Complete Contract - Department of Management Services

advertisement
er
February 10, 2006
MEMORANDUM NO: (360-240-00-1)-9
TO: Department Addressed
FROM:
Director, State Purchasing
“We serve those who
serve Florida”
SUBJECT: Contract No. 360-240-00-1
Title: Carpet & Flooring Materials
The following changes have been made to the subject contract:
JEB BUSH
Governor
Tom Lewis, Jr.
Secretary
 Price adjustment in accordance with the Special Conditions and
available through vendor supported websites for the following
manufacturers:
Beaulieu
Interface/Bentley Prince Street
Mannington
Patcraft
Shaw
Division of State Purchasing
4050 Esplanade Way
Suite 360
Tallahassee, Florida
32399-0950
Telephone:
850-488-8440
Fax:
850-414-6122
Internet:
www.MyFlorida.com
Sylvan Chemical (Milliken)
 New product updates are included and available through vendor
supported websites. These changes reflect adding new styles for all
vendors on this contract. Various other changes include updating
vendor’s SPURS numbers, and contact persons.

J & J Commercial removed from contract, effective Feb. 25, 2006.

Contact information to remove Ellen Potts.
Any question or problems in delivery or service that may arise regarding
this contract should be directed to the Contract Administrator.
er
May 23, 2005
MEMORANDUM NO: (360-240-00-1)-8
“We serve those who
serve Florida”
JEB BUSH
TO:
FROM:
Department Addressed
Director, State Purchasing
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Materials
The following changes have been made to the subject contract:
Governor
Tom Lewis, Jr.

Subject contract has been renewed for a one year renewal period from
June 1, 2005 through May 31, 2006.

This renewal contract will be superseded by any new contract resulting
from a solicitation during the renewal period.
Secretary
Division of State Purchasing
4050 Esplanade Way
Suite 360
Tallahassee, Florida
32399-0950
Telephone:
850-488-8440
Fax:
850-414-6122
Internet:
www.MyFlorida.com
Any question or problems in delivery or service that may arise regarding
this contract should be directed to Brenda Wells at (850) 488-6904,
Suncom 278-6904, wellsb@dms.state.fl.us. or Ellen Potts at (850) 4881985, Suncom 278-1985, pottse@dms.state.fl.us.
The Administrative and Operations Arm
of Florida’s Government
JEB BUSH, GOVERNOR
DEPARTMENT OF MANAGEMENT
SERVICES
WILLIAM S. SIMON, SECRETARY
May 26, 2004
MEMORANDUM NO.:
(360-240-00-1)-7
TO:
FROM:
Department Addressed
Director, State Purchasing
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Materials
The following changes have been made to the subject contract:

Subject contract has been renewed for a one year renewal period from June 1, 2004 through
May 31, 2005.

This renewal contract will be superseded by any new contract resulting from a solicitation
during the renewal period.

Contact information added to include Ellen Potts.
Any question or problems in delivery or service that may arise regarding this contract should be
directed to Brenda Wells at (850) 488-6904, Suncom 278-6904, wellsb@dms.state.fl.us. or Ellen
Potts at (850) 488-1985, Suncom 278-1985, pottse@dms.state.fl.us.
STATE PURCHASING ● 4050 ESPLANADE WAY ● TALLAHASSEE, FLORIDA 32399-0950 ● TELEPHONE: 850-488-8440 ● FAX: 850-414-6122
The Administrative and Operations Arm
of Florida’s Government
JEB BUSH, GOVERNOR
DEPARTMENT OF MANAGEMENT
SERVICES
WILLIAM S. SIMON, SECRETARY
MEMORANDUM NO.:
(360-240-00-1)-6
TO:
FROM:
Department Addressed
Director, State Purchasing
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Materials
The following changes have been made to the subject contract:



Price adjustments in accordance with the Special Conditions and available through
vendor supported websites.
Miscellaneous changes to the ordering instructions and contact information.
Contact information added to include Ellen Potts.
Any question or problems in delivery or service that may arise regarding this contract should be
directed to Brenda Wells at (850) 488-6904, Suncom 278-6904, wellsb@dms.state.fl.us.or Ellen
Potts at (850) 488-1985, Suncom 278-1985, pottse@dms.state.fl.us.
STATE PURCHASING ● 4050 ESPLANADE WAY ● TALLAHASSEE, FLORIDA 32399-0950 ● TELEPHONE: 850-488-8440 ● FAX: 850-414-6122
The Administrative and Operations Arm
of Florida’s Government
JEB BUSH, GOVERNOR
DEPARTMENT OF MANAGEMENT
SERVICES
WILLIAM S. SIMON, SECRETARY
Suite 315
July 14, 2003
MEMORANDUM NO.:
(360-240-00-1) - 5
TO:
Department Addressed
FROM:
Director, State Purchasing
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Material
The following changes have been made to the subject contract:
This contract has been revised to add Amendment 1 in support of MyFloridaMarketPlace. The
amendment can be viewed below.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to Brenda Wells, Suncom 278-6904, or email: wellsb@dms.state.fl.us
STATE PURCHASING ● 4050 ESPLANADE WAY ● TALLAHASSEE, FLORIDA 32399-0950 ● TELEPHONE: 850-488-8440 ● FAX: 850-414-6122
The Administrative and Operations Arm
of Florida’s Government
JEB BUSH, GOVERNOR
DEPARTMENT OF MANAGEMENT
SERVICES
WILLIAM S. SIMON, SECRETARY
State Term Contract No. 360-240-00-1
Amendment No. 1
THIS AMENDMENT, effective as of the last date signed below, is by and between the
State of Florida Department of Management Services (the “Department”) and the entity
identified below as Contractor (the “Contractor”) (collectively, the “Parties”), and amends State
Term Contract No. 360-240-00-1 (the “Contract”).
WHEREAS the Department is implementing an electronic procurement system,
currently known as MyFloridaMarketPlace, (the “System”) with the assistance of a third-party
agent, Accenture LLP (“Accenture”); and
WHEREAS the Department wishes to include the Contractor and the Contract in the
System; and
WHEREAS the Contractor desires to participate in the System; and
WHEREAS the Contract allows modifications in the event an electronic procurement
system is implemented.
THEREFORE, in consideration of the mutual promises contained below, and other good
and valuable consideration receipt and sufficiency of which are hereby acknowledged, the
Parties agree as follows:
1. Registration. The Department shall allow the Contractor, following effective
registration with Accenture, to participate in the System. The Contractor shall register in the
System within ten (10) business days of the effective date of this Amendment. Contractor shall
visit www.myfloridamarketplace.com and follow the appropriate instruction in order to register.
2. Transaction Fee. Effective April 1, 2003, the Contract provision entitled “Surcharge
Fee and Summary of Total Sales” is deleted and replaced with the following “Transaction Fee”
section. This Transaction Fee is in lieu of, and not in addition to, the surcharge fee authorized by
section 287.1345, Florida Statutes (2002).
Transaction Fee
The Department has instituted a statewide eProcurement System (“System”), with the
assistance of a third-party agent, Accenture LLP (“Accenture”). All transactions from this
Contract shall be deemed a “transaction processed through the eProcurement System” as
that term is used in the contract between the Department and Accenture. Pursuant to section
STATE PURCHASING ● 4050 ESPLANADE WAY ● TALLAHASSEE, FLORIDA 32399-0950 ● TELEPHONE: 850-488-8440 ● FAX: 850-414-6122
287.057(23), Florida Statutes (2002), a Transaction Fee of one percent (1.0%) of the total
dollar amount of each purchase order shall apply to all purchases from this Contract. The
fee shall be paid by the Contractor, and shall not be added to purchase orders as a separate
item. Because the Transaction Fee will be used, in part, to compensate Accenture for the
development, operation, and maintenance of the System, Accenture is an intended thirdparty beneficiary of this paragraph imposing the Transaction Fee on transactions from this
Contract.
For payments within the State accounting system (FLAIR or its successor), the Transaction
Fee shall, when possible, be automatically deducted from payments to the Contractor. If
automatic deduction is not possible, whether within or without the State accounting system,
Accenture shall either (1) establish with the Customer an automated process for billing and
collecting the Transaction Fee from payments that are made to the Contractor or (2) rely
upon the Contractor to self-report and pay the Transaction Fee pursuant to processes that
Accenture may establish. By submission of these reports and corresponding Contractor
deposits, Contractor is certifying their correctness. All such reports and fee deposits shall be
subject to audit by the State.
Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the
purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act,
or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is nonrefundable when an item is rejected or returned, or declined, due to the Contractor’s failure
to perform or comply with specifications or requirements of the applicable purchase order or
Contract.
Contractors shall be responsible for reporting sales and paying Transaction Fees resulting
from sales made by authorized resellers.
Failure to comply with these requirements shall constitute grounds for declaring the
Contractor in default and recovering reprocurement costs from the Contractor in addition
to all outstanding fees.
CONTRACTORS DELINQUENT IN PAYING
TRANSACTION FEES MAY BE EXCLUDED FROM BIDDING ON
DEPARTMENT CONTRACTS.
3. Electronic Invoicing. Notwithstanding any provision of the Contract, the Contractor
shall supply electronic invoices in lieu of paper-based invoices for those transactions processed
through the System. Electronic invoices shall be submitted to the Customer through the Ariba
Supplier Network (ASN) in one of the following mechanisms – EDI 810, cXML, or web-based
invoice entry within the ASN.
2
4. Catalog Data. Accenture is responsible for converting Contract catalog information into
a format supported by the System. To accomplish this conversion, the Contractor shall provide
certain information in electronic format directly to Accenture; alternatively, the Contractor may
follow the “punchout” solution described in more detail below.
Within ten (10) days of written notice from Accenture, Contractor shall provide all
information necessary to facilitate electronic purchases from this contract, or shall contact
Accenture and begin work on the “punchout” solution described below. Such information may
include, but is not limited to, Contractor name, SKU, brand/manufacturer, product name and brief
description, unit of measure, and price. Contractor shall provide this information in the format
requested by Accenture. No costs or expenses associated with providing this information shall be
charged to the Department, Customers, or Accenture. With Contractor’s timely assistance,
Accenture shall create and maintain web-based placement of the requested contract information.
“Punchout” Alternative
The Contractor may offer, as an alternative to providing the information discussed above,
an online “punchout” solution, in which the Customer accesses the Contractor’s website directly
from the System, rather than the System maintaining the Contractor’s data. This solution must
allow the Customer to reach the Contractor’s site, browse for contracted items only, and return to
the System with a list of items ready to be inserted into a requisition. If Contractor selects this
alternative, it must meet the following requirements:



The solution must conform to cXML 1.0 or 1.1 standards.
The solution must conform to the technical specifications and implementation
requirements provided by Accenture, and the Contractor must work with Accenture to
ensure successful integration of the punchout solution into the System
The solution must have the capability to provide only those products awarded under the
contract, and block any non-contract item(s) from being added to the requisition.
Warranty
For the purposes of this section, the Contractor warrants and represents that it is
authorized and empowered to and hereby grants the Department and Accenture the right and
license to use, reproduce, transmit, distribute and publicly display within the System the
information outlined above. In addition, the Contractor warrants and represents that it is
authorized and empowered to and hereby grants the Department and Accenture the right and
license to reproduce and display within the System the Contractor’s trademarks, system marks,
logos, trade dress or other branding designation that identifies the products made available by the
Contractor under the Contract.
If the Contractor is not the manufacturer, it shall be the Contractor’s responsibility to obtain
authorization from the manufacturer to comply with the provisions of this section, including
securing any intellectual property rights of the manufacturer. If the Contractor is the
manufacturer, it shall only authorize dealers, outlets, distributors, value-added resellers, etc.
within their network that can comply with the provisions of the Contract.
3
5. Additional Modifications. The Department reserves the right to further revise the
collection and reporting requirements in conjunction with alterations to the System.
6. Conflict. In the event any of the terms herein conflict with the terms of the Contract,
the terms of this Amendment shall control. All other terms of the Contract remain in full force
and effect. Contractor waives and releases any and all claims for additional compensation
arising out of or relating to this Amendment.
7. Warranty of Authority. Each person signing this Amendment warrants that he or
she is duly authorized to do so and to bind the respective party.
SO AGREED:
CONTRACTOR
Contractor Name
Address
By:
Its:
Date
STATE OF FLORIDA,
DEPARTMENT OF MANAGEMENT SERVICES
By:
Date
Approved as to form and legality by the Department General Counsel’s Office:
Date
4
The Administrative and Operations Arm
of Florida’s Government
JEB BUSH, GOVERNOR
DEPARTMENT OF MANAGEMENT
SERVICES
WILLIAM S. SIMON, SECRETARY
Suite 315
May 23, 2003
MEMORANDUM NO.:
(360-240-00-1) - 4
TO:
Department Addressed
FROM:
Director, State Purchasing
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Material
The following changes have been made to the subject contract:

Subject contract has been renewed for a one year renewal period from June 1, 2003
through May 31, 2004.

This renewal contract will be superseded by any new Contract resulting from a
solicitation during the renewal period.

All price sheets have been updated for new products and pricing and are now available
through vendor supported websites.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to Brenda Wells, Suncom 278-6904, or email: wellsb@dms.state.fl.us
STATE PURCHASING ● 4050 ESPLANADE WAY ● TALLAHASSEE, FLORIDA 32399-0950 ● TELEPHONE: 850-488-8440 ● FAX: 850-414-6122
Suite 315
August 15, 2002
FLORIDA
DEPARTMENT
OF
MANAGEMENT
SERVICES
MEMORANDUM NO.:
(360-240-00-1) - 3
TO:
Department Addressed
FROM:
Director, State Purchasing
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Material
JEB BUSH
GOVERNOR
The following changes have been made to the subject contract:
CYNTHIA A. HENDERSON
SECRETARY




