Loading...
HomeMy WebLinkAbout8.3 SeniorCenterFurniture CITY CLERK File # D~[5J[Q]-[g][Q] AGENDA STATEMENT CITY COUNCIL MEETING DATE: March 15, 2005 SUBJECT: Senior Center Furniture Request For Proposals Report prepared by: Herma Lichtenstein, Parks & Facilities L>evelopmentAJanager ATTACHMENTS: RECOMMENDATION:" .1Y ') [,AI r QV' 1. Requestlbr Proposal I. Receive furniture presentation from Staff 2. Authorize Staff to solicit bids for Furnishings for the new Senior Center FINANCIAL STATEMENT: Budget for Library Furniture Preliminary Estimate $ 429,000 $ 400,000 DESCRIPTION: The City Council authorized the Award of Bid for the Senior Centcr project at thc January 6, 2004 Cow1cil meeting. The project is now under construction and the schedule requires that the Senior Center Furnishings Proposal be releascd in order for production dates to meet the overall move in schedule for the Senior Center opening. Once the contract has been awarded it is anticipated that this portion of the work will takc approximately 90 days. The Senior Center Furnishings Request for Proposal consists of all of the interior furnishings including; banquet tables and chairs, classroom seating and tables, gan1e room seating and tables, office furnishings, sofas and loungc chairs for the public spaces and conference room furniture. The rcquest for proposal also includes exterior seating and tables for the enclosed patio areas. Furniture materials san1ples will be available for review at the City Manager's Office Reception area prior to the City Council meeting and wî1l be presented at the City Council meeting. RECOMMENDATION: It is the recommendation of Staff that the City COW1eil take the following action; I. Reeei ve furniture presentation from Staff 2. Authorize Staff to solicit bids for Furnishings for the new Senior Center ___p__________________________________________~_____.~~.____________RW~~_~~_______________________________~_M COPIES TO: Dahlin Group; Senior Center Advisory Conunittee ITEM No.M IqJ G:\COUNCILlAgcnda Statcrncnts\2005\3-15 SC Furniture RFP.doc City of Dublin, California Request for Proposal for the "Senior Center Project" Furniture March 2005 IOr/2- 3-\5-0> 2.:) A-t-1<:t.:::.L \Y1e.t'l+ :J- ;'<'bl~ Exhibit 1 City of Dublin Senior Center Project - Furniture Notice to IJidders Notice is hereby given that sealed bids, subject to the conditions named herein and in the Specifications therefore for the City of Dublin Senior Center Project Furniture Contract addresscd to the City of Dublin will be received at the Public Works Department, 100 Civic Plaza, Dublin, CA 94568, up to AprilS, 2005 at 2:00pm, at which time they wi1l be publicly opened and read. A complete set of bid documents is available at City Offices, 100 Civic Plaza, Public Works Department, Dublin CA 94568. ' For furth~>r information on this bid contact: Herma Lichtenstein, Parks and Facilities Development Managcr, at 925-833-6672. Herma Lichtenstein Parks and Facilities Development Manager 3~(z. 1.0 General Information 1.1 City Objective In Fiscal-Year 2004-2005, the City of Dublin began construction ofa new Senior Center at 7600 Amador Valley Blvd. As part of the project, the City wil1 be requesting bids for furnishings that will include tables, chairs, sofas, banquet seating, otì1ce furnishings and miscellaneous items. The new furniture wil1 be functionally and aesthetically compatible with the Senior Center finishes and consistent with othcr City Facilities. In addition, extensive public input has been received on the pieccs that are specified including but not limited to construction, comfort, durability, aesthetics and finishes. Any bid seeking to substitute items wil1 have to provide a full description outlining how the substituted piece mcets the original specification. The City of Dublin is seeking bids for furniture pricing and installation costs as outlined in this Request for Bids. 1.2 Bidding Instructions In order to receive consideration, all bids shall be made in accordance with the following instructions: 1.2.1 Bids shall be made upon the forms provided therefore proper1y executed and with all items filled out. The signature of all persons signing shall be in long hand and be an authorized representative of the company. 1.2.2 Blank spaces in the fonns must be properly filled in, and the phrase010gy thereof must not be changed. Additions must not be made to the items mentioned therein. Any unauthorized conditions, limitations or provisions attached to a bid may cause its rejection. A1terations by erasures or interlineations must be explained or noted in the bid over the signature of the vendor. 