HomeMy WebLinkAboutC-3215 - Upper Floor Carpeting of the Police BuildingCity of Newport Beach Police Department
"Floor Covering Proposal"
Of
a¢ �� Y a Cd
•
C ir
l01111J1e1,C1r11111tP1701" 1'F.i 0I1J7't :i
F A X T R A N S M I T T A L
DATE: June 4, 1998
TO: Lisa McBroom
New Port Beach P.D.
FROM: Dave Salles
TIME: 3:55 PM
PHONE: 714 - 644 -3655
FAX: 714 - 644 -3693
PHONE: 714 - 752 -1470 Ext. 241
FAX: 714- 752 -6103
RE: City of New Port Beach, Police Department, Floor Covering Proposal
Number of pages including cover sheet: 1
Message
We propose to furnish and install floor covering as specified below;
2,979 sf Interface Carpet `Route 66" color # 2482 Bloomington vinyl backed
carpet tile.
2,538 SF Interface Carpet "Route 66 "color # 2482 Bloomington cushion backed
carpet tile.
9,711 sf Interface Carpet "Southern Plains" color # 2482 Bloomington vinyl
backed carpet tile as.
3,300 ft Burke 4 inch top set rubber base, in a commercial color.
Contract Amount: $62,247.00
Labor to remove and dispose of existing floor covering is in included.
Renovisions "Lift" and furniture moving included.
Major floor preparation excluded.
Disconnection of computers, phones and misc. electrical egbiproent not
necessary.
Contract amount includes materials, overtime labor, sales tax and freight.
If you have any questions regarding this, please contact me.
1761 Reynolds Avenue
Win;:. CA 9 2614
'14.. 72.14711
c
FAX 714.752.6101
1k; �Sli92tt a
how
C.Ir
June 4, 1998 COP711re'rii�rl illIC17'01' rcmrrn'cf
Dear Lisa McBroom,
Commercial Interior Resources specializes in the specification, sales, installation
and maintenance of commercial floor, wall and window coverings. We are
recognized as one of the leading commercial finish contractors in Southern
California. We enjoy excellent working relationships with major manufacturers
and are therefore able to provide our clients with an unparalleled selection of
finish products at competitive prices.
Our extensive floor, wall and window covering libraries are available for your
resource needs and are updated daily. Product information and sample
requests can be delivered even at the last minute. Our services include
sampling, estimating, budgeting, specification analysis, staging, project
coordination and installation.
Architects, designers, general contractors and owners with special requirements
make the bulk of our firm's clients. In each case, our services are tailored to
meet the needs of the client and the scope of the project.
Enclosed is a partial list of our completed projects. We are confident you will find
our services meet your high standards.
Should you have any questions or need immediate service, please feel free to
contact me at any time. I look forward to working with you.
Sincerely,
Dave Salles
Associate
1761 Reynolds Avenue
lnmc. CA 72614
' 14.- 52.1470
PAX 714.7524101
.j
1. 011928
__
The following is a partial list of completed projects that reflect our experience in the
specification, sales and installation of floor, wall and window coverings.
Alexander & Alexander - Costa Mesa
Allergan - Irvine
American Savings Corp. Hdqtrs. - Irvine
The Austin Co. - Irvine
Baxter Bentley Laboratories - Irvine
Bentall Executive Center - Santa Ana
Bergen Brunswig Corp. Hdqtrs. - 4 Locations
Big Canyon Country Club - Newport Beach
Burlington Air - Irvine
Chet Hollifield Federal Bldg. - Laguna Niguel
Deloite & Touche - Costa Mesa & Los Angeles
The Directors Guild - Los Angeles
Disneyland - Anaheim
Dow Chemical - Costa Mesa
Downey Savings & Loan - Costa Mesa
Ernst & Young LLP - Irvine
Fletcher Jones Motor Cars - Newport Beach
Ingram Micro Corp. Hdqtrs. - Santa Ana
Intuit - San Diego
Irvine City Hall - Irvine
Irvine Civic Center & Police Dept. - Irvine
J. Paul Getty Trust - Santa Monica
Kindel & Anderson - Newport Beach
Latham & Watkins - Costa Mesa
Litton Industries - Woodland Hills
Lockheed - Palmdale
Los Angeles County Museum - L.A.
Macy's - 15 Locations (Southern California)
Max Factor - Los Angeles
McDonnel Douglas - Santa Ana & Huntington
Beach
Mitsubishi Motors - Cypress
Neiman Marcus - San Diego, Newport Beach,
Beverly Hills, San Francisco
Nike - Irvine
Occidental Petroleum - Los Angeles
O'Melveny & Myers - Newport Beach and
Los Angeles
Pacific Care - Cypress
Palmieri, Tyler, Wiener, Wilhelm & Waldron -
Irvine
Private Health Care Systems - Irvine
Prudential Real Estate Hdqtrs. - Costa Mesa
Prudential Mortgage - Costa Mesa
Rutan & Tucker - Costa Mesa
C.J. Segerstrom - Costa Mesa
Smilecare - Irvine
South Coast Plaza - Costa Mesa
Steelcase - Tustin
Toyota Motor Sales Inc., U.S.A. - 38 Locations
U.S. Benefits - Costa Mesa
Waste Management - 4 Locations
The following is a partial list of names and telephone numbers of our clients, which you
may feel free to contact:
Bergen Brunswig
Karen Copeland
(714) 385 -4000
Robert Borders Associates
Shelley DiLauro
(714) 851 -1317
Ron Poulson Assoc.