Certification of Contract: Addition of one new contractor, Patcraft
Commercial Carpet, as a result of negotiation. The contract
administrator has been changed to Brenda Wells.
Comment/Complaint Form: The email address has been changed to
Brenda Wells.
All price sheets have been updated for new products and pricing.
Ordering Instructions: Updated information for the following
contractors: Interface Flooring Systems, Inc., J & J Industries, Inc.,
Lees Carpets, and Patcraft Commercial Carpet.
Any questions or problems in delivery or service that may arise regarding
this contract should be directed to Brenda Wells, Suncom 278-6904, or
email: wellsb@dms.state.fl.us
STATE PURCHASING
4050 ESPLANADE WAY
SUITE 350
TALLAHASSEE, FLORIDA
32399-0950
TELEPHONE:
850-488-8440
FAX:
850-414-6122
INTERNET:
WWW.MYFLORIDA.COM
Suite 315
March 29, 2001
FLORIDA
DEPARTMENT
OF
MANAGEMENT
SERVICES
JEB BUSH
GOVERNOR
MEMORANDUM NO.:
(360-240-00-1) - 2
TO:
Department Addressed
FROM:
Matthew R. Jeppson
Director, State Purchasing
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Material
Please make the following changes in the subject contract:
CYNTHIA A. HENDERSON
SECRETARY
Delete:
Certification of Contract, Pages 44-94
Add:
*Certification of Contract, Pages *44-*94
(Rev. 29 March 01)
These changes reflect adding two new contractors, Interface and Mohawk, as
a result of negotiations.
Any questions or problems in delivery or service that may arise regarding
this contract should be directed to Kelly S. Wright at (850) 487-4640,
Suncom 277-4640, strickk@dms.state.fl.us
MRJ/ksw/kep
STATE PURCHASING
4050 ESPLANADE WAY
SUITE 350
TALLAHASSEE, FLORIDA
32399-0950
TELEPHONE:
850-488-8440
FAX:
850-414-6122
INTERNET:
WWW.MYFLORIDA.COM
Suite 315
January 2, 2001
FLORIDA
DEPARTMENT
OF
MANAGEMENT
SERVICES
MEMORANDUM NO.:
(360-240-00-1)-1
TO:
Department Addressed
FROM:
Cynthia A. Henderson
Secretary
SUBJECT:
Contract No. 360-240-00-1
Title: Carpet & Flooring Materials
JEB BUSH
GOVERNOR
Please make the following changes in the subject contract:
CYNTHIA A. HENDERSON
Delete:
Pages: 33 - 72
Add:
Pages *33 - 77 *
SECRETARY
(Rev 20 Jan 01)
These changes reflect adding new styles for Collins & Aikman, J & J
Industries, Lees Carpets, and Mannington Carpets. Various other changes
include updating vendor’s SPURS numbers, and contact persons.
Any questions or problems in delivery or service that may arise regarding
this contract should be directed to Kelly S. Wright at (850) 487-4640,
Suncom 277-4640, strickk@dms.state.fl.us
CAH/ksw/meb
STATE PURCHASING
4050 ESPLANADE WAY
SUITE 350
TALLAHASSEE, FLORIDA
32399-0950
TELEPHONE:
850-488-8440
FAX:
850-414-6122
INTERNET:
WWW.MYFLORIDA.COM/DMS
WWW.MYFLORIDA.COM
Suite 315
CERTIFICATION OF CONTRACT
TITLE: Carpet and Flooring Materials
CONTRACT NO.: 360-240-00-1
BID NO.: 022-360-240-N
“We serve those who
serve Florida”
JEB BUSH
Governor
Tom Lewis, Jr.
EFFECTIVE: June 1, 2000 through May 31, 2003
RENEWAL: June 1, 2003 through May 31, 2004
2ND RENEWAL: June 1, 2004 through May 31, 2005
3rd RENEWAL: June 1, 2005 through May 31, 2006
(Rev 23 May 05)
(Rev 10 Feb 06)
SUPERSEDES: 360-240-97-1
Secretary
Division of State Purchasing
4050 Esplanade Way
Suite 360
Tallahassee, Florida
32399-0950
Telephone:
850-488-8440
CONTRACTOR(S):
Beaulieu Commercial, Chatsworth, GA (A)
Collins & Aikman Floorcoverings, Inc., Dalton, GA (A)
Interface Americas, Inc., LaGrange, GA (A)
J & J Industries, DBA J & J Contract Services, Dalton, GA ( A) Removed
Lees Carpets, Greenboro, NC (A)
Mannington Carpets, Inc., Calhoun, GA (A)
Mohawk Industries, Kennesaw, GA (A)
Patcraft Commercial, Dalton, GA (A)
Shaw Industries, Inc., Cartersville, GA (A)
Sylvan Chemical Co., Inc. (Milliken), LaGrange, GA (A)
(Rev. 23 May 05)
A.
AUTHORITY - Upon affirmative action taken by the State of
Florida Department of Management Services on June 1, 2000, a
contract has been executed between the State of Florida and the
designated contractors.
B.
EFFECT - This contract was entered into to provide economies in
the purchase of Carpet and Flooring Materials by all State of
Florida agencies and institutions. Therefore, in compliance with
Section 287.042, Florida Statutes, all purchases of these
commodities shall be made under the terms, prices, and conditions
of this contract and with the suppliers specified.
Fax:
850-414-6122
Internet:
www.MyFlorida.com
ser
C.
ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached
ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and
local taxes.
All contract purchase orders shall show the State Purchasing contract number, product number,
quantity, description of item, with unit prices extended and purchase order totaled. (This requirement
may be waived when purchase is made by a blanket purchase order.)
D.
CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to
the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to
correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is
to be filed with this office.
E.
SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your
information. Any restrictions accepted from the supplier are noted on the ordering instructions.
F.
CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to
provide your input and recommendations for improvements in the contract to State Purchasing for
receipt no later than 90 days prior to the expiration date of this contract.
______________________________________
Authorized Signature
(Date)
KS/bw
Attachments
CONTRACT ADMINISTRATOR
BRENDA WELLS
PHONE: (850) 488-6904
SUNCOM 278-6904
E-MAIL: wellsb@dms.state.fl.us
OR
ELLEN POTTS
PHONE: (850) 488-1985
SUNCOM 278-1985
E-MAIL: pottse@dms.state.fl.us
SPECIAL CONDITIONS
PURPOSE
The purpose of this Invitation is to establish a 36 month contract for the purchase of Carpet and
Flooring Materials by all State of Florida agencies and other eligible users in accordance with
Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective
from May 19, 2000 through May 18, 2003.
NEGOTIATION PROCEDURE/CALENDAR
This document shall detail the process by which we will establish a contract offering one-source
responsibility for the purchase of installed flooring materials. This Invitation will serve as a tool
to negotiate the best pricing and select the most appropriate and durable products from
commercial flooring manufacturers. Our goal is to provide a greater diversity of product within
the State Contract for Installed Flooring.
Evaluation: The DMS evaluation / negotiation team will review all submissions in order to
obtain the best value for our users. We will analyze each submission to determine if basic
criteria has been met, as well as comparing price, local & manufacturer’s service capabilities,
references, aesthetics, perceived value, durability, installation costs and environmental impact.
All responses must adhere to the terms and conditions stated in this document to be considered
for award. Based on our review the team may request additional information, meetings with the
manufacturers and/or representatives, or product demonstrations.
CALENDAR OF EVENTS
EVENT
DATE
TIME
POSTING OF ITN ON INTERNET
3/06/00
DEADLINE FOR WRITTEN INQUIRIES
3/24/00
POSTING OF ANSWERS TO INQUIRIES, ON INTERNET
3/29/00
ITN OPENING
4/11/00
2:00 pm
TECHNICAL SUBMISSION EVALUATION
4/11/00-4/14/00
POSTING OF INTENDED NEGOTIATION
4/17/00
PRICING/PRODUCT SUBMISSION
4/17/00-4/28/00
BEST AND FINAL OFFERS
5/01/00-5/08/00
CONTRACTORS’ MEETING---------------------------------------------5/16/00----------------------10:00 am
NEW CONTRACT
5/19/00
In “Technical Submission” evaluation, the team shall review the documentation needed to qualify
the manufacturers that shall be assembled in the “Technical Submission Package”. All
manufacturers’ responses meeting mandatory requirements and compliant with terms and
conditions will go on to be evaluated further in “Pricing/Product Submission”.* For the
“Pricing/Product Submission” evaluation the team will look at products and pricing. The team will
determine which products offer the best value and are most appropriate for state offices and
institutions. For “Best and Final Offers” evaluation we will invite the manufacturers’ management
teams to meet with our team in order to negotiate pricing, products and have assurance of
commitment to work in partnership with the State for a successful contract.
Also, in order to acquaint all awarded manufacturers with the new contract, Contractors and their
administrators shall attend a meeting on May16, 2000, at 10:00 am. In this meeting we shall clarify
duties and responsibilities and answer any procedural questions.
4
Information: Questions should be directed, in writing, to Kelly Strickland at fax: (850)488-5498
or e-mail to: strickk@dms.state.fl.us no later than the deadline in the Calendar of Events.
ESTIMATED QUANTITIES
It is anticipated that the State of Florida agencies, and other eligible users, will expend
approximately $10,000,000 annually under any contract resulting from this bid. These estimated
figures are given only as a guideline for preparing your bid and should not be construed as
representing actual figures under the contract.
EVALUATION/NEGOTIATION TEAM
Responses to this Invitation shall be evaluated by a evaluation/negotiation team composed of
employees of the Department of Management Services. The team’s scoring of responses will be
tabulated and ranked by the team.
SUBMISSION OF SEALED PROPOSALS
The response to this Invitation shall be submitted in two separate sealed packages. The
“Technical Submission Package” shall contain all information requested in the “Technical
Submission” portion of this Invitation (pages A1 – A22 /TAB 1)in a tabbed ring binder.
The original and five (5) copies shall be sealed in the same package. You will also place in
this ring binder the information required on the Manufacturer’s Qualification Form under
TAB 2 and 3. Please supply all information requested, with as much detail as possible.
Emphasis in each proposal must be on completeness and clarity of content. The package in
which the “Technical Submission Package” is contained must be clearly labeled as follows:
1.
2.
3.
4.
“Technical Submission Package”
Name of proposer
“Invitation to Negotiate” number
Opening date and time for “Invitation to Negotiate”
The “Pricing/Product Submission Package” shall contain all information requested in the
“Pricing/Product Submission” portion of this Invitation (pages B1 – B42). All pricing shall
be submitted on the attached pages. Please supply all information requested, with as much detail
as possible. The package in which the “Pricing/Product Submission Package” is contained
must be clearly labeled as follows:
1.
2.
3.
4.
“Pricing/Product Submission Package”
Name of proposer
“Invitation to Negotiate” number
Opening date and time for “Invitation to Negotiate”
The following shall also be submitted in a sealed box, labeled “Pricing/Product Submission
Samples” and name of proposer and shall include:
 Sample material folders/architect’s folders for each item offered
 Detailed documentation of construction of product offered
 Detailed documentation of Installation Specifications for product offered
 Detailed documentation of backing options for carpet
5


