Loading...
HomeMy Public PortalAboutORD14298 BILL NO. 2007-127 SPONSORED BY COUNCILMAN Ferguson ORDINANCE NO. I% a q AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH BENCHMARK OFFICE SOLUTIONS, LLC, D/B/A SAMCO BUSINESS PRODUCTS FOR THE ITS/FINANCE FURNITURE PACKAGE. WHEREAS, Benchmark Office Solutions, LLC, d/b/a Samco Business Products has become the apparent lowest and best bidder on the ITS/Finance Furniture Package project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Benchmark Office Solutions, LLC, d/b/a 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 Benchmark Office Solutions, LLC,d/b/a Samco Business Products for the ITS/Finance Furniture Package. 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 passa and approval. Passed: 'f2 Approv Lo �� &--/Oresiding Officer Mayor ATTEST: APPR D AS O RM: Cler . w CitV ddLrnse'lor • N6 14298 .y CITY OF JEFFERSON CONSTRUCTION CONTRACT with BENCHMARK OFFICE SOLUTIONS, LLC d/b/a Samco Business Products THIS CONTRACT, made and entered into this l day of January, 2008, by and between Benchmark Office Solutions,LLC,d/b/a Samco Business Products,hereinafter called"Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called"City." WITNES SETH: That Whereas,Contractor has become the lowest responsible bidder for furnishing all material, labor, and equipment to provide and install traditional and systems furniture in the renovated office spaces on the upper level of the John G. Christy Building, 320 E. McCarty Street, Jefferson City, Missouri. NOW THEREFORE, the parties to this contract agree to the following: • 1. Scope of Services. Contractor agrees to perform the services related to the project entitled IT/Finance Furniture Project in accordance with the plans and specifications on file including furnishing all material, labor,and equipment to provide and install traditional and systems furniture in the renovated office spaces on the upper level of the John G. Christy Building as described in specifications on-file. 2. Manner and Time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and 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 Sixty (60) calendar days from the date Contractor is ordered to proceed,which order shall be issued by the ITS Manager within ten(10)days after the date of this contract. 3. 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 Annual Wage Order No. 14 Section 026 in which the. rate of wages is set forth. Contractor further agrees that U:\Contract Files\const uction\Benchmark-SAMCO\Furniture Contract 12-12-07."d 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 Purchasing Agent 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 Contractor or any subcontractor under the Contractor. 4. 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 Contractor's Property Damage 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. (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 Liability Insurance. Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and$500,000 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, Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and(c)hereof and in like amounts. • UAContract Files\constmction\Benchmark-SAMCO\Fumiture Contm212-12-07.wpd (f) Scope of Insurance and Special Hazard. The insurance required under Sub- paragraphs(b)and(c)hereof shall provide adequate protection for 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 Contractor. 5. 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. 6. Liquidated Damages. The City may deduct Two Hundred Fifty Dollars ($250.00) from any amount otherwise due under this contract for every day 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 to unforeseeable causes beyond Contractor's control and without fault or negligence.on Contractor's part or the part of its agents. 7. 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 • UAContract Files\construction\Benchmark-SAMCO\Fumiture ConttmO12'12-07.wpd • 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 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, 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. - 9. Indemnity. 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. 10. Payment for Labor and Materials. 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. 11. Sunnlies. Contractor is hereby authorized and directed to utilized 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. 