, Freestwiding; With a Grommet 19/34 BID PACKAGE l ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area F.F. r41 Steel Transition GC.,"w x 30"d x 29"h 1 $ 545.85 Return Left Without Grommets V-I•leight Modesty Panel (include Attachment Freestwidinb Hardware for Adjacent Desk) 42 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ 191.25 Box/Box/File 6"/6"/12" Stack, Lockable 43 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ 191.25 File/File 12"/12" Stack Lockable 44 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"11 3 $ 472.50 Box/Box/File 6"/6"/12" Stack Lockable 45 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 3 $ 472.50 File/File 12 /12" Stack Lockable 46 Left-l-Iand Work Surface 19"d x 10 '/�"h 3 $ =-_N/A----- Support Brackets (Cantilever) 47 Right-I-land Work Surltice 19"d x 10 'iz"ti 1 $ -------N/A----- Support Brackets (Cantilever) 48 Pair Worksurface Support 19"d x 10 Y211 7 $ 207.90 Brackets (Cantilever) (1) Left-l-Innd e (1) Right-Hand 49 Worksurface Support Panel 24"w x 1 3/1 G'"I' x 27 7/8"11 4 $ 293.40 Laminate Finish (End Panel) Install In Panel, Non-Handcd 50 Center Drawer Steel Construction 4 $ 124.20 ' 19 1/8"w x 17 %Z"d x 2"h 51 Extended 'Tilting Keyboard 17"-22"w x 5 '/"-9"dx 8"h 4 $ 720.00 ' Pad with Sliding Mouse Pad and Palm Rest. 20/34 I3 PACKAGE 1 BID PA KAG . I'T'EMIZED BID GROUP; A MANUFACTURF'R: Approved Manufacturers Item Design Description Quantity Total Price Area F. 52 Vertical Ind Trim 37" S $ 31.50 53 Vertical E;nd 'l'rim 50" 3 $ 25.65 54 Vertical End 'Prim 66" 2 . $ 22.50 ' 55 Power I-larncss 18.5 2 $ 64.80_ 56 Power Harness 30.5 4 $ 142.20 57 Power Harness 39" 1 $ 41.40 58 Power Harness 50.5 4 $ 162.00 59 Power Harness 54.5 1 $ 42.75 60 Junction Box, Single 8 $ 198.00 61 Junction Box, Double 4 $ 230.40 62 90" Finish Post 66" 2 $ 87.30 r t i 21/34 e111011) PACKAGE I ITEMIZED BID GROUP: A MANI)FACI FACTURE R: Approved Manufacturers Item Design_ Description Quantity Total Price Area G. Note: II'applicable use 54" wide; Panel, WorkSUIT(ace, Bin & Task in place of 24"w and 30"w combination. Please note furniture plan (iir location. Use quantity in parentescs if 54" wide is applicable. 1 Non-Powered 18"w x 37"h 1 $ 124.20_ Non-Acoustical 2 Powered I3ase 36"w x 37"h 6 $ 988.20_ Non-Acoustical Panc1 3 Powered Base 36"w x 5011 6 $ 1 1 12.40 Acoustical Panel ' 4 Powered I3ase 36"w x 64"h 15 $ 3159.00 Acoustical Panel 5 Non-Powered 18"w x 64"1-1 3 $ 491.40 Acoustical Panel 6 Powered 18"w x 64"h 1 $ 163.80 Acoustical Panel 7 Non-Powered 24"w x 64"h 2 $ -------N/A--.--- ' Acoustical Panel 8 Powered Base 24"w x 64"h 4 $ 720.00 Acoustical Panel 9 Powered Base 30"w x 64"h 3 $ 588.60 Acoustical Panel 10 Powered Base 54"w x 64"h (2) $ 514.80 _ Acoustical Panel I 1 Ported-One Port Each Side, 36"w x 64"h 2 $ -------N/A----- Powered Base, Acoustical Panel ' 12 Ported-One Part-One Side Only 36"w x 64"h 2 $ -----•--N/A----- Powered Base, Acoustical Panel ' 13 Port Covers 6"w x 1 I"h 7 To Allow for at Least (1) Duplex Receptacle ' and (2) Data Opening 22/34 RID PACKAGE 1 T'T'E mm BID GROUP: A MANUFAC'T'URER: Approved Manufacturers Item Design Description Quantity Total Price Area G. 14 Duplex Receptacles $ 271,.35 20-amp outlet with an Line 1 8 ca. ' isolated ground Line 2 8 ea. Line 3 8 ea. Line 4 (Iso)ated Ground) 7 ca. 15 Cable Management Post 13"h x 2"w 6 $ 21.60 Fabric-Grade A or 1 for change of height panel 16 Cable Management Post 1411 x 2"w 6 $ 21.60 Fabric-Grade A or 1 for change of height panel 17 Base Power Iced Hardwire Connection 1 $ 103.05 3-Circuit- 48" Length 1 $ 185.40 18 90° Finished Post 37" High 2 $ 57.60 Fabric Surface ' 19 90° Finished Yost 64" f-ligh 8 $ 349.20 Fabric Surface 20 T80° Finished Post 64" High 2 $ ------N/A------ Fabric Surface 21 Top p Ca For Cross Intersection 3 $ ------N/A------ 22 Overhead Storage Bin 24"w x 13 'W'd x 16 '/4"h 3 $ ------N/A------ Fabric front- Grade A or I (0) 1 23 Overhead Storage Bin 30"w x 13 '/"d x 16 '/4"h 3 $ ------N/A------ Fabric front -- Grade A or 1 (0) 24 Overhead Storage Bin 36"w x 13 'W'd x 16 '/4"h 7 $ 1086.75 Fabric Front-C;radc A or I ' 25 Overhead Storage Bin 54"w x 13 '/4"d x 16 '/4"h 5 $ 956.25 Fabric Front-Grade A or 1 23/34 BID PACKAGE I ITEMIZED BID GROIIP: A MANUFACTURER: Approved Manufacturers Item Design _- Description Quantity Total Price Area G. 26 Overhead Storage Bin 60"w x 13 '/"d x 16 %"h 2 $ 402.50 Fabric Front-Grade A or I 27 Electronic Ballast 'Task Lighting 24"w x 7 '/,"d x 1 '/4"h 3 $ -----NN/A--- (0) ' 28 Electronic Ballast 'Task Lighting 30"w x 7 '/4"d x 1 '/4"h 7 $ 535.50 29 Electronic Ballast 'Task Lighting 36"w x 7 '/4"d x 1 '/4"h 7 $ ------N/A------ 30 Electronic Ballast Task Lighting 54"w x 7 '/4"d x 1 %"h 7 $ 642.60 31 Electronic Ballast ']'ask Lighting 60"w x 7 '/4"d x I -%"h 4 $ ------N/A------ 32 D-Shaped Peninsula Top 66"w x 36"d 2 $ 399.60_ Laminate Top Worksurfacc Column: 3 %" diameter With Vinyl Edge (All Mounting Including) And Support Column (Painted) With a Grommet Panel Mounted r33 Worksurfacc Top with 24"w x 24"d 2 $ `_-N/A------ Laminate'Cop and Vinyl Edge With a Grommet (0) Panel Mounted 34 Worksurfacc Top with 30"w x 24"d 2 $ ------N/A------ ' Laminate Top and With a Grommet (0) Vinyl Edge Panel Mounted 35 Worksurfacc Top with 36"w x 24"d 3 $ 157.95 Laminate Top and With a Grommet ' Vinyl Edgc Panel Mounted t36 Worksurfacc 'Cop with 541"w x 24"d 4 $ 387_00 _ Laminate top worksurlaee with a Grornmel With Vinyl Ldge Panel Mounted 37 Worksurlacc 'Cop with 60"w x 24"d 2 $ 217.8(,_-_ 24/34 ' BID PACKAGE 1 I'T'EMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area G. Laminate Top and Vinyl 13dge With a C;ronutnet Panel Mounted 38 Work Surfacc Top 72"NY x 24"d 6 $ 712.80.__.__� With Laminatc Top Without tlrommets And Vinyl Edge Panel Mounted 39 90° Corner Worksurface 36"w x 24"d 7 $ 727_65ti__ _ With Laminate Top and (Support I3rackct Vinyl ldge Included) Panci Mounted 40 90° Corner WorkAirfaCe 36"w x 24"d 1 $ --y----N/A------ '/ Height Modesty Panel Polyurethane Edge, Freestmding with a Grommet (All Mounting included) 41 Return Lell 48"w x 24"d 1 $ -,-----N/A------ With 1/d Height Modesty Panel Laminate Top with Freestanding with Polyurethane Edge 'Prim Transition end panel right, With a Grommet end panel left (All Mounting Included) 42 Return Right 72"w x 24"d 1 $ -------N/A--Y_ With 3/4" Height Modesty Panel Laminate 'fop with Freestanding with Polyurethane Edge Transition end panel left, 'trim with a Grommet end panel right (All Mounting; Included) 43 Lell-Hand 19"d x 10 1/2"11 4 $ -----_-_.N/A----- Work Surface Support I3rackct (Cantilever) ' 44 Right-hand 19"d x 10 %"h 7 $ - ---�N/A----- Work Surface Support ' Bracket (Cantilever) 45 Pair Warksm ace Support 19"d x 1 U ''/z"h 5 $ ._:- -N/A..-- Bracket (Cantilever) (1) 1.01-1-land (3) (1) Right-1 land 25/34 BID PACKAGE 1 ITEMIZED BID GROUP: A MANUFACTURF"R: Approved Manulcicturers Item Design Description Quantity Total Price Area G. 46 Work Surface Support Panel 24"w x 1 3/16"'I' x 27 7/8"h 11 $ Laminate Finish (11nd Panel) Installs In Panel Non-I landed r47 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ --------N/A---=- Box/Box/File 6"/12"/12" Stack, Lockable 48 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 7 $ 1102_50 Box/Box/File 6"/6"/12" Stack Lockable 49 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"li 7 $ 1102.550 File/File 12"/12" Stack Lockable 50 Center Drawer Steel Construction 7 $ 217.35 19 1/8"w x 17 Y2"(l x 2"h 51 Extended Tilting Keyboard 17"-22"w x 5 '/4"-9"d x 8"h 7 $ 1260.00 Pad with Sliding Mouse Pad And Palm Rest 52 1�rccstanding 'hublc 30" x 72" 2 $ 562.50 Height to match modular System height. ' Laminate Top 53 Corner End Bracket 9 $ 52.65 A54 Flat Bracket 4 $ 14.40 t 55 Vertical Land 'Prim 37" 8 $ 50.40 56 Vertical Land 'Frim 66 ' 1 ) $ 135.00 ' 57 Work Surface 51" 1 $ 96..75 58 Panel 6"w x 66"h 2 $ 360.00 59 Cantilever 18 $ 534.60 60 Power Distribution I arness, 18.51A, 8 $ 259.20 26/34 DID .PACKAGE, 1 ITEMIZE BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description _ Quantity Total Price Area G. ' 61 Power Distribution Harness, 29.5"w 2 $ 70.20_ 62 Power Distribution Harness, 30.5"w 2 $ 71.10 63 Power Distribution Harness, 34.5"w 6 $ 221.40 w. 64 Power Distribution Harness, 36.5"w 1 $ 37.35 65, Power Distribution I-1amess, 44.5"w 1 $ 39 15 66 Power Distribution Harness, 49.5"w 2 $ 80.10 67 Junction Box, Single 16 $ 396.00 68 Junction Box, Double 10 $ 576.00 1 27/3 DID PACKAGE, I ITEMIZED BID GROUP: A MANUFACTURE'R: Approved Manufacturers Item Design Description Quantity Total Price Area 1.1. 1 Non Powered, 60"w x 64"h 1 $ 273.60 Non-Acoustical Panel 2 Wall Attachment Bracket 64" 11igh 1 $ 18.90 3 D-Shaped Peninsula Top 36"d x 72"w 2 $ 435.60 Freestanding 1?nd Panel and Support Column Laminate Top With Polyurethane 1 dge 'Prim 4 'Transaction Bridge 30"d x 60"w 2 $ 1091.70 With '/4-1leight Modesty Panel Laminate Top with Freestanding Polyurethane 13dge Trim with Grommets (All Mounting Included) 5 Desk 30"d x 72"w 2 $ 1 175.40 With ?4-1-lcight Modesty Panel Laminate 'Top with Freestanding Polyurethane Edge Trim with Grommets 6 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 2 $ 405.00 Box/13ox/1,'ile 6"16"112" Stack Lockable 7 Steel Center Drawer 19 1/8"w x 17 %"d x 211 2 $ 62.10 8 Extended Tilting 17"..22"w x 5 '/4"-9"d x 8"h 2 $ 360.00 1 Keyboard Pad with Sliding Mouse Pad and Palm Rest 9 Overhead Storage Bin 36"w x 13 '/4" x 16 'W'11 4 $ 621-0U._____—, Fabric front-Grade A or I 10 1?.Icctronic Ballast "Task Lighting 36"w x 7 '/4"E,1 x 1 %4"h 4 $ 30(1:00 11 'Tuckboard 36"w x 16"h x I"t 4 $ 302.40, __,_..-_ ' fabric Grade A or I 12 Wall Channels 72" 11igh 4 $ 79.2(1 28/34 I rBID PACKAGE 1 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description QuantitV Total Price Area I.1. 1 13 Wall Channels (Double) 2 . $ 47.70 14 Tull Gable (29/36) 2 _202,50 15 Vertical End 'Prim 1 $ 11.25 r 79/34 BIB PACKAGE t ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area I. 1 Powered Base 36"w x 37"h 2 $ 329.40 _ Non-Acoustical Panel 2 flowered Base 36"w x 50"h 2 $ 370.80 Acoustical Panel 3 Powered Base 36"w x 64"h 7 $ 1474.20 Acoustical Panel 4 Ported-Otic Port Each Side, 36 15w x 64"h 1 $ ------N/A------ Powered Base, Acoustical Panel 5 Port Covers 6"w x 11"h 2 $ ------N/A--- --- To Allow for at Least (1) Duplex Receptacle and (1) Data Opening 6 Duplex Receptacles $ 87.30 20-amp outlet with an Line 1 4 ea.. isolated ground Line 2 2 ea.. Line 3 2 ca. Line 4 (Isolated Ground) 2 ca. 7 Cable Management Post 13"h x 2"w 2 $ 7.20 Fabric-Grade A or I for change of height panels 8 Cable Management Post 14"h x 2"w 2 $ 21_2U Fabric-Grade A or 1 for change of height panels 9 Base Power Feed Ilardware Connection 1 $ 09.45 ' 3-Circuit-48" Length 10 180° Finished Post 64" High 1 $ 43.65 ' Fabric Surface I I Overhead Storage Bin 36"w x 13 '/4"d x 16'/"h 10 $ 1552.50 _ Fabric Front-Grade A or I 12 Electronic Ballast '1'ask Lighting 36"w x 7 '/"d x I '/4"h 10 $ 765.00 30/34 BID rAcxaGr I 1113MIZED BID GROUP: A MANUFACTUREIl.: Approved Manufacturers Item Design Description Quantity Total Price Area I. 13 L)-Shaped Peninsula ' 01) 72"w x 36"d ? $ 435.60 Laminate'l'op Worksurface with with a Grommet Vinyl Ldge and Support Column (Painted) 14 Worksurface 'f op with Laminate 36"w x 24"d 2 $ 105 30 Top and Vinyl ldge Without Grummets Panel Mounted 15 Worksurface 'Fop with Laminate 72"w x 24"d 4 $ 475.20 Top and Vinyl Edge Without Grommets Panel Mounted 16 90° Corner Worksurface 36"w x 24"d 2 $ 207.90 ' With Laminate Top and (Support Bracket Vinyl Edge Included) Panel Mounted 17 Left-Hand Worksurface 19"d x 10 '/2"h 2 $ ------N/A------ Support Brackets (Cantilever) 18 Right-Hand Worksurface 19"d x 10 %2"h 2 $ - N/A-- Support Brackets (Cantilever) 19 Pair Worksurface Support 19"d x 10 '/2"h 8 $ 237.60 Support Brackets (Cantilever) (1) L,efl-Hand (1) Right-1-land 20 Work Surface Support Panel 24"w x 1 3/16"'1' x 27 7/8"li 2 $ 14630 tLaminate Finish (L3nd .Pancl) Installs in Panel Non-Handed 21 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/811 2 $ 315.00 Box/Box/File 6"/6"/12" Stack L..ockable ' 15 3/8"w x 24"d x 27 7/8"h 2 $ 315.00 22 Suspended Drawer f c,dc,5tai ' File/File 12"/12" Stack Lockable 31/34 ' BID PACKAGE I ITEMIZED BID GROUP: A MANUFAC'T'URER: Approved Manufacturers Item Design Description Quantity Total Price Area 1. 23 Center Drawer Steel Constmetion 2 $ 62.10 ' 19 1/8"w x 17 %"d x 21h ` 24 Iaxtending Tilting Keyboard 17"-22"w x 5 '/4"-9"d x 8"h 2 $ 360.00 Pad with Sliding Mouse Pad And Palm Rest 25 Power Harness, 30.5"w 5 $ 177.75 _ 26 Power Harness, 54.5"w 1 $ 42.75 27 Power Harness, 57"w 1 $ 46.80 28 Junction Box, Single 4 $ 99.00 29 Junction Box, Double. 3 $ 172.80 30 Full End Gable 2 $ 146.70 31 Wall Adapter, 66"h 1 $ 18.90 32 Vertical End Trim, 37"h 2 $ 12.60 33 Vertical I;nd Trim, 66"h 1 $ 11.25 r Date ZQ' t)2_ Firm Authorized Signature__ 32/34 DID PACKAGE I ITEMIZED BID GROUT': 13 MANUFACTURER: Approval Manulnc(urers Item Design Description _ Quantity Total Price Arca A, I Task C'hnir 'tics Basic Construction 5 $ 1480.00 w/Alf Acljustahle Arms Specifierrtir►ns Area B. 2 "Task Chair 'lice Basic ('c►►tstructiun 5 $ 1480.00 _ w/All Adjustable Arms SI)eCilicatic►ns Area C. 3 'Task Chair 'lice Basic Construction 7 $ 2072.00 w/AII Acljuslable Arms SpeciticrUic►as Area F. 4 Task Chair 'lice Hasic Construction 3 $ 888.00 w/AII Adjustable Arms tihceilicatic►ns Area F. ' 5 'l'ask Chair 'ticc Basics Construclic►n 4 $ 1.184.00 w/AII Adjustr►hle Arms Specifications ' Area Ci, G 'Task Chair 'tire 1411sic Cons(ructic►n 7 $ 2072.00 ' w/AII Adjustahlu Arms Specifications Arca I. 7 'Task Chair 'tire Basic Construction 2 $ 592,00 w/AII Adjustable Arses tihcrilic;uic►n;; Area .I, ' 8 Task Chair 'tiee Basic ('c►astr►.rctic►n 4 w/AII Adjustable Arms Specilicrrtiurr>; ' 9 Guest Sled 1111se Mend Fr•arrnc 2 (iradv A or I Fabric 33134 BID PACKAGE 1 ITEMIZED BID GROIN: C MANUFACTURE R: Approved Manulacturers Item Design DescriEtion Quantity Total Price Area B. Lateral Pile with Lock 36"w x ,1 shelf'high Area C. Lateral Pile with Lock 36"w x ,1 shelf high C, Area G. Lateral File with Lock 36"Nv x rI shelf high 2 42"w x it shelf high 3 $ 1451LA0__ , Areal. Lateral File with Lock 36"w x ? shelf high 4 :16"%v x4 shelf high 5 $ 212100- Date firm S C� l� Authorized Signature 34/34 BID PACKAGE 2 ITEMIZED BID GROUP: A MANUPACTURI"R: Approved Manufacturers Item Design Description Quantity _ Total Price Area A. ' 1 Powered Base 36"w x 37"h 4 $ 665.68 V. Non.-Acoustical Panel 2 Powered Base 36"w x 50"h 4 $ 971.12 Acoustical Panel 3 Ported-One Port-One Side Only 36"w x 64"h 4 $ 1128.80 Powered Base, Acoustical Panel 4 Port Covers 6"w x 1 I"h 4 $ ---- --N/A--- To allow for at least (1) Duplex Receptacle and (2) Data Opening; ' 5 Duplex Receptacles $ 149.44 20-amp outlet with an Line 1, 2 or 3 4 ea. isolated ground. Line 1, 2 or 5 4 ea. 6 Cable Management Post 13"h x TV 4 $ 11.64 for change of height panels Fabric-Grade A or 1 ' 7 Cable Management Post 14"h x 2"w 4 $ .11.64 for change of height panels Fabric-Grade A or 1 8 I3ase Power Peed hardwire Connection 4 $ 403.40 3-Circit-48" Length 9 Overhead 36"w x 13 '/4"d x 163/111 6 $ 1374.48 Storage Bin Fabric Front-Grade A or 1 10 Overhead 60"w x 13 '/:"d x 16 '/4"h 4 $ 1216.80 Storage Bin Fabric Front,-Grade A or I ' 11 Tackboard 36"w x 16"h x I"t 5 $ 344.45 Fabric: Grade A or 1 12 Tackboard 60"w x 1611 x P'( 4 $ 267.28 Fabric: Grade A or I 1/28 ` � BIU PACKAGE, 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area A. 13 Electronic 36"w x 7 3/4d x 1 -1/4"h 6 $ 398.40 Ballast '1"ask Lighting 14 Electronic Ballast 60"w x 7 '/4"d x I '/,"h 4 $ 307.12 "Task Fighting 15 Wall Channels 72" High 10 $ 225.35 A 60" Horizontal B 36" Horizontal C 72" Horizontal 16 Wall attachment bracket 64" High 4 $ 104.60 ' 17 D-Shaped Peninsula Top 66"w x 36"d 4 $ 989.36 Freestanding; Column: 3 %" diameter (All Mounting; Included) with a Grommet Laminate Top Worksurfacc w/Vinyl Edge And Support Column-(Painted) 18 Return Ri Pub 36"w x 24"d 1 199.62 b $ Freestanding with'/4"- Height Laminate Top w/ Vinyl Edge Modesty Panel— transition with a Grommet end panel left, end panel right (all mounting included) 19 Trasnsition Bridge 36"w x 24"d 4 $ 260.64 '/ Height Modesty Panel with a Grommet Frestanding—transition end laminate Top and Vinyl Edge panel left/Right 20 Return Right with 60"w x 24"d 4 $ 1117.20 ' '/4 Height Modesty Nuiel with a Grommets Freestanding—transition end Laminate Top and ' panel left, end panel right Vinyl Edgc 21 Return Left with 72"w x 24"d 1 $ 307.93 ' '/4 Height Modesty Panel with a Grommet Freestanding— transition end with Laminate Top and panel right, end panel left Vinyl Edge 2/28 BID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Descri ation Quanta Total Price Area A. 22 90° Corner Worksurface with 36"w x 24"d 4 $ 439.92 a/4 Height Modesty Pancl (Supp )rt Bracket Include(l) --�-� Freestanding Laminate top and vinyl edge 23 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"11 5 $ 1257.45 Box/Box/File 6"/6"/12" Stack - Lockable 24 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 5 $ 1203.50 File/Pile 12"712" Stacked Lockable 25 Center Drawer Stec] Construction 5 $ 91.30 19 1/8"w x 17 `/2"d x 2"h — ' 26 Extended 'rifting Keyboard 17"- 22"w x 5 '/4"- 9"d x "h 5 $ 830.00 Pad with Sliding Mouse Pad and Palm Rest 27 Power Harness 36" 8 $ 401.76 ' 28 Corner Bracket 2 $ 18.26 29 Universal Bracket 4 $ 81.36 30 Cantilever 8 $ 119.50 _ 31 Vertical land 'Prim 37" 4 $ 18.28 32 GKC073624 1 $ 31 38.64 3/28 BID PACKAGE 2 I'T'EMIZED BID GROUP: A. MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area B. ' 1 Powered Base 36 11w x 37"h 4 $ 665.68 Non-Acoustical Panel 2 Powered Base 36"w x 50"h 4 $ 971.12 Acoustical Panel 1 3 Non-Powered 18"w x 64 11h 3 $ 684.75 _ Acoustical Panel 4 Non-Powered 36"w x 64"11 6 $ -------N/A----- Acoustical Panel 5 Powered Base 36"w x 64"11 13 $ 5361.80 Acoustical Panel 6 Powered Base 24"w x 64"h 1 $ 237.38 Acoustical Panel 7 Ported-One Port. each side, 36"w x 64"11 3 $ -------N/A----- Powered Base, Acoustical Panel 8 Port Covers 6"w x 11"h 6 $ N/A To allow f'or at least (l) Duplex Receptacle and (2) Data Opening ' 9 Duplex Receptacles $ 224.16 20-amp outlet with an Line 1,2 or 3 6 ea. isolated ground. Line 1,2, or 5 6 ca. 1 � 0 Cable Mana iemcnt. Post 13"h x 2"w 4 $ 11.64 ' Fabric-Grade A or I for change of height panel~ ' I 1 Cable Management Post 1411 x 2"w 4 $ 11.64 Fabric-Grade A or 1 for change of height panels 4/28 BID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design _ Description Quantity Total Price Area I3. 12 Base. Power Deed Hard Wire Connection 2 $ 20U0—____, 3-Circuit-48" Length 13 90° Finished Post 64" 11ig;h 8 $ 295.52 Fabric Surface 14 180° Finished Post 64" 11ibh 2 $ ------N/A------ Fabric Surface e15 Top Cap For 2 $ -_-- N/A-----� Cross Intersection ' 16 Overhead Storage Bin 36"w x 13 '/4"d x 16 1/4"h 5 $ 1145.40 Fabric Front-Grade A of 1 17 Overhead Storage Bin 60"w x 13 '/4"d x 16'/4"h 5 $ 1521.00 _ Fabric Front-Grade A or 1 18 Electronic Ballast 36"w x 7 '/,"d x 1 '/4"h 5 $ 332.00 Task Lighting 19 Electronic Ballast 60"w x 7 '/,"d x I '/,"h 5 $ 383.90 Task Lighting; ' 20 D-Shaped Peninsula 66"w x 36"d 5 $ 1236.70 _ Laminate Top Worksurlace Column: 3 ''/z" diameter ' with Vinyl Edge and Support (All Mounting; Included) Column-(Painted) Panel Mount ' 21 Worksurfacc Top with 36"w x 24"d 5 $ 325.80 Laminate Top and Vinyl Edge Without Grommets ' Panel Mount 22 Worksurface Top with 60"w x 24"d 5 $ 583.10 ' Laminate Top and Vinyl l:dg;e Without CrommetS Panel Mount 5/31 BID PACKAGE 2 ITL3MIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity, Total Price Area B. 23 90° Corner Worksurfiace 36"w x 24"d 5 $ 549.90 With Laminate Top,md (Support Bracket Included) Vinyl Edge Pancl Mount 24 Leff-Hand Worksurface 19"d x 10 ''/."h 2 $ ------N/A------ Support Bracket (Cantilever) ® 25 Right-I-1wid Worksurface 19"d x 10 '/2"h 3 $ _-----N/A---- -- 1� Support Bracket (Cantilcvcr) 26 Shared Support Bracket 19"d x 10 ''/Z"h 20 $ 298.80 _ (Cantilever) (1) left, (1)right 27 Worksurf'ace Support 24"w x 1 3/16"'I' x 27 7/8"h 5 $ ------N/A------ Panel, Laminate Finish Panel Mount (End Panel) Non-Flandcd 28 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 5 $ 1095.60 _ Box/Box/File 6"/6"/12" Stack Lockable 29 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 5 $ 1039.60 File/File 12 /12" Stacked Lockable ' 30 Center Drawer Steel Construction 5 $ 91.30 19 1/8"w x 17 ''/z"d x 2"h 31 Extended Tilting Keytmard 17"-22"w x 5 '/4"-9"d x 8"h 5 $ 830.00 Pad with Sliding Mouse Pad and Palm Rest 1 32 Power Harncss 30„ 16 $ 803.52 33 Power Harness 39” 4 $ 200.88 _ 34 Utility Bracket 2 $ 18.26 35 Corner Bracket 5 $ 101.70 6/28 BID PACKAGE 2 ITEMIZEI.) BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design _ Description Quantity Total Price Area 13. r36 Vertical Trim 37" 4 $ 7828-.