Detailed documentation on all adhesives recommended for use with any item
offered
Detailed documentation of any product option offered
OPTIONAL CONTRACT USAGE
In addition to the eligible users referenced above and with the consent of the successful bidder(s)
purchases may be made under the terms and conditions of this Invitation to Bid/Request for
Proposal, by governmental entities located outside the State of Florida. Appropriate governmental
entities' purchasing laws, rules and regulations shall apply to purchases made under this contract.
PURCHASES UNDER $2,500
Agencies have the option to purchase from non contract vendors provided the cost is below $2,500.
State agencies are encouraged to use the State Visa Purchasing Card for all purchases under $2,500.
SPECIAL ACCOMMODATION
Any person requiring a special accommodation at State Purchasing because of a disability should
call State Purchasing at (850) 488-8440 at least five (5) workdays prior to the Invitation opening
date. If you are hearing or speech impaired, please contact the Division by using the Florida Relay
Service which can be reached at 1 (800) 955-8771 (TDD).
BUSINESS REGISTRATION APPLICATION
Contractors must have a revised, current and complete Vendor Registration Application
identified as the “Business Registration Application” on file with the Department of
Management Services. If you updated this information on or after December 22, 1999, no
additional information is required. You may download this form by accessing the Vendor
Registration System at: http://fcn.state.fl.us/dms/venreg
Manufacturers are encouraged to use minority and small businesses as part of their team for
service and installation. Completion of this form is mandatory for those vendors who are under
contract with the State. While its completion is voluntary for those potential vendors who do not
have a contractual relationship with the State of Florida, application information will be
considered in evaluation criteria for an award.
DEFINITIONS
Whenever reference is made to the following terms in this Invitation, or any contract resulting from
this Invitation, it shall be understood to mean the following:
Manufacturer's Contract Administrator - employee of the manufacturer who will be
responsible for the administration of this contract for the manufacturer, including answering
inquiries from users, sending samples, preparing seam diagrams and proposals, entering orders,
submitting sales summaries and fees, and resolving disputes.
Contractor - the respondent to whom an award for this contract is made. The Contractor is
legally responsible for the contract, and all actions taken to fulfill the terms and conditions of the
contract.
Eligible Users - shall mean all state agencies, the legislative and judicial branches, political
subdivisions (counties, local district school boards, community colleges, municipalities, or other
public agencies or authorities), which may desire to purchase under the terms and conditions of the
contract. Federal agencies located in the State of Florida may be eligible entities to the extent
permitted by Chapter 287, FS.
6
Installation Partner - The dealership, installation firm, etc. hired by the manufacturer to
install flooring and handle any other responsibilities specified by the manufacturer.
Manufacturer - The person or entity who produces a useful product made … by the aid of
machinery directed and controlled by human power, either from raw materials or from materials
worked up into a new form.
Manufacturer’s Representative - a direct employee of the manufacturer who, as part of
the Contractor’s team, shall keep all samples updated, meet with users, project architects, dealers
and arrange for installation, visit job sites, act as a project manager, and facilitate the resolution of
disputes.
Post-Consumer Content - materials in a recycled content product which are derived from
products used by consumers which have been separated or diverted from solid waste and
incorporated into a new product for consumer use.
Post-Industrial Materials - materials generated by manufacturers or product converters,
such as trimmings, overruns and obsolete products, that are incorporated back into the
manufacturing process of the same or different product for consumer use.
Reclaimed - the specialized process of cleaning (refurbishing) broadloom carpet and tiles,
replacing overly worn segments and re-patterning the face fibers to produce a “new” product.
Recycled Content - for this Invitation and contract shall mean products offered containing
post-consumer and/or post-industrial waste materials
State - shall mean the State of Florida and participating entities, their employees, agents and
designees, while acting within the scope of their agency employment or office
Virgin Products - products made with materials that have no post-consumer or postindustrial content.
SCOPE
Furnish all labor, equipment, and materials, and perform all operations necessary to install carpet
and flooring materials in designated areas in accordance with the conditions and specifications
included in this Invitation.
The foregoing is intended only to establish the broad scope of work, and does not, in any way,
limit the responsibility of the Contractor, who shall perform all operations necessary to meet the
requirements of the job.
INTENDED USE
The carpet and padding covered by these specifications are intended solely for use as commercial
grade floor coverings. It shall not be used for wall covering.
This contract does not apply to re-laying of existing carpet, nor installation of carpet or other
flooring purchased from other sources.
LIABILITY FOR PROPOSAL PREPARATION EXPENSE
The State is not liable for any costs incurred by a proposer in the preparation and production of this
Invitation or any work performed prior to the issuance of a contract or order.
TECHNICAL DOCUMENTATION
All products bid must meet or exceed all conditions and specifications of the Invitation to
Negotiate (ITN). When technical documentation is required by this ITN, its purpose is to
demonstrate compliance of the product bid with applicable technical requirements of the ITN and
7
to allow a technical evaluation of the product. Failure to provide the required technical
documentation with the bid submittal shall make the bidder nonresponsive, unless State
Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of
the products offered through technical documentation available within the Division as of the date
and time of bid opening. Such authority of the Division shall in no way relieve the bidder from the
ultimate responsibility to submit the required technical documentation, nor shall any bidder assume
that such documentation is otherwise available to the Division. The State shall not be responsible
for the accuracy of the technical documentation in its possession.
SUSPECT ASBESTOS CONTAINING MATERIAL(S)
Before installing carpet where the installer suspects or detects there is (a) asbestos tile, (b) carpet
over asbestos tile, (c) asbestos in the walls or mastic behind vinyl base, the installer must contact
the Agency Asbestos Coordinator (or building owner). At that time, it will be determined if the
material(s) contains asbestos. If asbestos is found, the installer can not commence or resume work
until the Asbestos Coordinator instructs the installer how to proceed.
TOXIC SUBSTANCES
When any toxic substance, as defined in Chapter 442, Florida Statutes, is used, it will be the
responsibility of the successful bidder to post a notice, not only to his own employees, as required
by the Chapter, but also post a notice in a conspicuous place at the job site, informing building
occupants of the substance being used, and a material safety data sheet for their examination.
QUALITY
All carpet or flooring material installed at each job site shall be of the same mill run and/or dye
lot for each line item ordered.
All carpet or flooring material shall be of "first quality"; i.e., free from visual blemishes and
physical defects. No irregulars, promotional goods, mill ends, or remnants shall be accepted.
AMERICAN WITH DISABILITIES ACT (ADA) REQUIREMENTS (REVISED)
All work completed in accordance with this contract shall meet ADA guidelines. Carpet as
installed shall be "securely" attached to the floor in compliance with ADA, PL 101-336, as
amended by PL 104-59.
QUALIFICATION OF MANUFACTURERS
Carpet mill must be regularly engaged in manufacturing products offered in response to this
Invitation. Products must have been in satisfactory use, under similar conditions, for not less than
three (3) years. However, the State reserves the right to review new products with recycled
content and environmental benefits as deemed in the best interest of the State.
Manufacturers shall be required to complete all information requested in the “Manufacturer’s
Qualifications” section of this Invitation. This includes naming designated persons residing in
the corporate headquarters or mill who will be responsible for administering this contract and
answering all inquiries from purchasers. If the purchaser desires a quotation for carpet and
services, the manufacturer will be responsible to have site measured and complete required
“Quotation Form”. The “Quotation Form” shall list the installer who shall receive and install the
8
flooring material, and the manufacturer's Representative who shall be responsible for resolving
technical problems.
Also required in this section is information about the manufacturer and the manufacturer’s
representatives in the State of Florida, (Page 19A). References of companies or agencies that
have used the manufacturer for contracts of similar size and complexity are necessary to
demonstrate ability to perform under this contract. And in order to document the number of
small and minority businesses in partnership with the manufacturer, the names and locations of
these businesses shall be listed on the attached sheets.
The State reserves the right to request additional data pertaining to the respondent’s ability and
qualifications as it deems necessary to ensure competent and satisfactory work. Any respondent
failing to submit, on request, the required information will be judged non-compliant and their
proposal will not be considered for award.
USE TAX
It is the responsibility of the Contractor to determine how work accomplished under this contract
would be subject to a Use Tax as written in the "Sales and User Tax" Chapter 12A-1, Florida
Administrative Code. For most of the work accomplished under this contract, Rule 12A-1.094(a)
and (2) (a), F.A.C., will apply:
"(1) This rule shall govern the taxability of transactions in which contractors manufacture or
purchase supplies and materials for use in public works, as that term is referred to in Section
212.08(6), F.S."
"(1) (b) "Public works" are defined as construction projects for public use or enjoyment, financed
and owned by the government,…."public works" is not restricted to the repair, alteration,
improvement, or construction of real property and fixed works where the sale of tangible
personal property is made to or by contractors involved in public works contracts."
"(2) (a) The purchase or manufacture or supplies or materials by the contractor for incorporation
into a public works project is taxable to the contractor since he is the ultimate consumer."
For non-public projects, the tax would be applicable, as stated in Rule 12A-1.051 (40), F.A.C.:
"(40) A contractor or subcontractor is construed to be improving real property and owes the tax
on all materials and supplies that he uses in fulfilling the contract when he furnishes and installs
wall-to-wall carpeting pursuant to a lump-sum, cost plus, fixed fee, or guaranteed price contract
when:
18 There is no retained title provision in the agreement: and
18 The carpeting is affixed to the floor by nails, glue or in some other manner and becomes the
finished floor.
(Refer to Rule 12A-1.1016 for the sale of carpeting which remains tangible personal property.)
9
Any questions concerning the Use Tax as it relates to this contract shall be directed to the
Taxpayer Assistance Section at the Department of Revenue (800) 352-9671.
RESPONSIBILITIES
The Contractor shall be responsible for all licenses, permits, and inspection fees required for any
project, and shall comply with all laws, ordinances, regulations and any other requirements
applicable to the work specified. All property shall be protected against damage by reason of the
Contractor's operations in performance of contract.
The Contractor is ultimately responsible for delivery and installation including moving and
replacement of furniture, and the performance of all operations necessary to install carpet in
accordance with the conditions and specifications of this bid. Removal of existing floor covering
is the responsibility of the Contractor in accordance with the requirements of the of the job and
of the purchaser.
Manufacturer's local representation is critical for sales, service, and resolving technical problems.
The Contractor shall be responsible for having adequate representation throughout the State of
Florida to meet all the State’s needs.
SUPERVISION AND COORDINATION
The user should request a representative of the manufacturer act as a project manager for large
installations (those over 50,000 square feet). It is in the best interest of the manufacturer to
provide this service to protect their reputation and to ensure the conditions of this contract are
fulfilled. The project manager should: oversee the delivery and installation to determine that all
aspects of the job run smoothly, make sure there is no interference from the other trades or
building contractor, and verify the installers are working in a professional manner and
completing the job in accordance with all requirements specified herein.
LEGISLATION/SPECIAL PROGRAMS
The State reserves the right to negotiate with Contractors at any point during the contract period if
“pilot” or special programs are funded by the Legislature, or if new legislation is enacted pertaining
to flooring materials or their disposal.
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a violation of section
247A(e) of the Immigration and Nationalization Act. If the contractor knowingly employs
unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract.
PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a
public building or public work, may not submit bids on leases of real property to a public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a
contract with any public entity, and may not transact business with any public entity in excess of
10
the threshold amount provided in f.s. 287.017 for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list.
PRICES
Prices offered for this Invitation shall be for delivered and installed carpet and flooring materials,
including sundries. The Contractor must adhere to all installation specifications detailed herein,
including removing old carpet from the site and its disposal in accordance with State and local
requirements. Prices bid shall take into consideration normal business hours of 8-6, Monday
through Friday.
Please check the bid document for list of additive and deductive options for the fixed charges for
all services related to flooring installation. All deviations, product modifications and special
requests must receive prior written approval from the purchaser before execution of the purchase.
Proposed changes shall not compromise the integrity of the product’s performance.
Pricing for any extraordinary physical circumstances within a building shall be negotiated on a
case-by-case basis. A “Change Order/Special Request” form must be completed and signed by
purchaser before any changes can be made.
QUANTITY DISCOUNTS
Bidder is urged to offer additional discounts for large installations (at one site). Discounts will
be negotiated during the "Best and Final Offer" phase of the evaluation.
PRICE ADJUSTMENTS
If there has been a general increase of prices for carpet and flooring materials throughout the
industry by suppliers of fibers and/or raw materials, the contractor may request an increase in
writing which must include certified documentation from the supplier. The increase shall not
exceed 5% of current net contract pricing for carpet or other flooring and up to 3% for labor and
miscellaneous materials for each additional year following the first year the contract is in effect.
The State reserves the right to accept an increase.
PRICE LISTS
On any contract where pricing is based on a Manufacturer’s or Dealer’s published price list (net
or discounted), the price list must be provided by the BIDDER as part of the bid package in hard
copy, and on a 3.5 inch diskette as a Word For Windows file. Any subsequent revisions shall be
submitted in the same format to State Purchasing CONTRACT ADMINISTRATOR, for review
and approval prior to implementation.
State Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own
PRICE LIST of eligible offerings and to post the prices on the CONTRACT HOLDERS Internet
Home Page. However, all initial pricing and any subsequent price changes must be reviewed
and approved by State Purchasing Contract Administrator before they can be posted to the
CONTRACT HOLDER Internet Home Page.
