Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
01/05/1999, C-12 - POLICE DEPARTMENT FLOORING, SPECIFICATION NO. 92-26
council 'I-T-9-9 j acEnaa REpoRt C 2 C I T Y O F SAN L U I S O B 1 S P 0 FROM: Michael D. McCluskey, Public Works DirectdfV � Prepared by: Reinie Jones, Engineering Assistant ;5 SUBJECT: Police Department Flooring, SpecificationNo. 92 -26 CAO RECOMMENDATION: 1. Approve plans and specifications for "Police Department Flooring, SpecificationNo. 92 -26" . 2. Authorize staff to advertise for bids and authorize the CAO to award the contract if the lowest responsible bid is within budget DISCUSSION: The flooring in the police station ranges from seventeen to thirty years old. The existing carpeting, vinyl tile, and rubber flooring is significantly worn and damaged. Some of the flooring areas have water damage from past flooding. This project will install new carpeting, vinyl tile and rubber flooring throughout the police station. Using the same materials throughout both the original building and the remodel area will make it a cohesive unit. Advancements in product design will mean less time and cost in maintenance of the floors. FISCAL EMPACT Estimated Project Cost: $62,000 A total of $62,000 was approved as part of the 1997 -99 Financial Plan for installation of flooring in the Police Station. However, no contingencies were budgeted. After bids are received, staff will return to Council if more money is needed for award and contingencies. ATTACHMENTS: Plans and Specifications are available in the Council Office engrlprojects/bldgs/pdeoonng /staff mWas/aoor.rar CIB. - I Police Station Flooring Specification No. 92 -26 C-12 - z CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA NOTICE TO BIDDERS 1. Receipt and Opening of Bids A) Notice is hereby given that sealed proposals will be received by the City of San Luis Obispo, in the Public Works Administration Office, 955 Morro Street, 93401, until 3:00 P.M. on February 24, 1998 , at which time they will be publicly opened and read aloud, for the construction of the work entitled: Police Station Flooring, Specification #92 -26 B) Any bid received at the Public Works Administration Office after the time and date specified above shall not be considered, and shall be returned to the bidder unopened. C► Bids received via FAX machine shall not be considered. D) Each bid shall be submitted in a sealed envelope plainly marked: Police Station Flooring, Specification #92 -26 2. General Work Description. Install carpeting, vinyl the and rubber flooring in the Police Station. 3. Contract Time. The contract time is hereby established as 30 working days beginning the day of the pre -job conference. 4. Liquidated Damages. The fixed liquidated damages amount is hereby established as $250 per day for failure to complete the required work within the contract time allowed. S. Contractor's License Requirement. The Contractor must possess a valid Class - 15 Contractor's License at the time of the bid opening. 6. Minimum Wage Requirements. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the City Council of the City of San Luis Obispo, California, has ascertained the general prevailing hourly wage rates in the locality where this work is to be performed for each craft or type of workman or mechanic needed to execute the Contract which will be awarded to the successful bidder, and copies of the rates so determined are on file in the Office of the City Engineer, 955 Mono Street, San Luis Obispo, CA 93401. 7. Securing Bid Documents. The work embraced herein shall be done in accordance with the City Standard Specifications dated July 1996, State Standard Specifications dated July 1995, Special Provisions, City Engineering Standards and the plans. A copy of the Plans and Special Provisions may be obtained in the office of the City Engineer, 955 Morro Street, San Luis Obispo, CA 93401, by paying a non - refundable fee of $3.00 if picked up in person, or by mailing a non- refundable fee of $5.00 to: City of San Luis Obispo, Engineering Division, eim r_iz_A 955 Morro Street, San Luis Obispo, CA 93401. Request must include the Specification Number. A copy of the July 1996 City Standard Specifications may be obtained by paying a non - refundable $5.00 fee if picked up in person, or a non - refundable $7.00 fee if mailed to you by the City Engineer's Office. For information call 805/781 -7200. 