�"� 37 Vertical Prim 66„ 4 $ 39.84._ r 38 Horizontal Wall Bracket 2 $ 83.84 39 Horizontal Wall Bracket.. 4 $ 119.52 40 Horizontal Wall Bracket 2 $ 73.88 41 Acoustical Panel 66"h x 60"w 3 $ 1122.99 r t . .t �,; � 7,28 BID PACK K-AGIE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area C. 1 Non-Powered 24"w x 37"h 1 $ 145.67 Non-Acoustical Panel 2 Non-flowered 36"w x 37"h 4 $ -------N/A----- Non-Acoustical Panel - 3 Non-Powered 36"w x 50"h 3 $ -------N/A--.-_ Acoustical Panel 4 Powered Base 36"w x 37"h 10 $ 166120 Non-Acoustical Panel 1 5 Powered Base 36"w x 50"h 7 $ 1699.46 Acoustical Panel ' 6 Non-Powered 18"w x 64"h l $ 228.25 Acoustical Panel 7 Non-Powered 24"w x 64"h 2 $ 474.76 Acoustical Panel �. , $ Non-Powered 36"w x 64 1h 3 $ ------N/A------ Acoustical Panel ' 9 Powered Base 24"w x 64"h 5 $ ------N/A------ Acoustical Panel ' 10 Powered Base 36"w x 641h 17 $ 4797.40 Acoustical Panel 11 Ported-One Port Each Side, 36"w x 64"h 2 $ -------N/A----- Powered Base, Acoustical Panel 12 Ported-One Port-One Side Only, 36"w x 64"h 3 $ ---N/A----- Powered Base, Acoustical Panel 13 Port Covers 6"w x 1 1"li 7 $ -------N/A----- To Allow For at Least ' (1) Duplex Receptacle and (2) Data Opening 8/31 IIID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area C. ' 14 Duplex Receptacles $ 298.88 20-amp outlet with an 1,inc 1, 2, or 3 8 ca. isolated ground Line; 1, 2, or 5 8 ea. 15 Cable Management Post 13"h x 2"w 7 $ 20.37 fabric-Grade A or l for change of height panel 16 Cable Management Post 14"h x 2"w 8 $ 23.28 Fabric-Grade A or 1 for change of height panel 17 Base Power heed Ilardware Connection 2 $ 201.70 3-Circuit-48" Length 18 90° Finished Post 37" High 2 $ 44.00 Fabric Surface 19 90° Finished Post 64" High 7 $ 258.58 Fabric Surface 20 180° Finished Post-Fabric 64" l li 1h 2 $ 7 .88 � 3 Surface 21 Top Ca For Cross Intersection 3 ------ --- 1 p $ N/A-- ' .22 Overhead Storage Bin 36"w x 13 '/4"d x 16 '/4"h 8 $ 1832.64 Fabric Front-Grade A or 1 ' 23 Overhead Storage Bin 60"w x 13 '/4"d x 16 '/4"h 8 $ 2433.60 Fabric front-Grade A or 1 24 Electronic Ballast 'Task Lighting; 36"w x 7 -/4"s x 1 '/4"h 8 $ 564.40 ' 25 Electronic Ballast 'Task Lighting; 60"w x 7 '/,"s x 1 '/4"h 8 $ 677.28 26 D-Shaped Peninsula Laminate 66"w x 36"d 6 $ 1484.04 Top Worksurface with Vinyl Edge Column: 3 '/2"diameter ' and Support Column-(Painted) (All Mounting Included) Panel Mounted With a Grommet 9/31 BID PACKAGE 2 ITEMIZED I3ID GROUP: A MAN UFACTURI:;R: Approved Manulaclurers Item Design Description Quantity Total Price Area C. 27 Worksurlace Top with Laminate 36"w 24"d 9 $ 586. 14 Top and Vinyl Edge With a Grommet Panel Mounted 28 Worksurface Top with Laminate 60"w x 24"d 8 $ 932.96. Top and Vinyl Edge With a C►ronunct Panel Mounted 29 90° Corner Worksurface 36"w x 24"d 8 $ 879.84 With Laminate Top and (Support Bracket Included) Vinyl Edge With a G.-ornmet Panel Mounted 30 Left-Handed 19"d x 10 ''/2"h 4 $ ------N/A------ Worksurface Support Brackets(Cantilever) 31 Right-Hand 19"d x 10 '/"h 5 $ ------N/A------ Worksurface Support Brackets (Cantilever) 32 Pair Worksurfacc 19"d x 10 '/2"ll 30 $ 448.20 Support Brackets (1) Left-I land (Cantilever) (1) Right-bland 33 Worksurface Support Panel 24 15w x l 3/16"T x 27 7/8"h l $ 101.26 Laminate Finish (1? r BID PACKAGE 2 I'I'CMIZCD BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area C. 38 Vertical 'Trim 66" 3 $ 29.888____ 39 Vertical '1'ri:,i 37" 7 $ 31.99 40 Utility Bracket 6 $ 54.78 41 Corner Bracket 6 $ 122.04 _ 42 Power Harness 19 $ 954.18 43 Power Harness 5 $ 251.10 44 Power Harness 4 $ 134.48 45 Acoustical Panel 4 $ 1497.32 11/29 BID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area D. 1 D-Shaped Peninsula 36"d x 72.'w 1 $ 406.70 Freestanding Ind Panel and Support With 1/4 height Modesty Panel Column Laminate Top with Polyurethane Edge Trim With a Grommet 2 Transaction Bridge 24"d x 48"w 1 $ 104.17 with '/-1-Ieight Modesty Panel Laminate Top with Polyurethane Edge Trim with Grommets 3 Desk 24"d x 72"w 1 $ 307.93 with'/4-I-Ieight Modesty Panel Laminate Top with Polyurethane Edge 'Prim with Grommets 4 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"li 1 $ 251.49 Box/Box/File 6"/6"/12" Stack Lockable 5 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ 240.70 File/File 12"/12" Stack Lockable 6 Steel Center Drawer 19 1/8"w x 17 '/2"d x 2"h 1 $ 18.26 7 Extended Tilting 17"-22"w x 5 1/4"-9"d x 8"h 1 $ 166.00 Keyboard Pad with Sliding Mouse Pad and Palm Rest r8 Overhead Storage Bin 36"w x 13 '/4"d x 16 1/4"h 2 $ 458.16 Fabric Front-Grade A or 1 9 Electronic Ballast "Cask Lighting; 36"w x 7 '/4"d x I '/4"h 2 $ 141.10 10 Tackboard 36w x 16"h x 1"t 2 $ 137.78 tFabric Grade A or 1 11 Wall Channels 72" High 1 $ 32.79 _ 12/29 BID PACKAGE 2 ITEMIZED BID GROUP: A MANI)FACTU RER: Approved Manufacturers Item Design Description Quantity Total Price Area E. 1 Non-Powcred 36"w x 37"h 1 $ 166.42 Non-Acoustical Panel 2 Non-Powered 36"w x 50"h 1 $ 242.78 . ' Acoustical Panel 3 Non-Powered 36 5w x 64"h 1 $ 282.20 1 Acoustical Panel 4 Wall Attachment Bracket 64" High 1 $ 26.15 _ 5 Cable Management Post 13"1-1 x TV 1 $ 2.91 Fabric-Grade A or 1 for change of height 6 Cable Management Post 14"14 x TV 1 $ 2.91 Fabric-Grade A or 1 for change of height 7 90° Corner Worksurface 36"w x 24"d 2 $ 677.28 3/4 Height with Laminate Top with Modesty Panel, Polyurethane Edge, Freestanding Freestanding with a Grommet (All Mounting Included) 8 D-Shaped Peninsula Top 30"d x 72"w 2 $ 723.76 — Freestanding End Panel and Support Column Laminate Top with Polyurethane Edge 'I"rim With a Grommet 9 Transition 24"d x 42"w 2 $ 191.74 Bridge with Laminate Top with ' 3/4 Height Modesty Panel Polyurethane Edge Freestanding with transition 'Prim with a Grommet end panel left/right (All Mounting Included) ' 10 Steel Return Case Left 36"w x 24"d x 29"h 3 $ 598.86 With '/-Height Modesty Panel Laminate Top with Freestanding– with transition Polyurethane Edge ' end panel right, end panel left Trim with a Grommet. (All Mounting; Included) 13/29 BID PACKAGE 2 ITL"MIalm 1111) GROUP: A MANUPACI'UIZER: Approved Manufacturers Item Desiqn Description Quantity Total Price Area E. ' 1 1 Return Case-Right 24"d x 72"w 1 $ -------N/A----- With '/4-1-lcight Modesty Panel Laminate Top with ' Free Standing with transition Polyurethane Edge end panel left, end panel right 'Prim with a Grommet (All Mounting Included) 12 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/811 3 $ 754.47 Box/Box/I-'ile 6"/6"/12" Stack Lockable 13 Mobile Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 2 $ 481.40 Pile/Pile 12"/12" Stack Lockable ' 14 Steel Center Drawer 19 1/8"w x 17 1/2"d x 211 3 $ 54.78 15 Extended Tilting Keyboard Pad 17"-22"w x 5 '/4"-9"d x 8"h 2 $ 332.00 With Sliding Mouse Pad And Palm Rest 16 Overhead Storage Bin 36"w x 13 '/4"d x 16 '/a"h 5 $ 1145.40 _ Fabric Front-Grade A or I 17 Electronic Ballast Task Lighting 36"w x 7 3W'd x 1 3/411 5 $ 352.75 18 Tackboard 36"w x 16"h x I"t 1 $ 56.44 Fabric Grade A or I 19 Wall Channels 72" High 5 $ ---.---N/A------ 20 Tack Board 2 $ 137.78 t21 Plat Bracket 4 $ 49.80 22 Vertical 'T'rim 1 $ 4.57 14/29 BID PACKAGE 2 1TrMIZI?13 131I) GROUP: A MAN UFACI'URl,R: Approved Manufacturers Item Design Description Quantity Total Price Area F. ' Note: If applicable use 54" wide; Panel, Worksurface, Bin & Task in place of 24"w and 30"w combinations. Please note a plan for location. Bid sheet will include the option. Use quantity in parentheses if replacement with 54" wide is applicable. 1 Non-Powered 36"w x 3711 1 $ N/A---- Non-Acoustical Panel 2 Powered Base. 36"w x 37h 4 $ 665.68 , Non-Acoustical Panel 3 Powered Base 36"w x 50"h 4 $ 971.12 Acoustical Panel 4 Non-Powered 24"w x 50"h 1 $ 203.35 Acoustical Panel 5 Powered Base 24"w x 64"h l $ 237.38 Acoustical Panel 6 Powered Base 30"w x 64"h 1 $ -------N/A----- Acoustical Panel (0) 7 Powered Base 54"w x 64"h (1) $ 358.15 ' Acoustical Panel 8 Non-Powered 36"w x 64"h 1 $ -------N/A----- Acoustical Base ' 9 Powered Base 36"w x 64"h 8 $ 2257_60 Acoustical Panel 10 Ported-One Port 1 aeh. Side, 36"w x 6411 1 $ -------N/A----- Powered Base, Acoustical Panel 11 Ported-One fort-One Side Only 36"w x 64"h 1 -------N/A----- - Powered Base, Acoustical Panel ' 12 Port Covers 6"w x 11"h 3 $ -------N/A----- To Allow For At Least (1) Duplex Receptacle and (2) Data Opening 13 Duplex Receptacles $ 140.44 ' 20-amp outlet with an Line 1, 2, or 3 4 ca. isolated ground Line 1, 2, or 5 4 ea. 15/30 BID PACKAGE 2 ITEMIZED 131D GROUP: A MAN UFACfURVIZ: Approval Manufacturers Item Design Description _ Quantity Total Price Area F. 14 Cable Management Post 13"11 x 2"w 3 $ 8.73 I-abric-Grade A or 1 for change of height panels ' 15 Cable Management Post 14"11 x 2"w 4 $ habric-Grade A or 1 for change of height panels 16 Wall Attachment Bracket 64" I Iigh 2 $ 52.30 _ 17 Base Power Feed Hardwire Connection 1 $ 100.85 3-Circuit-48" Length 18 90° Finished Post 37" High 1 $ 22.00 Fabric Surface ' 19 90° Finished Post 50" High 1 $ 27.39 _ Fabric Surface 20 180° Finished Post 64" High 1 $ 36.94 _ Fabric Surface 21 Top Cap For-Cross Intersection 2 $ 83.84 22 Overhead Storage I3in 24"w x 13 '/4"d x 16 '/4"h 2 $ -------N/A----- Fabric Front-Grade A or l (0) 23 Overhead Storage Bin 30"w x 13 '/4"d x 16 '/,"h 2 $ -------N/A----- Fabric Front-Grade A or 1 (0) 24 Overhead Storage Bin 36"w x 13 '/4"d x 16 =/4"h 4 $ 916.32 Fabric Front—Grade A or 1 25 Overhead Storage Bin 54"w x 13 '/"d x 16 '/4"h (2) $ 581.84 Fabric Front-Grade A or I 26 Overhead Storage Bin 60"w x 13 1/4"d x 16 '/4"h 2 $ 608.40 Fabric Front--Grade A or 1 27 Electronic Ballast 'Task Lighting 24 1w x 7 '/4"d x 1 '/4"h 2 $ -------N/A----- (0) ' 28 Electronic Ballast Task Lighting 30"w x 7 '/4"d x 1 '/4"h 4 $ 338.64 16/30 11� IIII) PACKAGE 2 I'1'I M17I I) BII) GROUP: A MANUFACTURER: Approved Manulucturcrs Itern Design_ Description Quantity Total Price Area F. 29 Electronic Ballast Task Lighting 36"w x 7 '/4"d x I '/4"h 4 $ 282.20 30 I?Icctronie Ballast Task Lighting 54"w x 7 %"d x 1 %"h (2) $ -------N/A----- 31 Electronic Ballast 'task bighting 60"w x 7 '/4"d x 1 '/4"h 2 $ --------N/A----- 32 D-Shapcd PCr1irlSUlt1 Top 66"w x 36"d 2 $ 494.68_ _ Laminate Top WorksUrlaCC with Column: 3 %" diainetcr Vinyl Edge and Support Column (All Mounting Included) (Painted) With a Grommet Panel Mounted 33 Worksurfacc Top with 24"w x 24"d 1 $ 55.61 Laminate 'l'op and Vinyl Edge With a Grommet Panel Mounted 34 Worksurface Top with 30"%N, x 24"d 1 $ -------N/A----- Laminate 'I'op and Vinyl Edge With a Grommet (0) Panel Mounted 35 Worksurface. Top with 36"w x 24"d 3 $ 195.48 Laminate Top and Vinyl Edge With a Grommet Panel Mounted 36 Worksurfacc Top with 54"w x 24"d (1) $ 116.62 Laminate Top and Vinyl Edge With a Grommet Panel Mounted e 37 Worksurface Top with 60"w x 24"d 1 $ 1 16.62 Laminate Top and Vinyl Edge With a Grommet Panel Mounted 38 90° Corner Worksurfacc 36"w x 24"d 4 $ 439.92 With Laminate Top and (Super-! Bracket Included) ' Vinyl Edge Panel Mounted 39 Worksurface Top with 72"w x 24"d 1 $ 1.35.29 Laminate Top and Vinyl Edge. With a Grommet Panel Mounted ' 40 Steel 'fable Desk 72"w x 30"d x 29"h 2 $ 6$6.42 '/4"-Height Modesty Panel Laminate 'Fop with Vinyl Edge Freestanding With a Grommet 17/31 BID PACKAGE, 2 ITL�m1ZFl) 1311) GROUP: A MANUFACTURI3R: Approved Manufacturers Item Design Description Quantity Total Price Area f. e41 Steel Transition 66"w x 30"d x 29"h 1 $ 303.37 Return L.eIL Without Oronimets '/4"41cight Modesty Panel (Include Attachment 1,rcestandinb 1 lardware Im Adjacent Desk) 42 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ 251 49 Box/Box/File 6"/6"/12" Stack, Lockable a er Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ 240.70 43 Mobile Dray P s �__ File/File 12"712" Stack ' Lockable 44 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 3 $ 657.36 Box/Box/File 6"/6"/12" Stack Lockable. 45 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 3 $ 623.76 File/File IT712" Stack Lockable 46 LeR-I-land Work Surface 19"d x 10 '/z"h 3 $ -------N/A----- Support Brackets (Cantilever) 47 Right-Hand Work Surface 19"d x 10 ''/2"h 1 $ Support I3rackets (Cantilever) 48 Parr Worksurface Support 19"d x 10 '/2"h 12 $ 179.28 . Brackets (Cantilever) (1) Lefl-I land (1) Right-1 land 49 Worksurface Support Panel 24"w x 1 3/16"T x 27 7/8"li 1 $ 101.26 _ — L.aminate finish (l nd Panel) Install In Panel, Non-1 landed 50 Center Drawer Steel Cc,list ruction 4 $ 73.04 — t19 1/8"%v x 17 '/2"d x 211 .51 l'xtended 'Tilting Keyboard 17"-22"w x 5 '/,"-9"dx 8"h 4 $ 664.00 Pad with Sliding Mouse Pad and Palm Rest. 18/30 1 BID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area F. 52 Power Harness 19" 11 $ , 552..42 53 Power Harness 31„ 2 $ 100.44 54 Four-Way Harness l 33.62 55 Universal 3 27.39 56 Universal Bracket 2 $ 40.68 19/30 BID PACKAGE 2 ITFIMIZEM BID GROUP: A MANUFACTURFIR: Approved Manuflacturers Item Design Description Quantity Total Price Area C. Note: Kapplicable use 54" wide; Panel, Worksurliice, Bin & Task in place of 24"w and 30"w combination. Please note Rimiture plan ibr location. Use quantity in parenteses if'54" wide is applicable. 1 Non-Powered 18"w x 37"h 1 $ 140._,_69 Non-Acoustical 2 Powered Base 36"w x 37h 6 $ 908.52 Non-Acoustical Panel 3 Powered Base 36"w x 50"h 6 $ 1456.68 Acoustical Panel 4 Powered Base 36"w x 64"h 12 $ 3386.40 Acoustical Panel 5 Non-Powered 18"w x 641-1 3 $ 684.75 Acoustical Panel 6 Powered 18"w x 64"h 1 $ -------N/A----- Acoustical Panel 7 Nan-Powered 24 1w x 64"h 2 $ -------N/A----- Acoustical Panel 8 Powered I.iase 24"Nv x 6411 4 $ 949.52 Acoustical Panel 9 Powered Base 30"w x 64"h 1 $ _2.63.94 Acoustical Panel _ 10 Powered Base 54"w x 64"h (2) $ 716.30 Acoustical Panel ' 1 1 Ported-One Port Each Side, 36"w x 64"h 2 $ -------N/A--- -- Powered Base, Acoustical Panel 12 Ported-One Part-One Side Only 36"w x 64"h 2 $ -------N/A----- Powered Base, ACOUStiCal Panel ' 13 Port Covers 6"w x I I"h 7 $ -------N/ 1----_ To Allow fibr at Least (1) Duplex Receptacle and (2) Data Opening 20/30 ' BID PACKAGE 2 ITRMIZED 13Ir) GROUP: A MANUFACI'UR1-R: Approved Manulacturers Item Design Description Quantity Total Price Area G. ' 14 Duplex Receptacles 20-amp outlet with an Line 1, 2, or 3 8 ca. isolated ground Line 1, 2, or 5 8 ca. 15 Cable Management Post 13"h x 2"w 6 $ 1.7.46 Fabric-Grade A or I for change ol'height panel 16 Cable Management Post 14"h x 2"w 6 $ ,x.46,___ Fabric-Grade A or I for change of*height panel 17 I3ase Power Fced Hardwire Connection 2 $ 2_3_.2.40 3-Circuit- 48" length �� 18 90° Finished Post 37" Nigh 2 $ 444.00 Fabric Surfacc 19 90° Finished Past 64" High 3 $ 89.64 Fabric Surface 20 180° Finished Post 64" 11i gh 2 $ 73.88 Fabric Surface 21 Top Cap For Cross Intersection 3 $ 125.76 22 Overhead Storage 13in 24"w x 13 '/4"d x 16 •Y4"h 3 $ ___---N/A�-�_ Fabric front- Ciradc A or I (f?) 23 Overhead Storage 13in 30"w x 13 '/4"d x 16 '/4"h 3 $ --------N/A---- Fabric Front -- Grade A or 1 (0) ' 24 Overhead Storage 13in 36"w x 13 -/4"d x 16 '/,"h 7 $ I603.56 Fabric Front-Ciradc A or 1 25 Overhead Storage 13in 54"w x 13 :%4"d x 16 '/"h (5) Fabric Front-Grade A or 1 ' 26 Overhead Storage 13in 60"w x 13 '/4"d x 16 '/4"h 2 $ 6U$AQ . I"abric front-Grade A or I 21/30 DID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design _ Description Quantity Total Price Area G. 27 I:acetronie Ballast 'Task Lighting 24"w x 7 '/"d x I '!,"h 3 $ (0) 28 13lectronic Ballast 'Task bighting 30"w x 7 '/4"d x 1 '/4"h 7 $ 4c�3_.85 (tl) 29 131ectronic Ballast "Task Lighting 36"w x 7 '/4"d x 1 '/4"h 7 $ 592.62 _ 30 Flectronic Ballast 'Task Lighting 54"w x 7 '/4"d x 1 '/4"h (3) $ _---N/A----- 31 E?Icctronic !3allast '!'ask lighting 60"w x 7 '/4"d x 1 '/4"h 4 $ =---N/A--- 32 D-Shaped Peninsula Top 66"w x 36"d 2 $ 494.68 Laminate Top Work:surtace Column: 3 %s" diameter With Vinyl Edge (All Mounting Including) And Support Column (Painted) With a Grommet Panel Mowited 33 Work stir face Top with 24"w x 24"d 2 $ _-------N/A----- Laminate Top and Vinyl Edge With a Grommet (o) ' Pancl Mounted 34 Works urface Top with 30"w x 24"d 2 Laminate Top and With a Grommet (o) Vinyl Edge Panel Mounted 35 Worksurfacc Top Nvith 36"w x 24"d 3 $ ,195.48 Larninate 'l'op and With a Grommet Vinyl Edge Panel Mounted 36 Worksurlacc Top with 54"w x 24"d (5) $ 583.10 Laminate top worksurface with a Grommet With Vinyl Edge Panel Mounted 37 Worksurfacc Top with 60"w x 24"d 2 $ 233.24 Laminate Top and Vinyl Edge With a Grommct Panel Mounted 22/30 DID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURI R: Approved Manufacturers Item Design Description Quantity Total Price Area G. 38 Work Surfacc Top 72"w x 24"d 6 $ 811.74 With Laminate 'l'op Without. Grommets And Vinyl Edge. 11wel Mounted 39 90° Corner Worksurfacc 36"w x 24"d 7 $ 769.86 ' With Laminate 'fop and (Suplx)rt 13rackct _ Vinyl l dge Included) Panel Mounted 40 90° Corner Worksurfacc 36"w x 24"d I N/A------ Freestanding With Laminate 'Fop with 3/a Height Modesty Pancl Polyurethane 1 dge, Freestanding with a Grommet (All Mounting; Included) 41 Return Leff 48"w x 24"d 1 $ ------N/A------ With 1/4 Height Modesty Panel Laminate Top with Freestanding with Polyurethane Fdge "Prim Transition end parcel right, With a Grommet end panel Jell (All Mounting 11]cludC(l) 1 42 Return Right 72"w x 24"d 1 $ ------N/A------ With 3/4" Height Modesty Panel Laminatc Top with Freestanding with Polyurethane ladge ® Transition end panel left, Trim with a Grommet !� end panel right (All Mounting Inch►ded) 43 Left-l-land 19"c1 x 10 '/2"h 4 $ -------N/A----- Work Surface Support Bracket (Cantilever) 44 Right-I-land 19"d x 10 %"h 7 $ --------N/A---- Work Surface Support Bracket (Cantilever) 45 Pair Worksurfacc Support 19"d x 10 ''/7"h 21 $ 313.74 Bracket (Cantilever) (1) Lefl-Hand (1) Right-1 land 46 Work Surface Support Panel 24"w x 1 3/16"`I' x 27 7/8"h 6 $ 607.56 ' Laminate finish (I'nd Panel) Installs In Panel Non-Handed 47 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 1 $ _251.49 Box/Box/File 6"/12"/12" Stack, Lockable 23/30 BID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area G. 48 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"11 6 $ 1314.72 _ Box/Box/File 6"/6"/12" Stack Lock=able e49 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 7 $ 1455.44 File/File 12"/12" Stack Lockable 50 Center Drawer Steel Construction 7 $ 127.82 19 1/8"w x 17 '/2"d x 211 51 Extended Tilting Keyboard 17"-22"w x 5 '/4" 9"d x 8"h 7 $ 1162.00 Pad with Sliding Mouse Pad And Palm Rest 52 Freestanding Table 30" x 72" 2 $ 701.36 Height to match modular system height. Laminate Top 53 Power Harness 31 23 $ 1155.06 54 Power Harness 66" 2 $ 100.44 55 Power Harness 4 Way 5 $ 168.10 56 Utility Bracket 9 $ 82.17 57 Corner Bracket 2 $ 40.68 ' 58 Vertical Land 'Prim 3" 4 $ 18.28 59 Vertical Ind Trim 66" 4 $ 39.84 _ 24/30 BID PACKAGE 2 rm-mium 1311) GROUP: A MANLIFAC:"I'UR1?R: Approved Manufacturers Item Design _ Description Quantity Total Price Area 1-1. 1 Non Powered, 60"w x 64"h 1 $ Non-Acoustical Panel 2 Wall Attachment Bracket 64" high l $ 26,15 1 3 D-Shaped Peninsula Top 36"d x 72"w 2 $ K13.40 Freestanding land Pancl and Support Column Laminate 'l'op with Polyurethane ldge 'Prim 4 Transaction Bridge 30"d x 60"w 2 $ 298_80 With '/4-1-leight Modesty Panel Laminate Top with Freestanding Polyurethane Edge 'Prim with Grommets (All Mounting Included) 5 Desk 30"d x 72"w 2 $ 698.86 _ With 1/,-1-lcight Modesty Panel Laminate Top with Freestanding Polyurethane II'dge Trim with Caronunets 6 Mobile Drawer Pedestal 15 3/8"w x 20"d x 27 7/8"h 2 $ 502.9$_ ' Box/130x/File 6"/6"/12" Stack Lockable 7 Steel Center Drawer 19 1/8"w x 17 ''/2"d x 2"h 2 $ 36.52 8 E=xtended 'Tilting 17"-22"w x 5 1/i"-9"d x 8"li 2 $ 332.00 e Keyboard Pad with Slicling Mouse Pad and Palm Rest ' 9 Overhead Storage Bin 36"w x 13 'W' x 16 '/4"h 4 $ 916.32 Fabric front-Grade A or I ' 10 l' lectronic Ballast 'Task Lighting 36"w x 71/4"d x I 1/i"h 4 $ 282_20 I I Tackboard 36"w x 16"h x l"1 2 $ 137.78 ' Fabric Grade A or 1 12 Wall Channels 72" High 2 $ 65.58 25/31 1 e ,BID PACKAGE 2 I1TWIZ D BID GROUP: A MANUFAC'i UR11"lt: Approved Matiuracturcrs Item Design Description Quantity Total Price Area 1.1. 