12. Payment. The City hereby agrees to pay the Contractor the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work to the Manager of ITS and in accordance with the rates and/or amounts stated in the bid of Contractor dated December 7,2007 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance • UAContract Files\constructionTenchmark-SAMCO\Fumiture Cont ac4i2 12-07.wpd of work done or materials furnished hereunder. The total amount of this contract shall not exceed Seventy-Seven Thousand Three Hundred Fifty Dollars and Fifty-Five Cents, ($77,350.55). 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced,and no later than ten(10)days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials,the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as maybe acceptable to the City in its sole and absolute.discretion. The amount of the bond shall be equal-to the Contractor's bid. 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid there. 15. Severability. If any section, subsection sentence, or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract,and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract e. Signed Copy of Bid b. Addenda f. General Provisions c. Information for Bidders g. Special Provisions d. Notice to Bidders h. Technical Specifications i. Drawings and/or Sketches 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. • UAContract Files\constniction\Benchmark-SAMCO\Fumiture Cont ac512 12-07.wpd 18. Complete Understanding Parties agree that this document including those documents described in the section entitled "Contract Documents" represent the full and complete understanding of the parties. This contract includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. 19. Authorship and Enforcements. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to received, in addition to any other relief, its reasonable attorneys fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made;nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breech. Failure to Exercise Rights and Waiver: Failure to insist upon strict • compliance with any of the terms, covenants, or conditions herein shall not be deemed a waiver of any such terms,covenants,or conditions,nor shall any failure at one or more times be deemed a waiver or relinquishments at any other time or times by any right under the terms, covenants, or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. 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. 17. Notices. All notices required to be in writing maybe given by first class mail addressed to the ITS Department, City of Jefferson, 320 East McCarty,Jefferson City, Missouri, 65 10 1, and Contractor at Benchmark Office Solutions,LLC,d/b/a Samco Business Products,3612 West Truman Boulevard,Jefferson City,Missouri,65109. The date of delivery of any notice shall be the second full day after the day of its mailing. UAContract Files\construction\Benchmark-SAMCO\Fumiture Contta&12-12-07."d • IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of January, 2008. CITY OF JEFFERSON,MISSOURI BENCHMARK OFFICE SOLUTIONS, LLC d/b/a Samco Business Products Mayor rtle: ATTEST: ATTEST: . Ol- y Cle Title: AP ED O FORM: • City Counselor • UAContract Files\constriction\Benchmark-SAMCO\Furniture Conttac712 12-07.wpd . FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2370 -ITS/Finance Furniture Package, John G. Christy Building ITS and Finance Departments, Opened Dec. 7, 2007 BIDS RECEIVED: Total Base Bid Smart Business Products, Columbia, MO* $ 57,196.95 Samco Business Products, Jefferson City, MO $ 66,778.55 Missouri Vocational Enterprises, Jefferson City,MO $ 71,844.71 Corporate Express, St. Louis, MO $105,200.63 Marathon Office Interiors, Columbia, MO No Bid *Alternate product, failed to obtain prior approval as required by specifications. FISCAL NOTE: Funds in the amount of$99,084.55 are available in account number 3502- 9900-7350-6051 -ITS/GIS '/2 cent Capital Improvement Sales Tax. P P PAST PERFORMANCE: Samco Business Products of Jefferson City, MO has provided products and services satisfactorily in the past. In 2005, Smart Business Products of Columbia, • Missouri provided small calendar orders satisfactorily. Staff believes they will provide products as specified and bid under Group B Option 2. RECOMMENDATION: Staff recommends award to the lowest and best bids meeting the