Mike Ceurvorts
(818) 879 -4818
Rutan & Tucker
Jodi Brooks
(714) 641 -4943
The Austin Company
Glen Schultz
(714) 453 -1000
Center Tower / Plaza Tower
Brenna Walraven
(714) 435 -2144
Toyota Motors Sales, U.S.A. Latham & Watkins Ware Malcolm
Victor Borgehese Jerry Valentine Ted Hieslel
(310) 618 -5433 (714) 755 -8124 (714) 660 -9128
Job Name
•
air
rommer�ial inr�rior r� �ourrz:r
COMPLETED RENOVISIONS LIFT JOBS
Date Amount Client
Olin Ordnance / Building 2 / 2nd Floor 6/2195
GSA / 2nd & 5th Floor Corridors
7/8/97
IRS / 2nd Floor Carpet Replacement
7/21/97
City of Irvine / Carpeting / Phase 1 & 2
8/22/97
Amplicon Financial
5/21/98
City of Irvine/ Phase 3
3/31/98
University of Irvine Administration
2/14/98
$89,945
Olin Ordnance
$12,916
USA General Services Administration
$7,260
ISS Services
$164,331
City of Irvine
$166,513
Turelk General Contractors
$188,304
City of Irvine
$19,900
UCI
Contact
William Riehle
Channey Tucker
Brent Andrews
Ronald M. Morgan
Randy Workman
Ronald M. Morgan
Christie Bennet
1 161 Reynolds Avenue
Irvin— CA )1611
114 52.1470
FAX 714.752.6103
Lic. 0511928.
�aa -
City of Newport Beach
Police Department
Request for Proposal for
Upper Floor Carpeting Of
Police Building
June
Mfl
REQUEST FOR PROPOSAL
for
UPPER FLOOR CARPETING OF POLICE BUILDING
I. INTRODUCTION:
The City of Newport Beach Police Department is interested in receiving proposals from
qualified Offerors to recarpet the upper floor of our building located at 870 Santa Barbara
Drive, Newport Beach, California. The proposed carpet shall contain the minimum features
listed on the attached "Carpet Specifications" sheet. The proposal shall include a detailed
drawing of the product layout, a timeline listing important milestones including removing the
existing carpet, ordering, delivering and installing the new carpet at the Police Department, and
specific costs as listed below.
Also required is a copy of complete manufacturers warranty information, a complete
description of the carpet to be used including brand name, model, and type. This written
Request for Proposal (RFP) states the scope of the City's requirements and specifies the general
rules for preparing the proposal.
A. VENDOR INQUIRIES
The designated Police Department project manager is Fiscal Services Facility Manager Lisa
McBroom.
Questions or comments concerning this RFP should be directed to:
Fiscal Services Facility Manager Lisa McBroom
Newport Beach Police Department
870 Santa Barbara Drive
P.O. Box 7000
Newport Beach, CA 92658 -7000
Telephone Number 949 -644 -3655
A Pre - Proposal Conference is scheduled for Thursday, May 28, 1998, at 1:30 p.m. at:
Newport Beach Police Department
Auditorium
870 Santa Barbara Drive
Newport Beach, California 92660
The Pre - Proposal Conference is not mandatory. Vendor questions will be addressed. Written
addenda or clarifications will be issued to all vendors if deemed necessary. Notes or minutes
City of Newport Beach Police Department
Upper Floor Carpeting
Page 2 of 4
will not be distributed. A tour of the facility will be included to inspect equipment and
facilities.
B. SUBMISSION OF PROPOSALS
Please submit an original and (1) copy of the proposal. Completed proposals should be sealed
and clearly marked "City of Newport Beach Police Carpeting Proposa " and must be submitted
no later than 4:00 P.M. on Friday, June 5,1998 to:
Fiscal Services Facility Manager Lisa McBroom
Newport Beach Police Department
870 Santa Barbara Drive
P.O. Box 7000
Newport Beach, California 92658 -7000
Proposals received after the above date and time will be considered non - responsive and will not
be accepted. Any late proposals will be returned unopened to the offeror. Evaluation of the
proposals is expected to be completed within 5 days after their receipt. However, prices quoted
in the proposals shall remain fixed and binding upon the offerors for not less than 180 days.
C. NOTIFICATION OF WITHDRAWAL OF PROPOSAL
Proposals may be modified or withdrawn prior to the date and time specified for proposal
submission by an authorized representative of the offeror or by formal written notice.
Proposals submitted will become the property of the City of Newport Beach after the proposal
submission deadline.
D. RIGHT TO REJECT PROPOSALS
The City reserves the right to waive, at its discretion, any irregularity or informality that the
City deems correctable or otherwise not warranting rejection of the RFP. The City reserves the
right to reject any and all proposals and to accept any proposal or portion thereof. No
obligation, either expressed or implied, exists on the part of the City of Newport Beach to make
an award or to pay any costs incurred in the preparation or submission of a proposal. All costs
associated with the preparation or submission or proposals covered by this RFP are solely the
responsibility of the Offerors.
E. EVALUATION
The City of Newport Beach reserves the right to negotiate with any Offeror as necessary to
serve the best interests of the City of Newport Beach and negotiate the final Contract with the
most responsible, responsive Offeror.
1. PROCESS:
City of Newport Beach Police Department
Upper Floor Carpeting
Page 3 of 4
The process for evaluation and rating of the proposals received in response to this RFP
will consist of three phases:
a. The first phase will be a basic preliminary review of all of the responses of the
offeror's proposal to ensure that requirements of the RFP are met.
b. The second phase, for the offerors who have satisfactorily completed and fulfilled
the requirements of the first phase, will consider the technical merits of the
offeror's proposal.
c. The third phase, for the offerors who have satisfactorily completed and fulfilled
the requirements of the first and second phases will be a business analysis, which
includes a review of the exceptions, costs, and the terms and conditions in the
vendors proposal.
2. CRITERIA:
The offeror's proposal will be evaluated on the basis of the response to all requirements in this
RFP. The City shall use some or all of the following criteria in its evaluations.
a. Understanding of Statement of Work
1). Responsiveness to, and a demonstrated understanding of the RFP and the
statement of work.
2). Quality of the proposal in accordance with its requirements.
b. Technical Merits
1). Product design and installation methods (specifically the "lift" technique).
2). Technical specifications and quality of specified product.
3). Responsiveness to specialized services.
4). Offeror's experience.