13 Flush Plates 4 $ 419,80 1 14 Vertical 13,nd l'rirn r 26/31 . j DID PACKAGE 2 I'T'EMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description Quantity Total Price Area I. ' 1 Powered Base 36"w x 37"h 2 $ 332.84 Non-Acoustical Panel 2 Powered Base 36"w x'50")) 2 $ 485.56 Acoustical Panel 3 Powered Base 36"w x 64"h 7 $ 1975.40 Acoustical Pancl 4 Ported-One Port Each Side, 36"w x 64"h 1 $ -----N/A------- Powered Base, Acoustical Panel 5 Port Covers 6"w x 11"h 2 $ -----N/A------- To Allow for at Least (l) Duplex Receptacle and (1) Data Opening 6 Duplex Receptacles $ 112.08 20-amp outlet with an Line 1, 2 or 3 4 ca. isolated ground Line 1,2, or 5 2 ea. 7 Cable Management Post 1311 x 2"w 2 $ 5.82 Fabric-Grade A or I for change of height panels 8 Cable Management Post 14"h x 2"w 2 $ 5.82 _ Fabric-Grade A or 1 for change of height panels 9 Base Power Feed Hardware Connection 1 $ 100.85 3-Circuit-48" Length 10 180° Finished Post 64" high I $ 36_94 Fabric Surface 1 I Overhead Storage Bin 36"w x 13 '/4"d x 163/4"h 10 $ _2290.80 Fabric front-Grade A or 1 ' 12 Electronic Ballast 'Task Lighting 36"w x 7 '/4"d x 1 '/4"h 10 $ 705.50 27/32 1111) PACKAGE 2 in.mimm BID (IROUP: A MANUl"ACTURF'R: Approved Manufacturers Item Design Description Quantity Total Price Area I. r13 D-Shaped Peninsula Top 72"w x 36"d 2 $ 51 5.44 Laminate Top Worksurface with with a Grommet Vinyl Edge and Support Column (Painted) 14 Worksurface Top with Laminate 36"w x 24"d 2 $ 13Q 32 Top and Vinyl l;dge Without Grommets Pancl Mounted 15 Worksurface Top with Laminate 72"w x 24"d 4 $ 541.1( _ Top and Vinyl Edge Without Grommets Panel Mounted 16 90° Corner Worksurlace 36"w x 24"d 2 $ 219.96 With Laminate Top and (Support Bracket Vinyl Edge Edge Included) Panel Mounted 17 Lell-Hand Worksurface 19"d x 10 ',!1"h 2 $ -_ ----N/A --- Support Brackets (Cantilever) 18 Right-l-Iand Worksurface 19"d x 10 %"h 2 $ -------N/A----- Support Brackets (Cantilever) 19 Pair Worksurface Support 19"d x 10 %"h 8 $ 1.19 52 . Support Brackets (Cantilever) (1) Lefl-1 land (1) Right-Hand 20 Work Surface Support Panel 24"w x 1 3/16"'1' x 27 7/8"h 2 $ 202.52 Laminate Finish (I?,nd Pancl) Installs in Panel Non-Handed 21 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/8"h 2 $ 438.24 Box/Box/File 6"/6"/l2" Stack Lockable ' 22 Suspended Drawer Pedestal 15 3/8"w x 24"d x 2 7/8"h 2 ' 4 R I 7 $ _ 1S_ 4 . File/rile 12"/12" Stack tlockable 28/32 DID PACKAGE 2 ITEMIZED BID GROUP: A MANUFACTURER: Approved Manufacturers Item Design Description uantity Total Price Area 1. 23 Center Drawer Steel Construction 2 $ .3—152 _ 19 1/8"w x 17 %z"d x 2"h 24 Extending Tiling Keylionrd 17"-22"w x 5 %"-9"d x 8"h 2 $ 332,00 Pad with Sliding; Mouse Pad And Palm Rest 25 Power Harness 36" 9 $ 451.98 26 Power I Iarness 4-Way 1 $ 33.G2 27 Corner Bracket 2 $ 40.68 28 Utility Bracket 1 $ 9-13 29 Vertical End 'Prim 2 $ 9.14 Fs Date. VO-) . firm Sim CO 30'rj 61 Authorized Sibnaturc-_ 29/31 r . III) PACKAGE 2 IT MIZED BID GROUP, B MANUFACTURUR: Approved Manufacturers Item Design Description Quantity Total Price Area A. 1 Task Chair *See Basic Construction 5 $ 148._d00 w/All Adjustable Arms Specifications Area B. 2 'Task Chair *Sec Basic Construction 5 $ 1480.00 w/All Adjustable Arms Specifications ' Area C. 3 Task Chair *See Basic Construction 7 $ _2072.00 w/All Adjustable Arms Specifications Area C. 4 Task Chair *See Basic Construction 3 $ 888._00 w/All Adjustable Arms Specifications Area F. 5 Task Chair *See Basic Construction 4 $ 1184.00 w/All Adjustable Arms Specifications Area G. 6 Task Chair *Sec Basic Construction 7 $ 2072.00 w/All Adjustable Arms Specifications Area 1. 7 Task Chair *See Basic Construction 2 $ 592200 w/All Adjustable Arms Specifications Area J. 8 Task Chair *See Basic Construction 4 $ 11 H4.00 _ w/All Adjustable Arms Specifications 9 Guest Chair Sled Base Metal Frame 2 $ 306.00, Grade A or I Fabric 30/31 DID PACKAGE 2 ITEMIZED BID GROUP: C MANUFACTURER: Approved Manu fact urcrs Item Design Description Quantity Total Price Area B. Lateral File with Lock 36"w x 4 shelf high 9 $ 3978.00 y Area C. Lateral rile with bock 36"w x 4 shelf high �i $ 2652.00 Area G. Lateral File with bock 36"w x 4 shelf high 2 $ 884.00 42"w x 4 shelf high 3 $ 1431.00 Area I. Lateral File with Lock 36"w x 2 shelf high 4 $ 1 104.00, 36"w x 4 shelf high 5 $ 2210.00 Date-� A-- ^ __ -_ _.•Firm �i°9rr�C� �3�S�,s� f_ � �tf G ' Authorized Signature 31/31 ;;1t 1 i ELL_ 1 lit 1 il� tt 4 ! 1 5 S 6676 fYl6 14116 f, few W,« .ums �i IVA ' mcc vc�oc � nn t .s +I S � � f '1 i � ' f S W36 r�n� ewls 02/18/2002 05:10 5738171414 PACE 08 Cosore eQne eu>s .tone a+ne i I= pill F ''ti s l ii i t — . i i. riM I n ;I . i ti o KM LL u= IT a,na ' xru t 9ucs Il I'I ` i rvu i xms ift � II III I pi o i I' i I WK I ,K" PW t - 1 1 02/18/2002 06',10 8738171414 PAGE . r ; t � : S o III d c F r �i U✓5 : , 1 1 ' 1 1 1 p p M •• 1 q 1 � t 1 1 • 1 1 Pl\ ,1 02/18/2002 05:55 5738171414 PAGE 13 fKM W34 Yl/J6 ,i- .t xi 'Y ii I I I i� l o tif'I ti -- IJ' II t; I I I It i e r 02/18/2002 09:23 5738171414 PACE 07 wK fax Inc • 1 J� t't W % ti i ! t7f' iTf' t' Ott iji 1 y a i6rsp XYx �371x mu KoW 1 I f � i O % ,L • 1! ' ti Q 9Ult fCRS 1 ylil . i � ono �v9f � fcnc i wn nuv. o 02/18/2002 09:23 5738171414 PAGE 10 1 r r ................... ..... �:,j LL ' y r r o9ro9 r � _ r r {II ,I ( { r 1 r , r � `r 02/18/2002 05:23 5788171414 PAGE 15' a t o C 4 N i 1, CITY OF JEFFERSON CONSTRUCTION CONT13AgY THIS CONTRACT, made and entered into this day of _ 2002, ' by and between Samco Business Products hereinafter referred to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as"City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 0033B, Lower Level Furniture Package, John G. Christy Municipal Building (Package No. 2). NOW THEREFORE, the parties to this contract agree to the following: 1. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 264 calendar days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Community Development within ten (10)days after the date of this contract. 2. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 8, Section 026, Cole County in ' which the rate of wages is set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of Community Development each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten ' Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 3. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: ' (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Page 1 of 4 Contractor's Property Damage Insurance in an amount riot less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liabili_y Insurance - The Contractor shall also obtain at its own 'expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts - In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the ' Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by ' a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 4. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its ' subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this ' work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create ' any contractual relations between any subcontractor and the City or between any subcontractors. 5. Liquidated Damages. The City may deduct $250.00 per calendar day from any amount otherwise due under this contract for every calendar day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due Page 2 of 4 to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 6. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of Its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 7. Citv's RI ht to Proceed. In the event this contract is terminated pursuant to Paragraph 6, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 8. Indemnit. To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the City, its elected and appointed officials, employees, and agents, from and against all claims, damages, and expenses, including but not limited to attorneys' fees arising out or resulting from the performance of the Work, provided that any such claim, damage, loss or expense attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than Work ' itself) including the loss of use resulting therefrom and is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for those acts any of them may be ' liable, regardless of whether or not it is caused in part by a party indemnified hereunder, Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. r9. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract, '10. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. ' 11. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development ' and in accordance with the rates and/or amounts stated in the bid of Contractor dated February 19, 2002 which are by reference made a part hereof, No partial payment to the Contractor shall operate as approval or acceptance of work done or materials Page 3 of 4 furnished hereunder. The total amount of this contract shall not exceed One hundred forty seven thousand,four hundred and twenty eight($147,426,00) Dollars. 12, Contract Documents. The contract documents shall consist of the following: a, This Contract f. General Provisions b. Addenda g. Special Provisions c, Information for Bidders h. Technical Specifications d. Notice to Bidders i. Drawings and/or sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein, 13. Nondiscrimination. The Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 14, Notices. All notices required to be in writing may be given by first class mail addressed to the City of Jefferson, c/o Director of Community Development, 320 East McCarty, Jefferson City, Missouri 65101, and Contractor at 2117 Industrial Drive, Jefferson City, Missouri 65109 . The date of delivery of any notice shall be the second full day after the day of its mailing. 15. Jurisdiction. This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the State of Missouri. IN WITH S WHER OF, the parties hereto have set their hands and seals this day of / , ��2 2 l l/1 20�'r? CITY OF JEFFERSON CONTRACTOR 1/ayor Fite: ATT T: A TEST: City Cle rk Title* APPROY�D A jl, RM: Citji ounse o" Page 4 of 4 r SUPPLEMENTARY GENERAL CONDITIONS A. TAX EXEMPTION; 1. City of Jefferson, Missouri is exempt from taxation pursuant to Missouri Statutes, All purchases of tangible personal rp operty and materials to be incorporated into or consumed in the construction o_f th)s project shall be_made by contractors and subcontractors on a tax-exempt hasis. a. The _Owner will furnish to the Contractor, and the Contractor shall distribute to all subcontractors, an executed and signed copy of a Missouri Project Exemption Certificate for this project, along with a copy of the Owner's MO Tax Exemption Letter. b. Contractors and subcontractors purchasing materials for this project shall present copies of such documents to all suppliers as authorization to purchase, on behalf of the Owner, all tangible personal property and materials to be incorporated into or consumed in the construction of this project. c. Suppliers shall obtain a completed copy of the exemption certificate, along with the MO Tax Exemption Letter, from the contractor or subcontractor making purchases of tangible personal property for use in this project and retain for audit purposes. Invoices issued for such purchases most reflect the name of City of.Jefferson, Missouri and the project number for this project to be assigned by the Owner. d. All parties purchasing or supplying materials and equipment for this project shall comply with Missouri Law and maintain required documents for a period of five years. The Owner's Missouri Tax Exemption Letter and Missouri Project Exemption Certificate will be issued to Ab the Contractor awarded the Contract for Construction. rB. COMPLETION "TIME: 1. The Contractor agrees to Substantially Complete the Work of each Phase within the specified or agreed calendar days and dates, and further agrees to pay to, or allow the Owner as liquidated damages, and not as a penalty of forfeiture, the sum of Two Hundred Fifty Dollars $250.00 for each calendar clay occurring thereafter that each Phase of the Work is not Substantially Complete. C. PAYMENTS: 1. In making progress payments, the Owner shall pay not more than eighty percent (80%) of the furniture delivered to the site or in approved warehouse storage and ninety percent (90%) of the earned sum for installed Work of each Phase, less the aggregate of previous payments made by the Owner, until the project is totally complete. D. PROTECTION OF PERSONS AND PROPERTY: 1. The duty of the ArchitectAnterior Designer and Owner to conduct periodic installation observation of the Contractor's performance is not intended to include review of the adequacy of the Contractor's safety measures in or near the project site. The Contractor is solely responsible for the safe installation and maintenance, etc. and for supervising the wearing of appropriate safety clothing and other protective devices as necessary. SUPPLEMENTARY GENERAL CONDITIONS 0033b SGC - 1 E. INSURANCE AND BONDS: 1. The Contractor shall at his/her expense, procure and maintain insurance on all of its Operations, In companies acceptable to the Owner as included in the Construction Contract, 2, Contractor shall furnish a Performance Bond and Labor and Material Payment Bond with the Owner named as Obligee in an amount at least equal to 100%of the Contract Price as security for the faithful performance of his contract and for the payment of all persons performing labor on the project and furnishing materials in connection therewith under his contract, The Surety on each bond shall be satisfactory to the Owner and shall be a duly authorized surety company with a current certificate of Authority to transact business in Missouri. If requested by the Owner, the Surety shall furnish a certified copy of the certificate of Authority. F. MISCELLANEOUS PROVISIONS: 1. The Contractor shall pay not less than the prevailing hourly rate of wages for work of a similar character in Cole County, as determined by the Department of Labor and industrial Relations, Division of Labor Standards, State of Missouri. END OF SUPPLEMENTARY GENERAL CONDITIONS SUPPLEMENTARY GENERAL CONDITIONS 0033b SGC-2 r , err,.�r.w�ww��r+��•I.�w�....ww.w.ww^w�� Pr iou . Division of Labor Standards WACif. Aly1.) HOUR SECTION r 0 '-- rO cc BOB i--iOLDEN, Governor Annual Waae Order No. 8 %.low Section 026 COLE COUNTY In accordance with Section 290.262 RSPIo 199 }, within thirty (30) d;iys after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affcctecf by this Annual Wade Order may object by filing an objection in triplicate with the labor and Industrial Rel:,tions Commission, 11,0. Box 599, Jefferson City, MO 65102-0599. Such c. b.i( c.l.ions must set forth hl writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102.0440 pursuant to n CSR 20-5.0 l 0( l ). A certified copy of the Annual Wage Order has been filed with the Secretary of Slate of Missouri. RECEIVED & FILED (Z/ �-/-kla MAR 0 J 2001 C;cs (een A. Balier, Director �r Division of Labor Standards rFiled With Secretary of State: SECRETARY OF STATE Last Date Objections May Be Filed: APR 0 9 2001 Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rotwi for RIA)LAC'EMENt ('A(--',E ;section 026 COLE Budding .......... k V_L1 1'- OCCUPATIONAL TITLE Datc,of Hourly Time I foliday Total Frinqo Benctits Increase Rates [Rates Rate,,, Asbestos,Worker 10/01 $27.91 55 $9.24 -7 __'7 Boilermakor 5 1 $11.6-15 Bricklayers-S tono 9/01 $22.10 59 7 $15,8 0 Carpontor $18,13 60 15 $626 KF $18.61 - Cornont asc)fl v5.(35 Electrician(Inside $21.43 8 7 $7.(3C)4 13% Communication Technician U_SE ELECTRICIAN(INSIDE WIREMAN)RATE Elevator Constructor 7101 a $28.655 26 54 $8.1115-_:_�Operating Group 1 66 $11.64._- Grow q� II 5/O1 $21.67 86 66 $11.64 Group 111 $11.(34 Group 111•A 5/01 $21.67 86 66 $11.64 Group IV 5/01 $22.37 86 66 $11,64 -Group V 5/01 $23.67 86 66 $11.64 Pipe Fitter 7/01_ b- $27.75 91 69 $11.83 Glazier $13.00 FED $1.89 Laborer(Building General -§15-.35 -110 First Serni-Skilled $16.20 110 7 $5.85 Second Semi-Skilled $16.20 110 7 $5.85 Lather USE CARPENTER RATE Linoleum Layer 9 Cutter USE CARPENTER RATE Marble Mason 9101 $22.10 59 $5.80 Millwright $19.13 60 15 $6.26 Iron Worker 8/01 --, $20.56 11 8 $11.29 Painter 4/01 $16.94 18 7 $4.83 Plasterer $17.68 94 5 $5.39 Plumber __ $20.75 FED $2.26 Pile Driver 119*13 60 11 $6.26 Roofer 9/01 $22.50 12 4 $6.49 Sheet Metal Worker 7/01 $21.61 40 23 $7.36 Sprinkler Fitter $27.69 33 19 $7.45 Terrazzo Worker 9/01^ _ $22.10 __59 7 $5.80 Tile Setter 9/01 $22.10 59 7 $5.80 Truck Driver-Teamster Group 1 $18.05 101 $4.25 Group 11 4101 $18.75 101 5 $4.25 Group 111 4101 $18.45 101 5 $4.25 Group IV 4/01 $18.75 101 5 $4.25 Traffic Control Service Driver___ $14 1, 48 49 $2.44 Well Driller USE BLDG CONST. ENGINEER GROUP 11 RATE lWelders-Acetylene & Electric Fringe Benefit Percentage is of the Basic Hourly Ratf- Attention Workers: If you arr, not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at 1-800-475-2130, "Annual Incremental Increase SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.8 10/01 Building Construction Rates for IREPLACEWNT PAGE Section 026 COLE Count, Footnotes E OCCUPATIONAL TITLE Date. of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building(s) and All Imim-diato Attachments. Use Heavy Corstruction b raes for remainder of project. For the occupational titles not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. a -Vacation: Employees over 5 years - 3%; Employees Linder 5 years - 6% *b - All work over$3.5 Million Total Mechanical Contract- $27.75, Fringes - $11.83 All work under$3.5 Million Total Mechanical Contract- $26.41, Fringes - $10,08 *Annual Incremental Increase ANNUAL WAGE ORDER NO, 8 7/01 C'OC1N'I'ti'C)VI:It'1'IM1tI? RATES.- Ii1tILDING C ONSIRI1C"I'IOF4 FI.D: Minin►um requirement per lair Labor Standards Act nleans time and one-half'(1 ''/2) shall be paid for ail work in excess of forty (40) hours per work week. NO. 9: Means the regular workday starting time of 8:00 a.m. (rind resulting quitting time of 4:30 p.rrn.) may be moved forward to 6:00 a.m. or delayed one hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and ono-half (1'/z) times the regular pay. In the event time is lost during the work �wck (file to weather conditions, the E=mployer may schedule work on the 1o11awilig Saturday at straight time. All work accomplished on Sunday rind holidays shall be compensated fir at double the regular rate of wages. Tl;c work week shall be Monday through Friday, except for midweek holidays. NO. 11: MCa11S cir11ht (8) hours shall constitute a day's work, with the starting time to be established between 7:00 a.m. ruin 8:0011.111. from Monday to Friday. Time and ono-lialf(I '/z) shall be paid for first two (2) hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall continence on Monday at 12:01 a.m. raid shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty (40) hours in one(1) work week, shall be paid for at the rate of one and ono-half (1'/2) times the regular hourly wage scale. All work performed within the reguular working hours which shall consist of a ten (10) hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half (1 '/2) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at. two (2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon (12:00) to six (6) hours after Noon (12:00). The regular work week shall be forty (40) hours, beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(1'/2). Sunday and Holidays shall be paid at double (2) tinge. Saturday can be a mak.Lup day if the weather has forced a day off, but only in the week of the day being lost. Any time before six (6) hours before Noon or six (6) hours after Noon will be paid at time and one-half'(1'/2). NO. 26: Means that the regular working day shall consist of eight ht 8 hours worked between 6:00 b 6 Y g ( ) a.m., and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contactor and worked by the majority of trades. (the above working hours may be changed by mutual Agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The rate of pay for all work performed on holidays shall be at two times (2) the single time rate of pay. io ANNUAL WAGI?. ORDER NO.8 AN'8026 07 doc Page I of 6 Pages COLE,COUNTY OVF:RTIN1I1:RA'IT"S BUIVDING CONSTRUCTION NO, 28: Mean. eight (8) hours between 7:00 a.m, and 5•30 p.m. shall constitute a day's work five (5) days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workday/workweek of four(4) ten (10) hour days (4-10's) provided: -The project must be fora minimum of four (4)consecutive days, -Starting time may be within one (1) hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: 11'a holiday hills within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be implemented). -Any time worked in excess of any ten (10) hour work day (in a 41-10 hour work week) shall be at die appropriate overtime lute. All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one & one-half(l'/2) times the employee's regular rate of`pay. All work. performed from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double (2) the straight time hourly rate of pay. NO. 33: Means the standard work day shall be eight (8) consecutive hours of work between the hours of 6:00 a.m. and 6:00 p.m., excluding the lunch period, or shall conform to the practice on the job site. Four (4) days at ten (10) hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half(1!!2). Overtime worked on Sundays and holidays shall be at double (2) time. NO. 35: Means the normal work week shall consist of five (5) eight (8) hour days for a total forty (40) hours, starting on Monday at 8:00 a.m, and ending on Friday at 4;30 p.m. The starting time can be flexible between 6:00 a.m, and 8:00 a.m., and ending at 2:30 p.m. respectively. All work before designated starting time and after quitting time shall be paid at the rate of time and ono-half (1'/z). All work in the excess of eight (8) hours per dray, or forty (40) hours per week Monday through Friday, shall be paid for at the rate of time and ono-half (1'/2). All hours worked on Saturdays, Sundays, or Holidays shall be paid at the double (2) time rate. NO. 40: Means the regular working week shall consist of five (5) consecutive (8) hour days' labor on the job beginning with Monday and ending with Friday of each week. Four (4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight (8) hours labor on the job beginning as early as 7:00 a.m. and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight (8) hours but not more than twelve (12) hours during the regular working week shall be paid for at time and one-halg1%2) the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the regular working day shall be paid at two (2) times the regular hourly rate. In the event of rain, snow, cold or excessively windy weath,°cr on a regular working day, Saturday may be designated as a "make-up" day. Saturday may also be designated as a "make-up" day, for an employee who has missed a day of work fi)r personal or other reasons. Pay for "make-up" days shrill be at regular rates. ANNUAL WAGE ORDER NO. 8 A W8026 Ur.doc Pngc 2 of 6 Pagcs III'11,I)IN(o CONS] RI'UTION N(). 