8. Bids. Bidders shall comply with and agree to all instructions and requirements in this notice and in the contract documents. A) All bids must be submitted on the prescribed bid proposal form. B) EACH BID SHALL BE ACCOMPANIED BY A CERTIFIED CHECK, CASHIER'S CHECK OR BIDDER'S BOND MADE PAYABLE TO THE CITY OF SAN LUIS OBISPO FOR AN AMOUNT EQUAL TO TEN PERCENT (10%) OF THE AMOUNT OF THE BID, SUCH GUARANTY TO BE FORFEITED SHOULD THE BIDDER TO WHOM THE CONTRACT IS AWARDED FAIL TO ENTER INTO THE CONTRACT. C) The City of San Luis Obispo, California, reserves the right to reject any or all bids or waive any informality in a bid. D) All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done. E) No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions Code. F) The award of the contract, if awarded, will be to the lowest and best regular responsible bidder whose proposal complies with the requirements prescribed. Such award, if made, will be made within 60 calendar days after the opening of the proposals. 9. The Contractor may substitute securities for moneys withheld under the contract in accordance with the provisions of the Public Contract Code, Section 10263. cla -4 SPECIAL PROVISIONS 1. PLANS AND SPECIFICATIONS The work embraced herein shall be done in accordance with these Special Provisions and the City of San Luis Obispo, Department of Public Works, Standard Specifications July 1996 edition, in conjunction with the State of California, Department of Transportation Standard Specifications dated July 1995. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence. 2. EXECUTION OF CONTRACT, BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES Contract bidding, award, execution and administration shall conform the provisions in the Standard Specifications and these Special Provisions. Section 3 -1.02 "Contract Bonds" of the Standard Specifications is amended to read: The Contractor shall furnish two (2) good and sufficient bonds to the City of San Luis Obispo, California. Each bond shall be in an amount equal to one hundred percent (100 %) of the total contract price. One bond shall be for payment of claims for labor and other materials, and the other for faithful performance. Only bonds from companies that are "Admitted" sureties will be acceptable to the City. The City will execute the contract with the successful low bidder upon receipt of the required bonds, insurance and signed agreement from the Contractor. The City will set a date for the pre -job conference. The pre -job conference will take place within 15 working days of the execution of the contract by the City. Attendance by the Contractor's representative is required. The pre -job conference will be held on a Thursday or Friday and Working Days will begin the following Monday. The Contractor shall commence operations within 10 working days from the start of Working Days. Failure to do so without written approval of the Engineer, shall be considered abandonment of the work and the City may terminate the Contractor's control over the work under the provisions of Section 8 -1.08 "Termination of Control." Said work shall be diligently prosecuted to completion before the expiration of 30 working days, beginning on, and including, the start date. The Contractor shall pay to the City of San Luis Obispo the sum of $250.00 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. 3. DESCRIPTION OF WORK. Install carpeting, vinyl tile and rubber flooring in the Police Station. 4. CITY FURNISHED MATERIAL. NONE. 1 CI9l- 5 SPECIAL PROVISIONS 5. OPERATIONAL PROCEDURES AND TRAFFIC CONTROL. Operational procedures shall conform to the provisions in Section 7 of the Standard Specifications. Attention is directed to the provisions in subsections 7 -1.01 G "Water Pollution," 7 -1.11 "Preservation of Property," 7 -1.12 "Responsibility for Damage, Section 7 -1.08, "Public Convenience," and Section 7 -1.09, "Public Safety," of the Standard Specifications and these Special Provisions. OSHA compliance shall conform to the provisions in " Section 7 -1.06, "Safety and Health Provisions," and these Special Provisions. Construction Area Traffic Control Devices shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices" of the Standard Specifications and these Special Provisions. Dust control shall conform to the provisions in Section 10, "Dust Control," of the Standard Specifications and these Special Provisions. Materials and material storage shall conform to the provisions in Section 6, "Control of Materials" of the Standard Specifications and these Special Provisions. Failure to comply with the provisions in this section shall be considered a material breach of contract. All work shall cease until contractor can demonstrate active compliance with these requirements. Any delay caused by failure to comply shall be the full responsibility of the contractor and no additional contract time nor compensation will be allowed therefor. Full compensation for conforming to the requirements of this section shall be included in the contract prices paid for the various items of work and no additional compensation shall be allowed therefor. 