Loading...
HomeMy WebLinkAbout4.10 Request for Auth for RFB for Furniture for Civic Center Expansion ~. City of Dublin, California Request for Bid for the "Civic Center Expansion Project" Furniture November 1999 ,.""'-'" I c.>1:,).- t Exhibit 1 ?- o--b r- \ City of Dublin Civic Center Expansion Project - Furniture "'-' Notice to Bidders Notice is hereby given that sealed bids, subject to the conditions named herein and in the Specifications therefor for the City of Dublin Civic Center Expansion Project Furniture Contract addressed to the City of Dublin will be received at the City Clerk's Office, 100 Civic Plaza, 2nd floor, Dublin, CA 94568, up to Wednesday, November 24 1999 at 2:00pm, at which time they will 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 further information on this bid contact Herma Lichtenstein, Parks and Facilities Development Manger, at 925-833-6645. - Herma Lichtenstein Parks and Facilities Development Manager .~ ATTACHMENT 1'''' F:\Ci\"ic Center\Furniture RFP.doc Page 2 orl2 :; c('b). \ /~ 1.0 General Information 1.1 City Objective In Fiscal Year 1999-2000, the City of Dublin will be expanding its offices at the Civic Center. As part of the build-out, the City will be adding or remodeling approximately 66 offices or workstations. The new private offices and open office spaces will require new office furnishings. The new furniture will be functionally and aesthetically compatible with the City's existing furnishings. 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 bid bids shall be made in accordance with the following instructions: 1.2.1 Bids shall be made upon the forms provided therefor properly executed and with all items filled out. The signatUre of all persons signing shall be in long hand. 1.2.2 Blank spaces in the forms must be properly filled in, and the phraseology 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. Alterations by erasures or interlineations must be explained or noted in the bid over the signature of the vendor. 1.2.3 No FAXED bids will be considered. No bids received after the time fixed for receiving them will be considered. Late bids will be returned to the vendor unopened. 1.3 Bid Format 1.3.1 Signature: The bid shall be signed by an authorized corporate officer. 1.3.2 Bid Forms. Each vendor shall fill out completely and accurately the bid forms supplied with this invitation to respond to the Bid. Failure to use the forms provided will invalidate the bid. Failure to answer any of the questions or provide any of the information requested in the bid specifications may subject the entire bid to rejection. 1.3 .3 Valid Period. Include a statement that the terms of the bid will remain valid for 60 days. 1.3.4 Qualifications. Firms relevant experience, responsiveness; ability to perform; anticipated manpower allocation. Provide three references of agencies where similar work has been performed in the past. In each case briefly describe the project scope and indicate a contact person and phone number. F:\Civic Center\Furniture RFP.doc Page 3 of 12 ~ 06 1\ 1.3.5 Identify the personnel to be involved in the project and their background. Include information relative to any subcontractor. ,.""." 1.4 Meetings and Deadlines. 1.4.1 Due to the unique nature of the building layout, the modular panel system and workstations installers will be required to attend a pre- installation walk-through. The purpose of the walk-through will be to finalize any pending space plan details and installation schedule issues. The selected vendor will coordinate the walk-through date with the City of Dublin. 