48: Means the regularly scheduled wo►k wcck shall he five (5) consecutive days, Monday 111follgh Ft-id.'AV Or TLICS(lay throuL,1111 Saturday, )'Whi (8) hours shall constitute a day's work. Starting tinge shall not be earlier than 7:00 a.111. ll()t- later than 10:00 a.m. Forty (40) hours shall constitute a week's work. Ovenj n)C at 0 1 C ratc, of time a I ld 0r1±-half'(P/").) will be paid for all work iii excess of 1`61,ty (40) hours in ally one work week. On tit(,- Monday through Friday schedule, all work perfloniled on Saturday will be little and 0110-hall'(1 '/`.) unless time has been lost during the week, in which case Saturday will be a make 1,►1) day to the eMclit of the lost tilile. Oil the Tuesday through Saturday schedule, c111 work performed on IN-londay will he time and unless time has been lost during the week, in which case N,londay will be it mako-up day to the extent of the lost tin►c. Any work perlormcd oil Sunday will be double (2) time. If employces work on any of the recognized holidays, they shall be paid time and one-Iialf(l 1/�)) their rcgular rate of'pay fbr all hours worked. NO. 55: MCMlS the Nt,'Lllar work. day shall be eight ('i) hours between 6:00 a.m. and 4:30 p.m. The first two (2) 110LIN of'work pcHbrined in excess of the eight (8) hour work day, Monday through Friday, and the first tell (10) hours of work on Saturday, shall be paid at one & ono-llalf(l 1/2) times the straight time rate. All work- perfbi-fried on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. NO. 57: Means eight(8) hours per day shall constitute a day's work and lorty (40)hours per week, Monday through Friday, shall constitute a week's work. The; regular starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant, the Employer may chailoC tile regular workweek to Cour (41) tcn-hour days at the regulu- time rate of pay. It being understood that all other pciiinctit information must be adjusted accordingly. All time worked beforc and after the established workday or eight (8) hours, Monday through Friday, all time worked 011 Saturday, shall he paid at the rate of time and onLhaIf(1 1/2) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holiday,; shall be paid at the double(2) time rate of Illy. NO. 59: \,learis that except as herein provided, eight (8) hours a day (which may begin as early as 6:00 a.m.) shall constitute a standard work day, and forty (40) hours per week !,hall constitute a week's work. All time worked outside of (tie standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of' time and ono-haff (I 1A). All time worked on Sunday and holidays shall he classified as overtillic and paid at the rate of'double (2) time. The Employer has the option of working either five (5) eight hour days or Four (4) tell hour days to constitute a normal 1orfy (40) hour work week. When the 16ur (4) teri--hour work week is in effect, the standard work day shall be C011SCCUtiVO ten (10) hour periods between the hours of 6:30 a.m. and 6:30 Imn, Forty (40) hours per week- shall constitute. a weeks work, Monday through Thursday, inclusive. In the event the job is LIOW11 1'()I- any reason beyond the Ernployer's control, then Friday and,/or Saturday may, at the option of the I:niploycr, he worked as a make-up day; straight time not to exceed ten (10) hours or I orty (40) hours per week. When the five day (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down 1`6r any reason heyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a inake-up day, straight time not to exceed eight (8) hours or forty (40) hours per wcck. ,kNNIJAI, NN'A(;F ORDEANO. 8 A11'80?6 OT doc Page 3 ol'6 Pagcs COLE C OUNTY OVEIRTIN11; RATES- lil`iLDING CONS 1'R11('"1 IO > > Shall utve; the o ltion of workir� ! five `;•hour' days or four 10-!tour NU. 6O: Means the. 1.nil 1< <cr . i ) t; , days Monday through Friday. if iin F.inployer elects to work live �-hour days during any work week, hours worked more than eight (8) per day or forty (40) per week shall he paid at time and one-half (1'/2) the hourly wage rate plus !tinge hcnefits Monday through Friday. SATURDAY MAKE-UP DAY: It' an Employer is prevented front working forty (40) (tours, Monday through Friday, or any part thereof by reason of inclement weather (rain or rnud), Saturday or tiny part thereof may be worked as a rnake-up day at the straight tithe rate. It is agreed by the parties that the make-up day is not to be used to make up tinge lost due to recognized holidays. if an Erilployer elects to work four 10-hour days, bCtw't.'en tihc hours o1.6:30 a.m. and 6:30 p.ni. in any week, work performed more than ten (10) hours per day or forty (40) hours per week shall be paid at time and one half(1'/2) tilt: hourly wage rate plus fringe benefits Monday through Friday. lf'an Employer is working 10-hour days and loses a day due to inclenient wcather, the !:nlployer nlay work ten (10) hours on Friday at straight time. Friday must be scheduled for no 11101-c than ten (10) hours at the straight tinge rate, but all hours worked over the forty (40) hours tilonday through Friday will be paid at tirne and one-half (l 'ii) the hourly wage rate plus fringe benefits. All Millwright work performed in excess of'the regular work clay and on Saturday shall be compensated for at time and one-half (1'/2) the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.in. (aild resulting quitting tinge of 4:3(:) p.ni.) may he moved for%vard to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Sundays, and recognized holidays, or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe. benefits. NO'] F.,: All overtime iS computed on the hourly wage rate plus an amount equal to the fringe benefits. NO. 86: Means the regular work week shall consist of' five (5) days, Monday through Friday, beginning at 8:00 a.m, and ending at 4:30 p.ni, The regular work day beginning time may be advanced one or two hours or delayed by one hour. All overtime work perfonmed on Monday through Saturday shall be paid at time and one-half(1'/2) of the hourly rate plus an wilount equal to one-half('/2) of the hourly "Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus in amount equal to the hourly Total Indicated Fringe Benefits. NO. 91: Means eight (8) hours shall constitute a day's work commencing at 8:00 a.in. and ending at 4:30 pan., allowing one-half(1/2) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.in. tuld 9:00 a.m. The regular work week shall consist of forty (40) hours of five. (S) work days, Monday through Friday. The work week may consist of four (4) ten (10) hour days from Monday througfl Thursday, will Friday as a make-up day. If die make-up day is a holiday, the employee shall be paid at tie double (2) time rate. The employees shall be paid double (2) time for work performed bc(ore tie regular starting time or after the regular quitting tune or over eight (n) flours per work week (unless working a 10-hour work day, then double (2) time is paid for work performed over ten (10) hours a day) or over forty (40) hours per work week. Work performed on Saturdays, Sundays and recognized holidays shall be paid at die double (2) tune rate of pay. ANNU'Ai, wA(:E;()RtIEEt �(). N AW9026 oT doe Parse 4 of 6 Pages c ut.t: c'ut'ti r�' c,� t;iz rt��a; l�n rfa BUII'DING c ONST11IICTION ,N'O. 94.1 MCMIS eiiIIht (8) 1101.11-S `11,111 Constitute a (lilvs work het\,,(,cn 111e hours of 8:00 a.m. and 5:00 IM11. 'Tile rCt;ular workday starting time of'X:00 ;iml. wild resulting quitting little ol'4:30 p.m.) may be moved forward it) 0:00 a.m. or dclavcd one ( I ) hour to Q:00 ;1.m. All work perlilrrlied in excess of, file regular work day ;ind on Saturday Shall he cr,nlpCnsutcd ut one and One-half, (1 '.%) tittles the res:ular pay. In the event time is lost Turing the work week drl: to weather conditions, the I nlployer may schedule work on the li,llowing Saturday at stnigtht time. All work accomplished on Sunday and holidays ~11;111 hC corllperlsated r►t douhlc. the rcItular rate of wa(_�Cs. NO. 101; Means ei,,ht (8) hours a da\' 6all constitute it standard work day, and 161-ty (40) hour-S per week shall constitute a week's work, which shall hel,in or1 Monday and end on Friday. MI time worked outside ol'the Standard work day and on Saturday Shull hr Classified as overtime and paid the rate of' tilllc and talc-11,111, ( I !•:) (except as herein provided). All time workc%d cm Sunday and rccoullized holidays shall he (laid ul the rate of double (?) lime. The regular Starting time (turd resulting quitting bole) 111ay he moved forward two (?) hours it) 0:00 a.m. or tlx: starting tittle. (and resulting quittin(I time) nu►y he delayed one ( I) hour to 9:00 a.nl. I he killplover has the option o1' working either live (S) ciY,ht-hour days or flour (41) ten-hour days to constitute a normal fOrty (40) hour work week. When a f6ur (4) ten-hour day work week is in CI'I'CCI, the slandard work day shall be consecutive tell (10) hour periods between the houl'S of*6:30 a.m. tend 11:30 p.m. forty (40) hours per week shall constitute a week's work Monday through "Thursday, IllClWSlVC. In the CVCnt the Koh is down flor any reason hcyond the Fmploycr's control, then l ridtly and/or Salurdq may, at the option of'thc Employer, be worked aS a make-up day; Straight tittle not to cxCCCd tell (10) hours per day or lbrty (40) hours per weck. All work over tell (10) holll•S in one day or 1611), (40) hours in a 4- 10's ..fork week shall he paid at the overtime rote 0Ctinle and 01Ie-halI'(1 '. ). When usirlg a five (5) day :tight (S) hour work week, and the fob is Lkmn flu tiny rcuSon ilCyund the l:?nlpinyer'S control, then Saturday may, at the option oi•t}lc Itnploycr, be worked as a make-up day; Straight time not to exceed eight (8) 1101.11-S per day or forty (1-10) hours per week. Makt�Lup days shall not he utilized for days lost duc to hohda�'s• 0 ANNUAL, WAGE ORDER NO, H 1 AWRO:.G Stip 01'dor. Page 5 id 6 Pays COLL COUNI Y OVER ITN IL RA 14, s 111,11,1111M., c ()'Ns]ttt c'r►trti 110,A)LACEINIENT PAGE. NO. 110: Means cighl (8) hours between the hours ctl'8:00 ,1.111. :11111 4:30 p.m. Shall constitute a work day. The starting tinge may be advanced one ( I) or two (2) hours, f:nlployees shall have it lunch period of thirty (30) minutes. Tllc I".nlploycr ImIN provide it lunch period of one (1) 11OLT, rind I in that event, the workday shall comnh•11ce !It 8:00 11.m. and end at 5:00 p.m. The workweek shall con111n•nce at 8:00 11.111, on ;"Monday and sh;'ll end at 4:30 p.m. on I-rid;,v (or 5:00 p.m. on Friday it' the f;nlpluver )!rants it lunch period ctf one ( I) 1101.11) or as adjusted by starting lisle ch;11►gc. is stated above. 1111 work perfi,rnled h,I (— 8:01) ,1.111. anti alter ):?.0 p. 11. (or S:UiI p,111. where one (1) hour lunch is 1'ralltcd litr I►Incl1) or as adjuvaed by Martini! tin)c charge as stated ;above or on Saturday, except as 11CIVi{1 provided. shall be con►pensited at one alld one-111!11•( I ',:•) links the regultu hourly rata of p;lv liar the work perli,rmed. All work perfiu•mecl rn1 .5unda\• and on rcengnired holidays shall he compensated at double (') the regular hourly [-;lie of pay for the wcn•k po•f6i'IIled. If art l n)ployer is prevented from working fist), (40) hours. MurldIV throuf�, i Friday, or any hart thereof by reason of inclement wculher (ruin 1111(1 Inud), `u!turd;ly or ally Dart thereof nr►y be worked as a make-up day at the str.ught time rate. The kniployer shall have the option of'working five eight (5) 1101.11• days or lout• tell ( 10) hour days Frid;!v. Kim Fulplover elects to work five (5) eight (8) hour clays during any work week, hours worked mart Ihan eight (8) per day or forty (40) lulurs per week shall be paid at time and rnle-half( I "") the hom-ly rate Mondav through Friday. If all Eniploycr elects to work It,ur (41) ten (10) hoar days in any week, work- perlormed more than ten ( 10) hours per day rn forty (4(l) hours per weed: shall he paid at link• and onc-hull' (I ,/?,) the hourly rate Mondav through Fr•iday. If an 111111,lcrve1. is working ten (IU) hour days and loses a clay Clue to inclonlcnt weather, thev may work ten ( I O) hours. Friday ill straight dale. Friday must be scheduled fill. at lcasl eight (1") hours and no more Ihall tell (10) hours ;l.1 the, straight tlll)C rate, but all hou►;s worked over the ti)rty (40) hours 1J\9ondayr (111-01.1:;h Fridav will he paid at tune and one-half ( 1 '/2) overtime rate. ANNUAL WACtF, ORDER NO. 8 11VW26 slip M doc I'.t1tc 6 of G 1111pes COLE COUNTY 1101,11)A.Y 12A'I F SCHEDULE -- BUILDING CONSTRUCTION NO. 3: All work dune on Ncw t'ear's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays lull on a Sunday, the following Monday shall lie observed as a holiday. NO. a: All work (lone on New )'car's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay, If any of the above holidays fall on Sunday, Monday will be observed as fhc recognized holiday. if tiny of the above holidays fall on Saturday, I-riday will be observed as the recognized holiday. NO. 5: All work that shall he done on New Yew-'s Day, Memorial Day, fourth of July, Labor Day, Veteran's Day, "Ihanksgiving Day, and Christmas i:)ay shall be paid at the double (2) time rate of pay. NO. 7: All work done on New 'n'ear's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,'Thanksgiving; Day, and Christmas Day shall be paid at the double time rate of pay. if a holiday falls on a Sunday, it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on the preceding; Friday, NO. 8: All work done on New Year's Day, i 4crnorial I)ay, Independence Day, Labor Day, Veteran's Day,"Thanksgiving Day, and Christmas Day, or days observed as such, shall be paid at the double time rate of pay. The Friday following'Thanksgiving will be worked at tyre Employer's option. If worked, it will be at the regular hourly rate of pay. NO. 15: All work accomplished on die recognized holidays of New Year's Day, Decoration Day (Memorial Day), Independence Day (FOUrdi of July), L.aboi IJay, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls oil a Sunday, it shall be observed on the following Monday. No work shall be performed oil Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. ' NO. 19: All work done (in New )'car's Day, Memorial nay, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shal l be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday, the following Monday shall be considered the holiday and all work performed on said day shall be at.the double(2) time rate. When one of the holidays falls on Saturday, the preceding l ridgy shall be considered the holiday and all work performed on said day shall be at the double(2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday, the following Monday shall be considered a holiday. ANNUAL WAGE ORDER NO. S A�1'BU26 hdy.doc Pagc 1 of 1 Pages COLD COUNT"Y HOLIDAY RATE,, SCIII?DULI? — BUILDING CONSTRUCTION NO. 49: The following days shall be observed as legal holidays: New Year's Day, Decoration Day, July 4th, .Labor Day, Thanksgiving Day, Christmas Day, Employee's birdiday and two (2) personal days. The observ£lncc of One (1) of the personal days to be limited to the time between December I and March I of the following year, If any of these holidays fall on Sunday, the following Monday will be observed as (lie holiday and ifany of these holidays fall on Saturday, the preceding Friday will be observed rLs the holiday. lfemployces tivork on any of these holidays they shall be paid time & one-half(1 !2) their regular rate of pay for all hours worked. NO. 54: All work done.im New Year's, Memorial Day, indepcndcnce Day, Labor Day, Thanksgiving Day, the Friday after ThanksgivMg Day, aml Chnstntas Day shall be paid at the double (2) time rate ofpay. a holiday falls oil Saturd;.ty, it shall be observed on Friday. When a holiday falls on Sunday, it shall be ubscrved on Monday. NO. 60: All work performed on Nc-�v Year's Day, Armistice Day (Veteran's Day), Decoration Day (Memorial Day), independence I)ay (l-ourth of July), Th;uiks6ving Dav and Christmas Day shad be paid at the double time rate of pay, No work shall he performed on Labor Day except when triple (3) time is paid. When a holiday falls on Sa(urday, Friday will be observed as the holiday, When a holiday falls on Sunday. the fallowing MO11daV shat) be observed as the holiday. NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such, of New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated fringe Benetits. Whenever air%' such holidays fall on a Sundav, the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, Decoration Day, July Fourth, Labor Day, Veteran's Day, 'Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of'pay. I'ridtry after Tharnksgivuig raid the day before Christrrras will also be holidays, but if the employer chooses to work these days, the employee will be paid at straight- time rate of pay. I f a holiday falls 0111 a Sunc.lay in a particular year, the holiday will be observed on the following Monday. r NO. 71: All work performed on the follo 'Hig recognized holidays shall be paid at the double (2) time rate of'pay: New Yeru`s Day, Presidents Day, Good Friday, Memorial Day, July the Four-th, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving and Christma.5 Day. If a holiday falls on Sunday, it shall be celebrated on Monday. If a holiday falls on Saturday, it shall be celebrated on the Friday preceding such Saturday. ANNUAL WAM' ORDER NO, R AW8026 hdy.dcx Page 2 of 2 Pages Heavy Construction Rates for RLPLACEMEN'l- PAGE Section 026 COLE COLM!Y TY-1-c' __ ­_R1_�1__i_C___' *-,--,-,-- __ OCCUPATIONALTITLE Date of Hourly Time Holiday Total Fringe Benefits Incr(,-.,a,;e Rates Rates Rates CARPENTER Journeymen 16 $6.24 Millwright 5/01 $23.13 7 16 $6.24 Pile Driver Worker 5/0 $23.13 7 16 $6.24 OPERATING ENGINEER Group 1 5/0 1 $20.75 21 5 $11,61 Group 11 5/01 $20.40 21 5 $11.61 Group 111 115/01 $20.20­1 21 5 $11.61 Group IV 5/01 $16.55 21 5 $11.61 Oiler-Driver 5/01.— $16.55 21 5 $11.61 LABORER General Laborer 5/01 $1975 12 4 $6.10 Skilled Laborer ~~ 5/01 $20.35 2 4 $6.10 TRUCK DRIVER-TEAMSTER Group 1 5/01 $21.72 2 4 $5.25 Group 11 5/01 $21.88 2 4 $5.25 Group 111 5/01 $21.87 4 $5.25 lGroup IV 5/01 $21.99 2 $5.25 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. -Annual Incremental Increase ANNUAL WAGE ORDER NO. 8 7101 C01,1', COIIN1 Y OVEIR't'iN111, RATF. SC'111?Dllli F fIh:AVY C'ONSTRUC T10N NO. 2: Means a regular work week of forty (40) hours will start on Monday and end on l:riday. Tile regular %vork day shall he either eight (8) or ten (10) hours. 