1.2_3 No FAXED bids wil1 be considered. No bids received after the time tlxed for receiving them will be considered. Late bids will bc returned to the vendor unopened. 1.3 Bid Format 1.3.1 Signature_ The hid shall be signed by an authorized corporate officer. 1.3.2 Bid Forms. Each vendor shall fill out completely and accurate1y the bid forms supplied with this invitation to respond to the bid. Failure to use the forms provided will invalidate the bid. Failurc to answcr any of the questions or provide any of the information requcsted in the bid specifications may subject the entire bid to rejection. 1.3.3 Valid Period. Include a statement that the tem1S of the bid will remain valid for 90 days. 1.3.4 Qualifications. Firms relevant experiencc, responsiveness, abi1ity to perform, and anticipated manpower allocation. Provide three references of agencies where similar work has been performed in thc past. In each case briefly describe the project scope and indicate a contact pcrson and phone nwnber. 1.3.5 Identify key personnel to be involved in the project and their backgrOlmd. Provide specific qualifications for the project manager or superintendent. '¡fie City reserves the right to reject changes in supervisory positions if the pertormance is not satisfactory. Include the same information relative to any subcontractor. L.f 00 12- 1.4 Meetings and Deadlines 1.4.1 A pre-bid walk through will be held on March 25, 2005 at II :OOam. The site is still an operational construction site and hard hats wj]] be required. The vendors must provide their own hard hats in order to enter onto the site_ 1.4.2 Due Date for Response April 5, 2005 at 2:00pm 1.4.3 One copy of the bid should be submitted to City of Dublin Public Works Department 100 Civic Plaza Dublin, CA 94568 1.5 Bid clarification upon receipt of your bid. You may be called for additional infonnation and/or dctailed discussion of the bid_ 1.6 Addenda or bulletins. Any addcnda or bulletins issued by the City during the time of the bidding shall be considered a part of the docwuents provided to tbe bidder for the preparation of his bid, shall be covered in the bid and shall be made a part of the contract. 1.7 Withdrawal of bids. Any biddcr may withdraw a bid, either personally or by a written request, at any time prior to the scheduled deadline for receipt of written bids. After the bid deadline has passed a request to withdraw the bid will resu1t in the forfeiture of the bid bond. 1.8 Economy of prcparation. The bids should be prepared simply and economically and provide a straightforward, concise description of the bidder's capabilities to satisfy the requirements of this specification. The bidder shall be responsible for costs incurred in the bid prcparation and delivery. 1.9 City right to accept or rcject bids. The City of Dublin reserves the right to accept or reject any bids, and all subsequent material, either verbal or written, exclusive of an executed written contract. This invitation to respond to the bid in no way obligates the City of Dub1 in to any company, supplier, manufacturer, or respondent to the bid. 1.10 Award and Execution of the Contract 1.10.1 The award of the contract, if it be awarded, will be to the lowcst responsible bidder whose bid complies with all the requirements prescribed. 1.1 0.2 Bonds Thc successful bidder must submit to the City a perfonnance bond within ten (10) working days of receiving written notice of award. The successful bidder must submit to the City a payment or labor and materials bond within ten (10) working days of receiving written notice of award. Prior to issuance of the final Project payment, the successful bidder must submit a warranty or maintenance bond. All bonds must be executed by corporate sureties who are admitted surety insurers in the State of California in accordance with applicable law and acceptable to the City. Individual sureties will not 6~¡t- be accepted. All Project bonds must be executed using the forms provided in the bid package. In accordance with California Civil Code Section 3247, the payment or labor and materials bond must be in the amount of one hundred percent (100%) of the total amount payable by thc terms ofthe Project contract and guarantee payment to persons listed