6. EXTRA WORK, FORCE ACCOUNT PAYMENT. The Contractor shall submit a list of equipment they anticipate will be used on the project and the associated Caltrans Equipment Rental Rate. If there is no established rate, the Contractor should so indicate. This information shall be provided at the pre job conference. In addition to the provisions in Section 9- 1.03A(1) "Labor" of the Standard Specifications, the following provisions shall apply: When an owner, superintendent or other salaried employee are performing work on the project, they will be paid at the prevailing wage corresponding to the type of work performed. Foreman wage rates, for purposes of calculating the expense of Extra Work, Force Account Payment, shall be as set forth below: Prevailing wage rate of the highest paid employee used on the extra work under force account payment and being supervised by the foreman to do the extra work plus $1. per hour. 2 CU.- 4 SPECIAL PROVISIONS 7. CONSTRUCTION DETAILS. All flooring materials and installation shall conform to the provisions in the Uniform Building Code, the Uniform Fire Code and the Americans with Disabilities Act (ADA). Contractor should note that there is a stairway which will require ADA compliance. Contractor shall furnish all materials, labor, tools, and equipment required to complete the floorings as detailed in the attached list and drawing marked as Exhibit A and Exhibit B respectively. The City will remove and replace all furniture. 7. -1.01 Carpeting. Carpeting shall conform to the following provisions. Description of Work. Work shall include but not be limited to providing installation labor, carpeting, floor mats, installation materials, installation accessories and moldings or covings as noted in these special provisions and the drawings. Materials. Carpet shall be per the following specifications or an approved equal: Manufacturer: Collins & Aikman Style: Batra style Color: #24516 "Larkspur" Pile: 75% Dupont SDN and 25% Dupont Antron Legacy Nylon Backing system shall be per the following specifications or an approved equal: Primary Tufting Substrate: Synthetic Non -woven Sealant Coat: Sealant Vinyl Backing Type: Powerbond Mark I, RS Closed Cell Vinyl Cushion Backing Weight: 35.5 oz /sy Backing Density: 18.5 lbs /cu ft Backing Thickness: 0.156 inch Backing Compression Set: max 10% Backing Compression Deflection: min 7lbs at 25% Installation Adhesive System: Powerbond RS Microencapsulated Tackifier Installation. Contractor responsible for proper product installation per manufacturer's recommendations. Contractor responsible for floor testing. The carpet coving shall consist of the same carpet and adhesive as is being installed on the floor. The carpet cove shall be 6" in height. The cove shall be bound on the top edge using a top quality carpet binding in a color to be selected at or before the pre -job conference. Sub -floor Preparations. Sub -floor preparations shall meet all conditions as specified in the manufacturer's installation instructions. Preparations shall include the removal of all existing carpeting and repairing the existing floor surface as needed. Contractor shall remove all rubber base boards and if needed repair damage prior to installation of carpet cove. All materials used in sub -floor preparation and repair shall be recommended by the carpet manufacturer or shall be chemically and physically compatible with the carpet system. 3 u0.- 7 SPECIAL PROVISIONS Warranty. Contractor shall comply with all provisions of the manufacturer to obtain the warranty. Contractor shall provide a standard, printed, non - prorated warranty from the manufacturer. All items to be full term, not pro- rated, for the indicated period. If the product fails to perform as warranted when properly installed and maintained, the affected area will be repaired or replaced at the discretion of the manufacturer. The term of the warranty shall be twenty years and shall cover against: 1. Excessive surface wear. (Excessive wear means more than 15% loss of pile fiber weight measured before and after use.) 2. Edge ravel. 3. Zippering. 4. Backing delamination. (Separation of secondary backing from the primary backing.) 