3. BUSINESS ANALYSIS:
a. Cost competitiveness
b. References
City of Newport Beach Police Department
Upper Floor Carpeting
Page 4 of 4
The criteria for the evaluation of proposals are in random sequence and are not to be
considered in any rank or order of importance.
F. EXCEPTIONS TO THE RFP
Offerors are encouraged to be responsive to the objectives stated in this RFP. If, however, an
Offeror feels that it can offer substantial cost/benefit and /or performance advantages, the City
of Newport Beach will consider and may accept alternate proposals. Alternative proposals
must specify how they deviate from the requirements and describe cost reduction or other
benefits to be achieved.
G.REFERENCES
Offerors are required to provide the total number of sites that are currently using the proposed
services and equipment, and at least three (3) references from those sites. The reference list
should include the Name, Address, Contact, Title, and Phone Number.
II. SCOPE
The scope of this Request for Proposal is to remove and dispose of existing carpet and provide
new carpet in the upper floor of the Police Department.
III. DETAILED SPECIFICATIONS
The specifications for the carpet and the installation are attached.
CARPET SPECIFICATIONS
PRODUCT:
Pre - approved Interface Product #4611 Route 66 and Interface Product #4624
Southern Plains. See attached for detailed specifications.
AREA TO BE CARPETED:
• Includes: Auditorium, Community Relations & DARE, Payroll Secretary, COP
Conference, COP Secretary, Chief, COP Safe Room, COP Restroom,
Executive Officer, Professional Standards, Support Services Commander,
Fiscal Services /Facility Manager, Support Services Secretary, Support
Services Lieutenant, Library, Video, Personnel, Data Entry, Electronics,
Shredder, Dispatch Entrance, Patrol Conference, Patrol Commander,
Patrol/Traffic Secretary, Traffic Lieutenant, Traffic interview Room,
ACO /PCO, Records, Records Supervisor, Mail/Warrants, Copier, Detectives,
Detective Commander, Detective Secretary, Detective Video Room, Detective
Interview #1, Detective Interview #2, Detective Conference, Detective
Lieutenant, Explorers, Front Desk, Print Room.
• A waines coat of the Southern Plains carpet will be installed in the auditorium.
The waines coat will come up the wall 3 feet, 3 inches with a rubber border at
the top. The existing wallcovering will need to be stripped.
• The main hallway will be carpeted with Route 66 and will have a 9 inch border
of the Southern Plains carpet on each side. Please see attached map.
• See attached diagram for offices and pattern layout.
• Shop Drawings:
• When requested, show layout of seams, edges and other conditions
where connected to adjacent materials.
• "Cushion Backing" (specifications attached) will be installed in the Records,
Records Supervisor, copier, mail /warrants rooms; the Chief of Police office,
safe room and restroom; and the COP Secretary area.
SPECIAL REQUIREMENTS:
• A manufacturer approved furniture "Lift System" must be used in order to
assure no damage to existing furniture. Methods utilizing "crow bars" or other
such devices will not be allowed. Workstations will not be disabled.
• Space to be carpeted will contain furniture, file cabinets and other similar
furniture and accessories. The installation crews will be required to lift and
move furniture in order to removed old carpet tile and install new carpet tile.
• Installation method must not require the disconnecting of any office
equipment such as telephone, fax, or computer connections. Installation
method must not interfere with the future functionality of existing equipment.
Carpet Specifications
Page 2 of 6
• Installation must be completed between the hours of 6:00 P.M. and conclude
before 6:00 A.M. on weekdays. Any hours on Saturday and Sunday will be
pre- approved.
• Special care must be taken not to rearrange or alter exiting furniture
configuration.
• Final furniture inspection will be made by owner's representative to verify that
no damage has taken place. Any damage must be reported during
installation.
• Any pre- existing conditions or furniture lifting problems shall be addressed by
the owner's representative prior to bid date. Any deviation from this
document will be issued in the form of an addendum.
ACCESSORIES:
• Subfloor sealers, fillers, primers, and adhesives shall be those which are
approved by the manufacturer of the carpet.
• Vinyl Moldings (covebase): Where carpeting terminates at other types of floor
finishes provide carpet transition reducer of thickness to match carpet and
adjacent material. Color as selected by owner's representative. Color is Grey
Blue 672P with a toe. Manufacturer is Burke.
• Resilient Base: See Section 09650, Resilient Flooring.
• Miscellaneous Materials — As recommended by manufacturer of modular
carpet and selected by Installer to meet project circumstances and
requirements. All strippers required for the effective removal of old adhesives
from subfloor or other surfaces must be environmentally friendly, produce no
V.O.C.'s exceeding by federal test standards and should be of the organic
type (i.e. de- solv -it by orange sol).
DELIVERY:
• Carpeting shall be delivered to the job site in original boxes with each box
having its register number properly attached, clearly marked as to size, dye
lot, quantity, and material.
• Material shall be stored in an enclosed and dry area protected from damage
and soiling.
PROJECT CONDITIONS:
• Floorcovering installation contractor shall visit the site and be responsible for
all measurements and job conditions. Additional carpet needed for inaccurate
measurements will be paid for by the contractor.
• Before submitting bid, subcontractor and material suppliers examine
drawings, these specifications, existing building and conditions. If existing
vinyl tile, wood, terrazzo, carpet, or other existing floor finishes or materials
are not specified to be removed, but the opinion of the subcontractor and
Carpet Specifications
Page 3 of 6
M_
material suppliers is that removal is necessary, the subcontractor shall notify
project manager Lisa McBroom, Newport Beach Police Department, of these
conditions in writing, 5 days prior to bid date and request further instructions.
If, in the opinion of the subcontractor and material suppliers it is necessary to
apply floor primers or sealers to new or existing substrates where a primer or
sealer has not been specified, the subcontractor shall notify Lisa McBroom,
Newport Beach Police Department of these conditions in writing 5 days prior
to bid date and request further instructions. No additional charges will be
approved for these or similar items after bid date.
