Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
75-90 RESOLUTION
RESOLUTION NO. 75-90 A RESOLUTION AWARDING BID 490-15 TO OZARK FLOOR COMPANY FOR TERMINAL FLOOR COVERING AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a purchase order to Ozark Floor Company for terminal floor covering. A copy of the bid award authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2 That the Board of Directors hereby approves the budget ad)ustment in the amount of. $5,175. A copy of the budget adjustment authorized for approval is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 15th day of May ATTEST: By City clerk , 1990. • • INVISISSV :Aa a3lsanbaa r1 a a > m m m ▪ m 0 0 L rt a rt -v• c • F w H n H• n N rortv"4 rt a O r o • it▪ 11 0 I- H rt H• H vo is0z n H r O O Oa arty ID Fa' aH a O H H H a m H• 0 7 fir• 0 o tin n rot 01 a aaov, • 0 G CO rt rt H t.< rt' rt a H . C1 O w 0 Orta ID W • rt m it VI • 5 O O 0000 a O• r as <o.n o m a (D • H a O H rt E a 5• H H H• a a 1-6 • n N o a rt O a a N a a W rt w rt rt sa6seg0 Tood so3oW n a c 0 0 o 1-4 (1) O m rt FH. rt H 7' H "y a r• a O111 0 • .0 ft 0.O H O X •-t ID 1- 0 • H H• r z FL •a O a ayn E H H H 7 N H a 3-1 £ H rt F- LtD N• r H (D CD H 0 111 7:1 • Et > < HrN ram a • rt a n 0 0. r 0 O rt Or ((DD 7 b Q.rt aa H• wr(M•W M O O atr H 'f • onw M C arta a H•0'H r • a am° u0 U KS £ u• ro r 7 a CD w H• a rt a • rt • w H- 7 a r• • a a 3.11 W3II a0 ID3f0ad c H v ro H O 0 u- H a O a • • 0 H1 1-• a W O 0 1 O r 0 • t1 10 A `r1 O < •d N A 0 z O Z n z -i E. H• H1-1 o H O rt Pc' Di a rt a nausanbaa 3IVa IVAOUddV aavoa oxlaInbna 0 O H A'Ix0 asa anal() IaDana 00'T££-S-Z6E-SSS aaRWnN INn000V safzeg0 Tood ao;ow 311II INn000V EXI-IIBIT B 00'408 -S -£6£ -SSS H• F. n n n z C Z 7 H O z rt 3 fd Co tri 3 II I I INn000V NOIIVWaOINI INI[ODDV Z I0 V o IddnS NV3A-NI ISanbaa Mang 'IVIN CITY OF FAYETTEVILLE, ARKANSAS ti -17.14- y 0 0 0 0 0 r p P ? ? P O O O O :Aanwwns auvMV ala BIDDER. ADDRESS: BIDDER: ADDRESS: R!DDER ADDRESS: > O6 0 a ID ma BIDDER: ADDRESS: BIDDER. ADDRESS: D O - o ng rrlN m a BIDDER: ADDRESS: nUNI^NUANT I i n o I innF__ R. _ _.. �........ C A AA y n- c� c z nm s n� ° c nm ° c z nrd �3o� n.,. ori c z g nm c z 0 nm oZ l n-. oa 1/1 c z n.. ox n-1 .19a c n,. ox oa 0a c z £ N. r r 0)0 QJ 0 If option TW y y t• z v II CREDIT = AMMEMDED TOTAT. RID = 1 1-3 S 7 X 0 c 0 1-3 > 11 .1 1 to the amme is utilized -/1L7 0 W CP W N 01 W r 0 CO -.-.] 4> J CO .a a co 0 C C W v 0 J N A SG1.472.7G rfded total bid! price. and additional] cost of $91.40 (MATERIALS) j .' T r x 51 H T W ‘.0I -a J ti I i r Wi EX I IT A bI ti . ' 3I EXTENSION 1 0 0 0 ti O 0 0 ^ 0 rn Z O a O a r O O �-1 D H _ 0 z ❑G❑ 0 0 0 O rn N N ❑ ❑ Z -4 ❑ ❑ C - n � a m _ z< 6) 0 <• � i fir.. O D ttl !nc< N aDr Z rn • N r o ar tomo n - ✓ i O 03UI11O38 MOO DIB COMMODITY: VENDOR/BIDDER LIST 90-15 BID N0. Porcelain tile pavers, -'arpet, vinyl wall base and entrance mats. 1.NAME: Czark Floor Company, Inc. ADDR: 928 N. College Avenue DATE: BUS. PHONE: ( 501) 442 -4451 HOME PHONE: ( ) CITY: Fayetteville, ATTN: STATE: Arkansas ZIP: 72701 REMARKS: 2.NAME : & M Tile Company, Inc. DATE: ADDR: P. O. Box 46 BUS. PHONE: ( 501) 361 -2551 HOME PHONE: ( ) CITY: Tonitown ATTN: STATE: Arkansas ZIP: 72770 REMARKS: 3.NAME : Smith Tile ADDR: 91C S.E. 21st DATE: BUS. PHONE: ( 501) 273- 1728 HOME PHONE: ( ) — STATE: Arkansas CITY: Bentonville ZIP: 72712 ATTN: REMARKS: 1DATE: k.NAME: _ BUS. PHONE: ( ) — ADDR: HOME PHONE: ( ) — STATE: ` ZIP: CITY: l ATTN: REMARKS: NOTICE TO BIDDER BID NUMBER: 90-15 