5. Watermarking on any product not 100% loop construction. (Apparent color difference between areas of same carpet) 6. Excessive static electricity. (More than 3.0 kilovolts when tested per AATCC 134 at a relative humidity of 20% and a room temperature of 70 degrees F.) Chair pads are not required for warranty coverage. All carpet warranties shall be sole source responsibility of the Manufacturer. Warranty shall be official standard documents. All carpet warranties shall be signed and notarized by a company representative. Performance Assurance General. A. Flammability Requirements 1. The carpet product, when tested with its attached backing as represented by averages of testing from random samplings of production lots, must meet flammability requires for the following nationally recognized Building Codes for floor coverings: a. BOCA National Building Code b. NFPA 101 Life Safety Code for Safety to Life in Buildings and Structures C. Standard Building Code (SBC) d. Uniform Fire Code (UFC) B. Face Fiber Characteristics 1. Continuous Filament Nylon C. Stain Inhibiting 1. Stain inhibitor applied to the product during manufacture to resist fiber staining and soiling D. Backing Characteristics 4 GO, -S SPECIAL PROVISIONS 1. Thermoplastic Vinyl composite 2. Fully fused to provide for no delamination 3. Closed cell, vinyl cushion backing 4. Backing system to provide a barrier to moisture penetration 5. Product to provide for a chemically welded seam E. Adhesive System Characteristics 1. Carpet as installed to be securely attached to the floor in compliance with Americans with Disabilities Act (ADA), Section 4.5.3 2. Product to be installed without the use of wet adhesives 3. Product to be supplied with a cured Microencapsulated Tackifier applied to the back at the time of manufacture F. Environmental Impact Characteristics Product, inclusive of adhesive, to comply with the 1994 State of Washington protocol. The product, when tested as manufactured (no air -out period required), shall pass the protocol as written and shall have the following characteristics: a. Less than 0.05 ppm (parts per million) of formaldehyde b. Less than 0.50 mg /cubic meter of total volatile organics C. Less than 50 ug /cubic meter of total particulates d. Less than 1.0 ppb (parts per billion) 4 -PC e. Test over a 96 hour time period f. Submit compliance table 2. Carpet to be delivered with a recycle bag for recycling of the plastic film used to protect the Microencapsulated Tackifier 3. All carpet products must pass the University of Pittsburgh protocol for toxicity being "no more toxic than wood" when burned under the same conditions. 4. Carpet to be reduction barrier to radon flow 5. Carpet to provide asbestos enclosure properties. "Enclosure" means an airtight, impermeable, permanent barrier around ACBM (Asbestos Containing Building Material) to prevent the release of asbestos fibers into the air. 6. Carpet to be installed without the use of wet adhesives. 7. Company to have an in- place, operational recycling program for product (at the end of its useful life) and manufacturing waste. Program shall recycle 100% of the product in the same operation. This program shall not consist of incineration. Performance Assurance Testing. A. Test reports shall be submitted for all performance assurance specifications listed below. 5 C12- - 9 SPECIAL PROVISIONS B. Requirements listed below must be met by all products. C. All submitted test numbers shall represent average results for production goods of the referenced style. D. Required test reports: 1. Flooring Radiant Panel ASTM E -648 or NFPA 253: Class 1 (CRF greater than 0.45 Watts /Sq Cm) 2. Backing Cellular make -up: Closed cell Microscopic - As manufactured 3. Backing Cellular make -up: Closed Cell Microscopic - After 50,000 Phillips Chair Cycles 4. VOC Chamber Testing Results ASTM D 5116: Passing 1994 State of Washington protocol 5. University of Pittsburgh Protocol (LC -50) for toxicity: "no more toxic than wood" when burned under the same conditions. 6. Radon Flow Barrier Testing - Certified Lab Flow Reduction Barrier 7. Moisture Barrier Moisture Penetration by Impact @ 10 psi: No penetration after 10,000 impacts. 8. Air Permeability of Textile Fabrics: No air flow (0.9 cubic ft /min) 9. Seam Integrity after Phillips Chair Test: Seam to remain intact after 50,000 cycles 10. Delamination of Secondary Backing of Pile Floor Coverings ASTM D -3936: No delamination 11. Vetterman Drum Test: Minimum 3 12. Lightfastness AATCC 16E:Min 4 after 100 AFU 13. Static Propensity AATCC 134: 3.0 KV or less 14. Static Coefficient of Friction ASTM C -1028: Passes 6 c« — ID SPECIAL PROVISIONS 15. Backing Density ASTM D 1667:18.5 lb/cu ft, +/- 5% 16. Backing Compression Set ASTM D1677: Max - 10% 17. Backing Compression Deflection ASTM D 1677: Min 7 Ibs /sq in at 25% Protection and Cleaning. All rubbish, wrappings, debris, trimmings, etc. to be removed from the site and disposed of properly. Carpet shall be completely vacuumed using a beater brush /bar commercial vacuum after installation by contractor. Maintenance. Manufacturer shall supply a list of recommended care products to insure compliance with warranty. 