Loading...
R-03-02-13-13A1 - 2/13/2003RESOLUTION NO. R- 03- 02- 13 -13A1 WHEREAS, the City of Round Rock has duly advertised for bids for the replacement of carpet at the Stadium /Convention Center Complex, and WHEREAS, DuPont Flooring Systems has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of DuPont Flooring Systems, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of DuPont Flooring Systems is hereby accepted as the lowest responsible bid and the City Manager is hereby authorized and directed to issue a purchase order to DuPont Flooring Systems for the replacement of carpet at the Stadium /Convention Center Complex. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 13th day of Februar 2003. CHRISTINE R. MARTINEZ, City Secre -r 0 \Wox \REEOLUTI \1130213A1.000/SC ayor Ci r of Round Rock, Texas Bidder to comply with all conditions set forth below and on the reverse store ut olio ■ -,,. agrees ITEMS CLASS & ITEM DESCRIPTION OTY UNI1 MAKEIMODEL UNIT PRICE EXTENSION 91009 Best Bid Evaluation: All bids received shall be evaluated based on the best value for the City which will be determined by considering all or part of the following criteria: Bid price, Delivery, Reputation of the bidder - and Bidders past relationship w /City. NOTE: PROJECT COMPLETION MUST BE BEFORE 3 -15-03 SITE VISIT: JANUARY 14, 2003 TIME: 9:00 AM LOCATION: Dell Diamond 3400 Palm Valley Blvd. RR Tx. CONTACT: HOWARD BAKER @ (512) 218-5455 Quantities are estimates only. The City will only purchase amounts necessary to fulfill current need. . � 24-- 3) 7- Co 1 Mannington Carpel, e- Ticket, (Frequent Flyer) in accordance with Specification No. 03- 910 -09, dated 1 -03 (8pgs). 150 sq. yd. ASS /tc• yam• 2 Carpet per sq. yd $ 1 • Z L _ Install peryd $ `/• 2 Lees Bello 07006. (Mocrafin Brown) In accordance with Specification No. 03- 910 -09, dated 1 -03 (Spgs). 1981 d. sq.yd. '' / J 7 � p , T 7 � Carpet per sq. yd $ Zc•Sd Install peryd $ Y O Reclamation of existing carpet per Specification No. 03- 910 -09, dated 1 -03 (8pgs). �., Carpet per sq. yd $ 2131 sq.yd. H 3 X00 G 3'73 -4 Labor peryd $ Z °= ___ a Charges, if any, for clearing room(s) of furniture and all items to remove old carpet and then replace items in newly carpeted area. 1 lot of Labor per hr $ Life. e.-it ccf2eo. `�,[ ), 1, �L eU�,6•t/C ede b aat xrtWd.Q, t:F+ 'fiLS • /,S 4. acd �r IT • AgeVisr GRAND TOTAL! r/ ee 24-- J 4 ‘./o' . - --- "•- OFWERYIN 4 - DAYS -r BIDS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME. INVOICE TO. City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 70664 -5299 BID F 0.9 DESTINATION, FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW DESTINATION: City of Round Rock Dell Diamond 3400 East Palm Valley Blvd. Round Rock, TX 78664 INVITATIOti FOR BID (IFB) CARPET RECLAMATION AND INSTALLATION 'CITY OF ROUND ROCK PURCHASING OFFICE 1/10/2003 221 E. Main Street 1 of 1 Round Rock, Texas 78664-5299 FACIMILE RESPONSES SHALL NOT BE ACCEPTED SHOW BIB OPENING BASE 610 NUMBER IN LOWER LEFT HANG CORNER OF SEALED BO RETURN VP/ELOPE 6 ADORERS OF RIIPPNG N FIRM ADDRESS. BIDDING INFORMATION: BID NUMBER 03 OPENING DATE: 1/28/2003 at 3 00 P M BID LOCATION: 221 E Main Street, 1st Floor Council Chambers, Round Rock, TX 78664 RETURN SIGNED ORIGINAL AND ONE COPY OF BID' BIDDER SHALL SIGN BELOW lB sign bid di, h'Btd AWIOded Signatu ) -[ -f- Date 7 -admvy.s R. Print Name SEE 1.60N BACK FOR INSTRUCTIONS: TAX ID NO' LEGAL BUSINESS NAME Tfy p it �� Are y ST &7� ADDRESS 2i/G /OLl'� a 7S8 ffUS_ fr Ta2=d _S CONTACT. TELEPHONE Na. 1, 2221 a - 37- VS-0 -- - BUSINESS ENTITY TYPE: O9Iy,/G'X8/4 L .FrAfo2 /,..1 Lviii.1'224rt °9' /L "By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such entity has violated the antitrust laws of this Stale, codified in Section 15.01 el seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or Indirectly, the bid made to any competitor or any other person engaged in such line of business." DATE: February 7, 2003 SUBJECT: City Council Meeting — February 13, 2003 ITEM: * 13.A.1. Consider a resolution authorizing the City Manager to issue a purchase order to DuPont Flooring Systems for the replacement of carpet at the Stadium/Convention Center Complex. Resource: Bill White, Finance Director History: The carpet in the Stadium/Convention Center Complex has shown considerable wear and tear over past three years. The replacement carpet would be of a better quality and durability than the existing carpet. The City received one bid for the removal and disposal of the existing carpet and the purchase and installation of the new carpet. The Finance Department recommends the awarding of the purchase order to DuPont Flooring Systems. Funding: Cost: $61,000 Source of Funds: Hotel/Motel Occupancy Tax Outside Resources: N/A ImpactBenefit: Public Comment: N/A Sponsor: Finance Department The existing carpet at the Stadium/Convention Center Complex would be replaced with a higher quality and more durable carpet that would withstand the high traffic, and cleaning over time. CITY OF ROUND ROCK SPECIFICATION NO. 03- 910 -09 DATED: January 2003 CARPET INSTALLATION AND RECLAMATION PARTI GENERAL 1. PURPOSE: The City seeks to establish an agreement with a reliable and qualified Contractor to remove and dispose of existing carpet and replace it with carpet that meets or exceed all requirements herein. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Agreement — A mutually binding legal document obligating the Contractor to furnish the materials, goods, equipment or services, and obligating the City to pay for the same. 2.2. Bidder identified throughout this specification shall describe persons and entities that consider themselves qualified to provide materials, goods, equipment and services. 2.3. City — Identifies the City of Round Rock, Williamson County, Texas. 2.4. Contractor —A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from a solicitation and/or agreement. 2.5. Purchase Order — A mutually binding legal document obligating the Contractor to furnish the goods, equipment or services, and obligating the City to pay for the same. 2.6. Subcontractor - Any person or business enterprise providing goods, equipment, labor, and/or services to a Agreement or if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Contractor's obligations arising from a agreement with the City. PART II GENERAL CLAUSES AND CONDITIONS 1. The Contractor shall provide all labor, material and equipment necessary to perform the project The Contractor shall employ all personnel for this project in accordance with the requirements set forth by the United States Department of Labor. 2. The Contractor shall be responsible for damage to the City's equipment and/or property, the workplace and its contents by its work, negligence in work, its personnel and equipment. The Contractor shall be responsible and liable for the safety, injury and health of its working personnel while its employees are performing service work. 3. The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or being under the influence of alcohol or controlled substances by Contractor, Contractor's employees, subcontractor(s) or subcontractor (s') employees while in the performance of the service is prohibited. Violation of this requirement shall constitute grounds for termination of the service. 4. BEST BID EVALUATION: All bids received shall be evaluated based on the best value for the City. Best value will be determined by considering all or part of the criteria listed, as well as any relevant criteria specifically listed in the solicitation. 4.1. Bid price 4.2. Reputation of the bidder and of bidder's goods and services. 4.3. The quality of the bidder's goods or services. Page 1 of 8 SPECIFICATION NO 03- 910 -09 DATED: January 2003 4.4. The extent to which the goods or services meet the City's needs 4.5. Bidder's past relationship with the City. All vendors will be evaluated on their past performance and prior dealings with the City to Include, but not limited to, failure to meet specifications, poor quality, poor workmanship, late delivery 5. ABANDONMENT OR DEFAULT. A Contractor who abandons or defaults the work on the agreement and causes the City to purchase the goods, equipment, and/or services elsewhere may be charged the difference in cost if any and will not be considered in the re- advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 6. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in any matter affecting the performance of the resulting agreement, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Contractor shall furnish the City with satisfactory proof of its compliance. 7. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of the resulting agreement and arising out of a willful or negligent act or omission of the Contractor, its officers, agents, servants and employees. g. INSURANCE: The successful bidder shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder, Its agents, representatives, volunteers, employees or subcontractors. 8.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 8.2. The following standard insurance policies shall be required: 8.2.1. General Liability Policy - 8.2.2. Automobile Liability Policy 8.2.3. Worker's Compensation Policy 8.3. The following general requirements are applicable to all policies: 8.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 8.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 8.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance. 8.3.4. Upon request, certified copies of all insurance policies shall be famished to the City 8.4. Policies shall include, but not limited to, the following minimum limits: 8.4.1. Minimum Bodily Injury Limits of 5300,000.00 per occurrence. 8.4.2. Property Damage Insurance with minimum limits of S50,000.00 for each occurrence. 8.4.3. Automobile Liability Insurance for all owned. non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 fm each occurrence, and Property Damage Minimum limits of $50.000.00 for each occurrence. Page 2 of 8 8.4.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 8.4 5. Coverage shall be maintained for two years minimum after the termination of the Contract. 8.5. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except w here policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 8.6. Contractor agrees that with respect to the required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following provisions: 8.6.1. Provide for an additional insurance endorsement clause declaring the Contractor's insurance as primary. 8.6.2. Name the City and its officers, employees, and elected officials as additional insureds, (as the interest of each insured may appear) as to all applicable coverage. 8.6 3. Provide thirty days notice to the City of cancellation, non - renewal, or material changes 8 6.4. Remove all language on the certificate of insurance indicating: 8.6.5. That the insurance company or agent/broker shall endeavor to notify the City; and, 8.6.6. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 8.6.7. Provide for notice to the City at the addresses listed below by registered mail: 8.6.8. Contractor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance. 8.6.9. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 8.6.10. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for which the insurance is being supplied 8.6 11. Contractor shall notify the City in the event of any change m coverage and shall give such notices not less than thirty days poor notice to the change, which notice shall be accomplished by a replacement Certificate of insurance. 8.7. All notices shall be mailed to the City at the following addresses: Assistant City Manager City of Round Rock 221 East Main Street Round Rock. TX 78664 - 5299 Page 3 of 8 City Attorney City of Round Rock 309 East Main Street Round Rock, TX 78664 SPECIFICATION NO 03- 910 -09 DATED: January 2003 Page 4 of 8 SPECIFICATION NO. 03-910-09 DATED: January 2003 8.8. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall not relieve the Contractor of fall responsibility or liability for damages and accidents as set forth to the these requirements. Neither shall bankruptcy, insoh ency, or denial of liability by the insurance company relieve the Contractor from liability. 8.9. If the Contractor employs, contracts with or otherwise permits any other individual or entity to perform any of the obligations of the Contractor, then any and all of these individual or entities shall be bound by the same insurance requirements as the successful bidder. 9. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. Certificate of coverage ( "certificate") - A copy of a certificate of insurance, a certificate of authority to self- insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the CONTRACTOR'S /person's work on the project has been completed and accepted by the OWNER. Persons providing services on the project ( "subcontractor ") in Section 406.096 - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the project, for the duration of the project. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. If the coverage period shown on the CONTRACTOR's current certificate of coverage ends dunng the duration of the project, the CONTRACTOR must, pnor to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER: A. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and B. no later than seven calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The CONTRACTOR shall retain all required certificates of coverage for the duiation of the project and for one year thereafter. Paae 5 of 8 SPECIFICATION NO 03- 910 -09 DATED: January 2003 The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. The CONTRACTOR shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: A. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; B. provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project, for the duration of the project; C. provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; D. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 1) a certificate of coverage, prior to the other person beginning work on the project, and 2) a new certificate of coverage showing extension of coverage, pnor to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project E. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; F. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and G. contractually require each person with whom it contracts, to perform as required by paragraphs (A thin G), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed rvitlt the appropriate insurance carrier or, in the case of a self- insured, with the Commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties. criminal penalties, civil penalties, or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. PART III SPECIFICATION 10. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances for all labor, goods and services which may be provided under the resulting agreement At the City's request the Contractor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 11. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a resulting agreement shall lie in Williamson County. 12. INDEPENDENT CONTRACTOR• It is understood and agreed that the Contractor shall not be considered an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect. 13. INVOICING: Contractor shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX78664 -5299 SPECIFICATION NO 03- 910 -09 DATED: January 2003 14. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the city receives the supplies, materials, equipment, or the day on which the performance of services was completed or the day on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Contractor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 14.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 14.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 14.3. The is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 14.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 15. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with this agreement which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et seg., and which arise under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, et seq. 1. SCOPE: This specification describes the remediation of existing carpet, floor preparation and installation of industrial grade carpet. Project shall include, but not be limited. to removing and disposal of existing carpet and installing new carpet in accordance with the minimum requirements herein. 