TILE AND CARPET INSTALLATION/AIRPORT TERMINAL BUILDING The City of Fayetteville, Arkansas will receive sealed bids at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas until for the furnishing and installation of porcelain tile pavers, carpet, vinyl wall base and entrance mats for the Commercial Terminal Building at Fayetteville Municipal Airport. Bid forms and specifications may be obtained from the Purchasing Office, located in Room 307, 3rd floor of the City Administration Building. The City invites and encourages Disadvantaged Business Enterprises as defined in 49 CFR Part 23 to participate in this project. The City reserves the right to reject any and all bids and to waive any formalities deemed to be in the City's best interest. Peggy Bates Purchasing Officer Publish 1. Northwest Arkansas Times Billing refer to P.O. 0 PEGGY BATES PURCHASING OFFICER (501) 575-8281 INVITATION TO BID CITY OF FAYETTEVILLE, ARKANSAS PAGE 1 cf 2 MAILING ACGRESS PLRCHAS NG DEPT. 113'W MCUNTAIN CITY ADMININSTRATION BL ROOM 307 FAYE I EV LLE. ARKANSAS 72701 EXECUTION OF BID Upon signing this Bid, the bidder cert lies that they have read and agree to the requirements set for': in th s bid proposal including specifications, terms and standard cond'tions, and pertinent information regarding the articles be.ng b'd on, and agree to furnish these articles at the prices staled. UNSIGNED BIDS WILL BE REJECTED NAME OF FIRM PHONE NUMBER ARKANSAS TAX PERMIT NUMBER BUSINESS ADDRESS STREET CITY STATE ZIP SIGNATURE OR AUTHOR ZED PERSON TITLE DATE ARKANSAS PREFERENCE REOUESTED. YES ( ) NO( } CASH DISCOUNT °a DAYS BID NUMBER. 90-15 DATE ISSUED March 7, 1990 DATE a TIME Or B 0 OPENING: March 26, 1990 10:30 A.M. RM 111 COMMODITY CLASSIF.CATION: BUYER: Peggy A. Bates �6 CONTRACT PERIOD OR DATE DELIVERY REQUIRED F.O.B.: Fayetteville, AR BUYER S PHONE #. (501) 575-8289 BIDDERS GUARANTEED DELIVERY DATE. ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL PPICING 1. 2. 3. TILE AND CARPET INSTALLATION/AIRPORT TERMINAL BUILDING Specifications for the following items are attached: Purchase and installation of carpet and associated accessories for the commercial terminal building at Fayetteville Municipal Airport. Purchase and installation of porcelain paver tiles for the commercial terminal building at Fayetteville Municipal Airport. Purchase and Installation of vinyl wall .base to be installed after flooring has been completed. OPTION CNE: Bid to include new entry mats and new paver tile at entrances # 1 - 4 * BIDDERS SHALL INCLUDE TAX AS A SEPARATE LINE . ITEM. TAX AMDUNT WILL NOT BE CONSICERED IN EVALUATION OF TOTAL BID PRICE. Estimated Quantities 200 Sq. Yds. 7,500 to 7,700 Sq. Ft. $ $ $ $ $ $ $ $ EXECUTION OF BID Upon signing this Bid, the bidder cert lies that they have read and agree to the requirements set for': in th s bid proposal including specifications, terms and standard cond'tions, and pertinent information regarding the articles be.ng b'd on, and agree to furnish these articles at the prices staled. UNSIGNED BIDS WILL BE REJECTED NAME OF FIRM PHONE NUMBER ARKANSAS TAX PERMIT NUMBER BUSINESS ADDRESS STREET CITY STATE ZIP SIGNATURE OR AUTHOR ZED PERSON TITLE DATE ARKANSAS PREFERENCE REOUESTED. YES ( ) NO( } CASH DISCOUNT °a DAYS BID NO 90-15 INVITATION TO BID CONTINUATION SHEET PAGE 2 OF 2 UNIT PRICE TOTAL PRICING OPTION TWO: Bid to supply and install carpet per square yard price. Additional carpet for other designated areas. Carpet to meet attached specifications as