1f a crew is prevented front working firrty (40) hours Monday through Friday, or any Bart thereof', by reason of inclement wcather, Saturday or any part thereof bray be worked as a stake-up day at the straight tirne rule to complete forty (40) hours of work in a week. e mployces who are part of'a rei;tllar crew on a slake-up da}�, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time & orlc-half( 1 !%) shall be paid for all hours in excess ot'eif;ht (8) hours per day (if working 5-8's) or ten (10) hours per day (if working •1-10's), or firrty (40) hours per week, Monday ilu-mi gh Friday. For all tints worked on Saturday (unless Saturday or any portion ofsaid day is worked as slake-up to complete. forty hours), time and one-half ( I !/,) shall be paid. NO. 7: Means the regular work wcck shall start on Monday and end on .Friday, except where the l:nlployer elects to %work Monday through Thursday, ten (10) hours per day. All work over ten (10) hours in it day err forty (40) hUIIrS in a week shall be at the overtime rate of one and one-half(1 X,) times the regular hourly rate. The regular work day shall he either eight (8) or ten (10) hours. If a job can't work firrty (40) hours Monday through Friday because of inclement weather or other conditions beyond the control ofthe Employer, Friday or Saturday may be worked as a make-up day at straight time (if working 4-10's). Saturday may be worked as a slake-up day at straight time (if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(1%2) times the regular rate. Work performed on Sunday shall be paid at two (2) times the regular rate. \Vork performed oil recognized holidays or days observed as such, shall also be paid at the double; (2) time rate of pay. NO. 21: Means the regular work week shall consist of five (5) eight (8) hour days, Monday through Friday. The regular work day for which employees shall be compensated at straight time hourly rate of pay shall begin at 8:00 a.m. and end at 4:30 p.m, However, the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5) day eight (8) hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through Thursday at tell (10) hours per day at the straight time rate: of pay with all hours in excess often (10) hours in any one (lay to be paid at the overtime rate oftime & one-half(1 %). If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty (40) hours per work week. Workmen shall be paid one & one-half(1 '/.) times the regular rate of wages for all hours worked in excess of eight (8) hours per day (if working 5-8's), or ten ( 10) hours per day (if working 4-10's), or forty (40) hours per work week Monday through Friday (ifworking 5-8's) or Monday through "Thursday (if working 4-10's), Unless used as make-up days to complete forty (40) hours per work week, time and one-half(I !%) shall be paid on Saturday (when working 5-8's) and on Friday or Saturday (when working 4-10's). Sundays and holidays shall be paid at the rate of double (2) time the regular rate of pay. :+w9026 hvy 01 doe ANNUAL WAGE ORDER NO. 8 Page I of 1 COLE' COUNTY HOLIDAY RATE SCHEDULE' - III'AVV CONSTRUCTION NO. 4: All work performed on New 1'c;u':; 1);►y, Memorial Day, Independence Day, labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the double time rate ufpay. When a holiday falls on a Sunday, Monday shall be observed. NO. 5: The following days are recognized as holidays: New r'ear's Day, Memorial Day, Fourth oi'July, Labor Day, "1'hanks�tiving Day and C'liristnias Day. Ifa holiday falls on a Sunday, it shall be observed on the following Monday. If'a holiday falls on a Saturday, it shall lie observed on the preceding Friday. No work shall be performed on Labor I)ay except in case Oi jeopardy to work under construction. This rule is applied to protect l..abor 1)ay. Wlien it holiday Ialis during the normal work week, Monday through Friday, it shall be counted as eight (S) hours toward a forty (40) hour weak; however, no reimbursement for this eight (8) hours is to he paid the workman unless worked.. I1 workn1en are required to work the :►hove rcco gnizcd holidays or days observed as such, or Sundays, they shall receive double (2) the WgUlar rate of pay liar such work. The above shall apply to the four 10's Monday through Thursday work week. The ten (10) hours shall be applied to the forty (40) hour• work week, NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth Of July, Labor Day, Thanksgiving Day and Christmas Day. 11',-I holiday fulls on Sunday, it shall be observed on the !'ollowing Monday. It'a holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall he performed on Labor Day except in case of jeopru•dy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (b) hours is to be paid to the worker unless worked. I f workers are required to work the above recognized holidays or days observed as such, they mall receive double (2) the regular rate of pay for such work. AW8026hvyhoraoc ANNUAL WAGE, ORDER NO, 8 Page I of COLE, COUNTY 1101,1DAY RA'TF. SCIIEDULL: - 111,;At%Y ('ONS'I'Ittj("I'ION NO. 4: All work perfornicd can New Year's 1)ay, Mcrllorial Day, Indcpendence Day, Labor Day, Thanksgiving Day, Christmas Day, or clays obserrcd aS Such, shall he paid at the double time rate of hay. When a holiday falls on a Sunclay. Monday shall he observed. NO. 5: ']'he following days arc recognized as holidays: New )'ear's Day, Memorial Day, Fourth o1'July, Labor Day, T'h;lllksglvulg Day and C.hristrnas I)ay. Ifa holiday falls on a Sunday, it shall be observed on the followitig Monday. 11'a holiday falls on a Saturday, it shall he observed on the preceding l'riday. No work sh.111 1) perlornlcd on 1,;Thor 1)ay except in case of jeopardy to work under construction. This rule is applied to protect I.:abor Day. Wilen it holiday 1111s during the norrllal %York weck, Monday through Friday, it shall he counted as eight (8) hours toward a forty (40) hour week; however, no rel III hllr'selllerlt for this elgilt (h) hours is to be paid the workman unless worked. If workmen are rcyuircd to work the above recognized holidays or clays observed as such, or Sundays, they shall receive dotlhle (2) the regular rate of'pay for Sucl1 work. The above shall apply to the t6Ur 10's %,Ionday through Thursday work week. The tell (10) hours shall be applied to the fol-ty (410) hour work week. NO. 16: 'The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth Of July, Labor Day, 7'llanksgiving Day and Christmas Day. 11'a holiday falls on Sunday, it shall be observed on the Following Monday. I Ca holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. `Phis rule is applied to protect Labor Day. When a holiday falls during the normal work weck, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursen)ent for this eight (8) hours is to be paid to the worker unless worked. If workers arc required to work the above recognized holidays or days observed as such, they shall receive (Ioul)Ic (2) the red ular rate o1'pay f 1or such work. 1 AW8026 hvy hot doc ANNUAL WAGE' ORDEAZ NO. 8 Patre r oft MITSIDY, ELECTRICIAN It FIT ACIA1FNT I'AGF, '}'llese rates arc Io be used iin•tilt iilllowim-, Counties: Adair, Audrain, 1.3oorle, Callaway, Camden, (.'artcr, Chariton, Clark, Cole, Cooper, Crawf wd, Dent, Frr nklin, (:iasconode, I lowered, I lowell, Iron, ,ici'lerson, 1C11c,x, Lewis, I irlcoln, I,ir1n, Macorl, iMarics, Marion, Milicr•, '\lr,nitenu, N'lottroc, M(Allpilicl'y, Morgan, ()regon, Osal'c, Perry, I'llcips, pikc, Pulaski, Puinam. Ralls, Pandolph, Reynolds, Ripley, S!, Charles, tit. I'ninco is, St. I.ot►is City, St. I_r1111S (.'r,trllty, StC, (iV1lCViC%T, Schuyler' Scotland, S11,11111oll, Slm:lby, sullivml, I exas, `ti�arcil, and Washillttton CONIIII" RCIA1, WORK — GcalpatlonalTitlr 13,isic Ttital B)A11lY 2` _ .. . ate T3eiic fit s -* 0urticyniari f;iilcni IIt _ $27 .} } ( �2-12 O i..�}?j 7�Ia,(1 ro____-___.___ rrotrnclnitin S 19.47 . UTI1,ITY WORK T311sic-- - l_._.._..._ Total ® Tfiou►1y 7"r1nge Rate I�cn�its -�_ �: *7ourneym,ul III - —_ ,� {_�.� rouridmari `__.____ . ._.__....__... I_... ...___....._.. -�T7:i;7___..__._.._ . ._.. ._._.__._-.---��:,� :+-3�;H70__ OVERTIME' RA'TE': l",ight hours shall constitute a work clay},etwecn the hours of'7:00 a.nl, and 4:30 p.m. Forty(40)hours within five (5) days, Monday 011'0ul;h Fridlly inclusive, shall constitute the wc)rk week. Work performed in the 9th and 10th hour, Ntonday through Friday, shall be Maid at tints and one-half(1'/2) the regular sl.raig,hl time rate of lrty. Corlllactor has the option to l,ay two (2) hours per day at the time wid one-half(1%) the regular str.liRht time rate of flay hetween the hours ol'()':00 a.r11. and 5:3011.n1., Monday through Friday. � ork perli,rmed outside the wgidarly scheduled working, hours anti on Saturdays, Sundays and recognized legal holidays,or days cclebraled as such, shall he Maid f6r at the rate of double(2) tune, HOLIDAY RA'I'D: All %vork 1wrforrlled on New Ycar's Day, Mcnlorial Day, Fourth ol',iuly, Labor Day, Veteran's llay,'I'hanks;ivinf; Day,Cluistmas Day,or days celchr►ted as such, shall be paid at the double lime rate of pity. "Rhea one of the 101cgoillp,holidays falls on Sunday, it shall be celebrated on they following, Monday. *Incremental Increase, ANNUAL WAGE ORDER NO. 8 9A)I OUTS11_ AWN ina,doc MIS.SOL1111 0C.11AIII MENT Of: CA1101 I ANC) INoU,*,I'l IIAL f 11-LAI 10W; DIVISION 01: LABOR STANOMIDS AFFIDAVIT COMPLIANCE WITH THE PREVAILING WAGE LAW Before III(" lho ondersigned Notary Public, in and lot the County of State of personally cFi(IIG% Widappoicit ed (name rand of lhe (name ()I ............. (a corporation) (sj p,,1rtIIorFlflp) (a proprietorship) and after being duly swoin did depose and say that all provisions and roquirements sot out in Chapter 290, Sections 290.210 through and including 290,340, Revised Statutes of Missouri, pertaining to [tie payment of wages to workers employed on public works projects have been fully satisfied. There has been no exception to the full and complete compliance with said provisions and requirements with Annual Wage Order No.-- Section issued by the Division of Labor Standards (name of project)__ located at (name of institution) in --County, Missouri, and completed on the --day of JqIJ ature Subscribed arid sworn to nio of My commission oxpiros Notary Public PW•A (11.891 Al PROJECT SUMMARY WORK COVERED BY CONTRACT DOCUMENTS iA. Project Identification: Project consists of Lower Level Furniture Package of the John G. Christy Municipal Building. 1. Project Location: John G. Christy Municipal Building, 320 E. McCarty Street, Jefferson City, Missouri 65101. 2. Owner: City of Jefferson, 320 E. McCarty Street, Jefferson City, Missouri 65101. B. Design Identification: The Contract Documents, dated January 11, 2002, were prepared for the Project by The Architects Alliance, Inc., and Interior Planning Consultants, Inc. 300 S. Jefferson, Suite 500, Springfield, Missouri 65806, Tel: 417.864-5500. C. The Work consists of interior furnishings for the existing lower floor level, office areas of the John G. Christy Municipal Building (City Hall Building). The work includes all materials, parts, accessories, layout, delivery, warehousing, uncrating, assembling, installation, connections, electrical raceway wiring & outlets, replacement of damaged parts & pieces, touch-up painting or finishing, cleaning, etc, for a complete and functional use as specified and intended. WORK SEQUENCE & PHASES A. The Work shall be conducted in several separate phases, as described below and shown on the Phasing Plan of the drawings. B. Each phase of work shall be substantially completed separately and allow for occupancy by the Owner. The phases shown are a general concept of the proposed phases, to accommodate the Owner, however may require some slight modification after review and coordination with the general construction contractor. A final schedule/sequence of phases of the Work will be verified by the general construction Contractor at time of award: in order to schedule final furniture delivery and moving dates. (Tentative calendar dates below assume final Council approval March 18, 2002 and Notice to Proceed March 27, 2002). 1. Phase 1: The work in this phrase shall include work at the existing private offices, along the exterior South wall, and two rooms at the North of the lower floor level, as shown on construction phase plan in the contract drawings. The Work in these areas mostly requires new finishes to the existing rooms. Tentative construction completion (late is May 8, 2002. 2. Phase 2: The work in this phase shall include work at the northeast corner of the lower floor level, which is partially unoccupied at this time, as shown of construction phase plan in the contract drawings. Tentative constrUCtiOn completion date is July 19,2002. 3. Phase 3: The work in this phrase shall include work at the; southwest corner of the lower floor level, as shown of construction phrase plan in the contract drawings. Tentative construction completion date is October 4, 2002. 4. Phase 4: The work in this phase shall include work at the southeast corner of the lower floor level, as shown on construcliun phinse plan in the contract drawings. Tentative completion date is Docen"Iber 20, 2002. PROJECT SUMMARY 0033b 1 WORK UNDER OTHER CO T ACT N R S A. Separate Contract: Owner will award a separate contract for the general construction work to be performed at the site, 1. Work under this Contract will need to be coordinated closely with the work of the separate contract for general construction, including location and connectiuns of electrical . power, data, wiring, voice:wiring, etc. 2. Work under the separate contract will require construction at the beginning of each phase of the work under this contract. Some installation under the separate contract may require or allow starting installation betore full completion of each phase of that contract, in order to expedite completion of the entire project, WORK BY OWNER OR SEPARATE CON'T'RACTS A. Owner Contract: Owner will be installing themselves or under a separate contract, data and voice wiring to offices and office modules and furniture. Completion of that work will depend on successful completion of work under this Contract. 1. Therefore, work under this Contract will need to be coordinated closely with the work of the Owner or separate contract for installation of electrical data & voice wiring, devices, equipment, etc, END OF SECTION PROJECT SUMMARY 0033b 2 WORK RESTRICTIONS USE OF PREMISES rA, Use of Site: Limit use of premises to work in areas indicated for each phase, Do not disturb portions of site beyond areas in which the Work is indicated without prior notification and arrangements with Owner and Architect, 1. Limits: Confine installation operations to area designated for that phase of construction. 2, Owner Occupancy: Allow for Owner occupancy of site and use by the public, 3. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances. OCCUPANCY REQUIREMENTS A. Full Owner Occupancy: Owner will occupy site and existing building during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate C)wner usage. PciTorm the Work so as not to interfeere with Owner's operations, B. Partial Owner Occupancy: Owner reserves the right to occupy and to place and Install equipment in completed areas of building, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work, 1, Interior Designer/Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before Owner occupancy. 2. On occupancy, Owner will assume responsibility for maintenance ana custodial service for occupied portions of building. END OF SECTION 1 WORK RESTRICTIONS 003 3b 1 PAYMENT PROCEDURES SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Construction Schedule. 1, Submit the Schedule of Values to Architect and Interior Designer at earliest possible date but no later than twenty-one days before the date scheduled for submittal of initial Applications for Payment. 2. Phases: Where the Work is separated into phases requiring separately phased payments, provide schedules showing values correlated with each phase of payment. B. Format and Content: Provide at least one line item for each Phase of Work. 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of Owner. C. Name of Architect and Interior Designer d. Contractor's name and address. e, Cate of submittal. 2. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Related Phase of Work. b, Number of Phase. C. Dollar valuo. 3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 5. Provide separate line items in the Schedule of Values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. G. Each item in the Schedr.rle of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. PAYMENT PROCEDURES 0033b 1 P 'A PAYMENT APPLICATIONS TIO NS FOR A. Each Application for Payment shall be consistent with previous appiicr_ntions and payments as certified by Interior Do-signer/Architect and pare, for by Owner. 1. Final Application for Payment involve additional requirements. ' B. Payment Application Tirn es: The dente for e,nch progress application is end of each phase of Work. C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment. D. Transmittal: Submit 3 signed oriclinal copirss of each Application for Payment to Interior Designer/Architect by a method ensuring receipt within 211 hours. At least one copy shall include waivers of lien and similar atta0inacxnls. 1. Transmil cacti copy with a transmitlol forme listing attachments and recordincf appropriate information about �',ppliccltr()rn. E. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub-subcontractors, and suppliers for construction period covered by the previous application. 1. Submit partial waivers on each item for 1111ount re(JUested, 2. When an application shows completion of arr item, submit final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Waiver Delays: Submit each Application for Payment with Contractor's waiver of mechanic's lien for construction period covered by the application. 7. Submit final Application for Payment with or preceded by final waivers frorn every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms furnished by the Ownc)r or executed in a manner acceptable to Owner. G. Transmit each set of waivers of lien with a lransrYnittal form showing breakdown of each waiver of lien submitted and it's payment arriount and a list of items riot included in Submitted lien waivers. Total sum of breakdown amounts shall equal amount of previous appliu.+lion paymenl, before; certification of this payment application. F. Initial Application for Payment Administrative actions and submittals then must precede or coincide with submittal of first Applicr:rtion for Paym(-,,,rnl include the following: 1. List Of SUI)COntractots. 2. Schedule, of Values. 3. Contractor's Construction Schcxhrle. 4. List of CoriWactor's staff assigninemis. 5. CertiflCates of insurance and insurance policies. G. Performance and p;aynnent boncls G. Application for Payment rnt Substantial Completion: After rssuincf the Certificate of Substantial , Completion for each Phase, submit an Application for Payment showing 100 percent complelion for portion of Me Work clainned as s-.)bstr_anlially completo, less appropriate retainage, PAYMENT PROCEDURES 0033b 2 ' H. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following; 1. Evidence of completion of Project closeout requirements. 2. Updated final statement, accounting for final changes to the Contract Sum. 3, AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." A. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 5, AIA DQCUmont G707, "Consent of Surety to F=inal Payment:" 6. Evidence that claims have been settled. 7. Final, liquidated damages settlement statement, if project exceeded contract completion dale. 8. Affidavit of Compliance with the Prevailing Wage Law. END OF SECTION r t . i PAYMENT PROCEDURES 0033b 3 CLOSEOUT PROCEDURES SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2, Project Record Documents, 3. Operation and maintenance manuals. 4, Warranties, 5. Instruction of Owner's personnel. 6. Final cleaning. SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of final project Substantial Completion, complete the following. List items below that are incomplete In request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 3. Prepare and submit Project Record Documents, operation and maintenance manuals, and similar final record information. 4. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 5. Complete final cleaning requirements, including touchup painting. 6. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion of each phase and entire project. On receipt of request, Interior Designer/Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Interior Designer/Architect will prepare a partial Certificate of Substantial Completion after inspection of each phase or will notify Contractor of iterns, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before partial certificate will be issued. 1. Reinspection: Request reinspection when the entire project is complete (all phases) and the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." CLOSEOUT PROCEDURES 0033b 1 Of Interior L)r,;;ic ncr/Arc;hiler;l's Substantial Completion inspection 1. .>ubrnif c.c.ltrfu.d c,cpy .! ( ! list of items to be completed or corrected (punch list) with e,rcli 110111 111111,11041 011d oilier as complete. 4t 3. Instruct Owner's personnel in operation, adlustnu'nl, rind rrncun 011MIC0 of produc:ls, equipment, and systems. B. Inspection: Submit a written request for final Inspection for accept(ince. On receipt of request, Interior Desk nerlArchilect will either proceed with inspection or nolihy Contractor of unfulfilled requirements. Interior Designer/Architect will prepare o finni Cert1(icnle for Paynnent after inspection or will notify Contractor of construction that must be comj*3(ed or corrected before certificate will be isscled. 1. Reinspectlon: Request reinspection when the Work rctuntltied In previous inspections as incomplete is completed or corrected. PROJECT RECORD DOCUMENTS A. Record Drawings: Maintain and subrnit one set of blue or black-lime white, prints of Contract Drawings and Shop Drawings. 1. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or sirnilar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that cannot be readily identified and recorded later. b. Accurately record information in an understandable drawing technique. C' Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. d. Mark Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, cornpletrly and accursrtely. Where Shop Drawings are marked, show cross-reference on Contract Drawings, 2. Mark important additional information that was either shown schematically or omitted front original Drawings. OPERATION AND MAINTENANCE MANUALS I ON A, Assemble a complete set of operitlon rand 1T13intenance data indicating the operation rind maintenance of each system, subsystem, and piece of equipment riot part of a system 1. Maintenance Data: a. Manufacturer's information, including list of spare parts b. Narne, address, and telephone number of Installer or supplier. c. Maintenance OrocedureS. , d. Maintenance and service schedules for prevenirve and rOUfin(: rimintenance. 0. Sources of spare parts and maintenance materials. f. Copies of warranties and bonds. B. Organize operation and maintenance manuals unto suitable sets of (manageable size. Bind and index data in heavy-duly, 3-ring, vinyl-covered, loose-leaf binders, in thickness necessary to CLOSEOUT PROCEDURES 0033b 2 e accommodate contents, with pocket inside the covers to receive folded oversized sheets. Identify each binder on front and spine with the printed title "OPERATION AND MAINTF..NANCE MANUAL," Project name, and subject matter of contents. WARRANTIES A. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1, Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-112-by-1 l-inch paper. 2. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. B. Provide additional copies of each warranty to include in operation and maintenance manuals. MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. DEMONSTRATION AND TRAINING A. Instruction: Instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 1. Provide instructors experienced in operation and maintenance procedures. 2. Provide instruction at mutually agreed-on times FINAL CLEANING A. General Provide final cleaning at the end of each phase for that area, before acceptance by Owner. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and anti-pollution regulations. B. Cleaning: Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. C. Comply with safety standards for cleaning. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION CLOSEOUT PROCEDURES 0033b 3 1 T E R I O R P L A N N I 'N G � . CO.NSU1. TANTS . . . � N C 0 R P 0 A T E D KRIS EVANS, ASID, IIDA TERRI WEST, ASID, IIDA SPECIFICA'T'IONS FOR:. NEW FURNISHINGS FOR LOWEIZ FLOOR FURNITUIZE PACKAGE JOHN G. CI-IRIS'rV MUNICIPAL BUILDING 320 EAS'I' McCAR'I'Y S`I'REE'I' J EFF'ERSQN CITY, NtISSOURI January 11, 2002 O PRT:1'ARED BY: KIZIS EVANS, ASID, IIDA ANN WELSH INTERIOR P1.,ANNING CONSULTANTS, INC. 300 S. JEF1 I:RSON, SUITE 500 ® SPRINGFIELD, MO 65806 �. 300 S , JEFf= ERS0N SUITE 500 SPRINGFIELD, MO, b5.806 .,t 4: 1 7 - 8 6 4 _ 5 5.0 0 i,. GEINERAI. RF,Q►UIRH:IIEXI'S: _Work included in this contract: Provide and install Furnishings 1161-.101111 G. Christy Municipal Building, .lefferson City, Missouri. All furnishings shall he dclivercd to building. All crating, materials, boxes, wrappings and other reluse shall be removed from site. Schcdulinu of Work: This project will he installed in 4 phases. Please refer to the furiliturc plan tier phase scheduling. '['lie tentutivc schedule for this project is Phase 1/11 Installation July 22 25, 2002; Phase III Installation October 7 - 10, 2002; and Phase IV Installation December 23 - 27, 2002. 'These dates arc haSCd on the 'Tentative ('011sU'uction schedule and are subject to change id,tCr receiving hills and awarding a gencral construction contract. l►illlt : No approved equals to he accepted unless approved by Interior Designer. Alternates must be submitted for approval no hater than 5:00 p.m. Thursday January 3I, 2002. Shipj)ina/Warchousin Under no circumstances shall the Dcaler"drop ship" any item to the facility. 'I'lle Dealer shall be responsible for receipt, inspection, uncrating, installation, and delivery of all Funlishings to the facility when the installation is scheduled. ' The Owner or General Contractor will not provide for receipt ofany items for freight lines. The dealers shall warehouse all furnishings in a clullate-controlled warehouse, until time for installation at each phase of the project. All warehouse casts shall be included in bids. No additional charges will he allowed for warehousing. Refer to Scheduling of Work relatcc) to all Phases for this project. Payment i►nd Completion: The Contract Sunl is stated in the Owner-Contractor Construction Contract and including adjustments, is the total amount payable by the Owner to the Contractor for the perfornwnce ol'the work under the Contnict Documents. The AIA Docunlents W02 and AIA Document G703 C'ontinnation Sheet will he used its forms for making applications for payn►cnt. Applications arc to he suhnlitted to tilt' Interior Designer at the end of each phase. It is the responsibility of'the Interior Designer to review and approve or reject the applications. Ikontractor receives merchandise belorc completion ofprojcct and suhtl►its the AIA DOCUment G702 Application and Certificate F'or Pnyrncilt and AIA Docu11lent 6703 Page 1 > > v� si 'aci it Ist Continuation ~peer lo►• rercrht of haynlent, I rc of c I tnsurcd � ,u•chc u. Itt1, I� tII alt he attached hell?re payment will he processed. The Owner will pay up to 801,1„ based on the percentage ol'the furniture contract being stored (ii'Furniture is ordered ill Phases her schedule) alter Interior Designer has verified Furniture items ctrc danutge free and 11-C in a11 i►15t1r'Cd Wal-C1101,18e. The Owner shall have 35 (lays to hay the C'ertilicatc of'Payment li•onl the date ofits receipt front the Interior Designer. Maximum Payment her Phases: Phase I etc 11 35';n o1 Contract I'hase III 3t)';';, of Contract Phase IV 351;-„ ol'Contract Total l'crc enrage: 1 0011, A 10%, retainage will he held on the phase or file percentage of the project completed until each Phase is Completed and acceptable to the Interior Designer and Owner. A 10'%, retainage will he held on tllc total contract until all work and phases are Completed at the end of I'hase IV. ']'Ile Owner shall have 35 days to pay the Certificate al'l'aynlent from the dale of its receipt front the Interior Designer. [Tu Us/SpecificatioIS: r Plans and spcCilications can he ohmined from The Architects Alliancc, Inc., 6:31 West Main Street, .Icl*lcrSorr Cily, Missouri 65101-1531 upon deposit of' h50.00 per set, company or cashiers check payable to City of Jefferson. Deposit will he refunded upon return of tite doctnncnts in goocl condition within twenty-eight (28) days following receipt ol'hids. Page 2 DIVISIOJN_I_FUf NISHIN.GS Group A: Approved 1lanulacuucrs/Dealers - Systems l"'ul•rtiturc Allslcel - Concensys Haworth - Places Steelcasc Avenir, 9000 I nhancod, Kick I•echnlon -• Boulevard' •fl•alislt IVlissoul•i VOCatiUnal Enterprises Original System Group B: Al provcLl Manufacturers/Denlcrs - Task Chairs and Giies Chairs Allsteel ' I laworllt Stcelcasc •fcchnion N-lissouri Vocational ( nterpriscs \ In 1 octalcrs/l7calcrs L,a(eral Files Croup C.: Approved 1 1, i ( , Allsteel I laworllt Steelcase fcchnion Missouri Vocational E'nterpriscs I �.Vhlnl Ctic,t *SCC Below �\pprm ed N1,11111 Ilacturers i;i,it 4:Ik tlgLqpjable IMaIIIIII-1cluers: (iroup A Each Dca I cr/Con trac tor is to provide a proposal 161, Bid Package No, I and Hid Pacbge No. 2. j3id 13,ickagc� No , I Bid l"Icka o. 2 Allsteel Concensys I lawo •ill Place,; Stcelcase i\venir or Kick SICCIC11se 90()(► I"11111,111CC(I 'I'Minion llotllcvard I vchnion Transit Missouri Vocational Fil►erprises AllNo. 1_ All SIM Concensys 43" Ifluk 56" high, 09" high Stecic,.Isc AVCIII'I' 41— high/ 53" high 05" high Steelcase Kick 42" high; 54" high/ 00" high Technion Boulcvard 37" high/ 50" hi-h/ 60" high Missouri Vocational Enterprises 44" high,/ 54" high/ 60" high Bid F�gqkgqe"N-g",2- Haworth Places 37" hi 9 li;' 50" high?` Z�� ( 4" high Steelcase 9000 Enhanced 42" higl>> 53" Iii-h/ 05" high Technion Transit 30" high. 5 1" high, oo*' high Dealer/Contractor to SLII)I)I\, with Bid Proposal packayes sample cards I'm- panel and worksurflacc finishes. Panel fabric is to be bid Gradc I or Grade A. Please Call Interior Designer, Kris Evans or A1111 \VClsh ('0: 417-804-5.500 11or approval ol'immuFacturef's not listed above, 1 1 . 1 . 1 I fl IMIZE'D till) (:IROUP: A PRO,If-iCT: John G. Christ • �tunici pal 13uildillg 5 I ._ tsic_Coils(rucli ,sh�cifica.ti_ons: Panels are to be structural )panels, load bcarilig, that will ICC0IIr1II0diI1C cable roulir►g power distribution through the base ofthe )panel anti at desk height (when specific(l) and olTel.strcntith and stability necessary for all types ol'rrorkstation configuration, All panels 50" or faller to tic acoustical. Powo•ed panels and ported panels arc noted on the Iloor plall ililt[ arc to haVC Steel frillllC construction 1\lilt it 3" Io 4" bast.' power raCewa)' Capable 01'hFUlllhll&l 8-25 pair con►municatioll calples. Base raccways wi11 need to accommodate alp to 4 duplex receplacles per panel, except i ' wide pallels. Dealcr,'Cont•aclor to Ilse base racc•,vays for all task light plus;-ills. Ported panels art: to ICC0I11n10da►c r►t Icast i tluplcx receptacle and ? data ronununirations hook-up. 1),111C1S arc to be priced in GracC A 01' (fade i ("►brie. 'Metal 11-1111 and base is 10 be priced on panels. Panel power distribution will be sourced (roll► 1110 11001- or wall outlets. Base pr.►wel• ill lived 1000 0JIS arc noted on the plan, The system must he capcthlc of cist►•ihutlrlg 3-20 amp circuits with three neutral wil•cs, one safety ground wire, and one isolated 41round wire. 'The Dealer is responsible for providing all necc,,sary panels, support hr;wkets for worksurfaces, end panels, hinge assemblies, side ritils, top caps, covers, trill► pieces, ctc, 1i61• the product and floor plan coil figtcration specified. Cord covCI-Swill be required for task light cords if tilcy are not concealed inside panel or tackboard• The Dealer is to provide )product as accurately is possible tell the diNICIISiortill layout C011figllrat011. Please provide a floor 131,111 layout 01'tile proposed panel system if'it deviates from the specifications and/or dimensions, All panels and power componenlry to have Class A lire rating and to lie UL listed. A qualified electrician or engineer shall be consulted by the Dealer for proper lllstal I'll loll to local codes. The Owner's electrician will he responsible iipr hooking till all clect'ie;ll to the system. The Dealer is ' rcSpollsiblc iipr routing all wiring (required by Client) throughout the partitions. This includes computer, phone, and rllachillc wiring/cables. Mier cquipment installation. the Dealer should allow Iwo tt•ipS for routing and wiring cables. WOrkSllr(aCC tops arc to be high prcssurc larllinitle traps. 0110 GI-011111let to be provided with elicit worksur•face. Flipper door• units to be steel construction and 111uSt include top and door aS Weil aS Shelf unit, Flipper floor fronts are t0 be f-lbric Grate I or Grace A. RC-011,11- (ICI)Ill units will be rcyuired. All units to be equipped will) lock and key. I Ild supports anti c01111ection hardwar'u n►usl be included. Please supply 2 adjustable shchl'storage bin dividers iipr each hill [11111. DI-m er pedestals are to be Stationary, mobile or Suspcndcd with locks and art: to Ile nt;tdc ol'steel heavy gauge construction. Drawer pedcSilal files to be fill extension; G" high box drawers to have three quarter extension. IJndcrside ol'worksur•laces are to be plvdrillcd for field Installation oCdrav c1- pedcsti►I anti pencil drawers (whichever may apply). All worksu1-facc pedestal:; and hilts are to he keyed alike for each individual workstations, but ciflcrent fi-om the nest. I ROJI-VT; John G. Christy Municipal 13uilding A suspended, slationary, or mobile drawer pedestal with the f'ollo"wing arralwelllcnt shall include these accessories. 1_:.1..1.' (lie drawer,_ -_I2"_file,di_awel. 2 file com pressr)rs ' 2-6" I)ON (11-il 'er5:' 1-12" file (hRuwcr ' sick it) side ti" drawer divider pencil tray I file c0nlpressar Center drawers to be made ol'metal construction, 'bask lights must be nlounlecl to underside ol'bins, preferable in a recessed urea towards the front. Nlounwd Brackets must be included. Six or scorn Coot cord to be installed ill the right side 111d t0 he installed with a three-prong plug fir ►n0unting into duplex receptacle Ill the base of the panel. Cord or Nvire n)anagel'S must Alight c01-d in place. PIc asc supply appropriate sized Iluorescent lights; to have a prismatic: lens. I)irrinlin" option is 1101 required. ' *All fabric, trim, and steel finishes arc 10 be selected Ibr each syst+ nl b; Interior I:)csiglrct. I'Icasc provide sample cards For the Interior Designer to select I"rum. t I'1'E POIZE17 1310 GROUP: A MANI.if�r�C"'1Ultl:lz: .1 rtr•uved Man;tiacturcrs Ir Item_ Design_ _ Doscrithon . _ . _. Quantity AreaA._._..._ ...___.-..�..__..._.__.___............._._ I Powered Basc 36"w x 37"h 4 Non-Acoustical Parrcl 2 Powered Base 36"w x 50"h 4 Acoustical Panel 3 1101ted-One Pori-Ortc Side Only 36"w x 641h 4 Powered Brie. Acoustic"ll Panel 4 Port Covers 6"w x 1 1' h 44 To allow liar at least (1) Duplex Receptacle and (2) Dattt Opening 5 Duplex Receptacles Set of six (6) per packa-e 20-amp outlet with an Line 1 2 pkgs. isolated ground. Linc 2 1 pkg. 1-hic 4 (Isolated Ground) 1 pkg. C Cable Management Post 13"h x 2"w 4 for chtuttic of'height panels Fabric-Grade A or 1 7 Cable Management Post 14' h x 2"\\, 4 litr change of hcif;ht pancis I abric-Ciradc �� car 1 S Base Power Fecd I JaRJwn•c CUnnCCO011 4 3-C'ircit-48" Length 9 Overhead 36"w x 13 Vi"d x 16 6 Storage Bin Fabric Front-Grade A or 1 10 Overhaul 60"w x 13 ;'ti"d x 16 ',-s"h 4 Storage Bin Fabric Front -- Cirade A or I I f `I'ackboard 36"w- x 1 6"h x l"t 6 Fabric: Gracie A or I 12 'I'ackboard 60"w x 16"h x 1"t 4 Fabric: Gracie A or 5 ITI-AIRED 1311) (:il:( I T: A �I:�Nl,ll�:1("1'l-'IZI:R: :� >�rtl�ucl 1lanufac�tururs �* II Item Design .............. DC'SCr,iption _.__.C)uartity Area A. 13 Electronic 36"w x 7 3i4rl x 1 6 Ballast "I'a"k 14 Electronic Bidlasl 60"W x 7 '-',"c) x 1 "It 4 'task Lighting 15 Wall C'harntcls 72" 11 igh I t) I6 Wall attachnn:nt bracket 64"high 4 17 D-S11,11MI PC11iltstlla "I'op 60"\v x 30"d 4 Freestanding Column: 3 ' _ cliantutur (AH ,Mounting Include(l) with a Grommet Laminate 'fop Worksurface w/ Vinyl f:clgc Anci Support (.'01(11111-(P;1intucl) 18 Return Ris;hi 10-w x ? 1"c1 1 Frecstandirtt; with I leight L.a11tinatc Top w, Vinyl I:clge. Mocicsty Panel with transition with a Ciromnlct cncl panel Iclt, uncl pn11ul ri;;ht (all mounting included) 19 Transition 131.1d"w 30"\v x 2-l"d 4 Freestanding with transition with a Grommet cttd panel Iclt."right LJnlI '11c Top and Vinyl Edge 20 Return Right with 2-1"d 4 -%, Height Modesty Panel with a Cirommuts O Freestanding; with U•arlsition Lanlirlole Top and crtd panel lek, end panel right Vinyl I'dge 21 Return 1-uft W1111 72"w x 24"d 1 '!, Height Modesty Panel with a Gromnlut I"recstanding will] U;ulsition \\ith La11linatc 'fop ;11111 I:nd pmtcl tight, end panel Iul1 V1111'I 1:(IL c , 22 900 Garner Worksurfacc with 36"w x 24"d IV, Height Modest, Panel (Support Bracket Included) ' freestanding Laminate top and Vinyl Edge ITC-MIZEM BID GROUP r1 VlVl Approved.\ ltl. �: iVaniaett li"t' s Item�pesi9n ;_...__....... _ ___..DcSCription ..Qi�antit Area A. ® 23 `labile Drawer Pedestal 15 3/8"w x 20"d x,27 WS"h 5 ■ Box/llax/Filc 6"/6"/12" Stack Lockable 24 Niobile Drawer t Mesta) I i3/8"w x 20"d x 27 7/8"11 5 h`ilc/l i1e 12"/12" Stacked Lockable 25 Center Drawer Steel C"onstt'uction 5 19 1/S"�� � 17 !1'2"d x 2"h 26 Extended 'I'ilting KeNlboard 17"- 22"kv x 5 ".."- 9"d x 8"h 5 Pad with Sliding NIOtlsc Pad and Palm Rest 7 r I'I'I MIII.I.) lily OROt)P: A `IANLJFA('."I"URI_`R: Approved Nlarlul'aclurcrs Item aesic�n:_.._._......_._ ._..__....._...__...__..___ __._....._ ...._._..Description __....._ ._....__..._.. ..__�.. Q�»ntity Arc, 13. 1 flowered Base 30"w x 17 11 4 Nc tt l -Acoustical Pancl 2 Powered Base 30"w x 50"h 4 Acoustical Panel 3 von-Powered 18"w x 04"h 3 Acoustical Panel 4 von-Powered 36"w x 04"h 0 Acoustical Pallet S Po\vcrecl Base 30"w x 04"h 13 Acoustical Panel O Powered Base 2,1"w x 0411 4 Acoustical Patlel 7 Purled-One PON each side, 36"w x 64"h 3 Powered Base, Acoustical I'ancl S Port Covers 0"w x I I"h 6 To allow for ai least (1 ) O 1.)uplex Receptacle and (2) Data Opening 9 Duplex Receptacles Set ol'six (6) per package 20-amp outlet with an Line 1 2 pkgs. isolated ,;round. Line 2 1 pkg. Line 4 (Isolated GI'oLu)d) 1 pkg. 10 C'ablc Management Post 13"h x 2"w 4 S Fabric-Grade A or I tier change o1'height panels , 1 I Cable Mallilocmenl Post 14-h x 2"w 4 Fitbric-(grade A or I Oor change of height panels b r 1"1111MlZED 1311:) C:ilt(:)UP: ;A MANUFACTURER:�:AC"1'tJRER: A � roved \1ar►ulacturer5 , Ir , �I Approved Item..__Design . ....__..____...__..--_.___.._._....._.__.._....._......___Dscriplion_..._.___.._.___. Quantf Area 13, 12 C3►tsc Power Frccl I Iard Wire Connection 2 34:'ircuit-48" Length 13 90° Finished (lost Fabric Surface 64" I1igh 4 1 . 14 130 0 Finished Post Fabric Surface 64" 11igh 2 r 15 1'op Cap For Cross Intersection 2 • 16 Overhead Storage Bill 36"w x 13 -.'!,"d x Ili /4"h 5 Fabric Front-Grade A ol' I 17 Overhead Storage lain 60"\v x 13 Y,"d x 16 -Yi"h 5 Fabric front-Ciradc A or 1 Is Electronic Ballast 36"w x 7 r 1 "L► 5 Task Lighting ' 19 Electronic Ballast 60"w x 7 x I X,"h 5 'bask Lighting 20 D-Shaped Peninsula► 00"w x 30"d 5. r Laminate Top Worksurfi►cc C'olllnin: 3 1111" diameter with Vinyl Edge and Su1port (All Mounting InCIudC(1) Column-(Painted) r Panel Mount 21 Worksurlacc 'I'op with 36"w x 24"d 5 Laminatc '1'op and Vinyl 1 dge Without Gronuttcis Panel Mount r22 WorkSUt'l(tcc ' 01) with (>U"w x 24"d 5 Laminate Top and Vinyl I clgr Without Gror►►tttets Panel IVluurtt ITFNII(ZED lilt) ( iROUP; A 11;1N1'(�;1(' I`t 'Itl�.lt, ;\ 7 �r�wcd 11;iirul'.rcturcry r fl Itr✓.r13....._.L�ESign, D�srriptir�n_.. (�u�nl_ity Area 13. 