1.4.2 Due Date for Response Wednesday, November 24, 1999 1.4.3 One copy of the bid bids should be submitted to City of Dublin City Clerks Office 100 Civic Plaza, 2nd floor Dublin, CA 94568 1.5 Bid Clarification Upon receipt of your bid, you may be called for additional information and/or detailed discussion of the bid. \....,1 1.6 Addenda or bulletins. Any addenda or bulletins issued by the City during the time of the bidding shall be considered a part of the documents provided to the 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 bidder may withdraw a bid, either personally or by a written request, at any time prior to the scheduled deadline for receipt or written bids. 1.8 Economy or preparation. The bids should be prepared simply and economically, provided 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 preparation and delivery. 1.9 City Right to Accept or Reject B ids. 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 Dublin to any company, supplier, manufacturer, or respondent to the RFP. 1.1 0 Award and Execution of the Contract .~ F:\Civic Center\Fumiture RFP.doc Page 4 of 12 s cr6 1-- \ ,'~ 1.10.1 The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the requirements prescribed. 1.11 Errors and Omissions. The City of Dublin shaIl not be held responsible for errors, omissions, oversights brought to the attention of the City of Dublin subsequent to the due date of this bid which alter or modify the information which form the basis for evaluation of the submitted bid response, shall remain the responsibility of the vendor. Additionally, any errors, omissions, or oversights of a material nature may constitute grounds for rej ection 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 protect the Vendor and the City in damages for personal injury, including death, which may arise from instaIlation operations under the contract, whether such operations are by the subcontractor, or anyone directly or indirectly employed. The City of Dublin shaIl be named as an additional insured. InstaIlation/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 weIl asthe City from any claims under the Workers' Compensation Law, it being expressly understood and agreed that all persons employed 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 building repairs required due to work being completed. This may include, but is not limited to ceiling tiles and damage to walls or floors or other amenities within the Civic Center. 1.14 Beginning or Work and Time of Completion. The vendor shall process all purchase orders within five (5) working days of the date of the Notice to Proceed and shaIl diligently track, monitor and provide status on shipping, delivery and instaIlation dates. The vendor shaIl return the signed contract, and insure certification within five (5) working days after the receipt of contract from the City. The continuous prosecution of work by vendor shall be subject only to Excusable Delays as defined in the Agreement. Work shaIl be completed in mid January 2000 within 10 working days following notification from the City of the completion of interior construction. Work completed on the weekends or city holidays must be approved in advance. c'r--- 1.15 Field Conditions. F:\Civic Center\Fumiture RFP .doc Page 5 of 12 6, at '1\ 1.15.1 Building. The Civic Center building is constructed on a radius. A significant amount of the interiors walls are either slightly curved or are positioned at an angle greater or less than 900. Installers may be required to modifY worksurfaces on site as needed. ~ 1.15.2 Carpets. All floors will be finished and carpeted with commercial grade broadloom carpet. Access to sub-flooring is not required. Access to the building's power is above finished floor. 1.15.3 The Civic Center offices will be fully functional and operational during normal business hours. No installation work can interfere with normal operations. 1.16 The vendor shall represent and warrant that he has sufficiently informed himself in all matters affecting the performance of the work. The vendor shall be responsible for furnishing the labor and equipment required to deliver, assemble and install the products called for in th~ specifications and that she has checked the bid for errors and omissions; that the prices stated in the bid are current and as intended and are complete and correct in terms of prices, labor, supplies, materials, and equipment required by the bid documents. 