for Item 1. Yardage amount to be determined by owner. Bidders start date . Bidders completion date BIDDERS SHALL INCLUDE TAX AS A SEPARATE LINE ITEM. TAX AMOUNT WILL NOT BE CONSIDERED IN EVALUATION OF TOTAL BID PRICE. • 90-15 ID NO.: INVITATION TO BID CONTINUATION SHEET 1 13 PAGE OF NOTICE Bidder will be required to remove existing floor covering. The amount of the existing covering removed will correspond with the amount of new material to be installed only. In no instance shall any portion of the floor be left in an incomplete state. It is recommended that bidders perform an on site inspection of the project area. This should include the taking of specific measurements and familiarization with areas of high traffic. Estimates on tile footage: 7,500 to 7,700 Estimates on carpet footage: carpet: 200 square yards (these figures do not include option #1 & 2) The high traffic areas will require necessary work to be completed during hours when the building is closed to the Public. Since the schedules vary and are subject to change an "estimate" of closure hours is listed below: Sunday through Friday: Midnight to 5:00 a.m. the following day. Saturday: 10:00 p.m. to 5:00 a.m. the following day. Please take this information into careful consideration since a portion of the work will have to be completed during these hours. A specific time frame (start-up through completion) is required to be provided with each bid. The winning bidder will be required to supply the City with evidence of having and maintaining proper and complete insurance, specifically Workman's Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability and Property Damage with limits not less than $100,000 for injury or death of one person; $300,000 for injuries or deaths in any one accident; and $20,000 for property damage in any one accident. All premiums and cost shall be paid by the Contractor, In no way will the City be responsible in case of accident. A Certified check or bid bond in the amount of 5% of total bid shall accompany bid. A Percormance Bond equalling the total amount of the bid shall be furnished by the winning bidder. Should you require additional information, please contact the Airport Manager's Office: Attn: Dale Frederick, Airport Manager 113 West Mountain Street Fayetteville, Ar 72701 PHONE: 501-521-4750 90-15 BID NO • INVITATION TO BID CONTINUATION SHEET . PAGC 2 OF 13 CARPETING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. The requirements of the GENERAL CONDITIONS. SUF•P•LEMENIANV CONDITIONS. and DIVISION 1. GENERAL REQUIREMENTS. apply to the Work of this SECTION. 1.02 DESCRIPTION A. This SECTION describes the requirements ;or furnishing and installing carnet and associated accessories. 1.03 REFERENCED STANDARDS A. American Society for Testing and Materials (ASTM): 1. E84: "Standard Method or Test for Surface Burning Characteristics of Building Materials." 1.04 QUALITY ASSURANCE A. Installer's Qualifications: The installer shall have been approved by carpeting manufacturer. B. Requirements of Regulating Agencies: Caroetino shall to Class I having a flooring radiant panel rating of .»t watts/cm: of greater. Smoke density of 450 or less. 1_05 SUBMITTALS A. Samples: 1. Carpet: 1B -inch -18-arch samoles of each type. coicr. and pattern selected. aa Accessories: 12-inc'n-lona samples o+ each accessory. P. Shop Drawings: Seam Diagram of planned irstallation showing: 1. Dimensiors of carpeted areas. Pattern direction. 7. Location of cross and lenoth seams. 