13 90" Corner Worksurtacc 3o-w x 24"d With Laminate Top and (support 13racket Included) vinyl lidge Pancl N'lount 24 Lelt-Hand Worksurtirce 19"d x 111. ! "h Su1port Bracket (C'1111ilevcr,) 25 Right-1 land Worksurkicc I9"dx It) ."I. Subpart Bracket (Cantilever) 26 Shared worksurlacc P)"d x I t) ! ,"h 5 1-1.111110/1 bracket (C'antilcver) (I ) Iclt, ( I ) ri"111 27 Worksm-11ace Support 24"w x 1 3/10"T x 27 TS"h 5 Panel, Laminate Finish Panel MILLI t (F.,nd Pancl) Non-1 landed 28 Susbendcd Drawer Pedestal 15 3-"8 \v x 24"d x 27 718"h 5 Box/l3ox/File 6","0"12" Stack Lockirhlc 29 Suspended Drawer Pedestal 15 3-'S"w x 24"d x 27 7/8"11 5 Filcr'Filc 12' '12' Stacked Lockable 30 Center Drawer Steel Construction 5 Iii 1/8-w x 17 '."d x 2"h :31 h,xicnded Tiltim� Keyboard 17"-22"w x 5 x 811 5 Pact with Slidint, N-louse Pad and Palm Rest 10 ' I` Elvilzil"D 1311) CROUP: A MANLI ACT 11111:lZ: ;\ >>rubcd ;llanulactlurt:; Item_. DESCripti�n Area C. I Non-Powered 24"w x 37"h Non-AcoustialI Panel 2 Non-PoNvercd 36"w x 37"h 4 Non-Acoustical Panel 3 Non-Powered 36"w x 50"h 3 ACOLIStiCa1 PtlI1Cl 4 Powered Base 36'%v x 37"11 6 Non-Acoustical Panel 5 Powered Base 36"w x 50"h 4 Acoustical Pancl ' 6 Non-Powercd I S"w x 64"h l Acoustical Panel 7 Nun-Powered 24"w x 64"h l Acoustical PilI1C1 1 S Non-Powered 36"w x 64"h 3 Acoustical Panel ' 9 Powered Base 14"w x 64"h 5 Acoustical Panel 10 Powcrccl Base 36"\\, x 64"h 13 Acoustical Panel I I Ported-one Port I7ach Side, 36"w x 64"h 2 Powered Base, Acoustical Panel 12 Ported-One Port-One Sidc Only, 36"w x 64"h 3 Powered Base, Acoustical Panel ' 13 Port ('ovcrs 6"w x I I"ll 7 o Allo\v For at Least (1) Duplex Receptacle and (2) Data Opcning f. 11 ITI -111:1:1) lilt) OROI T: A NIANI I'AC I I 'lZER: ;\ > i-med Matttif,tctut��rs t Il Item Des' .. . -- . _ Dt.;;criptinn - .._-..- . _. _.__. .__... ...,.QU�IltitV \rea C. 14 DLII)Icx Itccclttacicti Set of six ((t) per package 20-amp Outlet with an Line 1 3 pkgs, isolated gr01,111d 1-i►te 2 2 pkus. Line 4 (lsokued (:ir101,11)(1) `' pkgs. 15 ('able INv9anagent ell l Post 13"h x 2"\\ 7 F.,ibric-Grade A or I Col.change ol`height panel I b Cable ,\Ianaticiitent Pest 1=4"h x -w 7 FabrlC-011LIC A or 1 for change of height panel 17 Base Power Feed I lard\varc C'onlicction 2 a•.C'ircuit--4S" f.ens�lh I;+ 90, Finished [lost 3•7" 11i.!I Fabric Surface 19 90' Finished Post 64" 11igi ? fabric Surface 20 180' Finished Post--Fabric 04" 111 g 2 Surface 21 Top Cal•, For Prosy lntcl•Sect101t 3 r 22 Overhead Storm"V lilt) 13 '',"d 10 ! "h IS Fabric Front-(irade A or I 23 Overhead Sturm lilt] 60-w 13 '. "d x 10 ' ,"h S Fabric Front-Grade A or I 24 Electronic. Ballast 'task Lighting 30-w x 7 '',"s 1 25 I::lectronic I:;allast Task Lightin.I (,()"w x 7 '.,"s x I ' ,"it 8 26 l) Sha wd I'cninsula I.autin,,te h(,"\r x a(,"d (, e "hop Worksurfacc with \'111.0 l.:(1ge C'ciluntn: ; ' rli;uttelcr and Support C.'oluntn-(fainted) (All N-founting Included) ' Panel ;vluurtted With a Cirontrttct 1,? ITEM IZED 1,311) OROL)II: A Nil ANUFACTU 11 F,R: Approved N1,111111"'Icturers Item Desjgp ip io Quanti ty Area C. 27 Worksurfli►ec Top with Laminate 36"%\, 24"d 9 Top and Vinyl F-Idge With a Grommet Pancl Mounted 28 Worksurface Top with Laminate 00"w x '14"d 8 Top and Vinvl Edge With a 0-ollimo P',IIICl MOLIMCd 29 90' Corner Works. rl*acc 30-w x 24"d 8 Willi 1,1111inatc Toll and (Support Bracket Included) Vinyl Edge wills Cnununct Paticl Nlotllitcd 30 Lefl-l-landed I 9"d x I(► !/,"h 4 Wot'kSLII'I"iCC SLII)1)01•t Brackets (Cantilever) 31 Right-Hand 19"(1 ,x 10 5 WorkSLIITIICC SLII)I)()I*t Brackets (Cantilever) 32 Pair WorkSLIHIICC N"(( x 10 "/""1) 8 Support Brackets (I 1 LCII-I 1,►1111 (Cantilevur) Right-1-1,11)(I 33 WorkSLII-I")CC SLIJ)1)01'1 PIMCI 24-\v x I 3/16-l' x 27 7/8-h 9 Laminate Finish Wild Panel) hislall in Panel Non-Handed 34 SLISI)CII(IC(i PC(ICS1,11 15 3/8"k%, x 24"d x 27 7/8"h 7 Box/Box/F'i le 0"116"/12" Slack I-ockahle 35 Suspended 1)1-,Ikvcl. Pedestal 15 3/8"\v x 24"d x 27 7/8-h 7 bile/File 12"/1 '" Slack Lockable 36 Center Drawer Sleet (" ►11SI • IC6011 7 19 1/8"w x 17 2 '11 37 Extended Tilting Keyboard 17"-22"w x 5 x 8"h :7 Pad with Sliding Mouse Pad and Palm Rest 13 FIT NI IXI d 1 1311) (:iIZO11P: A �•IANl.11�:�C"I't_'{tl:l?: a > >ru�•cil �lanulltrtru•cr� 11 Item Design_ tity Area 1). 1 D-Shaped VC11itlSll1;1 36"tl x ` 2"w 1 Freestanding tn , Fn1 Panel and tiu > tort Wiol Ilcight N'lodesly Panel ('oltlnur I.;uitinatc l'op with Polyurctharlc f Agc Trim With a Grommet 2 Transaction Britfuc 2-1-d x 48-w 1 with lcighl Nio'desly Panel I ;uninatc Tol) with I'( ly(rrcthmrc Ld g"c Trim 'xfth t ironrnrcts 3 Desk ,-l"ki x 72"w I will) i'�-f leiuht loticsty Panel L.antinate Toll ��ith Polyurcthunc l:cf�c Trini with Gt'c.lmnivt5 4 Mobile Drawer Pedestal 15 3/S"w x 2 t1"d x Z7 7/8"h I 13ox/13ox"File C"Y,"r12" Stuck Lockable 5 Drawer Pctleswl 15 x 0"tl x 27 7/8"h 1 File/File 12'%,1?' stack Lockable fi Stec) Center Drawer 1 1) i,j;;"w x f 7 ':"d x ?"li 1 7 I;xtentlecl I'iltim-, 17-22"\v % Keyboard Pad with Sliding Nloosc 11a(1 ;Ilid Palm (Zest S overheat( Slora'ge Bin 3(j"\\, x 13 I"d x 10 !f,"h ) Fabric VnInt-Grade A or I !) Ilectrunic Ballast Task I.itarlin:; afi"w x 7 ""I"d x ( ''("h ) , I Q '1'ackboartl 36w x 110' Fabric Grade A or I 11 Nall Channels 72" Iligh 1=1 ITI:MiZIA) BID GROUP; A MANUFAC:"EURER: ;gyp 1 lrovcd N4,1111.1110111-ci-S Item_Design._._..__..._.._. _.._...__._.... .......__.. ....f�,tscript ion_. ..._.,._._...._ _..... ...._...__.._. luantiky Area E, I Non-Powered '30"w x 371h 1 Non-Acoustical Panel 2 Noll-Powcred 30-w x 50-h 1 Acoustical Panel ' 3 Non-Powered x 64"h 1 Acoustical PaIlCl r4 Wall Attachnrcrtt lirackcl 11Igh 1 5 Cable iMalla"Cilicnl !lust 13"11 x 2"w I Fabric-Grade A or I for change o f height C Cable Management !lost 1411 x 2"w 1 Fabric-Gracic A or I lb Col.chang of hcight 7 90' Corner Worksurface 30­\v x 24"d i ieight will) Laminate 'fop with ' Modesty Panel, 11c,lyurcthanc I d.ge, Freestanding {'rccstandiIlg with it Cil'C)1111111t (AH N'lounti1g, Included) 8 D-shaped { eninsula Top 30"d x 72"w 2 Freestanding E:nd 11:111cl and Suppoll Column I,:ulllnate Top with Pulytarelharrc Lds;c "brim With a Cirortlruel ' 9 Transition 24"d x 42"w � Bridge with Laminate Top with '/., Height Modesty Panel Polvurethanc Fdlc Freestanding with 'frill! with a Cirontn►ct transition end !panel luk/right (All N-lountin,t II1CIut.Ie(I) ' 10 Return Case Left 36"w x 24-d x 29"h I With ;}1-i1cight 1'lodesty Panel i,aillinate Top with Freestanding with Polyurethane transition end pane) right, Trial with a Grommet end panel Ic(t (All NIOUntillg IncllldC(l) iS 1'11"MI%I?I.) HID NMI ill: A \ til!li \C'"1'L. ItC,lt: Approved �11u1n1'aettuer5 Item.._...taesicn...._.... . ... . .._ C7.cs .riptiart.._... Cuontity Area f:. 1 Return Case-Right 24"d x 7'"w l With lei-lit ibiode�sty 11,1110) 1.1111 in"1te Top with -ee Standing with Pnlytsrethanc Edge tt'Uli4ltll)I1 CI1c1 11a11e1 loll. Trim with a (iromutet . end pall l ri::ht (AH Mounting, Include(l) I? lluhilc L)rn�'r� r Pedestal I5 3;8"w x 20"d x ?" T8, 1t ; Box/Box/f"ile 0 {2' Stack I.ocktlhle I3 \- o1)ile (.)rawer I'edcsUll 15 ,; y"\\ x 24-d x '? 7-',ti"h 7 IM I'Ile/file 12" 12" Swck- L.ockable 14 Steil Center I7rawer 1'1 1 i8"w x 17 !_"d _'"h :3 15 1?xtended 'I'I IUng, Keyboard I lad f 7 ' w x > It With Sliding; llousc: Pad And Palm Rcst G Overhead Storage Hin 30-w x I `,-d x I o '. "h 5 Filhric I'rornl Grad" A or l 17 f?Iectronic Ballast Tusk I.ig;hlink; 16"w ,N "d x 1 14 is Tackboard 30"w x 1 cs"h x I"1 5 I`i hl is )bade A or I e 19 Wall C'hanttels 7, • Nigh 5 l e 16 ■ 111,11MIZED klD GROUP: A N1ANl.IFr1C"1't.)IZl It Approved N-1,1111,I"lei M-crs Item Design.._..._..___. . ...._.. Area N. Note: 11'applicable use 54" wide, Panel, Worksurkice, 11111 & TIsk in place o1*24"w and 3()"\v combinations. Please note a plan 1,6r location. kid slicel will include the option, Use quantity in parentheses if replacement with 5.1"wide isapplicahle, I Non-Powered 30"w x 3711 Non-Acoustical I'micl I Powerco Base 30"\v x 37"h Non-Acoustical Panel 3 Powered Base 3W'\%. x 50"h 4 Acoustical Panel 4 Non-flowered 24"w x 50"h I Acoustical Panel 5 Powered Base 24"\\, x 04"ll 2 Acoustical Panel 6 Powercd Base 30-w x 0.4"ll Acoustical Pancl (o) 7 Powered Base 54"w x 0411 8 Non-flowered 30"Nv x 6-111 Acoustical Base 9 Powered Base 30"w x 04"h 5 Acoustical Panel 10 Ported-One Port Each Side, 30"\v x 6.1"h Powered Base, Acoustical Pand I I Ported-Olic Port-Ono Sidc Only x 04"h Powered Base, Acoustical Panel 12 Port (,O\,Cl,s ()"\v x I l".11 3 To Allow For At I'vast I ) DLIJ)ICX RCCCj%,IClC and (2) Mita Opening 13 Duplex Receptacles Set ()I'.six (6) per pack-w.,,t.: 20-amp outlet with an l'ifle 1 2 pkgs. isolated ground Lin 2 1 pkg. Line 4 (Isohlictl Ground) I pkg. 17 1"11F1111ED BID ( ;x01 '1': :1 ,,11r1WTAC I'1.'IU'R- A 7�rc�v (I 11anu!'aclurcrs ' 11 Item _._Design . . _... _ __ Descriht_iop . . _.__.Quantity Area F 14 Cable N9unagentcut Post 13„11 x 2-w 3 Fabric-Grade A or I fol. change of'Iwight pancls IS Cable• h l r n t" .•ts'entcnt Post 14-11 x ''"w 4 Fuhric•Gradc A or I liar chartgc of`hcight 10 Wall ;Attachment krackct 10- I hill I 17 Base Power I•ccd I lank%irc Coliltectioll I ? t 'ircuil-48" I.c11:2tl) 18 ')U” Finished Post 37" 11iii�h 1 Fabric surface 1') 90" Finished Post iU" 11r�1t I Fabric surface 20 150° Finished Post (1-1" V 1Igh Fabric tiurface ..I Top 1 o p " Cap For Cross In �}n tersecti I 22 Overlwad ";tor we 1iiri 4-\" x 1 x I "h I Fabric Frr,nt-( iradk A or 1 (0) 23 Overhaul sloro,uc Hirt at)'"r� x I:( '.�"�I .� i(� ' "li 2 1 Fuhric I'r��nt-( iru�l� A or 1 (U) 24 ()vedlead sionq,c Bin 3()"\\, x 13 '.,"d x I(). '4-11 4 Fabric F rc,nt Grodc A or I 25 Overhead Storage Bin 54-\k x I "J"d x I t (') Fabric 1 or 26 Ovcnccad stora,.,,c fain ('W'w x 13 Fabl is 111-ont t irade A 61. 1 onic iulfust f ask Lighting,f lectr "v,, .x " '',"d x I '"'h 1 (o) 28 Electronic 13allasi 'Tusk Lighting 30-w x 7 x I "I'l) 2 1� r I'I'1 NMIZI'D 1310 (R(A_'I': A Approved "Manu(artut'ers Iten..-Design....._ ...- _ ._..,_.. . Desc;rip.lign.... nu,��ntity Area F, 29 Iaectronic Ballast Task Lighting, 30-w x 7 :!,"cV x I 1,1,")1 41 3o Flectronic.fial!ast Task Lighting 54"w x x 1 ' ;"11 (2) 31 I.?lectronie Ballast Task I-Juhtin4!, tit►''w x 7 '.i"d x I "h " 32 D-shaped Peninsula Top tics"w x 3o"d Laminate 'Cop Worksurfacc with Column: 3 ' I" (lianteler Vinyl lade and Support ('oluniti (;III ,'Moun(illu Included) (Paintc(l) AVilli a Gronlnlct Panel NIounted 33 Worksurface Top with 24"w x 4"d 2 Laminate Top and Vinyl With a (iroulrliet (I ? I'uncl �1lountecl r 34 Worksurface Top wish 30"w x 24"d 1 Laminate 'Cop and Vinyl Edge With a (.it'ollllllet (0) Panel Mounted 3i Worksurface Top with 30-w x 24"d 3 L.anlinatc "L'01) anal Vi11V) Ldi L,Q With a Grommet Panel N'lounted 30 Worksurfacc Top with 54"w x 24"d (I 1 Laminate "Dull anal Vinyl Fd1_-e With a (ironurtet Panel ttMounted 37 Worksurlace Top with 00-w x 24"d L,1111inatcTo1) attrl Vinyl l duc With a (ironunet Panel ix4ountcd 35 90' Corner Worksurfacc 30"w x 24"d 4 With L.anlinatv Top and (Support Bracket Inclucltxi) Vinyl I .clgc Panel Mounted 39 Worksurtacc Top with 72"w x 24"d I Laminate '],oil and Vulyl Lame With a (,irortlnlet Panel tilountccl 40 Stcel Table L)csk 72"W x 30"d x 29-h 2 '/1"41cight f\ odcsty Pallet Laminate "Cop with Vinyl I"thge Freestanding With a C;ronuliet i�1f1NU1�:1C"1'Ultl?R: ;�1)1)ro�•ed �lanulaenn•crs Item ...Design ._..__-.... De:scriptign. . ._ Arca 1", 41 Steel '1'rutsilion 00"v" x fit►"d x 'c)"h 1 Return I-elt Without Gronuncts N'lodesty Panel (Include Attachment I reestunclilt I lardwarc IN. Adiaccnl Desk) 42 Mobile Drawer Pedestal 15 31,X-k% x 20"d .x 27 7 S"h I 13ox/13ox,'I:ilc 6' '(x' '12' Stack, (.uckahle 43 ivlohilc Urawcr Pedestal 15 3/8"\v .x 10"d x 27 7,18-h l I"ile"I"'ilc I "?.' I_" Stack Lockahlc 44 Sus)cncicd l7t'awer I'cdcsta) 15 318"\\, x ?�"cl x ?7 718­11 3 r I Box/L3ox/bile o (,' ,12' Stacl; Lockahlc 45 Susl)crtded f)rawcr I'cdcstal I i 31/8-w x2-1-d x ?7 7/8"h 3 rile/file 12".12"2" Slack L.ockohle 46 U11-1-iand `York Surface I')"d x Ic} '.;"It 3 Sul)port 1.3rackels W intilo-cr) -17 Right-I land 1Vork Stu•facc 1')"d x P) ' "h I Support Brackets (Cantilo-cr) 48 fair Worksurlacc Sul)1)01't 19"d x I l► '.' "h 4 Brackets (Cantilo,er) 1 I ) Left-I land (:3) ( I ) kight-I land 49 Worksurlace Support Panc l 24"\\ x I .3-I()"T x 27 7/8"11 -1 Laminate Finish (I"'Ild Panel) Install In 11,1110., Non-Ilanded 50 Center 1)rii\1'el• Steel Construction 4 51 l xlcnded •I lllim., Keyboard 17"-22"w x 5 cY"dx S-11 4 1'ucl with Siiciin,; IMousc Pad and Palm lust. 20 I'I'IAHZ,I-M 1311) GROI !I►; A &IANUFACTURFA: A l irovcd \1ar1111; I'1'I t]1x1'.1) 1311) (iR01,�1) IMANU AC''i'1.i1 FIN: Approved Manufacturers lt�:m . _Design.. _ pGSCrilati�n .._....-_.._.._......«u �ntity Arciu G. 14 Duplex Receptacles Set ol'six (0) per package 20-atrnp outlet with an Line 1 3 1)kgs. isolated ground I.itte 2 2 pht;ti. Line 4 (lsolalcd t iruun(l) 2 pkg,.s. 15 Cahle Nlana1:enicnt Post I "h x _'"W 6 I-abric-Grade A of I liar Change of hei"Ilt pancl 16 Cable NIanas"cmcnl Post 1 4"h x 2'"w ri Filbric-C:irade A or 1 Ibr change of height panel 17 Base Power Feed I lardwirc Cunncction 2 3-Circuit- 48" Length, 18 90" Finished host 37" 11igh 2 Fabric Sl1rlaCc 19 90° Finished Post 64" I I ,h 3 Fabric Surlace ' 20 180° finished Post (,-4" I Ii 1 2 Fabric Surface 1 21 'lop Cap For Cross Inlersci•tion 3 22 Overhead S101-a24c fain -1-1-w x 13 "d x 10 I al)ric l-runl (,irad.: A or 1 ((.l) 23 Overhead Storace 13111 *'(1 X 10 Fabric From ( iradc A or I ((1) 24 Overhead storage Bill ;r, 'tiv 3 ' " „" 1, x 1. , dx lr� :., h 7 Fabric Froitl-'( irudc A or .I 25 Overhead Storatic Bin a 4"w x I a ' , d x 10 '.:, h (3) I"abric Front-(.bade A or I Overhead St iai, Bin 00 \% x13 -.1dx1O ,., h 4 fabric 1.1.011t.GI-Lide A or I'I EA11/.I-D 1311.) GROUP: A N,IAN(-!FAC"I t.1Lf;It: Approved `lantll'acturers 11 Item. ._Design ___..._....._.._._._.._.. . Description.__..__._.......__.._._.__.,_.._..__._ Quantity_ Area G, 27 Electronic Ballast Task Lighting 24"\v x 7 V,"d r 1 If',"h 3 (o) 2S E=lectronic Ballast "task Li- 1111in" ?U"cc x 7 ,:,"d x 1 r'•i"lt 3 (0) 29 Electronic Ballast Task I.J::hting 30"w x 7 !"'d x 1 7 30 Electronic Ballast "fast; lJolltim, 5.1"w x 7 ',i"d x I '',"h (3) t31 Electronic Ballast Task Lighlinc! 60"w x 7 ',4"d x I w 32 D-Shaped Peninsula Top 00"w x 30"d 2 Laminate Top Worksurface Column: 3 V-," dia►ucter With Vinyl Edge (All Itilounting IllCludinF;) And Su1)11011 COIM1111 (Paintcdl With a Grommet Panel 1\v1ounted 33 Worksurfacc"fop with ,-1„c� x 24"d � Laminate 'fop and vinyl I:d.;e With a GI-ornnict (0) Panel Mounted 1 ” 34 Works Top cc�►th . (. cc� x _-L d ' Laminate"fop and \\'ith a Grommet (0) Vinyl I (Igc. Panel Mounted 35 Worksurlacc "Poll With iii„cc, x 24"d 3 Laminate Top and \VIII) a Gromillel Vinyl Edge Panel h'lountcd ' 36 Worksurtace '['oil with 54"\v x 24-d (2) Laminate top cvorkSu►'iacc with a (4oniulet ' \Vith Vinyl Edge Panel Mounted 37 Worksurtacc fop with 00-w x 24"d 4 r Laminate•fop and Vinyl I-.dfe Willi a C;ronlmcl Pancl Mounted iMANI,TA(`IT'kIl:.R: Approved Montikiourvi", Item.-_. De i Area G, 38 Work SLII-I*A'ICC TOJ) x 2.1-d With LaIllillatcTop WillIOLIt ( il'0111111CIS And Vinyl Edge Panel klountQd 39 96' Corner Workstirliace 3M­W X '4-d With Lalllillali Tull and (Support lir,lckct Vinyl I"I'Ll"C Includol) Panel N,IOLII)tL:(l 40 90' Corner Workstirl.,tcc Z C,-�% x 24-d 1 ' Freestanding \\ III) killilliate Top with I'leighl Nlodcsly Panel Polvill-villalic Fdgc, FI-cestillidl Ili, woh a Cirunutict (,\ll \lutimilig Included) 41 Rcluni I-ell 'IS-w x 2-1-d 1 With -,!, Height N/lodesly 11,111cl 1-111liwitc Top will Freestanding wills Polytil-CIII'llic TI-1111 transition cnd panel 6,1,11il. With a (.,rrolllllm end panel left (All ,\Io►llllllli! Included) 42 Return Right 72-w 24"d 1 With 3/4" I-Iclolit Nlocicsty Pancl Laminate Top with Frecstandino with Polvill-olullic transition end panel left, I rim willi a Grolmlict cild panel right (All MOMI(Ill" IIICILidCd) 43 I-CO Hand P)-dN 10 4 Work Surflice Support Bracket (Cantilever) 44 161111-1-1,111d 19-d N W 12"11 7 1 Work SLI►-I'C'ICC SLIIII)Ol't Bracket (Cantilever) 45 Pair \VorkSLII-C.'ICQ SUI)II011 19"d N 10 !'?"Il 5 Bracket (Cantiiever) H I,el*L-1 land (3) I Right-I land 46 Work SLII•f'.'ICC SLIJ),1)01-1 PIIICI \v x 1 3.'1O-1' x '7 7;S I I I I-UIlIiI-I-,IIC Finish (gild PIIICI) Installs In Panel Non-1 landed 47 Nlobilc Drawer Pedestal 15 3 S-w x 20"d x 27 7/8-h I Box/Box/Filc 0";l 2"i 12" Stack, Lockable 24 C'fF:iV1IZI.-M BID (ROUP: A IMA'NUFACTURI R: ;\1t1�ro�cd �lanufacturcrs Item Desi n ._._ 9_ _: _�...._.__�_.._..�..-_ .... DGSCri�tinn Ite a...___... ...__...____.__.�_.��_.Quantity Area G. 48 Suspended Drawer`Pedestal 15 3/8"w x -14"d x 27 7/8"11 Box/Box/I'ilc 6'70"!] " Stud; Lockable 49 Suspended Drawer Pedestal 15 3/8"w x 24"d x 27 7/5"h 7 File/File 12'V)2 Slack Lockable 50 Center Drawer Steel ( onstritction 7 I() 1/S"k x 17 ''/�"d x 2"h 51 Extended Tiltin,; KCy1)0a1'd 17" 22"w x 5 x 8-11 7 Pad with Slidim,' NOOLIsc Pad And Palm Rest 52 Freestanding Table 0"d x 72"\v ? Ici ht to thatch 1 iNICAUlar System height Laminate Top r r i } Y - I.1'I MI%f:D [31D GROl1P: A, 1�9:1N1_If':�C"ft)R1till: ;�hhroved i\l4utut'acturcrs Item_..._Design._._._.__...__._.._._._.._...._..._._.._.._...... Dascritation.__......._... _._....._.____..__._. ._ Quantity Area It I Non flowered, ht)"w x 64"h 1 Nun-Acoustical Panel 2 Wall Attachment 13racket 6.1" 11igh 1 3 D-Shahed PUnin5llla Toh 30"d x 72"\\, 2 Freestandin,t,, Fild Partcl and Support Column LiMlinate 'I'011 with Polyurethane Idl;c 'Irint 4 Transaction Bridgc 30"d x bO"w 2 With %,-Height Modesty 11a1c! Laminate"l,oll with Freestanding Polyurethane Edge "trim with C.;ronuttc.ts (All Mounting Included) ' 5 Desk 30"d x 72"\v With ''VA-1cight Ivlo(Icsty Panel Laminate Tolt with Freestanding Polyurethane I dge Print with Grommets G I'vlobile Drawer Pcdcstal 15 ),'S"\v x 20"d x 27 7/511 2 Box/Box/bile 6"1/6"'12' Stack Lockahlc 7 Steel Center Drawer 19 1r5"w x 17 '/,"d x 2"h 2 5 Extenr.led 'filtin� 17"-22"w x 5 !/4 9"d x S"h 2 Keyboard Pad with Sliding; Mouse Pad anti Palm RCS( 9 Overhead Storage 1311 30"w x 13 Y," x 16 ' ,"h 4 Fabric Front-Gradc A or I IU Flectrolic Ballast 'task Light,nt! 30"w x 7 V"d x 1 ","It 4 11 Tackboard 36"w x I O"h x I"t 4 Fabric <:iradc A or 1 W Channels Wall C ranttcls 72 High 2(� IT1:NEC/.ED B11) GR0Ull: A 11AN1'I�:�C"1•l1ltf:ll; �� t ,rc►vccl ,�I,►nuli►c�turcts ff Item_ Design. ._.._ ...... . . ... ..._. Doscri ption C Uantity Area 1. E Powered Base 30"w x 37"h 2 Nan-Acoustical Panel Powercd Base 36"w x 50"h 2 Acoustical Panel 3 Powered Base 30"\% x ()-1"h (i Acoustical Panel 4 Ported-One Port Each Side, 3b"w x 64"h l Powered Base, Acoustical Panel S fort Covers V w x I l"h 2 To Allow li,r at Least ( 1 ) Uuplcx Rccc.htacic and 6 Duplex Receptacles Set ol•six (G) her package ` 20-amp OLitICt with an Line I I pkg, isolated ground Line 2 1 pkg. Line -1 (Isolated Ground) 1 pkg. 7 Cable Management Post 13-h x 2"w Fabric-Cirade A or I for change of height panels S Cable ,tilanagement Post l-1"h x 2"w Fabric-Grade A or 1 (or change of'l,cight pallels 9 Base Power Fced I lardware Connection I 3-Circuit-48" L.ength 10 180° Finished Post 64" 11 it, h 1 Fabric Su -lace l 1 Overhead Storage lain 30"w x 13 ',.,"d x 16 ;.,"h 10 Fabric Front-(.trade A or 12 Electronic Ballast Task Lightin ; Z0"w x 7 ,�IAI x 1 'r:."h 10 27 11(-11'1IZI-J) MD GROI ill: A NIAN(J'ACTURPR: Appi vd Mimlikictur Itern Desigg......... --------- -------Pp-antity Area 1. 13 D-Slltl)Cd PCIIiIISLIld ] 01) 72"w .x 30-d 2 Laminate Top Workstirl'ace with a Grollmlet Vinyl Edgcalld Support Collillill (Painted) 14 WorksuiTtacc Top with Laminate 30'*\%, x 24"d Top and Vim] NVIthout 61-ollillicts Panel NIollilted 15 Worksurl.accTop with kinihilatc 72-w :< 2-4"d 4 Top and Vinyl L(4 7,I c Without (irollillicts Panel Mounted 16 90' Corner kVorkSLllTIlCC 30-�\ x 24-d With LaIlliltac Top and (Support 131-ackci Vinyl Edge Included) N111C) N/lOLllltCd 17 Left-(-land Worksurl(we 19-d x M SLII)I)Cll-t Brackets (Cantilever) is Right-(-land \,VorkSLllTI'lCC .1 9-d x I I SLII)1)01-t Brackets (Cantilever) 19 flair Worksm-lice SLII)I)01-t 1 9"d N 10 ',"!"ll SLIPI)OI-t 131',ICkets (Cantilever) M 1.01-1 land M Ri-Ilt-l-laild 20 Work Surt'dee Support Panel 24"\v x 1 316"T x 27 718"ll �j Laminate Finish (F`nd Panel) Installs in Panel Non-I landcd 21 SLISI)CIRIC(I DI-MVel' Pedestal 15 3`8"�k x 24"d x 27 7/8"h 2 130,\/130x/File (111,/0"/12" Slack Lockable 22 Suspended Drawer P,--dCstll 15 3/8"w x 24"d 7 7,18"h File/1"ile 12"12" Stack Lockable 23 Centel. Drawer Steel Construction 2 , N I/8"\v x 17 "'I"Ll x 2"h -d 24 E'xmiclim, Tilting Keyboai 17 ?,"\\ x 5 !!,"-'Pd N; 8"h Pad With SlidilIg NIOLISC Pad And Palm Rest 28 I'ITNI I Z E,D 13 1 D G R 0 L I P: 13 PROJECT: John G. Chrisly NI till icl pa I Building �fartul'acturcr; Accem, 'I'S.'I-c t'11 r ers' is to provide n proposal I'or Bid I'a&a9c No, I and./or Bid llackas.)e No.?. Bach Package will have difl*crclil series chairs. Fach ClMil' 1110(ld to he I)IICCLI tIlILICI' CICI-1 hid package according to appropriate pricy• The ICISI CNlICI)SiVC 1)1'iCC to he j)LIC.Cd'LMdCl' Bid Packa-c 1, Bid Package 1. Bid Packaae 2 Allsteel or Haworth I I im ol-di Stcelcase Sicelcase TcChnion N'lissouri Vocational Enterprises Dcaler/Contractor to supply with Bid 131-OCIIIII'C 01'1'1'OLIIICt, S2111I)IC Cill'd 01'GNICIC A or 1 1-',Il)l.iC and Shell Finishes. A sallipic OCcach Chair is to he provided to Clicill to test beforc ordering. Interior Designer will contact Dcaler/C'Ontractor on a tint.: and date 1,61.delivery ofs"Imple Chair. Please Call Interior Designer, Kris Evans, or Ann Welsh at 4 17-804-5500 (or ;ipproval of manulitcttucrs not listed above. ■ 29 r . ITENIZED BID GROUP: 13 PRO,IETT: ,Icahn G. Christy iiltutici pal 131111diir r ijwjg ConstPUCLipil 11GLII1Ciltll)nS: I-ligh_Pcrformance "Task Chair • I'ncunlatic seat height adjustment 1 • Buck hci�;lu adjustment + Molded back with pronounced lumbar s,tl)hort Extra durable fc71'uii padditi r All tidjustable arms jc + Warranty Grade A or I Fabric , Approximate size requirements Overal I: 26"\v x 21) 16"d x 42 '�"h Scat: 2(.)"