1.17 Prevailing Wage 1.17.1 The wage rates determined by the Director ofIndustrial Relations entitled "General Prevailing Wage Rates" refer to expirations dates. If the published wage rate does not refer to a predetermined wage rate to be paid after the expiration date, said published rate of wage shall be in effect for the life of this contract. If the published wage rate refers to a predetermined wage rate to become effective upon expiration of the published wage rate and the predetermined wage rate is on file with the Department ofIndustrial Relations, such predetermined wage rate shall become effective on the date following the expiration date and shall apply 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 of this 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 the office of the City Clerk. ....,.1 -.....I F:\Civic Center\Fumiture RFP.doc Page 6 orl2 1 ~ b{ 1.17.2 Labor Nondiscrimination. 1. 19.2.1Attention 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 applicable 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 because of race, religion, color, national origin, ancestry, physical handicap, medical 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 of the Fair Employment and House Act (Government Code, Section 12990 et seq.) and the applicable regulations promulgated thereunder (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 compliance provisions of this clause in all subcontracts to perform work under the contract. 1.19 Subcontracting. A sheet for the purposes of listing the subcontractors, as required by the Subletting and Subcontracting Fair Practices Act, is included in the bid packet. F:\Civic Center\Fumiture RFP.doc Page70f 12 B c..'; tq ') ( [;. 2.0 Specifications and Bid Forms 2.1 Scope of Work. Plans and Contract documents may be secured from the office of the City Manager, 100 Civic Plaza, 2nd Floor, Dublin, Ca 94568, 925-833- 6650. One copy will be provided to each bidder free of charge. ~ 2.1.1 It is the intent of the City to have a single bidder responsible for the provision of all items identified in the specifications. Although it is recognized 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." The 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 all terms and condition of the bid. 2.2 Specifications. 2.2.1 General. A set of floor plans will be distributed with each bid package. These plans detail the locations of the panels, workstations and furniture the City is seeking in the project. The products and labor required to implement these plans are detailed on the attached forms. Using the plans provided by the City, each bidder is required to provide cost and other details as requested on the following forms: 1) 2) 3) 4) Bid summary Product Cost Detail Labor and Installation Cost Detail Bidder List of Subcontractors, if applicable '....I 2.2.2 Overview. As part of the City's expansion within the Dublin Civic Center, the City will need modular workstations consisting of fabric covered acoustical panels and cantilever supported worksurface components. There will be (12) panels that will have 2 - 4-circuit electrical capacity through a bottom raceway. The remaining panels will be non-powered. 2.2.3 Details. The furniture is to be installed in two phases that correspond to the phases of the general construction work at the Civic Center. During phase one, vendor will complete all phase one work in January 2000. Phase two, contractor will complete all work in April 2000. Vendor shall coordinate work with the City's Parks and Facilities Development Manager to ensure an efficient installation schedule. 