4. Location of edge strips. C. Froduct Data: Submit manu-ecturer's literature in S-1/2-•:-11 inch binder: SIO NO• 90-15 INVITATION TO BID CONTINUATION SHEET 3 13 PAGE OF D. 1. Installation instructions, including allowable range. 2. Maintenance and Cleaning Instructions: Include. for commercial cleaning, spot cleaning. vacuum cleaning. and recommended type of furniture casters and glioes for use with carpeting. Certification: 1. Manufacturer's certification that installer acceptable. 2. Manufacturer's certification that reoister number of rolls furnished was manufactured in accordance with specification requirements. E. Maintenance Material: • 1. Furnish an additional 10 percent o+ linear vardroe tro:n the same dye lot for each type, pattern, and color of carpet_ installed. 2. Deliver to Owner unused carpet pieces over two square feet and 8 inches in least dimension. 0. Store where indicated by Owner. 1.06 GUARANTEE A. Carpeting shall be guaranteed against de+ects in materials workmanship for a period of 2 years from the date of installation. Ad,ustment: During auarartee period and :nthin 15 dive written notice. reset carpet. repair seams and edges. and perform other adjustments as required. PART 2 — PRODUCTS 2.01 CARPET A. Type: Tufted, Loop Pile, for glue -down installations Ki ngsl ee. pattern L9240. manufactured by Lotus Carpets. 1. Face Yarn 4. 6. 7. Stitches Per Inch Height Yarn Weioht Total Weight Bac ing Color 8. Width 100 percent Du -Font Antrcn Continuous Filament Nylon Seven (7) inch ounces/s•.uare yard 70.5 dunces/square yard Action Back To be selected by manu+actuer's standard 12 feet and BIO NO ' 90-15 INVITATION TO 81D CONTINUATION SHEET PAGE 4 OF 13 2.03 INSTALLATION MATERIALS A. Adhesive: Waterproo+ type as recommended by carpet manufacturer. B . Edge -Binding bar: Of standard manutacture. Style and color will be selected from manufacturer's standard range. PART 3 - EXECUTION 3.01 INSPECTION A. E••amine surfaces scheduled to receive caroet:nd +or: 1. Holes, debris, or other defects that will adversely effect the execution and duality of Wort. ▪ Deviations beyond allowable tolerances for ,.ar„et substrates. B . If unsatisfactory ccnditions exist, notify the owner, and do not commence the installation until st,cn corditscns have been corrected. 3.02 PREPARATION A. Thorcughly clean subfloors before carpeting is laid. B . A representative of the carpeting manufacturer shall znscect all areas to be carpeted before installaticn ccmmences. 3.02 INSTALLATION A. Install carpeting materials :n accordance with the manu- fact_:rer's specifications and installation instructions and within owner's time frame and schedule. B . Install cermet prior to installation o+ movaole +1.tures. C. Install carpet within allo.yable temperature ranee specified by manufacturer. D . Install carpet in accordance with approved seam d:ecran. E . Install zarpet with pile inclinatio:: in one direction. F. Fit carpet neatly into brea.:s a^•c recesses. e cel nst bases. around penetrations. under saddles and thresholds, And around permanent cabinets and eguipmert. INVITATION TO BID 90-15 CONTINUATION SHEET 5 610 NO PAGE OF 13 G . Seaming: 1. Trim seams. ,7% carpet pattern at seams. - Closely fit and join seams. H . Adhesive. for Direct Glue -Down Application: 1. Apply adhesive in accordance with manufacturer's instructions. 2. Apply adhesive uniformly: a. Cover only that amount of area that can be ccvereo by carpet within the recommended worl-ino tine of adhesive. b. Do not soil walls, bases. or ad,acent area with adhesives. c. Promptly remove spillage. Apply adhesives with a notched trowel. 