in California Civil Code Section 3181 for work performed and for charges for materials, supplies, and cquipment provided under the Project contract (including amounts due under or subjcct to the Unemployment Insurance Code) in accordance with the requirements of California Civil Code Section 3248_ The performancc bond must be in the amount of one hundred percent (100%) of the amoWlt payablc by the terms of the Project contract to guarantee the faithful performancc of the Project work. The warranty or maintenance bond must be in the amount often percent (10%) of the final Project contract amount and guaranty the Project work against defects in materials, equipment, workmanship, or needed repair for one (I) year from the City's acceptance of thc Proj ect work 1.11 Errors and Omissions_ The City of Dublin shall not be held responsible for errors, omissions or oversights brought to the attention of the City of Dublin subsequent to the due date of this bid_ Errors, omissions or oversights which alter or modify the information which form the basis for evaluation of the submitted bid response, shaH remain the responsibility of the vendor. Additionally, any errors, omissions, or oversights of a material nature may constitute grounds for rejection of the submitted bid_ 1.12 Contractor Liability and Worker's Compensation Insurance. Per the agreement with the City, the Vendor shall verify that all installation subcontractors, at their Own cost and expense, procure and maintain satisfactory public liability and casualty insurance. Insurance is required to adequately protcct the Vendor and the City in damages for personal injury, including death, which may arise from installation operations under the contract, whether such operations are by the subcontractor, or anyone dircctly or indirectly employed_ The City of Dublin shall be named as an additional insured. Installation/delivery services subcontractor shall at his/her own cost and expense procure and maintain adequate workers' compensation insurance in an amount satisfactory to the City and sufficient to protect the vendor or subcontractor as well as the City from any claims under the Workers' Compensation Law, it being expressly understood and agreed that all persons cmployed directly or indirectly in connection with said work by the installation services subcontractor will be considered to be the employees of the subcontractor and not employees of the City. 1.13 Building Repairs. The vendor shall be liable and responsible for any huilding repairs required due to damage as a result of the scope of this contract. This may include, but is not limited to damage to walls, floors or other amenities within the Senior Center building_ 1.14 Beginning of Work and Time of Completion. The vendor shall return the signed contract, bonds and insurance certitlcation within five (5) working days after the receipt of contract from the City. The vendor shall prepare submittal for all elements contained in the proposal within ten (10) working days of the date of the Notice to Proceed for review by the Owner. Failure to meet this date will result in liquidated damages of$350 per working day of delay. Upon approval of &1>1, the submittal the vendor shall proccss all purchase orders within five (5) working days of the date of the Authorization to Proceed and shall diligently track, monitor and provide status on production, shipping, delivery and installation dates. The continuous prosecution of work by vendor shall be subject only to Excusable Delays as detined in the Agreement. Work shall be completed no later June 27, 2005 and shall be coordinated with completion of interior construction. Failure to meet the completion date will result in liquidated damages of$IOOO per calendar day. Work scheduled as overtime or On weekends and City holidays must be approved in advance. No additional compensation will be made without prior written approval. 1.15 Field Conditions. 1.15.1 Building. The Senior Center building is generally standard wood frame building construction with access to data or power either in wall or in various floor locations. 1.15.2 Carpets. All floors will be finished and carpctcd with commercial grade broadloom carpet. 1.15.3 The Senior Center will not be fully functional and operational during the time of installation. However other trades including the general contractor, movers and City Staff will also bc working in the area. Coordinate installation work so as not to intcrfcre with nonnal operations of other trades. Assume an installation can occur during rcgular business hours. 