requirements of the specifications by Group: Group A: Modular Furniture Samco Business Products, Jefferson City, MO $ 66,778.55 Group B Opt. 2: Office and Conference Casegoods (Veneer) Smart Business Products, Columbia, MO $ 21,734.00 Group C: Offices, Conference, and Workstation Seating Samco Business Products, Jefferson City, MO $ 10,572.00 Group D: Computer Build Room Shelving NO AWARD $ 99,084.55 ATTACHMENTS - SUPPORTING DOCUMENTATION Departmental Recommendation, Tabulation of Bids Signatur 'jt�'W'—AL_U YW� Purchasi A e t Director, Finance Department s Director, ITS Department MEMO To: Mayor, City Council, and City Administrator From: Bill Betts, ITS Director Date: December 12, 2007 Re: Modular Furniture/Office Furniture Contract for City Hall Expansion On October 15, 2007 the Council passed Resolution 2007-28 authorizing staff to hire Architects Alliance to help design and proceed with obtaining furniture bids. In this same resolution staff proposed that the funding for any new furniture be taken from Sales Tax D, 3502-9900-7350-6051. Staff opened bids for the new furnishings on Friday December 7, 2007 at 1:30 PM. Staff P g Y is proposing that the lowest and best bid meeting the specifications in each category be accepted by Council. . Group A: Modular Furniture Samco Business Products, Jefferson City, MO $ 66,778.55 Group B Opt. 2: Office and Conference Casegoods (Veneer) Smart Business Products, Columbia, MO $ 21,734.00 Group C: Offices, Conference, and Workstation Seating Samco Business Products, Jefferson City, MO $ 10,572.00 $ 99,084.55 Staff would also like to point out that one bid was received in Category A that was lower than the bid chosen. This bid was rejected because the bidder, Smart Business Products of Columbia, Missouri did not follow the bidding rules as advertised and outlined in the bid specifications, nor did their proposed equipment meet the specifications (their product is a lower grade-see attachment from Interior Design Consultants-sub to Architects Alliance). It is staff's goal to be as transparent as possible in the bidding process. Even though Smart Business Products raised an issue about the process, staff still feels that the lowest and best bid meeting the specifications for Category A was received from Samco Business Products of Jefferson City, Missouri. Though staff would have liked to save $17,000 it is our feeling and understanding of purchasing rules as established by City ordinance, that if we were to accept Smart Business Products bid, we would have been breaking the law and guidelines that have been laid out before us pertaining to purchasing. I N T E R I O R P L A N N I N G C O N S U L T A N T S . . . . . .. . . . . . .. . . . . .. I N C O R P O R A T E D KRIS EVANS, ASID, IIDA TERRI WEST, ASID, IIDA December 12, 2007 City of Jefferson John G. Christy Municipal Building Attn: Tent' Stephenson and Bill Betts 320 East McCarty Street Jefferson City, Missouri 65101 Re: Bid NO 2370 IT/Finance Department Furniture Project Dear Terry and Bill: I am writing this letter to clarify the process our firm directed in accepting Approved Equal Manufacturer's during the recent Bid Process for the Bid NO 2370 for the IT/Finance Department Furniture Project. This refers specifically to Group A-Systems Furniture bids provided by Smart Business Products, a Dealer based out of Columbia, Missouri. They provided bids on "Hon Initiate"and"Herman Miller Series 2"for Bid Group A. The Invitation to Bid in our documents asked that alternates or submittals for Equal Products be submitted to Interior Planning Consultants, Inc. for approval no later than November 29, 2007 at 10:00 a.m. This is a requirement that allows fairness to the other Dealers so they may elect to provide bids on this same product. We prepared an Addendum One to the specifications providing the Approved Equals for the various Groups. We received Approved Equal submittals on this project from Marathon Office Interiors for Group A, B, and C. I have attached a copy of the e-mail document submitted from Marathon Office Interiors, showing the process for submittal of Approved Equals John Hoey with Smart Business Products called our office on Monday, November 26, 2007 to ask if"Hon Initiat"would be an acceptable alternate for Bid Group A-System Furniture. I researched this product and in my opinion decided that the"Hon Initiat"was not in the