4. Clean trowel and rework patches to assure ever applications. I. Broom or roll glued. -down carpet to remove air buboles and ensure bond. J . The client's representative shall inspect and approve the carpet installation and workmanship during the course of the Work. 3.03 CLEANING A. Remove spcts and smears of cement from carpet Immediately with solvent. B . Remove rubbish. wrapping paper. selvages, and scraps less than 2 feet square and less than 8 inches in least dimension. C. Upon completion, vacuum with a commercial beater -bar -type vacuum cleaner. D . After each area o+ carpet has been installed. protect +r-om soiling and damage. • 90-15 8)O NO INVITATION TO BID CONTINUATION SHEET PAGE 6 OF 13 CERAMIC TILE PART I - GENERAL 1.01 RELATED DOCUMENTS A. The requirements of the GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS. and DIVISION 1. GENERAL REQUIREMENTS. appiv to the Work of this Section. 1.02 DESCRIPTION A. This SECTION describes the requirements for furnishing and installing porcelain paver tiles. 1.03 REFERENCED STANDARDS A. American National Standards Institute (ANS:): 1. A108.4: "Specifications for Ceramic Tile Installed with Water -Resistant Organic Adhesives." 2. A108.6: "Specifications for Ceramic Tile Installed with Chemical -Resistant, Water -Cleanable Tile - Setting and Grouting Ecoxy." �. A118.3: "Specifications for Water -Cleanable Tile -Setting 4. 41=.2.1: "Specifications tar Installation of Ceramic Tile. Chemical -Resistant_, and 3routinq Epoxy." Organic Adhesives +or B. Tile Council of America. Inc. (TCA): 1. TCA 137.1: "Recommended Standard Specifications for Ceramic Tile." "Handbook for Ceramic Tile Installation." 1.04 OUALITY ASSURANCE A. Installer's Qualifications: A minimum of : veer=_' excerience installing ceramic tile of the types specified and shall have had a minimum of 5 installations c- a magnitude similar to or larger than the Wor.% of this SEAT:CN. 1.05 SUMITTALS A. Product Data: Manufacturer's 1nttrma+yon on pictorial information on manufact.,rer's full patterns and colors. tile, includ:n- line of standard 90-15 MO NO INVITATION TO BID CONTINUATION SHEET PAGE_ -OF 13 1.05 SUBMITTALS --Continued • B . Master Grade Certificate conforming to TLA A17.7.1. +or all t ile, issued and signed by the manufacturer when tile is shipped. Kind o+ tile, identification marks +or tile packages. and name and location of Project shall be stated t herein. C. Additional tile for replacement and maintenance, at the rate of approximately 2 percent, to the nearest full carton, for eact- size. color, pattern, and type installec. ALso, turnish 10 percent of eacn type of trim and 2 percent of e::ternal corrers for each size. color. pattern, and type inet_alled. Each carton shall be clearly identified as to contents. D . Upon completion of ceramic tile Work. 2 copies_ of a list o+ recommended maintenance products and procedures. 