1.15.4 It should also be noted that the site itself is very contined and deliveries may have to be limited to smaller trucks for access. The bidder needs to determine any impacts to de1ivery or access prior to bid. 1.16 The vendor shall represent and warrant that he has sufficiently informed himse1f in all matters affecting the performance of the work. The vendor shall be responsible for furnishing the labor and equipment required to deliver, asscmble and install the products called for in the specifications and that they havc chcckcd the bid for errors and omissions; that the prices stated in the bid are current and as intcnded and are complete and correct in terms of prices, labor, supplies, materials, and equipment required by the bid documents. 1.17 Prevai1ing Wage 1.17.1 The wage rates determined by the Director of Industrial Relations entitled "General Prevailing Wage Rates" refer to expirations dates. If the published wagc rate does not refer to a predetermined wage rate to be paid after the expiration date, said published rate of wage shan be in etfect for the 1ife of this contract. If the published wage rate reters to a prcdetermined wage rate to become effective upon expiration of the published wage rate and the predetermined wage rate is on file with the Department of Industrial Relations, such predetermined wage rate shall become effective on thc date following the expiration date and shan app1y to this contract in the same manner as if it had been published in said publication. If the predetermined wage rates, which expiration dates occur during the life ofthis contract, each successive predetermined wage rate shall apply to this contract on the date following the expiration date of the previous wage rate. If the last of such predetermined wage rates expires during the life of this contract, such wage rate shall apply to the balance of the contract. General Prevailing Wage Rates are on file in thc Public Works Department. ì~''2. 1.18 Labor Nondiscrimination. 1.18.1 Attention is directed to the following Notice that is required by Chapter 5, Title 2, California Administrative Code: NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOVERNMENT CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause" Set forth herein, which is applicablc to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth herein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more. NONDISCRIMINATION CLAUSE 1. During the performance of this contract, vendor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment bccausc of race, religion, color, national origin, ancestry, physical handicap, mcdical condition, marital status, age (over 40) or sex. Vendors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination. Vendors and subcontractors shall comply with the provisions ofthe Fair Employment and House Act (Government Code, Scction 12990 et seq.) and the applicable regulations promulgated there undcr (California Administrative Code, Title 2, Section 7285.0 et seq.). 2. The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12990, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this contract by reference and made a part hereof as obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 3. This vendor shall include the nondiscrimination and compliancc provisions ofthis clause in an subcontracts to perform work under the contract. 1.19 Subcontracting. A sheet for the purposes of listing the subcontractors, as requircd by the Subletting and Subcontracting Fair Practices Act, is included in thc bid packet. 2.0 Specifications and Bid Forms 2.1 Scope of Work. Plans and Contract documents may be secured from the Public Work Department, 100 Civic Plaza, Dublin, CA 94568, 925-833-6630. Copies will be provided for a fee of $10 per copy. Chcck, cash or money order will be accepted. 2.1.1 It is the intent of the City to have a single biddcr rcsponsible for the provision of an items identified in the specifications. Although it is rccognized that a successful bidder may utilize subcontractors for a portion of the work, they shall be clearly identified on the "Bidders List of Subcontractors Form." Thc bidder is specifically advised that any person, firm, or other party to whom it is proposed by the successful bidder to award a subcontract must be acceptable to the City and shall be bound by an terms and condition ofthe bid. .irtJ 12- 2.2 Specifications. 