2. SITE VISIT: Facility walk through and site inspection will be conducted for bidders to fully acquaint themselves with the site conditions, as they exist for full comprehension of the facilities, difficulties andior restrictions attending the proposed work. Date: Friday, January 14, 2003 Location: Dell Diamond, 2800 Palm Valley Road, Round Rock. TX Time: 9:OOam Contact: Howard Baker @ 512- 218 -5455 Page 6 of 8 :1,4ANi1 i "cf:: :diu °. .. . . _ r0 -5's LE I3B s v -,i, x° A }_ s'fu`� + .,1s•..: :_93:h w: - .i`aT':f: : MANNINGTON-CARPETS +- .- STYLE: COMMERCIAL Broadloom E- Ticket CONSTRUCTION: Tufted, Textured loop graphics Tufted, Textured Pauemed Loop GUAGE: 1 /10 inch 1/12 inch STITCHES: 11.2 per inch 11 per inch FINISHED PILE: Average .143 inches Average .078 inches FACE YARN: Antron® Legacy nylon with DuraTech 100 % DuPont type 6,6 nylon Soil Protection by DuPont, approximately 26 oz/yd BACKING MATERIALS: Unibond ® by Lees Stain Primary- Primary- 100% Woven Synthetic woven polypropylene Bonding Secondary - Infinity TM Modular Agent - Unibond ® hot melt Reinforced vinyl composite thermoplastic closed cell polymer Secondary —Woven polypropylene 3. RECLAMATION: The successful bidder for shall provide all personnel, material and equipment required to remove all carpet specified. The Contractor shall: 3.1. Certify in writing from DuPont that all carpet is /was removed and recycled in accordance with the DuPont Carpet Reclamation 5m Program, Section 01350. See sample attached. 3.2. Remove used carpet in large pieces, clean, roll tightly and pack neatly in container for recycling. Clean shall be defined as removing all demolition debris or asbestos contaminations, garbage and tack strips. 3.3. Remove adhesive according to recommendations of the Carpet and Rug Institute (CRI). Note: all adhesive removal solvents shall comply with Carpet and Rug Institute Publication 104. 3.4. Ensure all floors are cleaned of all debris, adhesive and solvent. Pape 7 „f SPECIFICATION NO. 03- 910 -09 DATED: January 2003 4. CARPET: Contractor shall install carpet as recommended by carpet manufacturer. Carpet shall meet or exceed all requirements listed. Specific brands are required for quality, durability and standardization. Brand and style shall be identified on the Invitation For Bid (IFB). 5. CLEANING REQUIREMENTS: Upon completion of each project, the Contractor shall remove all containers, surplus materials and debris leaving the site in a clean and orderly condition. 5.1. Any damage caused by the Contractor to existing surrounding structures or improvements shall be repaired at the Contractor's expense 6. SITE RESRICTIONS 6.1. Parking: Contractor shall have its employee's vehicles and company vehicles park in a designated area. This area will be determined at the beginning of any work. 6.2. City Equipment: The contractor shall not use any City owned equipment for use in its operation. 7. PROJECT ADMINISTRATOR: All work performed under the contract will be supervised and verified by the City's designee noted below. Howard Baker at (512) 218 -5455 8. WARRANTY: Contractor shall warrant against defects in material and workmanship in accordance with carpet manufacturer's standard warranty to include, but not limited to wear, backing and bonding. The Contractor shall furnish a copy of the manufacturer's warranty at time of delivery. SPECIFICATION NO. 03-910-09 DATED: January 2003 9. BIDDER OUALIFTCATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. The City reserves the right to determine the best bid from information submitted with the bid. All bidders shall furnish the following information at a minimum. 9.1. Verification that bidder is individual, firm, corporation, or any other entity regularly engaged in the business carpet installation and remediation. 9.2. Have available, under its direct employment and supervision, the necessary organization and facilities to properly fulfill all work required under this specification and resulting agreement. 9.3. References: Provide the name, address, telephone number and point of contract of at least three firms for which the bidder has preformed similar service within the past five years. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 9.4. Identify any subcontractors to be used for this service. Experience, qualifications and references of the subcontractors shall be submitted. The City retains the right to approve or disapprove all subcontractors prior to any work being performed. PART IV DELIVERY AND ACCEPTANCE 1. COMPLETION REQUIREMENTS: Project shall be completed within the number of day's bid. The Contractor should contact Howard Baker (512) 218 - 5455 to arrange time and day for the inspection upon completion of project. 2. ACCEPTANCE INSPECTION: All equipment, good and services ordered will be subject to acceptance inspection and performance testing (if required) upon receipt Acceptance inspection and performance testing will not take more than five (5) working days, weather permitting. The vendor will be notified within this time frame of any items not completed/delivered in full compliance with the purchase order specification. If any units are canceled for non - acceptance, the needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. Pane 5 of R 0UPOO Thomas Brennan DuPont Flooring Systems 2216 A Rutland Drive Austm, TX 78758 (512) 837 -4905 Tel (512) 837 -5303 Fax (512) 632 -4556 Cell