same category of quality as the "AIISteel Concensys" (also a Hon product)we already had listed in our specifications as an Approved System for the project. I had my associate, Ann Puccio call John Tuesday morning to inform him that"Hon Initiate"was $300 .S. JEFFERSON SUITE SUITE 500 SPRINGFIELD, MO 65806 4 1 7 - 864 -5500 FAX 417-864-8475 . City of Jefferson Page Two December 12, 2007 not approved, but that I had suggested her to tell John that I would accept Herman Miller as an acceptable alternate and he should submit as an Approved Equal. We didn't hear from John again until after the deadline, December 6, 2007 when he called asking how to fill out the Bid Form. At this time, Ann asked John the product he was bidding. He told her he was bidding the Herman Miller product. Ann then informed him that he did not submit the Herman Miller as an Approved Equal per the Bid Documents. John was very upset that he had not formally submitted this product to our firm as an Approved Equal. Ann called John later that day and John mentioned that he knew he missed the deadline, but he was going to bid the"Hon Initiate"as well as the Herman Miller even though these products did not receive approval through the Bid Document Requirements. During the Bid Opening Process on Friday, December 7, 2007, 1 referenced during the Bid Opening that Smart Business Products had not received approval to provide bids for the"Hon Initiate" and the "Herman Miller Series 2". The "Allsteel Concensys"has various features that allow it to supersede the quality of the"Hon Initiate". These features are below: *The"Allsteel Concensys"construction of its panels include a Welded Steel Frame • around the entire circumference of the panel. The"Hon Initiate" has Alumimum Uprights in its construction with only the top and bottom of the panel being Steel Tubing. *The"Allsteel Concensys" has a steel top cap and base whereas the "Hon Initiate" has a plastic top and base. This is where they are able to compete at a lower price level. Steel construction on the base and top are comparable to the other Approved Equal Systems we approved. *The "Allsteel Concensys" has fabric covered corner(2 Way) and (3 Way)filler panels; the "Hon Initiate" only offers steel. The fabric provides a more finished, professional appearance to the product versus the painted steel. *The"Allsteel Concensys" uses 18 and 20 gauge metal on its pedestals; "Hon Initiate" can be utilized with lesser quality Hon pedestals, but does offer the 18 and 20 gauge. I would need to verify the type of pedestal being utilized by the Dealer and would require this. *The"Allsteel Concensys" has a full breadth of line and is constantly changing to make improvements to the system. The"Hon Initiate" line is limited in its offerings and I am concerned about obsolescence of the product in the future. *The "Allsteel Concensys" has a lifetime warranty and the "Hon Initiate" has a Lifetime for the First Owner. iCity of Jefferson Page Three December 12, 2007 I hope this has clarified our process in handling the Approved Equal Manufacturer's for your project. We are always looking out for the best interest of our Clients and want you to be happy with the product you purchase long into the future. Sincerely, Kris Evans, ASID, IIDA Principal/Interior Designer • Pagel of 3 Kris Evans From: Faith Thomas[athomas @marathonoffice.com] Sent: Thursday, November 29, 2007 8:28 AM To: 'Kris Evans' Cc: 'Ann Puccio'; 'Greg Wolff Subject: RE: Submitting Approved Equal for Bid Project#2370 Jeff son City IT/Financial Department Kris: Thank you for the opportunity. Please see attached the pdf document which includes information on Item tes. 1. Group A:Turnstone Kick. Turnstone is a Steelcase division. The pane stem meets all requirements specified in the bid. 2. Group B, Option 2: Mayline, First Office 3. Group C: Global seating -I understand that you have q ality co e n with Evolve panel systems; the Global seating is very high quality and made to compete with Hon serie seating. If you have any questions, please feel free to give me a Faith Thomas 573-875-7115 From: Kris Evans [mailtD:kevans @intplan.co Sent: Monday, November 26, 2007 2:33 PM To: 'Faith Thomas' 11 • Cc: Ann Puccio 1 Subject: RE: Submitting Approved qual for\Bi oject # 2370 Jefferson City IT/Financial Department Faith, No remanufactured furniture and s, you can submit more than