1.06 PRODUCT DELIVERY, STORAGE. AND HANDLING A. Deliver tile in manufacturer's original cartons. grade - sealed by manufacturer in accordance with TCA A1_7.1. and with grade seals unbroken. B . Deliver dry -set mortar in moisture-orcot containers. C. Manufacturer mortars and grouts shall contain. ^alinarks certifying compliance with reference standards, and shall be recommended by tile manufacturer for the application intended. D . Store materials :n accordance with manu+acturer's_ directions and under cover in manner to prevent damage or contamination. E . Handle materials_ carefully to avoid chipping and brea..age. 1.07 ENVIRONMENTAL REQUIREMENTS A. Ambient Temperature: At least 50 degrees F. and ri=sing. when setting and grouting with Portland cement mortar. B . Follow :manufacturer's recu:rements +or ambient temperature when setting and grouting „lith other tha^ Portland cement mortar. C. Moisture Conditions_: Ir. accordance with tile and install- ation materials manufacturers' requ:reme^-s. SIO NO' 90-15 INVITATION TO BID CONTINUATION SHEET PAGE_ 8 cr 13 PART 2 - PRODUCTS 2.01 MATERIALS A. Tile, General: 1. Tile shall be in conformance with the specifications below and shall be the oroduct of American Glean Tile Company, no substitutions. �. Patterns and colors will be selected from manufacturer's standard, intermediate price range. B. Tile Types: 1. Area: Field tile and (Entrances 1-4: Alternate #1) Mfg.: American Olean Style: Terra Paver Size: 8 x 8 (Actual size 7 7/8 :: 7 7/d) Color: W 75 Lava Grav-L'npclisned Area Borders: Mfg.. Style: Size: Color: American Olean Terra Pavers 8 .. 8 (Actual Size 7 7/8 ., W77. Pepper Granite - Polished C. Installation Materials: I. Dry -set mortar --with ANSI A118.4. Fast Set mortar Product #4914. 2. Water --potable. -. Grout --ANSI A118.6 to ccnform with manufacturer's recommendations. Product #4939. 4. Fast set grout additive - Froct.c` #4017. PART 3 - EXECUTION 3.01 INSPECTICN A. Verify t! -a_ ccndit:ors are satisfactory for the inst_al_ation of ceramiz tile. 14 unsatisfactory conditiors e.:Ist. then do not corrme-ce the installation punt:_ Euc`+ condition= na\e be --n corrected. BID NO' INVITATION TO BID 90-15 CONTINUATION SHEET PAGE_ 9 OF 13 3.02 PREPARATION A. Prior to commencing tile Work, protect surfaces au,olnina those to receive tile. 8. Surfaces on which ceramic tile will be installed shall to firm, dry, clean, and free of oily or waxy films and foreign matter, and maximum variation in sub -Floor shall nct e':ceec 1/8 inch in 1O' -O" from level plane. C. Slab to have steel trowel and fire broom finish wit'.7 no curing compounds used. D . Slope, when required, to be in subflocr. E . Maximum variation in the slab shall nct exceed 1/8" in 1O' -O" from the required plane. 3.03 INSTALLATION A. General: 1. Install tile by 'thin -set' metrod in accordance wit' t he requirements of the referenced TCA handboc:, as indicated. and as specified herein, tile -ANSI and grout - ANSI A108.10. _. Set tile in a manner to produce scl:d bcd•dinr1. =month even surfaces, and uniform joints. accu.ratelv aliancd and symmetrically arranged: avoid use of tile less tnan hai+ size: cut tele neatly: crind rough exposed etaes; t erminate tile at center lines of doors. unless otherwise indicated. E stablish lines of borders where applicable. prior to spreading setting bed, centering field work in both d irections. Lay tile from certer line of wall or +loor surface outward. with adjustments made et .�unct1fr with other floor or wall surface=_. 4. Omit tile where floor :s covered by permanently equlpmert such as the ticket counter fix :tore and recessed accessories. 