• Manufacturer's Warranty: Face fiber will not wear more than 15 percent
within 15 years, and carpet shall carry a 3 year manufacturer's warranty.
• Floor Covering Installation Contractor's Warranty: Submit a certificate
guaranteeing the installation to be free of defects in workmanship for a period
of one year. The certificate shall include the following statement: Installer
shall at his own expense and upon written notice form the Owner or his
representative, promptly correct/replace any and all improper work and
material that may become apparent within one year after the date of
Substantial Completion. This warranty shall be in addition to and not a
limitation of other rights the owner may have against the contractor under the
contract documents.
• Submit certificates in accordance with General and Supplementary
Conditions.
• Antimicrobial shall be warranted to be minimum 95.5% effective for the
lifetime of carpet.
• Carpet shall have 15 year non prorated warranty against growing, shrinking,
delaminating, buckling, wrinkling, fuzzing, or zippering.
OVERAGE MATERIAL:
Provide overage of 5% or five square yards (whichever is greater) of each
carpet used by product, color, etc. Installation costs will be based on installed
carpet and will not include the overage carpet. Provide owner's
representative with floor layout plan, coded by area, designating the location
of each dye lot/run number /style and or tope, bottom left or right sides if
carpet tile. The required coverage should be provided for each of the
aforementioned possible variations that apply and should be delivered in
identified manufacturer's packaging with area codes corresponding to those
indicated on the floor layout plan.
MANUFACTURERS:
Carpet Specifications
Page 4 of 6
Pre - approved manufacturer is Interface Flooring Systems, Inc. Colors and
patterns shall match samples of those specified. Owner's representatives will
review responsible products exceeding the technical, color and pattern
specifications listed herein no late than 15 days before bid opening. Unless
otherwise amended, no "value engineering" suggestions will be entertained
on this item and bidders are expected to comply with these specifications.
Any additional approvals will be issued by an addendum prior to bid date.
SPECIAL NOTE:
• Prior to ordering products, verify that curing compounds, etc. used on
concrete substrate by others are compatible with primers and carpet adhesive
specified in this section.
EXECUTION:
Inspect new and existing substrates. Verify suitability of substrates to accept
carpet installation. Beginning installation in any given area means acceptance
of all surfaces and conditions affecting the work of this area by the
floorcovering installation contractor.
Where primers /sealers are used, their compatibility with adhesive shall be
verified prior to starting work.
PREPARATION:
• Perform all substrate preparation procedures in strict accordance with carpet
and adhesive Manufacturer's recommendations.
• Surfaces to receive carpet must be free of dirt, solvents, oil, grease, paint,
plaster, moisture and other substances detrimental to proper performance of
adhesive and carpet.
• Concrete Surfaces:
• Verify that moisture and alkalinity conditions of the concrete slabs are
acceptable before beginning installation.
• Check to ensure there is no dusting.
• Grind down ridges or high spots. Fill low spots.
• Existing vinyl composition tile, ceramic tile, wood and terrazzo floor covering
substrates must be clean and free of all adhesives, waxes, finishes, sealers
or other contaminants.
Existing substrates to receive carpet: Check for any loose boards, tile, etc.
and secure as required. Grind or sand down high spots. Fill all cracks,
faults, grooves, holes and low spots. Fill as required. Feather out
elevation differences of adjoining floor surfaces. Correct any other
miscellaneous conditions detrimental to the proper completion of the work.
INSTALLATION:
Carpet Specifications
Page 5 of 6
• At the beginning of installation and a minimum of once during the installation
and once upon completion of the installation, an inspection shall be made by
a representative of the carpet manufacturer to ascertain that the work is being
installed according to the manufacturer's published recommendations.
Inspector shall be an employee of the manufacturer and not of the contractor,
distributor, or manufacturer's agent.
• Prepare all new and existing substrates and install all carpet and accessories
as per manufacturer's directions.
• Carpet shall be installed in strict accordance with manufacturer's written
instructions.
• Carpet Tile shall be installed wall to wall except for under the permanent oak
fixtures in offices.
• Carpet Tile edges shall be installed tightly together to form seams without
gaps, fit neatly to walls, columns, register, adjacent flooring, abutting,
surfaces, etc. Installation shall be made to job site conditions and
dimensions. Remove adhesive promptly from the face of the carpet.
• Where carpet meets dissimilar floor surface, proper edge molding shall be
used.
• Install carpet edge molding where edge of carpet is exposed and at
transitions to other floor covering. Edge moldings shall be securely anchored
to substrate.
CLEANING:
• During installation, daily clean -up of materials and debris will be required.
• Upon completion of the installation, remove all waste materials, tools, and
equipment. Remove and dispose of old carpet and old base vinyl.
• Prior to final acceptance, thoroughly vacuum the entire floor surface using
commercial vacuums.
• Remove spots or replace carpet where spots cannot be removed.
• Provide protection methods and materials needed to ensure that carpeting
will be without deterioration or damage at time of substantial completion.
MAINTENANCE INSTRUCTIONS:
Furnish Owner with carpet manufacturer's recommended carpet extraction
and spot cleaning procedures. Provide instruction to Owner's maintenance
personnel on carpet care and cleaning.
Include maintenance recommendation for extraction frequency and
suggested schedule for spot cleaning.
List materials, substances, and other items which will affect finishes and
performance.
REMOVAL OF EXISTING CARPET:
Carpet Specifications
Page 6 of 6
• Remove existing carpet, padding and base board and dispose at an approved
location other than the Newport Beach Police Department.
Product Speciflcatlon
Interface SOUTHERN PLAINS
PRODUCT TYPE: GWRacO Tile
PRODUCT NUMBER: 1462402500 PROVISIONAL
PRODUCT CONSTRUCTION: Interstulpt(TM) Pattern Loop
PRODUCT COLOR LINE: 8 Colors
YARN SYSTEM: 100% StNUtia D
COLOR SYSTEM: 100% Solution Dye
SOIL /STAIN PROTECTION: Protekt20
LIFETIME ANTIMICROBIAL! (AATCC 138 Washed) (AATCC 174 Parts 2G3) InterseptO
Product Specifications are derived from measurements subject to normal manufacturing tolerances and may be
Changed without prior notice as long as performance Is not affected.