7 -1.02 Vinyl Tile. Description of Work. Work shall include but not be limited to providing installation labor, vinyl tile, installation materials, installation accessories and moldings as noted in these special provisions and the drawings. Materials. Tile shall be 12" x12" x 1/8" Mannington brand vinyl the or approved equal. The tile shall be a low maintenance, commercial grade product, consistent with the "no wax" variety. The colors shall be #121 silver white and #100 navy or approved equals. The molding shall be Burke rubber top set 6" base with pre - formed outside corners or an approved equal. Installation. Contractor responsible for proper product installation per manufacturer's recommendations. Contractor shall remove all existing rubber base boards and if needed repair damage prior to installation of new baseboard. Sub -floor Preparations. Sub -floor preparations shall meet all conditions as specified in the manufacturer's installation instructions. Vinyl tile shall be placed over existing vinyl tile. Contractor shall sand and seal any irregularities in existing flooring. All materials used in sub -floor preparation and repair shall be chemically and physically compatible with the flooring system. Protection and Cleaning. All rubbish, wrappings, debris, trimmings, etc. to be removed from the site and disposed of properly. Tile shall be cleaned by contractor. Maintenance. Manufacturer shall supply a list of recommended care products to insure compliance with warranty. 7 -1.03 Rubber Flooring. Description of Work. Work shall include but not be limited to providing installation 7 61a-II SPECIAL PROVISIONS labor, rubber tile, installation materials, installation accessories and moldings as noted in these special provisions and the drawings. Materials. The rubber the shall be per the following specifications or an approved equal:. Manufacturer: Burke Type: Rouleau Model: Rubber Tile with square profile & matching 6" baseboard Total thickness: Appx 0.12 in (3.0 mm) Total Size: 19.80" x 19.80" Face of tile: 0.005" cushioned edge disc profile (square profile) Back of tile: Smooth Model: Rubber Stair Treads with Square Nose and square profile & matching baseboard Total thickness: Appx 1/8" Colors: #683 gray and #323 blue or approved equal. Product Description. 1. Tile is made of vulcanized rubber compound. The compound for the product consists of rubber, high - quality stabilizer, migrating wax, and dirt- releasing agents. There is no reground rubber, coarse fillers, or sand in the content of the tile. Colors are mixed into the tile materials at the beginning of production to ensure consistent color through the entire finished product. All materials used are first quality, homogeneous, and free of objectionable odors. 2. Tile is precision -cut to ensure a tight fit at the seams and it is dimensionally stable to ensure against shrinkage and warpage. 3. It has gently raised squares and so is slip resistant. It provides a low noise -level floor. It resists surface alkali, scuffing, gouging, cigarette burns, and most chemicals. 4. Stair treads must conform to ADA requirements Technical Data. 1. Must meet or exceed the requirements of ASTM F1344 Class I, A. 2. Flame rating: ASTM E 648, NFPA 253, NBSIR 75 -950, Federal test method #372 "Flooring Panel Test" - Class I (greater than 1.07 watts /cm) 3. Denting: Relative static load without permanent denting is 600 psi. 8 02.- I SPECIAL PROVISIONS 4. Shore Hardness: Meets ASTM F1344 with a minimum hardness of 85. 5. Abrasion Resistance: Not more than .7 grams lost in Taber Abrasion Test with H -18 wheels, 500 gram weight at 1,000 cycles 6. Static Coefficient of Friction: ASTM D 2047 -.6 minimum. Installation. Contractor responsible for proper product installation per manufacturer's recommendations and the following provisions. Rubber the shall be placed over existing vinyl tile and concrete. Contractor shall remove all rubber base boards and if needed repair damage prior to installation of carpet cove. 1. Curing Agents: Must not be used unless approved by manufacturer. 2. Floor Preparation: Surface to receive rubber tile, baseboard, and adhesive must be clean and dry. All existing floor wax must be removed. Cracks, minor holes, and excessively worn areas shall be filled using latex underlayment. 