5. Joint Width: Appro::imately 1/8 inch. built -In 6. Ee4ore arcut,nq. allow a minimum of ' hour: after rile h as been set for sol•.ent evaporation. • 90-15 BID NO' INVITATION TO B1© CONTINUATION SHEET PAGE 10 OF 13 B. Floors: Install tile in conformance with the wat_ergroo+lna membrane and adhesive manufacturer's instructions. C. Expansion Joints: 1. Expansion joints mandatory in accordance with Method EJ171, approximately 16'-0" on center. D. Expansion Joint Width (Vertical °e Horizon 1): 1. Exterior (all tile) --minimum 3/8" +cr ,c:nts 11_' on center, minimum 1/2' +or ,oints 16' on center. Minimum widths must be increased 1/16" for emch 15 F for the actual temperature ranee ore ter then 100 F between summer high and winter low. (Decls exposed to the sky in northern U.o.4i. usuall' require 3/4' wide joints on 12' center.) Interior for quarry tile and paver tile --same as grout .joint, but less than 1/4". Preparation of Expansion Joints: Tile edges to which sealant will bond, must be clean and dry. Sanding cr grinding of these edges is recommended tc cbtin optimum sealant bend. Primer on these edges is mandatory when recoimerded by the se_1ant mania-acttrer. Care must be taken to keep primer off the 4acms. 4. Installation: E..pansion joints in the tile srouid located over all cold joints and saws -cut cont-ol joints. Joints in the tile and setting meterlals shall never be less than the width of the sao-cut control joint width. Preparation and instailaticn shall be as recuired for expansion joints. •U Keep e:ipansion joint cavities open and free c- dirt, debris, grout. mortar and setting materials. Set compressible back-uo strip wnen rcrtar ,s ;,1 >r _J cr utilized renoveble wood stip to provide =oace fo- bac{..-'_,p a+ter mortar 1s cured. Install sealant a+ter tile worand grout are Jry. Fc.low =sealant manufacturer's recommencatinns. Feier to sealant section in ::NSI tile irst3llation specification. INVITATION TO BID CONTINUATION SHEET B1D NO 90-15 PAGE_1LOF• 13 3.04 CLEANING A. Clean surfaces after installation as recommenced by tile manufacturer. B. Use no acid, metal cleaning tools. or harsh abrasive on tile. C. replace all damaged surfaces before time of final acceptance. 3.05 PROTECTION A. Keep floors free from traffic for a minimum of 3 hours e+ter tile has been installed. B. Protect newly tiled floors while cur:nc, Co not immerse in water for a minimum of 21 days after installation. END OF SECTION 90-15 BID NO' INVITATION TO BID CONTINUATION SHEET PAGE 12 OF 13 VINYL WALL BASE This Section describes the furnishing and installation of vinyl wall. VINYL WALL BASE A. General: 1. The specified Kentile rlooring and accessories snail be installed in accordance with the Kentile current installation specifications. 2. Adhesives and other related application material shall be those recommended specifically by Ventile specifications. B. Temperature: 1. A minimum fob site temperature of 70 decrees_ F. ,,.,,=t be provided for proper- installation for 48 hors 5e+•,r3. during and after installation. Maintain a ml-imum temperature of 55 decrees F. thereafter. C. Preparation: 1. Kentile Vinyl Wall Base shall be adhered to a smooth. dry. firm interior wall surface that is not in direct contact with the earth. or outside elements with r:e-tile Wall Base Adhesive #7_.0 or I,encove Adhesive #7. Wall surface shell be clean aro frae ct c:1, grease. loo ae paint, oil base paint, wall paper. vinyl or vinvl-coated wall covering cr late:; paint less than two wee&e olo. Fill any crack. void, cr depression with satisfactory smoothing compound. All surfaces should be within 1/4" of the floor surface. D. Installation: 1. Apply Vinyl Wall Base after +loorino has been ccrple-ed. _. If wall paper, vinyl or vinyl -coated wall covering is installed, cut wall paper. vinyl or vinvl-coated wall covering at