2.2.3.1 Phase One. January 2000 2.2.3.1.1 Vendor shall deliver and install Trendway panels and workstations on the first floor Public Works, Fire and Consultants cluster areas. ~ F:\Civic Center\Fumiture RFP.doc Page 8 od2 2.2.3.2 Phase Two. March 2000 2.2.3 .2.1 Vendor shall deliver and install all remaining panels and furniture. Additional Information: Questions related to this document may be addressed to: Herma Lichtenstein Parks and Facilities Development Manager City of Dublin 100 Civic Plaza Dublin, CA 94568 925-833-6645 herma.lichtenstein@ci.dublin.ca.us ,'~' F:\Civic Center\Fumiture RFP.doc Page 9 of 12 a ~ \ Ci 'C) ~\ Bid Summary Form City of Dublin - Civic Center Expansion Furniture Project I have received the documents relative to the City of Dublin Civic Center Expansion Furniture Project. The bid package includes Notice and Instruction to Bidders, Specifications, and plans detailing the Civic Center. The following costs relate to the total cost of the project as defined in the plans and specifications including all applicable delivery and installation charges, taxes, and fees. The unit price the vendor specifies in the Product Cost Detail section should apply to quantity deviations of up to a 15% difference in the estimated quantity. A. Cost Summary Category c Total Product (including tax & delivery) $ Labor $ Grand Total $ B. References Please list two references for which you have provided similar work. C. Addendum's Included This bid includes all modifications contained in the following addenda or clarifications. Addendum # . Date Issued D. Submitted by Name: , Firm Name: Address: Phone: Signature Date F:\Civic Center\Fumiture RFP .doc Page 10 of 12 I (C~ :~1'. ......", ""-' '..",I .) t\ v Product Cost Detail cc""--'" Product Type Estimated Total Manufacturer Quantity Price Panels, modular Components for Trendway and freestanding approx. 31 workstations workstations Wood veneer 8 Units Craftsman casegoods Metal files and 17 Units Global Industries storage Plan storage and 11 Units PlanHold files Custom Laminate 16 Units Units Ergonomic task 20 Chairs Encore Seating seating . Conference room 26 Chairs K&K Seating Inc. seating Wood veneer 8 Units Equipment bookcases Distributors Total F:\Civic Center\Furniture RFP.doc Page II of 12 p_ o~,)... \ Labor Cost Detail Hourly Rate Estimated Hours to Subcontractor (if complete applicable) Workstation installation Furniture delivery & assembly Total ~ ~ ~ F:\Civic Center\Fumiture RFP.doc Page 120f 12 I :: 0:2- \ ~ ' .--' / City of Dublin Furniture Specifications Date: 11/1/99 Manufacturer: Trendway Group: PanelslWorkstations Fabric Gr. 3, Galleria, Color: Motor AP1 Laminate: Stipple, Pewter J54 Trim: Vinyl, Color: Pebble Q~ Model # Descriotion Unit Price Ext. Price Notes & Comments $ $ 11 T A2466A 24''w x 66"h Tack/Acoustical $ $ 29 TA3666A 36"w x 66"h Tack/Acoustical $ $ 16 TA4266A 42"w x 66"h Tack/Acoustical $ $ 47 T A4866A 48''w x 66"h Tack/Acoustical $ $ 7 TA3642A 36"w x 42"h Tack/Acoustical $ $ 1 TA4242A 42''w x 42"h Tack/Acoustical $ $ 5 TA4842A 48''w x 42"h Tack/Acoustical $ $ 7 WSR42 42"h Wall Starter Rail $ $ 19 WSR66 66"h Wall Starter Rail $ $ 10 SRS Starter Shim Kit $ $ 22 DWM66 66"h Dual Wall Mounts $ $ 1 MPM Mid-Panel Mount Kit $ $ 4 HT Hinge/Glide Tool $ $ 2 BFH Base Feed (6' Conduit) $ $ 1 PPH24 24" powerPac Harness $ $ 2 PPH42 42" PowerPac Harness $ $ 1 PPH48 48" PowerPac Harness $ $ 3 PP242 42" PowerPac2 (2 duplex) $ $ 6 PP248 48" PowerPac2 (2 duples) $ $ 1 PP236 36" PowerPac2 (2 duplex) $ $ 1 PP436 36" PowerPac4 (4 duplex) $ $ 2 PP442 42" powerPac4 (4 duplex) $ $ 2 pkg. PD1 Power Duplex (Circuit 1) $ $ 2pkg. PD2 Power Duplex (Circuit 2) $ $ 1 pkg. PD3 Power Duplex (Circuit 3) $ $ 1 pkg. PD4 Power Duplex (Circuit 4) $ $ 20 HWM30 Horizontal Wire Manager $ $ 31 BP6612 Floor Pedestal (B/B/F) $ $ 22 BP1212 Floor Pedestal (F/F) $ $ .4 BLF230 30''w Lateral File (2 dr.) $ $ 2 BFD36 36''w Flipper Door . . $ $ 13 BFD42 42"w Flipper Door $ $ 27 BFD48 48''w Flipper Door $ $ . 