3. Layout of Tiles: Tiles should be laid out so that the small arrow on the back of the tiles line up in the same direction. This can only differ when cutting in tiles at the wall or edges. This will hid seams and add strength to the installation. Lay out all tiles so as to minimize cuts less than one -half the in size. Locate cuts so as to be least conspicuous. The floor should then be rolled with a clean, 150 pound roller. 4. After Installation: Remove all excess adhesive before it dries. Use cloth dampened with water. If adhesive has dried, remove carefully with °000" steel wool and denatured alcohol. Rub lightly to avoid dulling or scratching tile. After setting and prior to use, clean the floor with the recommended cleaner. Upon completion of the floor installation and prior to occupancy, the floors shall be protected with a heavy Kraft paper. Adhesive. Adhesive shall be per the following or an approved equal: 1. BR -831 - a two -part solvent -free epoxy for installing rubber floor tile and studded rubber floor the over a variety of substrates. Can be used above, on, or below grade substrates. A moisture test shall be performed on any concrete surface prior to installation. Contractor responsible for tests. Three pounds of 9 CIA-15 SPECIAL PROVISIONS water per thousand square feet is the maximum hydrostatic pressure water allowed for proper performance of the adhesive. 2. BR -829 - Solvent -Free Epoxy Nose - Filler and Adhesive. Prevents cracking or flexing of treads and nosings by uniformly molding a strong bonding support to the under step. When properly mixed it will not sag and will repair cracks, holes, depressions, warn and broken stair edges. Initial Cleaning. Coating Removal. Tile has a special migrating wax which acts as a protective layer. Contractor shall remove protective coating before the floor is used. Maintenance. Manufacturer shall supply a list of recommended care products to insure compliance with warranty. Equipment and Chemicals. 1. Single disc (150 -300 rpm) rotary buffing machine 2. Wet vacuum or appropriate device 3. Soft synthetic or natural brush only - scrubbing (do not use stiff brush) 4. Soft synthetic or natural brush only - polishing (do not use stiff brush) 5. Taski "Profi" diluted (10 to 1) Warranties. 1. Tile: 5 year limited warranty 2. Skirting: 3 year limited warranty 3. General: (1) All products will be free from defects in material and workmanship at the time of shipment. They will confirm within reasonable variation allowable for this industry, to the description (size, color, pattern) on the sales order. (2) All products will be sufficiently packaged and labeled. io ca - t5 Exhibit A Floor Coverage by Type �i' -.,.. xS:�Q�...{ ,`"�`x•.a}, �,''''hJ.,i'kS.. T +n +n '•S':• a�(f tic 101 36 9/e`nv� `. s:i:C:� 30 , xvn\�Yn . .. k i 1080 >6..WJ: vy nYSCK:�CS�.' 120.00 nX I X1 Jw l I X 1kitchen in Rubber tile Hall 103 5 6 30 3.33 X X FST Office 106 22 15 330 36.67 X X ID Tech 109 12 9 108 12.00 X X Hall 110 34 5.5 187 20.78 X X Hall 111 44 5.5 242 26.89 X X Entry 132 4 5 20 2.22 X X Mens Lockers 133 15 28 420 46.67 X X Lobby 201 832 92.44 X X Interview 202 8 8 64 7.11 X X Interview 203 8 8 64 7.11 X X Op Sec 206 11 10 110 12.22 X X Invest 207 564 62.67 X X Surveillance Rm 209 9 9 81 9.00 X X Invest Lt 210 13.5 10.5 141.75 15.75 X X Hall 211 21 51 105 11.67 X X Hall 212 12 4 48 5.33 X X Ad Captain 213 12 11 132 14.671 X X Interview 214 10 7 70 7.78 X Hall A&B 216 70 5.5 385 42.78 X X Hall 217 9 5 45 5.00 X X Interview #5 218 101 9.5 95 10.56 X X Conference Rm 219 341 11 374 41.56 X X Traffic 223 13 13 169 18.78 X X SORT 224 13 11 143 15.89 X X Comm Su_ er 225 13 11 143 15.89 X X Lt Office 226 13 11 143 15.89 X X Watch Comm 227 13 11 143 15.89 X X Sgt's Office 2281 131 11 143 15.89 X X Foyer 2291 201 8 160 17.78 X X Entry 2321 51 4 20 2.22 X X Switchboard 233 151 10 150 16.67 X X Rec Supervisor 234 131 10 130 14.44 X X Records 235 848 94.22 X X Breezeway 240 13 6 78 8.67 X X Lounge 242 18 14 2521 28.027 X X X kitchen in Rubber tile Hall 245 37 5 1851 20.56 X X Exhibit A - Page 1 r1s -1; Exhibit A Floor Coverage by Type moo:. V `Y::..ui 2 �i '�;'1.ru,},^�v,.n�i:Y : {o}}� »J:k� Y'¢U� p.i�Cyx�i.�� :.,�Y °,w:"i�N$t v ''^`,3.,"�2 % '•.: 2 � J. }b+t�''�»'. .'M2• '•.��„YJ�.::,� "u<i?v.: 121 9 rv'Q;. ;�' :;L' 108 }3x::..¢ � �.: w��d�,"��^CG. inn :�e+�c'.}'S3f`:f. V 12.00 2H Y � X � "�i R X ,' 'r• � :E � �' �i' p \'`k �,..� 9.' A.. ¢¢y. .:� _ � } +.,� �' a �•' �•.¢ .2Y ¢Y^'24,"'i.