2.2.1 General. A set of floor plans, details and specifications will be distributed with each bid package. These plans detail the locations of the furniture the City is seeking in the project. The products and labor required to implement these plans are detailed on the attached specifications and details. Using the Fonns provided by the City, each bidder is required to provide cost and other details as requested on the fol1owing forms: I) Bid summary 2) Product Cost Detail 3) Labor and Instal1ation Cost Detail 4) Bidder List of Subcontractors, if applicable 5) Bid Bond 2.2.2 Overview. As part of the City's Senior Ccnter Project, the City will need Senior Center Furniture consisting of but not limited to, fabric covered chairs and sofas, tables, banquet furniture and office furniture. There will be one location that wiH require computer and electrical wiring integrated into the furniture design (the computer training room). The remaining items will be non-wired. 2.2.3 Details. The furniture is to be installed in onc phase that corresponds to the completion of the general construction work at the Senior Center. Vendor shall coordinate work with the City's Parks and Facilities Development Manager to ensure an eftìcient installation schedule. Additional Information: Questions related to this document should be addressed and faxed to Henna Lichtenstein at 925·829-9248 no later than March 29, 2005. Any questions received beyond this date will not be answered: Henna Lichtenstein Parks and Facilities Development Manager City of Dublin 100 Civic Plaza Dublin, CA 94568 Tel:925-833-6672 Fax: 925-829-9248 herma.lichtenstein@ci.dublin.ca.us tfOb'J,. PRODUCT COST DETAIL Tal! Location I)ty. Manufatture Part Number Pan De.!!içrîption Unl<$ EX! $ BE-I Grand Hall # 103 2 Nevins 808 N~vin!j Anna Bench, 55" x 20" x 18" ! Fini!jh: Stain tn TT1at::h PaoH #7 - Golden Cherry ! hbric: Mabararn #459140-007 ! SUL!:CZestjûfi Snrifl!!: CH-l Patio #107 & 108 4R TTopitone 330024 Tropitone Sa Scala Strap Dining Chair. Stacbbl ! Finish: SHELL (SilL) ! Vinyl: SHELL ISHI.) CIl-2 Library #110 I 52 Paoli 1519-1 Paoli Caldera. Stacking Guest Chair Classroom # III No Substitutions ! Finish: #7 - Golden Cherry ! Fabric: Momentum: Jinx ! CoJor: Violet CH-3 Dining Room #128 256 SitOnIt 5213 SitOnIt Freelance Side ClIairt Armless & 129 No Substitutions ! Finish: Black I Fabric: #447768 T .aria Cahemet CH-3A Dining Room #]28 20 SÜOnIt J4-(;!ltl 6 Chair Stack Cart tor Freelance Side (1lairs & 129 Nu SubslituJions CH-4 Classroom #112 & 51 SîtOnlt 5214 SitOnlt Freelance Side Chair with Ann!i #114 No Sttbstitutions ! Finish: Blatk I Fabric: #447768 J .aria Cahemt::t CH-5 Conferencl;: Ronm 12 PaoH ]562·5 Paoli Maxim Syncro Executive Tilt Swivel Chair #116 I Standard Options ! Fabric: Momentum: Rendezvous ! Color: J .1m10n Cr-1 Omnd Hall #103 I Paoli TRI660ST Paoli Sofa Table, 60"w x 16"d x 16"h ! FinÜ¡h: Golden Cherty LC-l Lobby #102 6 SnflcIITt:: SC-2785 Sottcare Ritz Mission Patient Room High Back Chair No Substitutions ! Finish: Nutmeg on Maple ! Fabric: NaugQ"oft PR520 Saddle l.C-2 T.ibml)' ITV Room 4 IMnrHn ßrattru 702-01 Manin Brattrud Cannel Loungç ChaiT, 32I1W x #110 2911d Nt) Substitutit)n.'1 I Finish: A3 . Light Cheny on Maplç Wood ! Fabric: Maharam #460002·007 ! Ron Plum LC-3 T.ibTary ITV Room I iMarLin ßrattru 702-58 Martin ßrattrud Cannel Sofa. 58"w x. 29"d #110 No Substitutions ! Finish: A3 - Light C"'herry on Maple Wood I J..(:ath~: Prt=mil,lm G11ide I Sage #6448 (OPTION #1) ! Lichen #4548 (OPTION #2) LC-4 Library I TV Room 1 ~mn 8rattJu 702-72 Manin ß~ttrud Cannel Sofa, n"w x 29"d #110 No Subsliluficms ! Finish: A3 - Light Chçny On Maple Wood ! Leather: PremÎum Grade ! Sage #644R (OPTION #1) 1 Lichcn #4548 (OPTION #2) TA-l Library I TV Room 4 Paolí TR2525T Paoli Magazinç Tilblt, 24"w x 24"d x 20"h #110 1 finish: Golden Cbcrry TA-2 Library I TV Room 1 Paoli HC2450TL Paoli Coffee Tablt::, 50".,." x 24"d x 16"11 #110 ! Finish: Golden Cherry 1015 lOti[) I¡' Ta. Location Otv. Manura.a::iul'e Pa rt Number Part Descrlntlon UnitS Ex S Library / TV Room Paoli 4211 Square Table, Laminate Top wI Wood TA-3 #1) 0 I CI~S5TWm 13 Paoli SPECIAL Edge, Black Single Column X~Basc #111 I Laminate: Golden Cherry I Wood Edoc' GoldC1l Cherrv TA-4 Patio #107 &0 lOR 12 Trophone 1877A TTopiton~ 42" Square' Contract Dining Table; Acrylic Top I Finish: SHELL (SHL) Howl::: SI.!:mn Rectangle Fû1ding Table, Laminate TA·S Classroom #- t 14 18 IIowe ST5Tl300 Top wI Bumper Edge, T Basc wi Storm Whr:::d, 30"t! x 60"w I Dase Finish: Black I Lnrnin<Lle: Wilsonart #4667~60 Green Tigris I Rdl.!e Finish: Black How¡:: Storm Rectanglt: Folù.ing Table, Laminate TA-6 Classroom #112 8 Howe ST5T1300 Top wI Bumper Edge, T Base wI Storm Whr:=~l, 30'\1 x 60'!w wI Univtr'$aJ Wire Manager #UWMA60 I Base Finish: mack I T..aminat¡;:: Wilsonart #4667-60 Gret:rt Tigris I Ed.c Finish: Black TA-6A Cl.a.s!