\\, x I S"d Back: 1 S"w x IS !i�,"h Scat to noor: 15 'l. - 20 'j., sk r . r . . - 1 1 1 r : r r . 1 ; 30 . r. 111 MIZI:U BID GROUP: 1; MANUI-AC"1 URl R: ;\pproved Nlanul'ac;turers Item Desi.gn__._._.._.__.._.___._ ?untiiy. Area A. 1 "Task Chair *See Basic Construction 5 ' w/All Adjustable Arms Specifications Area B. ' 2 ask Chair :�S c Basic Construction 5 w/All Adjustable i\rms Specifications Area C. 3 Task Chair *See Basic Construction 7 \v/All Adjustablc r\rms Specifications Area E. 4 Task Chair *See Basic Construction 3 w/All Adjustable Arms Specifications Area F. 5 Task Chair *Sec J3,1Sic Construction 4 w/All Adjustable Arms Specifications Area G. ' 6 Task Chair *See Basic Construction 7 w/AII Adjustable Arms Specifications Area I. 7 Task Chair *Sec Basic CO11S1rUCt1011 2 w/All Adjustable Arms Specifications Area J. 8 Task Chair *Sec Basic C011s11'lIC6011 4 w/All Adjustable Arms Specifications 9 Guest Chair Slcd 13asc Metal Frame 7. Grade A or I Fabric 31 IT17.11\11Iz F,1) 1.311) (:1 I:C)1-?T: C PRO.II:C T: John (i• Christy Municipal l3uildill" 1 Manufaclurer: *Sec l3clow Approved \ aI1111acturcrs :lcccpt;�hlc,ivlaiiul;irturcrs: 1 Each DcalcrlC'untractur is Icy provide ;r proposal liar Biel Package No. I and/' Rid Package No.?. Each Pack.age will have di I' series lateral files. I ach lateral lilt series lo he placed tinder• cash hid package according; to appropriate price. The least expensive price to he placed under Bid Package 1. Bid Package 1 Bid Plackagc_2 1 Allstcel or Haworth I lawurth Steelcasc stcelcase Technion Technion Missouri VOCiI6011a1 1?nlerprises Dealer/Contractor to supply wrlh Bid l'1'Upusal 131-uChtn-c o[PROUct and sample 1'111ish card. Please call Interior DcsiLOicr, Kris I?vans; or Aim %Welsh al 417-804-5500 Cor approval ol'manufacturcrs not listed above. , j 1 t 1 32 1 . Itemized laid Group' C Project; ,Colin C:;, Christy IMulliclpal Building _Basic Constl'lletloll._Sjlecllllalions I61. Lateral I iles� Bid Package No, 1 • 1 Steel construction with hall bcarin:; ch-awer slides. Welded , ,. • L,ockablc-Random Key • Roll-0111 drawer openings with intc-rated hanging 161der rods. • Conversion liar • Files can be side-to-side or lront to back. Hanging bars can he licld adjustccl without tools. • Accommodate legal or letter. • Files to collie with screws Cor Held installed ganging. • Single wall --.-'0 gauge side/bottom Bid Package No. 2 • Welded steel construction with ball bearing drawer slides. • Lockable-Random Key • Roll-out drawer openings with integrated hanging Colder rods. • Conversion Bar • Files can be side-to-side or front to back, Hanging bars can be IICId adjnstcd Without tools. • Accommodate legal or letter. • Files to come wilh screws for field installed ganging. • Single wall or double wall equipment to ?2 gauge bottom sides 33 I`I'f Nil%L'sC) 1311) CiIZ(: MI: C' �4f\lvlil'AC"'I'1.r171?ft: ;\hlu•o�•rc1 �\'1,�rr►rlitrtt�rcrs Item Desi n Descri)tion Qua ntit Arch► 13,. Latcri►I File with Lack 3h 7w x 4 shell'high 9 ' ` , 36"w x 4 shcli•hi gh G Area C. Lateral lFile `i with Lc c.k � Area G . Latcr►1 File with Lock 36"w x 4 shelf high ;i ` 2"w x .I she II'Itigh ? \tca 1, ,a tc n File wi l h Lock 36-w x ? shef hi h 4 30"w x 4 shcl! high S i ' f r ' ADDENDUM NO. I February 8, 2002 TO: PLANS AND SPECIFICATIONS FOR rLOWER LEVEL FURNITURE PACKAGE JOHN G. CHRISTY MUNICIPAL BUILDING r320 EAST" McCARTY STREET JEFFERSON CITY, MISSOURI The Architects Alliance, Inc. 631 West Main Street Jefferson City, Missouri 65101-1531 573.636.5000 The above entitled specifications are modified as follows and except as set forth herein otherwise remain unchanged and in full force effect. PROJECT MANUAL & SPECIFICATIONS_ *Approved equals: Additions . •Bid Package 1;Group A: Approve.cl.Manufarturers / Dealers — Systems Furniture ' Add: Herman Miller, Action Office Series 2 Acceptable Panel Height: 48" high, 57"high, 62"high *Bid Package 2; Group A: Approved Manufacturers / Dealers — Systems Furniture Add: Herman Miller, "Q" System Acceptable Panel Height: 39"high, 53"high, 67"high ' -,Bid Package 2; Group A: Approved Manufacturers / Dealers — Systems Furniture Add: Steelcase, Answers Acceptable Panel Height: 42"high, 54"high, 66"high •Bid Package 2; Group A: Approved Manufacturers / Dealers — Systems r Furniture Add: Technion, T/0 1S Acceptable Panel Height: 36"high, 51"high, 66"high *Group : Approved Manufacturers/ Dealers — Seating P pP g Add: VIA Brisbane ' Addendum1 0033b Page 1 of 2 *Clarification: Project Summary: 1. The contract for furnishings will be issued by the City of Jefferson and is shown in specification booklet and labeled sample. 2. The Owner will be responsible for installation of voice and data wiring, The Dealer/Contractor is to provide access in the panel raceways for the Owner's installation. After the Owner has completed the wiring process, the Dealer/Contractor is responsible for the final installation of base covers in panels. 3. The General Contractor is responsible for providing electrical power and hookups for the modular panels to the building. a. The Prevailing Wage applies to all labor on site at the building project; this includes labor for seating placement. 9PROJECT SUMMARY, modify as follows: 1. See attached sheets. ATTACHMENTS: Project Summary (2 pages) Construction Schedule (1 page) END OF ADDENDUM 1 Addenduml 0033b Page 2 of 2 I PROJECT SUMMARY WORK COVERED BY CONTRACT DOCUMENTS A. ProJect Identification: Project consists of Lower Lovel Furniture Package of the John G, Christy Municipal Building, 1. Project Location: John G. Christy Municipal Building, 20 E. McCarty Street, Jefferson City, Missouri 65101. 2. Owner: City of,leffer son, 320 E. McCarty Street, Jefferson City, Missouri 65101. B. Design Identification: The Contract DOCLImenls, dated January 11, 2002, wore pr^pared for the Project by The Architects Alliance, Inc., and Interior Planning Consultants, Inc, 300 S. Jefferson, Suite 500, Springfield, Missouri 65806, Tel: 417-864-5500. C. The Work consists of interior furnishings for the existing lower floor level, office areas of the John G. Christy Municipal Building (City Hall Building). The work includes all materials, parts, accessories, layout, delivery, warehousing, uncrating, assembling, installation, connections, electrical raceway wiring & outlets, replacement of damaged parts & pieces, touch-up painting or finishing, cleaning, etc, fora complete and functional use as specified and intended. WORK SEQUENCE & PHASES A. The Work shall be conducted in several separate phases, as described below and shown on the Phasing Plan of the drawings. B. Each phase of work shall be substantially completed separately and allow for occupancy by the Owner. The phases shown are a general concept of the proposed phases, to accommodate the Owner, however may require some slight modification after review and coordination with the general construction contractor. A final schedule/sequence of phases of the Work will be verified by the general construction Contractor at time of award; in order to schedule final furniture delivery and moving dates. (Tentative calendar dates below assume final Council approval March 18, 2002 and Notice to Proceed March 27, 2002). 1. Phase 1: The work in this phase shall include work at the existing private offices, along the exterior South wall, and two rooms at the North of the lower floor level, as shown on construction phase plan in the contract drawings. The Work in these areas mostly requires new finishes to the existing rooms. Tentative construction completion date is May 8, 2002. ' 2. Phase 2: The work in this phase shall include work at the northeast corner of the lower floor level, which is partially unoccupied at this time, as shown of construction phase plan in the contract drawings. Tentative construction completion date is Juno 28,2002. Furniture installation July 1-3, 2002. 3. Phase 3: The work in this phase shall include work at tho southwest corner of the lower floor level, as shown of construction phase plan in the contract drawings. Tentative construction completion date is iepternbor 13, 2002. Furnituro installation Soptembor 16-19, 2002. PROJECT SUMMARY 0033b 1 4. Phase 4; The work in this phase shall include work at the southeast corner of the lower floor level, as shown on construction phase plan in the contract drawings. Tentative completion dale is November 29, 2002. Furniture Installation December 2-5, 2002. WORK UNDER OTHER CONTRACTS A. Separate Contract: Owner will award a separate contract for the general construction work to be performed at the site. 1. Work under this Contract will need to be coordinated closely with the work of the separate contract for general construction, including location and connections of electrical power, data, wiring, voice wiring, etc. 2. Work under the separate contract will require construction at the beginning of each phase of the work under this contract. Some installation under the separate contract may require or allow starting installation before full completion of each phase of that contract, In order to expedite completion of the entire project. WORK BY OWNER OR SEPARATE CONTRACTS A. Owner Contract. Owner will be installing themselves or under a separate contract, data and ' voice wiring to offices and office modules and furniture. Completion of that work will depend on successful completion of work under this Contract. 1. Therefore, work under this Contract will need to be coordinated closely with the work of the Owner or separate contract for installation of electrical data & voice wiring, devices, equipment, etc. END OF SECTION r ' PROJECT SUMMARY 0033b 2 Q U W r p Z m r w CL T -- z U U U V Z _ U Z W "�� V) O IL 'r 0 Q CL a d r o r W " f w a LL i a^- — O r J V z O Ul r NNW O R= ' o L > c c c c J = W r h V a Cb CL 00 n co �5 E r E Ki E ca m V to Q Mil ��j m �U h � m m ai U a a ADDENDUM NO. 2 February 12, 2002 TO: PLANS AND SPECIFICATIONS FOR LOWER LEVEL FURNITURE PACKAGE JOHN G. CHRISTY MUNICIPAL BUILDING 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI The Architects Alliance, Inc. 631 West Main Street Jefferson City, Missouri 65101-1531 573.636.5000 The above entitled specifications are modified as follows and except as set forth herein otherwise remain unchanged and in full force effect. PROJECT MANUAL & SPECIFICATIONS: *City of Jefferson Construction Contract (Sample), modify the following: 13. moment for Labor and Materials Contractor agrees and binds itself to pay for all labor done, and for all the materials used in this construction of the work to be competed pursuant to this contract. Contractor shall furnish to :he City a bond to Insure the payment of all materials and labor used In the performance of this contract. 15. Add: i. Drawings and Sketches •Approved equals: Additions *Bid Package 2: Group A; Approved Manufacturers/Dealers—Systems Furniture Add: Herman Miller, "Action Office Series 3"System Acceptable Panel Height: 48"high, 57"high, 62"high *Bid Package 1: Group A: Approved Manufacturers/Dealers—Systems Furniture Add: Meridian, 5000 Series- For freestanding components where noted. ' *Bid Package 2`Group A: Approved Manufacturers / Dealers—Systems Furniture Add: Meridian, 5000 Series- For freestanding components where noted. •Clarification: The following will not be used for Bid Package 2,Group A, Herman Miller"Q"System. END OF ADDENDUM 2 r ! f r' Addendum2 0033b Page 1 of 1 FURNITURE PROPOSAL FORM BID TIME: BID DATE: FROM: hereinafter called the Bidder TO: CITY OF JEFFERSON 320 East McCarty Jefferson City, Missouri 651101 hereinafter called the Owner FOR: LOWER LEVEL FURNITURE PACKAGE JOHN G. CHRISTY MUNICIPAL BUILDING 320 Bast McCarty Street Jefferson City,Missouri Project No,0033b hereinafter called the"Work" 1. The undersigned, having examined and being familiar with the local conditions affecting the Work and with the contract documents including the drawings, Invitation to Bid. Instruction to Bidders, City of Jefferson Construction Contract with General Conditions, Supplementary Conditions, General Requirements and the body of technical specifications, including addenda number through inclusive, as issued by 'The Architects Alliance, Inc. and Interior Planning Consultants, 300 S. Jefferson, Suite 500, Springfield, Missouri, hereby propose to furnish all labor, materials, equipment, services, electrical wiring, etc., 1 required for the performance and completion of the aforementioned Work as follows: BID PACKAGE 1 a. TOTAL BASE BID FOR BID GROUP A: The total sum of Dollars($ )• Manufacturer: PROPOSAL FORM 0033b PF-1 OF 5 b. TOTAL BASE BID FOR BID GROUP B: Tho total sum of Dollars($ ManUf[ACIL1►-0r: c. TOTAL BASE BID FOR BID GROUP C: 1110 WIN SUrYl Of Dollars($ BID PACKAGE 2 FOR BID GROUP A: TOTAL BASE BID r Tho total Burn of Dollars($ M011LIf►CtUror: 6, TOTAL BASE BID FOR 131D GROUP B: Tho total nurn of ' _. __,____._.. __ _______ Dollars($ Manufacturer: TOTAL BASE BID FOR BID GROUP C: Tho WWI `um __,_ ._.._._.. ......._'.:...._'._a.. . .._. __y M.�.Mw_�_ _.� __ Dollars ($ Manuflic-turor; (NOTE: This project li oxompt from Mignotirl Snlot; and Use Tax) 3, UNIT BID PRICES: Wo linvo complotod 111►d fillachod as part of this proposal, Forms for Bid Package 1 (27 pages) and Bid Package 2 (27 ptigot►), inOuding Individual unit Bid Pricos for Itemized Bid Groups A, B, & C. Wo horoby ogroo to furnish and Inaloll any additional or lassor quantities of Item Included in this contract as may bo roquo6lod by tho Owner Lit Ilia owbrnittod Unit Pricos for a porlod of 180(One Hundred Eighty) calendar days from the drilo of bid rocolpt. This cost shall bo for any or all Itoms complete including materials, labor, Installation, dolivory, ovorhoad and profit on matorials, PROPOSAL FORM 00331) PF-20F5 2. PREVAILING WAGE LAW: The Bidder agrees to pay not less than the hourly rate of wages as determined by thu Department of Labor and Industrinl Relations, State of Missouri, In necordanco with Section 290.210 to 290.340 as amended f2SMo. 1978. 3. PROGRESS AND COMPLETION: The Contractor agrees to Substantially Complete each of the Four Phases of the Work within 1110 four days and dates included in the documents and/or in the final Construction Contract and further agrees to pay lo, or allow the City of Jefferson, as liquidated damages, and riot ras a penalty or forfeiture, the sum of Two Hundred Fifty Dollars ($2110.00) for each Calendar day occurring thererifter that the work is not substantially complete. ' 4. Accompanying this hid is ra Certified Check or Cashier's Check in the amount of dollars ($ ). or a 6% bid bond payable without condition to City of Jefferson, which it is agrood shall be retained as liquidated damages for the delay and extra expense caused the Owner if the undorsigned fail,; to oxnculo the contract and furnish the bond required by fho contract documents. G. In submitting this bid, it is understood that the right is reserved by the Owner to iejoct any and all bids and it Is agreed that the bids may riot be withdrawn for a period of thirty days from the specified limo for receiving bids. 7. THE BIDDER HEREBY CERTIFIES: That this Proposal is genuine and is not mado In the interest of or behalf of any undisclosed person, firm or corporation and is root submitted in conformlly with arty agreement or rules of any group, association or corporation; That ho has not directly or indirec"y induced or solicited iiiiy other bidder to put Ina falseor sham proposal; That he has not solicited or induced any person, firm or corporation to refrain from bidding; and, That he has not sought by collusion or otherwise to obtain for himself any advantage over any other bidder or over the Owner. That he not discriminate against any nrnployee or appilc;:ant for employment bCCFILJSe of race, creed, color or national origin in connection with the performance of work. Dated this day of ^ 20_Y PROPOSAL FORM 00331) PF -3 OF 5 F AN INDIVIDUAL Name of Individual Telephone Number Firm name(if any) Address for for Communications Signature IF A PARTNERSHIP (State Names and Residence Address of all Partners) Name of Partnership Partner _ Residence Address Partner Residence Address Address for Communication Federal Tax I.D. Number Telephone Number Signature of Either Partner e PROPOSAL FORM 0033b PF-4 OF 5 IF A CORPORATION Incorporated under the laws of the State of: Name of Corporation Corporate license No. Name and Title of Officer (If a corporation organized in a state other !han Missouri, attach Certificate of Authority to do business in the State of Missouri) Signature of Officer Address for Communication Telephone Number Federal Tax I.D.Number (Attest) (Seal) Secretary (Each bidder must complete the Proposal Form by signing in the proper signature line above and by supplying the required information called foe in connection with the signature. ' PROPOSAL FORM 0033b PF-5 OF'5 COD DATE(MMIDDIYY) /� C �,R�'IFICATE OF LIABILITY 1NSURANC� 03/12/2002 ceR (573)635-7211 FAX (573)635-2497 v _ - THIS CERTIFICATE 19 ISSUED AS A MATTER OF:INFORMATION T lstreet/Nelson nc nt Insurance* Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 1627 ALTEIR THE COVERAGE AFFORUED BY THE POLICIES BELOW. Jefferson City, MO 5�' 2-1627 INSURERS AFFORDING COVERAGE INSURED Benchmark 0f ice Solutions T ^-- —�- INSURI,RA Unitrin 2117 Industrial Drive INSURF11B Jefferson City, MO 65109 INSURrRC INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELO'r</HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INOICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL 711E TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1 SR POLICY EFFECTIVE POLICY P R IOF - TYPE OF INSURANCE` POLICY NUMBER POLICY HWD LIMITS GENERAL LIABILITY BOA879481900 +~ 08/01/2001 08/01/2002 EAC'HOCCURRENCE s 1,000,00 r, X COMMERCIAL GENERAL.LIADILFTY FIRE DAMAGE(Any one No) S 50,00 CLAIMS MADE r I OCCUR ?AFD EXP{Any one person) S 5 00 A PERSONAL a ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS•COMP/OP AGO S 2,000,000 1 POLICY PftO• LOC JECT _ AUTOMOBILE LIABILITY A 8794818 08/01/2001 08/01/2002 C;OMBIIIEU SINGLE U).Ui X ANY AUTO (Fa accuent) $ 500,000 ALL OWNED AUTOS —~ UOUiLYIIiJURY S SCHEDULED AUTOS 'her Pe r''"^) HIRED AUTOS BODILY INJURY (Pef a --'— S NON•OWNED AUTOS (T'e+ cndrnt) X Uinsured / NROPERI•r pAMnGr $ X I Under insured GARAGE LIABILITY — --_- - AUTO GNLY•['A ACCIDCN'( S ANY AUTO Dow OTHER THAN EA ACC S +w..m.+.,. AOTOCNLY AGG S EXCESS LIABILITY EACH OCC0RREtJCF S OCCUR D CLAIhIS MADE AGGREGATE S I S DEDUCTIBLE S RETENTION f WORKERS COMPENSATION AND WC8794817 08/01/2001 08/01/2002 X *o�nv IT n,ns FcRI EMPLOYERS'LIABILITY E F E:.nc.11 nrcml:Nr s 100,000 A I'L DISEASE•£A FICY LLIMIT s 100,000 _ _ o L wst:nsL-I�rl Ic:v!ualT i_ 500,000 OTHER TBD— 03/18/2002 03/18/2003 51,000,000 Per Project A DESCRIPTION OF OPERATIONSI LOCATIUNlNF,HICLI?SIEXCI,USIOIIS ADDED DY ENDORSEMENTISPECIAL PROVISIONS E: Sohn G. Christy Municipal Building-Lower Level Furniture Package Project No.0033B. ' CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES HE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City Of Jefferson 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Department of Community Development BUT FAILURE M IL SUCH NOTICE SHALL - NO OBLIGATION OR LIABILITY 320 East McCarty Street OF ANY K D UPO THE COMPANY,ITS A NT N REPRESENTATIVES. Jefferson City, MO 65101 AUTHORI REPRE ENTATIV ' ACORD 26.3 J7197) OACORD CORPORATION 1988