%' �rvy�:id "kY+�¢a \����,}'�'',¢0. :r'. ;.iixigi;:�R'3 %• Dictation 247 Hall 250 481 5 240 26.67 X XI j Exec Sec 251 167 18.56 X XI I Chief 253 22 13 286 31.78 X X Op Captain 254 12 10 120 13.33 X X Trn S 255 12 101 120 13.33 X X ' VOMINVE Og v,...0 ^f> i' � i�Y{Yd{%:ii w'i,:Y {i:v{. 24n, �( .v..t>dki � W 2[w».i•`�. Video Evidence 102 121 6 72 8.00 X X Video Room 104 12.51 10.5 131.25 14.58 X X Photo Lab 107 12 13 156 17.33 X X Crime Lab 108 22 71 154 17.11 X X Prop Lockers 121 12 8 96 10.67 X X janitor Closet 131 4 5 20 2.22 1XIX Closet 246 12 4 48 5.33 X X v }:?{j {in 7 .�U7.77 'i,V'. }:Li:i.v:� Trainor' 101 61 21 12 1.33 X X kitchen area only Hall 111 61 5.51 30 3.33 X X entry area only Foyer 119 131 41 52 5.78 1 X X ,Briefing 128 211 20 420 46.67 1 X X Hall 129 40 5 200 22.22 X X Hall 137 43 5 215 23.89 X X Foyer 140 26 8 208 23.11 X X Stairwell 215 6 0.00 X X Lounge 242 6 2 12 1.33 X X kitchen area only Report Writing 244 121 10 120 13.33 X X rv.rv.. Roof Access 220 6 4 24 2.67 carpet scrap Closet 230 5 3 15 1.67 carpet scrap Closet 231 5 4 201 2.22 carpet scra .. .... ' .�� ..... ....{ .... Exhibit A - Page 2 ri2 -t6 Mar -25 -93 04:05P San Luis Obispo Pub Wks SOS 78' -7163 P_01 R,U 60ER . TrLU 1 2S6 O I CAPT CMIEF l 25S tea 11 CAPT I 264 b2 j --- - - - --- i I© ADMM HALL SEC O ISTAFF 219 1 ! 249 •251 L— -- L •q.'Y68. - •r :., '. Ii8P€%SMV M1 ! PWCP PC - -._. . F' M -..:.: .. 2 2i8 227 7 247 - 44 2 2, LQYN9E I ' °Y ® 242 ` ' 18 w 218 B • RErtiL La:: ri Cvl.f. "_ - XALL 2t8. ! }5 1 Q7 —,-L ® ! 23 Tom e Of YElT; 21! Q C Q ' •p « 78'224 M3'228 SEC 228 273 I WAT GO , lie I Q - ®206 —� Q , � , ® • i-® O ~ -- O - raccl. . LOBBY 203 er ®. .•: dd • ••.• + » ? Q Q Q O •!�i 278 Tae STAFF 207 204_ Q `'x,20! MAIN. ENTRANCE II II -- 0 rill - 11 F Mar -25 -98 04:06P San Luis.Obispo Pub Wks 805 781 -7163 P.02 Zi R)ux,--n � 6 BID SUBMITTAL FORMS Please Note. Forms a, b; c, d; e, & f MUST be COWL&M -aand submitted with yourbid.. (Please.staple forms together.) Failure to submit these forms will ',be cause to reject the bid as nonresponsive. . am -I b CONTRACT PROPOSAL TO THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA THE UNDERSIGNED, hereby agrees that he has carefully examined the location of the proposed work, that he has carefully examined the plans and specifications, and that he has carefully examined and read the accompanying instructions to bidders, and hereby proposes to furnish all of the materials and do all the work required to complete: Police Station Flooring Specification #92 -26 in satisfactory working condition, in accordance with said plans, specifications, and the special provisions, for the prices set forth below: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. Police Station Flooring LS 1 a -1 BID TOTAL: $ Company Name cm- 0 By signing below, the bidder acknowledges and confirms that this proposal is based on the information contained in all contract documents, including the plans, specifications, special provisions, and addendum number(s) . (Note: It is the contractor's responsibility to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within ten days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid shall become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. Expiration Date The above statement is made under penalty of perjury, and any bid not containing this information "shall be considered nonresponsive and shall be rejected" by the City. SIGNATURE OF BIDDER (Print Name and Title of Bidder) Business Name (DBA): Owner/Legal Name: Circle One: Sole- proprietor Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address: Street Address Mailing Address City, State, Zip Code Dated , 19_. 0 (Rev. 3- 16-97) Phone No Fax No. ct2,- AV 7 F CA U F O m CA O F �oL o C rig v C C'O .UC ca d o d o m 3 m O m o O U m E � g o C U CL 0 o o •� o m .0 eo � L npJ V] O N d h d w caz z z � � E E w y N � O 00 � •U O C C y C O L 9 C 0 d c c m ` O L t6 C y EV G O �� C �L V7 O c $ = c �3 „ °. E ca m 00 t � N N r o � 00 v o- y c r o o ti o o O m I L U o a U U i O E� o � 0 h a V % > t O U U m C L " r W y � w t N d C) C H T O ,0 •C op V= U C o cc °_ y m h U O a�Uvai w° F z 10 iE O O m 8°F (X 0 o V a c � O N Q 070 V] c O U_ d � fl O a m`os h d � O E- az' Q E 7 z N C U -1 U L 30 � o a e d U = D U z�� d C N W N d t A 0 'o s R ci U o, �o N 00 i N ua- X1 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has _, has not _ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regent of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. d cla. -Aa PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space: PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal count has been issued against the Contractor within the immediately preceding two-year period because of the Contractoes failure to comply with an order of a federal corm which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signanne portion thereof shall also constitute signature of this Statement and Questionnaire. Bidden are cautioned that maldng a false certification may subject the certifier to criminal prosecution. e c 1.2 -..3 NONCOLLUSION DECLARATION TO BE SUBMPITED WrM BID I, 1 declare that Iam Of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on . 