PRODUCT SPECIFICATIONS
U.S.
METRIC
YARN WEIGHT
20 oz. /yd'
678 g/m'
PILE THICKNESS (ASTM "18)
0.118 in.
3 mm
TUFT GAUGE
1/12
1/12
STITCHES /INCH
10.33 ends /in
40.7002 ends /10 Cm
PILE DENSITY (UM 44 D)
6102
WEIGHT DENSITY
122034
BACKING STRUCTURE
125 oz. /yd'
4239 elm'
Glaseace Composite
TOTAL WEIGHT
145 oz. /yd
4917 g /m'
TOTALTHICKNESS
0.275 in.
7 mm
SIZE
19.69 in x 19.69 in
50 cm x 50 cm
PERFORMANCE SPECIFICATIONS
Combustion Tests: Radiant Panel (ASTM E - M) Class 1 Lightfastrles5 (AATCC 16- E) z 4.0 @+60 AFU's
Smoke Density (ASTM E - 662) 5 450 Static (AATCC - 134) c 3.0 KV
Dimensional Stablllty: AACHEN Din 54318 c 0.10%
Warranty: SEE INTERFACE STANDARD 15 YEAR WEAR WARRANTY
Available Backings:
500m / 2m- Cus IonBac0 Tile, GlaseacO Tile. System 2M®, System 2m CushionBac®
Installation:
Tile Monolithic Performance Broadloom straight cut
Covered by one or more of the following U.S. Patents:
4,608,259; 5,024.640; 5,096,764; 5,560,972; RE34.951
Issue Date: 03/04/98
Product Specification
Interface ROUTE 66
PRODUCT TYPE: GlasBace rile
PRODUCT NUMBER: 4611
PRODUCT CONSTRUCTIOk kRersculpt Pattern leap
PRODUCT COLOR LINE 19 Colon
YARN SYSTEM: i00% Morrearlto Ultron VIP Nylon
COLOR SYSTEM: LOU%Soluton Dyed
SOIL/STAIN PROTECTION: Pmtekti8
LIFETIME ANTIMICROWL• (MTCC 138 Washed) (MTCC 174 Parts 2 &3) Intercept®
Product Specificatlons are derived from measurements subject to normal manufootudng tolerances and may be
changed without prior notice as long as performance is not affected.
PRODUCT SPECIFICATIONS U.S. METRIC
YARN WEIGHT
"Is)
20 oL /yd
6789/0
PILE THICKNESS (ASTM
O.iig In.
3 mm
TUFT GAUGE
1/12
1/12
STITCHES /INCH
io.33In.
41 wads /10 cm
PILE DENSITY (UM 44 D)
6050
WEIGHT DENSITY
121006.4
SACKING STRUCTURE
125 oL /yd'
42395/m'
GlasSac® Composite
TOTALWEIGHT
145 oz. /yd'
4917 9/m'
TOTAL THICKNESS
0.300 In.
8mm
SIZE
19 -991n x i9.69 1n
50 cm x 50 cm
PERFORMANCE SPECIFICATIONS
Combustlon Tests: Radiant Panei
(ASTM E- 648) Class I
ughttastr4•ss (AATCC 15- E)a4.0 0 60 AFU's
Snake Density
(ASTM E- 662)5450
Stat(c (MTCC - 134) <3.0 KY
Dimensional Stability: AACHEN Din 54318 <OSO%
Warranty: SEE INTERFACE STANDARD 15 YEAR WEAR WARRANTY
Availible Backings:
50cm / 2m - CusNanl!"Tile, CusNonBac Plus®Tile. GlasBac®Tile, System 2Me, System Six
Cushl"Mace, Moisture Curd
IniWllotlorc
Tile Monolithic Performance Rmedloom 6tralght Cut
Covered by one or more of the following U.S. Patents:
4.808.289: 5,024,M; 5.096.764; 5,560,972: RE34,951
Issue Date: 2/21/97
Supersede Date:
Interface Product Specification
• w
NexStep cusnionrsac,
PRODUCT NUMBER: NexStep Cushion
PRODUCT COLOR LINE: Light Charcoal
PRODUCT SPECIFICATIONS
DESCRIPTION
NexStep'
SOURCE
Interface Flooring Systems
DENSITY
18 lb /ft'
THICKNESS (Cushion and Base)
0.156" + 0.010"
REINFORCEMENT
Fiberglass Reinforced with
polypropylene base fabric
WEIGHT
43.0 oz. /sq. yd. + 2.0 oz. /sq. yd
WIDTH
50 cm Tile, 76 ", 2mPerformance
Broadloom
PERFORMANCE SPECIFICATIONS:
Combustion Tests:
Radiant Panel (ASTM E - 648) Class I
Smoke Density (ASTM E - 662) <450
Dimensional Stability: (AACHEN Din 54318) + 0.10%
Issue Date: 32/30/97
181beb.sam
r
1s
T
U
a
o
o 1
4 p p
vj -1 �j
a
aJ
ql
<
�
t�r1 Cp W y
Rcr "r
qN
(
F
�
M
.a
C °a
C k o
ysA
a
m
n
^y
ro
N
I
y N
�BV.w1Sy
V
c
a
L L
N
(Q
^y w
a8uu
9
y 0.r
F
V 4
^
�
F
m1"4
C U
ri rrwtn+a >++I
'a
,,s
an})aalep
oso
O.VVlaaM
'ndIS
aanN�aa�.A
°j
M
of
i
J
F�
rnO
ur�
�
�y
w
a
F
U
U
A d
4
C U
4K
rLE
0
-
m�
\
y V �n 4�1 �yV
U�
rc
�.0.99
--
��-
-,r,as +{ .r /r a .w F—.m ,rr +�--- ,t.ar– +}' —,S /r m .02
.° Aar
0 0
Contract #3215
AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND
COMMERCIAL INTERIOR RESOURCES, INC.