1 RS36E 36"w Regular Open Shelf $ $ "0"- RS42E 42"w Regular Open Shelf $ $- 2 SL36 36''w Task Light $ $ 22 SL48 48"w Task Light $ $ 1 FSSC2442E 42"w x 24"d Floor Compo Corner $ $ 1 SPR2442RE .., 42""" x 24"d Single Ped. R-Rtn. $ $ 1 SPR2448LE 48''w x 24"d Single Ped. L- Rtn. $ $ Total 1$ 1$ ATTACHMENT 2 Date: Manufacturer: Group: \--1 0; 2,.! '\0 City of Dublin Furniture Specifications 11/1/99 Global Industries Metal File & Storage Finish: Putty "'wIi Q1'l Model # Descriction Unit Price Ext. Price Notes & Comments 3 9342P-5F1 H/93PS42 Lateral File wI posting shelf $ $ 42''w, 5 dr.wl top receding dr. 4 9342P-3F1 H Lateral File $ $ 42''w, 3 dr. 7 CWB93 Counter weight balance $ $ 5 26-201 Vertical File, letter width $ $ 2 dr. wI lock, 18''w x 29"h 3 26-401 Vertical File, letter width $ $ , . 4 dr. 18"w x 52"h 2 9136-5S1 Storage Cabinets $ $ 2 door, 36''w x 65 1/4"h Total 1$ 1$ Date: Manufacturer: Group: 11/1/99 PlanHold Plan Files Finish: Autum Haze #07P "'*wIII Qtv Model # Descriction Unit Price Ext. Price Notes & Comments . .. 2 502MF-3042 MasterFile 2 $ $ 30''w x 50"h x 21 1/2"d 4 27RS1-30 Mobil Verticle File - 43"h x 25 1/2''w x 26"d 5 560ST -4 Wire Roll File $ $ 31"h x 17 1/4"w x 22"d Total 1$ 1$ Date: Manufacturer: Group: 11/1/99 Laminates Plus Custom Plan Units Laminante: TBD Pattern: TBD 1 Color: TBD illY Model # - Descriotion Unit Price Ext. Price Notes & Comments 1 Custom 1 10ft. Plan Check Table $ $ . w/ adj. plan cubicles (drawing attached) 15 Custom2 Plan Cubes $ $ w/15 8" x 8" openings Totall$ 1$ \..."", ,~ 61 ~ \ \:) .~ City of Dublin Furniture Specifications Date: Manufacturer: Group: 11/1/99 Craftsman Wood Veneer Casegoods Desks: Designline 6000, Walnut Veneer Conference Tables: Grp. 2, Oak Veneer Otv Model # Description Unit Price Ext. Price Notes & Comments 2 6-CU-65-h-31-h-10 Computer "U" Workstation $ $ Desk, 30" x 66" Bridge, 24" x 30" Computer Comer, 36" x 36" Return, 24" x 30" 1 6-L-65-h-48-h-10 "L" Unit Workstation $ $ Desk, 30" x 66" Return, 24" x 48" 2 6-DP-66-h-h-10 Double Pedestal Desk $ $ . 30" x 66" 2 2-2-48-96-C Boat Shape Conference Table $ $ 48" x 96" 1 2-2-48-120-C Boat Shape Conference Table $ $ 48" x 120" Total 1$ 1$ .-- / Date: Manufacturer: Group: 11/1/99 Equipment Distributors Wood Bookcase Walnut Veneer Otv Model # Description Unit Price Ext. Price Notes & Comments . " . 2 2104-223 Straight Top Bookcase $ $ 36"w x 12"d x 36"h 1 2104-224 Straight Top Bookcase $ $ - 36''w x 12"d x 48"h 5 2104-226 Straight Top Bookcase $ $ 36"w x 12"d x 72"h Total I $ 1$ -~ Ii.:> ?,1 \. ,'0...... > City of Dublin Furniture Specifications Date: Manufacturer: Group: 11/1/99 Encore Seating Ergonomic Task Seating Upholstery Grade 2 Pattern: Transit, Color Mushroom Finish: Black "wIIIf Qrl Model # Description Unit Price Ext. Price Notes & Comments 20 443-M Impact Serie's Task Chair $ $ Adj. "Tn arm, seat & back height back anQle, tilt, tension control Totall$ 1$ Date: Manufacturer: Group: 11/1/99 K&K Conference Room Seating Upholstery Grade 3 Pattern: Trio, Color: Teal Finish: American Oak Qty Model # Description Unit Price Ext. Price Notes & Comments 26 3204 3200 Series mid-mgmt. swivel $ $ Total 1$ 1$ -...",I ....,,1 - ..J 0; cr" \V City of Dublin CustoM Plan Check Unit Area can reMain open) or close for appearance LaMina te top o.nd, side - \..-0 ~. (' 0-' ':: '~, Toe Kick Area ( t32 t36 ( <- - >> ()Q ~ ,,-. " ) " ) CITY OF DUBLIN CUSTOM PLAN STORAGE CUBE LAMINATE ALL SURFACES / "'- ,,/ - 34.1/4 - 36 26 /4 34 ,,'UI~ ..~,..I IU6IUt.,:n ,,, . l'IA"LEr UUEPIllll1 . DUlllI" t:~"'lt~ ~.. r;;f' - . "~'-'.""" < ""....... .. ~ A e (0 @ @ G @) @ c o CL 8 L (]) (]) L -+--' :J c:-= (]) c U L :J ULL > L U 0 o eLL ...0 U :J C ON e 8 e 8 o o G @ 9 G G 9 o ..4. HlIVAUE' l:ILUE~~...1 .;),~..~...t u~.n:'..::rJ' . . tJUIIL'" C~"'LO'_'''I ~LW~~~~.I.~I.' . I~,~"WW W.ltl,..~_ , A @ '@ @ @ 0 (0 @ @ o e I.- Q) +-' C C Q) 0 Uo.... .~ Q) > I.- 03 c E := ::J .DLL :J o 0 4- 0 oLL $ +-'. .- ({) u___ III CD 8> e 8 e '" e 8 9 Q . <9 9 G o <:::J