19. in I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (SEAL) (Signature and Title of Declarant) Subscribed and sworn to before me this day of , 19 Notary Public ct2 -a4 CONTRACTOR INSURANCE INFORMATION This form is designed to encourage bidders to determine whether or not their insurance meets the City's requirements prior to bidding; and, whether they will face any additional costs to obtain acceptable insurance. It is informational only and is not used as a basis for rejection of bids, nor is it to be construed as an acceptance by the City of a bidders insurance. The Contractor must obtain the insurance required per the Special Provisions in order to obtain award of the contract. 1. General Liability: $ per occurrence for bodily injury, personal injury and property damage. general aggregate limit applies separately to this project / location. general aggregate limit is twice the required occurrence limit. additionally insured endorsement available. 2 Automobile Liability. $ per accident for bodily injury and property damage. additionally insured endorsement available. & Employer's liability: $ per accident for bodily injury or disease. additionally insured endorsement available. 4. List any Deductibles and Self- Insured Retention: 5. Insurance Company Name: Insurers A.M. Best Rating: ra -a5 INSURANCE REQUIREMENTS. INSURANCE REQUIREMENTS: CONTRACTORS The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, or sub - contractor. Minimum Scone of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self - Insured Retentions. Any deductibles or self - insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self - insured retentions as respects the City; its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor, products and completed operations of the Contractor, premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self - insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurers liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 6. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of section 2782 of the Civil Code. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coveraae. Contractor shall furnish the City with a certificate of insurance showing required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. nia -a7 S.A Mf LE F 0 R M! S GM-419 CITY OF SAN LUIS OBISPO CALIFORNIA FORM OF AGREEMENT THIS AGREEMENT, made on this day of 19_, by and between the City of San Luis Obispo, San Luis Obispo County, California, hereinafter called the Owner, and hereinafter called the Contractor. /-tQu L That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of in strict accordance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE M CONTRACT PRICE: The owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Approzamate Items with Unit Price Written Unit Total Item Quantity in Words Price (in Figures) c« -a9 Payments are to be i....Je to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract_ Should any dispute arise respecting the true value of any work omitted or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are fully a part thereof as if herein set out in full, if not attached, as if hereto attached. 1. Notice to Contractors and information for bidders. 2. Standard Specifications, Engineering Standards, and Special Provisions. 3. Accepted Proposal. 4. Public Contract Code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration 6. Plans. 7. List of Subcontractors 8. Agreement and Bonds 9. hwurance Requirements and Forms ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO MAYOR CONTRACTOR ATTEST: y rC' a (Rev. 9-&93) n12'- 30 BIDLER'S BOND TO ACCOMPANY PROPL. AL Know all men by these presents: That we , AS PRINCIPAL, and AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of. Dollars ( ) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain proposal of the above bounden to construct (insert name of street and limits to be improved or project) dated is accepted by the City of San Luis Obispo, and if the above bounden his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19_ (Rev. 9 -8 -93) Cta: -5t