one option for the Systems Furnishings. I have already done some checking on the Global and am not comfortable with it as an approved equal. Kris Evans, ASID, IIDA Interior Planni� Consultants, Inc. P)417-864-5500 F) 417-864-8475 kevans intplan.com From: Faith Thomas [mailto:athomas @marathonoffice.comj Sent: Monday, November 26, 2007 2:12 PM To: 'Kris Evans' Subject: RE: Submitting Approved Equal for Bid Project # 2370 Jefferson City IT/Financial Department Kris: A couple of additional questions: 1.Would you accept re-manufactured Steelcase Avenir? • http://www.intraspecsolutions.com/products/prod_avenir.htm 2. Can we submit more than one option for equal submittals for the Systems Furnishings? Thank you Faith 12/12/2007 Page 2 of 3 From: Kris Evans [malito:kevans @intplan.com] Sent: Monday, November 26, 2007 1:36 PM To: 'Faith Thomas' Cc: Ann Puccio; Lisa Wampler Subject: RE: Submitting Approved Equal for Bid Project # 2370 Jefferson City IT/Financial Department Faith, Yes, we will need submittals either by e-mail or mail showing product specs./technical info. for your Approved Equal items, but the fabric/paint swatches can be submitted with your bid proposal. Kris Evans, ASID, IIDA Interior Planning Consu Rants._Inc,, P) 417-864-5500 F) 417-864-8475 kevans mint Ip an.com From: Faith Thomas [mailto:athomas @marathono com] Sent: Monday, November 26, 2007 1:29 PM To: kevans @intplan.com Subject: Submitting Approved Equal for Bid Proje 2370 Jefferson City IT/Financial Department • Kris: I am working on gathering information for the roved equal submittals for Group A. Will we need to submit each equivalent lin in a areas, as well as general product specifications/technical information and fabric/paint swatch cards? I wanted to verify as we get started. Thank you for the opportunity to bid, Faith Thomas faith thomas I design manager m th n office interiors I phone 573.875.7115 I fax: 573.875.7116 I vwwv.marathonoffice_com I This message has been scanned for viruses and dangerous content by MailScanner, and is believed to be clean. This message has been scanned for viruses and dangerous content by MailScanner, and is believed to be clean. This has scanned for viruses h s mess a ag s been scan uses and 12/12/2007 0 Submittal of Approved Alternates for Bid Project # 2370 Jefferson City IT/Financial Department 1. Group A: Turnstone Kick (Steelcase Division) 2. Group B, Option 2: Mayline First Office Veneer Desk Systems 3. Group C: Global Seating Group A Alternate : Turnstone Kick(A Steelcase Division)Panels with Steelcase Universal Worksurfaces and Storage t t t , PANEL FEATURES Tackable Acoustical Panels provide a wide variety of sizes and fabrics. They also provide the capability of adding hang-on components like overhead storage bins, shelves, worksurfaces supports and connector brackets. Features include: • Rigid tubular frame covered with fabric. • Base cavity accepts factory-installed powerway or powerways can be added later. • Hang-on capabilities for storage and worksurfaces at 1.03" increments. • Panel height can be adjusted with leveling glides up to 1-1/2" for uneven floors. • BID NO. 2370: IT/FINANCE FURNITURE PACKAGE Page 1 of 1 JOHN G. CHRISTY MUNICPAL BUILDING December 7, 2007 BID TABULATION FOR FURNISHINGS Corporate Marathon MO SAMCO Smart Business Express„ Office Interiors Vocational _ Products Addenda Received 1 1 1 1 1 Days to Completion Bid Bond Attached? Finish Packa a Attached? Not Approved Bid Group A-System Furniture $105,200.63 NO BID $71,844 71 $66,778.55 (Herman Miller) $57,196.95 Manufacturer of System Furniture ,Allsteal consensus O Vocational Allsteal Consensus (Hon Initiate)$48,990.47 MO Bid Group B-Option 1: Laminate $14,244.92 NO BID $23,160.00 $15,368.10 $12,100.00 Hon or Approved Equal Office/Conf. Case oods Bid Group`6-:Option 2 Veneer $26312 54 NO.BID $23,160 00 ;$26',322.63 $21,734:00. Hon or Approved Equal (Office/"Co'nf.:Casegoods) C Bid Group C-Hon or Approved Equal $13,231.99 NO BID $12,803.00 $10,572.00 $11,252.00 (Offices/Conf.Morkstation Seating) Manufacturer of Seating: ---- ---- ---- ---- ---- Bid Group D-Aurora:Shelving or Approved Equal.; $,1170-8 a ,Y - NO.,BID- NO,BID NO.BID. NO BID (Comp. Build Room Shelving) GRAND TOTAL LOW BID FOR FURNISHINGS WITH BID GROUP B-OPTION 1 (Laminate) $ 91,221.44 GRAND TOTAL LOW BID FOR FURNISHINGS WITH BID GROUP B-OPTION 2(Veneer) $100,855.44