Failure to submit the information required in this section will be grounds for disqualification of
your bid and/or removal from any resulting contract.
11
OPTIONS/PRICING
All additional options and the pricing will be reviewed and accepted if deemed in the best
interest of the State. Any minimum order for this contract shall be detailed on the pricing sheet.
PRODUCT VARIATIONS
New variations or substitutions of existing products awarded under the contract will be
considered for the contract if in the best interest of the State. The Contractor will not be
authorized to sell any product variation with reference to this contract prior to the revision
accepted by State Purchasing.
INSURANCE
The manufacturer's designated installer shall not commence any work in connection with this
contract until they have obtained all of the appropriate insurance coverage to adequately protect
damage hazards which may result in the performance of this contract. Furthermore, all insurance
shall be with insurers qualified and duly licensed to transact business in this state.
Upon request, the manufacturer shall furnish the purchaser an insurance certificate proving
appropriate coverage is in full force and effect.
INSURANCE, CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE
The Contractor shall take out and maintain during the life of this agreement COMMERCIAL
GENERAL LIABILITY AND COMMERCIAL AUTOMOBILE LIABILITY INSURANCE as
shall protect him from claims for damage for personal injury, including accidental death, as well
as claims for property damages which may arise from operating under this agreement whether
such operations are by himself or by anyone directly or indirectly employed by him, and the
amount of such insurance shall be the minimum limits as follows:
A. CONTRACTOR'S COMMERCIAL GENERAL
LIABILITY COVERAGES, BODILY INJURY
& PROPERTY DAMAGE
B. AUTOMOBILE LIABILITY
COVERAGES, BODILY INJURY
& PROPERTY DAMAGE
$300,000.00
Each Occurrence,
Combined Single Limit
$100,000.00
Each Occurrence,
Combined Single Limit
Insuring clause for both BODILY INJURY and PROPERTY DAMAGE shall be amended to
provide coverage on an OCCURRENCE BASIS.
INSURANCE, LOSS DEDUCTIBLE CLAUSE
The purchaser shall be exempt from, and in no way liable for, any sums of money which may
represent a deductible in any insurance policy. The payment of such deductible shall be the sole
responsibility of the contractor providing such insurance.
Upon request, the Contractor shall furnish the purchaser an insurance certificate proving
appropriate coverage is in full force and effect.
12
INSURANCE, SUBCONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE
The Contractor shall require each of his subcontractors to secure and maintain during the life of
the subcontract, insurance of the type specified above or insure the activities of his
subcontractors in his policy, as specified above.
INSURANCE, WORKERS’ COMPENSATION
The Contractor shall take out and maintain during the life of this agreement, Workers'
Compensation Insurance for all of his employees connected with the work of this project and, in
case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers'
Compensation Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the contractor. Such insurance shall comply fully with the Florida Workers'
Compensation law. In case any class of employees engaged in hazardous work under this contract at
the site of the project is not protected under the Workmen's Compensation statute, the Contractor
shall provide, and cause each sub-contractor to provide, adequate insurance, satisfactory to the
Purchaser, for the protection of his employees not otherwise protected.
PERFORMANCE AND PAYMENT BONDS
The authority and responsibility for requesting performance and payment bonds shall rest with
the purchaser. Under this contract, the purchaser issuing the purchase order may request a
performance and payment bond as deemed necessary by the size of the job. Inability to provide a
bond shall result in the Contractor being found in default of the contract.
WARRANTY
The manufacturer's written instructions for carpet or flooring care and maintenance shall be
provided to the purchaser upon completion of installation. All materials and labor shall be
warranted for a minimum of three (3) years from the date of completion of installation. The
Contractor shall see that all repairs or corrections necessary are made to maintain the completed
work in first-class condition and according to industry standards, for a three (3) year period at
NO additional cost. This shall include, but shall not be limited to, replacing carpet, relaying or
re-stretching any carpet that does not provide an attractive, wrinkle free appearance, and
correcting any condition due to faulty installation, such as loss of adhesion to subfloor, or frayed
or raveled seams.
All 6’ carpet shall have a minimum non-prorated warranty of a minimum of fifteen (15) years
from the date of completion of installation. All broadloom carpet shall have a minimum nonprorated warranty of ten (10) years from the date of installation. All carpet shall be warranted
against excessive surface wear (not more than 10% loss of pile fiber weight measured before and
after use) and delamination of secondary backing, edge ravels, and zippering when maintained as
specified by the manufacturer. The manufacturer shall not be liable for abnormal circumstances
and abuse. The warranty shall cover materials, labor and transportation charges, if any.
All modular carpet tile products must also be warranted against cupping, dishing, or doming for
a period of no less than fifteen (15) years from date of installation.
All other flooring products must (at a minimum) be liable for the manufacturer’s warranty for
those goods.
13
Warranties submitted with the bid either appearing separately or included in preprinted material
that are less than above, shall not be acceptable and provisions herein take precedence.
Manufacturer's warranty provisions that exceed provisions listed herein shall take precedence,
and shall be noted on the price sheets.
QUALITY ASSURANCE
The contractor, during the contract term, upon mutual agreement, will provide reasonable travel
and lodging accommodations for up to (3) government employees to perform an on site inspection
of the manufacturing processes and review of the manufacturer's product quality controls and total
quality management programs. The contractor will reimburse the State for actual transportation
cost, per diem and incidental expenses as provided in Section 112.061, Florida Statutes or costs of
transportation, lodging and meals shall be covered under the corporate client program, in the best
interest of the State. It is the State's desire that the Contractor demonstrate programs for quality
control for product improvement rather than post production detection.
SURCHARGE FEE AND SUMMARY OF TOTAL SALES
State Purchasing hereby imposes a vendor surcharge fee of 1% of Contractors' sales under any
contract resulting from this bid. The fee will be paid by the Contractor and must be included in
prices bid and cannot be added as a separate item. Use of this contract will be optional by State
Agencies. If a State Agency elects to purchase from a source other than the resulting State
contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida
Administrative Code.
After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable
to the State of Florida no later than 30 days after the end of each quarter.
Vendor surcharge fee and contract number should be noted on the check and remitted to:
State of Florida
Department of Management Services
P.O. Box 5438
Tallahassee, FL 32314-5438
The Contractor shall furnish State Purchasing a detailed summary of sales at the end of each
quarter. By submission of these Sales Summary reports and corresponding vendor surcharge
deposits, the Contractor is certifying their correctness. All such reports and fee deposits shall be
subject to audit by the State of Florida.
Failure to comply with these requirements will result in the Contractor being found in default, in
which case any and all reprocurement costs and all outstanding vendor surcharge fees may be
charged against the defaulting Contractor and may result in immediate, unilateral cancellation of
the contract by State Purchasing.
INTERNET HOME PAGE
The Contract resulting from this bid will become a public document. The State of Florida, State
Purchasing is using the Florida Communities Network (FCN) on the Internet World Wide Web
(WWW) to distribute State Term Contracts and product information to eligible users and other
interested entities.
14
While not required at this time, each CONTRACT VENDOR is encouraged to develop and
maintain a HOME PAGE on the Internet WWW. The Home Page must be compatible with the
most recent version of browser software being used by State Purchasing. As of the writing of
this solicitation, Netscape Navigator 3.0 is the State Purchasing browser standard. State
Purchasing intends to upgrade to new browser versions as they become available and fully
tested, at its discretion.
The Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the
space provided on the Ordering Instructions page of the bid.
VISA ACCEPTANCE
The State of Florida has implemented a purchasing card program, using the Visa platform.
Vendors may receive payment from state agencies by the purchasing card in the same manner as
other Visa purchases. Visa acceptance is mandatory but is not the exclusive method of
payment. Please indicate your ability to accept Visa in the space provided on the Ordering
Instruction sheet of the bid.
PARTIAL PAYMENT
Eligible users are encouraged to allow the manufacturer to bill for materials and have a partial
payment of up to 80% of the total purchase order dollar amount, especially for large jobs and
jobs where installation is delayed.
AGREEMENT MODIFICATION
No provisions of this agreement shall be modified, amended, or waived on behalf of State
Purchasing except in writing from this office.
SUMMARY OF TOTAL SALES
Contract supplier shall furnish State Purchasing a detailed Summary of Sales at the end of each
quarterly contract period. Sales Summary shall include State contract numbers, contractor's name,
the total of each commodity sold, invoiced & paid, and name of ordering entity. The report shall
also detail the dollar amount of business transacted with each of the "Minority and Small Business
Installation Partners" as listed on page A21. Failure to provide this information, including no sales,
within thirty (30) calendar days following the end of each quarter may result in the contract supplier
being found in default or unilateral cancellation of your contract by State Purchasing.
CONTRACTOR PERFORMANCE
Each Contractor’s performance will be evaluated on an ongoing basis through the following
procedures:
1. Contract users will be surveyed periodically as to their satisfaction with the
overall contract, as well as their satisfaction with their installation teams.
2. Contractors will also be evaluated on the number of complaints received from
contract users.
3. Timely submission of sales summaries will also be a key factor in this
evaluation.
4. Volume of sales per commodity will be reviewed as part of Contractor
performance.
15
Attached to this contract is a “Comment/Complaint Form for Flooring” which should be used to
provide feedback on the contract and the Contractors. Completed forms should be sent to State
Purchasing whenever contract users have information to impart. State Purchasing strongly urges
all contract users to complete these forms because the information is vital in assessing the
contract and each Contractor’s performance. State Purchasing will use this information to make
decisions on extending or deleting items or Contractors from the contract, and also as a basis for
the next contract bid.
ETHICAL BUSINESS PRACTICES
Any manufacturer awarded business as a result of this Invitation shall work in partnership with
the State to ensure a successful and valuable contract, and ethical practices are required of State
employees, Contractors, and all parties representing the Contractor. All work performed under
this contract shall be performed in a professional manner. Any breach of ethical business
practices shall be reported to the Inspector General of the State of Florida, and may be cause for
removal from this contract.
CRITERIA FOR EVALUATION AND AWARD
Proposals submitted under the “Technical Submission Package” that do not meet the minimum
terms and conditions or that submit altered terms and conditions shall be deemed non-responsive.
Those deemed non-responsive shall not have their samples reviewed. Points shall be assigned to
submission, as follows:
Maximum Points
“Technical: Corporate Information
20
Submission Environmental Policies/Recycling Programs
20
Evaluation" Contract Administrators
20
Representation
10
Minority and Small Business Installation Partners
10
References
10
Minimum Score Accepted:
“Pricing/
Price
Product
Durability/Aesthetics
Submission" Innovative Options/Practices
Environmental Impact
Minimum Score Accepted:
79
20
5
5
5
29
“Best and Final Offer” For this phase we will not assign points, but the team will meet
with the manufacturer’s management team. We will review the selected products, overall
program, their team’s commitment to working with the State, and prices offered by the
manufacturer and request Best and Final Offer.
16
EVALUATION/AWARD
As a result of these negotiations, a contract will be awarded to one or more manufacturers for
one or more of their products offered. State Purchasing reserves the right to negotiate with any
or all responding to this Invitation in order to achieve the best products, pricing and service for
this contract. As in the best interest of the State, the right is reserved to reject any and all
proposals or waive any minor irregularity in proposals received. All other provisions of Awards
Paragraph, General Conditions, shall prevail.
17
INSTRUCTIONS TO ORDERING AGENCY
PURCHASING PROCEDURES AND MANUFACTURER'S RESPONSIBILITIES
The following steps are to be taken by the purchaser and the manufacturer in order to use this
contract:
I.
CARPET SELECTION
Purchaser shall determine which type of carpet is most appropriate for the area to be
carpeted. Purchaser may call Manufacturer's Representative for assistance.
II
SITE VISIT
A.
Purchaser shall contact manufacturer's corporate designee and arrange a mutually
convenient date to visit the site. The corporate designee shall inform purchaser of
the name and telephone number of the person (Manufacturer's Representative or
Installation Partner) who will visit the site.
B.
The date and time of the site visit shall not exceed seven (7) working days after the
purchaser initiates the call.
C.
Purchaser shall make every effort to have building floor plans or blueprints
available at time of site visit.
D.
Manufacturer's Representative or Installation Partner shall visit the site of the
proposed work, and familiarize himself with the extent of the work to be performed
and any conditions that may in any manner affect the work to be done and the
equipment, materials, and labor required. Manufacturer's Representative or
Installation Partner is responsible for obtaining accurate on-site measurements for
the manufacturer. Reviewing plans (if available) in no way relieves the
manufacturer's representative or installation partner of this responsibility.
E.
Manufacturer's Representatives or Installation Partners shall measure the areas to
be carpeted to determine the actual number of square yards required to complete
the installation. All services shall be quoted from the Pricing for Additives page .
Manufacturer shall complete the "Quotation Form" to include with Formal
Proposal to purchaser. The Formal Proposal and the "Quotation Form" must
accompany all agency purchase orders. Using these measurements, a seam diagram
shall be prepared for each area to be carpeted. Excessive seaming or cross-seaming
will not be accepted. Failure to provide seaming diagrams shall be interpreted as
not conforming to contract conditions, and shall be grounds for default. Not-toscale seaming diagrams are acceptable for seaming intent if acceptable by
purchaser. However, this shall not relieve the Manufacturer's Representative or
Installation Partner of the requirement for proper seaming and installation.
F.
At the time of the site visit, the Manufacturer's Representative or Installation
18
Partner shall allow purchaser to select carpet color from carpet sample brochures.
III.
G.
Installation of carpet shall be accomplished during purchaser's business hours.
However, with agreement of both parties, installation may be accomplished at
night and/or on weekends, as noted on pricing pages
H.
The Quotation Form/Formal Proposal shall be delivered to the purchaser no later
than seven (7) working days after the site visit
I.
Any installation requiring more than 5% over the actual square yardage of an area
shall be subject to pre-approval by the purchaser.
J.
The manufacturer may charge the purchaser a $30 site visit if no purchase order
was issued after the site was measured and a seam diagram prepared.
PURCHASE ORDER PREPARATION BY PURCHASER
The purchaser shall specify the following on the purchase order to the manufacturer:

Contract and commodity numbers for each item.

Installation method required.

Manufacturer, style, color name and order numbers for all materials
required.

Any additive or deductive options required, by line item, as shown on
proposal and quotation form from manufacturer. It shall be shown both by
item price and description.

Amount of flooring required and price per square foot or square yard.

The name and telephone number of the purchaser's representative at the
installation site.
A copy of the seam diagram and Quotation Form from manufacturer, and a blank copy of
the Contract. Completion Form shall accompany each Purchase Order issued under this
contract.
IV.
INSTALLATION
A.
The purchaser and Manufacturer's Representative or Installation Partner shall agree
upon an installation date and time.
19
B.
Manufacturer shall place order in production after receipt of purchase order.
Manufacturer shall notify purchaser's representative (designated on purchase order)
within five (5) working days of the estimate arrival date of the carpet. The
purchaser shall also be notified at this time of any mill delays or anticipated
scheduling problems.
C.
Manufacturer's Representative or Installation Partner shall notify purchaser's
representative upon receipt of floor covering and arrange for installation.
D.
Manufacturer's Representative or Installation Partner shall be responsible for
removing existing floor covering, unless otherwise specified. The fees for removal
shall be stated on the purchase order.
E.
Manufacturer's Representative or Installation Partner shall remove and replace all
furnishings and movable equipment when specified. Installed equipment that
cannot be removed shall necessitate installing floor covering around said
equipment, with all edges finished.
Manufacturer's Representative or Installation Partner shall not be responsible for
moving any computer equipment, electronic equipment, copiers, etc. Libraries,
large file rooms, and open office furniture are beyond the normal scope of work
required by this contract, and all unusually furnished areas shall have furnishing
removed before floor covering is scheduled to be installed, or shall be negotiated
on a case-by-case basis between the manufacturer’s representative and purchaser.
F.
The Manufacturer's Representative or Installation Partner shall be held responsible
for the scheduling, receiving, and placement on floors of goods from the
manufacturer. Goods shall be delivered to the job site in the manufacturer's bundles
and shall be clearly marked as to size, dye lot, and materials. For late jobs, work
shall be finished on one floor before starting work on any other floor.
G.
Manufacturer's Representatives and Installation Partners and their staff shall have a
form of identification on their person from manufacturer at all times on the job site.
H.
There shall be a proper transition between existing flooring materials and the new
materials installed. Where needed, exposed edges at doorways, etc., shall be
finished with a top quality metal strip or appropriate transition material/molding.
Any base shall be securely attached to the walls, and shall be level and even.
Where using carpet base, the base cap shall be glued or nailed/screwed into the
wall first, and the carpet shall be cut to fit. All waste material must be removed
from the premises and carpet shall be clean and free of debris. Building dumpsters
are not to be used.
I.
Upon completion of installation, any excess materials shall be turned over to the
purchaser's representative at the installation site. The “Attic Stock/Receipt of
Materials Form” shall be used to document excess materials. Manufacturer's guide
20
to cleaning and maintenance and all warranty documents shall be provided to
purchaser upon completion of job.
J.
All changes or modifications to the original order shall be made in writing by the
manufacturer and approved by purchaser before any work can be executed. The
Change Order/Special Request Form signed by purchaser must be submitted to the
manufacturer for invoicing.
K.
After the job has been completed, the Manufacturer's Representative or Installation
Partner shall submit the “Contract of Completion Form” to the purchaser's
representative for signature and approval that work has been satisfactorily
completed. No payment shall be made until “Certificate of Completion” form has
been signed by purchaser and a copy attached to the invoice.
L.
Job Completion or Remedy of Work: If the Contractor, after receipt of any such
written notice fails within seventy-two (72) hours to commence at the job site with
performance of the work necessary to complete or remedy all defects, clean-up,
etc., the Purchaser shall be entitled to have such work remedied and the Contractor
shall be fully liable for all cost and expenses reasonable incurred by the Purchaser.
21
STATE OF FLORIDA
Specification
No. 360-240
DEPARTMENT OF MANAGEMENT SERVICES
STATE PURCHASING
Effective
Date: 02-24-00
(Rev.)
SPECIFICATIONS
CARPET, TUFTED, WOVEN, ATTACHED VINYL CUSHION, TILES, COMMERCIAL
1.0
SCOPE AND CLASSIFICATION
1.1
Scope: This specification covers requirements for Tufted, Woven, Vinyl Cushion,
Attached Vinyl, Commercial Carpets and Carpet Tiles.
2.0
APPLICABLE PUBLICATIONS
2.1
The following publications (issue in effect on date of Invitation to bid) shall form a part
of this specification. American Society for Testing and Materials (ASTM).
ASTM D-418
ASTM D-1335
ASTM D-1335
ASTM D-2859
ASTM E-648
ASTM 1667
Methods of Testing Woven and Tufted Pile Floor Covering.
Test Method for Tuft Bind of Pile Floor Covering.
Test Method for Tuft Bind (Wet) of Pile Floor Covering 85% of Dry
Tuft Bind results.
Test Method for Flammability of Finished Textile Floor Covering
Materials.
Test Method for critical Radiant Flux of Floor Covering Systems
using a Radiant Heat Energy Source.
Test Method for Flexible Cellular Materials Vinyl Chloride Polymers
and Copolymers.
(Copies may be obtained from American Society for Testing and Materials, 1916 Race
Street, Philadelphia, Pennsylvania 19103) American Association of Textile Chemist and
Colorist (AATCC) Standards.
AATC - 16E Colorfastness to Light.
AATCC - 20 Fiber Analysis: Qualitative.
AATCC - 118 Fluorochemical Finish.
AATCC - 134 Electrostatic Propensity of Carpets.
AATCC - 165 Colorfastness to Crocking.
DDD-C-0095A Shrinkage.
(Copies may be obtained from American Association of Textile Chemist and Colorist, P.
O. Box 886, Durham, North Carolina 27702)
22
3.0
REQUIREMENTS
3.1
Manufacturing Specifications: Manufacturer's specifications and sample book for each
style of carpet bid shall accompany all submitted packages. Typed copies of mill
specification are not acceptable.
3.2
Nylon Construction: Nylon fiber construction shall reflect what is commonly understood
within the industry to be a "luster control" or "soil-hiding" appearance retention. Cut pile
nylon shall be of a twisted, heat-set yarn. These features shall be verified either by a
positive statement in the submitted manufacturer's specifications or by a manufacturer's
certification submitted with the package in response to this Invitation. Also, the nylon
must be a Labeled Yarn System, having a Federally Registered Trademark that can be
traced back to the manufacturer of the yarn. A label stating only that the face yarn is
“Nylon”, etc. is not acceptable.
3.3
Anti-Static Control: Unless otherwise specified, the carpet anti-static control shall be
permanent. Anti-static topical coatings are not acceptable. The maximum acceptable
static build up when tested in compliance with test standards AATCC-134 shall be a
maximum 3.5 kilovolts at 70o F and 20% relative humidity. This property shall be
verified by either a positive statement in the manufacturer's submitted specifications or by
a manufacturer's certification.
3.4
Fluorochemical Finish: The Soil Resist treatment applied to carpet shall meet the
Flurochemical Finish Specification established by CRI's Test CRI-TM-102.
3.5
Flammability: Flammability test procedures and requirements shall be the following:
a.
Radiant Panel Test (ASTM E-648-78) average results shall exceed o.22 Watts/cm2
and shall be verified by either a positive statement in the manufacturer's submitted
specifications or by a manufacturer's certification.
b.
Methenamine Pill Test shall be performed on both carpet surfaces (top pile face
and under or backside) and be in compliance with ASTM D-2859-76 (or
DOC-FF-1-70). Compliance shall be verified by either a positive statement in the
manufacturer's submitted specifications or by a manufacturer's certification.
3.6
Labeling: A label meeting the Federal Requirements, as stated in the Textile Products
Identification Act under the Federal Trade Commission, shall be attached. The
manufacturer is required to put all information as to the country of origin, fiber content,
manufacturer's name or RN number on a label or tag attached to a conspicuous place on
the outside of the carpet.
3.7
Indoor Air Quality: A label complying with the CRI (1-800-882-8846) Indoor Air Quality
Carpet Testing Program shall be attached or product shall meet the following minimum
requirements.
23
a.
b.
c.
d.
Total volatile Organic Compounds
Formaldehyde
4-Phenylcyclohexene (4-PC)
Styrene
0.5 mg/m2.hr
0.05 mg/m2.hr
0.1 mg/m2.hr
0.4 mg/m2.hr
3.8
Color: Carpet color(s) shall be as selected by the user from the manufacturer's standard
colors available.
4.1
Bid Samples: Samples shall be furnished at no expense to the State of Florida and, if not
destroyed in testing, may, upon request, be returned at the bidder's expense. Samples of
successful bidders' items shall remain on file with the State Purchasing for the term of
contract. Requests for return of samples shall be received within ninety (90) days after
Invitation opening date and shall be accompanied by shipping instructions (including
shipping authorization and name of carrier). If instructions are not received within this
time, the items shall be disposed of by the State of Florida.
Failure to deliver samples on or before the bid opening date will result in rejection of the
bid.
4.2
Random Samples: Samples of delivered items may be randomly selected and tested for
compliance with these specifications. If it is found that delivered commodities are not
equal to or better than the samples originally submitted (within the standard
manufacturing tolerance of 5%), State Purchasing may proceed as stipulated in the
"General Conditions" paragraph 9. “Nonconformance to contract conditions”. The State
of Florida reserves the right to accept certified reports from other laboratories.
5.0
PREPARATION FOR DELIVERY
5.1
Packing: Carpet shall be packed in commercial containers of the type, size and kind
commonly used for the purpose, so constructed as to insure acceptance and safe delivery
to the destination called for in the purchase order.
6.0
NOTES
6.1
Commodities procured under this specification shall not deviate from those originally
contracted for without written approval from State Purchasing.
6.2