FOR FURNISHING AND INSTALLING CARPET
THIS AGREEMENT is made and entered into this I& day of July 1998 by and between
the CITY OF NEWPORT BEACH, a municipal corporation hereinafter called the "City" and
COMMERICAL INTERIOR RESOURCES, INC hereinafter called the "Contractor;"
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws of
the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the charter of the City;
B. Contractor is a California corporation organized and existing pursuant to the laws of
the State of California;
C. The City desires to engage Contractor to provide carpet and installation services
within the City of Newport Beach at the Newport Beach Police Department upon
the terms and conditions contained in this agreement; and
D. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor and desires to
contract with Contractor under the terms and conditions provided in this agreement.
NOW THEREFORE, it is mutually agreed by and between City and Contractor as follows:
Term. The term of this Agreement shall commence upon signing by both
parties. Work shall be completed by August 15, 1998 unless extended
pursuant to mutual agreement of the parties.
2. Services to be Performed. Contractor shall diligently perform all the duties
set forth below: '
a. Provide carpet and installation services as specified and required in
attachment 1, titled `The Request for Proposal for Upper Floor
Carpeting of Police Building" and dated June 1998.
3. Compensation to Contractor. The City agrees to pay the Contractor the sum
of $62,247.00 for carpet and installation services as specified in this
contract.
1 of 4
3.1. Contractor shall maintain accounting records of its billings.
3.2. Contractor shall submit invoices to City payable by City within thirty (30)
days of receipt of the invoice, as follows:
Materials, freight, and sales tax to be due upon delivery of materials. 40,409.00
50% of labor due at half of project completion. 10,919.00
Balance due upon completion.
Contract Amount:
10,919.00
$62,247.00
3.3. Contractor shall not receive any compensation for extra services performed
without prior written authorization of Captain Tim Riley. Any authorized
compensation shall be paid in accordance with paragraph 3.2.
4. Standard of Care. All of the services shall be performed by Contractor or
under Contractor's supervision. Contractor represents that is possess the
professional personnel required to perform the services required by this
Agreement and it will perform all services in a manner commensurate with
community professional standards. Contractor has, or shall obtain and
maintain all licenses, permits, qualifications and approval required to provide
the services described in this Agreement.
5. Independent Contractor. City retains Contractor on an independent
contractor basis and Contractor is not an employee of the City. Nothing in
this Agreement shall be deemed to constitute Contractor or any of
Contractor's employees or agents, or personnel which provide services
under this Agreement to be the agents or employees of City. Contractor has
a responsibility for and control over the details and means of performing the
work provided that consultant is in compliance with the terms of this
Agreement. Anything in this Agreement which may appear to give City the
right to direct Contractor or Contractor's personnel to the details of the
performance of services or to exercise a measure of control over Contractor
shall mean that Contractor shall follow the desires of City only in the results
of the services. Contractor shall provide supervisory personnel to supervise
personnel and to ensure that personnel are providing the required services
at the required times and in accordance with this Agreement.
5.1. City and Contractor shall cooperate in scheduling dates and hours of
installation.
6. Contract Representatives. The City's representative in dealing with the
Contractor shall be Captain Tim Riley. The Contractor's representative in
dealing with the City shall be Dave Salles.
2of4
9
7. The Contractor shall at all times provide worker's compensation insurance
covering its employees, and shall provide and maintain liability insurance for
carpet installation activities. The Contractor will provide to the City a
Certificate of Insurance. Such insurance shall include commercial general
liability by an insurance company certified to do business in the State of
California, with Best's A VII or better carriers, unless otherwise approved by
the City's Risk Manager. Coverage shall be a minimum combined single
limit of not less than $1,000,000.00 per occurrence and in aggregate for
property damage and bodily injury. Such insurance shall be primary with
respect to any insurance maintained by the City and shall not call on the
City's insurance contributions. Such insurance shall be endorsed for
contractual liability and personal injury and shall include the City, its officers,
agents and interest of the City. Such insurance shall not be cancelled,
reduced in coverage or limits or non - renewed during the term of this contract
except after thirty (30) days written notice by Certified Mail, Return Receipt
Requested has been given to the City Manager, or designee for the City of
Newport Beach.
8. Contractor agrees to indemnify the City, its officers, employees and agents
against, and will hold and save each of them harmless from, any and all
actions, claims damages to persons or property, penalties, obligations or
liabilities that may be asserted or claimed by any person, firm, entity,
corporation, political subdivision or other organization arising out of the
negligent acts or intentional tortious acts, errors, or omissions of Contractor,
its agents, employees, subcontractors, or invitee, provided for herein.
a. Contractor will defend any action or actions filed in connection with
any of said claims, damages, penalties, obligations or liabilities and
will pay all costs and expenses including attorney's fees incurred in
connection herewith.
b. Contractor will promptly pay any judgement rendered against City, its
officers, agents or employees for any such claims, damages,
penalties, obligations or liabilities.
C. In the event City, its officers, agents or employees is made a parry to
any action or proceeding filed or prosecuted against Contractor for
such damages or other claims arising out of or in connection with the
sole negligence of Contractor hereunder, Contractor agrees to pay
City, its officers, agents, or employees, any and all costs and
expenses incurred by City, its officers agents or employees in such
action or proceeding, including, but not limited to, reasonable
attorney's fees.
3of4
0 0
9. The Contractor shall not have the right to assign this Contract to any other
person or firm except with the consent of the City.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and
year first above written.
Attested by:
G&1 AW
LAVONNE HARKLESS
City Clerk
F. \Cat Agassgrd062498.doc
CITY OF NEWPORT BEACH
Municipal corporation
-v
City Manager
COMMERCIAL INTERIOR RESOURCES, INC.