ÌfOùm # 112 15 Howe AOAPTPDC2 Howe Twû standard ùutlets~ One CÎrcuit, One Data Connector TA-6f1 ClaS5TO()TI1 # 112 3 Howe PET Temporary Power Strip Library / TV Room Paoli 4R!1 Square Table, Laminate Top wI Wood TA-7 # 10 I CIWisT(){)m 3 Paoli SPECIAl, #111 Edge, Black Single Column X~Basc I Laminate: Goldc:n Che;my I Wood Edoe: Golden Ch.n-v TA-8 Dining Room #128 27 Howe 8T5T13oo Howe Slorm 60" Round Folding. Table Laminat & 129 Top wi Self Edge ! Billie Finish: Black I Laminate: Formica: Alaskan Slate #7270 Dining Room # 128 Howo Storm 60" Round Fixod Table wi Drop TA·9 5 Howe ST5Tl3oo Leaf Option, Laminate Top w/1333 flat Black & 129 PVC c:dl2:~ Rd~e.4 column B!I.!Ìc I .Base Finish: Black ! T...aTI'Jinate: FotiJ'\j(;a: Alaskan Slate #7270 TA-9A DinÎng Room #128 5 Howe TDDEG Deluxe Folding Table handling System and & 129 StraJi!:~ Truck POl17A Office #117 I Paoli LF2454LF LI:I.I.enl.I File, 36"W x 24"D x 54"H -TZ Reeded N Malte Black #4 07 Goldcn Cbcn-v ([.ow L,'" Shn) POII7B OUiee #117 1 Paoli LF3066DP Double Pedestal Desk. 66W x ::IOD x 29H -TZ Reeded P4 Matte Black #4 07 Golden Cherry (Low Ls" Shn) - No Selection To Standanl - No Selection Of Center Drawer P0126A Offie< #126 I Paoli Rf2354Lf Lateral File, 30!!W x 24!!D x 54"H (VEN) OPT: Vt::n~eT Finish -TA Reeded P4 Matte Black #4 07 Golden Chl:JT\I {Low blT S.hT'J"\ 2 015 II ð/) Y' T.. LoutÎoß Otv. Manufacture Pat" Nlimbt.. Part Description Unit $ EX! $ P0l26B omce #126 I Paoli Rf3066RP Single Pedestal Desk-Right, 6!1W X 30np:x; 29!1H (VhN) OPT: Veneer finish -TA Reeded P4 Matte Black #4 07 Golden Cherry (Low Lstr Shn) - No Selection To Standard P0126(' Office #126 3 Paoli RTI472BO Opert B~)okCiise, 361'W x 15"D x 71-J/W'H 07 Golden (,herry G"ow Lsv Son) P0126I> Office #126 I Paoli RT2448LR Left Return, 48"W x 24"D x 29"11 (VEN) OPT: Veneer Finish -TA Reeded P4 Matte Black #4 fYI Golden (,heny (Low Lstr Shn) ~ No Selection To Standard POl34A Dftlce #134 I Paoli LF2454l.F Lateral File, 3Ó"W x. 2411D x 54t!H ·TZ Reeded P4 Matte Black #4 07 Goldt;n Chcrrv (Low Lstr Shn) P0134B Office #134 I Paoli L T2448RR Right Return, 48"W x 24"D x 29"1-1 -TZ Reeded P4 Matte Blrn::k #4 07 û<>lden (,hCTI)' (Low Lstr Shn) - No Selection To Standard POl34C DftIee #134 I Paoli LTJ066LP Single Pedestal Desk-Left, 66!!W x 30llD )Ii 29"H ·TZ Reeded P4 Matte BI!lCk #4 07 Golden (,heny (Low Lstr Shn) -- No Selection To Standard Grand Total $0.00 Labor Cost Detail lIourly Rate Estimated Hours Subcontractor (If applicable) to Compldt Tn!:itallliiion Furniuture Velivery & Asscmbt Tax TI'Jtal J of5 Total Cost Total Co on.. I ?''ò rt.--' id Summary Form Senior Center Project - Furniture ity of Dublin Senior Center Project - Furniture. The bid package tract, General Conditions, Bond Requirements, Specifications, e project as defined in the plans and specifications including all es, and fees. The unit price the vendor specifies in the Product uantity dcviations different than the estimated quantity. Total $ $ $ for which you havc provided similar work. escription: Project Description: Client: Contact: hone Number: Current Phone Number: pleted Date Completed st Total Cost tained in thc following addenda or clarifications. Date Issued Date 8 City of Dublin - 1 have received the documents relative to the C includes Notice and Instruction to Bidders, Con and plans dctailing the Senior Center. The following costs relate to the total cost of th applicable delivery and installation charges, tax Cost Detail section will apply to any potential q A. Cost Summa Category Product (including tax & delivery) Labor Grand Total B. References: Please list threc references Project Description: Project D Client: Contact: Current Phone Number: Date Completed Client: Contact: Current P Date Com C. Addendum's Included- This bid includes all modifications con Addendum # D. Submitted by Name: Firm Name: Address: Phone: Signature