Loading...
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