a aoir-` 1'4" be1c1•, tcc of F h_r ei,� of Vinyl Wail Base beim installed. ippiv adhesive to gaol.: of Vinil Well Base with recommended notc`ec spreader cr cartricce cL,n applicator with proper sized applicator head. 4. Install .cb-formed a::ternal and internal corners neati. and from as long a len;ti as practical, or in=_`all preformed corners E. Prrd.lct Infornation:: kent_i1e. 4" vinyl base--s-:card grade. Color to to selected. END OF SECTION • 81D NO' 90-15 INVITATION TO BID CONTINUATION SHEET PAGE _13_OF_1 DESCRIPTION: INSTALLATION: PRODUCT: SIZE: TREAD STYLE: INSTALLATION METHOD: WIDTH: LENGTH: ENTRANCE MATS (PART OF OPTION ONE ) This Section describes requirements for furnishing and installing carpet tur+ mats. To meet manutacturer's spec:t:caticrs and recommendations. Wearwell Turf Mat #169 See Plans for location and size. Carpet tLrf mat, with replaceable carpet tre=es of colorfast 100% Antron Nylon fiber. All mats recessed +lush with new paver install- ation. Varies --See Flans Varies --See Flans ADDITIONAL CARPET FOR OTHER DESIGNATED AREAS (PART 07 CPTION TWO; See Item 1. specifications • STATE OF ARKANSAS INVITATION FOR BID BID NC. •******w*************w********************w*************w************** ARKANSAS PREFERENCE CERTIFICATION PAGE: DOES NOT APPLY TO SERVICE CONTRACTS I hereby certify that the BIDDER: 1) Maintains at least one staffed office in th's state: LOCATION AND PHONE NUMBER: ANC For not less than (2) successive years immediately pr'or to sbbnitting bid, has paid taxes uncer the Arkansas Employment Security Act, §:1-10-101 et sec. unless exempt therefrom, and either the ArKansas Gress Receipts Act, §26-52-101 et seq., cr the Arkansas Compensating Tax Act, §26-53-101 et seq., on any property used or intenced to be used for or in connection with the firm's business; PLEASE CHECK TAXES PAID Arkansas Employment Security Tax Arkansas Gress Receipts Tax A-kansas Compensating Tax AND With'n the two (2) year period, has paid any taxes tc one cr more counties. school districts, or municipalities of the State of Arkansas on either real or persona' property usec or intended to be used for or in ccrnection with the firm's busiress. PLEASE CHECK TAXES PA:J Real Property Personal Property NAME OF TAXING ENTITY (COJNTY. CITY, ETC.) • 411 2 • TERMS AND STANDARD CONDITIONS CITY OF FAYETTEVILLE, ARKANSAS . ` • "LEASE READ CAREFLu When st bml0ing an lrniation b N1'the bidder warrants that the commodities covered by the bid shall be free from defeds h material and workmanship under normal use and service. h addition, bidder must deliver new commodities of the latest design and model, unless otherwise specified in the 'Invitation to Bid • „ ;." iia1, Prices quoted are to be net prices, and when an error b made In unending total prizes, the Cty may accept the bid for the lesser amount whither reieded by extension or by the correct muiple d the urd price. ;t 4.. Discounts offered rill Wad= what the City qualifies lar such. The beginning dale for computing discounts roil be the dated invoice or the date d deivery and t .. aoceptana, whielwver b later. When biddmg cher than the brand at model specified h the 'Invitation to Bid,' the brand adfw model number must be stated by that item in the Invitation to Bid; and descriptive literature be submitted with the bid. i • tf The City reserves the right to reject any end al bids . . , • , . • ,4r;'+S; 3 51/ The Purchasing office reserves the right to award tens, all w none, or by the fine item(s).•4l;