This specification shall, until revised or rescinded by State Purchasing, apply to each
future purchase and contract for the commodities described herein.
6.3
No substitutions to the approved products listed in the contract that results from this
Invitation shall be allowed unless authorized by the State Purchasing and published in a
Contract Memo.
7.0
STATISTICAL CONTROL
24
7.1
Quality Control: It is the State's desire that the Contractor provide demonstration of
quality control for improvement rather than post production.
DISPOSAL/RECYCLING CARPET MATERIALS:
THE STATE OF FLORIDA RECOGNIZES THAT PROPER DISPOSAL OF USED CARPET
IS A CONCERN FOR ALL INDIVIDUALS LIVING AND WORKING IN THE STATE OF
FLORIDA. SOME LANDFILLS NO LONGER ACCEPT CARPET OR CARPET MATERIAL
FOR LANDFILLING. THE CONTRACTOR SHALL ADVISE THE CONTRACT USER OF
THE METHOD OF DISPOSAL OF ALL MATERIALS REMOVED FROM THE JOB SITE
AND AGREES TO ABIDE BY ALL STATE AND LOCAL CARPET DISPOSAL
REGULATIONS. ALL RECYCLING EFFORTS ARE ENCOURAGED.
25
PADDING, CUSHION PADDING, CARPET
1.0
SCOPE AND CLASSIFICATION
1.1
Scope: This specification covers requirements for Carpet Padding/Cushion.
1.2
Classification: Padding shall be classified according to the following types and be in
compliance with the requirements of this specification and TABLES I, and II
Padding/Cushion Construction Characteristics.
TYPE I -
Padding, Synthetic Fiber, Needlepunched
Construction for Commercial Applications.
CLASS 1 - 32 Oz. Sq. Yd.
TYPE II -
Padding, Synthetic Rubber, Foam Construction, for Heavy
Commercial Applications.
CLASS 1 - 80 Oz. Sq. Yd.
2.0
APPLICABLE PUBLICATIONS
2.1
The following publications (issues in effect on date of Invitation to bid) shall form a
part of this specification for Type I.
American Society for Testing and Materials (ASTM)
ASTM E648
Test Method for critical Radiant Flux of Covering Systems using a
Radiant Heat Energy Source.
(Copies may be obtained from American Society for Testing and Materials, 1916 Race
Street, Philadelphia, Pennsylvania 19103).
The following publications (issues in effect on date of Invitation to bid) shall form a
part of this specification for Type II.
American Society for Testing and Materials (ASTM)
ASTM E 492-77
ASTM C433-81
ASTM E-662
ASTM E-84
26
FF 1-70
(Copies may be obtained from American Society for Testing and Materials, 1916 Race
Street, Philadelphia, Pennsylvania 19103)
3.0
REQUIREMENTS
3.1
Manufacturing Specifications: When bidding other than approved brands in paragraph
3.4, Padding/Cushion, manufacturer's specifications and sample for each type and class
Padding/Cushion being bid shall accompany all bids. Vendor typed copies of mill
specification are not acceptable.
3.2
Construction: Synthetic construction shall meet or exceed characteristics requested in
Tabels I and II.
3.3
Flammability: Flammability test procedures and requirements shall be the following:
3.4
a.
Radiant Panel Test (ASTM E-662) average results shall meet or exceed the
values shown in Table I and shall be verified by either a positive
statement in the manufacturer's submitted specifications or by a
manufacturer's certification submitted with the bid.
b.
Methenamine Pill Test shall be performed and in compliance with
DOC-FF-1-70). Compliance shall be verified by either a positive
statement in the manufacturer's submitted specifications or by a
manufacturer's certification submitted with the bid.
QUALIFIED PRODUCTS (BRANDS) LIST (QPL): The following listed brands are
approved for each (Class) as shown. Bidders offering brands other than those listed
below shall submit samples as called for in paragraph 4.1.
TYPE I, CLASS 1
Commodity No. 360-720-010-0020
32 oz. Padding
Suggested Applications: Medium Traffic Areas
Brand Name
Manufacturer
Contred 1235-28
FX -32
Reception III
Nouveau Cushion
General Felt Industries
P & G, Inc.
Foamex
G. S. Industries
27
TYPE II, CLASS 1
Commodity No. 360-720-020-0080
80 oz. Cushion
Suggested Applications: Heavy Commercial, Institutional areas, subject to frequent
wheel traffic.
Brand Name
Manufacturer
Uniplus System II
Tred-Mor 2580
Lees Carpet
Sponge Cushion, Inc.
4.0
SAMPLING AND INSPECTION
4.1
Bid Samples: All bidders shall include detailed documentation and samples with this
package. Samples shall be furnished at no expense to the State of Florida and, if not
destroyed in testing, may, upon request, be returned at the bidder's expense. Samples of
successful bidders' items may remain on file with the State Purchasing for the term of
contract. Requests for return of samples shall be received within ninety (90) days after
bid opening date and shall be accompanied by shipping instructions (including shipping
authorization and name of carrier). If instructions are not received within this time, the
items shall be disposed of by the State of Florida.
Failure to deliver samples on or before the bid opening date will result in rejection of
the bid.
4.2
Random Samples: Samples of delivered items may be randomly selected and tested for
compliance with these specifications. If it is found that delivered commodities are not
equal to or better than the samples originally submitted (within the standard
manufacturing tolerance of 5%), State Purchasing may proceed as stipulated in the
"General Conditions" paragraph 9. “Nonconformance to contract conditions”. The
State of Florida reserves the right to accept certified reports from other laboratories
5.0
PREPARATION FOR DELIVERY
5.1
Packing: Samples shall be packed in commercial containers of the type, size and kind
commonly used for the purpose, so constructed as to insure acceptance and safe
delivery to the destination called for in the purchase order.
6.0
NOTES
6.1
Commodities procured under this specification shall not deviate from those originally
contracted for without written approval from the State Purchasing.
6.2
This specification shall, until revised or rescinded by State Purchasing, apply to each
28
future purchase and contract for the commodities described herein.
6.3
Certified Products List for Cushion/Padding shall be published in the resulting contract.
No substitutions to this list shall be allowed unless authorized by the State Purchasing
and published in a Contract Memo.
29
TABLE 1
PADDING CONSTRUCTION/TYPE I- NEEDLE PUNCHED, SYNTHETIC FIBER
CONSTRUCTION
CHARACTERISTIC
CLASS 1
*Weight
32 Oz.
*Thickness (inches)
.320
Construction
Needle-Punch
Flammability: Pill Test (DOC FF 1-70)
Radiant Panel (ASTM E-648)
Pass
Class 1
TABLE II
PADDING CONSTRUCTION/TYPE II- SYNTHETIC RUBBER CONSTRUCTION
CHARACTERISTIC
CLASS I
Weight
80 Oz.
Thickness (inches)
.250
Construction
100% Synthetic Rubber
Structural Surface
Reinforced Scrim
Density
26 lbs.
Tensile Strength (min.)
25 lbs.
Moisture Resistance
98% min.
Performance: Compression Load
Deflection P.S.I.
25% 5 lbs. Min.
60% 10 lbs. Min.
Sound Absorption: ASTM C423-84a
NCR 35
Flammability: ASTM E-662(Smoke Chamber)
Radiant Panel (ASTM E-648)
Pill Test (DOC FF 1-70)
Pass
Class 1
30
STATE CONTRACT #360-240-00-1
QUOTATION FORM
PAGE 1 of 2
DATE:
VENDOR NAME:
ADDRESS:
MFG
CONTACT
MFG CTRL #
CITY, STATE, ZIP:
MFG ORDER
#
PROMISE
DATE
INSTALL
DATE
COMPLETIO
N
CONTACT
TELE#:
FAX#:
MATERIAL SHIP TO:
INSTALLER
COMPANY:
STREET:
PHONE #
CITY:
PAGER #
STATE - ZIP:
FAX#
CUSTOMER/PROJECT:
CONTACT
STREET:
PHONE #
CITY:
PAGER #
STATE - ZIP:
FAX#
SERVICES
REQUIRED
CARPET PRODUCT
COLOR
BACKING:
ADHESIVE:
YARDAGE
S/Y
INSTALL
PRICE
AMOUNT =
$
-
CPT
REMOVAL/DISPOSAL
S/Y
INSTALL
PRICE
AMOUNT =
$
-
CPT DISPOSAL
S/Y
INSTALL
PRICE
AMOUNT =
$
-
FURNITURE MOVING
S/Y
INSTALL
PRICE
AMOUNT =
$
-
BORDER/LABOR
LFT
INSTALL
PRICE
AMOUNT =
$
-
PAD
S/Y
INSTALL
PRICE
AMOUNT =
$
-
BASE
LFT
INSTALL
PRICE
AMOUNT =
$
-
TRANSITION REDUCER
LFT
INSTALL
PRICE
AMOUNT =
$
-
VCT
S/F
INSTALL
PRICE
AMOUNT =
$
-
MANUFACTURER,
STYLE, COLOR:
SHEET VINYL
S/Y
INSTALL
PRICE
AMOUNT =
$
-
MANUFACTURER, SIZE, MATERIAL,
COLOR:
31
PAGE 2 of 2
MANUFACTURER,
STYLE, COLOR:
FLOOR PREP
JOB
MISC. LABOR
(NIGHT/WKEND,
DOORS, STAIRS, ETC.)
INSTALL
PRICE
AMOUNT =
$
-
INSTALL
PRICE
AMOUNT =
$
-
AMOUNT =
$
-
OTHER CHARGES
AND INFORMATION
TOTAL AGREEMENT
AMOUNT
SPECIAL INSTALLATION
INSTRUCTIONS:
START DATE:
$
-
COMPLETION DATE:
SPECIAL
CONDITIONS:
CARPET SEAM TYPE:
PROJECTED ATTIC
STOCK:
PLANS - FINISH SCHEDULE- SEAMING DIAGRAM
ENCLOSED:
CONTRACT COMPLETION FORM AND CHANGE ORDERS MUST ACCOMPANY INVOICE BEFORE PAYMENT CAN BE PROCESSED
A FULLY EXECUTED CHANGE ORDER MUST BE ON FILE BEFORE ANY CHARGES NOT DESCRIBED IN ABOVE SCOPE WILL BE
PAID.
SIGN AND RETURN ONE AGREEMENT BEFORE ANY WORK BEGINS - KEEP ONE COPY FOR YOUR RECORDS
NO PAYMENTS WILL BE MADE UNTIL AN EXECUTED AGREEMENT IS RECEIVED BY PURCHASER
THIS CONTRACT IS SUBJECT TO THE "TERMS AND PROVISIONS OF CONTRACT" AS ACCEPTED, SIGNED BY THE INSTALLER AND
ON FILE WITH STATE PURCHASING.
MANUFACTURER'S
REPRESENTATIVE
DATE
INSTALLER
SIGNATURE_______________________________
TITLE_____________________________________
32
DATE
STATE CONTRACT #360-240-00-1
CHANGE ORDER & SPECIAL REQUEST FORM
PROJECT:
PURCASE ORDER#
CONTROL #
DATE:
This change order is to show that a particular change has been requested by an authorized
representative of
_____________________________________________________________________
This change order gives company (Installer) the authority to perform all work required and to
supply all materials it will take to perform work as described below.
This change order authorizes <___________________________________>. To add the
additional charges for labor and materials to the total contract cost as agreed upon prior to the
date of this request and which contract is represented by Purchase Order Number
ITEMIZED DESCRIPTION OF THE WORK AND MATERIAL REQUIRED:Extended
Description
Amount
Needed
Authorized Representative Approval
Unit Price Cost
Date
Company Name
Signature
Title
Note: Include itemized totals on the change order. Have change orders signed before
beginning any additional work. Change orders will NOT be processed for payment
without a signed approval from the end user.
33
STATE CONTRACT #360-240-00-1
CONTRACT COMPLETION FORM
PURCHASE ORDER #:
CONTROL #
PROJECT NAME:
ADDRESS:
The undersigned hereby acknowledges that the above referenced project has been completed and
has accepted the work as satisfactory.
PURCHASER:
DATE:
BY:
TITLE:
AUTHORIZED REPRESENTATIVE
PURCHASER ADDRESS:
JOB NOTES AND PUNCH ITEMS:
COMMENTS:
INSTALLATION COMPANY:
DATE COMPLETED:
To expedite the processing of your invoice, please include the information listed below with your
invoice.
· Itemized invoice of work completed
· Signed Contract Completion Form
34
COMMENT / COMPLAINT FORM FOR FLOORING
Complete this form to report problems with suppliers or to report unsatisfactory product or
services. You are also encouraged to report superior performance. Agency personnel should
contact suppliers in an effort to resolve problems themselves prior to completion and submission
of this report.
Contract number and title:
360-240-00-1 Carpet and Flooring Materials
Supplier's name: _____________________ Supplier's representative: ___________________
PRODUCT SERVICE:





Contract item quality than required
Contract item quality lower than required
Damaged Goods Delivered
Item delivered does not meet P.O. / contract Specifications
Other:





Late Delivery
Incorrect invoice pricing
Slow response to problems and problem resolution
Superior Performance
Other:





Terms and conditions inadequate
Specifications need to be revised
Additional items or service required
Minimum order too high
Other:
INSTALLER / CONTRACTOR PERFORMANCE:
CONTRACT PROVISIONS:
Briefly describe situation:
Agency Name
Prepared By:
Delivery Location
Phone Number:
Date:
Purchase order #: _____________________________ /
Date: ______________________
Send to: wellsb@dms.state.fl.us or mail to:
State of Florida
Department of Management Services
State Purchasing
4050 Esplanade Way
Tallahassee, FL 32399-0950
35
Supervisor:
Carpet & Flooring Materials
360-240-00-1
Contractors:
Beaulieu Commercial
www.beaulieucommercial.com/Florida/
C&A Floorcoverings, Inc. (Tandus)
Interface Americas, Inc
www.tandus.com/florida/fla.htm
www.bpsifs.com/cultures/en-us/contracts/100023FL/default.htm?cnum=100023FL
Bentley-Prince Street
www.bentleyprincestreet.com/FloridaContract.html
www.leescarpets.com/ppp/florida
Lees Carpets
Mannington Carpets
https://my.mannington.com/StrategicAcct/MySite/000133-41946/
Mohawk
Patcraft Commercial Carpet
Shaw Industries
www.mohawkgroup.com/floridacontract
www.commercial.shawinc.com/fl_patcraft/default.htm
www.commercial.shawinc.com/fl_shaw/default.htm
Sylvan Chemical Co., Inc. (Milliken)
www.millikencarpet.com/statecontractflorida
36
Download