!SK]
IN
\ '
i�
CRCOUNCIL AGENDA
ITEM NO. 18
CITY OF NEWPORT BEACH
POLICE DEPARTMENT
June 22, 1998
= ;-CH
!UN 2 2
TO: Honorable Mayor, Members of the City Council and City Manager
FROM: Bob McDonell, Chief of Police
SUBJECT: Upper Floor Carpeting of Police Building — Bid Award
RECOMMENDATIONS:
Award bid to Commercial Interior Resources for the total price of $62,247
and authorize the City Manager to execute the contract, subject to
approval as to form by the City Attorney.
2. Establish an amount of $2,753.00 as a contingency for any required
change orders or unforeseen work during the course of the project.
• BACKGROUND:
The Police Department budgeted $65,000 as part of the Capital Improvement
Budget to replace the existing carpeting on the majority of the upper floor of the
facility. Some of the carpet to be replaced dates back to the building's
construction 24 years ago, while the remainder is approximately 15 years old and
in need of replacement due to the facility's 24 hour use.
On May 28, 1998 at 1:30 p.m., the Police Department hosted an advertised
bidder's conference for interested contractors and carpet companies and
distributed the bid specifications and requirements, which were approved by the
City's Fiscal Services Manager.
At the close of the bidding process on June 9, 1998, the City received the below
bids for the project.
BIDDER TOTAL BID PRICE
1. Commercial Interior Resources $62,247.00
2. Appealing Designs $69,877.00
The low bidder, Commercial Interior Resources, is located in Irvine. They are a
distributor for the manufacturer of the carpet which was specified. They have
. successfully completed projects of a similar nature for other public agencies and
police departments in Southern California.
Upper Floor Carpeting f Police Building •
Page 2
Funds to award the contract and to set aside the contingency amount, are
already budgeted for this purpose in Capital Improvement Project account
number 7011 C1820037.
Respectfully submitted,
oB b McDonell
CHIEF OF POLICE
•
0
0
0
0 0
cir
Message
We propose to furnish and install floor covering as specified below;
2,979 sf Interface Carpet "Route 66" color # 2482 Bloomington viny
carpet tile.
2,538 SF Interface Carpet "Route 66 "color # 2482 Bloomington, cus
carpet tile.
9,711 sf Interface Carpet "Southern Plains" color # 2482 Bloomingt
backed carpet file as.
3,300 ft Burke 4 inch top set rubber base, in a commercial color:
Contract Amount: $62,2,47 06
Labor to remove and dispose of existing Hoof covering is in in deC
Renovisions "Lift" and furniture moving included. .
Major floor preparation excluded.
Disconnection of computers, phones and misc. electrical equip en
necessary. +
Contract amount includes materials, overtime labor' sales a d fr
If you have any questions regarding this, please conta� met
•!. -` .17.6:It Ids
2611
T01
commercial interior reronrces
F AX
T R A N S
M I T T A L
DATE:
June 4, 1998
TIME: 3:55 PM
TO:
Lisa McBroom
PHONE: 714 - 644 -3655
New Port Beach P.D.
FAX: 714 -644 -3693
FROM:
Dave Salles
PHONE: 714- 752 -1470 Ext. 241
FAX: 714 - 752 -6103
RE:
City of New Port Beach, Police Department, Floor Covering Proposal
Number of pages including cover sheet: 1
Message
We propose to furnish and install floor covering as specified below;
2,979 sf Interface Carpet "Route 66" color # 2482 Bloomington viny
carpet tile.
2,538 SF Interface Carpet "Route 66 "color # 2482 Bloomington, cus
carpet tile.
9,711 sf Interface Carpet "Southern Plains" color # 2482 Bloomingt
backed carpet file as.
3,300 ft Burke 4 inch top set rubber base, in a commercial color:
Contract Amount: $62,2,47 06
Labor to remove and dispose of existing Hoof covering is in in deC
Renovisions "Lift" and furniture moving included. .
Major floor preparation excluded.
Disconnection of computers, phones and misc. electrical equip en
necessary. +
Contract amount includes materials, overtime labor' sales a d fr
If you have any questions regarding this, please conta� met
•!. -` .17.6:It Ids
2611
T01
on vinyl
may,
iA
fir..
— a
1t
I backed
hion backed
may,
iA
fir..
— a
1t
A.M.S- ENT's I 1 714 361 1671 P.01
AplWing Design •
Pr POW
Date: Friday, Jane 05, 1998
TO: Lisa McBroom
Company: City of Newport Beach Police Dept.
Phone: 7141644 -3693
From: Alan Miner
Company: Appealing Design
Phone: 7141937 -1144
Fazf; 7141837 -1727
NO. O#RW: 1 o t z
Ref.
+iha bttd 01!:�t{ a rt ^ aav,+ rr sn >.�in �5r1lr�l�lna.r.
��pw wr k}q ¢Ra
$abject: Newport Beach. Police Dept., 870 Santa Barbara Drive, Newport Beach, CA
MATERIAL PRICING
Work tion;
1)esclip
� Qty_
Price Per_
Total
Southern Plain
1,250
23.76
29,700
Route 66
315
23.76
7,484
Southern Plains w /Cashion Back
325
25.53
8,299
Burke Base
Tax
3,500
.66
2,310
3,704
(See note below) Material Total
51,495
LABOR PRICING
Unit pricing includes demo,
1,890
8.20
15,498
installation, lifting fern.
Bordering labor
1,050!
1.18 .x,., .;.,,; 8..,„
1,239
Burke base Libor
3,500
I
.47
(Set note below) Labor Total
18j382
Nt]r M Price bared on appealing design act* as broker on materials only. Teems
50% down, balance C.O.D. into bonded case. Newport Beach Police Dept.,
then to enter into labor only contrtict with J. P -- occupied office floeating
specialists — who will demo, lift up, install, let down for above listed price.
It is the MponaMUty of the anbco
above. No chauscs in thin contract
CA this coatlact conatit.tos acceofa
Date
Total Amount 169"
"r to verily au field eonattoaf deacubw
be approved without prior approval. siaaafnlc
Atha above.
0
Data
Ll
0
Contract #3215
AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND
COMMERCIAL INTERIOR RESOURCES, INC.
FOR FURNISHING AND INSTALLING CARPET
THIS AGREEMENT is made and entered into this 24- day of July 1998 by and between
the CITY OF NEWPORT BEACH, a municipal corporation hereinafter called the "City" and
COMMERICAL INTERIOR RESOURCES, INC hereinafter called the "Contractor;"
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws of
the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the charter of the City;
B. Contractor is a California corporation organized and existing pursuant to the laws of
the State of California;
C. The City desires to engage Contractor to provide carpet and installation services
within the City of Newport Beach at the Newport Beach Police Department upon
the terms and conditions contained in this agreement; and
D. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor and desires to
contract with Contractor under the terns and conditions provided in this agreement.
NOW THEREFORE, it is mutually agreed by and between City and Contractor as follows:
1. Term. The tern of this Agreement shall commence upon signing by both
parties. Work shall be completed by August 15, 1998 unless extended
pursuant to mutual agreement of the parties.
2. Services to be Performed. Contractor shall diligently perform all the duties
set forth below:
a. Provide carpet and installation services as specified and required in
attachment 1, titled `The Request for Proposal for Upper Floor
Carpeting of Police Building" and dated June 1998.
3. Compensation to Contractor. The City agrees to pay the Contractor the sum
of $62,247.00 for carpet and installation services as specified in this
contract.
1 of 4
Ll
3.1. Contractor shall maintain accounting records of its billings.
3.2. Contractor shall submit invoices to City payable by City within thirty (30)
days of receipt of the invoice, as follows:
Materials, freight, and sales tax to be due upon delivery of materials. 40,409.00
50% of labor due at half of project completion. 10,919.00
Balance due upon completion.
Contract Amount:
10,919.00
$62,247.00
3.3. Contractor shall not receive any compensation for extra services performed
without prior written authorization of Captain Tim Riley. Any authorized
compensation shall be paid in accordance with paragraph 3.2.
4. Standard of Care. All of the services shall be performed by Contractor or
under Contractor's supervision. Contractor represents that is possess the
professional personnel required to perform the services required by this
Agreement and it will perform all services in a manner commensurate with
community professional standards. Contractor has, or shall obtain and
maintain all licenses, permits, qualifications and approval required to provide
the services described in this Agreement.
5. Independent Contractor. City retains Contractor on an independent
contractor basis and Contractor is not an employee of the City. Nothing in
this Agreement shall be deemed to constitute Contractor or any of
Contractors employees or agents, or personnel which provide services
under this Agreement to be the agents or employees of City. Contractor has
a responsibility for and control over the details and means of performing the
work provided that consultant is in compliance with the terms of this
Agreement. Anything in this Agreement which may appear to give City the
right to direct Contractor or Contractor's personnel to the details of the
performance of services or to exercise a measure of control over Contractor
shall mean that Contractor shall follow the desires of City only in the results
of the services. Contractor shall provide supervisory personnel to supervise
personnel and to ensure that personnel are providing the required services
at the required times and in accordance with this Agreement.
5.1. City and Contractor shall cooperate in scheduling dates and hours of
installation.
6. Contract Representatives. The City's representative in dealing with the
Contractor shall be Captain Tim Riley. The Contractors representative in
dealing with the City shall be Dave Salles.
2of4
7. The Contractor shall at all times provide worker's compensation insurance
covering its employees, and shall provide and maintain liability insurance for
carpet installation activities. The Contractor will provide to the City a
Certificate of Insurance. Such insurance shall include commercial general
liability by an insurance company certified to do business in the State of
California, with Best's A VII or better carriers, unless otherwise approved by
the City's Risk Manager. Coverage shall be a minimum combined single
limit of not less than $1,000,000.00 per occurrence and in aggregate for
property damage and bodily injury. Such insurance shall be primary with
respect to any insurance maintained by the City and shall not call on the
City's insurance contributions. Such insurance shall be endorsed for
contractual liability and personal injury and shall include the City, its officers,
agents and interest of the City. Such insurance shall not be cancelled,
reduced in coverage or limits or non - renewed during the term of this contract
except after thirty (30) days written notice by Certified Mail, Return Receipt
Requested has been given to the City Manager, or designee for the City of
Newport Beach.
8. Contractor agrees to indemnify the City, its officers, employees and agents
against, and will hold and save each of them harmless from, any and all
actions, claims damages to persons or property, penalties, obligations or
liabilities that may be asserted or claimed by any person, firm, entity,
corporation, political subdivision or other organization arising out of the
negligent acts or intentional tortious acts, errors, or omissions of Contractor,
its agents, employees, subcontractors, or invitee, provided for herein.
a. Contractor will defend any action or actions filed in connection with
any of said claims, damages, penalties, obligations or liabilities and
will pay all costs and expenses including attorney's fees incurred in
connection herewith.
b. Contractor will promptly pay any judgement rendered against City, its
officers, agents or employees for any such claims, damages,
penalties, obligations or liabilities.
C. In the event City, its officers, agents or employees is made a parry to
any action or proceeding filed or prosecuted against Contractor for
such damages or other claims arising out of or in connection with the
sole negligence of Contractor hereunder, Contractor agrees to pay
City, its officers, agents, or employees, any and all costs and
expenses incurred by City, its officers agents or employees in such
action or proceeding, including, but not limited to, reasonable
attorney's fees.
3of4
0
9. The Contractor shall not have the right to assign this Contract to any other
person or fine except with the consent of the City.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and
year first above written.
Attested by:
LAVONNE HARKLESS
City Clerk
F: \Cat\Agcrssgrdo82498.doc
CITY OF NEWPORT BEACH
Municipal corporation
By:
KEVIWMURPKY
City Manager
COMMERCIAL INTERIOR RESOURCES, INC.
4of4
OWN